Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
23-012 - KPG, Inc - 2023 Overlay and Repair Program Design
Cityof Tukwila Agreement Number:23-012(c) Council Approval N/A 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Amendment #__3____ Between the City of Tukwila and KPG Psomas Inc. That portion of Contract No. 23-012(c) between the City of Tukwila and KPGPsomas Inc.___isherebyamended as follows: Section 3: Duration of Agreement;Time for Performance: Thecompletion date has been amended from December 31, 2023,to April 15, 2024. All other provisions of the contract shall remain in full force and effect. 27th November Dated this ________day of ___ _________,2023.______________. CITY OF TUKWILACONTRACTOR Allan Ekberg, MayorPrintedName:TerryWright, Vice President ATTEST/AUTHENTICATEDAPPROVED AS TO FORM Chr,MMC, City ClerkOffice of the City Attorney Page1of1 CAReviewed May2020 City of Tukwila Agreement Number: 23-012(b) Council Approval 6/12/23 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Amendment # 2 Between the City of Tukwila and KPG Psomas Inc. That portion of Contract No. 23-012 between the City of Tukwila and KPG Psomas Inc. is hereby amended as follows: Section 2 Sco e of Services shall be amended with the followin • : The Consultant agrees to provide construction services for the Tukwila Parkway Emergency Repair project in accordance with the scope of work included as Exhibit A-2. Section 4 Payment shall be modified as follows: An estimated budget for work provided by Consultant is included as Exhibit B-2, provided that the total amount of payment to the consultant under this agreement shall not exceed $422,130.00 (Orig PSA $149,824.00 + Amend 1 for $52,254.00 + this Amend 2 for $220,052.00) without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this 22nd day of June , 2023 CITY OF TUKWILA DS tkpDocuSigned 1 F89FE091328402... Allan Ekberg, Mayor CONTRACTOR 6/22/2023 1 1:53 PM PDT_ Name: Nelson Davis, Vice President ATTEST/AUTHENTICATED DocuSigned by: L isfyOvF LAIALviii 88678483C8594E7... APPROVED AS TO FORM DocuSigned by: SE499CA4165E452. Christy O'Flaherty, MMC, City Clerk Office of the City Attorney CA Reviewed May 2020 Page 1 of 1 BIT A-2 Construction Management Se ces Scope of Work May 2023 City of Tuk ia 2023 Overlay Program City Project Number: 82310401 KPG Project Number: 9TUK010400 KPG Psomas (Consultant) will provide construction management services for the construction contract to complete the City of Tukwila 2022 Overlay Program project. The proposed work includes: - Paving at multiple sites within City ofTukwila: 32nd Ave S. & 33rd P1 S., 140th St & 35th Ave S, S 142nd St & 37th Ave S., S 137th St & S 139th St & 51st Ave S., and S. 144th St. - S 119th St Crossing with raised crosswalk & RRFB. A detailed scope for the Contract follows: 1. INTRODUCTION The following scope of services and associated costs are based upon the assumptions outlined below. General Assumptions: • The level of service and fee is based on project duration of 60 working days. • The proposed project team will include a part time Project Manager (0.5 hours a week) part time Resident Engineer (20 hours a week), one full time Construction Inspector (45 hours a week), a part time Documentation Specialist (20 hours a week), and one part time Project Engineer from KPG Psomas's design team to review submittals and interpret Contractor inquiries, as needed (30 total hours). The team also includes a sub -consultant to provide services for materials testing and construction site observation to satisfy Tukwila Municipal Codes for work within certain soil classifications. City will review and execute the insurance, bonds, and the Construction Contract. Consultant will coordinate during audits or traffic control operations related to project impacts and help the City to complete any other required correspondence with outside agencies. The City will work with the Contractor to conduct all community outreach in relation to phasing and direct impacts due to construction. The City's Contractor shall be responsible for the communication to the community on schedule and work activities. KPG desi :Ai engineers will be available during construction to answer questions and review RAM's, shop drawings, and answer RFI's. City of Tukwila 2023 Overlay Program Construction Management Services Page 1 of 8 KPG Psomas Inc. KPG Project Number 9TUK010400 May 2023 IT A-2 • Consultant services will be performed in accordance with the WSDOT Construction Manual, Contract plans & special provisions, and City of Tukwila engineering standards. • The franchise Utilities will provide field inspection for all work surrounding the construction or relocation of their utility systems if necessary. Coordination of construction with franchise utilities, if any, will be done by City Contractor. Consultant will help facilitate coordination between utilities and Contractor as needed or requested by City. 11. SCOPE OF WO The objective and purpose of this Construction Management Services Agreement is for the Consultant to successfully deliver the construction of the Project to the City by ensuring that the improvements are constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that all of the required Project documentation is accounted for, and ultimately that the City of Tukwila receives a successful review by any outside agency including state audits at the end of the Project. TASK 1— MANAGE NT/COO INATION / • MINIST TION Provide overall project management, coordination with the City, monthly progress reports, and invoicing. This effort will include the following elements. 1.1 Organize and layout work for project staff. Prepare project instructions on contract administration procedures to be used during construction. 1.2 Review monthly expenditures and CM team scope activities. Prepare and submit monthly project progress reports to the City along with invoices describing CM services provided each month. Prepare and submit reporting required by funding source(s), if any. Deliverables: • Monthly invoices and progress reports TASK 2— PRECONSTRUCTION SERVICES 2.1 Assist City with Award Process: Review bid tabs for unbalanced items, inspect bid package for completeness, conduct reference and debarment checks through SAM system, and recommend award of lowest responsive bidder. 2.2 Administrative Services up to Contractor Notice to Proceed (NTP): KPG Psomas will provide support startup of the project with any miscellaneous administrative needs as further detailed below: a. Preconstruction (PreCon) Photos: KPG Psomas staff shall collect and log a comprehensive set of precon photos, prior to City Contractor mobilizing to the site, for the purpose of documenting pre-existing site conditions. These shall be delivered to the City in digital form as part of the fmal project files. b. Review Plans and Specs: KPG Psomas staff shall familiarize themselves with all plans, specs, and City standards that will be incorporated into this project, in order to familiarize themselves with project limits, elements of work to be performed, measurement and payment, and other project -specific considerations, prior to the first working day. City of Tukwila 2023 Overlay Program Construction Management Services Page 2 of 8 KPG Psomas Inc. KPG Project Number 9TUK010400 May 2023 E IBIT A-2 c. Prepare Hard and Electronic Files: The Consultant will prepare all electronic and hard copy files in preparation for the project. SharePoint will not be utilized on this contract. d. Prepare Record of Materials (ROM): Consultant shall modify WSDOT-provided ROM, to algin with LAG manual exceptions and to improve ease of use by all project parties. In the absence of a WSDOT-provided ROM, KPG Psomas can generate a ROM from scratch, however creation of a complete project ROM is outside the scope of the current budget and may require a supplement. e. Preconstruction Conference: KPG Psomas will prepare an agenda for, distribute notices of, and conduct a preconstruction conference in the City's offices or via an on-line platform of the City's choice. The Consultant's team will attend the preconstruction conference. Pertinent City staff and private utilities will also be present at this meeting. KPG Psomas will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Preconstruction conference, the Consultant shall help facilitate discussions with the Contractor concerning the plans, specifications, schedules, pay estimate timelines and cutoff dates, issues with utilities, any unusual conditions, State and local requirements and any other items that will result in better project understanding among the parties involved. f. Prepare Templates: KPG Psomas will pre -populate all electronic forms, either Consul t or City provided, in preparation for contract as s i 'station. This includes pay estimate templates, weekly working days statements, inspector daily reports, change management tracking templates, etc. Utility Coordination: Consultant will assist with external and internal communications regarding utility coordination required for successful completion of the project, including utility relocations, required service interruptions, etc. g. • Deliverables: • Preconstruction conference meeting minutes • Pre -construction Photos TASK 3— CONSTRUCTION SERVICES - FIELD 3.1 Construction Observation: The Consultant will provide one (1) inspector during construction activities and other tasks necessary to monitor the progress of the work. The Inspector will ensure that the daily inspection reports and working days reporting are completed in a timely manner and contain sufficient information to assess whether the work is being conducted in compliance with the Contract Documents per City, WSDOT,. Consultant will make IDR's available to the City by Friday of the same work week upon request. The Inspector may perform the following duties as a matter of his daily activities: i. Observe technical conduct of the construction, including providing day-to-day contact with 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 Standard Specifications. City of Tukwila 2023 Overlay Program Construction Management Services Page 3 of 8 KPG Psomas Inc. KPG Project Number 9TUK010400 May 2023 IT A-2 ii. 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 any non -conforming work observed. iii. Document all material delivered to the job site in accor 111 ce with the Contract Documents. iv. Prepare daily inspection 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. v. Interpret Contract Documents in coordination with the City, Contractor, and KPG. vi. Resolve questions 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. vii. Support the Contractor's communication and responsibilities to answer questions from property owners and the general public as needed. viii. Monitor compliance of approved permits per the project specifications, if applicable. ix. Prepare field records and documents to ensure the Project is as nistered in accor ce with the plans and specifications. x. Collect and calculate delivery tickets and scaleman's daily reports of aggregate. All tickets will be initialed with correct bid item and stationing identified (Construction Manual 10- 2). xi. Attend and actively participate in regular on-site weekly construction meetings. xii. Take digital photographs during the course of construction, and record locations. I.1 Assumptions: • Consultant will provide observation services for the days/hours that the contractor's personnel are on-site. • Assumption is Client's Contractor shall work normal 40 -hour work weeks. For this project the "normal" work week may occur at night. KPG Psomas does not differentiate day shift from night shift. However, if the City's Contractor works a double shift (both day and night) within a single 24-hour period this will constitute two working days. Consultant's hours for inspection are based on one shift for number of working days allowed per Contract. • Assumption is if Contractor is working at multiple sites within the City of Tukwila, the Consultant will split their time at the multiple locations and prioritize what location to be at for observation. • The Consultant's monitoring of the construction contractor's activities is to ascertain whether 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 client, as detailed in the Contract Documents. 3.2 Material Testing — Coordination & Tracking: The inspector shall coordinate with the Contractor and the material testing firm to schedule testing of materials in the field to ensure they meet specifications per contract requirements. The cost for this effort is included in Task 3.1. City of Tukwila 2023 Overlay Program Construction Management Services Page 4 of 8 KPG Psomas Inc. KPG Project Number 9TUK010400 May 2023 E IBIT A-2 3.3 Construction Inspection Nights: Consultant shall support nighttime shifts with onsite observation, as required to match Contractor's schedule. An assumed 10 night shifts at 12 -hours each is included in the budget. Deliverables: • Daily Construction Reports with project photos. • Field Note Records for all field -measurable pay items. • Review material test reports for compliance. TASK 4— CONSTRUCTION SERVICES — OFFICE 4.1 Construction Management Office Support: Original documentation will be housed at the Consultant's office and filed in accordance with standard filing protocol. Document Control will consist of the following: a. Project Coordination: Liaison with City, construction Contractor, engineer, utilities and property owners on a regular basis to discuss project issues and status. b. Plan Interpretations: Provide technical interpretations of the drawings, specifications, and Contract Documents, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, and/or budget changes. c. Submittals: Consultant shall take lead on submittal reviews/ approvals. Consultant shall coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Submittals shall be logged and tracked by Consultant. d. Requests for Information (RFI): Consultant shall review and respond to RFI's. RFI's shall be logged and tracked by Consultant. e. Weekly Meetings: Consultant will lead weekly meetings. Consultant will prepare agenda for City review and distribute meeting minutes to attendees. Outstanding issues to be tracked on a weekly basis. Weekly Statement of Working Days will be reviewed/accepted by Contractor during the Weekly Meeting. f. Change Orders: The Consultant will develop change orders and the Consultant will provide technical assistance to negotiate change orders, and assist in resolution of disputes which may occur during the course of the project. The City will approve all change orders before being fully executed. Each change order will be executed in accordance with WSDOT Standard Specifications. Field Work Directives: The Consultant will prepare field work directives as necessary to keep the Contractor on schedule. h. Force Account: The Consultant will track Contractor force account labor, equipment and materials. All force account calculations will be verified by the City and double checked by the Consultant. The City shall have final authority to approve any Force Account work prior to agreement with the Contractor. g. City of Tukwila 2023 Overlay Program Construction Management Services Page 5 of 8 KPG Psomas Inc. KPG Project Number 9TUK010400 May 2023 J. E IBIT A-2 Schedule Review: Consultant shall perform review of initial Contractor provided CPM for conformance with the Contract Documents. Any discrepancies, conflicts or unreasonable work durations will be brought to the attention of the Contactor and City. Consultant will provide one (1) intermediate review of Contractor's updated schedule and compare with field -observed progress and duration of the project. Lump Sum Breakdown: Consultant shall evaluate construction Contractors' 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. Lump Sum Breakdowns for payment each month will be calculated. k. Monthly Pay Requests: Consultant shall prepare monthly requests for Contractor payment based on field note records prepared by Consultant field inspector in accordance with contract documents. 1. Weekly Statement of Working Days: Consultant shall prepare, and issue weekly statement of working day report each week to the Contractor and City for review and approval. Weekly statement of working days will be based on field inspection reports provided by Consultant. m. Subcontractor Documentation: Process / approve all required subcontractor documentation. Request to Sublets will be verified and logged. This includes checking System Award Management System (SAMS), verifying business licensing, reviewing insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG's subcontractor logs. 4.2 Certified Payroll: The Consultant will process and check the Contractor and Subcontractor's certified payroll per State Prevailing Wage Requirements. Tracking of payroll shall consist of recording each payroll received from the Prime and Subcontractors and checking pay rates against Contract requirements. Any discrepancies will be brought to the Contractor and City. Deliverables: • Approved Submittals and Submittal log • Responded RFIs and RFI Log • Weekly Meeting minutes • Fully -executed Change Orders and Field Work Directives, with Change Management Log • Force Account Documentation and Tracking Log • Fully -executed Monthly Progress Payments • Subcontractor Packets • Weekly Statements of Working Days • Certified Payroll Tracking Log (hard copy binder not included) • Contractor -generated As-builts, if required by Contract City of Tukwila 2023 Overlay Program Construction Management Services Page 6 of8 KPG Psomas Inc. KPG Project Number 9TUK010400 May 2023 IT A-2 All other project documentation generated during the course of project construction duration. TASK 5— PROJECT CLOSEOUT 5.1 Closeout Office Support: Consultant shall assist with generation of closeout documentation and pursuit of successful project final completion, as detailed below: a. Substantial Completion Letter: Following full and unrestricted use of the project status being obtained by the Contractor and agreed to by the City, Consultant shall draft Substantial Completion Letter on City letterhead, for issuance to Contractor. b. Physical Completion Letter: Following completion of all punch list work verified by the Consultant and any stakeholders required the Consultant shall prepare physical completion letter to the Contractor and the City shall issue the final contract voucher. c. Final Pay Estimate: Consultant shall prepare fmal payment estimate, along with any fmal quantity adjustments needed to existing bid items, for issuance to Contractor, in conjunction with the fmal contract voucher, issued by the City. 5.2 Closeout Inspection and Punchlist: Consultant shall assist in a punchlist walkthrough with Contractor, City staff, and any other necessary agencies for the purposes of developing a fmal project punchlist. The Consultant shall assemble walkthrough comments and provide the preliminary list to the City for concurrence, prior to issuing the list to the Contractor. On notification of completion of the punchlist, Consultant shall perform a fmal walkthrough to confirm satisfactory completion of all items on the list and shall note any remaining discrepancies. Subsequent project walkthroughs are beyond the scope of this agreement, but will be accommodated should the request be made by the City, and sufficient remaining budget allows. 5.3 Certified Payroll Closeout: Consultant shall attempt to ensure that all certified payrolls and affidavits of wages paid are current and complete at the time of project physical completion. This will include regular checks of the L&I portal and frequent reminders to the Contractor to provide any missing information in a timely manner. As the task of gathering the final documentation from Contractors and their Subcontractors can sometimes be an extended process, outside the control of the City or Consultant, after 8 weeks post -physical completion, the Consultant shall perform a fmal status update of the CP tracking log, along with memos to file of any missing documentation, and shall hand off the remaining verification process to the Client. 5.4 Prepare Documentation to Deliver to City: Consultant shall perform QA/QC on all project documentation deliverables as outlined in Task 4.1, as well as any documentation generated in the course of completion of Task 5, and shall transfer all project documents to the City for permanent storage. • Substantial Completion Letter • Physical Completion Letter • Final Payment Invoice • Project Punchlist Final Project Documents City of Tukwila 2023 Overlay Program Construction Management Services Page 7 of 8 KPG Psomas Inc. KPG Project Number 9TUK010400 May 2023 TASK 7— S CONSULT TS • IT A-2 7.1 Material Testing: A third party subconsultant will be retained by KPG Psomas to provide material testing and construction observation services. All testing will be done in accordance with LAG Manual and WSDOT Construction Manual, or at a desired frequency as -directed by the City's project manager. TASK 8— P DITIONAL SERVICES 8.1 Management Reserve: Additional services requested by the City will be performed only when authorized by the City. Authorization to perform additional services will be in writing, specifying the work to be performed, and basis of payment. Items such as Community Outreach (except as completed on a day-to-day basis by the inspector and resident engineer as described in task 3.1 — vii), Public Meetings, Ribbon Cutting Ceremony, claims analysis, surveying, services during shutdown periods of non -working days, and services for extended working days are examples of possible additional services. This fee is based 60 working day contract, with 10 additional reduced -effort days for startup and 20 additional reduced -effort days for closeout, for a total of 90 days / 18 weeks 8 -hour days. Additional extension of days will be approximately $1,080.00 per day for one person. (8 hours x $135.00 = $1,080.00) City of Tukwila 2023 Overlay Program Construction Management Services Page 8 of 8 KPG Psomas Inc. KPG Project Number 9TUK010400 May 2023 EXHIBIT B-2 PRIME CONSULTANT COST COMPUTATIONS Client: City of Tukwila Protect: 2023 Overlay Program CM Services KPG Psomas Inc. PROJECT NUMBER: 9TUK010400 60 working days + 2 week startup end 4 weeks closeout DATE: Labor. Hour Estimate ask 1 - MANAGEMENT/ COORDINATION / ADMINISTRATION L1 133 20 Task T 13 13 26 Task 2 -Assist City with the Award Process A!arn0*e Se rvicss up io Con tector No ;loa to P 46 Teak T 0 20 50 106 Task 3 - Construction Services - Field. NTP to Protect Closeout. (8 Weeks) Tee n Ce3®:`CI o1—s: Teak T Task 4 - Construction Services - Office (8 Weeks) 120 570 4 0.2 Traf4444 20 240 1s 510 15 90,65040 Task 5 - Protect Closeout (4 Weeks) seout Office Support 52 16 # 2 4 PM, DecumantIon i0 Del lvor to Teak T 16 16 137 23,200.00 Task 7 - Materials Testing T Task T 11,000.00 Task 8 - Management Reserve Totel Labor Hours and FE Reimbursable Direct Non -Salary Costs 20 3 60 6.000.00 .218.052.001 00 7`r 5 1,000.00 $ 220,052.00: /.40 4 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement (Number: 23-012(a) Council Approval 3/20/23 CONTRACT FOR SERVICES Amendment # 1 Between the City of Tukwila and KPG Psomas Inc. That portion of Contract No. 23-012 between the City of Tukwila and KPG Psomas (Inc. is hereby amended as follows: Section 2. Scope of Services. shall be amended with the following: The Consultant agrees to provide the services in accordance with the scope of work included in the attached Exhibit A. Section 4, Payment. shall be amended as follows: An estimated budget for work provided by Consultant is included as Exhibit B, provided that the total amount of payment to the consultant under this agreement shall not exceed $202,078,00 (Orig PSA $149,824.00 + this Amend 1 for $52,254.00) without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this 22nd day of March , 2023 CITY OF TUKWILA HP eSlgned vla SeamlessDocs.com fit~ 6,66,etg Kay:571155n1_-,,a5ea-a5dl-bemgada5dna Man Ekberg, Mayor 3/22/23 CONTRACTOR Printed Name: Nelson Davis, Vice President ATTEST/AUTHENTICATED APPROVED AS TO FORM eS,med'vie SeamlessDocs.com Andy Youn, Acting City Clerk CA ReviewtMay 2020 es,3ned v,a seamleeeDoee com Key: OGBoga ,,,cb5,01,1,32.,Go51d5b8c1, Office of the City Attorney Page 1 of 1. EXHIBIT A City of Tukwila 2023 Overlay Program Scope of Work Amendment #1 —5 119' St Pedestrian Crossing February 2023 The Consultant shall prepare final Plans, Specifications and Estimates for the S 119' St Pedestrian Crossing at the S 119' Pedestrian Bridge and 42" Ave S located in the Allentown Neighborhood. The Plans will not be incorporated into the 2023 Overlay Program construction documents. This contract assumes that the design and construction are being implemented with monies received from the Transportation Improvement Board (TIB), WSDOT Pedestrian and Bicycle grant, and City funds as needed. All project provisions from the Original Scope of work shall apply. The below assumptions, deliverables, and scope shall supplement the original scope and apply to the S 119' St Locqrttion: .Deliverabies • 30% review submittal with Plans and Estimate (electronic copies) • 90% review submittal with Plans, Specifications, and Estimate (electronic copies) • Routing of Plans to utilities for review and comment • Bid Documents and Engineer's Estimate. • WSDOT Coordination and Documentation • Si PA Permit • DAMP Consultation • Shoreline Permit Assumptions the S 119d1 Si Pedestrian Crossing • This will be a stand alone construction project and contract documents will be developed in a manner to solicit bids. • This contract will utilize WSDOT Pedestrian / Bicycle Program Funds • City will facilitate all coordination with granting agency. • Full topographic survey will be completed by the consultant for the project location. • Rapid Rectangular Flashing Beacons (RRFBs) will be of the solar power system type. • City will provide and communicate updates to affected residents at this location. • The consultant shall budget for attendance of up to two Allentown Meetings at the Tukwila Community Center. • The site location will be separate bidding schedule for construction (Schedule B). City of Tukwila KPG Psomas Inc 2023 Overlay Program Supp #1 Page 1 of 3 February 2023 • Only surface utilities requiring adjustment to grade will be shown. • Drainage Modifications may be required • Lane widths and channelization types shall be replaced in kind unless otherwise decided upon in collaboration with the City. • Driveways that are disturbed will be restored with like pavement. • It is assumed there will be approximately eight (8) plan sheets at 1"=20' scale full size (22" X 34"), 1"=40' at reduced scale (11" X 17"). • Drainage & Water Quality Reports will not be required. • SEPA documentation will be filled out by the consultant and submitted and administered by the City . No additional environmental permitting will be required by the consultant. • Shoreline permit will be filled out by the consultant and submitted and administered by the City. • DAHP EZ -01 form will be filled out and submitted by the Consultant on behalf of the City. • Geotechnical exploration and/or investigation will not be required. • Maximum Extent Feasible Documentation is not included in this scope of work • Consultant shall not be responsible for printing and supplying City or Contractor with hard copies of plans and specifications at interim submittals or contract award. SCOPE OF WORK TASK 1 — Project Managem 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 6 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume (6) meetings. • The Consultant shall provide monthly status reports and billings. • The Consultant shall provide independent QA/QC reviews by senior in-house staff of all deliverables prior to submittal to the City. TASK 2 — Survey and Base mapping 2.1 Provide ground based topographic surveys to generate basemaps at a 1"= 20' scale and digital terrain model (DTM) in AutoCAD format of the project limits described above. Field survey shall pick up curbs, edges of gutter pan, drainage/sanitary sewer structures to include pipe diameters, grate and invert elevations, the next connecting drainage/sanitary sewer structure situated beyond the above- described mapping areas, water appurtenances to include valves, meters and hydrants, fences, utility surface features, field markings of existing utilities identified previous to the survey by a sub -contracted locate company, buildings/structure faces, building awnings, traffic and business signs, striping and trees. One -foot contours will be generated from the DTM. Vertical datum is assumed to be NAVD 88. TASK 3 — Design 3.1 The Consultant shall prepare 30% Plans and Estimate for the S 119' St Pedestrian crossing. City of Tukwila KPG Psomas Inc 2023 Overlay Program Supp #1 Page 2 of 3 February 2023 3.2 The Consultant shall prepare 90%, and Final Plans . The anticipated plan sheets include: • Cover • Survey Control • Site Preparation Plan • Proposed Improvement Plan • Raised Crosswalk Detail Plan • RRFB Details • Traffic Control Plans TOTAL: (1 sheet) (1 sheet) (1 sheet) (1 sheet) (1 sheet) (1 sheet) (2 sheets) (8 sheets) 3.3 The Consultant shall calculate quantities and prepare Engineers Estimate of .Probable Construction Cost for in preparation for the bid documents and bid proposal.. 3.4 The Consultant shall prepare the Contract Specification per 2023 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. 3.5 The consultant shall attend up to one community meetings at the TCC to provide project update on the S 119' St Pedestrian Crossing TASK 4— WSDOT and Permitting Coordination 4.1 The Consultant shall coordinate design approval and construction documents with the funding agencies for gram funding compliance. 4.2 The Consultant shall assist the City in preparation of the following permits: SEPA Shoreline Management DAHP [Z 01 Form Delil,e rubles • 30% Plans • 30% Cost Estimate • 90% & Final Plans • 90% & Final Cost Estimate • 90% & Final Contract documents including site specific Special Provisions • WSDOT Coordination • Permitting City of Tukwila KPG Psomas Inc 2023 Overlay Program Supp #1 Page 3 of 3 February 2023 TCPQ EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS Cheat! (Ay sr 701, Project 2025 17,..000.y 6ocrarn AmF00111001 fi1 DATE: 213J2023 Too No. Task 1 Too ton Project Management Labor Hear Estimate and Labor E68 54 Toss .4. ' .40 g T3881 troupe Estaaato 356. 315. 175 149 333 351 256 144 1 Nowa rea 1.1 P' e:l 01irqrrr:i:l4 20 3 32 9 464 00 0 0 0 0 0 8 32 4 5,454.00 Task 2 Survey and Basemapping 15 1 576 00 TS5ETSISU 0 0 0 0 0 2 4 4 0 10 4 1,078.00 Task .3 Final Design 1.1 613 081331315,3 ,,i 16 4 16 16 52 9, 692 00 3.2 PPparo 9(N'.4, 11 1310 8 8 20 16 52 $ 8.22800 1.3 Ppr6 31015:000,, F 081(31113 E11rr,331311 17 12 20 12 56 5,2116.00 12 24 73513 00 4 6 $ 1,270 00 Task Tolal 4 45 52 56 44 0 0 0 0 204 54,7 .00 Task 4 WSDOT & Permitting Coordination 4.1 085001 o:,1 116 l7Qr1rlJio1333ri,, 4 16 a 23 9,112 00 24 0 0 0 0 0 2 64 4,524 00 19056.00 Te191 Labor HOW'S and1F99 16 48 96 80 44 2 4 4 8 1 302 $ 52,254.00' Totat Estimated Budget $ 52,25400 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 23-012 Council Approval 1/23/23 PROFESSIONAL SERVICES AGREEMENT (Includes consultants. architects. engineers, accountants. and other professional services) THIS AGREEMENT is entered into between the City of Tukwila. Washington, hereinafter referred to as the City", and KPG Psomas Inc., hereinafter referred to as the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. Project Designation. The Consultant is retained by the City to perform engineering design and construction support services in connection with the 2023 Tukwila Overlay Program. 2. Scope of Services. The Consultant agrees to perform the services. identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect fora period commencing upon execution and ending December 31, 2023, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2023 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit -a' attached hereto, provided that the total amount of payment to the Consultant shall not exceed $149,824.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 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. 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 (150) form CA 00 01 or a substitute form providing equivalent liability coverage. if necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 4. Professional Liability with limits no less than $2,000,000 per claim and $2.000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. 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. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. 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 Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. 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. G. 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. 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. CA revised May 2020 Page 3 11. Discrimination Prohibited. Contractor, 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. the presence of any disability, or any other protected class status under state or federal law, 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. 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: KPG Psomas Inc.. 3131 Elliott Avenue, Suite 400 Seattle. WA 98121 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. CA revised May 2020 Page 4 DATED this 2nd day of February , 20 23 . CITY OF TUKWILA CONSULTANT HP ti[ /^/ e,,,,va SeamleaalJ°-- % ,, Key: al 16cbff-fa3a-a3c2ba26-e61eaal ea 02-02-2023 Allan Ekberg, Mayor By: Printed Name: Nelson Davis Title: Vice President Attest/Authenticated: Approved as to Form: °Signed via Seamleeerlooe.00m aSlgnea va SeamleaeDooe.00m c a/r-e; oe. k9aycd Key: 3008300° 62b3469E 69138tl14J8, Kaa City Clerk, Christy O'Flaherty Office of the City Attorney CA revised May 2020 Page 5 EXHIBIT A City of Tukwila 2023 Overlay Program Scope of Work December 16, 2022 The Consultant shall prepare final Plans, Specifications and Estimates for the 2023 Overlay Program. It is anticipated five to six sites will be included in the final Plans Specifications, and Estimates. Specific projects will be determined from the following list of candidate streets: 1. Interurban: EM W — 42nd 2. 5 147th St: 581h — 591h 3. 515` Ave 5: 137th — 139th 4. 5 139th St 53`d -- 55th 5. S 137th St: 52°x' — 53rd 6. 32nd Ave 5: 130'h— 135th 7. 33rd Ave 5: End — 130th 8. Southcenter Parkway: Stander Blvd — Minkler Blvd (Previously Designed to 30%) 9. S 140th St: City Limits — 35`h Ave 5 (Previously Designed to 30%) 10. 35th Ave 5: 5 140th 5t — 5 142nd PI (Previously Designed to 30%) 11. 5 142nd PI: 35th Ave 5 — 37th Ave 5 (Previously Designed to 30%) 12. 371h Ave 5: 5 140th 5t — 5 144th St (Previously Designed to 30%) Preliminary Design Segments include: 1. Ryan Way: Martin Luther King Blvd — 515` Ave 5 2. 46th Ave 5: 5 1441h St — 5 148`h St The 2023 Overlay Program will be bid as a single bid package as budget allows. Projects may be re -prioritized or deferred to a future overlay program based on available budget and other considerations. Detailed estimates will be prepared at the 30% design to verify the final project list to be included in the 2023 Overlay Program. The Consultant shall utilize the data collection and analysis provided by Infrastructure Management Service (IMS) to identify additional roadway segments to be included in the design and construction of the 2023 Overlay Program. City of Tukwila KPG Psomas Inc 2023 Overlay Program Page 1 of 5 December 2023 The City of Tukwila may require other services of the consultant. These services could include additional design, MEF documentation, right of way, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. Assumptions for the 2023 Overlay Program Bid Package • Roadway and utility casting mapping will be based on aerial photography, GIS, and field reviews by the Consultant. Topographic field survey may be required for ADA ramp and sidewalk improvements and will be performed by the Consultant as required. A budget of two field days has been accounted for. • Alignments are based off of existing ROW GIS established by the City's GIS mapping. • Typically, only surface utilities requiring adjustment to grade will be shown. • Underground utilities are not shown, unless provided by GIS mapping. • Utility structures inside roadway prism will be shown, but franchise utility structures outside of roadway prism may not be shown • No franchise utility upgrades are anticipated in the project design. • Lane widths and channelization types shall be replaced in kind unless otherwise decided upon in collaboration with the City. • Driveways along the overlay corridor where there may be a gap in pavement will be filled in with asphalt. Driveways that are disturbed will be restored with like pavement. • It is assumed there will be approximately thirty (30) plan sheets at 1"=20' scale full size (22" X 34"), 1"-40' at reduced scale (11" X 17"). • Drainage & Water Quality Reports will not be required. • Environmental Documentation will not be required. • Geotechnical exploration and/or investigation will not be required. • Maximum Extent Feasible Documentation is not included in this scope of work • Consultant shall not be responsible for printing and supplying City or Contractor with hard copies of plans and specifications at interim submittals or contract award. • Traffic Control Plans are not included with this scope of work. Deliverables • Meeting notes during selection process • 30% review submittal with Plans and Estimate (electronic copies) • 90% review submittal with Plans, Specifications, and Estimate (electronic copies) City of Tukwila 2023 Overlay Program Page 2 of 5 KPG Psomas Inc December 2023 • Routing of 30% and 90%© Plans to utilities for review and comment. • Bid Documents and Engineer's Estimate for 2023 Overlay Program. • Coordinate upload of Plans and Specifications to Builders Exchange. • Bid Analysis and recommendation for award letter. • Preconstruction Meeting Attendance. SCOPE OF WORK TASK 1— Project Management 1.1 The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 6 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume (6) meetings. • The Consultant shall provide monthly status reports and billings. • The Consultant shall provide independent QA/QC reviews by senior in-house staff of all deliverables prior to submittal to the City. TASK 2 — Preliminary Design 2.1 The Consultant shall prepare base maps for the initial seven roadway segments identified above. The basemaps shall be created utilizing field measurements, available record drawings, City GIS data, and aerial photography. Base maps, 30% design, and cost opinion for the latter five roadway segments were prepared previously. 2.2 The Consultant shall prepare 30% Plans for each of the seven new roadway segments. Previously prepared segments will be included in the 30% submittal. The 30% proposed improvements including the following. • Plans shall be prepared with such provisions to produce a detailed engineer's estimate. • Topographic survey will not be utilized for 30% design. ADA ramp surveys will be provided during final design for selected roadway segments. • Typical sections and details will be prepared for items not available as standard details from the City or WSDOT standard drawings. • Plans will not include ADA curb ramp grading • The plans shall illustrate limits of construction and removals, utility adjustments, surfacing depths and applicable channelization and signing City of Tukwila 2023 Overlay Program Page 3 of 5 KPG Psomos Inc December 2023 • The Consultant shall perform one site walkthrough to determine extent of roadway improvements / resurfacing 2.3 The Consultant shall calculate quantities and prepare a Preliminary Engineers Estimate of Probable Construction Cost for each of the twelve roadway segments. Up to five roadway segments will be prioritized in collaboration with the City based on available budget and other considerations. 2.4 The Consultant shall distribute 30% review submittals to franchise utility owners for adjustments within the Project limits. 2.5 The Consultant shall prepare preliminary designs to be printed on aerial scroll plots for the preliminary design segments identified below to inform budget needs that may be needed for future grant pursuits. Preliminary designs will include the following: • Plan view layout of roadway, sidewalk, and multimodal improvements • Surface utility conflict identification • Underground utility considerations will not be included • ROW, utility, and existing improvements will be based on City GIS information and aerial imagery. Deliverables • 30% Plans • 30©% Cost Estimate for each candidate segment • Preliminary design and budget estimate for two roadway segments • Selection of up to six segments for Final Design and Advertisement TASK 3 — Final Design 3.1 The Consultant shall prepare 90%, and Final Plans for up to six roadway segments selected in Task 2 based on available budget. The proposed improvements including the following: • Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. • Topographic survey will be utilized only at ADA ramp locations where field conditions require it to meet ADA compliance. City of Tukwila KPG Psomas Inc 2023 Overlay Program Page 4 of 5 December 2023 • Typical sections and details will be prepared for items not available as standard details from the City or WSDOT standard drawings. • Plans will identify curb ramp replacement limits and pedestrian push button modifications in accordance with ADA requirements. • The plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, utility adjustments, surfacing depths and details, and applicable channelization and signing for the segments selected for final design. • The Consultant shall perform site walkthroughs with the City maintenance staff to determine extent of roadway improvements / resurfacing (Estimate 2 meetings} and to prioritize candidate streets within the available budget. • Pavement sections will be determined through consultation with the City's maintenance staff and previous experience. No geotechnical investigations are anticipated. 3.2 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for in preparation for the bid documents and proposal as well as a site by site cost estimate for each review submittal and the Bid Documents. 3.3 The Consultant shall prepare the Contract Specification per 2023 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. 3.4 The Consultant shall distribute 90% review submittals to franchise utility owners for adjustments within the Project limits. Deliverables • 90% & Final Plans for up to six roadway segments • 90% & Final Cost Estimate for up to six roadway segments • 90% & Final Contract documents including Project Special Provisions TASK 4 — Bid Period Services. 4.1 The Consultant shall assist the City with Project Advertisement and Award by uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation, and recommendation for award. City of Tukwila KPG Psomas Inc 2023 Overlay Program Page 5 of 5 December 2023 xa� EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS Client: City at Tukwila Protect 2023 Overlay Program KPG 904,04s Ins. Protest Number: 9TUK010400 DATEr: 12/1612022 Task No. Tack Oeacrlption Labor Hour Estimate Total Hours and Labor Fee Estimate by Task — n " u o' n E w ' c Hw a s W — u °m a` a' W 'Els m e c w c c cc oo yr W t ' r'n , _ Y# s t 2' w 0O w ? k 2 N K e c-£ ° c, u c `u ` n c g i c a¢ u E E oa 288 261 215 175 149 133 114 251 205 164 197 138 124 178 133 103 Hours Fee Task 1 Project Management 1,1 1Prgaot Management 2 36 8 e 4 58 S 9.770.00 Task Total 2 0 0 38 0 0 0 0 0 0 0 0 0 0 0 4 58 S 9,770.00 Task 2 Preliminary Design 2.1 Prepare 30% Basemap 4 60 20 16 100 S 14,124.00 2.2 Prepare 304. Plans 20 12 38 24 20 24 24 160 0 23,524.00 2.3 Preapare 304. Cost Estimate a 12 16 12 12 CO S 9,168,00 2.4 Utility Coordination 12 a 4 24 6 3,824,00 2.5 Prekminary Daman 2 B 12 4 26 0 4,214,00 Task Total 2 0 28 40 132 60 52 5 0 0 0 24 24 0 0 0 370 5 64,884.00 Task Final Design 3.1 Preepra 90%8 Final Plans 4 -1 16 24 80 36 1 20 5 16 8 16 _ 228 0 36,424.00 3.2 Preapre 9544 8 Final Cost Estimates 4 8 20 40 36 20 128 8 19.252.00 3.3 Prepare 80% 8. Final Con9511 DOosmants 2 4 16 46 32 102 5 16,152.00 3.4 Utility Coordination 6 20 4 4 40 5 6,94400 Task Total 2 12 40 112 160 78 40 8 18 8 16 5 0 0 0 0 418 2 80,80300 Task 4 Bid Period Services 4.1 J Advertisement and Award Support 2 16 4 22 S 3850.30 Task 744R0 0 2 0 16 4 0 0 0 0 0 0 0 0 0 0 0 22 $ 3,89600 Total Labor Hours and Fee 6 14 T6 212 296 136 92 8 16 8 16 24 24 8 _ 6 4 948 $ 149,324.00 Reimbursable Direct Non -Salary Costa Mileage al current IRS rate $ 500.00 Total Reimbursable Expense 5 600.00 Total Estimated Budget $ 149,024.00 [ PREVIOUSLY DESIGNED SEGMENTS (3D LEVEL) 2023 PRELIMINARY DESIGN SEGMENTS 2023 PROGRAM CANDIDATE SEGMENTS CITY OF TUKWILA 2023 OVERLAY PROGRAM ROADWAY SEGMENTS