Loading...
HomeMy WebLinkAbout23-089 - Contract - KPG Psomas - Design Services: 2023 Annual Small Drainage ProjectAmendment #2 Between the City of Tukwila and KPG Psomas, Inc. That portion of Contract No. 23-089 between the City of Tukwila and KPG Psomas, Inc. for the project titled 2023 Annual Small Drainage Program — Design Services is hereby amended as follows: Section 2, Scope of Services: The following language shall be added to the end of the existing Section 2: In addition, work under this contract shall include reimbursement for services, direct expenses, and costs associated with the additional contract scope of services as described in Exhibits A- 2 and A-3, attached. Section 3: Duration of Agreement; Time for Performance: Section 3 is hereby amended to read as follows: 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, Payment: Section 4A is hereby amended to read as follows: Payment for the work provided by the Consultant shall be made as provided on Exhibits "B" provided that the total amount of payment to the Consultant for that work shall not exceed $99, 785.00 without express written modification of the Agreement signed by the City. Payment for the work provided by the Consultant shall be made as provided on Exhibit B-2 and B-3 attached hereto, provided that the total amount of payment to the Consultant for that work shall not exceed $135,077.50 without express written modification of the Agreement signed by the City. The maximum amount payable under this contract as amended inclusive of all fees and other costs shall not exceed $234,862.50 without express written modifications of the Agreement signed by the City. CA Reviewed May 2020 Page 1 of 2 City of Tukwila Agreement Number:23-089(b) 6200 Southcenter Boulevard, Tukwila WA 98188 (D All other provisions of the contract shall remain in full force and effect. Dated this 21 St I day of October , 2024. CITY OF TUKWILA E E��i v Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Signed by: a Andy Youn, City Clerk APPROVED AS TO FORM: Signed by: Sigma '6.65EAS2... Office of the City Attorney CONTRACTOR: By: �. Printed Name: TenWright Title: Vice President CA Reviewed May 2020 Page 2 of 2 EXHIBIT A-2 City of Tukwila 2023 Small Drainage Program City Project Number: 23-089 KPG Psomas, Inc. Project Number: 9TUK010600 Scope of Work September 10, 2024 Supplement #2 Purpose This Supplement scope will also include continued design and permitting coordination services for the City of Tukwila Green River Trail repair at Tukwila International Blvd underpass through December 31, 2025. The project is currently in Mitigation Development phase and the use of King County In -Lieu Fee (ILF) mitigation credits from the Chinook Wind Mitigation Site has been identified as the preferred mitigation path to offset impacts associated with the trail scour repair project. The Consultant shall support the City and Subconsultant in the preparation of the ILF with support graphics, meetings with stakeholders, and permit reviewer comments. In addition, this scope incudes additional unforeseen mitigation coordination already completed, as well as coordination anticipated during preparation, submittal, and review of permit applications, including local (City) permitting that will be needed for the project approval before construction can take place. The specific tasks to be performed as part of this Supplement #2 scope of work include: General Assumptions: • No change in scope to Task 2 and Task 3 Task 1 Project Management/Coordination/Administration 1.1 Provide overall project management (assume 12 months) including: • Project staff management and coordination Subconsultant management and coordination • Prepare and update project schedule • Schedule and budget monitoring 1.2 Coordinate with City staff and Stakeholders: Meeting with City staff to discuss preferred repair design (assume 8 EA — 1 hour meetings with 30 minute prep) Meeting with Permitting Stakeholders (assume 8 EA— 1 hr meetings with 2 hour prep) 1.3 Provide QA / QC reviews by senior staff of deliverables prior to submittal to the City. This includes constructability review of subconsultant structural drawings. Task 1 Deliverables: • Monthly progress reports and invoicing City of Tukwila Page 1 of 2 KPG Psomas Inc. 2023 Small Drainage Program Exhibit A-2 September 10, 2024 Supplement #2 • Meeting agendas and minutes including a summary of decisions made / needed resulting from design coordination meetings. Task 4 Green River Trail Repair - Environmental Services (see attached for GeoEngineer's services) 4.1 Consultant shall prepare graphics and figures required for Permit Applications which now includes the ILF, review period, and local (City permits) in support for subconsultant permit application preparation. (Assume vicinity map, site map with OHW delineation and project limits, and quantity calculations). Management Reserve Included in this Contract's Management Reserve includes, but is not limited to: • Any additional services requested from the City to advance project through final design and construction. The above activities will require written authorization from City to access management reserve funds. Additional Services The City may require additional services of the Consultant in order to advance the project through final design and construction. This work may include items identified in the current task authorizations as well other items, which may include, but are not necessarily limited to survey, geotechnical investigation, design, permitting, environmental documentation and/or services during construction. These services will be authorized under a future contract supplement if necessary. At the time these services are required, the Consultant shall provide a detailed scope of work and an estimate of costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. City of Tukwila Page 2 of 2 KPG Psomas Inc. 2023 Small Drainage Program Exhibit A-2 September 10, 2024 Supplement #2 o s. v g v m P+�O Ax m 7 o o in 3 0 W 4 W � � C N D v Z I 0 0 Z N c 0 v C D 3 to d d d d 2 O N H y mwo� ' yL) 00:P 2 oa A m A T A O f. O o m. 3� a o- '< o 2 3 Q. o o CEm, a muO n v _ c r y = .. o 3 .�.. o ti ti ti ti in d s = N x y x m 3 Z O x o. y T: o m n' oo !L to m n S O !" m < !" o 2L D o Z mto m O n o 0 a m m w o m o o Engmeenng � o m Manager I iw !,`u° 'Senior Engineer c'. m o O a m iw '.Project Engineer I o o M '. m w Project Engineer 11 (Design Engineer c a w Design Engineer 11 m 3 iw d o Design Engineer 111 � N SeniorProject - m w o oManager C m Survey �+ iw Project Surveyor 11 Z > C j o. o O =i: � m N Rjw Project Landscape n o m Q O Archdectll 3 m N m Senior o o Construction Manager Construction Manager w Senior Resident o o Engineer Senior CAD o Technician w CAA Technician of o o o Business Manager w Senior Admin o N o Office Admin d A - Office Assistant m o. 3 _ 26 o D7 m D m F p N io y G c Sp m 2 A A A N o �d n c 0 yoly O V � G O : 4 66 o s. v g v m P+�O Ax m 7 o o in 3 0 W 4 W � � C N D v Z I 0 0 Z N c 0 v C D 3 to Exhibit A-3 E I E 1101 South Fawcett Avenue, Suite 200 Tacoma, Washington 98402 253.383.4940 September 6, 2024 KPG Psomas, Inc. 3131 Elliot Avenue, Suite 400 Seattle, Washington 98121 Attention: Kelsey Anderson, PE Additional Services Agreement No. Green River Trail at Tukwilar i a y rd Bank ErosionRepair File 0259-062-01 This confirms Additional Services Agreement (ASA) Number 2 between KPG Psomas, Inc. (KPG Psomas) and GeoEngineers, Inc. (GeoEngineers) for continued Mitigation Permitting Services for the City of Tukwila (City) Green River Trail at Tukwila International Boulevard Bank Erosion Repair Project located in Tukwila, Washington. The project is currently in Mitigation Development phase and the use of King County In -Lieu Fee (ILF) mitigation credits from the Chinook Wind Mitigation Site has been identified as the preferred mitigation path to offset impacts associated with the trail scour repair project. We have prepared this ASA to prepare an ILF Use Plan Report documenting use of the Chinook Wind ILF credits; accommodate additional mitigation coordination already completed as well as coordination anticipated during preparation, submittal and review of permit application materials; and include local (City) permitting that will be needed for project approval. Our scope, assumptions and fee estimate are included below. This task amends existing Task 2 that was previously authorized to add the following additional services: 1. Additional coordination with City and KPG Psomas previously completed during evaluation of mitigation alternatives, selection of a preferred mitigation alternative and preparation of associated documentation. 2. Additional coordination meetings with external stakeholders and fishery co -managers (Washington Department of Fish & Wildlife [WDFW] and Muckleshoot Indian Tribe Fisheries Department [MITFD]) previously completed to present mitigation alternatives and recommendations. 3. Anticipated coordination with the City, KPG Psomas, WDFW, MITFD, U.S. Army Corps of Engineers (USACE) and/or King County Mitigation Reserves Program during development of the ILF Use Plan, permitting documentation and permit application submittal/review processes. 4. Associated project management during the course of execution of the above services. KPG Psomas, Inc. I September 6, 2024 Page 2 This task amends existing Task 4 that was previously authorized to add the following additional services: 1. Prepare an ILF Use Plan documenting use of the Chinook Wind ILF credits as mitigation for the proposed project. 2. Prepare a State Environmental Policy Act (SEPA) Checklist. 3. Prepare a Shoreline Narrative addressing compliance with the City Shoreline Master Program (SMP). 4. Act as authorized agent on behalf of the City for WDFW and USACE permits. This will include submittal of Hydraulic Project Approval (HPA) application through WDFW online portal and Section 10/404 Clean Water Act (CWA) permit application electronically to USACE. Contract will be extended to December 2025. All services included in this amendment are anticipated to be completed within this timeframe and our estimates associated with anticipated coordination and general project management during execution of these services are based on this assumption. We have accounted for up to 16 hours of anticipated coordination in this amendment. If the project timeline is extended or other unforeseen circumstances require additional coordination above and beyond this allocation, an amendment to this scope and fee estimate may be required. The ILF Use Plan will be based roughly on the examples provided by King County. The ILF plan will be provided as a draft for KPG Psomas and City review and then finalized for submission to the USACE and Interagency Review Team (IRT). We have not currently budgeted for any further revision based on USACE or IRT review. • Figures to be included in the ILF Use Plan will be provided by KPG Psomas. • DARPA form and Biological Evaluation (BE) were included in previously contracted scope of services and will be used to submit applications to USACE and WDFW. • SEPA Checklist, JARPA form (included in original scope of services) and Shoreline Narrative will be provided to KPG Psomas and the City for City use completing internal permit applications. • A shoreline permit will be required and will also be used to document compliance with City critical areas regulations. A separate approval for critical areas is not anticipated. Shoreline stabilization and public paths are permitted uses within the Urban Conservancy shoreline environment and within the shoreline buffer; shoreline stabilization is a permitted use within the Aquatic shoreline environment. The project will be approved as a Shoreline Substantial Development, if not exempt as normal maintenance and repair. A variance or conditional use permit will not be required. The ILF Use Plan and purchase of ILF program credits will be sufficient mitigation and documentation to meet all agency requirements, including the City for Shoreline permit; additional mitigation for shoreline approval is not anticipated or included. A cultural resources survey and critical areas report are not included and will not be required by the USACE or the City. DELIVERABLES • ILF Use Plan (Draft and Final) • SEPA Checklist (Draft and Final) • Shoreline Narrative (Draft and Final) File No. 0259-062-01 GEoENGINEER5 KPG Psomas, Inc. I September 6, 2024 Page 3 Complete application package submitted to USACE, including DARPA, BE and ILF Use Plan. Complete application package submitted to WDFW through online portal, including JARPA information, BE, ILF Use Plan and design drawings (provided by KPG Psomas). The fee estimate for these services is presented below: IILiCMA IIL Task 2. Stakeholder Coordination Anticipated future coordination ILF Use Plan Shoreline Narrative File No. 0259-062-01 Exhibit B-3 $5,120 $11,410 $6,400 Amendment 2 Budget Total $34,470 Total Revised Budget $71,870 KPG Psomas, Inc. I September 6, 2024 Page 4 The professional services listed above will be provided in accordance with the terms in our existing contract for Project No. 9TUKO1O3OO, dated May 31, 2023. The fee for the additional services described above will be determined on a time -and -expense basis using our current Schedule of Charges, which is attached to this agreement for reference. Sincerely, GeoEngineers, Inc. Shawn M. Mahugh, PWS Senior Habitat Ecologist SIMUIAII: CAlm Attachments: Schedule of Charges — GeoEngineers Standard 2024 One electronic copy submitted David B. Conlin, MA, PWS Associate Ecologist Prolprie't Airy INot'ur e: 'Fhe corAeiarts off 1:17is doruurnerru: are piroprietairy to Geoliiiirlgirieers, Inc. arld acre untended solelly fair use Iby our client to evaluate Geoliii,igivleers' a rapahiilliities and understanding of pipiect regluiireinmiats as they relate to pednirmiing the serAces proposed four ;;a specific 1piro.ject. Copies off this docurneinrt or ilts crainrtei7ts imlay not Ibe dieschasedIto any otheirl3art'esvuiitli uttliemn,itkeiaconsentofGeo1::.:,11ghneeirs. Itisdaiimleir� Any elle:rrtroirliir:'oirm,'tacsiirnmiille or hard copy of the origiirlral docuirnmein't (emraill,'text, tal®le, and/or figure.), if 1pir axided, and any attachimleots are aai7lly a copy au't'the. oirigivuall docuurnenil, The oiriginall docuurnelnt is stoired Iby Geoll::irlgineer^s, Inc.,Iand vvillll serve as the olffi :ial docuimleint of record„ Copyrig;hit@ 2024 Iby GeoF.:rigineers, hic. All rights reseinred. File No. 0259-062-01 GEoENGINEERS 11r'' " • • • " �i Page 1 of 2 Our compensation will be determined on the basis of time and expenses in accordance with the following schedule unless a lump sum amount is so indicated in the proposal or services agreement. Current rates are: PROFESSIONAL STAFF Staff 1 Scientist $ 146/hour Staff 1 Engineer $ 154/hour Staff 2 Scientist $ 167/hour Staff 2 Engineer $ 175/hour Staff 3 Scientist $ 191/hour Staff 3 Engineer$ 198/hour Project Scientist 1. $ 220/hour Project Engineer 1 $ 228/hour . Project Scientist 2. $ 228/hour Project Engineer 2 $ 234/hour Senior Engineer/Scientist l $ 255/hour Senior Engineer/Scientist 2 $ 279/hour . Associate $ 292/hour Principal $ 320/hour Senior Principal $ 340/hour TECHNICAL SUPPORT STAFF Administrator 1 $ 103/hour Administrator 2 $ 119/hour Administrator 3 $ 136/hour CAD Technician $ 132/hour CAD Designer $ 155/hour Senior CAD Designer $ 180/hour GIS Analyst $ 165/hour Senior GIS Analyst $ 180/hour GIS Coordinator $ 200/hour *Technician $ 114/hour *Senior Technician $ 136/hour *Lead Technician $ 146/hour Geotechnical Construction Specialist $ 191/hour Environmental Database Manager $ 226/hour Health and Safety Specialist $ 146/hour Health and Safety Manager $ 200/hour *Hours in excess of 8 hours in a day or 40 hours in a week will be charged at one and one-half times the hourly rates listed above. Contracted professional and technical services will be charged at the applicable hourly rates listed above. Staff time spent providing expert services in disputes, mediation, arbitration and litigation will be billed at one and one-half times the above rates. Time spent in either local or inter -city travel, when travel is in the interest of this contract, will be charged in accordance with the foregoing schedule. A surcharge may be applied to night and weekend work. See proposal for details. Rates for data storage and web -based access will be provided on a project -specific basis. Associated Project Costs (APC) equal to six percent (6%) of professional fees will be assessed. This fee allows GeoEngineers to invest in the necessary infrastructure to ensure we provide our clients with the latest technological and data security standards. The investments include maintaining and advancing technical tools and platforms across all aspects of our business, and strengthening our defenses against cyber threats to ensure data remains secure. These costs are not included in our hourly rates or direct expenses. Schedule_GeoEngineersStandard-2024 I EERY Page 2 of 2 EQUIPMENT Air Quality Equipment, per Day $ 210.00 Air Sparging Field Test, per Day $ 110.00 Air/Vapor Monitoring Equipment (PID, 5 -Gas Meter), per Day $ 110.00 Asbestos Sample Kit Each $ 30.00 Blastmate, per Day _ $ 120.00 . D&M Sampler, per Day $150.00 DO (Dissolved Oxygen) Kit, Each $ 25.00 . Dynamic Cone Penetrometer, per Day $45.00 E -Tape (Electric Tape), per Day $ 35.00 . Electric Density Gauge, per Day $ 110.00 Electric Density Gauge, per Week $ 430.00 Electric Density Gauge, per Month $ 1,400.00 Environmental Exploration Equipment, per Day $ 225.00 Field Data Acquisition Equipment (Field Tablet), per Day $55.00 Field Tablet per Week $ 200.00 Field Tablet, per Month $ 750.00 Field Tablet with Cellular, per Day $ 75.00 Field Tablet with Cellular, per Week $ 300.00 Field Tablet with Cellular, per Month $ 1,000.00 Field Gear/ Reconnaissance, per Day $ 55.00 Gas Detection Meters, per Day $ 105.00 Generator, per Day $ 110.00' Groundwater Pressure Transducer w/ Datalogger, per Day $ 55.00 Groundwater Pressure Transducer w/ Datalogger, per Week $ 220.00 Hand Auger, per Day". $ 100.00 Inclinometer Probe, per Day, 1 Day minimum $ 210.00 Interface Probe, per Day $ 65.00 Iron Test Kit, Each$ -. 25.00' Laser Level per Day $ 60.00 Low Flow Groundwater Sampling Equipment, per Day $ 235.00 Multiparameter Water Quality Meter, per Day $ 85.00 Nuclear Density Gage, per Hour, 1/2 Day minimum $ 15.00 Peristaltic Pump, per Day $ 50.00 pH Probe,/Meter per Day $ 20.00 PID, FID or OVA, per Day $ 130.00 Rock/Slope Fall Protection/Rigging Equipment, per Day $700.00 Saximeter, per Day $ 60.00 Scuba Diving Gear, per Day/per Diver $ 700.00 Shallow Soil Exploration Equipment, per Day $ 60.00 Soil Field Screening Equipment, per Day $ 20.00 Soil Sample Kit, Each,. $ 20.00 Steam Flow Meter, per Day $ 20.00 Strain Gauge Readout Equipment, per Day $ 50.00 Surface Water Flow Meter, per Day, 1/2 day minimum $ 50.00 Surface Water Quality Monitoring Equipment, per Day $ 50.00 Turbidity Meter, per Day $ 50.00 Vehicle usage, per Mile, or $30/half-day, whichever is greater $ 0.65 Specialized and miscellaneous field equipment not listed above will be quoted on a project -specific basis. Charges for services, equipment, supplies and facilities not furnished in accordance with the above schedule, and any unusual items of expense not customarily incurred in our normal operations, are charged at cost plus 15 percent. This includes shipping charges, subsistence, transportation, printing and reproduction, miscellaneous supplies and rentals, surveying services, drilling equipment, construction equipment, watercraft, aircraft, and special insurance which may be required. Taxes required by local jurisdictions for projects in specific geographic areas will be charged to projects at direct cost. Per diem may be charged in lieu of subsistence and lodging. Routinely used field supplies stocked in-house by GeoEngineers, at current rates, list available upon request. In-house testingfor geotechnical soil characteristics at current rates, list available upon request. All rates are subject to change upon notification. Schedule_GeoEngineersStandard-2024 I EERY CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2023 to 2028 PROJECT: Annual Small Drainage Program Project No. 80041201 DESCRIPTION: Select, design, and construct small drainage projects throughout the City. JUSTIFICATION: Provide drainage corrections for existing/ongoing drainage problems throughout the City, including culvert replacements, drain extensions, and pavement upgrades. STATUS: Projects for this annual program are taken from Small Drainage Project List. MAINT. IMPACT: Reduces maintenance. COMMENT: Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar years. FINANCIAL (in $000's) Through 2021 Estimated 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL EXPENSES Design 97 100 100 100 110 110 110 110 80 917 Const. Mgmt. 136 99 100 100 110 110 110 110 80 955 Construction 638 603 700 700 750 750 750 750 513 6,154 TOTAL EXPENSES 871 802 900 900 970 970 970 970 673 8,026 FUND SOURCES Awarded Grant 0 Proposed Grant 65 65 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 806 802 900 900 970 970 970 970 673 7,961 TOTAL SOURCES 871 802 900 900 970 970 970 970 673 8,026 76 2023 - 2028 Capital Improvement Program City of Tukwila Agreement Number: 23-089(a) Council Approval N/A 11106200 Southcenter Boulevard, Tukwila WA 98188 leu CONTRACT FOR SERVICES Amendment #1 Between the City of Tukwila and KPG Psomas, Inc. That portion of Contract No. 23-089 between the City of Tukwila and KPG Psomas, Inc. for the project titled 2023 Annual Small Drainage Program — Design Services is hereby amended as follows: Section 3: Duration of Agreement; Time for Performance: The Consultant shall perform all services and provide all work products required pursuant to this agreement no later than December 31st, 2024. All other provisions of the contract shall remain in full force and effect. Dated this 12th day of December , 20 23 CITY OF TUKWILA CONTRACTOR: EDS E1F89FE09132B4Q�DocuSigned by: WP Ly'q2_ By. �A�Vl Allan Ekberg, Mayor 12/12/2023 1 2.38 PM PST ATTEST/AUTHENTICATED: by: EDocuSigned (� VtSf y i-,F(,alA UY, 88678483C8594E7... Christy O'Flaherty, City Clerk APPROVED AS TO FORM: F cuSigned by: �. a"AA-'165.F�1$2.,. Office of the City Attorney Printed Name: Nandez Miller Title: Vice President CA Reviewed May 2020 Page I of I DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F City of Tukwila Contract Number: 23-089 • 6200 Southcenter Boulevard, Tukwila WA 98188 Council Approval 5/1/23 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. 1. Project Designation. The Consultant is retained by the City to perform Design and Permitting services in connection with the project titled 2023 Annual Small Drainage Project . 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, 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 "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $99,785.00 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. DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F 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 DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F 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 DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F 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 DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F DATED this 9th day of May „ 2023 . CITY OF TUKWILA CONSULTANT: DS DacuSigned by: nfiUAI C By: Allan Ekberg, Mayor 5/9/2023 1 9:58 AM PDT ATTEST/AUTHENTICATED: DacuSigned by: E 11 rfrw Christy O'Flaherty, City Clerk APPROVED AS TO FORM: DacuSigned by: �. at4j A®GAA bg€C4€2... ..........._._.......... Office of the City Attorney Title: V i c,- tj, C CA revised May 2020 Page 5 DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F EXHIBIT A City of Tukwila 2023 Small Drainage Program City Project Number: xxxxxxx KPG Psomas, Inc. Project Number: xxxxxxx Scope of Work April 10, 2023 Purpose The 2023 Small Drainage Program shall consist of Consultant preparing design solution that will repair the scour taking place under Tukwila International Boulevard along the Green River Trail. This design solution will include identifying and working with stakeholders for mitigation that will be completed as a result of the Green River Trail repair. This scope will also include preparing Plans, Specifications and Estimate for the 2023 Small Drainage Program. The project will include the following site(s): 1) Green River Trail Repair (Mitigation Location final design and permitting not included) General Assumptions: It is the Consultants understanding that the City will coordinate and secure right of entry and temporary access for any work for property restoration with the property owners on all sites within the project scope. It is assumed this work will be completed during daytime working hours and a noise variance permit will not be required. • It is the Consultants understanding that the City will coordinate and review any franchise utility submitted right of way use permits, construction permits, and temporary access for any work for utility location and relocation required to install the drainage improvements on all sites within the project scope. It is the Consultants understanding that there is no state or federal funding for the Project engineering or construction. The specific tasks to be performed as part of this scope of work include: Task 1 Project Management/Coordination/Administration 1.1 Provide overall project management (assume 10 months) including: • Project staff management and coordination • Subconsultant management and coordination • Prepare and update project schedule • Schedule and budget monitoring 1.2 Coordinate with City staff and Stakeholders: • Meeting with City staff to discuss preferred repair design (assume 6 meetings) • Meeting with Permitting Stakeholders (assume 6 meetings) City of Tukwila Page 1 of 3 KPG Psomas Inc. 2023 Small Drainage Program Exhibit A 04/10/2023 DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F 1.3 Provide QA / QC reviews by senior staff of deliverables prior to submittal to the City. This includes constructability review of subconsultant structural drawings. Task 1 Deliverables: • Monthly progress reports and invoicing • Meeting agendas and minutes including a summary of decisions made / needed resulting from design coordination meetings. Task 2 Green River Trail Repair —Civil Design 2.1 Compile and review data and records from the City, including record drawings, GIS data, and relevant previously -prepared reports. Site Visit to compile measurements and create basemap of trail under Tukwila International Blvd. 2.2 Prepare 30% design plans and cost estimate for the preferred design repair option. This includes combining the structural plans and quantities. 2.3 Prepare 60%, 90%, and final design plans, specifications, and estimate (PS&E) for the preferred design repair options. It is anticipated that the PS&E package will include the following: PLANS (60%, 90%, Bid) Cover sheet (1) Legend and abbreviations (1) TESC & Site preparation plan (2) Trail Repair Plan (includes HMA pavement, fencing, and connections to existing condition) (1) Trail Details (1) Details - stream restoration (1) Pedestrian Trail Traffic Control Plan (2) Tukwila International Blvd (TIB) Traffic Control Plan (2) (Civil Plans Only. Does NOT include Structural Drawings) SPECIFICATIONS (90% & Bid a. Bid Documents b. Contract Documents C. Amendments to the Standard Specifications d. Special Provisions e. Standard Plans f. Prevailing Wage Rates g. RCW 19.122 Task 2 Assumptions: • No Survey will be completed. All drawings based on site visit measurements. • Civil Design is based on Draft Conceptual trail repair micropile design by Schnabel Engineering (2/10/23) with basis that trail repair is approximately 20 LF in length at concentrated scour location. • No grant funding (State or Federal) • WSDOT Standard Specifications and Standard Plans will be referenced on the Plan sheets for all proposed improvements. City of Tukwila Page 2 of 3 KPG Psomas Inc. 2023 Small Drainage Program Exhibit A 04/10/2023 DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F • Structural engineering services will be provided by a subconsultant to KPG Psomas. An allowance has been included separate task and budget. Task 2 Deliverables: • 30%, 60%, 90% & Final Plans (%2 size) & estimate, electronic pdf file • Final Bid Documents and Plans, electronic pdf file and 5 hard copies Task 3 Green River Trail Repair — Structural Design Services (see attached) Task 4 Green River Trail Repair - Environmental Services (see attached) 4.1 Consultant shall prepare graphics and figures required for Permit Applications in support for subconsultant permit application preparation. (Assume vicinity map, site map with OHW delineation and project limits, and quantity calculations). Plans prepared in Task 2 and Task 3 will also support these permit applications. Management Reserve Included in this Contract's Management Reserve includes, but is not limited to: • Any additional services requested from the City to advance project through final design and construction. The above activities will require written authorization from City to access management reserve funds. Additional Services The City may require additional services of the Consultant in order to advance the project through final design and construction. This work may include items identified in the current task authorizations as well other items, which may include, but are not necessarily limited to survey, geotechnical investigation, design, permitting, environmental documentation and/or services during construction. These services will be authorized under a future contract supplement if necessary. At the time these services are required, the Consultant shall provide a detailed scope of work and an estimate of costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. City of Tukwila Page 3 of 3 KPG Psomas Inc. 2023 Small Drainage Program Exhibit A 04/10/2023 E E 3 UR�a oII o' L'. ui h a c ti n no n i N: yo, w — a n E E weussu awllO o', E w w V w.: E N w K o ulwPUa361O o0 0 0 0IM r F uiwpy aoivag Ct 0 0 0va IM ua6euew ssouisne '.. o ,o aa6euew u01)3n11su00 � o �0 aoluag lolaMn8laa{o�d ! o p (dinbatNO I MOOD Ren.ns w; o (dlnbaiAA) II majo Rahn® o O m m E O U wRamnsaa6euew Z' O O @3afadaoivas o o. Y m n d = C C m d e it aaaufta u61sa0 Y �': 3 O z K c j c o d y U 0 I aaauBu3 p3afwd '. �' o o rn n c N A � 11 aaau!fiva 1301oad E E K IIIAaaUi6u373afwd .iaau16u3 13afQJd JOnla$ Jaaul6u33o!uas a' n' o ue6euew Q c 0 Iedl3uud N c o . E a d Z O .0 r f r VI f U r H f C O1 VI ) C 12 C o N O w C L. E W a ❑ o U .. m E $ A'.. n C v D a U = O m LL Z d > v E 1 u 'j E 0 E 2 _ w J ro c 5 m '0 Ti o. m 00 a�O N m > e a � M m w � m Ib r Z DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F City of Tukwila Green River Trail at Tukwila International Boulevard Bridge Bank Repair GeoEngineers Scope of Work Amendment No. 1 February 23, 2023 GeoEngineers, Inc. (GeoEngineers) is pleased to present our scope of services for additional environmental permitting supportfor the proposed Green RiverTrail at Tukwila International Boulevard Bridge Bank Repair project in Tukwila, Washington. Our understanding of the project is based on the following work we completed during the initial phase of the project: uuuum Teleconference meeting with the City of Tukwila (City), Muckleshoot Indian Tribe (MIT), Washington Department of Fish and Wildlife (WDFW), and KPG Psomas, Inc. (KPG Psomas) to discuss permit processes and mitigation requirements, held on December 5, 2022. uuuuim Teleconference meeting with the City and KPG Psomas to discuss scoping and objectives, held on January 4, 2023. uuuui A site visit on February 8, 2023, to review site conditions, identify baseline habitat conditions, quantify habitat impact areas by type and identify nearby/adjacent mitigation opportunities. We understand the City would like us to proceed with documentation of potential habitat impacts that would result from the project and use this as a basis for identifying commensurate mitigation amounts and types that could be used to satisfy permit agency and tribal requirements. The objective of this work is to place bookends on the type and amount of mitigation that would be appropriate to offset the project impacts and to preliminarily identify potential mitigation sites that may meet this objective. This information would be presented to stakeholders and permit agencies for acceptance as a path forward forthe projectto progress. Following successful acceptance of the approach by stakeholders, we will develop a mitigation commitment memorandum and develop and submit permit applications for the repair of the Green River Trail along the Duwamish River. Based on prior communication with WDFW and MIT, it is acceptable to permit the bank repair using a mitigation commitment, with implementation of the mitigation to follow. Advancement of mitigation site design and implementation of mitigation, including additional permitting, will be developed as a future scope amendment once the site has been selected. DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F Scope of Services City of Tukwila, Green RiverTrail To meet the needs of the City and prevent additional damage to the existing trail infrastructure, it is our goal to obtain necessary permits for the repair portion of the project before the end of 2023. To meet this goal, we propose the following approximate schedule: uuuur February 2023 - scoping/amendment uuullr March 2023 - develop impact quantification, mitigation objectives and mitigation alternatives uuuulm April 2023 - present to regulatory agencies and stakeholders uuuum May 2023 - develop and submit permit applications uuuuli October 2023 - permit receipt and bidding uuuur November 2023 - construction/bank repair I'as t t, yl Itliig °tliioin ObJectives GeoEngineers will complete ecological analyses and develop a brief report summarizing the results of our analyses, including the following: uuuuuu Characterize and quantify habitat impacts anticipated to result from the project. uuuur Use Best Available Science to identify appropriate scale, extent and type of mitigation that would successfully compensate for ecological and habitat impacts resulting from the project. uuuum Identify mitigation concepts in the project vicinity that may meet the mitigation objectives. uuuuli Quantify and characterize temporal impact of delayed mitigation. uuuur Review mitigation objectives and concepts with the City for City input. uuuur Develop a report summarizing the analyses and findings. I'ask 2. �Staktioldeir Coordination The purpose of this task is to present the results of Task 1 to regulatory agencies (WDFW, U.S. Army Corps of Engineers [USACE]) and the MIT to obtain stakeholder acceptance and confirm the permit pathway. This will include: uuuur Schedule and coordinate with each agency as needed to prepare and set up coordination meeting(s). uuuur Prepare presentation materials. uuuur Document meeting minutes. flararlEingirroeke,rs, Inc I'lle No 0 y'r3 0052 00 DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F Scope of Services City of Tukwila, Green RiverTrail t`aslk 'ylllItllgatloin 'Ilr llrrmlii°tlmnio' Iln°t The objective of this task is to develop a formal letter committing the City to a specific mitigation project. This work will draw on the results of Tasks 1 and 2, above, and be used in support of permit applications. This will include: uuuur Summarize and/or append mitigation objectives report. uuuulm Advance mitigation concept for preferred project based on City, regulatory agency and tribal feedback. uuuum Quantify project impacts and proposed functional offset achieved through implementation of preferred mitigation project. uuuur Identify mitigation and permitting timeline. Trill 4 � Permit Applications It is anticipated the project will need permits from the USACE (Nationwide Permit for Bank Stabilization/Section 404 Clean Water Act and/or Section 10 Rivers and Harbors Act), WDFW (Hydraulic Project Approval [HPA]) and possibly from the municipal planning department (e.g., critical areas permit, shoreline permit, etc.). The scope of work for permit applications includes: uuuulm Develop Joint Aquatic Resources Permit Application (DARPA) form uuuulm Prepare Biological Evaluation for Endangered Species Act (ESA) compliance. uuuuuu Submit DARPA, Biological Evaluation and Mitigation Commitments Memo to the USACE in application for Nationwide Permit. uuuur Develop online HPA permit using WDFW APPS online application system, including associated attachments and additional forms. Assumurmmlptlioins alind Illlmmrolllumsiiirmllrms uuuur Habitat survey is not included in this scope. uuuur Stakeholders will accept the results of our Mitigation Objectives Memo and agree to the strategy/approach previously discussed during the December 5, 2022 meeting, which includes issuance of permits based on the City committing to a mitigation concept, with implementation of the mitigation to follow. uuuulm Mitigation concept will be only minimally advanced as part of this scope of work. Detailed mitigation design and permitting for implementation of the mitigation plan will be addressed in a future scope of work and budget amendment. uuuulm Repair project will be exempt from local critical areas and shoreline permits as a maintenance project. Local permitting is not included at this time. uuuur Washington State Department of Ecology 401 Water Quality Certification and Coastal Zone Management Consistency Determinations will be programmatically approved as part of the Nationwide Permit. uuuur KPG Psomas will provide all bank repair design work in support of impact quantification and permitting. flararlEingirroeke,rs, Inc I'lle No 0 y'r3 0)52-00 DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F Scope of Services City of Tukwila, Green RiverTrail uuuur KPG Psomas will develop permit application drawings. uuuulm A Cultural Resources Survey is not included in this scope of work and assumed that it will not be needed for the repair work. uuuur Flood permits and associated flood impact modeling will not be needed for the bank repair project. uuuur This scope does not include consultation with the National Marine Fisheries Service (NMFS) after the initial permit submittal. uuuur This scope does not include negotiations with the Washington Department of Natural Resources (DNR) for potential aquatic land lease. I" �eIIlliive,irabIles e uuuur Mitigation Objectives Memorandum uuuulm Summary Documentation from Stakeholder Coordination uuuur Mitigation Commitments Memorandum uuuuli JARPA Form uuuur Biological Evaluation uuuur Complete Permit Application for USACE Permit uuuur Complete Permit Application for WDFW HPA Permit Our services will be completed in accordance with the terms established in our existing contract with KPG Psomas for the project, identified as KPG Psomas Project No. 22003 and dated November 30, 2022. The estimated fee for the services identified above is outlined in the table below. Task No. Description Estimate Fee 1 Mitigation Objectives $ 13,800 2 Stakeholder Coordination $ 3,900 3 Mitigation Commitments $ 7,900 4 Permit Applications $ 11,800 Total $ 37,400 There are no intended third -party beneficiaries arising from the services described in this proposal and no party other than the party executing this proposal shall have the right to legally rely on the product of our services without prior written permission of GeoEngineers. flararlEingirroeke,rs, Inc I'll¢; No 0 y'r3 0)52-00 DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F �������rrrrrl��Schnabel „llll/Illlllllll i NC,; ,iii PIN( October 19th, 2022 Mrs. Kelsey Anderson, PE KPG PSOMAS Inc 3131 Elliot Avenue, Suite 400 Seattle, WA 98121 )06,'s/ 51<,11 16000 ClII, Ior)�'n Row sua io 1011 / soal'l I c" WA 9 1ki1E' s cJiiia e c o= i,i THE 2023 SMALL DRAINAGE CONTRACT SHALL INCLUDE SCHNABEL TASK #5 SCOPEWITHIN THIS PIF. Subject: Geotechnical Design Services — Green River Trail Repair under Pacific Highway Bridge, Seattle Washington (Schnabel Reference 22154011.00P) Dear Mrs. Anderson: SCHNABEL ENGINEERING, LLC (Schnabel) appreciates the opportunity to submit this proposal for professional engineering services for the referenced project for KPG PSOMAS Inc (KPG). This proposal has been prepared in response to your request on September 28, 2022. PROJECT DESCRIPTION This project consists of repairing Green River Trail that has been eroded by the Duwamish River over a trail length of 16 -ft. The repair is located under the Pacific Highway Bridge (Tukwila International Blvd) along the south embankment of the Duwamish River. This portion of the existing Green River trail located below the bridge consists of asphalt paving on gravel backfill and is built on backfill retained on the river side by either a sheet pile wall or old timber supported concrete pier 1 pile cap that was left behind during construction of the Pacific Highway Bridge. The portion of the trail that has eroded occurred in the 16 -ft gap between the sheet pile wall and old pile cap. OBJECTIVE AND SCOPE OF SERVICES The objective of our services is to assist KPG with the development of engineering documents required to successfully repair this section of the Green River Trail. Schnabel's scope of work is to provide both temporary and long-term trail repair solutions. The long-term solution should consist of a system that will support the trail during future high-water level events in accordance with local code. We propose to furnish the following services in connection with this project. Task 1 — Site Visits We will conduct two site visits to take field measurements and observe the current status of the eroded trail. We will coordinate our activities with KPG and City of Tukwila (City). It is anticipated that each visit shall take no more than 3 hours each. The first visit will occur immediately and will be focused on temporary repairs, while the final site visit will focus on the long-term solution. DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F KPG PSOMAS Inc Green River Trail Repair under Pacific Highway Bridge Task 2 — Conceptual Alternatives Analysis Memo We will perform a conceptual alternatives analysis for long-term stabilization for the City's consideration. Schnabel may submit a request for additional information to the City, if need be. The number of alternatives that will be provided for long-term stabilization will be limited to a maximum of 3. This task includes the following: • Data review - we will perform a review of existing engineering documents, including the Existing Bridge Plans and Geotechnical Reports. • Conceptual Alternatives Memo - a memo will be provided to the City summarizing our data review along with a summary of conceptual alternatives for long-term stabilization. Additionally, a summary of the temporary stabilization methods will be included for the City's selection. • Project Coordination: We will coordinate with KPG and the City as needed and includes attending a meeting either at the City of Tukwila premises or via video conference after the City has reviewed the conceptual alternatives memo. Task 3 — Temporary Stabilization Recommendation Memo Once the project team has selected a preferred alternative for long-term stability, Schnabel will compile a brief memo to provide direction to Titan Construction for the selected temporary slope stabilization alternative. This task does not include construction documents. Task 4 — Hydraulic Review and Scour Potential Schnabel will review available documents such as FEMA Flood Insurance Studies and available data such as USGS gages. We will use this information in conjunction with the available 1996 Geotechnical Report for the existing Pacific Highway Bridge to evaluate scout potential and develop options for remediation. This may include riprap sizing based on an estimated river velocity. Task 5 — Long-term Stabilization Design The long-term stabilization conceptual design alternative selected by the City will ultimately determine the number of hours required to complete the design. The hours provided herein are general and may require refinement after the City selects a conceptual design. We will provide one electronic calculation submission package consisting of calculations and a drawing set with technical notes signed and sealed by a Professional Engineer registered in the State of Washington. ASSUMPTIONS In developing our scope, we have assumed the following: • Design services will be based on existing geotechnical information as shown on the Existing Bridge Contract Documents. We cannot comment on the accuracy of this data. • The top of the lateral soil support will match the top of the existing pier 1 pile cap. • Overtopping of the lateral soil support, by the river and the resulting damage to the trail, is not a design consideration, since the height of the proposed lateral soil support will match the height of the existing pier 1 pile cap. Proposal 22154011.00P / October 19, 2022 Page 2 Schnabel Engineering, LLC DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F KPG PSOMAS Inc Green River Trail Repair under Pacific Highway Bridge • This budget considers one round of comment responses from the Owner's Engineer. EXCLUSIONS The following services are not included in this proposal: • Additional design(s) or redesign(s) as a result of updates to the Contract Documents (e.g., a new geotechnical study) • Hydraulic modeling or sediment transport modeling is not included in the current scope. • Optimization or redesign based upon site conditions encountered in the field by the Contractor • Optimization or redesign based on Contractor proposed means and methods. • Field work and Construction observations • Professional services not detailed herein These services may be provided upon request for an additional fee. �:Z•aJX•Jti���? Our fees are summarized below and are for the specific scope of services detailed herein. The fee for work requested beyond the scope of services included herein will be based on our current unit prices at the time the work is authorized. Our Schedule of Personnel Fees is included as Attachment 2. The service agreement dated 10/19/2022 will apply to services to be provided under this proposal. Breakdown of Fees Task Estimated Fee Task 1 — Site Visits $1,780 Task 2 — Conceptual Alternatives Analysis Memo $5,870 Task 3 — Temporary Repair Recommendation Memo $2,180 Task 4 — Hydraulic Review and Scour Potential $4,980 Task 5 — Long-term Stabilization Design $14,500 — $18,500 Total Estimated Fee $29,347 — $33,810 Proposal 22154011. OOP /October 19, 2022 Page 3 Schnabel Engineering, LLC DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F KPG PSOMAS Inc Green River Trail Repair under Pacific Highway Bridge GENERAL We appreciate the opportunity to submit our proposal for these services and look forward to a cordial working relationship for this engagement. Please contact our office if you have any questions regarding this proposal. Your acceptance of this proposal by signing and returning one copy of this letter will form our agreement for these services. Sincerely, SCHNABEL ENGINEERING, LLC Margaret Pryor, PE Senior Associate Engineer BP:MLP;sj Attachments: (1) Cost Estimate with Hours (2) Schedule of Personnel Fees (3) KPG PSOMAS Inc Subconsultant Professional Services Agreement Proposal 22154011.00P / October 19, 2022 Page 4 Schnabel Engineering, LLC DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F KPG PSOMAS Inc Green River Trail Repair under Pacific Highway Bridge The terms and conditions of this proposal, including the referenced Contract Terms and Conditions, are: ACCEPTED BY: KPG PSOMAS Inc. SIGNATURE: PRINTED NAME: TITLE: DATE: Proposal 22154011.00P / October 19, 2022 Page 5 Schnabel Engineering, LLC C Q N Df LU 0 LUQ Z OAU w Z a LU w W LL W w H N O U a O F = OO 00 r O P 00 o0 LO N O O 00 00 0A M D N O W P, O O O O O O N N N f- O 07 N 00 O O P. -O P.-00 0A 0 0A O 00 0A R V CA C Soo L F O , o CO CO N V 00 00 o O o O o O M M O O d M N 2 Lf) tll IM _ C W f9 f9 f9 f9 O , c CO CO M lfl LO o O o O o R O N N O N C O N O 2 C O N W » » » » y o 0 0 0 U O' N Of = V CL w V CO Ln CO NO O o N N W N O o N N O o O o N N f, O W V N 00 N O C L^ O N N C = 04 W fA fA fA fA O O O O R U N W = N Q fA M fA M R O O O O U V) 0_C-4 N M N N N O o N N N V N N O o N N O o O o R 00 O 00 N O Q O r N LO = N M M - ff1 o o O 0 O 0 0 0 r WN = N 01 C .... (y N O o o 0 0 0 0 0 0 W w w 0 0 0 0 x.�xv� W 7 7 7 _ 0 LL M O LL R O LL R O LL R O w = O w = o a n o a a o a a o a a R y o y R o R y o y R o a a a a V) V) fA N Y F O LL O E 0 E _ Z O N C 6 n F 6 O C IL a a E O E QIII 0 O Q E N w (1) a o in p IL- C'- m m m � a N C C 0) Q 9 (n N O Q E O V � o a� >w 30 Ea W U)oam Oo (n V H S J W � � N M V LO Y Y Y Y Y Y C 6 C O > Oa�(7 (�� U� fV fV � � O J O , F O F 00 00 M N LO Lo N N O , d, LO O O O , O , N O N o , o , LL O 0a 2 J (7 DocuSign Envelope ID: 1 C26E693-B9F6-4CEF-AB99-BCF7817D3D8F Schnabel SCHEDULE OF PERSONNEL FEES — SEATTLE, WASHINGTON Effective until December 31, 2022 Senior Consultant Principal Senior Associate Associate Senior Engineer/Scientist Project Engineer/Scientist Senior Staff Engineer/Scientist Staff Engineer/Scientist/Technologist Senior Technician II (see note 3) Senior Technician I (see note 3) Technician III (see note 3) Technician II (see note 3) Technician I (see note 3) CADD III CADD II CADDI Clerical/Admin NOTES: 1. Personnel fees will be based upon the actual hours charged times the appropriate hourly rate. $315.00 /hr $290.00 /hr $256.00 /hr $226.00 /hr $200.00 /hr $173.00 /hr $149.00 /hr $126.00 /hr $122.00 /hr $102.00 /hr $89.00 /hr $74.00 /hr $63.00 /hr $131.00 /hr $126.00 /hr $103.00 /hr $85.00 /hr 2. Travel by auto to and from jobs will be charged at the current IRS prevailing rate, plus a markup of 15% to cover handling, insurance and overhead. Travel by air or rail, lodging and meal expense for personnel in the field will be billed at cost plus a 15% markup. 3. Overtime for Technicians is time for work on Saturday, Sunday and national holidays, time in excess of 8 hours per day and time between the hours of 7:00 P.M. and 7:00 A.M. A surcharge of $25/hr is added to the above rate for overtime. 4. Subcontractors and other non -labor project expenses are marked up 15% to cover the cost of handling, insurance and overhead.