Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
23-180 - KPG Psomas, Inc - Design Services: 65th Avenue South Southcenter Boulevard Intersection Improvemenrt Project
City of Tukwila Agreement Number: 23-180(b) 6200 Southcenter Boulevard, Tukwila WA 98188 Council Approval 7/21/25 CONTRACT FOR SERVICES Amendment #2 Between the City of Tukwila and KPG Psomas That portion of Contract No. 23-180 between the City of Tukwila and KPG Psomas (dba Psomas) is hereby amended as follows: Section 1: Prosect Designation. The Consultant is retained by the City to perform Design and Construction Management services in connection with the project titled 65th Ave S and Southcenter Blvd Intersection Improvement Proiect. Section 2: Scope of Services. 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: Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending April 30, 2026, 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 April 30, 2026, unless an extension of such time is granted in writing by the City. Section 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 $491,952.95 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 I of 2 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Dated this 30th I day of July , 20 CITY OF TUKWILA j FSigned by: S ww d�E�C3E�s4'5�'� Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Signed by: i Jenni er ars a , Deputy City Clerk APPROVED AS TO FORM: Signed by: V ". S(� Office o t eM y Attorney CONTRACTOR: B �Signed by: Nainj 6�t ii l t v Printed Name. Nandez Miller Title: Vice President CA Rcvimcd May 2020 page 2 of 2 EXHIBIT A-2 CITY OF Tukwila 65th Ave S and Southcenter Blvd Signal Improvements AMENDMENT 2 —Additional Design and Construction Services City PROJECT NO. 92110402 PSOMAS Project No. 9TUK010800 SCOPE OF WORK A. PROJECT DESCRIPTION/BACKGROUND The scope of work is two -fold: (1) to add budget for design effort already furnished under Amendment 1 on the King County Metro bus zone, and (2) to provide management and engineering support throughout the construction phase of the 65th and SC Signal Improvements project in accordance with the funding requirements. The project is not federally funded and does not require domestic steel or construction materials nor Disadvantaged Business Enterprise (DBE) tracking; however, there is a mandatory 10% Apprentice Utilization Requirement. This work of the PSOMAS-lead Construction Management (CM) team includes preconstruction support, construction phase services, and preparation of record drawings as described herein. Construction Management Support Duration (July 2025 to March 2026) Assumed Durations by Task • Administration: Task 1 starts upon execution of this Contract and lasts the duration of the project, approximately 9 months, through closeout, concluding on or about March 2026. • Pre -Bid: Task 2 - All tasks associated with task 2 will be performed by Others. • Pre -Construction: Task 3 begins approximately 1 month prior to Notice to Proceed (NTP) and lasts one month, concluding on the NTP date. • Construction Management. Tasks 4 and 5 will last the duration of the working days, from NTP to Physical Completion of the Project. It is understood that a material procurement suspension is expected. See Management Reserve regarding cost assumptions. • Project Closeout: Tasks 6 begins at Physical Completion of the Project and ends approximately 6 weeks later. These services are intended to assist the CITY to administer the contract for construction performed by the CITY Contractor, confirm that the Contractor's work is in general conformance with the Contract Documents, and assist in responding to events that occur during construction. These services are based upon the understanding that the CITY will contract directly with the Contractor and will be actively involved in the construction process to assist with making decisions, provide approvals, assist with inspections (primarily signal related) and perform other actions necessary for the completion of the construction. Inspection, certification and acceptance of King County Facilities that are not included in the contract documents are not included in this scope and are not the responsibility of the Consultant. 651h Ave S & Southcenter Blvd Signal Improvements Construction Services Page 1 of 9 City PROJECT NO. 92110402 REV 1.1.1: June 13, 2025 Project Description The project improvements for the 65th and SC Signal Improvements project will include the construction of traffic signalization including appurtenances, upgraded curb ramps, replaced sidewalk, replaced curb and gutter, a concrete bus pad with a ramp and fencing, pavement markings, and HMA pavement patching over new utility duct banks at the intersection of 65th Ave S & Southcenter Blvd. Specific tasks shall include, but are not necessarily limited to: Installing traffic signals including appurtenances, Paving with HMA and saw cutting bituminous pavement; Adjusting surface utilities to grade; installing new channelization and signage; Removing and replacing concrete curbs, sidewalks, and ramps; Constructing new cast -in-place reinforced concrete retaining wall; constructing new bus shelter foundation; Providing all necessary traffic control labor and devices; And, other items necessary to complete the Work as shown on the Contract Documents. Contract Documents Contract Documents refer to the construction contract documents between the CITY and the Contractor. These documents include the project plans, specifications, change orders, addendums, bid proposal package and other documents such as the geotechnical report, CITY and WSDOT Standard Plans included by reference. Assumptions The presence or duties of Consultant personnel at the construction site, whether as onsite representatives or otherwise, does not make PSOMAS personnel in any way responsible for those duties that belong to franchise utilities, the CITY and/or the Contractors or other entities. Consultant presence, coordination and schedule review does not relieve the Contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. Consultant personnel have no authority to exercise any control over any construction Contractor or other entity or their employees in connection with their work or any health or safety precautions. Inspection, certification and acceptance of King County Facilities that are not included in the contract documents (shelter, bench, trash receptacle, etc) are not included in this scope and are not the responsibility of the Consultant. The presence of Consultant personnel at the site is for the purpose of providing the CITY a greater degree of confidence that the completed construction work will conform generally to the Contract Documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the Contractor(s). Consultant neither guarantees the performance of the Contractor(s) nor assume responsibility for the Contractor's failure to perform work in accordance with Contract Documents. The authority of the Engineer, as described in Section 1-05 Authority of the Engineer in the Contract Documents, shall rest ultimately with the CITY. PSOMAS, acting as the Consultant, shall carry out the administration of the Contract in accordance with 1-05.1 Authority of the Engineer, and as described in more detail in tasks 4 and 5, under the CITY's guidance. Psomas will assist with the creation of Change Orders and other decisions lined out in 1-05.1; however, final review and approval of changes to the Contract between the CITY and Contractor will be the responsibility of the CITY. Review submittals compliance with the requirements of the contract for construction. Such review will not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. 651h Ave S & Southcenter Blvd Signal Improvements Construction Services Page 2 of 9 City PROJECT NO. 92110402 REV 1.1.1: June 13, 2025 Staff Levels of Support (Over the 75 Working Days) The level of support and associated budget is based on the following assumptions: • The Project Manager will support the project part-time, or 1 hours per week, on the average. • The Resident Engineer will support the project part-time, or 20 hours per week, on the average. • The Documentation Specialist will work 10 hours per week, on the average. • The onsite construction observation duties will be performed by the Resident Engineer at part time, or 20 hours per week, on the average, for a total of 40 hours/week combined between office and field time. • There may be an opportunity to share an onsite construction observer with a concurrent City project, depending on dates of work. If so, the onsite observer will replace the Resident Engineer for some or all of the allocated field time. Consultant will work with City Project Manager(s) to coordinate staffing to the City's preferred levels of support, between projects, if so. • Certified Payroll specialist will support the project for 1 hour per week, on average. Design Engineer (PSOMAS) support is anticipated as needed for submittal reviews, RFI's, Change Management, and other tasks as identified in the Scope of Work. • There is no anticipation of night work in this Scope of Work. Subconsultants The Consultant shall subcontract with HWA Geosciences ("HWA") for materials testing, the frequency of such tests being performed as -required by Contract requirements and as directed by CITY and Engineer of Record. Shared Tasks "Bold Italics" such as CITY represents Task ownership. If a Task is not identified with bold italics, the task is shared between the Consultant, applicable Subconsultants, and the CITY as described herein. B. SCOPE OF WORK TASK 0 — ADDITIONAL DESIGN SERVICES In coordination with the City's planned intersection improvements at 65th Ave S and Southcenter Blvd, King County Metro desires to improve its station access and comfort at this location. Per amendment 1 the bus stop was originally going to be expanded and built from the existing stop. Upon further coordination and review, it was determined by all parties to reconstruct the bus stop in its entirety. All assumptions and deliverables per amendment 1 were furnished, however the design time and effort exceeded the Amendment 1 budget due to the design and reconstruction of the entire bus stop. Exhibit B -2a is the fee for the additional time and effort required to design and plan the entire reconstruction of the bus stop. TASK 'I — MANAGEMENT I COORDINATION / ADMINISTRATION The Consultant shall provide continuous project management for the project duration from Preconstruction through Closeout. If material procurement suspensions, or other types of suspensions are necessary, the Consultant will maintain a base level of management active to respond to correspondence, review submittals, and visit the site if needed.. 651h Ave S & Southcenter Blvd Signal Improvements Construction Services Page 3 of 9 City PROJECT NO. 92110402 REV 1.1.1: June 13, 2025 The Consultant shall prepare monthly progress reports identifying work completed in the previous month, work in progress, upcoming work elements, and reporting of any delays, problems, or additional information needs. These reports shall be submitted with the Consultant invoices. The Consultant shall provide continuous management and administration of all subcontractors included in this scope of work including overseeing overall project file set-up and QA/QC of all files and documents required for project documentation. Attend kickoff meetings with CITY PM to coordinate processes the CM team will follow to implement the project's construction phase. The general meeting content will include project transition from design to construction, team roles and responsibilities, summary of contractor schedule responsibilities, contract documents, project documentation, field inspection, administration, submittals and material control, change management, request for information, testing, stakeholder meetings, agency permits, work on private property, construction commitments, public information, traffic control, safety and security, quality and risk management. Establish a system and set of procedures for managing, tracking and storing project documentation between the Contractor and CM Team produced during the Construction and Closeout phases of the project. Establish procedures for the logging and tracking of project documentation and monitoring outstanding decisions, approvals or responses required from the CITY. Dialog with the CITY PM and CITY Inspector for input into the format of the documentation product and templates. It is anticipated that Procore Construction Management software will be utilized as the primary vehicle for project documentation. The City will be provided with login information so they can access the project documents and inspector daily reports. The following logs will be prepared: • Submittals • RFI • Serial Letters • Field Directives/Corrective Actions • Case Log • Design Changes/Clarifications • Change Orders • Sub -Contractors • Certified Payroll Status • Wage Rate Calculations • Materials on Hand • Force Account • Minor Changes • Material Testing Reports • Record of Material (ROM) The following templates, to include securing CITY Templates and/or CITY input will be prepared: • Bidtabs(By CITY/EOR) • Field Note Records • Estimate Ledgers • Progress Payment Estimates • Materials on Hand Calculations • Forecasted Cost to Complete • Weekly Statement of Working Days • Force Account Tracking Worksheet • Change Orders • Change Order Justifications 65th Ave S & Southcenter Blvd Signal Improvements Construction Services Page 4 of 9 City PROJECT NO. 92110402 REV 1.1.1: June 13, 2025 TASK 2 - ASSIST CITY WITH AWARD PROCESS All items of work associated with Task 2 have been performed and are excluded from this contract. TASK 3 - CONSTRUCTION SERVICES FROM AWARD UP TO CONTRACTOR NOTICE TO PROCEED (NTP) This task covers typical review processes preparing for physical construction to begin. This includes the following: • Familiarization with contract Plans, Specifications, permits and geotechnical report • Create Record of Material (ROM) with project specific details, LAG exceptions, and formatting for ease of use. • Develop Team Communications and Stakeholders List • Compile list of long -lead item submittals and submittals due at Preconstruction Meeting • Prepare self -audit record review checklist • Establish communication, change management and administrative processes with CITY • Set up project in Procore and finalize Electronic Files • Review right-of-way commitment files • Prepare Pre -Construction Agenda, for input by CITY prior to the meeting. Meeting to be led by CITY with attendance by and support from Consultant. • CITYshall Prepare Pre -Construction attendees list • Take minutes at all meetings and distribute electronically to pertinent parties or as instructed by CITY. • Establish Contractor progress payment procedure with the CITY and Contractor • CITYwill assist Consultant with Utility Coordination • Take and create a log of pre -construction photographs • Review Contractor's Schedule for Contract Compliance. TASK 4 — CONSTRUCTION MANAGEMENT AND ADMINISTRATIVE SERVICES — NTP TO CLOSEOUT • Provide 75 working days of CS support to include stakeholder coordination, documentation and change management in general compliance with CITY, State and Federal Requirements, as required by the Contract. • Maintain the Logs identified in Task 1. • CITY to review and approve Traffic Control Plans with assistance from Consultant. • Review and respond to Contractor Serial Letters. • Issue Field Directives/Corrective Action Memorandums • Issue Design Changes (DCs) as deemed necessary throughout the Construction duration. DCs tc be generated by EOR with coordination and input from Consultant. • Receive Request for Information (RFI) and issues raised by the Contractor and City. Receive questions and requests for clarification of contract documents that could impact construction costs, schedule, quality of the finished work, or other scenarios. Provide up to 15 written responses to RFI. EOR may be required to participate in RFI process, depending on the scope of the RFI and nature of the required response. 651h Ave S & Southcenter Blvd Signal Improvements Construction Services Page 5 of 9 City PROJECT NO. 92110402 REV 1.1.1: June 13, 2025 • Confirm that submittals are in general Contract conformance. The EOR to take a lead role in the review of structural, electrical, landscaping and non-standard specification submittals; coordinate with C/TY on approvals as necessary • Transmit ROM to the Contractor and request that they submit material requirements via the Request for Approval of Material (RAM) WSDOT form 350-071 and that they reference material from the Qualified Products List (QPL) where applicable. • Set up and maintain Bid Item Folders • Document Contractor adherence of the WSDOT-provided ROM and notify Contractor if they are not complying • The Consultant to verify that all material delivered to the site is according to approved RAMs • Collect material testing reports from Consultant's subconsultant (HWA), and review test reports against the contract requirements and inform Contractor of any contract deficiencies • Construction Observer to assist Consultant to coordinate with the Contractor to rectify failed material placement issues to bring about Contract compliance • The Consultant shall coordinate re -testing of failed locations with Subconsultant material inspection firm. • Collect material testing reports from Subconsultant and place reports in ROM Item Folders • Collect and review for acceptance Manufacturer's Certificates of Compliance • Review Contractor's initial schedule and updated schedules for contract compliance. Report findings to the CITY regarding issues that affect critical path • Prepare 15 coordination meeting agendas and shall conduct 15 coordination meetings (one per week during 15 weeks of construction + 5 additional meetings to account for non -working days/holidays, project startup/closeout, and preactivity meetings). Consultant staff shall attend coordination meetings. • Take notes from weekly coordination meetings, prepare and distribute minutes to attendees. • Prepare up to 20 Weekly Statement of Working Days (accounting for weather days and holidays / WSDOT-specified nonworking days) • Obtain Request to Sublet review requests approve and/or reject • Track Apprenticeship Goals against contract requirements and/or goals • Obtain Contractor's Certified Payrolls and check for compliance with State and Federal prevailing wages at the frequency required for a non -federally funded project. • Send letter(s) to the Contractor of non-compliance regarding certified payroll issues in relation to prevailing wages • Obtain Notice of Intent to Pay Prevailing Wage and Affidavit of Wages Paid forms • Perform Change Management to include tracking case log issues, Minor Changes, Force Account, reviewing Contractor notifications of differing site conditions under 1-04.4 Changes, review letters and notices and discuss with the Contractor to understand the claim and/or dispute. Advise the City as to the appropriate action(s) • Assist the City with Change Order negotiations • Prepare Change Order Justifications • Draft Change Orders. City will review and provide final approval • Determine which sub -contractors performed work during the payment period and exclude payment for any work completed by sub -contractors for which an Intent to Pay Prevailing Wages submitted to the Washington State Department of Labor and Industries cannot be verified • Maintain Material on Hand pay request and log • Prepare up to 5 monthly progress pay estimates and submit monthly billing to CITY recommending Contractor payment 651h Ave S & Southcenter Blvd Signal Improvements Construction Services Page 6 of 9 City PROJECT NO. 92110402 REV 1.1.1: June 13, 2025 • Manage Self -Audit Record Review Checklists • Review Contractor's weekly "Look Ahead" and monthly schedules and compare with Contractor's approved baseline schedule • Provide oversight of the Contractor per the Standard Specifications 1-05 • Receive Contractor Daily Diaries per Special Provision 1-05.18 and review for accuracy • Receive As -Built drawings from Contractor for incorporation into CAD drawings by the EOR • Assist the CITY with Utility Coordination • The Contractor is responsible for the Construction Stormwater General Permit. Assist the CITY in monitoring the Contractor's responsibilities of this permit • Assist the CITY by providing a contract schedule and activities for coordination with the public. Respond to general coordination regarding items such as status, schedule and access. The CITYwill provide a broader public involvement that may involve flyers, news releases, public meetings and information website • At approximately 30% and 80% of expended Contract Working Days, transmit ROM reviews to the Contractor requesting compliance with the identified deficiencies • Maintain electronic -only CM files • Serve as the project's main point of contact in the coordination and documentation of the project TASK 5 — ONSITE CONSTRUCTION OBSERVATION The Consultant will provide onsite Construction Observer for 75 working days and will act as the project's "in the field" focal point of coordination and field documentation. The Construction Observer will monitor the Contractor's activities, produce Observation Daily Reports, Field Note Records, verify that material delivered to the site is in contract compliance and assist with the coordination with stakeholders to include the Contractor, materials testing, and Fire and Police Departments. The Construction Observer will provide informal in-person coordination with businesses, residents and traveling public, as they are encountered onsite. As -needed, additional Construction Observers will be provided by the Consultant to ensure project coverage during times when the workflow of the site dictates additional staff, or the Resident Engineer will provide backup inspections and coordination as needed. The following Tasks will be the responsibility of the Construction Observer, and Resident Engineer or other staff when assuming these duties: • Provide Observation Daily Reports • Produce Ticket Tabulations for items paid for by the Ton • Provide input to weekly project meeting agendas • Attend weekly project site meetings associated with the project construction • Observe Contractor's work and document that the project is built according to the Contract Documents • Provide visual verification of compaction effort on small quantity items such as Crushed Surfacing and Hot Mix Asphalt • Prepare and submit Field Note Records for payment • Monitor the Contractor's traffic control procedures and implementation of the approved traffic control plans which could include notification to the Contractor on deficiencies that require immediate correction • Monitor the Contractor's temporary erosion and sediment control procedures and systems and provide recommendations • Monitor the Contractor's compliance with project permits • Prepare punch list items • Take project construction photos as work progresses and place them in the project files 651h Ave S & Southcenter Blvd Signal Improvements Construction Services Page 7 of 9 City PROJECT NO. 92110402 REV 1.1.1: June 13, 2025 • Stay current with the material testing and RAM logs. Coordinate material testing, as required under the ROM and WSDOT Construction Manual, with materials testing Subconsultant • Review the Contractor's Record Drawings several times a week to verify that they are in compliance with Special Provision 1-05.18 Record Drawings • Assist in the coordination with all Utilities • Coordinate with local businesses, traveling public, residences and adjacent developers/projects • Assist with monthly progress Pay Estimate generation including measurement of quantities installed. TASK 6 — PROJECT CLOSEOUT Assist the CITY with the closeout of the project after Substantial Completion is granted. Assume the Contractor will be completed with punch list work within 2 weeks of substantial completion. Assume missing documentation is submitted and the project has attained Final Acceptance status within 2 months of Substantial Completion. Items of work within these 2 months include the following: • Project issues resolution with the Contractor. Assume up to three closeout meetings negotiating closeout change order(s), missing documentation, and final quantities • Monitor and update project punch list. Assume 16 hours for onsite punch list inspections. Verify completeness of punch list work. • Consultant to produce final pay note documentation • Verification of completeness of ROM, self -audit record review checklist, and employment documentation such as certified payrolls • Prepare Physical Completion Letter. At Physical Completion, confirm that Certified Payroll are complete and Affidavit of wages are paid. • Prepare Completion Letter and coordinate completion with City and Contractor. Completion shall constitute finalizing the WSDOT Material Certification form, verification that all training requirements and any optional utilization goals are met and reported out, disagreements are resolved (with a close out change order if necessary) and Final Contract Voucher Certification WSDOT Form 134-146 is signed by Contractor. • Record drawings from the Contractor will be submitted to EOR for final incorporation and delivery to the CITY. TASK 7 — ENGINEER OF RECORD SUPPORT Consultant will use the EOR under this Consultant Contract to support the Project with Specialty RAM reviews, RFI reviews/responses, Change Management, and Final Record Drawings. Final record drawings will be received from the Contractor, incorporated into CAD, and a final mylar plan set will be delivered to the CITY. 651h Ave S & Southcenter Blvd Signal Improvements Construction Services Page 8 of 9 City PROJECT NO. 92110402 REV 1.1.1: June 13, 2025 SUBCONSULTANTS — MATERIALS TESTING HWA will perform Material Testing and Laboratory Services as a Subconsultant. • Consultant will lead coordination of scheduling of testing as -needed to fulfill Contract requirements for acceptance. The effort required for this coordination by Consultant is included in task 4 • Consultant will review monthly invoices from Subconsultant and shall submit along with Consultant monthly invoices for payment from CITY. • This scope assumes material testing for concrete retaining wall and concrete signal foundations, as well as consulting for geotechnical suitability of structural foundation material • Additional scope such as contaminated material testing is not anticipated and falls outside the scope of this contract. In the event such testing or inspections are deemed necessary, they may require an amendment for additional scope of services and compensation. • A 5% administrative fee is added to the budget to provide for Consultant costs associated with subconsultant contract setup and monthly invoice review and processing through the life of the project. ADDITIONAL SERVICES Additional services may be required to address issues including, but not limited to: • Contractor Working Days added by Change Order(s) • Support during non -working days. A non -working day is defined in the WSDOT Standard Specifications as "... unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the contractors approved schedule." • Resolution of Contract Disputes that extend beyond the Contract working days. • Support during periods of suspension, such as, but not limited to, the procurement suspension for Traffic Signal System items, or other periods of inactivity not counted as working days against the contract. It is possible that additional services could include other work tasks not included in the scope of work. These services may include, but are not necessarily limited to, additional construction support, additional project closeout assistance, assistance with property issues, or other services deemed necessary by the City. At the time these services are required, the Consultant shall provide the City with 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. Construction Services in addition to this scope of work are estimated at approximately $2,000/working day. Exhibit B -2b is the fee for the construction management services. 651h Ave S & Southcenter Blvd Signal Improvements Construction Services Page 9 of 9 City PROJECT NO. 92110402 REV 1.1.1: June 13, 2025 EXHIBIT B - 2a PRIME CONSULTANT COST COMPUTATIONS Client: Project Name: Psomas Inc. Project Number: Data - City of Tukwila 65th Ave S & Southcenter Blvd Intersection Improvements 9TUK010800 Amendment 2 - Additional King County Metro Bus Stop Budget 5/19/2024 Taskc No. 0 Task Description Additional Design Services (Supplemental Agreement No. 1) Labor Hour Estimate Total Hours and Labor Cost Computions by Task c � w - E c � w d' a e w LM p a L+E M c 4 o' N $292.00; $195.00 $189.00 $134.00 $106.00 $140.00 Hours Totals Management / Coordination / Administration 0.1.1 King County Coordination 2 2 6 2 12 $ 2,388.00 0 $ 0 $ 0 $ Task Total 2 2 6 0 0 2 12 $ 2,388.00 Final Design (90% & Final) 0.2.1 Illumination Design 4 8 12 $ 1,852.00 0.2.2 90% Bus Stop Plans 4 18 8 30 $ 5,254.00 90% Bus Stop Specifications and Estimate 1 4 16 8 28 $ 4,876.00 0.2.4 Bid Package Bus Stop Plan 1 4 16 8 28 $ 4,876.00 0.2.5 Incorporate Bus Stop into Contract Documents 6 18 8 32 $ 5,644.00 Task Total 1 0 22 68 40 0 0 130 $ 22,502.00 Total Labor Hours and Feel 2 1 24 1 74 1 40 1 0 1 2 1 142 1 $ 24,890.00 Total Estimated Budget $ 24,890.00 s EXHIBIT B -2b PRIME CONSULTANT COST COMPUTATIONS Client: kvi �e ProjeR Name: 91g mal lmp�v.menh P—,— Project Number: sTllKoi�e�o 7v r�k y d.VE4 u__k P di u__Is cfesx�u� ®®®®®®®®®®®®®®®®®® oom00000a00000®o® 61"i'll "111 11 R�11111 0000®000000®0000m • 0000�000000�0000� 0000�00000000000� • 0000®000000�0000� mm00000000000moo� 2025 - 2026 Biennial Budget City of Tukwila, Washington 36 City of Tukwila Agreement Number: 23-180(a) Council Approval N/A 6200 Southcenter Boulevard, Tukwila WA 98188 (D CONTRACT FOR SERVICES Amendment #1 Between the City of Tukwila and KPG Psomas, Inc. That portion of Contract No. 23-180 between the City of Tukwila and KPG Psomas, Inc. for the project titled 65th Ave S and Southcenter Blvd Intersection Improvement Project is hereby amended as follows: Section 3: Duration of Agreement; Time for Performance: Section 2 is hereby amended to read as follows: 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 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 is hereby amended to read as follows: 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-1" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $237,929.00 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this 6th day of December , 2024 CA Reviewed May 2020 Page I of 2 ed by: rDS �r Fizl4os Thomas McLeod, Mayor ATTEST/AUTHENTICATED: Signed by: Andy oun, ity erk APPROVED AS TO FORM: Signed by: d-. Ste. Office o het'ify A orney By:, Printed Name: Terry Wright Title: Vice President CA Reviewed May 2020 Page 2 of 2 EXHIBIT A - 1 City of Tukwila 65t' Ave S & Southcenter Blvd Intersection Improvement Project CIP 490310404 AMENDMENT 1 — KING COUNTY METRO BUS STATION IMPROVEMENTS KPG Psomas, Inc. Scope of Work November 2024 INTRODUCTION A. PROJECT UNDERSTANDING: In coordination with the City's planned intersection improvements at 65'x' Ave S and Southcenter Blvd, King County Metro desires to improve its station access and comfort at this location. B. ASSUMPTIONS: The following assumptions were made to establish a scope and budget for this project: • Work for King County Bus Station Improvements shall conform to KC Metro standards. • KC Metro will lead all coordination related to WSDOT for their improvements. • All work will take place within City of Tukwila Right -of -Way or dedicated easements. • The City will lead all necessary coordination efforts with WSDOT. The Consultant shall support the City by assisting with preparation of channelization plan and construction permit, if necessary and required by WSDOT. • The City will lead all negotiations/discussions regarding reimbursement of funds for incorporating this work into its intersection improvements project. • A supporting geotechnical amendment for wall design/assessment/construction shall accompany this amendment. • Bus Stop and associated work will be incorporated into the project as a separate bidding schedule. • Work will be designed using KPG Psomas AutoCad standards. The following Scope of Work describes the effort required to complete the above-described improvements: City of Tukwila Page 1 November 2024 65" Ave S & Southcenter Blvd Intersecttora Improvements Amendment 1 King County Metro Bus Stop Improvements EXHIBIT A SCOPE OF WORK Task 1 — Management/Coordination/Administration This task covers the effort required to coordinate and manage design efforts to incorporate the bus stop improvements into the City's intersection project. Meetings with City staff, KC Metro, and WSDOT are anticipated to gain full project consensus. 1.1 KPG Psomas will coordinate projects and attend meetings with KC Metro to deliver improvements to the bus stops. Deliverables.- 0 eliverables:• Meeting notes for Consultant/City Meeting/KC Metro Task 2 — Final Design (90% and Final) This task includes the effort required to complete the final design of the improvements to the bus stop. 2.1 KPG Psomas will prepare and submit the final illumination design report incorporating the new bus stop lighting. 2.2 Plans: The estimated additional sheet count for the 90% and Final design plans will consist of the following: Title Number Bus Stop Plan 1 Bus Stop Details 1 Restoration Plan 1 - -; TOTAL 3 0 Plans will be prepared in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and in accordance with industry, City and WSDOT standards. 2.3 KPG Psomas will prepare 90% Specifications. KPG Psomas will prepare 90% Cost estimate incorporating revisions from the City 50% review. 2.4 Bid Ready Plans: The plans will be revised based on comments from the City review. 2.5 Incorporate Bus Stop contract provisions into contract documents as separate bidding schedules. This shall include Bid Ready Specifications, Bid -ready cost estimate, and Bid Package QA/QC Deliverables.- * eliverables:• 90% Review Submittal o Plans, Specifications, and Estimates associated with the his stop work shall be incorporated into the intersection submittal and follow that submittal schedule. o Minutes of Review Meeting. * Final Submittal o Plans, Specifications, and Estimate incorporated into bidding documents as a separate bidding schedule. City of Tukwila Page 2 November 2024 65" Ave S & Southeenter Blvd Intersection Improvements Amendment 1 King County Metro Bus Stop Improvements EXHIBIT B-1 PRIME CONSULTANT COST COMPUTATIONS Client: Project Name: KPG Psomas Inc. Project Number: Date City of Tukwila 65th Ave S & Southcenter Blvd Intersection Improvements 9TUK010800 Amendment 1 - King County Metro Bus Stop Improvements 8/19/2024 Task No. Task Description Labor Hour Estimate Total Hours and Labor Cost Computions by Task 4 c IL c w `o � c w = u�i L w a, E 0 c q Lm m o M G $292.00 $195.00` $189.00 $134.00 $1,06.00 $140.00 HoursT Totals Task 1 - Management / Coordination / Administration 1.1 ing County Coordination 2 16 32 4 54 $ 10,312.00 0 $ - 0 $ - 0 $ - Task Total 2 16 32 0 0 4 54 $ 10,312.00 Task 2 - Final Design (90% & Final) 2.1 Illumination Design 4 8 12 24 $ 4,336.00 2.2 90% Bus Stop Plans 4 4 8 4 20 $ 3,032.00 2.3 90% Bus Stop Specifications and Estimate 2 8 8 8 26 $ 4,728.00 2.4 Bid Package Bus Stop Plans 4 4 16 2.5 Incorporate Bus Stop into Contract Document 2 8 8 16 34 $ 5,800.00 Task Total 8 32 24 60 4 0 104 $ 17,896.00 Total Labor Hours and Feel 10 1 48 1 56 1 60 1 4 1 4 1 158 1 $ 28,208.00 Subconsultants Nv5 - Geotechincal Services $ 10,000.00 Total Subconsultant Expense $ 10,000.00 Total Estimated Budget $ 38,208.00 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2023 to 2028 PROJECT: Southcenter Blvd/65th Ave S Signal Project No. 90310404 DESCRIPTION: Design and construct a traffic signal at the Southcenter Boulevard/65th Avenue S intersection. JUSTIFICATION: The intersection experiences significant delay for southbound left turn movements during the PM Peak Hour. Signal warrants have been met. STATUS: New project for 2021-2026 CIP. MAINT. IMPACT: Ongoing annual maintenance. COMMENT: Project on Traffic Impact Fee list. FINANCIAL Through Estimated (in S000's) 2021 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL EXPENSES Design 100 100 200 Land (R/\N) �p ✓ 0 Const. Mgmt. 100 100 Construction 800 800 TOTAL EXPENSES 0 0 100 1,000 0 0 0 0 0 1,100 FUND SOURCES Awarded Grant 0 Proposed Grant 500 500 Mitigation Actual 0 Traffic Impact Fees 100 500 600 City Oper. Revenue 0 0 0 0 0 0 0 0 0 0 TOTAL SOURCES 0 0 100 1,000 0 0 0 0 0 1,100 '.�1. jP"Cqject I-ocat'on W* h �p ✓ �{ 7 wp 'fir wro wi 'm _ ' T ✓ r 19 2023 - 2028 Capital improvement Program City of Tukwila Contract Number: 23-180 • 6200 Southcenter Boulevard, Tukwila, WA 98188 Council Approval 12/4/23 s 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 Desianation. The Consultant is retained by the City to perform Design services in connection with the project titled 65th Ave S and Southcenter Blvd Intersection Improvement 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 Aareement: 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. 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 $199.721.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (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 Aaainst Continaent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 Page 3 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law: Venue: Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPG Psomas Inc. 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 18. Entire Agreement: Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 DATED this 7th CITY OF TUKWILA day of December 12023 DS Docusigned by: 1F89FE091S2B402... Allan Ekberg, Mayor 12/7/2023 1 12:29 PM PST ATTEST/AUTHENTICATED: DacuSigned by: Christy O'Flaherty, City Clerk APPROVED AS TO FORM: Docusigned by: C. fiF4A9C6A9R51=459 Office of the City Attorney CA revised May 2020 CONSULTANT: 1Da�cuSigned by: !'t l SbV, vomis By: Printed Name: Nelson Davis Title: vice President Page 5 MI. EXHIBIT A City of Tukwila 65t1i Ave S & Southcenter Blvd Intersection Improvement Project CIP #92110402 KPG Psomas, Inc. Scope of Work November 2023 INTRODUCTION A. PROJECT UNDERSTANDING: This intersection currently operates at LOS F for the SBLT movement, and has for many years. A signal warrant analysis was done in 2017, originally for the intersection of Southcenter Blvd and 62nd Avenue S, but given the close proximity of these intersections, bookmarked on either end by signalized intersections, signalization is warranted - and recommended - at 65th Avenue S. Doing so will: 1) Provide a safer crossing for pedestrians utilizing the King County Metro bus zone on the south side of Southcenter Blvd (the zone provides service for Rapid Ride F -Line and Rt 150). 2) Improve overall intersection operations. 3) Provide gaps in traffic to aid intersection operations at the 62nd Ave S intersection. 4) Aid in controlling existing high speeds on Southcenter Blvd. 5) Improve operation for the new Fire Station 52, located just north of the intersection, by providing signal override through Opticom for the firetrucks and aid cars. The following Scope of Work outlines the effort required to complete Plans, Specifications, and Estimates for intersection improvements and signal replacements at 65' Ave S and Southcenter Blvd site, including the following: • Right of way impacts are expected only on NW and NE corners of the intersections. • Curb radii geometry shall be maintained. • All curb ramps shall be updated to the lates ADA guidelines (no bulb outs), as needed. • New signal system. • Illumination system updates and modifications. B. ASSUMPTIONS: The following assumptions were made to establish a scope and budget for this project: • All work will take place within City of Tukwila Right -of -Way or dedicated easements. • The City will lead all necessary coordination efforts with WSDOT. The Consultant shall support the City by assisting with preparation of channelization plan and construction permit, if necessary and required by WSDOT. • No major impacts to existing storm, sewer and water main systems are expected. Utility improvements will be limited to stormwater infrastructure adjustments needed as a result of curb return radii revisions at the NE and NW corners. • No existing iron within the pavement restoration limits will be replaced (valve box, frame and grate, ring and cover). • No major grade revisions will occur within the intersection. Roadway centerline elevations will be established as needed to match existing grades at back of walk while maintaining a typical 2% City of Tukwila Page 1 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements • • EXHIBIT A to 3% cross slope and 0.5% longitudinal slope. The new sidewalk will be designed at approximately the existing sidewalk horizontal and vertical location. • No pavement restoration beyond trench restoration will occur. • Sidewalks, curb ramps, and driveways not meeting ADA requirement shall be replaced within the project limits. • Sidewalks, curb ramps, and driveways will be constructed with dense concrete. • Title Report(s) required for right of way delineation will be procured and identified by KPG Psomas. • SEPA will be required and will be developed by the Consultant and submitted by the City. • Neither stormwater quantity nor quality control will be required. Stormwater modeling will not be conducted and a Stormwater Site Plan will not be developed. • An Ecology Construction Stormwater General Permit will not be required. • No traffic analysis shall be required other than that required for signal timing. • Preemption through an Opticom system will be installed due to proximity to Fire Station. • There is no existing ITS system at the intersection. • Channelization shall match existing, except for turn lane modifications. • The City will be responsible for all permits and fees. • The City will be responsible for all public involvement and coordination. KPG Psomas will participate in in up to two meetings as requested by City staff. • Project -specific Traffic Control Plans will not be developed under this Scope of Work. Typical City of Tukwila or WSDOT standard traffic control plans will be referenced or included as an appendix in the Contract Documents. • Vegetation restoration shall match existing. • Irrigation will not be installed. • This project is not federally funded nor does the City plan on acquiring federal funds for this project. • This Scope of Work has been developed assuming TIB funding will be acquired. • Lateral Soils Bearing Pressure for existing soils will be at or above 1,000 pcf and structural engineering will not be needed for pole foundation design. C. INFORMATION PROVIDED BY THE CITY: The City of Tukwila will provide the following in aid of design: • Submittal reviews, comments, and approvals. • Existing City utility record drawings or GIS. • TIB Funding Agreement. The following Scope of Work describes the effort required to complete the above-described improvements: City of Tukwila Page 2 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements WIN EXHIBIT A SCOPE OF WORK Task 1 — Management/Coordination/Administration This task covers the effort required to manage the contract and to ensure that the project meets the client's expectations for schedule, budget, and quality of product. This Scope of Work assumes a 12 -month contract duration (including Engineering Support During Bidding): 1.1 KPG Psomas will provide continuous project coordination and internal management for the project duration (estimate 12 months). 1.2 KPG Psomas will prepare monthly progress reports identifying work in progress, upcoming work elements, and reporting of any delays, problems, or additional information needs. 1.3 KPG Psomas will prepare for and attend coordination/progress meetings with City staff at regular intervals during the project to discuss key issues and track progress (estimate 4 meetings). Additionally, conference calls will be scheduled to discuss key issues with the City as needed. 1.4 KPG Psomas will provide a Project Schedule and updates at regular intervals to keep City staff informed of progress and submittal dates. 1.5 KPG Psomas will provide support for coordination efforts with WSDOT for up to three coordination meetings and two deliverables, if necessary (Channelization Plan and Construction Permit). 119liv,91'"Al9c • Monthly invoices (12 months) • Monthly progress reports (12 months) • Meeting notes for Consultant/City Meeting • Project Schedule and up to three (3) updates • WSDOT Coordination Support, up to three (3) meetings and two deliverables. Task 2 — Right of Way and Survey Base Mapping Effort under this task includes the anticipated work necessary to develop a base map and establish right of way. Approximate survey limits will be as follows: From curb return, 150 feet north on 65' Ave S. Detailed survey will be conducted to 5 feet beyond back of walk. From curb return, 150 feet east on Southcenter Blvd. Detailed survey will be conducted to 5 feet beyond back of walk. From curb return, 150 feet west on Southcenter Blvd. Detailed survey will be conducted to 5 feet beyond back of walk. 300 linear feet along the south side of the roadway, including 10 feet south of barrier along southside of roadway, including the king county metro rapid ride station. Underground utility locates marks Actual survey limits may be adjusted prior to field survey based on the project extents figure provided by City of Tukwila. City of Tukwila Page 3 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements EXHIBIT A It is anticipated that the following effort will be required: 2.1 Survey Control: Existing monuments and property markers will be located and horizontal and vertical control will be set, which will be used for mapping and control during construction. 2.2 Detailed Topographic Mapping: Includes the locations of all above ground surface features including curbs, pavement edges, pavement markings, utilities, trees, fences, mailboxes street signs, utility poles sidewalks, top and toe of slopes, water meters, clean -outs etc. Survey full roadway width plus additional survey behind the back of proposed walk. Measure downs and sketches will be provided for all storm and sewer structures within the detailed mapping area as defined above. 2.3 Right of way: Right of way will be defined using existing street monumentation and their relationship to public records. Lot lines will be established using GIS data, if needed. This includes adjoining side streets where the design is proposed. 2.4 Develop Base Map: The above information will be combined into a design base map prepared in AutoCAD 2022 using KPG Psomas drafting standards. %70171 ,91'"h/ok, • Electronic base map showing existing right of way, utility locations, surface features, and contours at 1 -foot intervals. Assumptions: • Base map will be prepared in AutoCAD 2022 using KPG Psomas drafting standards. • Survey datums will be NAD 83/2011 for horizontal and NAVD88 for vertical. • City utilities will be located by the City. • Property corners will not be set as part of this Scope. • Completing a Record of Survey is not included as part of this Scope. • Rights -of -Entry for survey will be acquired by the City, if necessary. Task 3 — Initial Design Concepts (10% Design) Effort under this task includes the anticipated work necessary to develop conceptual design for the 65th Ave S & Southcenter Blvd Intersection Improvements. The layout will be prepared on the topographic survey to present initial approach to the design and modified as required to meet City and project needs with the goal of arriving at preferred approach prior to proceeding to 50% design. 3.1 Provide field review of base map. 3.2 Prepare 10% scroll plots over base map aerial for the project utilizing the topographic survey. The 10% scroll plots are anticipated to show the following information for City input: • Extents of curb radii and its impacts • New ramps and ADA approach • Signal layout • Illumination layout 3.3 Design Meeting: Prepare for and attend a meeting with City staff to select design approach and layout that will be incorporated into the overall design. Deliverables: City of Tukwila Page 4 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements 102 EXHIBIT A • Roll plot of planning level design approach (PDF & 1 hard copy of each). • Two (2) meetings with City to review the preliminary design features and utility impacts. Meeting minutes Assumptions: • City staff present at project design review meetings will have the authority to make decisions and provide direction regarding critical project elements. • Individual plan sheets will not be provided for design options. Design options will be in the form of roll plots with improvements shown to scale. • Details such as profile locations of proposed utilities will not be shown. Task 4 — Progress Design (50% Design) Effort under this task includes the anticipated work necessary to complete the preliminary design for the 65th Ave S & Southcenter Blvd Intersection Improvements based on input provided during the 10% Review Meeting. The goal of this task is to formalize and further selected improvements developed as part of the 10% Initial Concepts phase. As part of this effort KPG Psomas shall: 4.1 Prepare 50% plans including any of the design options selected in the previous phase. The 50% plans are anticipated to show the following information and will be based on decisions made in the tasks above: • Horizontal alignment of curbs, sidewalks, and planter strips. • Horizontal locations and type of curb ramps. • Locations of driveway approaches. • Private utility impacts and pothole locations. • Impacts to private improvements inside and outside of existing right of way. • Signal and illumination equipment layout. • Right of way acquisition requirements. It is anticipated that the 50% Design Submittal will consist of the following Plan sheets: Cover Sheet 1 Key Map & Survey Control 1 Typical Sections and Details 1 Site Preparation and TESC (Plan/Plan) 20 scale 1 Alignment & Surfacing (Plan/ Profile) 20 scale 1 Curb Ramp (Plan) 10 scale 1 Signal and Illumination Plans (10 scale) and notes 2 Signing and Channelization Plans 20 scale 2 4.2 Preliminary Construction Cost Estimate: Prepare preliminary construction cost estimate for preferred option. 4.3 Illumination Design Report: KPG Psomas well develop a draft illumination design report for the intersection to support spacing of the luminaires. City of Tukwila Page 5 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements "M EXHIBIT A 4.4 KPG Psomas will provide internal Quality Assurance/Quality Control (QA/QC) reviews of the 30% Submittal prior to submittal for City Review. 4.5 Deliver 50% Design: KPG Psomas will deliver the 50% Design Plans to City of Tukwila for review and comment. 4.6 Design Review Meeting: The purpose of this meeting is to conduct a working review of the 50% Plans and Estimate. The comments, discussion, and decisions from this meeting will be incorporated into the PS&E package to develop 90% Submittal Documents. Plans will be submitted for review 2 weeks prior to the meeting. Comments from will be delivered to KPG Psomas electronically and a review meeting will not be necessary. Any clarification needed will be requested by KPG Psomas via email or telephone. Deliverables: • One (1) Set half-size hard copy 50% Plans (11"x17" size PDF). • Construction Cost Estimate (PDF). • Internal QA/QC of submittal. • Draft Illumination Design Report • Minutes of Review Meeting. Assumptions: • City staff present at prQj ect design review meetings will have the authority to make decisions and provide direction regarding critical project elements. • Details such as profile locations of proposed utilities will not be shown. • The final curb and gutter location will be established after the 50% Review and will not be moved as a result of subsequent review comments. Task 5 — Signal Operations & Timing Plan The Consultant will develop a signal timing plan for the intersection using a Synchro traffic operations models and traffic count data. 5.1 Develop a Synchro (version 11) existing traffic operations models for the AM, midday, PM, and Saturday peak hours using the count data provided by the City. The model will include four the intersections at 61st Avenue S/Southcenter Boulevard, 62nd Avenue S/Southcenter Boulevard (non -signalized), and 65th Avenue S/Southcenter Boulevard, and 66th Avenue S/Southcenter Boulevard. The model will be used to identify the optimal signal phasing and timing for the new signal at 65th Avenue S/Southcenter Boulevard for the existing AM, midday, PM, and Saturday peak hours based on existing traffic counts and the signal timing plans for the adjacent intersections. 5.2 Develop signal timing plans for up to six time -of -day periods. These periods may include the AM peak, midday, PM peak, off-peak, weekend, and weekend holiday. itofivol'"Aloc • Synchro files • Signal Timing Plan City of Tukwila Page 6 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements s EXHIBIT A Assumptions: • The City will provide Traffic Counts for 61st Avenue S/Southcenter Boulevard, 62nd Avenue S/Southcenter Boulevard, and 65th Avenue S/Southcenter Boulevard, and 66th Avenue S/Southcenter Boulevard intersections. The data collection will include conduct AM weekday, midday weekday, PM weekday, and two Saturday peak 2 -hour intersection turning movement counts (holiday season, non -holiday season) and one 7 -day, 24-hour tube count on Southcenter Boulevard. • The City will provide recent signal timing plans for 61st Avenue S/Southcenter Boulevard and 66th Avenue S/Southcenter Boulevard. • Timing information will include intersection cycle length, pedestrian walk and clearance intervals, left turn phases, overlap phases, yellow intervals, and all -red timing. • The analysis will not evaluate changes to the phasing or timing for 61st Avenue S/Southcenter Boulevard and 66th Avenue S/Southcenter Boulevard. • Programming of the signal phasing and timing into the controller will be conducted by the City or others. With the activation of the signal, field adjustment of proposed signal timing parameters are expected to be necessary and will be conducted by others. Task 6 — Environmental Permitting and Cultural Resources Effort under this task includes developing a State Environmental Policy Act (SEPA) Checklist, including cultural resources support documents for the project. As the project is not receiving federal grant funding, and as no other federal nexus is present, federal permitting efforts are not included. 6.1 Prepare a draft and final project -specific Environmental Checklist to satisfy the SEPA. For purposes of this scope of services, KPG Psomas has assumed that the City will be the SEPA lead agency and that they will issue a SEPA determination consistent with their SEPA rules. At this time, it is reasonable to assume that no additional studies would be necessary to complete the SEPA documentation and that the SEPA determination will be a Determination of Non - Significance (DNS). The City will be responsible for processing and publishing the checklist and SEPA determination and responding to public and agency comments. Although the project is not subject to Executive Order 21-02, as no state capital funding is attached to the project, the City has responsibility to coordinate with affected Tribes. KPG Psomas cultural resources staff will review previous cultural resource surveys in the project vicinity as well as ethnographic records and relevant geological information, documenting findings in part of SEPA Checklist Question 13. KPG Psomas will also prepare an Inadvertent Discovery Plan for project construction, and the City's requirement for contractor adherence and the IDP will be discusses in the SEPA Checklist Question 13. Deliverables: • Draft SEPA Checklist (provided electronically in MSWord format). • Final SEPA Checklist — (provided electronically in Adobe PDF format and MSWord format) includes edits based on one round of review comments by the City. All comment/edits made to the Word document will be provided in track changes mode. City of Tukwila Page 7 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements EXHIBIT A • Draft and Final Inadvertent Discovery Plan (IDP) (provided electronically). Assumptions: • Except for preparation of the permit documents described above, this task does not include any additional permit or approval applications. • The City's analysis of the SEPA Checklist will result in a "Determination of Non -significance" (DNS) and the project will not require the preparation of an Environmental Impact Statement (EIS). • The City will be responsible for publication of the SEPA notice, including any publication fees. • KPG Psomas assumes that any technical document necessary for SEPA review outside the scope of this proposal will be provided by others. • The SEPA Checklist will be based on a design level of approximately 50 percent design. • The SOW assumes that no historic property inventory will be required, and no archaeological survey will be required; if either of these elements are determined to be necessary, a separate scope of work will be prepared. Task 7 — Utility Coordination The scope of this task includes coordination with private utility companies. Effort included under this task is as follows: 7.1 Prepare letters requesting utility record information and send to each purveyor. Cross-check franchise utility -provided maps with field survey information and resolve conflicts between utility maps and field conditions. 7.2 Develop a potential utility conflict figure and route to all affected purveyors. Utilities thought to be in conflict will be potholed. This plan will be developed between the 10 percent and the 50 percent submittals. 7.3 KPG Psomas will organize and attend up to 4 meetings with utility purveyors regarding existing utility location and possible relocation of utilities. Confirm that relocation designs are consistent and compatible with proposed improvements. 7.4 Coordinate utility appurtenance potholing, relocation, and/or adjustment as needed to accommodate proposed improvements. This effort also includes miscellaneous phone calls and emails with utilities during coordination. 7.5 Update base map to include utility information not picked up during field survey and to include pothole information, if applicable. 7.6 Coordinate with Puget Sound Energy (PSE) for point of connection and new service application for new Signal System. Deliverables • Up to (8) letters to private utility purveyors requesting record drawing information. • Utility Conflict Drawing showing locations of required utility potholes. • Utility Coordination Meeting Agendas and Minutes. • PSE new service application City of Tukwila Page 8 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements EXHIBIT A Assumptions • Eight (8) utility purveyor letters will be developed. • Two (2) Utility Coordination meetings will be held at the City. Up to four (4) meetings will be held onsite with individual utilities. • Potholing of both public and private utilities will be conducted by a private firm which will bill the pertinent purveyor directly. Potholes for City -owned utilities will be included in the KPG Psomas contract. It is assumed that 4 locations shall be potholed. • Utility record information and pothole data will be incorporated into the survey base map. • KPG Psomas will coordinate pole, vault, riser and other utility appurtenance relocation and/or adjustment as needed with franchise utilities to accommodate proposed improvements. • Franchise utility relocation design will be developed by the franchise utility. Survey for franchise utility relocation is not included in this Scope of Work. Task 8 — Final Design (90% and Final) This task includes the effort required to complete the final design, making the modifications requested in the design review process and comments received from the 50% review. Produce a set of 90% Contract Documents (design drawings and technical specifications) for City review and comment. City comments will be addressed and then stamped, Final Bid Documents will be submitted to both City of Tukwila and TIB for Bid Authorization. 8.1 Plans: The estimated sheet count for the 90% and Final design plans will consist of the following: Title Number Cover Sheet 1 Legend and Abbreviations 1 Key Map & Survey Control 1 Typical Sections and Details 2 Site Preparation and TESC (Plan/Plan) 20 scale 2 Alignment & Surfacing (Plan/ Profile) 20 scale 2 Curb Ramp (Plan) 10 scale 2 Signal and Illumination Plans (10 scale) and notes 2 Wiring Diagram 1 Pole Specifications Sheet 1 Signal and Illumination Details 1 Signing and Channelization Plans 20 scale 2 Landscape & Restoration (Plan/Plan) 20 scale 1 Landscape Schedule & Details 1 Existing Conditions & Pothole Plan (Plan/Plan, 20 scale) 1 City Standard Details 4 TO'T'AL 25 City of Tukwila Page 9 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements EXHIBIT A Plans will be prepared in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and in accordance with industry, City and WSDOT standards. Typical sections and details shall be provided, except for items available such as standard details from the City, State or APWA drawings which will be included as sheets within the Plan set. • The Consultant will prepare specifications and submit for review at the 90% stage and submit final specifications with the Bid Documents. • The Consultant shall calculate quantities and prepare a construction cost estimate with each submittal and the Bid Documents. The Consultant shall field review the project corridor to ensure plans are showing an accurate representation of the proposed improvements. 8.2 KPG Psomas will prepare and submit final illumination design report. 8.3 KPG Psomas will prepare 90% Specifications. 8.4 KPG Psomas will prepare 90% Cost estimate incorporating revisions from the City 50% review. 8.5 KPG Psomas will provide internal Quality Assurance/Quality Control (QA/QC) reviews of the 90% Submittal prior to submittal for City Review. 8.6 90% Design Review Meeting: The purpose of this meeting is to conduct a working review of the 90% PS&E. The comments, discussion, and decisions from this meeting will be incorporated into the PS&E package to develop the Final Bid Documents. Plans will be submitted for review 2 weeks prior to the meeting. The revised PS&E will be submitted to Ecology for review and comment. 8.7 Bid Ready Plans: The plans will be revised based on comments from the City review. 8.8 Bid Ready Specification: The specification will be revised based on City review. 8.9 Bid Ready Cost estimate: The Cost estimate will be revised to reflect changes requested from the 90% Plans and Specifications. 8.10 Bid Package QA/QC 8.11 Deliver Final Bid Documents to City and TIB for Bid Authorization. Deliverables: . 90% Review Submittal o Internal QC. o One (1) Set half-size hard copy and PDF 90% Plans (11"x17" Hardcopy & PDF). 0 90% Draft Construction Specifications (PDF). o One (1) 90% Construction Cost Estimate (PDF). o Responses to the City 50% Comments (PDF). o Minutes of Review Meeting. . Final Submittal o Internal QC. o Submittal to Tukwila and TIB ■ 100% Plans (11"x17" PDF). ■ 100% Construction Specifications (PDF). City of Tukwila Page 10 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements WIN EXHIBIT A ■ 100% Construction Cost Estimate (PDF). ■ Final Illumination Design Report • Submittal to City after TIB Bid Authorization o Bid Documents, including Plans, Specifications, and Estimate (PDF) o Five (5) Sets hard copy half-size Plans (I I"x17" size) o One (1) set hard copy full-size Plans (22"x34" size) o Five (5) hard copy Specifications. o One (1) hard copy Estimate. Assumptions: • Project -specific Traffic Control plans will not be provided. Applicable Tukwila and/or WSDOT Traffic Control Plans will be provided in the Contract Documents as an appendix. • The Contract Legal, General, and Technical Specifications will be based on the 2024 WSDOT Standard Specifications for Road, Bridge and Municipal Construction. • The 90% Contract Documents will be reviewed in a single meeting with the City. Plans and Specifications will be submitted to the City 2 weeks before the review meeting. City Comments and redlines obtained during the review meetings will be incorporated to develop the 100% Submittal to City and TIB. Task 9 — Geotechnical Engineering Effort under this task includes the anticipated work necessary to perform testing in support of pole foundation and utility design. Specific Scope of Work elements are outlined in the below Geotechnical Engineering services. The purpose of our scope is to support the proposed improvements by providing subsurface information and recommendations for the new signal pole foundations. Subsurface exploration will include drilling up to two borings to a depth of approximately 20 feet below ground surface (BGS) near the proposed pole locations. Deliverables will include draft and final reports presenting our summary and recommendations. Our specific scope of services is summarized as follows: • Review available, existing preliminary plans and geotechnical, geological, and environmental reports for the immediate area. • Coordinate and manage the field exploration, including obtaining street -use right-of-way (ROW) and lane closure permits from the City. A street -use ROW application and ROW permit will be required as well as a proposed traffic control plan for the exploration location. • Explore the subsurface conditions by drilling up to two borings, one near each proposed pole location. Based on the existing topography and our experience in the area, subsurface conditions are expected to be similar across the intersection area. ■ The borings will be drilled to a depth of approximately 20 feet BGS with a small track- or trailer -mounted drill rig to minimize our footprint within the ROW. The borings will be drilled using hollow -stem auger techniques. Our representative will collect samples from the boring and log the subsurface conditions encountered. Samples will be collected via standard City of Tukwila Page 11 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements E EXHIBIT A penetration test at approximately 2.5 -foot intervals for the initial 10 feet and then at 5 -foot intervals thereafter. ■ We anticipate that work hours will be restricted to daylight hours between 9 a.m. and 3 p.m. and that traffic control services, including three flaggers and a uniformed police office, will be required when working within the ROW and to route traffic around equipment. ■ A separate site visit will be necessary to mark the boring locations for the utility locate requests. A second visit will be necessary to verify that there are no utility conflicts at the proposed boring locations before drilling. We anticipate drilling the borings in one day. • Prepare a draft memorandum summarizing our findings, conclusions, and recommendations, including information related to the following: ■ Subsurface soil and groundwater conditions ■ Signal pole foundation design based on Chapter 17 of the Washington State Department of Transportation's Geotechnical Design Manual, M 46-03, "Foundation Design for Signals, Signs, Noise Barriers, Culverts, and Buildings" • Prepare a final memorandum that incorporates acceptable requested revisions. 119livo1'"111oc - • Draft and Final Geotechnical recommendations for foundation design. Assumptions: • Geotechnical Borings will be conducted within the roadway between the hours of 9am and 3pm. • Full width pavement patching will not be required. The capital project will restore affected areas due to geotechnical borings. • Boring will be performed within City of Tukwila Right of Way. Task 10 — Right of Way Acquisition (if needed) ProgramX Right of Way Services has been selected to assist with right of way acquisition, if needed. A budget allowance is provided should small acquisitions be required for proposed improvements. KPG Psomas effort under this task is limited to the following: 10.1 KPG Psomas will review and provide comment on documentation developed by ProgramX. 10.2 KPG Psomas will prepare up to two legal descriptions and exhibit drawings to be used in acquisition documents. 10.3 KPG Psomas will place stakes showing approximate proposed right of way location in the field to help ProgramX during valuations negotiations. Deliverables: • Legal Descriptions and Exhibits for Right of Way — 2 Parcels City of Tukwila Page 12 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements MCI EXHIBIT A Field stakes showing proposed right of way acquisition. Assumptions: • Property corners will not be set as part of this Scope. • KPG Psomas will order title report for two (2) parcel as a reimbursable expense. • ProgramX will coordinate Right of Entry (ROE) with up to two property owners Task 11 — Public Involvement Effort under this task includes work necessary to garner stakeholder feedback and to meet with property and business owners to discuss the project impacts to private property and impacts during construction. 11.1 Prepare for and attend three (3) meetings with business owners and King County Metro. The first meeting will be held after the 10% Review. Subsequent meetings will be held as needed as design progresses to discuss proposed improvement and impacts to private improvements. Deliverables: • Graphics, roll plots, boards, etc. for meetings. Assumptions: • City will send all mailers and public meeting notifications. • City will arrange meetings with adjacent stakeholders as requested. . • Up to two (2) KPG Psomas staff will be present during the meetings. • A formal presentation will not be required for the meetings. Task 12 — Engineering Support During Bidding 12.1 This task includes providing engineering support during bidding and construction as requested by the City PM. Effort under this task could include: • Preparation of addenda and Q&A responses during bidding. Assistance in bid tabulation and award The actual assisting that will be needed during bidding and construction is unknown at this time, and therefore hours have been added to the Fee Estimate to reach an approximate $2,000 target. Effort beyond this amount will be scoped under a separate contract, or an amendment to this contract, if deemed necessary by the City. Other Services: The City may require additional services of the Consultant. These services may include assistance during the advertisement and award period, permit assistance, and/or construction management and inspection services. At the time these services are required, the Consultant shall provide the City with 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 13 November 2023 65"'' Ave S & Southcenter Blvd Intersection Improvements In 1-CIPIC-1 EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS (DRAFT) Client: Project Name: �511, Ae S & S-[--, Uld KPG Psomas Inc. Project Number: 9TUK—XXXX Task 1 - Management / Cori-dination Administration ..... ..... . .... Pred S,h2d,12 & Upd-, Task 2 - S—ey Base Mapping Task 3 - Initial Design Concepts (1 %) IIIIIIII!KIIIIIII Task 4 - Progress Design (50% Design) Task 5 - Signal Operations & Timing Plan Task 6 - Environmental Permitting and Cultural Resources Task 7 - Utility Coordination 11111111MIIIIIIII IIIIIIIIZIIIIIIII Task 8 - Final Design (90% and Final) ®• •� moo®®�������o������o®i Task 9 - Geotechnical Engineering Task 10 - Right of Way Acquisition ©0000000000000000000®moi ' ® . Task 12 -Engineering Support During Bidding Total Labor Hours and Fee Subconsultants Reimbursable Direct Non -Salary Costs Illllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll�����1������������������n����������������� �� ����I