Loading...
HomeMy WebLinkAbout22-099 - KPFF Consulting Engineers - Consultant Services: Green River Trail ImprovementsCity of Tukwila Agreement Number:22-099(c) Council Approval N/A 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Amendment #3 Between the City of Tukwila and KPFF Consulting Engineers That portion of Contract No. 22-099 between the City of Tukwila and KPFF Consulting Engineers is hereby amended as follows: Section 2: 2. The Consultant agrees to perform the services, identified on Exhibit "A-2" attached hereto, including the provision of all labor, materials, equipment and supplies. Section 3: 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2025, 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, 2025 unless an extension of such time is granted in writing by the City. Section 4: 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 "B-2" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $332,198.81 without express written modification of the Agreement signed by the City. B. Amendment #3 totals $44,609.19. All other provisions of the contract shall remain in full force and effect. Dated this 3rd day of September 2024. CA Reviewed May 2020 page I of 2 DS Docu 0F1ESigned by: e 'r�~ �� By: B33F4BA._ FOR Thomas McLeod, Mayor Printed Name: ATTEST/AUTHENTICATED: Title: Signed by: 3D04AB9746FA4E&.. Andy Youn, City Clerk APPROVED AS TO FORM: Signed by: ((l1 JV�A t . aax' A 5E499CA4165E452... Office of the City Attorney CA Reviewed May 2020 Page 2 of 2 Exhibit A-1 Scope of Work Green River Trail Improvements Construction Management July 2024 PROJECT DESCRIPTION The Tukwila Urban Center project created a multi -use pedestrian and bicycle corridor that connected the Sounder Station with the Tukwila Transit Center. A portion of the Green River Trail reconstruction west of and along the south bank of the Green River within this corridor was designed but previously eliminated from these projects. This unimproved portion of the Green River Trail, between Christensen Road and the west landing of the new pedestrian bridge will be reconstructed with this project, finalizing the last leg of the Tukwila Urban Center connection corridor. PROJECT OBJECTIVES Provide limited construction management services for trail improvements from the west landing of the new pedestrian bridge to the east side of Christensen Road during the month of July. Project is anticipated to be suspended after July while pole procurement is in process. The project team is made up of the following firms: Owner Prime Consultant Civil Engineering Structural Engineering Urban Design Landscape Illumination Surveying Environmental and Permitting Services Special Inspections and Testing City of Tukwila KPFF Consulting Engineers KPFF Consulting Engineers KPFF Consulting Engineers KPG Inc. KPG Inc. KPG Inc. KPG Inc. Landau Associates AAR Testing, Inc. Task No. 1.0 —Project Management and Administration Task No. 1.02 — Design Team Subconsultant Agreements Consultant shall prepare Subconsultant contract agreements for supplement. Task No. 1.03 — Progress Reports Consultant shall compile a progress report of work performed and submit to the City with the associated monthly invoice. Task No. 1.04 — Invoices Team members will prepare a monthly invoice for work completed. Consultant shall compile into a single document to be submitted to the City. Exhibit A-1— Scope of Work Tukwila Urban Center, Green River Trail Improvements Page 2 Task 12.0 — Construction Support Services The project team will provide submittal review and address Requests for Information (RFIs) as requested by the City. Task 13.0 - Construction Management Services Task No. 13.02 - Contract Administration KPFF will perform project management functions including contract administration, communications with City, coordination of staff and subconsultants, and invoice preparation. Facilitate communications and maintain an accurate record of correspondence with City, Contractor, and stakeholders. Prepare and distribute correspondence as needed. Develop project tracking logs specific to this contract and compile required federal funding documentation. Track certified payroll submittals. Task No. 13.03 — Weekly Progress Meetings Prepare agendas, attend, and distribute meeting minutes for four (4) weekly construction meetings. City will lead the meetings. Task No. 13.07 — Site Construction Observation The Construction Manager will provide on-site observation for four (4) working days. This is assumed to be one (1) visit per week for the month of July. Task No. 13.13 — PM Support KPFF's CM Team will advise and assist the City with regard to: Federal Funding requirements and Local Programs Coordination (including assistance in requesting the ROM), WSDOT spec requirements, and other project tasks as needed. Construction Management Assumptions • The City will provide full-time site observation, including tracking of quantities, verification of materials as compared to approved submittal, and Inspector's Daily Reports (IDRs). IDRs shall be provided to KPFF for reference. • KPFF will provide a special inspections and testing subconsultant (AAR) but the City will perform all coordination, scheduling, and review of reports. • KPFF will review Certified Payrolls but the City will perform any necessary wage interviews and subsequent follow up for discrepancies. • The City will facilitate collection of CMOs, COCs, and other product verification documents. KPFF will track these items in our spreadsheet. Exhibit A-1— Scope of Work Tukwila Urban Center, Green River Trail Improvements Page 3 • The City will perform project close-out including determination and issuance of Substantial Completion and tracking of Punch List. • The City will prepare Weekly Statements of Working Days. • The City will review and coordinate responses for Submittals and RFls. • The City will prepare, negotiate, and compile any Change Orders or Proposed Change Orders. • The City will prepare, negotiate, and compile Pay Application packages including Field Note Records (FNRs), backup documentation, and spreadsheet. • This supplement only covers work during the month of July 2024. EXHIBIT B-1 KPFF Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST GREEN RIVER TRAIL IMPROVEMENTS Classification Total Hours X Rate = Cost Principal 0.00 X $81.20 = $0.00 Project Manager 10.00 X $81.47 = $814.70 Lead Civil Engineer 16.00 X $58.63 = $938.08 Structural Engineer 0.00 X $82.88 = $0.00 Design Engineer 0.00 X $43.68 = $0.00 CADD Manager 16.00 X $52.41 = $838.56 Project Coordinator 4.00 X $35.20 = $140.80 X = $0.00 X = $0.00 DSC Subtotal = $2,732.14 Overhead (OH) Cost OH Rate x DSC of 151.53% X $2,732.14 = $4,140.01 Fixed Fee (FF) FF Rate x DSC of 30.00% X $2,732.14 = $819.64 Reimbursables Mileage (Miles) 200 X $0.670 $134.00 Courier 0 X $75.00 $0.00 Parking 0 X $20.00 $0.00 (Blank) (Allowance) $0.00 Subtotal $134.00 Consultant Subtotal Costs Subconsultant Total Costs (See Exhibits E) $7,825.79 $36,783.40 GRAND TOTAL: 1 $44,609.19 Page 1 of 3 EXHIBIT E-1 KPFF SPD - Construction Management Services CONSULTANT FEE DETERMINATION SUMMARY OF COST GREEN RIVER TRAIL IMPROVEMENTS Classification Total Hours X Rate = Cost Project Manager 41.00 X $60.59 = $2,484.19 Assistant Project Manager 40.00 X $59.13 = $2,365.20 Daily Site Inspector 0.00 X $0.00 = $0.00 Project Coordinator 32.00 X $38.94 = $1,246.08 X X X X DSC Subtotal $6,095.47 Overhead (OH) Cost OH Rate x DSC of 151.53% X $6,095.47 = $9,236.47 Fixed Fee (FF) FF Rate x DSC of 30.00% X $6,095.47 = $1,828.64 Reimbursables Mileage (miles) 104 X $0.670 $69.68 AAR Testing 1 X $11,325.00 $11,325.00 VPO (months) 1 X $250.00 $250.00 Subtotal $11,644.68 SubConsultant Total: $28,805.26 Page 2 of 3 EXHIBIT E-1 KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST GREEN RIVER TRAIL IMPROVEMENTS Classification Total Hours X Senior Survey Tech 0.00 X Urban Design Manager 11.00 X Project Landscape Architect 1 0.00 X Project Landscape Architect 11 24.00 X Landscape Designer 1 0.00 X Engr. Manager 1 4.00 X Design Engineer 11 0.00 X CADD Tech 0.00 X Office Admin 1.00 X Business Manager 1.00 X DSC Subtotal Overhead (OH) Cost OH Rate x DSC of 171.93% X Fixed Fee (FF) FF Rate x DSC of Reimbursables Mileage (miles) Courier 30.00% X 200 X 0 X Rate $45.12 $73.00 = $54.00 = $58.00 = $36.00 = $76.00 = $48.00 = $43.00 $38.00 $61.00 = $2,598.00 = $2,598.00 = $0.670 $75.00 Cost G,M $803.00 $0.00 $1,392.00 $0.00 $304.00 $0.00 $0.00 $38.00 $61.00 $2,598.00 $4,466.74 $779.40 $134.00 $0.00 Parking 0 X $20.00 $0.00 Reproduction 0 $0.00 $0.00 Subtotal $134.00 Subconsultant Total: $7,978.14 Page 3 of 3 Amendment #2 Between the City of Tukwila and KPFF Consulting Engineers That portion of Contract No. 22-099 between the City of Tukwila and KPFF Consulting Engineers is hereby amended as follows: Section 2• 2. The Consultant agrees to perform the services, identified on Exhibit "A-1" attached hereto, including the provision of all labor, materials, equipment and supplies. Section 3• 3. Duration of Agreements Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2024, 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, 2024 unless an extension of such time is granted in writing by the City. Section 4• 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 "13-1" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $287,589.81 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. CA Reviewed May 2020 Page 1 of 2 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 22-099(b) Council Approval N/A Dated this 6th day of December 4 2023 CITY OF TUKWILA DS = DOGUSigned by: Allan Ekberg, Mayor 12/6/2023 I 12:39 PM ATTESTIAUTHENTICATED DocuSigned by: E 11�frwu-v� CB594E7 Christy O'Flaherty, MMC, City Clerk CONTRACTOR mop —llll I ME ! IMF W- PsTPrinted EDocuSigned by: -,.sem. a" A4165E452. Office of the City Attorney CA Reviewed May 2020 Page 2 of 2 Amendment #1 Between the City of Tukwila and KPFF Consulting Engineers That portion of Contract No. 22-099 between the City of Tukwila and KPFF Consulting Engineers is hereby amended as follows: Section 2: 2. The Consultant agrees to perform the services, identified on Exhibit "A -1A attached hereto, including the provision of all labor, materials, equipment and supplies. Section 3: 3. Duration of Aareement: Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2023, unless sooner terminated under the provisions hereinafter specked. 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. Section 4: 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 "13-1" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $287,589.81 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. r_a Reviewed May 2020 Page 1 of 2 (D City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 22-099(a) Council Approval 10/3/22 Dated this 6th day of October 2022 CITY OF TUKWILA CONTRACTOR ignetl vie 3eamleaaD m57/ H e 56ctleb26-24e2-42atl-a2 ��E: ba6-b252c42010tl_ Allan Ekberg, Mayor 10-06-2022 Printed Name-& i ,A `, '' LitY j4 °V ,, ATTEST/A U TH E NT I CAT E D - e ' tl is Geaml aaD�ca.com- _ht at.� oqi� w.Stlyf-LN Christy O'Flaherty, MMC, City Clerk APPROVED AS TO FORM cV y /vgnetl vV^leX^�6e//e^m/leaaDo a com CSaw( ry - �4 Q ... Office of the City Attorney CA Rsviewed May 2020 Page 2 of 2 Exhibit A-1 Scope of Work Green River Trail Improvements Repackaging Plans, Specifications, and Cost Estimate (PSE) and Construction Management The Tukwila Urban Center project created a multi -use pedestrian and bicycle corridor that connected the Sounder Station with the Tukwila Transit Center. A portion of the Green River Trail reconstruction west of and along the south baink of the Green River within this corridor was designed but previously efliminated firoirin these projects. This uniii-inpiroved portion of the Green River Trail, between Christensen Road and the west lainding of the inew pedestrian bridge will be reconstructed with this project, finalizing the last leg of the Tukwila Uirbain Center connection corridor. PROJECT OBJECTIVES The overall objective of this project is to prepare construction Plains, Specifications, and Cost Esfirinate and provide construction imainageimeint services for trail iimpirovements froirn the west landing of the inew pedestrian bridge to the east side of Christensen Road. The trail will be paved in concrete rinatching the general finish of previous iii-inpiroveirineints along the west side of Christensen Road, and rinaintain access and loading irec uireiments for irnainteinance of the Green River bank by the United States Army Corp of Eingineeirs (USAGE). The project teairn is imade up of the following firms: Owner Pidime Consultant Civil Engineering Structural Engineering Uirbain Desigin Landscape and lirrigation Illumination Surveying Environmental and Permitting Services Construction Management City of Tukwila KPFF Consulting Eingineeirs KPFF Consulting Eingineeirs KPFF Consulting Eingineeirs KPG Psomas KPG Psoirnas KPG Psomas KPG Psoirnas Landau Associates KPFF Consulting Eingineeirs There is ino Right -of -Way acquisition required for this project. The trail afiginiment will be adjusted so all permanent construction is outside adjacent parcel property boundaries. There is no permitting work for this contract. Previous permitting was done for the entire corridor project. All environmental mitigation was constructed as a part of the bridge construction. Existing permits are still in place and unexpired or ireinewed, and the project does inot have any need for permit updates. There is no Geotechnical Engineering included for this project. The previous geotechnical investigation and proposed surfacing will be used. 'Exhibit A - Scope of !Lli-.. Tukwila Urban Center, Green River Trail '01age 2 • There is ino survey included for this project. The previous survey base mapping and adjacent design will be used. SCOPE OF WORK The following is a scope of work for the repackaging of the plans, specifications, and estimated construction costs (PSE) and coin stru ction support and mainageiment phases of the project. Task No. 1.0 — Project Management and Administration Task No. 1.01 — Project Schedule A project repackaging and construction schedule shall be created in Microsoft Project that spans firoim the in obce-to- proceed for the work to repackage the PSE documents and perform coin struction management and construction support services dii project construction. The schedule shall be updated oin an as ineeded basis. The schedule will incorporate firne requirements for bidding, award, and construction contract notification to proceed as provided by the City. Task No. 1.02 — design Team Subconsultaint Agreements Consultant shall prepare Slubcoinslultant contract agreements. Task No. 11.03 — Progress Reports A progress report form shall be provided to each teaim meimbeir. This form shall be filled out oin a mointhly basis and submitted with the invoice for the work described in the progress report. Consultant shall compile the reports into a single document to be submitted to the City with the associated monthly invoice. Task No. 1.04 — Invoices Teaim meimbeirs are to prepare mointhly invoices for work completed'. Consultant shall compile the invoices into a single document to be slubimitted to the City. The anticipated contract duration is 15 moinths. Task No. 11.05 — Teaim Meetings The Consultant team shall meet with the City a maximum of four (4) times to discuss project issues, schedule, progress, and general coordination of effort. The Consultant team shall meet internally as ineeded to coordinate project tasks and design. I I . • Project schedule with mointhly updates • Monthly progress reports and invoices • Team meetings o Participation in project meetings with the City (assume 4 meefings) Exhibit A — Scope of Work Tukwila Urban Center, Green River Trail Page 3 o Participation in internal consultant teaim imeetiings with the City (assume 4 meetings) Task 2.0 — Basemap, Creation Consultant shall update the previous topographic survey by integrating previous proposed work for Tukwila Pedestrian Bridge approach and Christensen Road sidewalk improvements. deliverables: Revised baseimap in AutoCAD V20.dwg format. Baseimap flattened to zero elevation for plain use. Drawing set will use previous benchmarks and hoirizointal control, basis of bearing, property Hines, and legend. Deliverable will be AutoCAD V20 dwg file and pdf. Task 3.0 — Project Workshops Task No. 101 — Internal Teairn PSE Kick -Off Meeting The team shall meet to discuss the previous work completed on the project and develop ain approach to imove forward to be shared and discussed in a project kick off rineefing with the City. Not Used Task 5.0 — Civil Engineering Consultant shall perform the civil eingiiineeiriiing support work necessary to complete construction documents for the project. Task No. 5.01 — Site Preparation and Demolition Consultant shall identify demolition and other site preparation work inecessairy for the construction of the trail Improvements. Task No. 5.02 — Horizontal and Vertical Control and Layout Consultant shall revise the construction hoirizointal and vertical alignment for the pedestrian trail to clear all private property boundaries. This work shall also include design and layout Exhibit A — Scope of Work Tukwila Urban Center, Green River Trail Page 4 of other related facilities such as ADA landings necessary for the pedestrian trail to tie to existing grades at the pedestrian bridge and Christensen Rd. Task No. 5.03 — Grading and Paving Coinsuiltaint shall develop the inecessairy typical sections and proposed terrain imodel, and establish finish grade and grading flimits for the improvements. Cross sections will be created at a 25 -foot interval showing the existing and proposed grades. Assumptions • No finish grade contours are included in this work. All grades will be established with the proposed horizontal alignment, vertical afiginiment, and typical section. Task No. 5.04 — Teimpoirairy Eirosion and Sedimentation Control KPFF shall prepare teimpoirairy eirosion control plains and details. Plains will be prepared to a format consistent with the KCSWDM and the City's standard details. Assumptions • Construction Plain Details sheets will only include special coin stru ction. • Staindaird Details for the City of Tukwila and/air the Washington State Department of Transportation (WSDOT) will be referenced oin the Plains, but will snot be included in the plain set detail sheets. Applicable Standard Plains will be included within Appendices of the Specifications. • General notes are not included in this work. • Stormwateir drainage Technical Information Report (TIFF) prepared previously for this project is still valid. No update of the TIR is included. Task 115.05 — Utilities • Consultant shall design necessary relocations for City owned or privately owned' utilities disturbed by the project. • Coinsuiltaint shall coordinate identification of utility relocations for any firainchise utilities being disturbed within public Right of Way (R/W). Assumptions • Private utilities shall be located by survey, and locating utilities is snot included within this task. • Standard Details for the City of Tukwila and/or the Washington State Department of Transportation (WSDOT) will be referenced oin the Plans, but will snot be included in the plain set detail sheets. Applicable Standard Plains will be included within Appendices of the Specifications. Exhibit A — Scope of ffork Tukwila Urban Center, Green River Trail Page 5 • Potholing for determining utility depths is not included in this work. The City will be respoinsibile for coordinating with the utility companies to perform any required pothoking. • Necessary utility relocations will be shown oin the Storm and Utility Plains. Due to the small aimount of anticipated work, separate utility plains are Inst included at this firine. • Work addresses existing utilities. No inew Futility coin struction is currently included in this work. Task No. 5.07 — Temporary Traff ic Control Consultant shah desigin necessary roadway signing for trail closure and detour for coin struction of the trail. M=. • Staindaird Details for the City of Tukwila aind/oir the Washington State Department of Transportation (WSDOT) will be referenced oin the Plans, but will not be included in the plain set detail sheets. Applicable Standard Plains will be included within Appendices of the Specifications. Deliveirables (Electiroinic and Haled Copies) • Anticipated Civil Plain Sheets (Sheet Count: ±1 0) • Cover Sheet • Sheet Legend • Legend and Abbreviations • Site Preparation (2 sheets) • TESL Plains (2 sheets) • TESC Detail (1 sheet) • Roadway Sections (1 sheet) • Plain/Pirofile sheets (2 sheets) • Paving Detail (1 sheet) • Drainage (0 sheets) • Drainage Detail (0 sheet) • Utility (1 sheets) • Utility Detail (1 sheet) • Temporary Traffic Control Plain (2 sheets) • Teimpoirairy Traffic Control Detail (1 sheet) 0 Draft 100 Percent Plain Submittal: 0 draft 100% level plain set (. pd f - 22 x 34) Exhibit A — Scope of ffork Tukwila Urban Center, Green River Trail Page 6 0 100 Percent Plain Submittal: 0 Response to City 10011/6 Comments (3 copies) * 100% level plain set (.pdf - 22x 34) * Response to City/WS DOT Comments (3 copies) Rinal PS&E Siubimittail: o Final plain set (.pdf - 22 x 34) Task 6.0 — Structural Engineering KPFF shall provide structural eingineeiding support for the Plains, Specifications, and Estimate (PSE) design phase of the Green River Trail Improvements project. ii"IT12 19111411111111M= KPFF shall provide structural eingineeiding support for the PSE design of the trail. Components of the trail design shall include the following items: Review of pirevious geotechnical reports Light pole foundations Task No. 6.02 — Miscellaneous Structures Consultant shall provide structural eingineeding for the PSE design of miscellaneous structures. Miscellaneous structures shall incliude the following items: 0 Decorative wall footings and foundation deliverables (Electronic and Haird Copies) • Anticipated Structural Plain Sheets (Sheet Count: t1): * Wall Footing and Foundation Detail * Light Pole Foundation Detail • draft 100 Percent Plain Submittal: • Draft 100% level plain set (. pdf - 22 x 34) • Respoinseto City draft 100% Comments (3 copies) 0 100 Percent Plan Submittal: * 100%level plain set (.pdf-22x34) * Response to City /WSDOT Comments (3 copies) 0 Final Plain Submittal: Exhibit A — Scope of Work Tukwila Urban Center, Green River Trail Page 7 o Final plain set (.pdf - 22 x 34) Task 7 0 —illumination, Urban Design, and Landscape Understanding Trail afigniment will be revised to einsuire trail is within existing trail easement and ROW (outside of private property to the south edge of the trail). Revised trail afiginiment will necessitate irevisioins to current desigin inciliuding: 0 Ranting irevisioins 0 Irrigation - including irevisioins to integrate trail systeim with existing systeim Phase 1 • Illumination - light fixtures will meed' to be verified as to the type and if still available. This may incur additional work to make sure the layout is adequate for the inew fixtures Consultant will provide QA/QC for each subirinittail. Task No. 7.01 — Illumination Consultant shall provide draft 100%, 100%, and Final illiumination plans for the trail, and connection to existing plasm ination systeim for the adjacent bridge. Work includes evaluating pedestrian lighting fixtures to confirm specified fixtures are current and available, and review and revise, as inecessairy, conduits, wiring, and coordination of electrical power connection services with local power company. The Consultant shall review and republish previous lighting performance evaluation throughout the project using the AGM illumination model. Task No. 7.02 — Trail Urbain desigin Consluiltaint shall provide draft 100%, 100%, and Final Plains for trail uirbain desigin layout and surface treatments (Civil eingineeiring by KPFF) wayfinding sigin irelocatioin, and site elements (i.e. litter receptacles, benches, decorative walls, etc.). Task No. 7-03 — Landscape and Irrigation Consultant shall provide draft 1001/6, 100%, and Final Plains for planting desigin and irrigation desigin (inciliuding irrigation controller, water source point of connection) for restoration along trail section. 0 Anticipated Sheets: • Trail Landscape Plains and Details and Hairdscape Details • Trail Enlarged Landscape Plains and Details and Hairdscape Details • Trail and Bridge Lighting Plain and Details • Site Furnishing/ Plain and Details Exhibit A — Scope of IFork Tukwila Urban Center, Green River Trail Page 8 0 draft 100 Percent Plain Submittal: • draft 100% level plain set (.pdf - 22 x 34) • Respoinseto City draft 100% Comments (3 copies) 0 100 Percent Plain Submittal (.pdf - 22 x 34) o Draft Final plain set (.pdf - 22 x 34) �Ty BIOIINUMH���* � 0 Final Plain Submittal (.pdf - 22 x 34) o Final plain set (.pdf - 22 x 34) This task shall only include inecessairy documentation for temporary construction easements, if needed. The Consultant shall prepare legal exhibits (stamped diagram and brief legal description) for temporary construction easements for 2 parcels bounding the south side of the trail. Temporary Construction Easements will be executed with the land owineir by the City. Task 8,.01 — Teimpoirairy Construction Easement Documentation Consultant shall provide legal descriptions and exhibit maps for two parcels. Assumptions: • No formal Right -of -Way Plains are included at this fime as there is ino Right -of -Way acquisition as a part of this project. • No Title Report updates are included at this time. Title reports for 2 adjacent parcels are available firoim pirevious phase. ffqf +�= 1; Task 9,.01 — Updates to Cost Estimate Consultant shall recompile and verify construction quantities for work identified oin the Plains. Backup documentation shall be included for item quantity takeoffs. The cost estimate shall be based upoin WSDOT Standard Specifications and Standard Item Table. The unit prices shall be updated for current bid process Exhibit A — Scope of IFork Tukwila Urban Center, Green River Trail Page 9 Consultant shall verify the estimate of construction working days required for the construction previously calculated. Consultant shall update the quantity takeoffs and cost estimates based oin City and WSDOT review comments. City shall provide copies of their latest bid tabulations for recent public works contracts. Deliverables (Electiroinic and Haird Copies) 11=4%1111� 3M-IiIII112! S 0 W o Updates Estimated Quantities and Associated Costs (.pdf) o Estimated Construction Duration o Response to City Review Comments 0 100 Percent Submittal: o Updates Estimated Quantities and Associated Costs (.pdf) o Response to City/WSDOT Review Comments 0 Rinal PS&E Siubimittail: o Final Cost Estimate o Estimated Quantities (documentation xils and pdf) Coinsuiltaint shall coimpfle specifications for civil work and update to cluirreint 2022 WSDOT Standard Specification. Draft 100% slubimittal shall include all special provisions required for the bid iteims identified as well as City of Tukwila Division 10, GSP's required for federal funding, and a bid proposal form. Draft 100% submittal will be reviewed by the City. Consultant will integrate City comments and reslubirinit to City with 100% submittal. The City will forwarded to WSDOT with the Plains for Local Programs review. Final Submittal shall integirate WSDOT comments, provide responses to WSDOT review comments, integrate all City comments, and publish for review. Upoin final review by City, a Final set of specifications will be published and provided to the City for advertisement. City shall provide all Division 01 documents aind Contract Bofleirpilate for federal funding. City shall provide all other City Special Provisions applicable to the project. City shall siubimit 100 percent specifications and Plains to WSDOT for review for Federal Requirements. Exhibit A — Scope of Mork Tukwila Urban Center, Green River Trail Page 10 Deliveirables (Electronic and Laird Copies) I1[Wq%mj;;m 301021-1=011121! W 6 WE o Draft Specifications (.doc and pdf) 0 100 Percent Submittal: o 100 percent Specifications (.doc and pdf) o Response to City/WS DOT Specification comments (.As) 0 Rinal Submittal: o Final Specifications (.doc aind.pdf) Coinsluiltaint shall irespoind in a timely mainineir to all Bidder questions forwarded by the City. Consultant shall prepare descriptions of addenda items, revised plains, and revised specifications as necessary, and provide these documents in pdf format to the City to respond' to bidder questions. 0 City shall field all questions and formalize correspondence to bidders for respoinses. o Electiroinic.pdf versions of all revised documents. o Conformed set of Plains integrating all revisions dii bidding period o Confirmed Specifications integrating all revisions duiding bidding period. The project team will provide construction support to the City as the project design is completed and the project goes to advertisement and then construction. Tasks include attending four (4) construction meefings and site visits, answering four (4) Contractor's requests for information (RFI), and twenty (20) submittal reviews. Task li 13.01 — Pre -Construction Services KPFF will attend the bid opening. Following execution of a coin stru ction contract with the successful bidder, KPFF will facilitate a virtual pre- coin struction meeting. KPFF will provide Exhibit A — Scope of Work Tukwila Urban Center, Green River Trail Page 11 a Zoom Hink and will send invitations to attendees. KPFF will assist in preparing the list of attendees, attend and facilitate the pare-coinstruction imeeting, and prepare and distribute meeting iminutes to stakeholders. Task No. 13.02 — Contract Administration KPFF will perform project imanageimeint functions including contract administration, communications with City, coordination of staff and slubcoinsuiltaints, and invoice preparation. Facilitate communications and maintain an accurate record of correspondence with City, Contractor, and stakeholders. Prepare and distribute correspoindenceasineeded. Develop project tracking logs specific to this contract and compfle irecpuired federal funding documentation. Track certified payroll submittals and perform wage interviews with laborers. Task No. 13.03 — Weekly Progress Meetings KPFF will facilitate weekly virtual construction meetings with the Contractor. Task includes preparation of meeting agendas, facilitation of schedule updates firoim Contractor tracking against contract imilestones, and preparation and distribution of meeting iminutes to Owner, Contractor, and stakeholders. Task No 13.04 — Submittal Review / Recommendations KPFF Construction Management teaim will provide preliminary review of subimittails or conformance with the Plains and Contract Provisions, and distribute to design team for review. KPFF will develop slubimittal tracking log and track status of all submittals. Task No. 13.05 — Changed Coinditions/RFI/Chainge Orders KPFF Construction Management teaim will review Contractor Requests for Information (RFI) and design change requests, thein make initial determination if Contractor needs to provide furtheir information prior to design teaim review, or distribute to appropriate party. KPFF will prepare and process construction field directives and resultant change orders. Track all changes to the approved Plains and Contract Provisions. Coordinate, negotiate, and issue change orders, along with all documentation for the change including surnimairy sheet, creating an independent cost estimate, gathering Contractor's cost estimates and proposals, and writing a finding of fact. KPFF will develop RFI and change tracking logs and track status of all RFIs and change items. Exhibit A — Scope of ffork Tukwila Urban Center, Green River Trail Page 12 KPFF will prepare and approve progress payment applications. KPFF will track all unit price items for each pay application and compile all irelevaint backup documentation. Verify that Contractor is imaiintaiiniing irediune drawings and that they are clurreint at the time of pay application. Make recommendation and subunit paperwork to Owner for payment to the Contractor. Task No. 13.07 — Site Construction Observation KPFF will imoinitoir and document the Contractor's work and daily activities for compliance with plains and contract provisions. Provide copies of the daily reports to Owineir, Contractor, and stakeholders, indicating the status and compliance of the Contractors work with the Plains and Contract Provisions. Observe traffic patterns and moinitoir safe traffic control procedures in compliance with approved traffic control plains during construction. Observe the technical conduct of coin struction, including providing day-to-day contact with the construction Contractor, Owner, utilities, and other stakeholders, and moinitoir for adherence to the Contract Documents. Observe maternal, workmanship, and coin stru ction areas for compliance with the Contract Documents and applicable codes, and inotify construction Contractor of noncompliance. Advise Owner of all in on -coin forming work observed during site visits. Evaluate and facilitate corrective action to issues which imay anise related to the quality and acceptability of material furnished, work performed, and irate of progress of work performed by the Contractor. Provide a daily construction inspection report for each day construction is observed (Inspector's Daily Report/IDR), including but not limited to photo documentation, inspection and testing data, summary of the work for the day, and traffic control for each aspect of the construction activity. KPFF will provide special inspections/testing using slubcoinsluiltaints. KPFF will coordinate special inspections and testing, review the work of the Field Representatives) and testing laboratories in the observation and testing of materials used in the construction, document and evaluate results of testing, and inform Owner and Contractor of deficiencies. Document and log the locations, dates, and results of inspections and testing. Exhibit A — Scope of ffork Tukwila Urban Center, Green River Trail Page 13 Task No. 13-09 — Substantial Completion/Final linspection/Physical Completion KPFF will facilitate the project completion process by performing inspections of work and making a determination of Substantial Completion. Develop a written list of ireimauinling deficiencies and provide the pluinch list to the Contractor for corrective actions. Coordinate with the Contractor for the Operational Testing of all mechanical, electrical, irrigation, and other systems identified in the Plains and Contract Provisions. Upon notification firoim the Contractor of completion of the punch list items and Operational Testing, perform a Final Inspection. Once any corrective measures are satisfactorily coirnpileted and inspected, make a recommendation to Owner for the project Physical Completion Date. Coordinate inspections and closeout with the City. Task No. 1 3A 0 — As- B ui It Drawl ing s KPFF will coordinate and deliver to the design team a set of the Contractor's As -Built Drawings. The Contractor shall be irespoinsible for the content and accuracy of the provided information. KPFF will review oin a monthly basis, verify that content matches what the construction inspector has observed in the field, and review the final set of As - Built documents to confirm they are complete before delivering to the design team. Task No. 13.11 — Project Closeout Documentation / Completion Date KPFF will compile project closeout documents including final payment, QC reports, 0 & M manuals, inspection reports, and Contractor review forms. Compile all documentation from the Contractor required by the contract and governing laws. Once the documentation is accepted, provide a written final acceptance / contract completion letter to Owineir. Construction Management Assumptions • Project is federally funded. • Proposal incorporates anticipated level of effort for a 125 -day contract, which assiurnes ain 80 working day inspection period, plus precoinstruction services prior to start of construction and contract closeout, and administrative services throughout. • Construction working days are assumed to be Monday through Friday. KPFF anticipates providing full-firne site presence during construction. • Project meetings include (1) bid opening, (1) pirecoin stir uction conference, (16) weekly construction progress meetings, and (2) close-out wailkthiroughs. KPFF anticipates facilitating all meetings including development and distribution of agendas and minutes. EXHIBIT B-1 KPF'F'Consulting Engineers CONSULTANT FEE DETERMINATION SUMMARY OF COST GY EEV YIVEY T941 L Ilf PYOVE11 E V Classification Lead Civil Engineer Structural En ' ... . . ........ . ........ .. - - ------- ........................................ . Design Engineer GAI Mhln a ---- g- "' - ge3=5 MOOiol,lllpl DSC Subtotal Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate x DSC of Reimbuirsables MileNe (Wes) ------------------------------------------------------ - ..... ...... . ..... . -------------------------------- M-TI =I. Total Hours X Rate Cost IiE KI $75.73 = $15 14.60 1 K $76-88i = $9,533-12 kj 1. $53.79 $10,004.94 M $78.OiOi $2,496-00 K $39.71 $2,859-12 K $48-98 $4,016-36 K $32. $997-58 K $0.00 K $0.00 $31,421.72 X $31,421.72 $44,166-37 i3 $31,421.72 $9,426.52 20,01 X $0.625 $125-010, 4 X $75-001 $300.00 0; X $201.0101 $0.001 (Allowance) $0.0o $425-00 Consultant Costs Subconsultaint Costs (See Exhibits E) $85,439-61 IGRAN© TOTAL: 1 $273,977-6911' EXHIBIT E-1 KPFF SPID - Construction Management Services CONSULTANT FEE DETERMINATION SUMMARY OF COST GREEN RIVER TRAIL IMPROVEMENTS Classification Total Hours X Rate Cost Project Manager 163-00 X $51.92 = $8,,462.96 Assistant Project Man 122.00 X $46.88 = $5,719-36 '5aily Site Inspector 640.00 X $39.81 = $25,478.40 Project Coordinator 83-00 X $34-62 = $2,873.46 0.00 0.00 X $0.00 = $0.00 0.00 0.00 X $0.00 = $0.00 0.00 0.00 X $0.00 = $0.00 X $0.00 DSC Subtotal $42,534.18 Overhead (OH) Cost OH Rate x DSC of 140.56% X $42,534.18 $59,786-04 Fixed Fee (FF) FF Rate x DSC of 30-00% X $42,534.18 $12,760.25 Reimbursables Mileage (miles) 2,000 X $0.625 $0.00 Courier X Totals Parking X $1,250.00 lnspunctions (T,BD) 1 LS $10,000.00 $10,000-0011, Subtotal $11,250.06- ISubconsultaint Total: $126,330.41 EXHIBIT E-1 #A CONSULTANT DETERMINATION SUMMARY 29 Classification S 'MZZM Urban Design Manager Landscape II MI II. �Ic IM ian IMI IM Y fice Admin A< .. A< N II Overhead (4H) Coast OH Rate xDSC of Fixed Fee (FF) FF Rate x DSC of Reimbuirsables Mileage x Total - Cost 420.00 $0.00 "N 7 "T 11 X "Ar w 1 $5,083-54 90-00 "*49.85 A"®. -50 104.00 $33.48 y i 6yy N $3,939-60 70.00 $56-591 $3,961-30 .. !R $45-34 .. $997.48 10-00 0 ror$. X $23,175-14 X $23,175.14 $23,175.14 40-625 ; IyyI1111111111 i 000.0 420.00 $0.00 "N 7 "T $425-00 y00 Sulhcansultalnt Total. $52,207.51 06 Gi I ca CA � vs ca ts rrs v Im u Lu w � — __ Za V nN ,�ui sw �, m �e3 r . 9 r O O O O Ci d �� O a 1,-11; CSw O O R E; G B �, �d cdC� wwwww 116 W lu- -la. w ° EL '� m '�'� men �+ rL iLu M ' to C T ,^ II.L "'' 0 Im 0 "�. �vti IA w ,, -W --r —IW''- CUs -13 lrlw 1 9 ts 1 M 16 UJ cc All 06 10 Ica co co CD Z �R co 'm to � CR cl� Ln cm� m m tomm co CD m m m 31 to cr CD co cm� co �2 co co 31 co AGAc2 co co co co mm m U- T 2 d1 Ni v Z 1 C, .2 ;3 CL CL .0. U, 0 0 (f) (n U) P C3 AV CD M C) C= H H H H H H HIH H H H Al k g q M CZ) &w.mmm4 cm; ca cm� CD CD� CZ) m m 00 m U� Ed Lri cd 9 E 2 C E co cli CO�u ac UJ CD it IIIIIIIIII 111111 ■1111111 11-IIIIII 9 E cu 2 C E co eu 1A F CD llllllllll IIIIIIIIIIIIIIIIIII X1111111111■IIIIII�IIIIIIIIIIIII 9 E cu2 CL E eu7 co t C'd co X 0-0 UJ F— CD Em City of Tukwila Contract Number: 22-099 • 6200 Southcenter Boulevard, Tukwila WA 98188 Council Approval N/A I � 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 KPFF Consulting Engineers, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Cost Estimating services in connection with the project titled Green River Trail Improvements. 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 for a period commencing upon execution and ending December 31, 2022, 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, 2022 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 "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $13,612.12 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 (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. 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: KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 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 CITY OF TUKWILA �'�Cf%GGr.�O-l�GI�LP�G 19th day of Hari Ponnekanti, Public Works Director August, 2022 CONSULTANT .00 00000��Zo-'�' Printed Name: Llovd A. Wind Title: Associate CA revised May 2020 Page 5 Exhibit A Scope of Work Green River Trail Improvements Cost Estimate Update and Estimate of Construction Working Days PROJECT DESCRIPTION The Tukwila Urban Center project created a multi -use pedestrian and bicycle corridor that connected the Sounder Station with the Tukwila Transit Center. A portion of the Green River Trail reconstruction west of and along the south bank of the Green River within this corridor was designed but previously eliminated from these projects. This unimproved portion of the Green River Trail, between Christensen Road and the west landing of the new pedestrian bridge will be reconstructed with this project, finalizing the last leg of the Tukwila Urban Center connection corridor. PROJECT OBJECTIVES The overall objective of this Work is to update previous cost estimates for the Green River Trail reconstruction work which was removed from a contract during a previous phase, and prepare an estimate of construction working days required to perform the anticipated construction. Trail improvements extend from the west landing of the new pedestrian bridge to the east side of Christensen Road. The trail will be paved in concrete, matching the general finish of previous improvements along the west side of Christensen Road. The project team is made up of the following firms: Owner Prime Consultant Civil Engineering Urban Design Landscape Illumination Construction Management ASSUMPTIONS City of Tukwila KPFF Consulting Engineers KPFF Consulting Engineers KPG Psomas KPG Psomas KPG Psomas KPFF Consulting Engineers • There is no Right -of -Way acquisition required for this project. • There is no permitting work for this contract. • There is no Geotechnical Engineering included for this project. • There is no survey included for this project. The previous phase design plans in .pdf format will be used. Exhibit A — Scope of Work Green River Trail Improvements Page 2 SCOPE OF WORK The following is a scope of work to prepare an updated estimate of construction costs for the project, and a calculation of construction contract working days. Task No. 1.0 — Project Management and Administration Task No. 1.01 — Project Schedule Work shall be performed within a maximum duration of two (2) months. A preliminary submittal will be submitted within two (2) weeks from contract execution. Task No. 1.02 — Design Team Subconsultant Agreements Consultant shall prepare Subconsultant contract agreements. Task No. 1.03 — Progress Reports A progress report shall be filled out on a monthly basis and submitted with the invoice for the work described in the progress report. Consultant shall 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. Consultant shall compile the invoices into a single document to be submitted to the City. The anticipated contract duration for this work is a maximum of 2 months. Task No. 1.05 — Team Meetings The Consultant team shall meet with the City a maximum of four (4) hours on an as -needed basis to review the work. Deliverables • Monthly progress reports and invoices • Team meetings o Participation in project meetings with the City Exhibit A — Scope of Work Green River Trail Improvements Page 3 Task 2.0 — Basemap Creation Consultant shall prepare a rough basemap from the .pdf documents of the previous 100% plans prepared for the Green River Pedestrian Bridge project before the trail construction work was removed. Deliverables: • Preliminary basemap in .pdf format. Task 3.0 - Civil Engineering Not Used Task 4.0 - Structural Engineering Not Used Task 5.0 -Illumination, Urban Design, and Landscape Not Used Task 6.0 — Right -of -Way Services Not Used Task 7.0 —Cost Estimate Task 7.01 — Construction Cost Estimate Consultant team shall estimate work items and quantities of work items shown on the abridged 100% Planset dated 10/16/2015 for the Tukwila Urban Center Pedestrian / Bicycle Bridge project. Backup documentation shall be included for item quantity takeoffs. The cost estimate shall be based upon WSDOT Standard Specifications and Standard Item Table. The unit prices shall be updated for current bid values utilizing WSDOT bid averages, City of Tukwila bid values of similar projects, bid values of similar items from other local agencies, and other available data. Exhibit A — Scope of Work Green River Trail Improvements Page 4 Task 7.02 — Estimate of Construction Duration Consultant shall calculate an estimate of construction working days required for the construction. Working Day calculations shall follow WSDOT guidance where applicable. If WSDOT is absent on work items, Means Guide production rates will be evaluated for use. For specialized work, and administrative work, KPFF will estimate this time based on past experience. Assumptions • City shall provide copies of their latest bid tabulations for recent public works contracts. Deliverables (Electronic and Hard Copies) • Draft 90% Cost Estimate • Estimate of Working Days based on Bid items and contract administration allowances. Task 8.0 —Specifications Not Used Task 9.0 —Bid Support Services Not Used Task 10.0 — Construction Support Services Not Used Task 11.0 — Construction Management Services Not Used End of Scope of Services IW:I:II:1111i: CONSULTANT FEE DETERMINATION SUMMARY OF COST GREEN RIVER TRAIL IMPROVEMENTS Classification Total Hours X 4.00 X Project Manager 27.00 X $76.88 = $2,075.76 Lead Civil Engineer 16.00 X $53.79 = $860.64 Structural Engineer 0.00 X $78.00 = $0.00 Design Engineer 4.00 X $39.71 = $158.84 Asst. Const Manager 4.00 X $46.88 = $187.52 Project Coordinator 4.00 X $32.18' = $128.72 X = $0.00 X = $0.00 DSC Subtotal = $3,714.40 Overhead (OH) Cost OH Rate x DSC of 140.56% X $3,714.40 = $5,220.96 Fixed Fee (FF) FF Rate x DSC of 30.00% X $3,714.40 = $1,114.32 Reimbursables Mileage (Miles) 0 X $0.625 $0.00 Courier i 0 X $75.00 $0.00 Parking 0 X $20.00 $0.00 (Blank) (Allowance) $0.00 Subtotal $0.00 Consultant Costs $10,049.68 Subconsultant Costs (See Exhibits E) $3,562.44 GRAND TOTAL: 1 $13,612.12 Rate = Cost _ $302.92 EXHIBIT B KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST GREEN RIVER TRAIL IMPROVEMENTS Classification Total Hours X Rate = Cost Senior Survey Tech 0.00 X $45.12 = $0.00 Urban Design Manager 4.00 X $66.02 = $264.08 Project Landscape Architect 6.00 X $49.85 = $299.10 Landscape Technician 6.00 X $33.48 = $200.88 Senior Illumination Engineer 4.00 X $70.35 = $281.40 Project Illumination Engineer 4.00 X $56.59 = $226.36 CADD Technician 0.00 X $45.34 = $0.00 Office Admin 2.00 X $32.24 = $64.48 DSC Subtotal $1,336.30 Overhead (OH) Cost OH Rate x DSC of 136.59% X $1,336.30 = $1,825.25 Fixed Fee (FF) FF Rate x DSC of 30.00% X $1,336.30 = $400.89 Reimbursables Mileage (miles) 0 X $0.625 $0.00 Courier 0 X $75.00 $0.00 Parking 0 X $20.00 $0.00 (Blank) 0 $0.00 $0.00 Subtotal $0.00 Subconsultant Total: $3,562.44 IL a5 4'l - N N U i a ti cM'J c -i c -i Q O o o � h-' N N W V ti O N N N CM"] V M M V � N N O cD O 01 O r- ' O O 47 laJ Q O Q O m O cri ti ti ti N V 3 O M N Q Q Q O O 4'J f� O O O cD cD N O p V 61 M M c0 c0 � R N M O O o p � q ti, cq � rn N N N O � a0 diC 0 U N ll" M � Q m 40'] N m V N N � 3•m �, V Q � W � t4 H3 s9 C o iC W ' 'n ca 6? d} d} d} d} d} f9 cp M d} d} d} d} d} d} f9 A m LL7 ^ O cD V N V L(J It) U7 C O � tV O m T C J, �. to to to to to H3 s9 4i O 4'J cO+J a v J+ U N i3I R N 0 L4' N �C 0 LoCDO rte. — � Q, c •a -y _ � .+ R �,. a O U O '� m LO J w "o o `° U w 91 9 _ =-a _cO Np M o o tV M V lt'i. cG 1'. o cD Of c x� R OxMa c a� G � ~ h H: U IL C Q) Q _ c 0U) CL N 2 N a��rn N Y LL O a� �:.: <? R R U- H3 H3 H3 H3 H3 H3 H3 H3 H3 H3 ti ti OJ N H3 H3 69 W O M 1= : H3 H3 H3 H3 H3 H3 H3 H3 DR M rn V M eH H3 H3 N N O O i4 (6 O+R r :cn : N V o fIl M N L!J OJ V U Q r M L'I'] � r � N N Q N A Q U C O M � Q r EA EA d3 d} H3 d} VS G L�lJ T � 47 In FA a` W_ C N O] V W U' V 43 t C:U � r M N N V O 4M'] YM9 H3 H3 d3 d} H3 d} s9 O Lin � M ti M C � a R;Q .y . tll tD V V Q7 o V O R R a I� w 3t miw v `o r 'c 0 Z M d U' �i R R V G o o ci di c c w ro a� c R � w o G N. r2. L R (n y K {> R C G •D'! W � _ - a O �..: O 3 9. 3: w J y O a 7-5 w C U p_ w U U m 0 oti o U n ss. o o, w '. p p.l a cn H m. m S3 U (!7 GA. U � � m r r, ln va0a�ii w N C N N O fl_ N C N f6 N N CL N OL N a��rn N Y NaD LL O