Loading...
HomeMy WebLinkAbout02-108 - KPG Inc - Tukwila International Boulevard Phase II Construction Management171 Washington State Department of Transportation 02-108(i) Council Approval N/A Supplemental Agreement Number 9 Organization and Address KPG, Inc. P.S. KPG,Inc.P.S. 753 9th Avenue North Seattle, WA 98109 Phone: 206.286.1640 Original Agreement Number LA -5329. Project Number 02- R I o6(i-) STPF = 0099(007) Execution Date 11/18/2002 Completion Date 3/31/2011 Project Title Tukwila International Boulevard Phase 2 / 3 New Maximum Amount Payable $ 2,309,540.40 Description of Work South 139th Street to South 116th Street No cost time extension to finalize construction services and assist with project closeout. The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPG, Inc. P.S. and executed on 11/18/2002 and identified as Agreement No. LA -5329 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: No revisions. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Time for completion shall be March 31, 2011. 111 Section V, PAYMENT, shall be amended as follows: No revisions. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Nelson Davis, KPG Co' sultant Signature DOT Form 140-063 EF Revised 9/2005 By: City of Tukwila Approvin• • 'frity Signature Xit) Date / 5/0 Washington State Fir Department of Transportation 02-108(h) Council Approval 4/5/10 Supplemental Agreement pp 9 Number 8 Organization and Address KPG, Inc. P.S. KPG, Inc. P.S. 753 9th Avenue North Seattle, WA 98109 ' Phone: 206.286.1640 Original Agreement Number LA -5329 6? -06 ( / i) Project Number STPF = 0099(007) qs"gt^l0 3 Execution Date 11/18/2002 Completion Date 12/31/2010 Project Title Tukwila International Boulevard Phase 2 / 3 New Maximum Amount Payable $ 2,309,540.40 Description. of Work South 139th Street to South 116th Street Construction Engineering and Materials Testing and Observation Services The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPG, Inc. P.S. and executed on 11/18/2002 and identified as Agreement No. LA -5329 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: 1 Section 1, SCOPE OF WORK, is hereby changed to read: The Scope of Work and estimated level of effort for this supplement is detailed in Exhibit 93-8' attached hereto, and by this reference made a part of the agreement. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No Revisions 111 Section V, PAYMENT, shall be amended as follows: Additional services for this supplement No. 8 are estimated at $18.1,903.4 based on the level of effort indicated on the attached Exhibit 'D-8' If you concur with this supplement and agree .to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Nelson Davis, KPCT DOT Form 140-063 EF — - Revised 9/2005 By: City of Tukwila 5 G to&lG/A c Exhibit B-8 City of Tukwila Tukwila International Boulevard, Phases 2 & 3 South 139th Street to South 116th Street — Scope of Work — Supplemental Agreement No. 8 Construction Engineering and Support KPG, Inc March 8, 2010 A. BACKGROUND The scope of work is provided to include additional support throughout the construction phase of the Tukwila International Boulevard Project. This work includes additional inspection, field reviews, and design support based on actual construction progress and scheduling, as described herein. B. SCOPE OF WORK TASK 1— MANAGEMENT / COORDINATION / ADMINISTRATION 1.1 The Consultant shall prepare supplemental agreements for the work associated with this supplement and provide continuous management and administration of all subcontractors included in this scope of work. Task 1 Deliverables: Monthly progress reports TASK 2 — CONSTRUCTION PHASE SERVICES 2.1 Provide ongoing on-call construction support for the project duration with subconsultant support as needed. This work includes estimated level of effort based on project needs to date and extending through project completion. Additional support than anticipated in the original contract authorization is required for the following items of work: • Provide civil design, structural design (KPFF) and assist with change order preparation for an added stairwell between TIB and the dead end of 37th Avenue South. The purpose of the stair way is to provide pedestrian access from the neighborhood east of TIB. • Prepare an alternative driveway and slope layout and provide right of way support (Abeyta) as requested to allow deletion of soldier pile wall 6 from the contract. Construction of the slope is anticipated to provide significant project savings compared to wall 6 construction. - • Provide assistance with additional WSDOT permit requirements including partial overlay of TIB within the limited access area. This permit condition by WSDOT was added following contract award. • General Construction support: The Consultant shall continue to provide engineering support as required for the duration of construction. The Contractor has maintained an aggressive schedule, requiring additional meetings, site reviews, and follow up than anticipated in the original budget estimates. These services have included on-call field inspection for storm drainage, assistance with recycled material compaction testing, and assistance with wall anchor testing. Budget allowances for ongoing support needs based on progress to date is shown on the attached hour estimate. Subconsultant Construction Support: This supplement includes and estimate of additional subconsultant services as follows: Page 1 of 2 o Additional geotechnical (Landau Associates) services were required associated with soldier pile wall obstructions, wall anchor testing, and resolution of compaction -issues with recycled trench backfill material. o Additional structural Engineering (KPFF) services associated with soldier pile wall obstructions, wall anchor testing, and structural design of the 37th Avenue S stairway. o Additional construction observation and/or material testing services (Krazan and Associates) is necessary to cover daily field coverage and reporting. KPG is serving as a contracting agent for these services with day to day coordination for observation and material testing services by the City. o Additional right of way services (Abeyta) are required for assistance with valuation, negotiation, and recording of easements associated with the wall 6 deletion. o Additional services for arborist review and recommendations on hazard trees following site clearing by Sound Tree Services is included as requested by the City. Task.2 Deliverables: Documentation as requested in support of on-call construction support TASK.3 — UTILITY COORDINATION ALLOWANCES 3.1 No change to this task; however, funds may be used for general construction phase services if necessary. TASK.4 — CONSTRUCTION SURVEYING AND STAKING 4.1 No change to this task; however, funds may be used for general construction phase services if necessary. TASK 5 — RECORD DRAWINGS 5.1 No change to this task. C. FUTURE SUPPLEMENTAL AGREEMENT. The City of Tukwila may require other services of the Consultant these 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, engineering or independent peer review of contractor, City, or utility proposed plan changes, 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. Tukwila International Boulevard, Phase 2 & 3 Supplement No. 7 Page 2 of 2 March 8, 2010 EXHIBIT D-8 HOUR AND FEE ESTIMATE 0 a) u - r O 1- a) a) LJ.. Labor Hour Estimate c E Q (0 N V (0 co co co EH a>) 3 U 0) o) M a) CI) .0) LLl r M o) of o) EH CO LO M ER a) as NrCV CVv co co CO CO L e n N O 0 0 0 0 0 O O N (00 0T(00000(0 e0 1f) - CO UO 0 0 0 Q) O N O O Le) Ni 0 0 to V' N 0) N N N Nt 0 0 I.- ,— T CO O CV T Ln LO 0 (n 0 sl: .r (0 V (0 'cf T W. N T O n T Efl ca. F» EA d . 69. ca R Ki t O O 7 C cn Ci)E m cp 3 ._ L O a) CO F- N 4) i Q a) VC 0 C 3 E a,U t Co Q> o 7 0 U • 0 .c >> c c 3 rci M o'• 0 m 3 .r y -O U .0 O Q i 0 a3 () 7 C Q - C m 6 en cn (p L q) U f0 '0 (a O o c c O .a oVU Q 300.200 U a) N U a) 2 cm . Q> c c 0 c Q _ co c co 0 7 c CO -.1) to LP Ct3 LL ▪ N A c)�caaco_-Jo fAQQQJYYQ N m Q m o o LLi Li 0_= (1) 0 CDc v_) .0 CO CO >, 0_ 0. yr 0 0 0 co O N N M 0 M O 0) T ec ER Total - Supplement No. 8: b4 65 r\ CO 65 0 0 (0 March 8, 2010 EXHIBIT D-8 HOUR AND FEE ESTIMATE v 0) 0 a) a) LL Labor Hour Estimate E '4 (0 O EFT CO 0 c 0 0 a) co CO co co V3 a>) 3 7 0 co CA N 0) M CA a) a) .0) W CO CA CA Q) En - CO Cn CO N V3 LO Co (A w U 0 0) a ccN N i 0 C) V C 3 0 E N w 0 0 0 O CO LO 10 N CO 0 V' E/9 a) a) 0 a) 0 T C O a) co_ O O CO .0) 0 U a) O O 0 L) a) C 0 0 0 0 N c t0 0 O a) O Q O t— ai ai 0) 0 0. 0 cri a) a) Q X a) y E Co y 0 0 a) E 0 (0 O a) 0 a) ..o (o co > `) a) 0 O > f0 E O L 7 a) o (o c O cu (I) 'O 0_(0 E CL+ 0) M C. To E O N a) `o LL ai 0 Z co w (o 3 0 N co 73 C J L 8 d V 3 0 w (0 E y w 0 CO O (n CO O 0 M U O- O N 0 0 0 C7 CT 4:17 y N v r 0- X X X EF) -t a) .0 C- 0. 0 m E 7 m rn 0 0 .Lf) oC C 0 O_ O O 0_ Q N 0. E o h o -c o' .a O C °- -E (Q iZ L 7 O C y O O o O 0 0 2 C 0) N U C6 C O C O 0 O O c _ a)._ o N O C6 CI) 3 N 7 O O 0 -c 0 coc 0. O .c 00.O (0 H. 0 N .0 ai CO .m cn m o` Q 0 E u) a O W J Total Estimated Allowance 0 0 CO 0 m O O LO O 10 O O '7 O • 0 0 1 0 r LC) CO 10 COC`') CO CO N N Efa- E/96969- U O N rn NN C C _ O Q 0 X 2 a) to 0 Co O C U •� O 0 o m 0 N i C O � a 0 7 O �U t w 2 o 0 o LL 2-- (a-- Cn 9 (6 N 0. U) O_ Q � � N N CO — > Q 0C O O r-- y N CO w N 0 0 0 0 0..C Y .O O (B v) N t cu N .0 Ta m rn a) 7 0 O 0): E cn Lu to' w Total Estimated Allowance 0 0 0 0 0 0 0 0 O O O O O O O O O O co Lo oo o CO co O 7 N C a) E a) 0 (o a) O O O c a) L a) 0 C (0 TnO O a) Cn 0 2- o_ 0 0) C .(7) 0 C 0 .(0 0 Q N a) Cn O Q C co _ o N d O t O O O O_ Z March 8 7010 Total Estimated Allowance • � Washington State VI/ Department of Transportation oa-1oS( ) Su lemental A reement pp g Number 7 Organization and Address KPG, Inc. P.S. KPG, Inc. P.S. 753 9th Avenue North Seattle, WA 98109 Phone: 206.286.1640 Original Agreement Number LA -5329 09-108 (c) Project Number STPF - 0099(007) & HLP-STPUL-0099(103) Execution Date 11/18/2002 Completion Date 12/31/2010 Project Title Tukwila International Boulevard Phase 2 / 3 New Maximum Amount Payable $ 2,127,637.00 Description of Work South 139th Street to South 116th Street Construction Engineering and Materials Testing ServicesServices The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPG, Inc. P.S. and executed on 11/18/2002 and identified as Agreement No. LA -5329 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: The Scope of Work and estimated level of effort for this project is detailed in Exhibit 'B-7' attached hereto, and by this reference made a part of this agreement. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Time for completion shall he December 31 2010. 111 Section V, PAYMENT, shall be amended as follows: Additional services for this supplement No. 7 are estimated at 5385,000 based on the level of effort indicated on the attached Exhibit `D-7'. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Nelson Davis, KPG Consultant Signature DOT Form 140-063 EF Revised 9/2005 By: City of Tukwila Date / 546,7407 o,e/6/ LS Exhibit B-7 City of Tukwila Tukwila International Boulevard, Phases 2 & 3 South 1396 Street to South 116th Street — Scope of Work — Supplemental Agreement No. 7 Construction Engineering and Support KPG, Inc January 9, 2009 A. BACKGROUND The scope of work is provided to include additional support throughout the construction phase of the Tukwila International Boulevard Project. This work includes preconstruction support, construction phase services, material testing services, on-call construction surveying, franchise utility assistance, and preparation of record drawings as described herein. B. SCOPE OF WORK TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION 1.1 The Consultant shall provide continuous project management for the project duration (estimate 20 months). 1.2 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. 1.3 The Consultant shall provide continuous management and administration of all subcontractors included in this scope of work. Task 1 Deliverables: Monthly progress reports (20 months) TASK 2 — CONSTRUCTION PHASE SERVICES 2.1 The Consultant shall provide on-call support, which may include, attending preconstruction meeting, weekly progress meetings, review shop drawings, accuracy checks of construction surveying and staking, interpretation of plans and specifications, and construction change order assistance on an as -needed basis. Specific tasks are anticipated to include: • Preconstruction Services: Assistance with utility coordination, coordination with City field and administrative staff, attendance at preconstruction meeting and other support as requested by the City in preparation for construction. • Construction Meetings: Attend weekly construction meetings or other project meetings at the construction site to review, in conjunction with the City, the Contractor's progress and construction schedule. Weekly attendance is not anticipated for the project duration; however, the project design engineer and other engineers will attend as requested. Provide feedback and follow up as appropriate. Budget allowances for meeting attendance is shown on the attached hour estimate. • Submittals: Review and comment on the Contractor's submittals, including shop drawings. • Interpretation of Plans and Specifications: Provide technical assistance to clarify and interpret the contract documents at the request of the City. Assist the City in answering Contractor questions. Page 1 of 2 Respond to requests for information (RFIs), prepare requests for quotation (RFQs), and prepare construction field directives (CFDs). • Change Order Assistance: In the event that the provisions of the Contract Documents need to be revised, prepare the necessary revisions to the drawings and specifications. • Subconsultant Construction Support: Project Subconsultants for geotechnical (Landau Associates), Structural Engineering (KPFF) and material testing services (Krazan and Associates) will be retained for construction support on an as requested basis. Day to day coordination with the material testing service will be the responsibility of the City. The provisions of Exhibit C-2 (Payment — Cost plus Fixed Fee) shall not apply to materials testing. Material testing rates shall be in accordance with the fee schedule attached as Exhibit G-7. Budget allowances for each Subconsultant are shown on the attached reimbursable breakdown. • Assist with preparation and attendance at special events, such as public meeting, groundbreaking, ribbon cuttings, council updates, and other events as requested. Task.2 Deliverables: Documentation as requested in support of on-call construction support TASK.3 — UTILITY COORDINATION ALLOWANCES 3.1 The Consultant will provide assistance to facilitate franchise utility relocations and adjustments as requested by the City. These services may include design modifications that may be required to facilitate franchise utility work. The purpose of this task is to provide a budget allowance and tracking mechanism for possible reimbursement to the City by the franchise utilities. Work for each utility will be tracked separately on monthly invoices. The City will be responsible for obtaining reimbursement on these charges when applicable. TASK.4 — CONSTRUCTION SURVEYING AND STAKING 4.1 The Consultant will provide construction surveying and staking on an as requested basis. Primary survey will be provided by the Contractor; however, the City may request verification survey and staking or assistance with as -built survey. We have included an allowance of 80 hours of survey crew time with necessary office support. TASK 5 — RECORD DRAWINGS 5.1 The Consultant will provide record drawings within 60 days of receipt of information provided by the construction contractor and the City of Tukwila. Tasks Deliverables: • Record Drawing Mylars (full size) • Half-size copy of draft • Full-size and half-size copies offinal record drawings • Electronic files C. FUTURE SUPPLEMENTAL AGREEMENT The City of Tukwila may require other services of the Consultant these 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, engineering or independent peer review of contractor, City, or utility proposed plan changes, 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. Tukwila International Boulevard, Phase 2 & 3 Supplement No. 7 Page 2 of 2 January 9, 2009 EXHIBIT D-7 FEE SUMMARY t O 0- 0. ca M N O CD G1 C W � CC = t W a c G R r v i ra O N m C _ O ca V C ++ ti tv coZ ' L co E v- - G) > Y 0- a a 12 c) Task - Construction Services M N M CD O) et N- N M h CO C) CO CO CO N. N CD CD M c N C1 FnEac 6/9. 69- 113 0 0) E c -0 Y to 0) 0 Co c N C 'O O U co C C N 0 C) 172N Cf)Q A 0 U - 7 rn a 2 0) .0 c a) c Oc o L C` L U L -Q N �+-(7) 0 CC = C0 O 0 := 0 CU 2 U D U c N M V' 10 Y Y Y Y Y CO N CO N CO (0 (0 CD CC) (Q F - I— I— I— F- Subtotal: $ January 9, 2009 EXHIBIT D-7 HOUR AND FEE ESTIMATE 0 0. 0. CO co coM 06 Vd d C (0'CO t W Ct. fi a) 3 O N m 0 O � U c O P co R O c z ar = c d 1--E o ' Q > Y 0. U 1- V) 0 0) O a 0) 0) LL r 0 1- a) a) LL Labor Hour Estimate c E -4 0 0 69 c (0 •0 L 0 a) H 0o 0 to co 69- a) 9 a) 3 Z � 0) N C)) M 0`) 0 c .0) c W M rn ai a) U 8 a) a) c O •0) IL c x W Lo M Ea- ti 9 l() cd 69- 0. 9 0. 0 co) d 0 C 0 0) .c E c O R O 0 U c 0) E d (0 a) c R 0) 0a 1- 6. 69 to 69 64 O N O N a0 CD O O O O O O O 0 O O O O O O O O O N O N CO co O 0) O E O c E a) c c (0 c 0) E 0) 0) (0 C m y U O c c c (6 O 0_ 0)) w 0) O) O 0 T c c 0 0 CCSc O 0 U 0 0 0) c 0 CO Ln 0) 0 c 0 CCS0) a) cc (0� y a)y c ~ 0) 0. X 0) 0) (0 L E 0) tr N to N O M M h o (p CO r 0 LO 'cr M co co to a) CNM N N V- in O N CO 0 0 0 Lo O M CO N. O V- Lo N- 0) h 0 et N r 0 0 (o 4 4 a) (- O M O O O •7 N- Lo 00 CD N 0 T r- co co 4 O co co r- Co Lo (') 1- r 4 N a)LD r N r T r r M h r M N-- N EA 69.69 to- EiT ERbs O N O O 0 O 0 O CO 0 N O O O co O 00 O 0 (D O O O O O 0 O Lo N O N 0 0 0 V- O N 0 O O O O 0 O N CO O 0) O N O O 0 O 0 CO CD O N (n 0) 0 a) (0 E 0 0_ LLI O. U) a) a) 0_ c C a) 3d c a) 0) o2 > c C .O UTu 6 o E Q o C L a) a U 0 5 0) 0) 0 c (0 .(0 0) (0 (0 a) .> `) .0 O a) C3) c (0 L U a) U c (0 O c N a c (0 c 0 (0 y (6 0) 0 0 c 0 0 (0 (1 (0 Y ) u) a rn as c ~ CD Q. Q c a) a) (0 0 a) n U 0) 0 .0 (0 L E 0) Ir 69-E9-E9.lfl6% 69- 44, co N N N N CD O co co O O O 0 O O o co N 0o 0 0o O O O O O O O N N N O co c 0 c c L 0 0 (0 0 c Z o 0 (1) in 0 0 0 U (6 U) 0 0 c c 0 o a Y � 00 00 :° a)O (0 U0 l- c U ' o GO 0 0 c °) x (tea' tea) iL 3 m 0) f2 CD�L a) E m 0. 0) c w 0) R 0) T 0 0 0 (D co 4OI� M O O M a0 0 (V r tr N CO r L!7 CD r T O O O O O O o co O o w 0 O O O N N O O O (0 0) O CO N 0)F toY 0 cp V) Q 0 0) a) moo 0) C a y (n Ts L 0 o E 00� January 9, 2009 EXHIBIT D-7 HOUR AND FEE ESTIMATE O Q a co (a • c C oti .O N d N C (6 c) L a w .a- O co > • c O • H M C 0 (a0 c O 1s .co (0 O C Z ▪ L • c m E • — d o' a • Y Q. O FO- V) 4- w L a d m L.L. Labor Hour Estimate E O N co EA- C U C L U N H x co co co Ef} a) xto Q) N O) co Ef} 5) LL c) rn 0) O 69 - co O M N Ef} O NL()TO0) COCO O O N L(7 M O O T CO N 10'0 CO 'Cr_ r co (c O O T T CO co O OD (D O N Cr) CO O O O O O co V N CO (D M CO CO 07 0 O Direct Salary Costs a) N LL as X C LL U) 0 January 9, 2009 EXHIBIT D-7 REIMBURSABLE BREAKDOWN N 0 U 69. C 0 60 ate. E C O m C o O) O 60 V2 C 0) E 0) L7) R C� G N 0 O O 1n c 0 U O O O O 413. O 0) O) 0 0 0 0 0 0 0 0 0 0 0 co 0 0 0 0 0 0 0 0 0 0 0 0 0100000 M N 0 CD LO - N 60)ki1)661)� 0) 0) C) 0N 6 60 CO N .0 a) C 0 V i 0 U Y CO a) U U < 66 C LL c�Yo o , j U 0 0 C13 as O O O Q Q Q w Y tl) H 0) m V c 0 ti0 Q NO O C O F- 6600 N N M 6A O F- O U Y 03 6A O 0 0 0 0 0 0 0 0 N COE4 4/4 c 0 C CO c O o 0 U CO N O O O F- O N tT C 0) ea 0 V 0) C O U M 0 O O N 69. 0 N N 0 .) CO CO .j 0 2 60 c 0 -o O LL N H O O O 0 1n 0 0 0 0 69. 64 0 0 O 0 N O O O O M O 69. O O O 16) C_ X N X000 3 60 O ON X X X 2 'O 'O N 0 513 N N N j ti cn u w = SLi U To O O O O u m cc cc cc Total Reimbursable Costs: $ January 9, 2009 EXHIBIT G-7 SCOPE OF SERVICES CONSULTING GEOTECHNICAL ENGINEERING SERVICES TUKWILA INTERNATIONAL BOULEVARD IMPROVEMENT PROJECT CITY OF TUKWILA This scope of services covers consulting geotechnical engineering services during construction of improvements to Tukwila International Boulevard in Tukwila, Washington. TASK 1— PROJECT MANAGEMENT AND COORDINATION Objective: To manage, administer and provide ongoing coordination for the project. This task includes technical and financial management, and liaison with KPG and City of Tukwila (CITY) staff. Approach: 1. Prepare monthly progress reports for submittal with progress payment invoices with backup as required. Progress reports will identify progress status, and major activities completed during the invoicing period, and out of scope of services. Client Responsibilities: 1. Timely review of deliverables and decisions on issues critical to scheduled progress. 2. Identification and involvement of Client Stsff. Deliverables: 1. Monthly Progress Report. 2. Monthly Invoice. TASK 2 — SITE VISITS AND GEOTECHNICAL CONSULTING DURING CONSTRUCTION Objective: Provide geotechnical assistance to KPG and the CITY during construction of the project. Approach: 1. Periodic site visits as requested by KPG and/or the CITY to observe geotechnical -related construction aspects of the project. We have budgeted for up to eight (8) site visits. 2. Review the geotechnical aspects of CONTRACTOR submittals. 3. Provide consulting on geotechnical -related construction issues. Deliverables: 1. Construction field reports summarizing observations and recommendations (if any). 2. Brief memorandums summarizing review comments on CONTRACTOR submittals. 1/13/09 C:\Documents and Settings\Nelson\Local Settings\Temporary Internet Files \OLK84\TIB const scope_rev.doc 1 LANE 0 a EXHIBIT G-7 0 z N 0V L co O U 0• O R w+ •a 2O ea R VS • O J 1— • EXHIBIT G-7 Landau Associates 6-0 ��� J 0 to Profit 25% DL O E/4 O Ea O 69 es as -,� CU \ p d w t :.(0)• O > 'O as s. .`64 CO CO N 64 O 64 o I -CI.— as J - ,a Ch 64 v 64 N- 64 ..7. Totals 40 I coO CO 00) 64 CO 063 1 00L$ COO $ 200 $ 200 $ 4001 �� OS 'Df Jackey Slakey Project Coordinator O O c; N ,— 64 O M64 64 0 N Co 64 .. 1- Brian Bennetts Sr. Project M ,- CO N. O 646464 Co f,- CI) CA CO 64 03 VI i1IIIT: 0_ 9 d C .'- ';O m e wxa. s,. ; ; .. - CO N Tr a3 O 6963 N CO $2,517 0) N E O N. al o 64 ., i, 4 AT f... :N * r $ ,.{iat, tF gF'ik titleg Scope Items (Site Visits (8) Y ci 7 3J c re cN « a .o 0 V I W i . w. 0 G inairect costs (overhead @ 216.51%) � £)j - O 1 I- O CO Co r I ' A :1 1 Reproduction Travel (Vehicle & Mileage)• (Total - Direct costs �tr F' EXHIBIT G-7 Landau Associates Description _ Direct. Labor - EXHIBIT G-7 Landau Associates, Inc. Overhead Schedule Fiscal Year Ended June 30, 2007 Income Statement Landau • WSDOT Adj. Adj. Ref. Accepted Amount % of Direct Labor Fringe Overhead Labor Vacation/Sick Leave/Holidays Payroll Taxes Medical Insurances Bonus/Severance Profit Sharing/ESOP Total Fringe General Overhead Field/Laboratory Temporary Help Health & Safety Mileage & Vehicle Travel & Lodging Office Supplies/Equipment Computer: Supplies/Maintenance Postage _ Telecommunications Tax & License Professional License & Dues Building Expense Insurance Depreciation Imputed Cost of Money Technical References' Recruiting e,uuc auvu �.y�� Personnel Relations Professional Services Marketing Expenses Service Charges & Interest Donations Miscellaneous Expense Total General Overhead Overhead $2,740,431 ($7,846) $1,875,092 ($4,151) 585,443 467,324 375,196 424,613 (4,650) 250,525 $3,978,193 ($8,801) $84,485 ($84,485) 34,024 11,479 69,433 (65,969) 50,859 (7,292) 136,333. (23,177) 41,816 17,272 78,969 197,239 39,928 571,159 103,041 208,470 (69,109) 27,510 9,018 14,387 (2,707) 1 vv,v7 / • 46,058 (10,246) 206,666 (1,921) 186,982. (24,258) 39,815 (39,815) 13,284 (13,284) 7,214 (7,214) (2,672) 3,526 $2,295,518 ($349,477) $854 ' $6,273,711 ($358,278) $854 A $2,732,585 A $1,870,941 585,443 467,324 375,196 B 419,963 250,525 D E F I J K L M N 68.47% 21.42% 17.10% 13.73% 1537% 9.17% $3,969,392 145.26% $0 0.00% 34,024 1.25% 11,479 0.42% 3,464 0.13% 43,567 1.59% 113,156 4.14% 41,816 1.53% 17,272 0.63% 78,969 2.89% 197,239 7.22% 37,256 1.36% 571,159 20.90% 103,041 3.77% 139,361 5.10% 31,036 1.14% 9,018 0.33% 11,680 0.43% 11111 flh1 440/ 1V1/4/,V/ 1 J.VV /U 35,812 1.31% 204,745 7.49% 162,724 5.95% 0 0.00% 0 0.00% 0 0.00% $1,946,895 71.25% $5,916,287 216.51% Overhead Rate 228.93% 216.51% Page 2 Description EXHIBIT G-7 Landau Associates, Inc. Overhead Schedule Fiscal Year Ended June 30, 2007 % of Income Landau WSDOT Accepted Direct Statement Adj. Adj. Ref. Amount Labor Landau Associates - Reviewed & Accepted -10/18/07 CG Financial Statements compiled by Finney, Neil & Company, P.S. Landau Associates References A. Direct and indirect labor overtime premiumG unallowable per 48 CFR 22.103-2. B. Signing bonuses and moving bonuses in excess of $1,000 per person unallowable per 48 CFR 31.205-35 and 48 CFR 31.201.4. Bonuses in excess of 15% of allowable overhead also excluded per WSDOT policy. C. Field supplies inventory, eventually charged to projects, related to job chargeable activity. D. Vehicle gas, repairs & maintenance - most related to rental revenue. E. Local meals, employee business meals unallowable per 48 CFR 31.205-14 and WSDOT Accounting Manual, M13-82, Chapter 10 Travel. F. Estimated cost of direct photocopies - related to job chargeable activity. G. Depreciation on lab & field equipment, field vehicles & CAD equipment - related to job chargeable activity. H. Local meals - recruiting unallowable per 48 CFR 31.205-14 and WSDOT Accounting Manual, M13-82, Chapter 10 Travel. 1. Mariner tickets; liquor, Christmas party expenses in excess of $25 per employee unallowable per 48 CFR 31.205-14. J. Federal income tax preparation fees over $250 unallowable per 48 CFR 31.205-41(b)(1), 48 CFR 201-6(d), • and WSDOT policy. K. Advertising; client entertainment, campaign contributions; and other costs unallowable per 48 CFR 31.205-1(d), 48 CFR 31.205-8, 48 CFR 31.205-14, and 48 CFR 31.205-38.. L. Service charges and interest unallowable per 48 CFR 31.205-20. M. Donations unallowable per 48 CFR 31.205-8. N. Miscellaneous undocumented costs removed. WSDOT References O. Lobbying unallowable per 48 CFR 31.205-22. P. Imputed cost of money calculation used the wrong rate for July through December 2006. Page 3 EXHIBIT G-7 ENGINEERING COST ESTIMATE: Tukwila International Blvd Walls StructuraLEngineering Construction Support Services Sec No Scope Of Work CATEGORY 84 -HOURS / Sheet COSTS Princ. . Proj. Manag. Sen. Pro. Engr. CADD/ Tech. Admin. 2.580 Multiplier $64 $55 $35 $32 $16 Reimbj Fee 1.0 Management, Admin. & Meetings $0 Project Management 1 8 $1,300 Precon Meetings ( Assume 1 meeting) 4 $568 $0 Subtotals: 1 -12i ' --.0. ':. --r.OL ,.- -:';-. 41,863 1 5.0 Construction Support Services $0 Site Visits/Meetings (assume 5) 18 12 $3,638 - Submittal Review: $0 Steel Pile Shop Dwgs/Lists 4 24 $2,735 Tieback 1 4 $503 Shotcrete 1 4 $503 Rebar Shop Drawings 4 40 $4,180 Testing Reports 2 8 $1,006 Miscellaneous Submittals 4 8 $1,290 $0 RFI's 40 80 $12,900 As-builts 8 40 40 $8,050 $0 Subtotals: -=':0:'...--.... ':7 2.--'-': ;-..220,— '-, :;40-: :' --q.. '<-=-6.:;.. :.-434;804--il 7.0 Reimbursables Courier and FedEx $100 $100 Subtotals: •--' '-:: : ,:-... -.-, . 1 :]-;...:---.- - '':`• :-,-,-:: — : ck'q- i -i ..-. TOTALS 1 94 I 220 40 I 0 I -34,10•4 Nate: .2.58 multiplier is determined as follows: 1.0 Base Rate +1:329 Overhead + 0.25 -Profit File: KPFF-Tukwila Wall CSS Fee Rev.xls Date: 1/12/2009 Page 1 of 1 excluding DCAA audit items Total with FAR FY2007/8 adjustments DIRECT LABOR PERSONNEL $38,985,142 PRINCIPALS $3,744,812 OPS -CHARGEABLE $76,277 TOTAL $42,806,231 LABOR RELATED OVERHEAD SICK LEAVE, PERSONNEL $1,320,316 SICK LEAVE, PRINCIPALS $130,480 VACATION, PERSONNEL $2,236,648 VACATION, PRINCIPALS $441,104 HOLIDAY, PERSONNEL $1,598,414 HOLIDAY, PRINCIPALS $207,411 PAYROLL TAXES $4,764,351 EMPLOYEE MED INSURANCE $4,071,630 _EXHIBIT G-7 $38,985,142 $3,744,812 $76,277 $42,806,231 $1,320,316 $130,480 $2,236,648 $441,104 $1,598,414 $207,411 $4,764,351 $4,071,630 TOTAL $14,770,354 LABOR RELATED MULT 34.51% $14,770,354 34.51 % GENERAL OVERHEAD OVERHEAD WAGES, PERSONNEL $13,892,252 $13,892,252 OVERHEAD WAGES, PRINCIPALS $12,079,652 ($1,708,657) $10,370,995 OPS -NON CHARGEABLE .$721,980 $721,980 BLUEPRINTING AND DUPLICATING $312,995 ($98,599) $214,396 RENT $6,754,181 $6,754,181 REPAIR & MAINTENANCE $212,054 $212,054 CITY & STATE BUSINESS TAX $941,372 $941,372 DEPRECIATION $1,016,782 $1,016,782 OTHER TAXES & LICENSES $170,468 $170,468 INSURANCE, OTHER THAN LIFE $597,720 $597,720 OFFICE SUPS, POSTAGE, DEL. $1,445,014 $1,445,014 TELEPHONE $459,065 $459,065 PROF DUES, FEES, BKS, CONFS $621,194 $621,194 CAR $818,405 $818,405 TRAVEL $767,500 $767,500 LEGAL $413,145 $413,145 ACCOUNTING $184,871 $184,871 EMPLOYEE MORALE & Meals $780,755 ($351,340) $429,415 MOVING $43,451 $43,451 SCHOOL $69,958 $69,958 PERSONNEL PROCUREMENT $312,289 $312,289 MISC JOB FIXES $82,198 ($82,198) ($0) BAD DEBT $0 $0 $0 CONTRIB. $186,153 ($186,153) ($0) COMPUTER $1,643,436 $1,643,436 Cost of money $0 TOTAL $44,526,888 ($2,426,947) $42,099,941 GENERAL OVERHEAD MULTIPLE 104.02% ' 98.35% OVERHEAD MULTIPLE 1.385 1.329 EXHIBIT G-7 KA Proposal No. T08011 Tukwila International Blvd, Phases 2 & 3 Improvements Revised: January 6, 2009 Page No. 2 PROJECT NOTES Scope and pricing is based on correspondence and conversations with Mr. Ronda during the months of September 2008 through January 2009, and without the assistance of a construction schedule. Krazan & Associates, Inc. is willing to revise the estimate once a construction schedule is made available. • Consultant Project Management charges are included in the estimate at unit rates quoted. ▪ Quantities are based on WSDOT minimums and are subject to decrease; thus all tests performed are based on a time and materials basis. • Prices are subject to change if this Agreement is not executed within thirty (30) calendar days. • Services will be performed on a "time and materials" basis. Any total estimates provided are merely estimates and are not a guaranteed maximum price. ■ All testing/inspections performed will be billed on a portal to portal basis unless specifically noted otherwise. Maximum 'A hour travel time, each way will be charged for site visits. Twelve (12) hours notice of cancellation is required on all jobs. ■ Addition.al services requested in addition to the above will be billed at our current rates (see Attachment C). • ce • . nce • f Krazan's proposal constitn s yo agreement of Kraz o co dan gal ence. r our • The technician's reserved for this project are multi -qualified and will be available for a variety of services. FEE STRUCTURE We will perform the services listed above on a time and material basis in accordance. with our 2008 standard rate schedule (see Attachment C). Based on the scope of work described in this proposal and our experience with similar projects, Krazan and Associates' estimates the costs for testing and inspection services to be about $;949:3 s00 A detailed breakdown of this cost estimate is attached as Attachment B. Costs for construction testing and inspection services are highly dependent on contractors schedule; weather, overlapping of work, additional inspections required by the building official and other factors. Krazan & Associates does not control the work or production rate. Actual costs will vary due to the frequency of scheduling by others, Therefore the quantities listed in our cost estimate should be considered approximate. The estimate provided herein does not imply a lump sum fee, not -to -exceed fee or a guaranteed maximum price. Consistent with good engineering practice, we will work with the contractor to keep inspection costs at a minimum. If provided with a construction schedule this cost estimate can be further refined and quantified. COORDINATION The above scope of services will be performed when scheduled by the General Contractor or the client's designated representative. Proper scheduling is imperative to the success of the special inspections program. Krazan & Associates cannot take responsibility for work that has not been inspected if we have not been scheduled nor can we take responsibility for delays due to insufficient lead-time in scheduling inspections. We recommend that the person Krazan & Associates, Inc. With Offices Serving The Western United States EXHIBIT G-7 ICA Proposal No. T08011 Tukwila International Blvd. Phases 2 & 3 Improvements Revised: January 6, 2009 Page No. 3 scheduling the inspections contact our office prior to the job starting to discuss required inspection and scheduling procedures. CONDITIONS 1. Additional services requested outside of our stated scope of work will be billed in excess of the estimated amount at our current rates. A price list for these services will be provided upon request (see Attachment C). 2. This offer terminates ninety calendar days from the dated of issue, unless otherwise stated and agreed. 3. Inspections which are canceled with less than twelve (12) hours notice, or after an inspector has been dispatched to the project site, will be charged the 2 -hour minimum fee associated with the type of inspection or testing requested. 4. All concrete samples will be cast in 4 -inch diameter x 8 -inch high molds unless otherwise agreed. 5. Additional samples for contractor convenience testing and/or field cure samples are not included in this estimate. 6. Contractor will provide curing facilities in accordance with ASTM requirements for initial curing (the first 24 hours after specimens are cast) and protection of concrete test specimens on site. 7. Krazan and Associates, as a professional services ficin, is typically not subject to the prevailing wage agreements. Should by Federal ruling, our services be subject to prevailing wage rates, this proposal is null and void. A new proposal will be provided to account for additional servicesand increased wage rates associated with the ruling. This includes any apprenticeship programs, equal opportunity submittals, affirmative action, union. referral statements and/or certified payroll. These items were excluded from this proposal. 8. This estimate is based on structural steel being fabricated in a local (within a 25 mile radius of an existing Krazan and Associates Inc. office) ANSI Certified structural steel fabrication facility. Should fabrication occur outside this range additional costs for travel, time, mileage and/or per -diem will be charged. Krazan & Associates, Inc. With Offices Serving The Western United States EXHIBIT G-7 Pavement Nepal( 10008Y 639 Cie 04012' me, 1290 Ton Grad10oNAC Aim Canal ellen Tost Gradation SE Proctor 1-00070.0 14300 Ton 0-100 Ton 1.40001bn 1.4020300 10422 2 2 4 Lot 2 2 1 00 TcsIs ¢ 4 24 51,320.00 S 200.00 $ 90.09 $ 90.00 5 60.00 5 200.00 $ 400.00 $ 182.00 5 10000 $ 120.00 $ 200.00 610 0100112 4500 Ton 2416062 1 G0512a0111n Test 1.600 CY 6 4 8 4 24 51320.00 5 20.00 6 90.00 OS132 3.309 'fon 0en u000 ,1C[Yders Al09konpftemp Grad9Con 1.2000705 2 4 40 52,200.00 0 90.00 $ 180.00 X12 Panel 1/Dar 10 SE 1,3000 Ton 2 5 140.00 1 50.00 Soldier (440 Co0crele(Foe% As. 041 1600 CY 5 00.00 $ 12110D 110ay 30 30 4 Radom Faoo 1400075n 2 123121' PPI 5 60.00 $ 120.00 (4100102 110422 1 0000 OY Criader As Needed $ 200.00 $ 200.00 5 80.00 Completion Test 1.100011 11 12 4 40 52640.00 HMA C110' • 8020 11200 Ton 10200 Ton Gradation/AC 1400 Tat 23 $ 200.00 54,600.00 Rico 1-000 Tort 23 $ 60.00 32.070.00 H1.15 C1192'-Oyeday 6450 Ton Compaclloo Tort 6400 705 40 Lot 23078213 17 10 170 39.350.00 H4.4001123' • DOT 1000 Ton HMA Patch 200 SY Say 9' I14ca Gr403625AC As ?boded $ 200.00 Alco As Needed $ 90.00 C0,55141155 Test AS Needed Fhlwor0 002010lo ets 404 Culls Partial Cub CON and Collor 020040 Approach Marmot 200 LF 4300 IF 8600 IF 750 SY 0000 SY 10 cy 210 222 280 221 42 cy 667 cy A1d5Un1prlsmp 2.1-0007 2.16002 C 21413 I 1 1 4 0200.00 5 10 4 40 52.240.00 0 22 4 88 54,84040 14 A 16 0880.02 IA 12 4 48 52,640.00 20 110 5 20.00 $2.32040 3rd Pally Ulilily Tes11n0 Sand 400 Tan Gradation 1.1000 Ton 1 SE 1.1000705 1 P rocter 10.48 1 Cornrrehorl T011 1600 22 1 2 O 0440.00 5 90.00 $ 90.00 6 00.00 9 60.00 5 200,00 3 200.00 CCF CS1C 50 Ton 200 Ton CONN, As Needed Gradation l-2000Ton 1 SE 1.2000 Ton 1 Flncmro Foca 1'2000 Tore 1 Pr0do1 110422 1 Comoxpon Told 1.1000 IF 2 Gravol 04,702 300 Ton CO tar Pp0 Zone 018Oatron 1-4000 Ton SE 11000 Ton Proctor 04640 CompgnlonTot* 1-00022 1 A 3 4 12 5660.00 2 $ $440.08 $ 00.00 90.00 $ 90.00 60.00 $ 60.00 60.00 $ 60.00 260.00 $ 200.00 $ 90.00 $ 90.00 5 60.00 $ 90.00 WM000IPDanIer 1400 CY 4000 psi AelSkmp1omp Cylader4 24160 C2 2.1.5007 30 170 30 4 4 120 16 56,600.00 3800.00 5 20.00 53400.00 Wal End Pears 15 CY 4000 psi Ald0Wmpilomp 2416062 1 2.180 C1 4 5 20.00 6 90.00 Soldior Pilo Concrelo (Facts 0Ga a9) 200 CY 0en u000 ,1C[Yders Al09konpftemp 11Day 10 10 4 40 52,200.00 X12 Panel 1/Dar 10 5 140.00 1 50.00 Soldier (440 Co0crele(Foe% As. 041 1600 CY 0150'Arclo ,j A1dSkenp1TOmp 110ay 30 30 4 120 06400.00 123121' PPI 121190 30 $ J40.00 0 4,200.00 Gotler P4000F(for Sh001 0000 OY Criader As Needed 5 80.00 din Trench/Baek00 toad/ray Tmnoh CrossMO 25 CY G8kir pipe Zone WnllTrench 2041,10 S(orm Plpc 0423.88157 Gradation 1.100035n SE 1.1000 Ton Camok4325240 1.600 CY 10002 GB kr P41cZone Gradation 1.1000 Ton SE 1.1000 Tan Procter 10.004 Qat-55007541 1.500 CY $ 80.00 0 00.00 $ 60.00 $ 00.00 4 8 .5440-011 4 4 10 5890.00 0 50.00 $ 00.00 3 60.00 $ 60.00 $ 200.00 $ 200.00 15000 CY CEI for Piro Zana Gradation 1-1000 Tan 25 $ 00.00 52,200.00 SE 1.1000 Ton 25 $ G0.00 51,050.00 Procto: 1@581 4 $ 200.00 $ 000.00 Comnac0on Yost 1.500 C2 50 20 4 111,.._19.000 .00 Wat0r Pfpo 2010ullii 120 CY 00160(4002000 643402815 1.1000 Ton 1 $ 80.00 $ 00.00 SE 1.1000 Ton 1 $ GO OD $ 60.00 Proctor 13401 1 $ 200.00 $ 200.00 Cnne$ m0an Te 8 1600 07 1 4 4 0220.00 Swat Ai11 od)Oslmonts 114290, 04(0080,84 3.81 .a5aniraarrG 160 CY Monde Swears Adjustments Gr0daPan 1.1000 Ton 1 $ 90.00 $ 90.00 SE 1.1000T0n 1 $ 60.00 $ 80.00 Prador 144&1 $ 200.00 $ 200.00 0000041o000r09 Conmecdon Tost 1.500 CY 3 ,5 4 12 $060.20 70181 Wa0B6ceNl 10000 CY As8om0 Gravid 8.61804 for walls 6radabn 1.1000 Ton 20 $ 90.00 $1,000.00 080 1.1000 Ton 20 5 00.02 01,200.00 O 21560020 1-1000 Ton 20 5 20.00 $ 400.00 Procter Wt. 3 $ 200.00 $ 000.00 Cnmpacllnn Test 1.5000? 22 00 4 .......24_15.,R19.9_ Tola1T50116:Ian Hans 1060 1s0'0Taa0n10onCost 5$6.00 IaIT ehled n 658690.00 ITalolLabddalerhITosllnn Cast 629,430.00( ToIn1PA00vaidol4 Holds Hamed To,Mielan Cosi a10U'06I5 ician Cost LaIdatqat ATTA2,DSallrll EXHIBIT G-7 TRANSPORTATION SUPPORT DIVISION FEE SCHEDULE ::- _--:-..................................................... -..._. AIP :... _ilii__ _-.il li.:- _. 1::;4.,...-..._.._- -:-,.._....__�:_.., :--==�::•-_'--_�kSCRIII:ION(Scope.oGScr:Viccs}<:-='sis�-=�;_.�;;;�;.;�-_}2A`['L'ri:-- ._..........._-..:1-:1 .. �-_ $55/hr+ 15% *WSDOT Validated Field Tester (Concrete. Aggregate, HMA, Embankment, Welding) WSDOT Validated Lead Inspector (Senior fnpector- Non -PE; Project Lead Inspector) $69 / Hour QTS Manager (WSDOT Experienced PE) $125 / Hour *15% Shift Differential - iElK, _.:r_c..:...:........:.. :::i.__ ....__..........,... tNi;............,._,::T•li : a ;i3: iV i:i:5:' 2?iC7: : ;_if _-moi= _9. �,=_;�=.-::-_:=-___ � �-�r:_ �_<�_.r-.AnORnxo�i=mrsxs-=_:_�;_-:--:=::,-_•:��:�_: On Site Mobile Laboratory (Asphalt Batch Plant) *"S2,000.00 / Month On Site Mobile Laboratory Mobilization $1,500.00 /Ea. On Site Mobile Laboratory De -Mobilization 31,500.00 /Ea. Asphalt/Concrete Coring $70.00 /Hr. Core Density Charge $35.00 / Ea. C mnpression Samples (Concrete, Mortar, Grout) $20.00 / Ea. Proctor Analysis (AASHTO T99 or T180) 3200.00 / Ea. Sieve Analysis (AASHTO Ti 1 and T27) $90.00 /Ea. Extraction/Gradation (AAS1ITO T308, Tl 1, and T27) $200.00 / Ea Rice Density Analysis (AASHTO T209) $90.00 / Ea. $180.00 / Ea. Marshall Sand Equivalent (AASHTO T176) $60.00 /Ea. Degradation (WSDOTT113) 385.00 / Ea. Atterberg Limits (ASTM 4318) $80.00 / Ila. Hydrometer (ASTM 422) $150.00 /Ea. Fracture Face (AASHTO TP 61) $60.00 /Ea. Shot Crete Test Panels (Includes 4 Cores) (AASHTO T24) $140.00 / Ea. Sample Pick -Up NO CHARGE Trip Charge/ Mileage NO CHARGT. $175.00 / Ea. Accelerated Expansion (CRD 148) *"Batch Plant mobile laboratory costs Include all tests performed at that location, :.�.-.-;:_c_6:•:La•_t___ � •_tri. ; . •::::� .:-..�... _.illi =- - "= . _ i = _ =-°.- _ . -' SALNVATI AIiiig SilltMICl S - :; _€> = -_= =-- - •--- •..illi - � . :.. - ... ADUPI'IU1V CDF Cylinders $80.00 / Ea. Structural Steel Inspection $75.00/ Iir. Structural Steel Fabrication Shop Inspections $75.00/ Hr. Concrete Fabrication Shop Inspections $65.00 / Hr. Wader Qualification (AWS) $75.00/ Hr. Non Destructive Examinatioo/Testing (NDE/NDTI Equipment Usngc $25.001 Day $75.00/ Hr. Welding Procedure Bend or Tensile Test (Welded coupon) Set of 3 $300.00 / Set Torque -Tension Devise (Slddatore-Wilhebn) if required Cross Hole Sonic 'resting $50.00 / Day $2000/Shaft SWPP/Turbidity monitoring $70.00 /Hr. Per Diem (Outside 50 Mile Radius of Bellevue, Spokane or Portland) $110.00 / Day Mileage (Outside 50 Mile Radius of Bellevue, Spokane or Portland) $0.60 /Mile ._...,. __. __...__....._ ADD/'•rIQNA71TA13OXAT0ii5c`:'I'1r5'PS_=- �_1-i" _' ____= = _.=-:=TP- -- - Superpave Mix Design $4,500.00 / Ea. CDR (With Proctor Analysis) (ASTM D1883) 3500.00 / Ea. Soundness (Coarse Aggregate) (ASTM C88) $160.00 / Ea Durability (ASTM 3744) $200.00 / Ea. Relative Density 1,.4ax-!:Qin. (ASTM D4253) $175.00 / Ea. Accelerated Expansion (CRD 148) $350.00 / Ea. LA Abrasion (AASHTO T96) $175.00 / Ea. Permeability (flexable wall) (ASTM D5084) $500.00 /Ea. Dircct Shear (ASTM D3080) $200.00 /Ea. Fu11 Size Masonry Prism Samples (ASTM 13477) 3100.001 Ea. Flex Beam Compression Samples $80.00/1a. NCAT Correlation Factor (Asphalt Oven Coorelation) NO CHARGE NOTES: . A 2.lir minimum applies to cath daily visit . Costs associated trills an on site mobile laboratory assumes Client supplied power, phone and Internet access . Costs associated with nerd tester and QTS inspector includes all report testing, maintaining and processing. Additionally, Sample pickup cost are included as well. Krazan Associates, Inc. With Offices Servicing the Western United Stales KA Proposal No. T08011 TI13P 2 3 January 5, 2009 VWashington State , Department of Transportation Supplemental Agreement pp g Number 6 Organization and Address KPG, Inc. P.S. KPG, Inc. P.S. 753 9th Avenue North Seattle, WA 98109 Phone: 206.286.1640 Original Agreement Number LA -5329 Project Number STPF = 0099(007) Execution Date 11/18/2002 Completion Date 12/31/2009 Project Title Tukwila International Boulevard Phase 2 / 3 New Maximum Amount Payable $ 1,742,637.00 Description of Work South 139th Street to South 116th Street No cost time extension. The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPG, Inc. P.S. and executed on 11/18/2002 and identified as Agreement No. LA -5329 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: No revisions. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Time for completion shall he December 31, 2009. 111 Section V, PAYMENT, shall be amended as follows: No revisions as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Nelson Davis, KPG ons4 tant Signature DOT Form 140-063 EF Revised 9/2005 ed By: City of Tukwila Approvinority Signature tAj Date VWashington State % Department of Transportation 0,D-ioS)Cei Supplemental Agreement pp g Number 5 Organization and Address KPG, Inc. P.S. KPG, Inc. P.S. 753 9th Avenue North Seattle, WA 98109 Phone: 206.286.1640 Original Agreement Number LA -5329 OZ - t 08(e-) Project Number STPF = 0099(007) Execution Date 11/18/2002 Completion Date 12/31/2008 Project Title Tukwila International Boulevard Phase 2 / 3 New Maximum Amount Payable $ 1,742,637.00 Description of Work South 139th Street to South 116th Street Time extension with re -distribution of utility coordination tasks. The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPG, Inc. P.S. and executed on 11/18/2002 and identified as Agreement No. LA -5329 AH provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: No cost time extension. Task budgets are revised due to withdrawal of Seattle City Light undergrounding and completion of final utility coordination. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Time for completion shall be December 31, 2008 111 Section V, PAYMENT, shall be amended as follows: Redistribute utility coordination task budgets as shown on Exhibit D-1. There is no net change in the contract amount. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: �NelsojDavis, KPG By: City of Tukwila C>Lnsuftant Signature DOT Form 140-063 EF Revised 9/2005 Approving rity Signature —1L' Date • HOUR AND FEE SUMMARY 1n+ f M • d N L" 0 c0 c a 0 • c > O X d CO • E C :0 to co co Z • c a• ci w ▪ - — • m O a U I- N w 0 O a i CO 001 CO CO N 0 d r d 1...: • M E0 ▪ Is 0 ti ti r O CN0 N CONC )0 10 M d d L 01 d CO 0 0 Z ER ER ER ER ER ER ER ER J N d CD o .0 df N0c O t E 7 O 3— • O)O W co 0U a c D O) m c 0 CD CD M C• CD fl. tL 0 I- O0 E s m0 r a' L d E O O • ca 3 — NN U Z 0 W 0) QC co ED C Q 0 c6 • OL O 0 E • a C 0 c 0 o £.. M m ? CI) N V) O W Z U M l coal CT) ts1. r 0) f0 0)N • ER ER ER ER 181,496.80 $ ER ER ER Net Budget change for Supplement No. 6: Original Contract Authorization (Phase 2): Supplement No. 1 (Time Extension): Supplement No. 2 (Phase 3): Supplement No. 3(Time Extension): Supplement No. 5 (Utility and wall design options) New Contract Not to Exceed Total: C 0 '0 • 0 0 o E o 0 ;U_ co CO as CO c d p w L O i O Z O c "- a E w = 02 2.) O 4- aU o = o w w .0 a 0 Revised task budgets - Supplement No. 6 .A.. jl) Washington State Department of Transportation ppraJJbiComic:(; 14-1609 Supplemental Agreement pp g Number 4 Organization and Address KPG, Inc. P.S. KPG, Inc. P.S. 753 9th Avenue North Seattle, WA 98109 Phone: 206.286.1640 Original Agreement Number _, 42- to k 61.),,f, Project Number - -0 STPF = 0099(007) lS -/Z(.f63 Execution Date 11/18/2002 Completion Date 12/31/2007 Project Title Tukwila International Boulevard Phase 2 / 3 New Maximum Amount Payable $ 1,742,637.00 Description of Work South 139th Street to South 116th Street Complete project plans, specifications, and estimates with undergrounding options The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPG, Inc. P.S. and executed on 11/18/2002 and identified as Agreement No. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: Provide additional design services for cost reduction and alternative utility undergrounding approach as described in the attached Exhibit B. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: _Time for completion shall be December 31, 2007 111 Section V, PAYMENT, shall be amended as follows: Additional design services for this supplement No. 4 are estimated at $331,116.22 as shown on the attached Exhibit D-1. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: lson Davis, KPG DOT Form 140-063 EF Revised 9/2005 By: City of Tukwila Consultant Signature V Approving Authority Signature / 5Y -di ok/G:iu/ Date --- Exhibit B City of Tukwila Tukwila International Boulevard, Phase 2&3 South 139th Street to South 116th Street KPG, Inc Scope of Work March 20, 2007 A. PROJECT DESCRIPTION This Supplement is to provide final design, utility coordination, permitting, and right of way support to the City of Tukwila for completion of bid documents on the Tukwila International Boulevard Improvement Project, Phases 2 & 3. 90% Plans, Specifications and Estimates were submitted to the City in June 2006; however, there was not sufficient funding for construction of the improvements. The City has worked closely with KPG and Seattle City Light to refine the project scope to fit within the available budget and obtain utility agreements to ensure project funding. Seattle City Light has made a tentative commitment to participate in funding the undergrounding of aerial facilities along the entire corridor; however, this funding commitment cannot be confirmed without Seattle City Council action over the next few months. In order to complete the final plans with this funding uncertainty, we have separated this supplement into 3 separate sub tasks as follow: Supplement 4.A — TIB Phase 2, South 132nd Street to South 116th Street Final Plans, Specifications, and Estimates for phase 2 improvements contain the following major changes from the 90% design in order to meet available funding without Seattle City Light participation: • Elimination of curb, gutter, and sidewalk north of Intergate West. • Minimum 5' wide asphalt shoulders will be provided on the west side of TIB in this area for pedestrian use. • Elimination of landscaped meeting north of the DHS signal. • Maintain existing illumination system within WSDOT right of way ■ Eliminate utility undergrounding. Aerial pole relocation design and implementation will be by the private utility owners. ■ Install mechanically stabilize earth (MSE) retaining walls on the east side of the rode in lieu of the structural walls included in the 90% design. The MSE walls are not compatible with aerial utility undergrounding facilities. • Prepare an additive bid schedule for undergrounding of aerial utilities in front of the Intergate West and Department of Homeland Security (DHS) frontages. Tukwila International Blvd Supplement No. 4 1 of 9 KPG March 20, 2007 • Exhibit B • Scope of Work (cont'd) A. PROJECT DESCRIPTION (CONTINUED) Additionally, the Consultant will update the right of way plan, obtain title reports, prepare legal descriptions, and perform property acquisition services for all easements and right of way required for completion of the improvements. Phase 2 and 3 will be bid as a single bid package. Supplement 4.B — TIB Phase 3, South 139th Street to South 132nd Street Final Plans, Specifications, and Estimates for phase 3 improvements contain the following major changes from the 90% design in order to meet available funding without Seattle City Light participation: ■ Eliminate utility undergrounding. Aerial pole relocation design and implementation will be by the private utility owners. • Install mechanically stabilize earth (MSE) retaining walls on the east side of the rode in lieu of the structural walls included in the 90% design. The MSE walls are not compatible with aerial utility undergrounding facilities. Additionally, the Consultant will update the right of way plan, obtain title reports, prepare legal descriptions, and perform property acquisition services for all easements and right of way required for completion of the improvements. Phase 2 and 3 will be bid as a single bid package. - Supplement 4.0 — TIB Phase 2 & 3 Underground Improvements Final Plans, Specifications, and Estimates for corridor undergrounding improvements will be in general accordance with the 90% Plans prepared previously. The major design elements remaining for completion of the roadway design with undergrounding include: • Completion of utility coordination and civil undergrounding design. Seattle City Light will provide review comments on the current design prior to proceeding to completion. ■ Complete structural wall design on the east side of TIB. • Obtaining necessary utility permits for portions of underground system within WSDOT right of way. Construction of these improvements is contingent on available funding from Seattle City Light. If funding is available, it is anticipated that this work will be advertised for bids with phase 2 and 3 roadway improvements. This Supplement #4 reflects the remaining effort to complete final bid documents, right of way acquisition, and utility coordination based on our current understanding of the project scope as described herein. This supplement supercedes previous approvals on this project and credits the $131,528.34 remaining balance from previous approvals. All other Contract terms remain in force and effect. A six month effort is anticipated to complete the remaining work. Tukwila International Blvd Supplement No. 4 2 of 9 KPG March 20, 2007 • Exhibit B • Scope of Work (cont'd) B. DELIVERABLES The Consultant shall provide the following deliverables with this project: o 2 copies final geotechnical report o File copy of all permit applications ❑ 5 copies Drainage Design Report o 10 copies 100% plans, specifications, and estimate (11"x17") o File copy of Final right of way plan (22"x34" mylar) o 60 copies final plans (11"x17"), specifications, and engineers estimate o 1 set of final mylar or vellum plans (22"x34") for City records ❑ 1 copy certified bid tabulation o 1 copy of letter recommendation of award o 1 copy title reports for acquisition properties (15 parcels) o Right of way correspondence records o Digital copiesof all deliverables, in requested format The City of Tukwila shall provide the following: o Seattle City Light agreements o Residential mailings, if required o Meeting room arrangements o Advertisement for bid Tukwila International Blvd Supplement No. 4 3 of 9 KPG March 20, 2007 Exhibit B Scope of Work (cont'd) C. SCOPE OF WORK TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION 1.1 The Consultant shall provide continuous project management for the project duration (estimate 6 months). 1.2 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming work elements, and a reporting of any delays, problems, or additional information needs. 1.3 The Consultant shall provide quality assurance / quality control (QA/QC) reviews of all work products prior to submittal for City review. TASK 2 — SURVEY AND BASE MAPPING 2.1 The Consultant shall field survey proposed wall elevations to confirm design elevations. TASK 3 — PUBLIC INVOLVEMENT 3.1 The Consultant shall prepare for and attend one (1) community open house meetings. Meeting locations will be secured by the City. 3.2 The Consultant shall attend one-on-one meetings with affected property owners along the corridor to discuss the project, private property impacts, and/or right of way and easement needs (estimate 4 meetings). TASK 4 — WSDOT COORDINATION 4.1 The Consultant shall prepare channelization plan submittal for the portion of phase 2 improvements within state limited access and provide necessary coordination for review and approval by WSDOT. 4.2 The Consultant shall prepare signal and lighting plan submittal for the portion of phase 2 improvements within state limited access and provide necessary coordination for review and approval by WSDOT. 4.3 The Consultant shall prepare drainage design submittal for the portion of phase 2 improvements within state limited access and provide necessary coordination for review and approval by WSDOT. It is assumed that WSDOT will accept drainage facilities under permit within their right of way in general conformance with the 90% design drawings. Tukwila International Blvd KPG Supplement No. 4 4 of 9 March 20, 2007 • Exhibit B • Scope of Work (cont'd) 4.4 The Consultant shall prepare underground utility plan submittal for the portion of phase 2 improvements within state limited access and provide necessary coordination for review and approval by WSDOT. Facility needs will be provided to the Consultant by private utility owners. This task is for approval of underground facilities only. Securing utility permits for relocated overhead systems, if required, will be the responsibility of the private utility owners. TASK 5 — UTILITY COORDINATION 5.1 The Consultant shall distribute mailings and distribute 90% plans to franchise utility purveyors along the corridor in order to facilitate relocation and adjustment coordination. 5.2 The Consultant will coordinate with aerial utility owners for relocation of existing aerial utilities. Aerial utility relocation design and construction is the responsibility of the private utility owners and will not be included in the project plans and specifications. 5.3 The Consultant shall coordinate with Seattle City Light and other utility owners for utility undergrounding improvements along the corridor. 5.4 The Consultant shall coordinate with Seattle City Light and other utility owners for determining the scope of improvements to underground only the portion of the existing aerial system in front of the Intergate West and Department of Homeland Security. This work will be included as an alternate bid schedule if the rest of the corridor remains an aerial system. 5.5 The Consultant shall complete civil undergrounding conversion design between South 139th Street and South 116th Street. Electrical undergrounding design will be completed by Seattle City Light. Civil undergrounding design will be completed by KPG based on conduit, vault, and slab information provided by the Seattle City Light and other utility owners. 5.6 The Consultant shall prepare final plans, specifications and estimates for an alternate bid schedule to underground utilities along the frontage of DHS and Intergate West. Electrical undergrounding design will be completed by Seattle City Light. Civil undergrounding design will be completed by KPG based on conduit, vault, and slab information provided by the Seattle City Light and other utility owners. Tukwila International Blvd Supplement No. 4 5 of 9 KPG March 20, 2007 • Exhibit B • Scope of Work (cont'd) TASK 6 — GEOTECHNICAL INVESTIGATION 6.1 The Consultant shall provide supplemental geotechnical investigations as required to support design of Mechanically Stabilized Earth walls in phase 3. Geotechnical review and analysis will be provided by Landau Associates to support MSE wall design in task 9. TASK 7 — PERMITTING 7.1 The Consultant shall prepare and submit a JARPA application to WDFW, review and comment. 7.2 The Consultant shall coordinate with WDFW for approval of the HPA TASK 8 — PRELIMINARY DESIGN OF BYPASS PIPELINE 8.1 The Consultant shall incorporate comments and finalize the drainage design report in support of the bypass pipeline/roadway improvements in accordance with WDOE criteria. TASK 9 - PREPARE FINAL PLANS, SPECIFICATIONS AND ESTIMATE 9.1 The Consultant shall incorporate 90% comments and prepare 100% Plans for review and approval by the City. For supplement items 4.A and 4.B, the plans will assume relocation of aerial utilities by others with an additive schedule for undergrounding in front of DHS and Intergate West. For Supplement 4.C, the plans will assume undergrounding of the entire corridor. Plans shall be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details and WSDOT standard plans will be supplemented with project specific details as required. Plan information shall include: ❑ Centerline control information ❑ Limits of construction ❑ Typical sections and details ❑ Roadway plan and profiles ❑ Temporary erosion and sediment control plans ❑ Drainage system plan and profiles ❑ Wall plan and profiles ❑ Channelization and Signing plans o Signal modification plans and details ❑ Illumination plans ❑ Civil undergrounding design (Supplement 4.0 only) ❑ Urban Design plans and details o Landscape / restoration plans ❑ Irrigation plans and details Tukwila International Blvd Supplement No. 4 6 of 9 KPG March 20, 2007 • • Exhibit B Scope of Work (cont'd) 9.2 The Consultant shall prepare 100% specifications for review and approval by the City. Specifications shall be based on 2006 WSDOT / APWA standard specifications, using contract boilerplate and general special provisions provided by the City. 9.3 The Consultant shall calculate quantities and prepare a construction cost estimate in support of the 100% and final plans and specifications. 9.4 The Consultant shall finalize bid documents for advertisement and award by the City. It is assumed that only one set of drawings (with or without undergrounding) will be reproduced and advertised for bids. Final bid documents will be signed by a licensed professional engineer in the State of Washington. TASK 10 — RIGHT OF WAY 10.1 The Consultant shall research WSDOT files, obtain title reports, and review title reports to verify existing conditions (15 parcels). 10.2 The Consultant shall perform additional horizontal and vertical survey control for Boundary and ROW determination. City of Tukwila Datum. 10.3 The Consultant shall update existing right of way plans to reflect any changes discovered. 10.4 The Consultant shall prepare legal descriptions for right of way and easements. (15 parcels) 10.5 The Consultant shall provide right of way acquisition services for permanent easements, fee simple acquisition (up to 15 parcels), and project specific temporary easements (6 parcels). Acquisition services will be performed by Abeyta and Associates to achieve the specific objectives identified below. Specific Objectives for Right of Way acquisition The key objectives for this project include: 1. Inspect site / prepare an acquisition preliminary survey report — 21 parcels; 2. Identify fee interest ownership — 21 parcels; 3. Prepare and setup acquisition files — 21 parcels; 4. Prepare acquisition forms needed to obtain strip take: deeds, real property voucher agreement, permanent easements, temporary easements, licenses to reconstruction driveways, excise tax affidavit, W9, offer letters, notice of intent, payment request, and Tukwila International Blvd KPG Supplement No. 4 7 of 9 March 20, 2007 • Exhibit B • Scope of Work (cont'd) any other forms needed to acquire the right-of-way. This proposal does not include condemnation forms; 5. Negotiate to acquire property rights - 15 parcels; negotiate to obtain licenses to reconstruct driveways— 6 Parcels (A minimum of three written attempts); 6. Prepare justification report for administrative settlement — 2 parcel; 7. Obtain appraisal report and appraisal review — 1 parcel. 8. Prepare administrative offer summaries — 15 parcels 9. Maintain acquisition parcel diary — 21 parcels; 10. Assist in obtaining clear title of property and/or property rights, which the CITY determines to be reasonable or will adversely impact the rights being acquired; 11. Assist in delivering funds to the property owners — 15 parcels; 12. Assist the CITY with Right-of-way Certification; 13. Deliver completed files to the CITY - 21 Right of Way acquisition scope exclusions 1. Those services related to obtaining releases of encumbrances from title, which require legal action; 2. The actual filing of condemnation and subsequent litigation; 3. Closing costs such as recording fees, title insurance fees, preliminary title reports, escrow fees, transfer taxes, etc., penalty costs for pre -payments; costs of a pre-existing mortgage; the pro rate share of real property taxes paid subsequent to vesting title to the CITY; 4. Continuing negotiations for those parcels listed for condemnation; 5. Appraisal and review appraisals for condemnation purposes; 6. Provide litigation assistance to the CITY and legal counsel during appeals, grievances, hearings, and/or court proceedings for contested relocation claims. 7. Relocation Services All acquisition services will be performed in accordance with applicable codes, regulations, standards and procedures; state and federal laws; Federal Highway Administration regulations; Local Agency Guidelines Manual; Washington State Right of Way Manual (M26-01); Public Law 91- 646 and the implementing regulations found in 49 Code of Federal Regulations (CFR) Part 24 and Revised Code of Washington (RCW) 8.26; and the implementing regulations of Washington Administrative Code (WAC) 468-100. Tukwila International Blvd Supplement No. 4 8 of 9 KPG March 20, 2007 Exhibit B Scope of Work (cont'd) TASK 11 — BID PERIOD SERVICES 11.1 The Consultant shall prepare any necessary addenda, attend the bid opening, prepare the bid tabulation, and provide a recommendation of award to the City. The level of effort estimate is based on a straight forward bid review process with the low bidder receiving the project award. OTHER SERVICES The City may require other services of the Consultant. These services could include additional survey, off-site mitigation design, property acquisition services, additional permit support, or construction management and inspection. 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. Tukwila International Blvd Supplement No. 4 9 of 9 KPG March 20, 2007 HOUR AND FEE SUMMARY 0 • e • 0 CD t0. +0+ •r, Aiti0 2Q C 0 W w 1. es - <•j GU m .a. C) O 0) m 0 0 t M �3 N 7- g 3 O W 0-05 U) m CD O o E m O is 0 O d' 03 co 6 O z ' L C d E O k d U 12 N w t,) d O ` O 00 N N 6) r N t0 V t0 M r 00 N O O M 6) M N N Cr O of M N r t0 r r t0 r N M O. r OD d• Cr O) 0) Cn 00 N 1 of O T M N OO M '- - - ) CO N N CO N <- 03 (4 03(4 Cf303 Cfl 0303 Cfl 0364 CA - ti O 00 CD ei O (NA (NO M tF r 40 44 N CO N O r•-: T- r N r 1- M 10 M Cr) N O h 0 M h co N. tO EA Ery 40 EH EA 40 -J U U (h o >, w 0) ,5 a 0 , N 0) 0• U. Oi 0 O) s32E 0• a O r 7 m 0) O W Nf' mU 0 r 0) 4 co = 0 -IL 3 O O , E a E) U e 0 o E 14 44 o w CO 0 0 Q15 15 = d N 0 0• LL C CO 0) O` O Ea o o E am 7 - N H 0 0 W CCO N ONO N ems- COV OD (0 CD t0 M 0 10 Is M N - ti o. co 6a) O N- co t10 o 0)) co M N 1.0N COO N 60) 00) 69- Ef} 69 Efl C» Ea 69- Cfl Ea Ea E» 4e EA Ei3 V(O O N (0 M 6) M OO M O M V M0(0M6)6) 0(O V 1'47 O 6) O N O t0 O t0 (0 (0 c.i co 00 N N T O t0 O et N 6) et O is (0 0 t0 6) 00 M O O T (0 r 0) f- N s to d' NN M 06 CST cN 00 0 Cr et r s' r M N c0 ,t V N of O 6) 6) N (0 N CO (0 N O t0 6) CO CO 1.0 c M M co - 01 M O M CO CA 6) V CO O t0 1.0 t0 N N 6) (O O r O r ct r M M N M N N (O CO Cfl 69 Cf3 69- CA Efl Efl Cf3 03 EA c) i0 (n co N '0 (0 O (0 01 co co (0 0 03 0) 00) r — EH EH Original Contract Authorization (Phase 2): Supplement No. 1 (Time Extension): Supplement No. 2 (Phase 3): Supplement No. 3(Time Extension): New Contract Not to Exceed Total: (n0 0 0 LL E d 1_ _N R o c w �w +' 7 .@ a) 73 W Q O m �' in= O. O ii L c O O_ :-. w 0 OU 0 O - c 0 (1) N O O Q. U T Ei T O O m n co rn 0 OS Z fp •� C c O a o ci.) cuO a) O> m co O) L (a -0 m a) a >, � E w 15 13 > o m -a m (a 0 w o Oa L 5- as N 'c > O O c m -(,)"845 O o. 0 0) 0E1— C Q. O 0 O C 0 0 (0 V o a0i a >, (,),=, .E Q� a 0) D 0 Jo = 0 0 N a)ct, m 1 1 1 1 1 1 1O r r N M V t0 (0 r- CO O) r- e se e -e _V e` -C Y Y YY 00000000000 0 0 0 0 0 (4 0 00 (6 0 O F- F- F- F- F- F- F- F- F- F- F- Supplement 4.0 task items will be clearly identified on invoices for reimbursement to City of Tukwila by Seattle City Light EXHIBIT D-1 HOUR AND FEE ESTIMATE 'a. IA W N 'C co) cts M .0 N atS 0- 0 N C) 7:' 0 r 6CD 16 4' d N O 0 L. > �'C O - d- m o ca iii O e)' O 0 19R 0 O C i Z N 0. .x4 -'coo ofO O `� r Q W . O I- v) 5 Cco i r C) 0 73" O. 0 0 LL 0 0 E N W 7 0 O .0 O 1 C •E 06 a 0 O U 0 CO Or 2 C O LO O O T N CO co c N to EF} O M O T N N d' ER E9 N CO O )t) O O O O O O O O O O O 0 O O CV M c O c E 0 (O L a) E c to E C O O o. 0 R 2 C C N 0 0 O 0CLc T C (6 . 0c c EE R 0 N a) c 0. 2 ca2 EL N • ca 1-- (a 4) a O c 0 O a N 2)n _o N o ``O cn r 0 (0C a) 0. rn tU N N 2 U a C1 E E 0a 0) 0. O. (6 E a) N) (t .0 0 ea 0 N N N H N 0 N N O N C tri N N M M EF} Ea 69 O 0 O 0 O CO O O CV N N N O 0 4- c 0 E O 0 a M ca N co CO x- CO co N O O h O V N CO O r CO r N M 64 ER EA 69- CO H O N O O 0 CO 0.1 O N CO 0) a) a) E T E E 0 M ti (6 0 a o m 0 0 -0 N Gft 0) E°' c w lL to N owca -cc m °) O N tO_ C) C0 03 0 i c 0 o C '0) O 0, 0 0 0 0 H O st F Er)64 EF) rn ' (O OD O 64 04 69. ER O CD O CO O O CO N O O 0 O O 0 CO CO CO O O O O O CO N O N (6 E N N a) N O V EXHIBIT D-1 HOUR AND FEE ESTIMATE §k kG 3 ��\ � C CL 1- % k c k G/ \\ 69- c �o� no =or- \ \�§ L- 6 a e___ 0) 0 0 o 0 0 0 0 3 CO 0 0 0 0 0 0 0 CO 0 _ 3 g 0 0 0 0 0 CO CO 0 0 # pecƒ a) co $ # 3 e• $ a 7 % f J \ m � m=2; za co 0 0 c LE $2C c \BJkrr2 o 2m a) -0 &».1-c• ;2 amoi'5fe ƒ$$$)j®k ®q 2 / , § $ \\\\/f\ I= / / _ § § § e=�=__e = 4! 4 7 7 75 m m e o e r 3 k% ©m E e c = c _ (00D 5 $ = f w& a E E£ =/333/ƒ NretLO LO a a as / ___ 0 0 0 0 0 0 0 0 0 0 0 0 as 0® c3 /o k2 0 � E 0 o 1- k• (� 0) \ \/ k § /71E / 0) § a 1- « 055 S \ CO 0 0 0 « 0 et 0 CD 31) \ $ O k• \ 7Ej(0 '- $ .2Cfl \ $ g iz 0 0 E 0- 0 �/ \0q 0)030 02$ w � _e_ 0 0 2 Csi 0 0 / $ 0 0 0) g 0. O. 2 0 EXHIBIT D-1 HOUR AND FEE ESTIMATE E a) N LL 2 CL C * w� U a) (0 2 ca (0 0_ O * 2 EF) (0 O O) 69- 0 4 0 O N 1.— O to O O r— (0 0) M O 4 t` O 0 Ott) O) V (0 0 0 CD M M O O ti 64 EF) EF) EF) 6/9- 69 ER O O O CO O O O O N O CO O O CO X- 0 0 O O O 0 0 O O CO N CO O O O (O O O CO O CO CO (o N CO 0 M Q. O E 0) 0) • oO 0 03 -CI F • to U 0) C • C EN o m U o O U 'O O (0 -O Q U 15 aO (a • w N 0. 7 C tL 0 M CO N CO O) O) 0) 0) V (O V 0 ✓ V CO CO CO 0) V (0 N ti (0 CO '— M M EF) 69 EF) 69- 0 F) 0 0 M CO OCD CN 0 0 M ri (0 64 69- 0 4 0 O O O O CO O O 0 t0 0 N 0 O N CO CD CO N CO O co O O CO 0 a) m 2 a) 0) E D D a) a) i o (r co o c O m c U O • 12 13 asa) > 10 • R > � 03 U ` ( O C (4cc Q rco + coC tL15 S C 0 C aFO O OON:"Y 0 CC.co Od ,Q O7N FOio Q• ca( U - O O O_ R 6L -*: o rn�U (0 � 0 v C a) w T R [0) _o o a) •X N a) (6 = i 7 0 N C 0 a) (6()) (6 '5 .O ix 2- t2 O .E N o.i�DOUCC T Y 7 N M V t0 ca 0 0 0 0 0 1— T O CO CO 0 N 64 EF) 0 O Nr 0 (a a) 0 -o 0 O l4 N .0 Y O a) to CI) (1) O a) tz X a) 0) (E N Q E .O Ir COge) 10 N to cc O cO et • ID 03 ci CO O) to 69. EA V, Supplement 4A - Subtotal: Credit for Previous Contract Authorization: Supplement 4.A - Total Estimated Fee: 64 O CO N EF) r -- 1 -- EF) r CO V co M 0 CO EF) �) a) a) co 03 (13 LL U 0 ami Z` O x `m 0) 6O 3 0 O a) 0 a) 0 N 1) (a a) a) T O EXHIBIT D-1 HOUR AND FEE ESTIMATE U b0 o .0 04 o ,c A Q CO Ac 0 0 W ay; GU m .a. ((s E N 47. W -0 N M ca co a 0 CNA c ai M C T 3d co O a 0 0 01 Cel O T 3 c c m 3 LL O 0 d R p a L Z 0 0. Y r c R o 3 v o .3 Q O L1J O Fes- a) 2 C) 0 0 0 L a 0 0 LL w O F- N N LL Labor Hour Estimate c9 M > st * 0 w O. L 0 N Ct 0) O 0) O N N O r (N 0 M T N N (O E4 49 CO O to T O O O O O 0 0 O O O O O 0 0 v CO V' 0 t C O c E 0 0 0 (a E N E°0 v =0 O O Q � � C c N 'C O a 2 o f6 V c (6 -C o c • E OC .N O E E 5 (0 0 a) 0 (00. co N 1- r N (0 U) a 0 O a l4 N us 4) o O (n COCCI F N O_ X N 4) .O O N E 0 EC E9 69. 49. 0 0 O N N 0 O (0 V' N U) a 0 c c -0 O UO O A O)— N ++ c C. • i Y O U (1) > c f' N en ea x .0 v) U) '0 N N C .0 (0 N CO ) U) N Y • N H 0_ (R 6. EH fR 0 sr d' 0 sr 0 0 O N CO N 0 v N CO a 1 - .o !O E o N c r a O c 03 P � N O (A c� 0 a m 0 .0 a a CO N ICI C6 CO c O O O 0 1- 0 COco N 1- 64 Er} Ei4 69- 00 0 0 (0 a ( 49 O 0 O O O O O O O O 0 O 0 O O 0 O O O 0 O O O O 0 O 0 0 0 0 O 0 0 O 0 O (00 E coC (0 0- 0 0 O N O C O 0 U (0 Q 0) n. E N .0 0) a O) c 0) (0 c 0) N 0) (0 Q 1) d N v 0 co (6 O Q Q m E a) Ta N C c E 0). .0 50) (n -0 a C N "O 0) c O N (ca E ci a O C ._ a 0 N C (a (a 15_ 12 m 0 a a 0 M V' 'Cr EXHIBIT D-1 HOUR AND FEE ESTIMATE Ca E w 0 W M -a C W Ca co)ca t)6 0- O tN CD 4.1 % m co M a 3 0 w 0 0 a) c o e— 3 4. In ca To m =L O et 0 r 0 p , G1 EZ y O. c R 0 .c£0 3c� O Q Y O. W 0 OI--ao2Ci w 0 0 0 1 a 0 0 LL 9- O H Labor Hour Estimate U O r O c r 2 -6 x LJJ 69 1.0 U 0 C O CA O c CO 0 O r x 2 ER co cc 1-- 10 CO CO CO N 00)) O N 0 W u N EFT EA EA EA 69 ER ER Eft N O O O O CO O 'V• O O O O O O O O O O O N CO O O O O O O O O O O O 0 O O O as E O a) A C 00 0 (a N (6 = O. O 0_ 0 w r N R•• H zr Tr) O u O) 0 O M (() (f) 0- 0) 0) 0) rn Q O O Esi Efl fR O O CO CO O O CO CO O 0 V (6 0) .7) a) .0 ) O 0 0 L O 0 O w O O O m . �6 > c O C E O (3 Q c U o o . 0 0 Y r as coF- O 0_ 0) E d 0 n N (6 CO O) 0 CD 0) 0) O 01 co u) O O L() O r r ('9 69 Ea. EFT E9 N O N O O O O O N CO T .0 a) 0 O c> Y r O 03 = 0 79 O O *a O C O_ 0 = U .2 F_, Q c O O. (15 c „=o a) Q o as U N LL 0 E r N r- r- H N R 0. T O C O y 0 (d C 0 0 co N H 69. ER ER O 0 N N O O O CD O 0 'Cr 0 Q N c O T. O a EXHIBIT D-1 HOUR AND FEE ESTIMATE r E w N w co (C aa c N a O = c C_ (6 ( C) C a u O a 0 p2 0) CI 0 al 0 C1 C C M 3 a co (a c m 3 IL O e• 0 O w C ++ O. Y d o E C 3 O R Q r C W N UI�O-v)�U O a 0 0 (L O H 0 ns E (0 w .0 O 2 O 1 a) N CO C 0 c 69. UO a) cr • E4 O 0. 0 N (0 as 1— 0. (0 O 6) M N ER CO r- 0 COO0) M 0 N (O O (O 0 CO (O 6) CO 0 CO h OO O (O (E) O O d' O 6) N O c) ai o o ai V CO fR ER ER ER ER ER EA O 0 O CO O CV CO CO 0 N CO O 0 (4 O N M N O O O 0 0 O O O O CO CO r CO O O N CO O 0 O CO CO CO O N CO O O) .5 a) cs w O 2 a) 0 0 O 0 U O O U U a) 0. (n U m .O Q 0) as 0. i) a CO CO 0) E N N U -o c w a3 C 0 E as (a o U -o U -o E w a) C N a)0) : 0 3 iL N- CO 6) 0) as 0) 0 c 0 a) m 0 O O N1— a) N CD I— V) Q 0X) a) O E .0) V (O V 0 0 0 M V co (fl co O (O co i- V CO O O (O O O V f— N 0 O N N- LO O of M r M M M O M V co ER Esi ER ER ER ER O 0 O 0 O 0 0 O 0 0 O CO O O 0 co O N O V N O N CO CO O N M O O O .4- 0 CO CO c 0 0 (n o E o 2a) a) aa)) j a O C .O c (0 -O C P O o a 0 >+ C3/ 0 a) `) O (n Ca) asc 0 0 0 a) a) 2 [6 0 CL d -o C (O 0 O co V O O c O 0) 0 as 0 a) as 0 O 0 U (0 O -o 0 c 0 a) Q w O CD , (n a) 0 c 0_ a) a) a) a) a) E al 0 CO V 0 V' M ti CVO r N N ER ER ER 0 0 V V tt V d as -o C a) E E U �a 0 -o C (I) 0 0 as 112 as 0. 112 a. C4 0 0) 0 0 c 0 O a) N 0 0 O co O - 0 C 0 CL x a) a) .0 a) E EA- Wi 6l} EA Supplement 4.B - Subtotal: Credit for Previous Contract Authorization: Supplement 4.B - Total Estimated Fee: Hourly rates are based on the following: M CO N ER ao CO N ER 1- cd r V rn ti O ER C0 0) a) co O a) Et LL Ua ami i a3 X cau-LE 0) 0 EXHIBIT D-1 HOUR AND FEE ESTIMATE 0 E j W N � Q) _ E!1 co y c d = O 0 r c r t r OL is CL m ala o (0 0 co3 C B. '- =a O CCI u) Ts ( _ = V y u- 0 O — d ++ co R c ..- - = Z L 4- c FF E c c) cciEL .a) r0 c ` N 7 4+ 0 U 1— CO CO O 0 0 L a 0 0 0 Ts O 1-- a) LL Labor Hour Estimate (C) 0 0 CO 0 CD o c co Q_ O 2 Ef3 C 0 CL resE O 0 00 0 E 0 c ea 2 N (0 1— (O co O) O (0 (E) CO OW M CCA N—N M) COM fR EA 69- EA. EH (O (0 0 N O 0 O 0 O O 0 O 0 0 O O O O CO (0 V (0 L C CO o a) E v co O a) c E o No Y O N H C 0 0 0 (E N o0 co O , :C N O N) 0 co -0 0 c ~ m •••• a) CN N N O M O N Esi O N 0 N (C) N 0) N O O O O Csl O O CO N C4 0 0 O O = Cc. c E a co .o � C � l4 0 > E (1) 0_ N 0. N Y � O N 1- 0_ CO CO COCO M M CO 0 ER ER ER ER O O O O 0 O O O O O tt O O O O >-. CO CO 0M O ' O N O V co O co r to co O d N cr r {n EFT EA ER EA -EA EA 0 O O �f N (0 O 0 O CO 'd - N O O O O O O O O O CO V N O O 0 (0 O (0 O 0 O v v E Q O asQ. Oco r - C 0 c vc 0 I— O ❑ 03 03 wo a 12 f - v' H v 0) N 0 C) m > a) O v O_ @ O E 0 0 a as w (2 a) — OC • J _a to C Q 'y O U) O O 0 c I— O -0 a . Y cy CO 0) c'O ai CO •a c- (n e :E2 m c a) 0 a) m-c.o m w v m i2 L) N T. c O O 0 0 'a 0-ao_o E w 2 2 0 0 a aa.U(4 N M -0- (1) V' V EXHIBIT D-1 HOUR AND FEE ESTIMATE a to U O aO0 • E.), • F. N 0 U N Q 1.4 .4+ E 'i+ M w N 0) R co t ea a. CD c 0 • 0 V .0 a • ` 0°i a a if 2 N CO C • Zs R o -=o. O R • C c 0 0 LL O d' = R 0 71' d L Z _ 0. Y 4-, C 'v= E c 0 t6 V F ,3 E `-= O r 0 a 0 0. L N 3 OF—V)w.O r.+ 0) O 1 0 0) a) u - O) N w L 0 S O .0 as J c• E c0 a1.0 Q M Nrs- N N cc C0)O. LIJ* 0) R F • (14 (.0 M 0 O O 00 co M Oco (t) N N CO tri N 44 N 0 0 O O O O CO 0 O CO O 0 O O 0 O O O 0 CO O O (1 N O CO N O O O N M M O O CO O M 0 a) ▪ c a) (/) LE U (6 O m a) m o a O O c a) a) O- 47. ja ea i 7 .a a 0• O (6 O) C N -0 2 O Y R • L(? F 0) .fi N a) m N a `O C O p CO U C C CO OS a) Q Q w C c , O O a a) Y 7 7 N O O N Oi c La-.) af2)) c C X 7 7 O) •5 T5 N U U a) a) 0) al a) O Q -Q o 0 0 cc O_ M V (O (O (n U) (n (f) 44 fPr to 0 O 0 O O O 0 O O O O O 0) 0) • Ea 44 44 O O O O O 0 0 O O O O O O O O O O 0 0) (1) a 0 O C > Y O O as Q Q N 2 cE a) E O c a (0 O = H CO U 0 Fes" C 0. 0 n (6 Q C a) a_ O a) .75 (5 as F2 c%) - a) ) 7 a°'c3 1- 0.Cg 0) 0. 0. N ca O) O. O 0) .y 0) co E 1 a 00 N F 44 0 0 O O O 0 O O O O O 0) EXHIBIT D-1 HOUR AND FEE ESTIMATE Z6 tp U 0 • a• 0 UwC QC W Q g 3. gU at .a. a) a) LL c E a(n ffl N CD O c O �rn c W Ea. CO• 03 O O CO r- 64 0 O O M 'l1 C0 N CT) Oo(0 c- CO CO O V• ER 64 64 64 69 H3 41i O 0 0 O O O CO N 0 O er N O C. O 0 O 0 0 O 0 O CO N CO O O O CO O O O 03 03 O O 0 er V 00 N D. N u c u) c as c O O O a te' CL •a 0) rn (0 (0 a) a 0 c c 0 cca a C c ., a) a) Q R o C o a rn o . m OF U a en Y a w m 0 a) to (en L co U (A c c F c O a. O E U W co E X 2 co U O•U a) M •O a) U a o (6 a Q as -,c-,,, Q ° JD F c c aL) .� a) = 'a a) E .N -0 O O aa) a) E 00ct0E Y r N co 0) 0) 0) O r- CO 0) O ER fR ER 64 ER 69 69 O O O O O O 0 O 0 O O O 0 O 0 O 0 O 0 0 O O O 0 0 O O 0 0 O O O O O 0 c 0 O u) c tE O a) CD a) a) a a)fx •j a 41 c a L a) ( a a`) 12 O o . a_ • a) E a) a) o (13 C to a) o _C U a) m � N 0 0 co 4— C C co N c to .-`2- 4= '— O O U C o a) CV g 0 sa _ N as m a) 2 CD - a a a) a)) a_ a 0 E LL D 0_ 7) O) F N (-0 O O O O 0 a) !a 0 O O U (E) O • 00 0 00 oet M( D OO N. 0 0 64 ER N ER er d' 0 0 v et M M CO CD N: n 0) co 0) 0) 0) O) to te if, Supplement 4.B - Subtotal: Credit for Previous Contract Authorization: Supplement 4.0 - Total Estimated Fee: ti ti O `a - ER 0) a) (I) o a) cc .- U7 as a73 mi x 03CD a) a) o c aL) 3 p 0 0 a) te.-. O a 0) V) (0 `) Ea (I) 0) raT O S cl • • E tp U 0 Ai a� U N «�4 0W o W 14 r>. CV a ♦.-7 • °. d o] co = O 0 t d 3 N O W aas (0▪ 0. > 0 S a Mo £ W o To 0 c o et R O = Z c S. d - O -E. U1=U) REIMBURSABLE BREAKDOWN 7O ` 0 0 u7 N 69- 0 R0 0 O N ER o 0 ER 0 0 1i N c 0 r L N c E o c O EO c 0) ' O � V d E N R O 2 Y N co 1-- c 0 0 0 N Ef} 0 0 0 Es} 0 0 10 Ef} 69- f3 2 O C2 a) 0 0 cc) N 413- ER R ER E 0 0 ui O N 0) co o o o o '0 0 N U0 0 0 O ti 0 0 0 10 N 0 0 0 0 ER Ell ER 69 ER ER ER ER Ess 00 0 0 0 0 0 0 0 000 000 100 N 0 CV CN- 10 N N 10 10 ER ER ER ER ER ER ER ER ER 0 00 00 0 0 0 0 (D 0 0 0 0 0 0 O 00 000 00 N 0 N (0 0 10 V7LO T N N K} E/9- -0 fl 49 as 2 E a) O a M 0) 1— ER O c) co 1- Ef} EP). c O ++ co c 0 0 1- 0 N 1— O U O C2 a) Y co m 1- 69- ER O U v O 0.. m ER w O b Y 0) m H 69 ER Ef3 Ess ER ER Es> ER E9 - O r 0 H CD co e0 H 0 0 0 ER 0 0 0 69- ER R ER 64 ER Efi EA ER ER 0 0 0 0 00 00 00 00 10 co 00 T T ER ER Es} Es> 0) .6- Q Q 0) 0) > ▪ O y_ • U O a 0) N CU ▪ E 0) ID Y N 1 - ER c "o REIMBURSABLE BREAKDOWN 0 Y .75 en m 0 O 0 O LE) 0 O O O 0 N O O O O O tf) M O O 0 10 O ti M O O O u) 64646464 ER Es}Es369-64EA- 0) EH 6- 69- 0 0 0 0 0 0 0 0 0 0 F}0000000000 000 0 00000 00000 000 0 00000 00006 ui610 0 00000 10 0 0 1.0 N LOti N OOOr 00 r 0) tO O N d' M Lri 1- Tr co 64 E9-69-EA6F} Ea- 6464640.3 64 EA 03 EA- 00000 A - 00000 00000 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 00000 00000 ui6u) ui 00000 '000100 C LO 6) r OOOr 00 r CO id d N M ch 1- ai Es} N d1 C� C N W '0 c R N 0 r+ 0 V CO 0. O RIC 00 0 w 0 a o) 0 t0 ff} O 0 O Q 0 N 0 0 t0 0 0 LL LL 0 GO Q) 0 CO W En 0 0 0 al O Q Q) 0 J Y 0 H N CC 1- 64 64 EA - 0) 0 O f4 EH O 0. 69- N 0, y ._ Eu W_ m 0 O 0 O cn ¢ 3 c6 O co N N Q Q(Y Eg 69- 69 - Ess 6F? Total Reimbursable Costs: HOUR AND FEE SUMMARY C) _C O 0) CD 13 O co w w au 47 • W a es N 'aa co 0 O 0 O 0. co O 1i w • • (d O O Z r m H E O • Y G. U1-() 4- V d 0 0 O H O 00N CO CD N (() V' (nM - Ot`OOM()MNN V' O - co c ) COO V' V- 0)0)�-N_ 0) 00 ti c() V' 0 M N 0) co (NO)0) (C) N O (O V' c0 (0 co N N (13 (f3 (A (13 (R f13 (R Ef3 (R EA EA (f3 • 0000 CO N O • cc; co M r ▪ h CO ER CAl CO 1- (• MO to er 403 (A 40 (R 40 fH • N h co 4 LC) ODN OD N OD • 1.0 01 111 (nrno0-CO co m 117 05:04: A- Ili N CO OD M M CO . (O O ti ti O O 07 N 00) 07 (13 K3 (13 (f3 03 03 H3 03 03 03 64 CO NY (0ON (0 M 0) MO • 'Cr MOcnMOOCOONt 0) O N O— cf) O (0 (fl t() N N y- O 1.0 0 V' I- 0) Cr O y- 1.0 O OD M O O r to V' L V' (NI CAI MMO)MN M co (13 fA (1> (13 K3 Ef3 K3(f3(f3 if3(f3 03 03 (H M N OD cr V' (O M O M M co to tO • N 4 co r O) 0) V' (0 V' 00 N (f) 0) 0) ti CO ('M ' O (f) in in N OD O (O N (0 CO f� O I- 0) (0 co ,- 0) CO M 10 0) CO (0 (n O V Nt CO 0) • M Mri O MM r c N 00 W 0) (A3 64 (f3 Cf3 CO CO EA CO CO CO CO VI. CO Original Contract Authorization (Phase 2): Supplement No. 1 (Time Extension): Supplement No. 2 (Phase 3): Supplement No. 3(Time Extension): New Contract Not to Exceed Total: N 1- a) C (/) 0) O 0 LL w, (6 .0 0 E a) •14 c w Ew 0 w 3 .c 0 c W Q c C 0 V a) c(a PI Q 0 .4-,w Em 2 c -0 O al 0 0 O U C C !'" (o y 0 -0-Q . T a) T C (E _0 R c m c rn w (.0 O> E O a) Z ` O C C p C c_ C a O a) a) c ;- > - C C) L- c) 0 E D •C 0 0 >, a) E O c.0 > 0 (II 0 N C 0w o ad C c O 0 0 +_' c 0 C y (.) C > _• V , >. 6' •E .E ca Q C LL CD -0 C �C0 w 0 2. �0'm 2u)EL 5C0iaa , , 1 1 1 1 1 1 1 O CN 0/ V 10(O ti OD O). Y Y Y Y Y Y Y Y Y Y Y co(0(0(0(0(0(0(0(0(0(0 O 0000000000 H F- 1- H I- H 1- 1- I- I- 1- t rn J U a) (6 0 (n T .a 0 F 0 U 0 C 0) E 0 N E 0) 0 a) a) 0 0 •c 0 0 a) a) a >, 0 a) 0 sa 0) e) E 4) 0 U c 0 E 0) Q 0. 0 Washington State Department of Transportation Supplemental Agreement t Organization and Address KPG, Inc. P.S. KPG, Inc. P.S. 753 9th Ave North Seattle, WA 98109 Agreement Number 02-108 ( C) Project Number STPF-0099(0077) Phone 206-286-1640 Project Title Tukwila International Boulevard, Phases 2 & 3 New Maximum Amount Payable $ 1,411,520.78 Description of Work South 139th Street to South 116th Street Prepare Plans, Specifications and Estimates The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPG, Inc. P.S. and executed on 11/18/2002 and identified as Agreement No. 02-108 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: No revisions 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Time for completion shall he December '31, 2006 111 Section V, PAYMENT, shall be amended as follows: No revisions. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Nelson Davis, KPG DOT Form 140-063 EF Revised 10/97 By: City of Tukwila raw\ d -A -- Cons Itant Signature U Approving Authority Signature 6f0/ 0446 "Qi" ® • � Washington State �'/ Department of Transportation Supplemental Agreement *i; Organization and Address KPG, Inc. P.S. KPG, Inc. P.S. 753 9th Avenue North Seattle, WA 98109 Agreement Number 02- -108 C b) Project Number STPF-0099(077) Phone (206)282-7092 Project Title Tukwila Internation Boulevard, Phase 2 New Maximum Amount Payable $ 1,411,520.78 Description of Work South 132nd Street to South 116th Street Prepare Plans, Specifications, and Estimates Project limits are revised to South 139th Street to South 116th Street by this supplement The Local Agency of City of Tukwila desires to supplement the agreement entered into with KPG, Inc. P.S, and executed on 11/18/2002 and identified as Agreement No. E. -A=5 -3729 - All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: Provide additional design services for phase 3, South 139th Street to South 132nd Street as described in the attached Exhibit B 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No revisions 111 Section V, PAYMENT, shall be amended as follows: Additional design services for phase 3 are estmated at $459,793 72 as shown on the attached Exhibit D-1 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Nels Davis, KPG Consultant Signature DOT Form 140-063 EF Revised 10/97 By: City of Tukwila Approving Authority Signature ENT() APR 13 ZOOS l',50P4: OIdGI.N.ALS Exhibit B City of Tukwila Tukwila International Boulevard, Phase 3 South 139th Street to South 132' Street KPG, Inc Supplement No. 2 Scope of Work January 18, 2005 A. PROJECT DESCRIPTION Recent funding approvals have provided adequate funding for completion of Tukwila International Boulevard Phase 3 (S. 139th Street to S. 132nd Street) concurrent with Phase 2 roadway improvements. The combined project, along with Phase 1 (completed in 2004) will complete the proposed corridor improvements between the south City limits and S. 116th Street. This supplement provides for the additional design and permitting services required to complete Phase 2 and Phase 3 for a single construction project. Phase 3 improvements are an extension of the Phase 2 improvements described in the original contract approval. These generally include minor widening to provide WSDOT standard lane widths, installation of curb, gutter, and sidewalk, illumination, utility undergrounding, and structural retaining walls. Project design will comply with federal funding requirements outlined in the WSDOT Local Agency Guidelines Manual. We understand that the City will complete the Environmental Classification Summary and anticipates that the project will fall under the NEPA Categorical Exclusion (CE) with documentation (i.e. preparation of a Biological Assessment). This scope of work assumes that the documented CE will meet NEPA requirements. The Biological Assessment will be prepared by the City with design information provided by the consultant as required. B. DELIVERABLES Deliverables by the Consultant and City shall be per the original contract, expanded to include the phase 3 project limits as applicable. It is assumed that Phase 2 and Phase 3 will be bid as a single contract. Tukwila International Blvd KPG Supplement No. 2 — Phase 3 Design 1 of 5 January 18, 2005 Exhibit B Scope of Work (cont'd) C. SCOPE OF WORK TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION 1.1 The Consultant shall provide continuous project management for the project duration (estimate 12 months). 1.2 The Consultant shall prepare a comprehensive schedule and provide updates as necessary. 1.3 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming work elements, and a reporting of any delays, problems, or additional information needs. 1.4 The Consultant shall provide quality assurance / quality control (QA/QC) reviews of all work products prior to submittal for City review. TASK 2 — SURVEY AND BASE MAPPING 2.1 The Consultant shall coordinate additional survey to provide a single, merged base map for the right of way between South 139th and the Duwamish River. Additional field survey, including topography within the right of way and updated assessor's right of way information, will be prepared by Earth Tech. 2.2 The consultant shall coordinate field locates of all existing utilities in the corridor for incorporation into the updated base maps. 2.3 The Consultant shall prepare updated base maps from 139th to the Duwamish River combined with previous mapping for phase 2. TASK 3 — PUBLIC INVOLVEMENT 3.1 Based on neighborhood comments and a public meeting held during phase 2 design, the City is interested in analyzing 37th Avenue South for closure along with phase 3 improvements. The Consultant shall obtain turn movement counts at 37th Avenue South, S 130th`' Street and 35th Avenue South to analyze the impacts of this closure. 3.2 The Consultant shall analyze the closure of 37th Avenue S using Synchro and provide a brief memorandum on the results and recommendations. 3.3 The Consultant shall prepare for and attend up to two community meetings to discuss the closure of 37th Avenue S. Tukwila International Blvd KPG Supplement No. 2 — Phase 3 Design 2 of 5 January 18, 2005 Exhibit B Scope of Work (cont'd) TASK 4 — WSDOT COORDINATION 4.1 No supplemental needs for this task due to Phase 3 improvements. TASK 5 — UTILITY COORDINATION 5.1 The Consultant shall distribute mailings and distribute preliminary plans to franchise utility purveyors along the corridor in order to facilitate relocation and adjustment coordination. 5.2 The Consultant shall coordinate with franchise utilities to incorporate the necessary relocations, adjustments, or upgrades into the project design. 5.3 The Consultant shall complete undergrounding conversion design between South 139th Street and South 132nd Street. Electrical undergrounding design will be completed by Casne Engineering TASK 6 — GEOTECHNICAL INVESTIGATION 6.1 The Consultant shall complete field explorations to support retaining wall design for phase 3 based on the approved 30% design. Field exploration will be under the supervision of Landau Associates. Landau Associates shall compile previous geotechnical findings with the results of field explorations to develop geotechnical engineering results and conclusions. TASK 7 — PERMITTING 7.1 The Consultant shall provide permit support for the additional project limits as required for the completion of phase 3 improvements. Permit support will generally be as described in the original contract. TASK 8 — PRELIMINARY DESIGN OF BYPASS PIPELINE 8.1 Maintenance review of existing pipe crossings within the phase 2/3 limits during preliminary design revealed a number of failing or damaged culvert crossings of the roadway that were intended to remain. The Consultant shall review trenchless repair options vs. standard pipe replacement costs and incorporate the repair of these culverts in the final project design. Tukwila International Blvd KPG Supplement No. 2 — Phase 3 Design 3 of 5 January 18, 2005 Exhibit B Scope of Work (cont'd) TASK 9 — PREPARE FINAL PLANS, SPECIFICATIONS AND ESTIMATE (Phase 3) 9.1 The Consultant shall prepare 30% roadway plans based on the preferred alternative for City review and approval. 9.2 The Consultant shall prepare 30% landscape and urban design plans for City review and approval. 9.3 The Consultant shall prepare structural design based on preferred alternative. Structural design will be by CivilTech. It is assumed that the project structural elements will include an additional 4400 linear feet of structural wall over what was required for phase 2. 9.4 The Consultant shall prepare 60% plans and cost estimate for the roadway corridor from South 139th Street to South 116th Street. The plans shall be in sufficient detail to allow review and confirmation of planned roadway, pedestrian, channelization, drainage, and illumination system by the City and WSDOT during review. All plan submittals will include phase 2 and phase.3 improvements as a single plan set. 9.5 The Consultant shall prepare 90% Plans for review and approval by the City and WSDOT. Plans shall be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details and WSDOT standard plans will be supplemented with project specific details as required. Plan information shall include: ❑ Centerline control information ❑ Limits of construction ❑ Typical sections and details ❑ Roadway plan and profiles ❑ Temporary erosion and sediment control plans ❑ Drainage system plan and profiles ❑ Wall plan and profiles ❑ Channelization and Signing plans ❑ Signal modification plans and details ❑ Illumination plans ❑ Civil undergrounding design ❑ Undergrounding conversion design ❑ Urban Design plans and details ❑ Landscape / restoration plans ❑ Irrigation plans and details 9.6 The Consultant shall prepare 60% (outline only) and 90% specifications for review and approval by the City. Specifications shall be based on 2004 WSDOT / APWA standard specifications, using contract boilerplate and general special provisions provided by the City. Tukwila International Blvd KPG Supplement No. 2 — Phase 3 Design 4 of 5 January 18, 2005 Exhibit B Scope of Work (cont'd) 9.7 The Consultant shall calculate quantities and prepare a construction cost estimate in support of the 30%, 60%, and 90% plans and specifications. 9.8 The Consultant shall finalize bid documents for advertisement and award by the City. Final bid documents will be signed by a licensed professional engineer in the State of Washington. TASK 10 — RIGHT OF WAY 10.1 No supplemental needs for this task due to Phase 3 improvements. TASK 11 — BID PERIOD SERVICES 11.1 No supplemental needs for this task due to Phase 3 improvements.' OTHER SERVICES The City may require other services of the Consultant. These services could include additional survey, off-site mitigation design, property acquisition services, additional permit support, or construction management and inspection. 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. Tukwila International Blvd KPG Supplement No. 2 — Phase 3 Design 5 of 5 January 18, 2005 r M CD Ch f0 = 07 t M a� cn > w a) _c o c, m f0 N c 1 0 N R ci C Z ' L C ami F- 03 E O w Y � HOUR AND FEE ESTIMATE U F- (I) WI Cj O d 0 0 69 ER 0 f0 y E C o o c O N O 0 -p O C C O I- 0 a) 0_ 0 0 2 1 Y fn 0) F. ea a) C ns ca L � T E -Y CC 0 O LCS ti Q Q CD a) E o ca a) a) 47 — .Q 0 a) T N N a) O 0 O ER O U -o O 0_ a) o 0 Oo o )ri co C) co- ccicvN 6.9 61- TU 3 0 16 N 69- co a) O) 0 o o 0 O Cf3 c O U O Q a) EF3 O co a) ff3 To O F- 4 N N 1— 69 c o) O a) 0 a) c 2 0 0 0 U >' w N a) F- ff3 c O U -o O Q a) Et 0 o 0 o o ui O )� O N CN cc') 6.9 c O) en a) -oU U a) W 0 c 0) a) 0 0) C W C 0) O 0 lr) cn R F- C 0 y m > 0 f0 U 0 L U a) 0 a) cs to N a) F- a) O) t0 a) 0 O 0 10 ff3 C O 0 7 a O co_ a) 0 O cci N 0) ca O 0 2 o 0 0 C O U D O Q a) 0 O 0 O O O1 0 0 cti N C) v3 ff3 10 o 0 N 00 M • • d d M d en "CS R = a7 t a t`9 ED O X y � ,., O M m R u) C ' O N r essZ 3 C OO E O .� a V F- m HOUR AND FEE ESTIMATE C▪ a 0 U r r 6s 69. 69. N Total Reimbursable Costs: HOUR AND FEE ESTIMATE T. L • J N • -0 C4 C - d M 3 c- o > +� CDs 11 O M CO r • N C O N .01 C Z 4.22 t4 E Y Q U F- to U a I- ti LO LC) '[Y CO N- N CO CO O cr d- CO N ti - M N- I Lf) C') 4 N LC) C) N- N ct N In LC) LC) 0, 00- N N N- a) r- "Ct 1- 0 O C') O LC) LO O N- CO 6i NC') .—.-- Ln (O ;7-) O I— N ea H co a) as E W C o 2 2 m LC c Q� E -o co � •O C • 0)C MI 0 0. U O (O - -0 0_ � C6 c 2 O COCn � E O 0 C Co O a) a) O > -� ascii 5 O Q) L Cn E� C C O D (a) C) _ O > O C6 C Tu C6 o O U L+ > -a co C> I 0 0 C O) co • - O O -c a) _ .,- O 0 _ c _O 'a-) 0) °) `) 0 m E E c c-0 2 — o c6 ==u)= a) 45 a) 2Em 2upa_ 50aa.a I I .1 I I I I Or N M LC) CO ti CO O c Y Y Y Y Y Y Y Y Y Y Y U) U) Cr) O 0, C6 CO C6 C6 CO (6 CO C6 CO CO CO Total Estimated Fee 4 EXHIBIT D-1 HOUR AND FEE ESTIMATE .U. 0 N r UI.. ,F < 4 �itow .a. r G) 0) M -0 cat a� co G) t C) O m (I) O N 03 CZ E Z C GG)) E N > Y U 0) O c a) N LL (0 O H Labor Hour Estimate 0 O U 0) (0 CO O O7 O O N-- Efi O O O O Ef3 O O Ef} h N O M c.) co69.ti O ti r- - r co N Ef3 CO O N O O CO O O O O O O O O CO O di O CO L C O E C N O :r 0 m E CD CO O O '0 fn .- •E O 0 a) U 0) O 0 Q 0) T- (NI COI ..Cr. r r r U) 0 a) c 0 O a m N .0 To CO 0 r (n U) C ~ N G X cna) a) (0 O .B E .0) O O O) CO Ef. En- 69 - CO N 69- 0 Pr O 0 O O O d' N tt N O O O CO co N O O 0) i 0. 0 - co R E 0) 0) (0 C (0 >. a) U) N (1) a) 1— N N Task 3 - Public Involvement Ef3 CO ti CO CO ff3 co co N 64 En. En. EA O O O O O O O CO r O O N O N N N co M O CO N M N- N M C O u) O O a0) E O CD .- L E Q (0 Eaio O (nH O (n 0) N CO C (6 O_ X 0 co C O (0 c 2 a_ E d co Task 4 - WSDOT coordination I E�3 O O O O O O O O O O (0 E C a) E a) 0.. O 0 Z a) N O E -0 Q1 i EXHIBIT D-1 HOUR AND FEE ESTIMATE 0 • 0 • c. U • bb t]a)N Ai 44 0 0 Ci 14) Q o 44 41 GU CI a) a) LL Labor Hour Estimate a) co C O 0 W L O o) 2 c d 0 U) 0 1- C O C O O U a O LC) LO O 69- r -- co O CM ti C) CO CO 0 O O Lci tri O N- -. O N N O (N V O O CO O co O V N N CO O O V N co M O O N O a) a) O 0 U C (o 0 0) -o C E o 7 0 C 0 (o 0 E LC) a) (0 a) -c 0 c O "O c � 0) - f9 a) a) W-to�� 0 c O ' Y R o co F C C O O N CO. L!) LO 0 O (0 (I3 a) C (0 U c 0 U w 0 a) 0 O U) (0 1— EA eft (a O O O O O O N N v7 c 0 115. 0 0. x a) a) (0 U c 0 U O O) Tac a) E a),,� O_I O a)) a) O_ E O CTS0 0 C -o 0 O a) O .O a) a) W a) co a) O_ X a) a) 1.12 7 E 0) 69- 69 - CO O O M a) 0 (0 L O O 0 O. O E a) O_ (0 C a) E a) .(0 a) 0 C 0 Y (O a) R O a] L O � Y y t0 d a) 0_ X a) a) 0 O 7 7 a) tn� N O N N LC) ti EA O N N O ti O fH O O V N N O (C co 03 CD C - Y 0- X u) a) N 0) '— -10 Tts (0 0 O O .(0 0) 1— J:2 - - d , O C „ m F-. a) C d U X 'C c a) L i a) N C a3 (o i .2 O. 2 a 0 'a) CO Y 9— CO O 0 0 C 0 O O_ V Cr) CO V O ER 6/3- 0 69- fA CS) O O O N O ti V O) a1 O co O M O 69- ffl- 0 N O N O M 69- (NJ A (NJ N O ti Lf) L() O ' CO V 0) CO O N 69- 69- U) 0 ti O 9— M 64 O O co CO V O N CO M O O O CO O O O CO N co V N O CO a) O O O O V O V O CO O O N O N O O O V V N V N co O O V O N "1 - CO CO V N V N co O V N 0 M co aa) >. (0 O > CZU 2 (13 0 O co CO CO C 0 .4= 0 0 O_ O a) O C 0 a) a) co 1- � Y co N cn C.1)I a) c a) 0 X O O -c a _0 F2 N E C N 0_ V LO O ti co. O) O) O) O) O) Is • EXHIBIT D-1 HOUR AND FEE ESTIMATE 0 • ti • 7�u < G)w w b� ♦p0 LL Labor Hour Estimate 64 6'i v> O O O O O O O O O a) a_0 co E o a) Z . EA- ti) 9 64 En - O O O O O O O O O O Total Estimated Fee: Hourly rates are based on the following: M N 64 CO (D N O CO CO 69. LC) r -- CO - CO CO CO Local Agency Standard Consultant Agreement g Consultant/Address/Telephone KPG, Inc. P.S. KPG, Inc., P.S. 753 9thAveN Seattle, WA 98109 (206) 282-7092 Agreement Number LA - 5329 Federal Aid Number STPF - 0099(077) Project Title And Work Description City of Tukwila Tukwila International Boulevard, Phase 2 South 132nd Street to South 116th Street Prepare Plans, Specifications, and E stimates AG 0240Q Agreement Type (Choose one) ❑ Lump Sum Lump Sum Amount $ /° % % 160.61 ►�� Cost Plus Fixed Fee Overhead Progress Payment Rate Overhead Cost Method 0 Actual Cost ❑ Actual Cost Not To Exceed DBE Participation % 0 Yes _i No WBE Participation ❑Yes _� No Federal ID Number or Social Security Number • Fixed Rate Fixed Fee $ 65,798.17 Do you require a 1099 for IRS? ❑ Yes ■ No Completion Date April 30, 2004 ❑ Specific Rates Of Pay ❑ Negotiated Hourly Rate ❑ Provisional Hourly Rate ❑ Cost Per Unit of Work Total Amount Authorized $ Management Reserve Fund $ Maximum Amount Payable $ 951,727.06 951,727.06 THIS AGREEMENT, made and entered into this between the Local Agency of /9 City of Tukwila day of A1v V Washington, hereinafter called the "AGENCY" , and the above organization hereinafter called the "CONSULTANT". WITNESSETH THAT: WHEREAS, the AGENCY desires to accomplish the above referenced project, and WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: DOT Form 140-089 EF Page 1 of 8 Revised 12/99 GENERAL DESCRIPTION OF WORK The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II SCOPE OF WORK The Scope of Work and project level of effort for this project is detailed in Exhibit "B" attached hereto, and by this reference made a part of this AGREEMENT. III GENERAL REQUIREM ENTS All aspects of coordination of the work of this AGREEMENT, with outside agencies, groups or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY or such Federal, Community, State, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum number of hours or days notice — required shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit"B" attached hereto and made part of this AGREEMENT. The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, that will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. Goals for Disadvan- taged Business Enterprises (DBE) and Women Owned Business Enterprises (WBE) if required shall be shown in the heading of this AGREEMENT. All reports, PS&E materials, and other data, furnished to the CONSULTANT by the AGENCY shall be returned. All designs, drawings, specifications, documents, and other work products prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT and are property of the AGENCY. Reuse by the AGENCY or by others acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. Iv TIME FOR BEGINNING AND COM PLETION TheL... CONSULTANT shall not b.....:... a 1. de JIIGIl 111)1.1) III any worn IJfU1I the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULT- ANT, but may be extended by the AGENCY, in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established completion time. V PAYMENT The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit "C" attached hereto, and by this reference made part of this AGREEMENT. Such payment shall be full compen- sation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work specified in Section II, "Scope of Work". The CONSULTANT shall conform with all applicable portions of 48 CFR 31. Page 2of8 VI SUBCONTRACTING The AGENCY permits subcontracts for those items of work as shown in Exhibit G to this Agreement. Compensation for this subconsultant work shall be based on the cost factors shown on Exhibit G, at- tached hereto and by this reference made a part of this AGREEMENT. The work of the subconsultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, overhead, direct non - salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section V. All subcontracts exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and subcontractor, any contract or any other relationship. VII EMPLOYMENT The CONSULTANT warrants that he/she has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consider- ation, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability, or in its discre- tion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the SULTANT only and not of the AGENCY, and any and all claims that may or might arise under any Workmen's compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full or part time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been,at any time during the period of the contract, in the employ of the United States Depart- ment of Transportation, the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. VIII NONDISCRIM (NATION The CONSULTANT agrees not to discriminate against any client, employee or applicant for employ- ment or for services because of race, creed, color, national origin, marital status, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the following: employ- ment upgrading, demotion or transfer, recruitment or any recruitment advertising, a layoff or terminations, rates of pay or other forms of compensation, selection for training, rendition of services. The CONSULT- ANT understands and agrees that if it violates this provision, this AGREEMENT may be terminated by the AGENCY and further that the CONSULTANT shall be barred from performing any services for the AGENCY now or in the future unless a showing is made satisfactory to the AGENCY that discrimina- tory practices have terminated and that recurrence of such action is unlikely. During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees and successors in interest agrees as follows: A. COMPLIANCE WITH REGULATIONS: The CONSULTANT shall comply with the Regula- tions relative to nondiscrimination in the same manner as in Federal -assisted programs of the Page 3 of 8 Department of Transportation, Titie 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorpo- rated by reference and made a part of this AGREEMENT. The consultant shall comply with the American Disabilities Act of 1992, as amended. B. NONDISCRIMINATION: The CONSULTANT, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, creed, color, sex, age, marital status, national origin or handicap except for a bona fide occupational qualification in the selec- tion and retention of subconsultants, including procurements of materials and leases of equip- ment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix II of the Regulations. C. SOLICITATIONS FOR SUBCONSULTANTS, INCLUDING PROCUREMENTS OF MATERI- ALS AND EQUIPMENT: In all solicitations either by competitive bidding or negotiation made by the CONSULTANT for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this AGREEMENT and the Regulations relative to nondiscrimination on the grounds of race, creed, color, sex, age, marital status, national origin and handicap. D. INFORMATION AND REPORTS: The CONSULTANT shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the AGENCY to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of the CONSULTANT is in the exclu- sive possession of another who fails or refuses to furnish this information the CONSULTANT shall so certify to the AGENCY, or the United States Department of Transportation as appropriate, and shall set forth what efforts it has made to obtain the information. E. SANCTIONS FOR NONCOMPLIANCE: In the event of the CONSULTANT's noncompliance with the nondiscrimination provisions of this AGREEMENT, the AGENCY shall impose such sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: F. 1. Withholding of payments to the CONSULT- ANT under the AGREEMENT until the CONSULTANT complies, and/or 2. Cancellation, termination or suspension of the AGREEMENT, in whole or in part. INCORPORATION OF PROVISIONS: The CONSULTANT shall include the provisions of paragraphs (A) through (G) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The CON- SULTANT shall take such action with respect to any subconsultant or procurement as the AGENCY or the Federal Highway Administra- tion may direct as a means of enforcing such provisions including sanctions for noncompli- ance; provided, however, that, in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the CON- ULTANT may request the AGENCY to enter into such litigation to protect the interests of the AGENCY, and in addition, the CONSULTANT may request the United States to enter into such litigation to protect the interests of the United States. G. UNFAIR EMPLOYMENT PRACTICES: The CONSULTANT shall comply with RCW 49.60.180. Page 4 of 8 Ix TERMINATION OF AGREEMENT The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit F for the type of AGREEMENT used. No payment shall be made for any work completed after ten days following receipt by the CONSULT- ANT of the Notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CON- SULTANT, the above formula for payment shall not apply. In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULT- ANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termina- tion, whether that work is in a form or a type which is usable to the AGENCY at the time of termination; the cost to the AGENCY of employing another firm to complete the work required and the time which maybe required to do so, and other factors which affect the value to the AGENCY of the work per- formed at the time of termination. Under no circumstances shall payment made under this subsec- tion exceed the amount which would have been made using the formula set forth in the previous paragraph. If it is determined for any reason that the CONSULT- ANT was not in default or that the CONSULTANT's failure to perform is without it or it's employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY in accordance with the provision of this AGREEMENT. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervi- sory personnel assigned to the project, or, dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, 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 AGENCY. The subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY'S concur- rence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CON- SULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULT- ANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitle- ment to exercise those rights with respect to any future act or omission by the CONSULTANT. X CHANGES OF WORK The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. Page 5 of 8 XI DISPUTES Any dispute concerning questions of fact in connec- tion with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT, provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. XII VENUE, APPLICABLE LAW AND PERSONAL JUR!SDICT ION In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washing- ton, situated in the county the AGENCY is located in. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accor- dance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located in. XIII LEGAL RELATIONS AND INSURANCE The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accord with the laws of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE, and their officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT's negligence or breach of any of its obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY and the STATE against and hold harmless the AGENCY and the STATE from claims, demands or suits based solely upon the conduct of the AGENCY and the STATE, their agents, officers and employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT's agents or employees and (b) the AGENCY and the STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence, (2) the costs to the AGENCY and the STATE of defending such claims and suits, etc. shall be valid and enforce- able only to the extent of the CONSULTANT's negligence or the negiigence of the CONSULTANT's agents or employees. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. The CONSULTANT recognizes that this waiver was specifically entered into pursuant to the provisions of RCW 4.24.115 and was the subject of mutual negotiation. Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of an acceptable, supplemental agreement, the CONSULTANT shall provide on-call assistance to the AGENCY during contract adminis- tration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as other- wise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to RCW 48. Page 6 of 8 Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. General commercial liability insurance in an amount not less than a single limit of one million and 00/100 Dollars ($1,000,000.00) for bodily injury, including death and property damage per occurrence. Excepting the Worker's Compensation insurance and any professional liability insurance secured by the CONSULTANT, the AGENCY will be named on all certificates of insurance as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within 14 days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million dollars, whichever is the greater unless modified by Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. The AGENCY will pay no progress payments. under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclu- sive; and the AGENCY and the STATE may take such other action as is available to them under other provisions of this AGREEMENT, or otherwise in law. XIV EXTRA WORK A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in the services to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the AGREE- MENT accordingly. C. The CONSULTANT must submit its "request for equitable adjustment" (hereafter referred to as claim) under this clause within 30 days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a claim submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However nothing in this clause shall excuse the CON- SULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and condition of paragraphs (a) and (b) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV ENDORSEMENT OF PLANS The CONSULTANT shall place his endorsement on all plans, estimates or any other engineering data furnished by him. Page7 of8 XVI XVIII FEDERAL AND STATE REVIEW COMPLETE AGREEMENT The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII CERTIFICATION OF THE CONSULTANT AND THE AGENCY Attached hereto as Exhibit "A-1", are the Certifications of the Consultant and the Agency, Exhibit "A-2" Certification regarding debarment, suspension and other responsibility matters - primary covered transactions, Exhibit "A-3" Certifcation regarding the restrictions of the use of Federal funds for lobbying, and Exhibit "A-4" Certifcate of Current Cost or Pricing Data. Exhibits "A-3" and "A-4" are only required in Agreements over $100,000. This document and referenced attachments contains all covenants, stipulations and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, represen- tation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT. XIX EXECUTION AND ACCEPT ANCE This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting materials submitted by the CONSULT- ANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first above written. By t Consultant Nelson Davis, KPG Page 8 of 8 Mayor, City of Tukwila Exhibit A-1 Certification Of Consultant Project No. STPF - pG 4 9 (o7 -f Local Agency Tukwila I hereby certify that I am Nelson Davis representative of the firm of KPG, Inc. P.S. and duly authorized whose address is 753 9th Ave N, Seattle, WA 98109 and that neither I nor the above firm I here represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this contract. (b) Agreed, as an express or implied condition or obtam,ng this contract, to employ Or to retain the ser'v:ces of any firm or person in connection with carrying out the contract. (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution donation or consideration of any kind for, or in connection with procuring or carrying out the contract; except as here expressly stated (if any): I further certify that the firm I hereby represent isauthorized to do business in the State of Washington and that the firm is in full compliance with the requirements of the board of Professional Registration. I acknowledge that this certificate is to be available to the State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal aid funds and is subject to applicable State and Federal laws, both criminal and civil. (/%A(1 / t Date Certification of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of City of Tukwila Washington and that the above consulting firm or their representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to: (a) Employ or retain, or agree to employ or retain, any firm or person, or (b) Pay or agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of any kind, except as here expressly stated (if any). I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal aid highway funds and it subject to applicable Stat and Federal laws, both criminal and civil. /Pam Date SLA F.,'\ YV\vX4Q - Signature • • Exhibit A-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary Covered Transactions 1. The prospective primary participant cetifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or stateantitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph 1.b. of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. 2. Where the prospective primary partidpant is unable to certify to any of the statements in this certfication, such prospective participant shall attach an explanation to this proposal. Consultant (Firm): KPG, Inc. P.S. l / +-( / (>1 - (Date) 2 - (Date) (Signature) President or Authorized Official of Consultant • • Exhibit A-3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. 2. If any funds other than federal appropriated funds have been paid or vv -ill be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisit for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Consultant (Firm): KPG, Inc. P.S. l� /(t4 (Date) (Signature) President or Authorized Official of Consultant Exhibit A-4 Certificate of Current Cost or Pricing Data This is to verify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 15.801 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.804-2) submitted, either actually or by specific identification in writing, to the contracting officer or to the contracting officer's representative in support of Exhibit D-1 * are accurate, complete, and current as of October 8, 2002 **. This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements between the offeror and the Government that are part of the proposal. Firm KPG, Inc. P.S. Name Nelson Davis, KPG Title Principal Date of Execution*** ( (('( (0_ * Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the appropriate identifying number (e.g., RFP No.). ** Insert the day, month, and year when price negotiations were concluded and price agreement was reached. *** Insert the day, month, and year of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. Exhibit B City of Tukwila Tukwila International Boulevard, Phase 2 South 132nd Street to South 116th Street KPG, Inc Scope of Work November 13, 2002 A. PROJECT DESCRIPTION The City of Tukwila intends to improve Tukwila International Boulevard between South 132nd Street and South 116th Street. Recent funding approval for this project included minor widening to provide WSDOT standard lane widths, installation of curb, gutter, and sidewalk, illumination, utility undergrounding, pedestrian connection to the Duwamish River Trail and storm drainage improvements. Storm drainage improvements include the installation of a bypass pipeline along the Tukwila International Boulevard right of way with a new outfall to the Duwamish River. A preliminary design study will be developed for the entire length of the bypass pipeline from South 138th Street to the Duwamish River in order to provide flexibility with the current design for future expansion to the south. The preliminary design study will utilize previous hydrologic studies prepared by the City for sizing of the bypass pipeline and determining flow splitter location and criteria. The bypass pipeline is intended to protect Riverton Creek and Southgate Creek from erosive storm flows by routing higher storm events directly to the Duwamish River. The preferred alternative, as selected by the City following a value engineering study, will be developed to final plans, specifications, and estimates for the roadway improvements and bypass pipeline installation along Tukwila International Boulevard between South 138th Street and the Duwamish River. Project design will comply with federal funding requirements outlined in the WSDOT Local Agency Guidelines Manual. We understand that the City will complete the Environmental Classification Summary and anticipates that the project will fall under the NEPA Categorical Exclusion (CE) with documentation (i.e. preparation of a Biological Assessment). This scope of work assumes that the documented CE will meet NEPA requirements. The Biological Assessment will be prepared by the City with design information provided by the consultant as required. In addition to the Biological Assessment, it is anticipated that the project will require SEPA approval, Shoreline Approval, Hydraulic Project Approval from the Washington Department of Fish and Wildlife, Section 404 approval from the Corps of Engineers (NWP #12), and 401 certification from the Washington Department of Ecology. Tukwila International Blvd. KPG S 132nd to S 116th 1 of 10 11/13/2002 Exhibit B A. PROJECT DESCRIPTION (CONTINUED) Right of way acquisition will also comply with federal funding requirements outlined in the LAG manual. This scope of work only includes preparation of the right of way plan for review and approval by WSDOT. A supplemental scope will be prepared for property acquisition once the extent and scope of right of way needs are determined. B. DELIVERABLES The Consultant shall provide the following deliverables with this project: ❑ Digital files of base mapping ❑ 2 copies preliminary geotechnical report ❑ 2 copies final geotechnical report ❑ 2 copies of wetland delineation report ❑ 2 copies of wetland mitigation and monitoring plan ❑ File copy of SEPA checklist ❑ File copy of all permit applications u 5 copies Drainage Design Report ❑ 5 copies preliminary design memo for bypass pipeline u 10 copies 30% plans and estimate (11"x17") ❑ 10 copies 60% plans, specifications, and estimate (11"x17") ❑ 10 copies 90% plans, specifications, and estimate (11"x17") ❑ 2 copies preliminary right-of-way needs plans (11"x17") ❑ File copy of Final right of way plan (22"x34" mylar) ❑ 60 copies final plans (11"x17"), specifications, and engineers estimate ❑ 1 set of final mylar or vellum plans (22"x34") for City records ❑ 1 copy certified bid tabulation ❑ 1 copy of letter recommendation of award ❑ Digital copies of all deliverables, in requested format The City of Tukwila shall provide the following: ❑ GIS aerial mapping information in digital format ❑ Environmental Classification Summary determination (assumed to be CE) ❑ Existing survey and right of way information ❑ Preparation and approval of Biological Assessment ❑ Any required traffic counts ❑ Previous bypass and roadway design studies ❑ Plan reviews, comments, and approvals ❑ Residential mailings, if required ❑ Value Engineering, ❑ Meeting room arrangements ❑ Survey right -of -entries, if required ❑ Advertisement for bid Tukwila International Blvd. KPG S 132nd to S 116th 2 of 10 11/13/20002 Exhibit B C. SCOPE OF WORK TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION 1.1 The Consultant shall provide continuous project management for the project duration (estimate 16 months). 1.2 The Consultant shall prepare a comprehensive schedule and provide updates as necessary. 1.3 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming work elements, and a reporting of any delays, problems, or additional information needs. 1.4 The Consultant shall provide management and administration of all subcontractors included in this scope of work. 1.5 The Consultant shall prepare for and -attend coordination meetings with City staff at regular intervals in the design process to discuss key issues and track progress (estimate 12 meetings). 1.6 The Consultant shall provide quality assurance / quality control (QA/QC) reviews of all work products prior to submittal for City review. We have also included a $10,000 budget for independent review of the 90% bid documents from a contractor claims perspective. This review will be performed by Hainline and Associates. TASK 2 — SURVEY AND BASE MAPPING 2.1 The Consultant shall field review existing mapping prepared by the City. 2.2 The Consultant shall coordinate additional survey to provide a single, merged base map for the right of way between South 132nd and the Duwamish River. Additional field survey, including topography within the right of way and updated assessor's right of way information, will be prepared by Earth Tech in accordance with the attached scope of work. 2.3 The consultant shall coordinate field locates of all existing utilities in the corridor for incorporation into the updated base maps. Field locates will be prepared by APS, Inc. A budget of $12,000 is included for use in field locates and potholing. Potholing needs will be identified following completion of the 30% design and City review. 2.4 The Consultant shall prepare updated base maps from 132nd to the Duwamish River combined with previous aerial mapping for 138th to 132nd Tukwila International Blvd. KPG S 132nd to S 116th 3 of 10 11/13/2002 Exhibit B Scope of Work (cont'd) TASK 3 — PUBLIC INVOLVEMENT 3.1 The Consultant shall prepare for and attend two (2) community open house meetings. Meeting locations will be secured by the City. 3.2 The Consultant shall attend one-on-one meetings with affected property owners along the corridor to discuss the project, private property impacts, and/or right of way and easement needs (estimate 10 meetings). 3.3 The Consultant shall prepare newsletters (estimate 3) to invite residents to community open house meetings and announce upcoming construction. Preparation of distribution lists and mailing will be by the City. TASK 4 — WSDOT COORDINATION 4.1 The Consultant shall attend up to 10 coordination meetings with WSDOT to obtain review and approval of the project design. 4.2 The Consultant shall prepare, submit, and respond to WSDOT comments for roadway, utility, and right of way plan reviews. 4.3 The Consultant shall document meeting notes and phone correspondence with WSDOT. TASK 5 — UTILITY COORDINATION 5.1 The Consultant shall distribute mailings and distribute preliminary plans to franchise utility purveyors along the corridor in order to facilitate relocation and adjustment coordination. 5.2 The Consultant shall coordinate with franchise utilities to incorporate the necessary relocations, adjustments, or upgrades into the project design. 5.3 The Consultant shall coordinate with Seattle City Light for utility undergrounding improvements along the corridor (estimate 12 meetings). 5.4 The Consultant shall complete undergrounding conversion design between South 132nd Street and South 116th Street. Electrical undergrounding design will be completed by Casne Engineering in accordance with the attached scope of work. Civil undergrounding design will be completed by KPG based on conduit, vault, and slab information provided by the electrical designer. 5.5 The Consultant shall document meeting notes and phone correspondence with all franchise utility purveyors. Tukwila International Blvd. KPG S 132"d to S 116th 4 of 10 11/13/2002 • • Exhibit B Scope of Work (cont'd) TASK 6 — GEOTECHNICAL INVESTIGATION 6.1 The Consultant shall obtain previous geotechnical information from past studies that may have been prepared by the City, METRO, WSDOT or others in the project vicinity 6.2 Based on previous studies and field reconnaissance, the Consultant shall prepare a preliminary geotechnical review of the project. Preliminary geotechnical review will be performed by Landau Associates in accordance with the attached scope of work. 6.3 The Consultant shall complete field explorations to support pipeline, outfall, and retaining wail design based on the approved 30% design. Field exploration will be under the supervision of Landau Associates. Existing pavement sections will be confirmed by roto -hammer exploration at up to 20 locations. 6.4 The Consultant shall compile previous geotechnical findings with the results of field explorations to develop geotechnical engineering results and conclusions. Geotechnical analysis will be performed by Landau Associates in accordance with the attached scope of work. TASK 7 — PERMITTING 7.1 The Consultant shall organize and attend a site visit with representatives with WSDOT and FHWA to review the environmental clearance requirements for the process. 7.2 The Consultant shall field review the project with resource agencies to review the project/bypass goals (estimate 3 meetings). 7.3 The Consultant shall provide support to the City in preparation of the Environmental Classification Summary (ECS). Based on our discussions with the City, this scope of work assumes that the project will fall under the Documented Categorical Exclusion'. In support of the ECS, the Consultant shall prepare a `no historical properties affected' report for the project. The report will be prepared by Landau Associates in accordance with the attached scope of work. 7.4 The Consultant shall provide design information to support the City for the preparation and approval of the Biological Assessment. Tukwila International Blvd. KPG S 132nd to S 116th 5°1'10 11/13/2002 • 1 Exhibit B Scope of Work (cont'd) 7.5 The Consultant shall conduct a wetland delineation and prepare a report. Wetlands will be delineated within the right of way for the proposed roadway improvements and also within 100 feet on either side of the proposed high flow bypass pipeline between the City right of way and the Duwamish River. The wetland report, and other permit support roles included in this task, will be by Landau Associates in accordance with the attached scope of work. 7.6 The Consultant shall prepare a mitigation and monitoring plan for wetland and riparian impacts. The mitigation and monitoring plan will address impacted areas along the project corridor. 'Off-site mitigation' that may be required by the agencies (i.e. away from the project corridor on Southgate Creek, Riverton Creek, or the Duwamish River) is not included in this scope of work. 7.7 The Consultant shall prepare and submit JARPA applications to WDFW, the Corps of Engineers, WDOE, and the City of Tukwila for review and comment. The City of Tukwila Shorelines application will be submitted directly to the City. 7.8 The Consultant shall coordinate with the Corps of Engineers (estimate 3 meetings) for approval of Nationwide Permit #12. It is assumed that an individual corps permit will not be required. 7.9 The Consultant shall coordinate with WDFW for approval of the HPA (estimate 3 meetings). 7.10 The Consultant shall coordinate with WDOE for approval of the 401 certification (estimate 2 meetings). 7.11 The Consultant shall coordinate with the Muckleshoot Indian fisheries for acceptance of the project scope (estimate 2 meetings). 7.12 The Consultant shall coordinate with the King County Flood District for acceptance of the project scope (estimate 2 meetings). 7.13 The Consultant shall prepare and submit a SEPA checklist for review and processing by the City. 7.14 The Consultant shall meet with City representatives (estimate 2) to obtain Shoreline approval. 7.15 The Consultant shall document all meeting notes and phone correspondence with resource agencies. Tukwila International Blvd. KPG S 132"d to S 1 16th 6 of 10 11/13/2002 Exhibit B Scope of Work (cont'd) TASK 8 — PRELIMINARY DESIGN OF BYPASS PIPELINE 8.1 The Consultant shall review available background information relating to the design of the proposed bypass pipeline for the various branches of Riverton and Southgate Creek. It is assumed that existing hydrology studies for the areas upstream of Tukwila International Boulevard will provide sufficient data for bypass pipeline and diversion sizing criteria. 8.2 The Consultant shall prepare hydrologic/hydraulic model for proposed Tukwila International Boulevard improvements to supplement existing flow data from upstream areas. 8.3 The Consultant shall review up to 3 alternatives for bypass pipeline alignment along the Tukwila International Boulevard right of way. 8.4 The Consultant shall develop appropriate locations and criteria for flow splitters along the bypass pipeline. 8.5 The Consultant shall develop appropriate locations and methods for water quality treatment along the bypass pipeline. 8.6 The Consultant shall develop appropriate locations and methods for providing detention for proposed Tukwila International Boulevard improvements along the bypass pipeline. 8.7 The Consultant shall develop a recommendation for the bypass outfall in the vicinity of the Pacific Highway Bridge based on utility constraints, WSDOT constraints, and/or environmental issues. 8.8 The Consultant shall develop construction/right of way cost estimates for the preferred bypass alternative. 8.9 The Consultant shall prepare for and attend City coordination meetings (estimate 3) to assist with development of the preferred bypass altemative. 8.10 The Consultant shall prepare a design memorandum summarizing the options considered, preferred alternative, and cost information for the preferred bypass alternative. The design memorandum will provide sufficient design information for completion of the Biological Assessment (by the City) for the project. 8.11 Based on the preferred alternative, the Consultant shall prepare a drainage design report in support of the bypass pipeline/roadway improvements in accordance with WDOE criteria for review and approval by the City and WSDOT. Tukwila International Blvd. KPG S 132nd to S 116th 7 of 10 11/13/2002 Exhibit B Scope of Work (cont'd) TASK 9 — PREPARE FINAL PLANS, SPECIFICATIONS AND ESTIMATE 9.1 The Consultant shall review previous design studies and incorporate preferred alignment onto project base maps. 9.2 The Consultant shall review alignment options and recommend minor variations to the alignment, channelization, median locations, etc. as appropriate. The variations will be prepared in collaboration with City staff with the preferred alternative used for the basis of final design and channelization approval by WSDOT. 9.3 The Consultant shall prepare 30% roadway plans based on the preferred alternative for City / WSDOT review and approval. 9.4 The Consultant shall prepare 30% landscape and urban design pians for City / WSDOT review and approval. 9.5 The Consultant shall prepare30% stormwater conveyance, detention, and treatment plans for City / WSDOT approval. The design will be based on the preferred alternative as determined in task 8. Design of `off-site mitigation' (see task 7.6) is not included in this scope of work. 9.6 The Consultant shall prepare for and participate in a value engineering review. The Value Engineering review team, scheduling, and room arrangements shall be organized by the City. 9.7 The Consultant shall prepare structural design based on preferred alternative. Structural design will be by CivilTech. It is assumed that the project structural elements will include 10,000 square feet of structural wall, 3 bypass structures, and a new outfall structure. We have assumed that modular unit walls will be feasible on the east side of the roadway and will not require structural design. 9.8 The Consultant shall prepare 60% plans and cost estimate for the roadway corridor from South 132nd Street to South 116th Street. The bypass design will be prepared between South 138th Street and the Duwamish River. The plans shall be in sufficient detail to allow review and confirmation of planned roadway, pedestrian, channelization, drainage, and illumination system by the City and WSDOT during review. We understand that a new signal will not be required at South 132nd Street; however, some modifications may be necessary. 9.9 The Consultant shall prepare 90% Plans (estimate 150 sheets) for review and approval by the City and WSDOT. Plans shall be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City Tukwila International Blvd. KPG S 132nd tO S 116th 8 of 10 11/13/2002 Exhibit B Scope of Work (cont'd) standard details and WSDOT standard plans will be supplemented with project specific details as required. Plan information shall include: ❑ Centerline control information ❑ Limits of construction ❑ Typical sections and details ❑ Roadway plan and profiles ❑ Temporary erosion and sediment control plans ❑ Drainage system plan and profiles ❑ Wall plan and profiles ❑ Channelization and Signing plans ❑ Signal modification plans and details ❑ Illumination plans ❑ Civil undergrounding design ❑ Undergrounding conversion design ❑ Urban Design plans and details ❑ Landscape / restoration plans ❑ Irrigation plans and details 9.10 The Consultant shall prepare 60% (outline only) and 90% specifications for review and approval by the City. Specifications shall be based on 2002 WSDOT / APWA standard specifications, using contract boilerplate and general special provisions provided by the City. 9.11 The Consultant shall calculate quantities and prepare a construction cost estimate in support of the 30%, 60%, and 90% plans and specifications. 9.12 The Consultant shall finalize bid documents for advertisement and award by the City. Final bid documents will be signed by a licensed professional engineer in the State of Washington. TASK 10 — RIGHT OF WAY 10.1 The Consultant shall prepare preliminary right of way plans to document existing conditions based on existing Assessor and WSDOT information. 10.2 The Consultant shall finalize right of way plans based on the 60% design. The final right of way plans will identify all necessary easements and right of way acquisition. The right of way plans will be submitted to WSDOT for approval prior to proceeding with the acquisition process. 10.3 The Consultant will prepare a request for contract supplement to complete the right of way acquisition process based on the actual work required for separate approval by the City. Acquiring title reports, appraisals, negotiations, or other property services is not included in this proposal. Tukwila International Blvd. KPG S 132nd to S 116th 9 of 10 11/13/2002 Exhibit B Scope of Work (cont'd) TASK 11 — BID PERIOD SERVICES 11.1 The Consultant shall attend a pre-bid meeting, prepare any necessary addenda and provide additional bid period services as required. 11.2 The Consultant shall attend the bid opening, prepare the bid tabulation, and provide a recommendation of award to the City. OTHER SERVICES The City may require other services of the Consultant. These services could include additional survey, off-site mitigation design, property acquisition services, additional permit support, or construction management and inspection. 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. Tukwila International Blvd. KPG S 132nd to S 116th 10 of 10 11/13/2002 • • Exhibit C-2 Payment (Cost Plus Fixed Fee) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed or services rendered and for all labor, materialsequipment, and incidentals necessary to complete the work specified in Section II, "Scope of Work." The CONSULTANT shall conform with the applicable portion of 48 CFR 31. A. Actual Costs Payment for all consulting services for this projectshall be on the basis of the CONSULTANT's actual cost plus a fixed fee. The actual cost shallinclude direct salary cost, overhead, and direct nonsalary cost. 1. Direct Salary Costs The direct salary cost is the direct salary paid to principals, professional, technical. and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. 2. Overhead Costs Overhead costs are those costs other than direct costswhich are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rate shown in the heading of this AGREEMENT, under "Overhead Progress Payment Rate." Total overhead payment shall be based on the method shown in the heading of the AGREEMENT. The three options are explained as follows: a. Actual Cost Not To Exceed Maximum Percent: If this method is indicated in the heading of this AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actual overhead rate verified by audit up to the maximum percentage shown in the space provided. Final overhead payment when accumulated with all other actual costsshall not exceed the total maximum amount payable shown in the heading of this AGREEMENT. b. Fixed Rate: If this method is indicated in the heading of the AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change during the life of the AGREEMENT. A summary of the CONSULTANT's cost estimate and the overhead computation are attached hereto as Exhibit D-1 and by this reference made part of this AGREEMENT. When an Actual Cost method, or the Actual Cost Not To Exceed method is used, the CONSULTANT (prime and all subconsultants) will submit to the AGENCY within three months after the end of each firm's fecal year, an overhead schedule in the format required by the AGENCY (cost -category, dollar expenditures, etc.) for the purpose of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's overhead cost to reflect the actual rate. Failure to supply this information by either the prime consultant or any of the subconsultants shall cause the agency to withhold payment of the billed overhead costs until such time as the required information is received and an overhead rate for billing purposes is approved. • 1 The STATE and/or the Federal Government may perform an audit of the CONSULTANT's books and records at any time during regular business hours to determine the actual overhead rate, if they so desire. 3. Direct Nonsalary Costs Direct nonsalary costs will be reimbursed at the actual costto the CONSULTANT. These charges may include, but are not limited to the following items: travel, printing, long distance telephone, supplies, computer charges, and fees of subconsultants. Air or train travel will only be reimbursed to economy class levels unless otherwise approved by the AGENCY. Automobile mileage for travel will be reimbursed at the current rate approved for AGENCY employees and shall be supported by the date and time of each trip with origin and destination of such trips. Subsistence and lodging expenses will be reimbursed at the same rate as for AGENCY employees. The billing for nonsalary cost, directly identifiable with the Project, shall be an itemized listing of the charges supported by copies of original bills, invoices, expense accounts, and miscellaieous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be provided to the AGENCY upon request. All of the above charges must be necessary for the services to be provided under this AGREEMENT. 4. Fixed Fee The fixed fee, which represents the CONSULTANT's profit, is shown in the heading of this AGREEMENT under Fixed Fee. This amount does not include any additional fixed fee which could be authorized from the Management Reserve Fund. This fee is based on the scope of work defined in this AGREEMENT and the estimated man -months required to perform the stated scope of work. In the event a supplemental agreement is entered into for additional work by the CONSULTANT, the supplemental agreement may include provisions for the added costs and an appropriate additional fee. The fixed fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the monthly progress reports accompanying the invoices. Any portion of the fixed fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX, Termination of Agreement. 5. Management Reserve Fund The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator the flexibility of authorizing additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $50,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this agreement. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the "Management Reserve Fund" shall be made in accordance with Sectbn XIV, "Extra Work." 6. Maximum Total Amount Payable The maximum total amount payable, by the AGENCY to the CONSULTANT under this AGREEMENT, shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, which includes the Fixed Fee and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for extra work as stipulated in Section XIV, "Extra Work." B. Monthly Progress Payments The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual costs plus the calculated overhead and fee not more often than once per month during the progress of the work. Such invoices shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, General Requirements, of this AGREEMENT. The invoices will be supported by an itemized listing for each item including direct salary, direct nonsalary, and allowable overhead costs to which will be added the prorated Fixed Fee. To provide a means of verifying the invoiced salary costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment Final payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such final payment by the CONSULTANT shall constitute a release of all clams for payment which the CONSULTANT may have against the AGENCY unless such claims are specfically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and that at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within ninety (90) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. D. Inspection of Cost Records The CONSULTANT and the subconsultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of three years after fmal payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim, or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three-year perhd, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. EXHIBIT D-1 HOUR AND FEE ESTIMATE Z 0 • 2 • N tip 0 -'ii Oil 7gl U U w «Q,� c Q °m.> gU m ♦i-1♦ Labor Hour Estimate O 0. 0 d ❑ c O (0 N E CO O N O O CO (C) CO Ea O_ M O O O) CO 64 69- 69 E4 C0 (0 O O co 04 cNi O O O 0 0 O O O O O O N 0 CO T N M CO N C N O O O O O O N CO CO ct C O E co a) c0 E ) O 0 C d E 0) 0) a (0 c ca c a) E a) 0) (0 C (a 2 0_ M 0 (0 C 0 0 c (0 0 c 0 .00 N a) (0 E Cf) O) 0 a) E cuC O C 0 o C .> 0) a) a` )) 0 a Ci 0 0 t0 O 0) (0 U a O C O a C0 N .0 a) a) to Cn a) cn C a) o_ x a) a) (0 0 .0 E .0) O M N O O) co co In O 1. O 0) CO t0 h 1- O O d' 1- 0 O) CO_ N t0 O ti M M0) co O 69 64 O O O O 0 0 0 O O O CO co co N CO O O co O C Q 4 a) cn (0 y 0_ (0 E C a) 0 CD U 0) E o c0 a) a n _ a) - m 0) c a 0 0) 0d c c a) 0 ca 0 o N 0 0 N N N N N- N h 0 CO h N d' 0) '4) (() O 0) (— M O CO M d- CO 1.6 d' 64 Ea ta 64- co co 0 O N O O O CO CO 0 O CO T 0 N O CO O N N 0 M N M C 0 (0 C a 0 0 U 1- 0 CI CO d' Y co(0 t!) N CO O CC, d' O N O N CO N O (1) co tf)O f� LC) CO O O M T T M 69 64 69. 64 vi O O co N O O CO O O CO O O CO O O CO O CO N CO CO 0 a) a) O C o cc u) n. E 0) F.12 0 0) x'00 -0 C6 .O -o to (0 O O C .+ a) O E -o O C c CO a) =o (`0 O 0 d 0 - CN N NI" d' a) 0) O C O) C ) 0 E c E 0 U 0 0 M a) a O 0 co N .0 O a) to Y Cn y R 0l— a) 0_ x a) 0) .0 (0 0 E a) ce EXHIBIT D-1 HOUR AND FEE ESTIMATE 0 ♦7)♦ Z U OD d Ai U w U Z FOU (U. c� W Q �3 qU m H O U Labor Hour Estimate c O R 1 O O () O O O M M M r O co ((i fA O) N CO h.. - cri CO O ti co' N ER ER O r O N (6 4 In en ((0 N 4 f— O H9 EA CO O O O 0 O CO O O O O CO C) O O CV O CO O r co co N O C co O O co a) u) a) O ,- -0 0 U O C O CCI) O O C112 C Y C m (6 p (B a) Ca) (n c E (7,_o 0 � C O -0 a)i) @ O C O u) rn a) a) O (n a) O > C C .n c0 o 0) a) UO .— X c � a) a) a m __ 0) a) -a E a w 7 C 41 f6 f0 (B U a) C ` FP c a� c 7 E as ..,,a) a7 m o a) E 0 a Q O W O O Ct ((i N 1.0 co O, O (f) O CO O O O CO O O O 0) co Efl ER EA 0) 0 (n (0 0 O N 0) CD d0' co (Nco 4 Ki ffl69- O O O O O O V O O O N O O O O O co O N O (0 a) a) 0) (6 U C -c a) a) O O) O) C X a) c n 0 r N CO CO CO CO a CO $ 558.78 $ 1,536.63 $ 1,629.34 $ 3,324.69 N N N co N ER $ 3,054.26 $ 3,054.20 $ 2,374.75 $ 2,374.75 0 0) co cs) c) r fig $ 977.84 $ 977.84 $ 1,797.03 $ 977.84 $ 3,631.93 $ 29,886.00 $ 59,685.03 00 0v .tv00000'7'00 NO 0 0 0,_ 0 8 24 00000'1'00 C 60 0 0 0,_Csj0 CN1 CO 0 0 0 0 0 03 0 0 40 O O CO CO CO 'ct 12 12 CO d' 4 N T- r 7.1 Field review project with FHWA / WSDOT 4 f 7.2 Field review project with resource agencies (est 3 mtgA) 8 4 4. N CO CO 't C N V co N 7.3 Assist City with ECS preparation 7.4 Assist City with BA preparation 7.6 Prepare wetland mitigation and monitoring plan 7.7 Prepare JARPA applications 7.10 WDOE coordination (2 mtgs) 7.11 Muckleshoot coordination (2 mtgs) 7.12 KC flood district coordination (2 mtgs) 7.13 Prepare SEPA checklist 7.14 Shoreline approval coordination (2 mtg_sj 7.15 Document meeting notes Reimbursable expenses - see breakdown for details Task Total EXHIBIT D-1 HOUR AND FEE ESTIMATE co H 0 U 0 .O Labor Hour Estimate E Cb Task 8 - Preliminary design of bypass pipeline $ 1,629.34 $ 8,269.95 $ 12,851.70 LO F.1` (O E9 $ 9,219.78 $ 7,152.26 $ 3,324.69 4 CO N ER LO M M O) N ER- 1 $ 5,577.64 CO 4 co CO 0) ER $ 285.00 $ 69,589.55 v0000O000(0(0 d- O O O O CD Cr r‘._CN 40 20 C. 80 24 40 40 CO COO N 7 40 288 OCN 40 40 24 40 24 160 W O ( 40 24 'Cr O g- N 24 16 24 16 co co N N 24 120 CO r 1300 12 1 CD CO CO Cb 40 CN CO CO 200 N 8.1 Review existing studies 8.2 Hydrologic/hydraulic analysis of proposed TIB imp. 8.3 Review alignment and sizing alternatives (3) 8.4 Develop flow splitter location/criteria • 8.5 Identify water quality locations/methods 8.6 Identify detention locations/methods 8.7 Identify outfall recommendation 8.8 Develop cost estimates 8.9 City coordination meetings (est 3) 8.10 Prepare preliminary design memo with recommendations 8.11 Prepare drainage design report per WDOE criteria Reimbursable expenses - see breakdown for details Task Total N d E w c ca c O R v 9- 0 d 0. 0) a c 9- 0. m a) rn COO CO O $ 12,041.37 GOD CO N CO 'Cr Cf) CO N N M I's CO $ 5,958.71 $ 13,084.14 CO CD O CO CO CO DO) to 0) $ 20,372.68 $ 15,272.39 $ 39,530.81 N N I� CY $ 463,816.50 d- O O O O CD Cr r‘._CN 40 w 24 120 O O co 200 180 80 520 c) CO CO r O (D 160 2008 24 O CJ O O O O N . 40 320 360 40 O CO 120 1300 CO0 40 1 0 40 80 24 200 N 80 40 O CO CA 40 24 1- CO CO 09 40 CO CO CO CO 9.1 Review previous studies 9.2 Recommend median/alignment/supplemental needs 9.3 Prepare 30% roadway plans for preferred alternative 9.4 Prepare 30% landscape / urban design plans 9.5 Prepare 30% stormwater plans 9.6 Value Engineering study 9.7 Identify/coordinate structural design elements 9.8 Prepare 60% Plans 9.9 Prepare 90% Plans 9.10 Prepare project specifications 9.11 Quantity calculations and cost estimating 9.12 Finalize bid documents Reimbursable expenses - see breakdown for details Task Total EXHIBIT D-1 HOUR AND FEE ESTIMATE 0 .!C H 0 w C) • • w m U L Q w 00 .40 ;.11A ! w ♦4 d d N L 10 N O CO C3) U) a N U) a) 0) LL w O H 0) 0) LL Labor Hour Estimate 0)'t 0) CCD c ie W 69 Y 0 rn r` O co o oco 10 CD ' to O M CD M M CO CA CO et N 10 1 T Ef3 69 Efl ER EA 0 CO CD O CO O O O 0 C)0 N O N C7 CD O N ht -of a N a 0 0) c rn c 0 N 0- -o a C CCS as c co EaEi o a � r a Q 1 0 m Q) co 0 N Q u C1 c ii a 0 N 0 0 Cn 0 0) a `o 0 a 0) N a▪ ) 0) m Cn 0) cc) 0) 0 X 0) 0) co co E .0) 0) d 0 0) 0) 0 0 a m N 0 1- o CO 0v v CD o et CaO) 1M CO V co C.-- T CO E19 E!i Ef3 ft CO O N N O CV N CO O CD CV N co N M CV N a `) 0) rn CI) Cn Cn a) 0 0 a 0 0. co cu a c 0 0) E E 0 0) C C6 0 CCI 7 a 0 a C6 CL d CO 0 - CN. r Cn co 0) a 0 0 co 0) 0) (n Cn � 0) a a) 0) 0 0) z E .0) Total Estimated Fee: Hourly rates are based on the following: M N O) EA COM N ER o CDo CV 0 O co M T 10 O Cfl M Efi EA (n 0 0) CA o t0 U U a o N X 1) LL TO d ISO 0) 0 EXHIBIT D-1 HOUR AND FEE ESTIMATE 0 • • ba 04 U 4V. �7X d •Q 4�W m> GU m m N R L ' CD 03 L CD N 7 t 0 m co t0 O co 7.3 L N 3 d N Y U I'cI N O U c 0 0 0 E 0 OOOo 000 Oo00 000 (C) O C) & to O O t- co O h ti 0 0 O r O O r r � (44 O 0 Oo O 0 CC 1n (0 0 0 cn to 2 0) a) 0)) U 0 a) O a) 0. 0) O EFT R O N R 0) c o. 0. R CO a) a) N R 0 c co 0) U) N EFT O 0 a O 0 a) T 0) 0 0. (0 1n 0 0. (o I- 0 0 a) and W < EFT O O O O EFT C 0 0 73 O a a) 0 1n f` R O H M (0 R H O O O O O O O V 0000 0000 0000 0000 OOOo 0000 10 O O 1[) (6 O N ti O O a7 (O hOO41 c') L0-0) 101nNCO N N 1n COCO— N �' CO ti CO M N 05. N EFT c O a) 0 0 a) W co 0) C a) mO O c W - N O 0 (/) a) CD R O H 1[) N R 1— EFT C O 0 0 O n 0) ft 0) 0) a) 0) a) 0 L 0) a) O a) 0 a) a) (0 0 coO 1n Q m )O- (D J Y (0 (0 EFT EFT C O 0 a) O O ) Q CtCD O Q 0. 7 1n E a) d (0 a) R 0 O 1n CO c c (0 J EFT 11/13/2002 EXHIBIT D-1 HOUR AND FEE ESTIMATE cil • ! • 0 a0+1 U 1�. G op 4 0W W<m> [U m N O U 0 a f0 1 m N co 0 i .Q E .0 rc O O LC) M Lu c 0 O. Q CC 0. a a O 0 C O) 03 C CO C E 0) CL. CO tl) 0 1- O O O LC) N 0 O U 3 a O fl. N O H CO N 0 O O N N O O N N O O N N N- 0 CNS) N d cR E to W a c ea U) C O CO V 0 0) a C0 a) c m as a) 0 C 0) C0 O. d CA Ca - O U 7 O a a) C 0 H CA C6 H O O LC) M 0 O U 3 0 O Q 0) Eft (0 O O Y N as H O O 1 M ea - 0 O 1C) M CO Total Reimbursable Costs: $ 11/13/2002 EXHIBIT D-1 HOUR AND FEE ESTIMATE •0• U tO 0.11h", AU1U.A y Q 00 C) C < . W L. tE .-. oU (a •a♦ a) 0)) (0 O H N O cc (C) r CC) M (n O CO t0 N M N N N O O'0. l() (fl O • (` 4 (C) V IO C) C0 (0 C`') r UO O CO O (n CO CO CO r CO Cr N CL- CO CO CO CO C0 (O CO CO') C` Or rrmOM(C)O 00 COrCO0 LO CO CO CC) r 0) EA (fl Efl 03 03 03 EA Ef3 Ef3 EA to fA CO _0 C. CO CS c O) 4.-W C 613 c c as c c co > o c o -a To co 1 U O c O) _ O E (a c H O L0 0 .0 c O° 0) f6 O U Q >' .� d 'a Z w ° a) — O cso oo 0)rr - - - - - - U) Cn CO Cd C/) CA Cn CO CA CA (1) CD CO CO CO (a (a CO CO CO CO CO 1-1-1-1-1-1-1-1-1-1-1- 11/13/2002 Exhibit E • STATEMENT OF DIRECT LABOR, FRINGE BENEF FOR 2002 (based on year end Dec KPG, INC. P.S. DESCRIPTION % Of 2001 Direct Expense Labor DIRECT LABOR $ 986,162 FRINGE BENEFITS Payroll Taxes 15.7% 154,400 Insurance - Medical/Dental/Disability 8.4% 82,836 Paid Leave Vacation/ Holiday/ Sick 16.8% 165,983 Profit Sharing (40 1 K) 10 gyp/ 1 V.:J/O 103,771 Employee Bonus 2.7% 27,000 TOTAL FRINGE BENEFITS 54.1% $ 533,990 GENERAL OVERHEAD _ Indirect Labor 43.9% 432,776 Legal & Accounting Services 1.0% 9,789 Automotive & Travel Expenses 2.1% 21,168 Bank Fees & Payroll Admin Fees 0.2% 2,125 Organizations 0.5% 5,280 Training/ Education 0.8% 7,900 Conferences 0.8% 7,750 Publications 0.3% 2,770 Employee Recruitment 1.8% 17,306 Employee Services 1.2% 12,200 Finance Charges 0.1% 600 Professional Licensing 0.2% 2,092 Meals & Entertainment 1.2% 12,099 Donations 0.1% 1,380 Office Supplies 4.1% 40,034 Equipment Support 5.3% 51,832 Postage/Shipping 0.3% 2,708 Printing/ Reprographics 4.1% 40,733 Rent (17220 x 12) 21.0% 206,640 Repairs & Maintenance 4.4% 43,000 Communications 1.7% 16,385 Utilities 0.5% 4,722 Business Taxes & Insurance 12.4% 121,888 Self Insurance 5.1% 50,000 TOTAL GENERAL OVERHEAD 112.9% $ 1,113,177 TOTAL CIVE.REIEAD EXPENSE 167 03% $ V-647,167 Approved by King County - Ruth Williamson (206) 684-1202 for: TS, AND GENERAL OVERHEAD ember 31, 2001) FAR Adjustments Made By Auditor FAR % Of Allowable Direct Expense Labor Per Audit Per Audit $0 $ 986,162 $0 -$7,107.90 -$600.00 -$12,099.00 -$1,380.00 -$42,140.23 154,400 82,836 165,983 ltV i v.r, �7r 71 � 27,000 15.7% 8.4% 16.8% 10.vF'r� iVps 2.7% $ 533,990 54.1% 432,776 43.9% 2,681 0.3% 21,168 2.1% 2,125 0.2% 5,280 0.5% 7,900 0.8% 7,750 0.8% 2,770 0.3% 17,306 1.8% 12,200 1.2% 2,092 0.2% 40,034 51,832 2,708 40,733 206,640 43,000 16,385 4,722 79,748 50,000 4.1% 5.3% 0.3% 4.1% 21.0% 4.4% 1.7% 0.5% 8.1% 5.1% -$63,327.13 $ 1,049,849 106.5% 3,-32L13 $1,583 839: 16061 oho RFP No. E13023E Mufti -Disciplinary Engineering Services for Roadway Design Projects Audited Overhead Schedule 4-02 Exhibit F Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant (Refer to Agreement, Section IX) Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee a the work completed at the time of termination is to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. • • Exhibit G City of Tukwila International Boulevard, So 116th to So 132" Street Improvement Project SCOPE OF WORK EARTH TECH Oct 2002 Project Limits The limits of the project are as follows: • International Boulevard (SR 99) from Green River Bridge to 250 feet south of S 132nd St centerline (approximately 6,120' total length). The width of the mapping shall be within the ROW of International Boulevard. Mapping. 1. Field survey work to establish horizontal and vertical control points along the corridor and within the project limits shown in Figure 1. Basis of survey control will be City of Tukwila datum as used on original mapping. Approximately 12 control points will be established and will be made available for the contractor's use during construction. 2. Mapping work to prepare 1 "=20' topographic base map and digital terrain model (DTM) of the project within the limits described above. One -foot contours will be generated from the DTM. The base map will be created in AutoCad format and include building faces, signs, trees, curbs, sidewalks, utility poles, signal poles and other surface features within the mapping limits described above. (Generally the width of the mapping is 100' wide, 50' each side of the road center line.) 3. Field survey work to establish existing pavement surface elevation of International Boulevard and all side streets within the limits shown in Figure 1. Profiles of the existing roadway surface will be surveyed along the fog lines and along the two-way left turn lane lines. Points will be surveyed at approximately 50 -ft intervals along International Boulevard and all side streets within the project limits 4. Field survey work to perform cross-sections at critical areas along SR 99. Cross-sections of the existing ground will be taken at 50 -ft intervals along the roadways edge and where necessary up to the face of existing buildings. These critical areas are at match/interface points and where retaining walls are proposed. 5. Field survey to locate paint marks as supplied by others at 50 -foot minimum intervals and surface features (valves, manholes, catch basins, junction boxes, vaults). Irrigation systems will not be included. Page 1 11/13/2002 • • 6. Drainage as-builts will likely be outdated for this corridor. Earth Tech will perform inspection and measure -downs of existing storm drain catch basins and manholes within the project limits. The purpose of this inspection is to verify the configuration of the existing drainage system(s) and to document the approximate size and type of structures (brick, precast), the approximate size and location of storm drainage pipes and the condition to confirm suitability for continued use. 7. After a design alternative is selected, supplemental field surveying will be conducted to determine pavement match and property interface locations, critical existing roadway surface elevations for pavement overlay design, additional inverts of the underground storm drainage system, sanitary sewer system and other utilities. The basemap and digital terrain model (DTM) will be updated with the new survey information. It is assumed that no more than 4 days of additional fieldwork and two days of data reduction will be required. Right-of-way Research Records. Earth Tech will research King County, WSDOT, DNR, and City of Tukwila records to collect information related to this project. This information will include the following • Records of surveys, performed by others in this vicinity, that show ties to monuments such as section corners and other control points. • Assessors maps showing parcel boundaries and numbers • WSDOT R/W plans showing original R/W centerline alignment and ties to monuments. • WSDOT roadway as-builts • City of Tukwila records, Lot line adjustments, Building site plans. • Subdivisions, Short Plats, Condominium Plats. Field Survey and Note Reduction. Using the information collected in the work described above, the Contractor will locate, field survey, and calculate positions for all monuments, property corners and control points throughout the project limits, using the Washington state plane coordinate system. Conventional or GPS surveying methods will be used on this proj ect. Calculations for R/W centerline alignment and R/W lines. Using the research information and the survey work described above, calculate location of surveyed corners, roadway features and monuments. Earth Tech will determine the centerline alignment of State Route 99 within the projectlimits as defined in this scope. The R/W centerline will be defined geometrically using Washington state plane coordinates and stationing will be assigned to the alignment. Right of way lines will be established using the above record information. Additional right of way may have been previously deeded from certain parcels along this corridor. These parcels may not be shown on the record information and will therefore require title reports to determine their location and limits. Obtaining and reviewing title reports is not a part of this work element. Page 2 11/13/2002 The possibility exists that conflicting information related to the location of right of way lines will be discovered. Should a conflict be large enough to affect design or construction activities, additional work will be necessary to meet with affected property owner's and the City of Tukwila to resolve the issue. The level of effort to resolve these issues is not included and will be determined at a later date if necessary. Deliverables • ASCII point list of all survey points • AutoCad file containing 2D planimetrics. • Original AutoCAD base mapping files • DTM information — in a 3D CAD file that includes the triangles, mass points and breaklines on separate levels. • Copy of all field notes. Page 3 11/13/2002 Exhibit G-1 City of Tukwila .- Topographic Mapping International Boulevard Survey Scope of Work per attached sheet Provide horizontal control for mapping and construction based on City of Tukwila Datum. ( Item 1 ) Provide vertical control for mapping and construction based on City of Tukwila Datum ( Item 1) Field mapping ( Items 2, 3, 5, and 6 ). (Approximately 61201f) Critical area cross-sections ( Item 4 ) Supplemental field survey after design alternative selected. ( Item 7 ) ROW field survey control. Process field data and check survey notes.. Prepare AutoCad base map and updates from supplemental survey inforznadon.. ROW determination and calculations. Coordination, research, and supervision. Expenses (misc supplies, printing, copies, and plotting). Hours Rate Amount 16.00 $123.00 $1,96$.00 8.00 5123.00 5984.00 200.00 $123.00 $24,600,00 20.00 $123.00 40.00 $123.00 40.00 $123.00 32.00 $87.00 $2,460.00 $4,920.00 $4,920.00 $2,784.00 240.00 $87.00 $20,880.00 40.00 587.00 $3,480.00 40.00 $105.00 $4,200.00 $204,00 total 571,400.00 Exhibit G-2 Earth Tech, Inc. Summary of the Indirect Cost Rates Calculated in Accordance with Part 31 of the Federal Acquisition Regulations for the Twelve Months Ended September 21, 2001 Home Office Home Office Overhead Costs Outside Services Temporary Agencies Facility and Other Office Costs Depreciation and Amortization Computer, net of charges out Total Home Office Overhead Costs Home Office Direct Labor indirect Overhead Rate Indirect Overhead costs Indirect Overhead Labor Fringe Benefits including Compensated Absences Other Employee Benefits Travel and Subsistence Recruiting and Relocation Auto & Truck Business Insurance, License & Taxes Miscellaneous Cost Transfers, nett (Note 3) Total Indirect Overhead Costs Total Direct Labor indirect Overhead Rate 4,381,176 26,184,335 8,030,742 1,301,479 39,897,732 111,571,447 ?5.76% 31,155,511 47,022,451 2,680,423 3,753,968 1,869,904 627,569 831,796 591,458 1,641,578 90,174,658 111,571,447 80.8x% General and Administrative Costs General &Administrative Labor 10,031,195 Fringe Benefits Including Compensated Absences 3,338,098 Other Employee Benefits 385,864. Bid and Proposal Costs 19,257,316 Facility and Other Office Costs 4,720,732 Outside Services 5,011,774 Depreciation and Amortization 1,677,707 Professional Liability Insurance 1,468,369 Travel and Subsistence 1,830,411 State and Local Business Taxes and Licenses 390,653 Computers, net of charges out 586,545 Miscellaneous 720,792 Cost Transfers, net (1,501,069) Total General & Administrative Cast Pool 47,918,387 Total Direct Labor 111,571,447 General & Administrative Rate 42.95% Home Office and Field Indirect Rate 859,63% Facilities Capital Cost of Money Factor 1,45/ Total Home Office and Field indirect Rate 160.98% CASNE ENGINEERING, I0 355-1I8THAVE. S.E. • BEI .FVUE WA 98005 • (425) 454-3555 609 N. ARGONNE ROAD, SUITE B • SPOKANE, WA 99212 • (509) 922-7897 Exhibit G Proposal for Engineering Services City of Tukwila International Blvd Overhead to Underground Conversion Project Date: October 5, 2002 Project: International Blvd Undergrounding BACKGROUND The City of Tukwila will be designing and constructing roadway improvements along International Blvd from approximately S116th Wy to approximately S132nd St. The City would like to further improve the aesthetics of this project by undergrounding the existing overhead power, communications and CATV utilities. The project consists of approximately 5300 lineal feet of roadway along International Blvd with circuits meandering along both sides and perpendicular taps down a few side streets. Seattle City Light (SCL) owns the project's overhead power facilities. The project will require coordination with SCL, Cable TV and Voice data companies to incorporate their requirements into the final design documents. APPROACH Survey data and base maps will be provided electronically to Casne Engineering for use in preparing distribution plan drawings. Overhead utility conversion design will be based on this information as augmented by our field investigations. Conversion design for SCL's facilities will be coordinated with SCL's South Distribution engineering section and adhere to their standards. It is assumed that Contractor construction crews will perform the trenching, conduit, vault and handhole placement, backfilling, and surface restoration with SCL installing the electrical cable, terminations, and transformers. Additionally, the communication companies will install their cables in Contractor provided duct banks. Service conversion will be performed by the Contractor installing conduits on private property from the handhole to a weatherhead located adjacent to the customer's existing weatherhead. SCL will install the electrical conductors and terminate them by jumpering from the new weatherhead to the existing one. Additionally, communication companies will install and terminate their cables in Contractor provided conduits. The basic approach will be to complete the project in four phases of work. The four phases are: Phase 2 Preliminary design Phase 3 Final design and bid documents Phase 4 Assistance during bidding Phase 5 Engineering Assistance during construction. The following is a summary of our proposed project tasks. • KPG - City of Tukwila International Blvd Underground Conversion Project SCOPE OF SERVICES Task 1. Project Administration & Management This task will be used to prepare progress reports, invoicing, project oversight and coordination with KPG, and the City of Tukwila. Deliverables: • Progress Reports • Invoices Phase 2 Preliminary Design Task 2.1 Coordination and Meetings Meetings will be held early on with KPG, the City of Tukwila, SCL and others to establish lines of communication, project goals and general design guidelines. Additional meetings will be held with utility, Telephone and CATV companies as preliminary design progresses. The following meetings are anticipated: • Kickoff Meeting with KPG • Meeting with KPG and City of Tukwila • Basis of Design and Preliminary alignment and vault placement meeting with SCL. • Meetings with Telephone and CATV • Meetings to review Preliminary Alignment and One -line drawings with SCL, KPG, City of Tukwila • In addition to the above meetings it is anticipated that specific questions and design concerns will be discussed by phone on an ongoing basis. Meetings and all significant telephone discussions will be documented with notes submitted to participating parties. Deliverables: • Meeting notes • Telephone notes Task 2.2 Data Collection and Field Review Casne Engineering will obtain from Seattle City Light, Telephone and CATV companies, copies of their current overhead and underground distribution standards and available drawings of their existing facilities. Backgrounds of proposed roadway modifications will be obtained from KPG. Following an initial review of the existing plan/profile drawings and roadway modification plans a detailed field review will be made. Existing overhead distribution circuits, distribution laterals, services, transformers, communication lines, and CATV, along the 11/13/02 -2- Casne Engineering • • KPG - City of Tukwila International Blvd Underground Conversion Project proposed alignment will be photographed and inventoried. Physical constraints, service drops and existing underbuilt facilities will be noted and documented. Reference measurements will be taken for verification purposes. Following the field reviews and reviews of existing drawings, Casne Engineering will summarize the findings and meet with KPG. Deliverables: • Photographs of existing facilities • Field notes of constraints affecting proposed design Task 2.3 Establish Alignment and Preliminary Design Based on the established design and alignment criteria, Casne Engineering will develop a proposed new underground alignment and preliminary system one -line diagram showing the proposed electrical components and their approximate locations. Using the results from our field review we will show the location of the proposed underground facilities overlaid on the proposed roadway modifications. Following a review by KPG, The City of Tukwila, SCL, and others we will incorporate comments and refine the alignment and equipment locations. Deliverables: • Preliminary plan drawings with proposed alignment, vault and transformer locations. • Preliminary one -line diagram Phase 3 Final Design Task 3.1 Preparation of detailed design drawings and bid specifications Casne Engineering, Inc. will develop final bid documents using criteria and standards and locations developed in the preliminary design phase. Final bid documents to include detailed drawings and specifications. Task 3.2 Construction Cost Estimate At the completion of the design process Casne Engineering, Inc. will develop an estimate of the construction cost for the scope of work depicted on the drawings and the technical specifications. Deliverables • Reproducible copies of final drawings and specifications for bid. • Construction cost estimate. 11/13/02 -3- Casne Engineering • KPG - City of Tukwila International Blvd Underground Conversion Project Task 3.2 QC and Review Casne Engineering will perform in-house QC review of design documents for technical quality, details, constructability and conformity to project standards. Casne Engineering will also conduct review meetings with KPG and the City of Tukwila ensure completeness and co-ordination of all aspects of the bid set. We will then incorporate all review comments into the bid set. Phase 4. Assistance During Bidding Task 4.1 Response to bidders questions Casne Engineering, Inc. will respond to questions during the bid period and prepare any required addenda. Phase 5. Engineering assistance during construction Task 5.1 Submittal review Casne Engineering, Inc. will review project data submittal material for conformance to drawings and specifications. Task 5.2 Response to requests for information and change order preparation. We will respond to all requests for information from the contractor during the construction process. We will also prepare any additional drawings, sketches or specifications as required for any change orders. We will also evaluate contractors submitted pricing for change orders. Task 5.3 Site visits We will provide periodic assistance during construction and attend construction meetings as requested by KPG and the City of Tukwila. Task 5.4 Final Punch list Casne Engineering, Inc. will perform a final punch list at the completion of the project. DATA TO BE PROVIDED BY OTHERS • UG and OH distribution standards — SCL • Existing Plan drawings, electrical, communication and CATV , SCL, Telephone Co and others as ownership is determined. • Roadway modification Plans including street lighting and signalization - KPG • Design survey for road improvements - KPG 11/13/02 -4- Casne Engineering KPG - City of Tukwila International Blvd Underground Conversion Project SCHEDULE: Upon receipt of your signed authorization, we can start work immediately and provide the final design deliverables within an agreed upon time frame depending upon your schedule and SCL approval. FEES: We propose to provide the above listed services for the not to exceed dollar amounts in the attached fee estimate worksheet. 11/13/02 -5- Casne Engineering CCASNE ENGINEERING, IN Electrical Engineering Consultants Exhibit G-1 FEE ESTIMATE WORKSHEET Client Name CITY OF TUKWILA Project Name INTERNATIONAL BLVD UNDERGROUND CONVERSION Project Number P0241-005 Phase Task/ Labo r Description of Task Project Manager (PM) $130 Senior Engineer (SE) $118 Engineer (ENGR) $95 Date 10/05/02 File FEEST Tab Designer (DES) $77 Auto CAD (CADDR $66 Clerical (WP) $51 Total 2 3 4 TASK 1 Contract Coordnation and Administration TASK 2.1 Meetings and Coordination TASK 22 Data Collection and Field Review TASK 2.3 Establish Alignment and Preliminary Design One -Line Diagram TASK 3.1 Drawings and Specificaions Task 32 Cost Estimate Task 3.3 QC and Review Task 4.1 Response to bidders Questions 40 8 40 4 56 4 60 12 40 12 100 4 16 8 24 24 24 24 100 16 8 40 $7,240 $5,760 $7,128 $9,184 $7,864 40 I $22,000 $2,408 8 $5,336 $3,360 WQPNTRKTiROWpi Total Hours 92 360 172 88 Expense Computation: THE ABOVE RATES & FEES QUOTED ARE VALID FORA PERIOD OF 90 DAYS. P0241-005 Fees .xls 1 of 1 Subtotal Expenses TOTAL $70,280 $2,000 $72,280 11/132002 5:43 PM CASNE ENGINEERING INC. Overhead Calculation DIRECT PROJECT LABOR DIRECT LABOR OVERHEAD VACATION HOLIDAYS SICK LEAVE PAYROLL TAXES MEDICAL INSURANCE ESOP SUB -TOTAL DIRECT LABOR OH ADMIN. NON -PROJECT OVERHEAD ADVERTISING AUTO -OPERATING COSTS BAD DEBTS BANK CHARGES BENEFIT PLAN EXPENSE BUSINESS MEETING, MEALS CLIENT RELATIONS COMPUTER SERVICES/SUPPLIES CONTRIBUTIONS DEPRECIATION ENGR DRAFTING SUPPLIES EMPLOYEE EDUCATION EMPLOYEE RELATIONS ENTERTAINMENT EQUIPMENT LEASES EXCISE TAXES INSURANCE INTEREST LEGAL, ACCOUNTING LICENSE AND OTHER TAXES MARKETING OFFICE SUPPLIES & IMPROVEMENTS PERSONNEL RECRUITMENT PHOTOGRAPHY PROFESSIONAL DUES AND LICENSES PROFESSIONAL SERVICES POSTAGE, DELIVERY PROM OTICNAL PUBLICATIONS, SUBSCRIPTIONS RENT REPAIRS, MAINTENANCE REPRODUCTION, PRINTING TEMPORARY SERVICES TELEPHONE/UTILITIES TRAINING TRAVEL -MEALS TRAVEL -MILEAGE, PARKING TRAVEL -FARES, LODGING SUB -TOTAL G& A OVERHEAD TOTAL DIRECT LABOR OVERHEAD RATE LESS PROFIT PROFIT TOTAL MULTIPLIER Exhibit G-2 2001 2001 Unallowed Costs 1,449,604.78 125,052.15 96,004.39 53,608.87 230,113.37 89,171.73 200,000.00 793,950.51 898,259.61 7,975.43 7,247.58 130,791.70 663.58 21, 841.00 19,854.21 2,009.49 37,087.37 20,946.21 79,904.00 11,918.17 350.00 17,280.43 4,776.18 13,269.00 83,392.52 34,077.74 728.70 32,142.06 5,786.19 6,930.86 42,514.32 11,774.75 687.41 12,353.30 11,026.49 8,451.16 4,881.67 4,703.58 212,064.02 7,816.85 2,990.28 4,446.05 56,904.41 20,001.79 5,700.68 19,234.67 25,188.80 1,887,972.26 2,681,922.77 Per FAR Section 31-205-60) (7,975.43) Per FAR Section 31.205-1 (130,791.70) Per FAR Section 31.205-3 (20,946.21) Per FAR Section 31.205-8 Per FAR Section 31-205-11 Per FAR Section 31.205-44 Per FAR Section 31.205-13 (4,776.18) Per FAR Section 31.205-14 Per FAR Section 31.205-36 Per FAR Section 31-205-19 Per FAR Section 31.205-20 Per FAR Section 31.205-47 (6,930.86) Per FAR Section 31.205-1 Per FAR Section 31.205-34 Per FAR Section 31.205-43 Per FAR Section 31.205-33 (4,881.67) Per FAR Section 31.205-1 Per FAR Section 31.205-43 Per FAR Section 31.205-24 Per FAR Section 31.205-44 Per FAR Section 31.205-46 Per FAR Section 31.205-46 Per FAR Section 31.205-46 2001 2001 1,449,604.78 125,052.15 96, 004.39 53,608.87 230,113.37 89,171.73 200,000.00 793,950.51 898,259.61 0.00 7,247.58 0.00 663.58 21, 841.00 19,854.21 2,009.49 37,087.37 0.00 79,904.00 11,918.17 350.00 17,280.43 0.00 13,269.00 83,392.52 34, 077.74 728.70 32,142.06 5,786.19 0.00 42,514.32 11,774.75 687.41 12,353.30 11,026.49 8,451.16 0.00 4,703.58 212,064.02 7,816.85 2,990.28 4,446.05 56,904.41 20,001.79 5,700.68 19,234.67 25,188.80 1,711,670.21 2,505,620.72 1.0000 0.0863 0.0662 0.0370 0.1587 0.0615 0.1380 0.5477 0.6197 0.0000 0.0050 0.0000 0.0005 0.0151 0.0137 0.0014 0.0256 0.0000 0.0551 0.0082 0.0002 0.0119 0.0000 0.0092 0.0575 0.0235 0.0005 0.0222 0.0040 0.0000 0.0293 0.0081 0.0005 0.0085 0.0076 0.0058 0.0000 0.0032 0.1463 0.0054 0.0021 0.0031 0.0393 0.0138 0.0039 0.0133 0.0174 1.1808 1.7285 1.0000 2.7285 10.00% Profit 0.2728 3.0013 Exhibit G October 4, 2002 KPG, Inc. 753 Ninth Avenue North Seattle, Washington 98109 Attn: Mr. Nelson Davis, P.E RE: PROPOSAL FOR GEOTECHNICAL SERVICES TUKWILA INTERNATIONAL BOULEVARD TUKWILA, WASHINGTON Dear Mr. Davis: In accordance with your request, we are submitting proposal i nthis osal to providegeotechnical en eiii i� F' Y dr eo g services for the above -referenced project. The purpose of our services will be to compile and review readily available geologic and geotechnical information in the project area, develop preliminary geotechnical recommendations to support a predesign effort based on available data, complete field explorations to supplement the available subsurface information, and develop geotechnical engineering conclusions and recommendations for a design effort for the project. This proposal is based on information provided by you and past experience on similar projects. PROJECT UNDERSTANDING We understand that the proposed project includes improvements to Tukwila International Boulevard between the Duwamish River bridge on the north end of the project to South 138th Street at the south end of the project. Proposed improvements include reconstruction/overlaying the existing roadway, the addition of new curb, gutter, and sidewalk on both sides, and up to four stormwater detention vaults within the roadway. To accommodate the improvements, about 3,000 linear ft of retaining structures will be required along the west side to retain cuts and about 2,000 linear ft of retaining structures along the east side to retain fills. Retaining structures are expected to consist of modular block wall, cast -in-place concrete walls, and cantilevered soldier pile walls. In addition, about 8,000 linear ft of 30 -inch diameter pipeline will be constructed to handle high stormwater flows. The pipe is planned to have invert depths of up to 15 ft below exiting road grades. Up to six diversion structures may be constructed along the pipe route. Current plans call for the bypass pipeline to discharge into the Duwamish River, west of Tukwila International Boulevard, through an outfall structure. Exhibit G SCOPE OF SERVICES The following paragraphs summarize Landau Associates' proposed scope of services to support the project. Task 1 — Data Gathering and Reconnaissance Our first task will be to compile and review readily available geologic and geotechnical information, and other relevant data in the project vicinity. This information will be used to gain a general understanding of the geology in the project vicinity. Possible data sources include information in King County, City of Tukwila (City), and WSDOT files, and published geologic and topographic maps of the project area. After completion of the data gathering task, a geotechnical engineer and geologist from Landau Associates will complete a visual reconnaissance of the project area for the purpose of identifying the general surficial geologic conditions and other relevant features, such as the location of springs or seeps, areas of past instability on the slopes above and below the roadway corridor, and other relevant features which may indicate potential geologic/geotechnical issues that may need to be addressed during the design effort. Task 2 — Predesign Effort Compiled information will be analyzed by a geotechnicalengineer from Landau Associates to develop preliminary geotechnical engineering conclusions and recommendations to support evaluation of the pipeline alignment and outfall location. We will prepare and submit a Technical Memorandum summarizing the results of our data compilation and reconnaissance and preliminary geotechnical engineering conclusions and recommendations. The technical memorandum is expected to include: • A discussion of the expected near -surface soil and groundwater conditions based on available information and observations made during the reconnaissance. • Preliminary geotechnical conclusions and recommendations to support pipeline route and outfall location selection. Task 3 — Field Explorations With selection of the pipeline route and outfall location, a field exploration program will be completed to supplement the information gathered in Task 1. Assuming 8,000 LF of pipeline, we propose to complete a series of 14 borings to depths of about 20 ft below existing road grades to characterize near -surface soil and groundwater conditions for the proposed pipeline, detention vaults and diversion structures. These borings will be at the location of the proposed diversion structures and vaults and at about a 500 to 700 ft spacing along the 11/14/02 C:\Documents and Settings\Nelson\Local Settings\Temporary Internet Files\0LK5\Tukwila Int Blvd_rev pro.doc LANDAU ASSOCIATES 2 ! • Exhibit G pipe route. An additional boring to a depth of about 30 ft located near the bank of the Duwamish River will be completed for the outfall structure. The data from pipeline borings will also be used to characterize near - surface soil and groundwater conditions for retaining walls. Because pipeline borings are widely spaced and may not correspond well to planned wall locations, we propose to complete up to an additional six borings to depths of about 15 ft to fill in potential data gaps for retaining wall design. For this project, we have budgeted a total of 400 ft of drilling. The borings will be completed by a reputable drilling contractor under subcontract to Landau Associates with a truck -mounted drill rig advancing hollow -stem augers. At this time, we anticipate that drilling will be either along the shoulder of the roadway or within the outer travel lane, depending on the selected pipe route. Landau Associates will mark the boring locations in the field and arrange for underground utility location ("call before you dig"). We have included budget to obtain the necessary street use permit from the City of Tukwila. We will complete 20 cores of the existing pavement at selected locations along Tukwila International Boulevard for the purpose of measuring the existing pavement section. The pavement cores will be completed using a rotohammer and a 1 -inch bit. The holes will be filled with Quickcrete upon completion. The pavement core locations will specified by KPG. Temporary lane closures will be necessary to complete the borings and pavement cores within the travel lane. Proper warning signs for shoulder work will be provided, and flaggers and proper warning signs will be provided for work within the traveled portion of the roadway. We will prepare and submit a traffic plan to the City of Tukwila for approval prior to field work. The pavement cores will be completed by Landau Associates personnel. A geologist or geotechnical engineer from Landau Associates will supervise and obtain soil samples from the borings, and prepare field logs of conditions encountered in the explorations. Soil samples will be obtained from the borings on about a 21/2 or 5 ft depth interval using the Standard Penetration Test (SPT) procedure, and returned to our laboratory for further classification. Soil samples obtained from the explorations will be held in our laboratory for 30 days after submittal of the final report. After that date, the soil samples will be disposed of unless arrangements are made to retain them. It is assumed that soil cuttings from drilling can be disposed of along the side of the roadway by spreading. Standpipe piezometers will be installed in four of the borings along the pipe route and at the outfall location to monitor groundwater levels. A flush -mount monument will be placed over the piezometers to protect them from damage. We have budgeted for four rounds of groundwater readings during the fall/winter months of 2002/2003. Groundwater levels, if encountered in the borings, will also be noted at the time of drilling. The piezometers should be abandoned in accordance with WAC 173-160-560 requirements during construction of the project. Abandonment of the piezometers is not included in the budget outlined herein. The remaining borings will be abandoned in accordance with the applicable sections of WAC 173-160. 11/14/02 C:\Documents and Settings\Nelson\Local Settings\Temporary Internet Files\OLK5\Tukwila Int BIvd_rev_pro.doc LANDAU ASSOCIATES 3 • • Exhibit G We will complete a limited geotechnical laboratory testing program consisting of natural moisture content determinations and grain size analyses (course -grain soil) or Atterberg limit determinations (fine-grain soil) on selected soil samples from the borings to aid in classifying site soils and determining pertinent engineering properties of the soil. We have budgeted for 55 moisture content determinations and 20 grain size analyses/Atterberg limit determinations. Task 4 - Geotechnical Engineering Analyses and Report Information from the field investigation will be combined with information from the predesign effort (Tasks 1 and 2) and analyzed by a geotechnical engineer from Landau Associates to develop geotechnical engineering conclusions and recommendations for the project. The results of our field explorations, engineering analyses, and geotechnical engineering conclusions and recommendations, will be summarized in a draft geotechnical report for review by KPG and the City of Tukwila. Four (4) copies of the draft report will be provided for review by the project team. Upon receipt of review comments, we will address the comments and submit six (6) copies of a signed and sealed geotechnical report. The geotechnical report will include: • A site plan showing the locations of the explorations completed for this study (we assume that KPG can provide a base map in AutoCAD format). • Summary logs of conditions observed in the borings. • Summary of the measured pavement section at the core locations. • A discussion of the observed near -surface soil and groundwater conditions at the exploration locations. • Geotechnical conclusions and recommendations to support the roadway improvements, including: - evaluate slope stability issues along the roadway - foundation support requirements for retaining walls - design static and dynamic lateral earth pressures for retaining walls - retaining wall backfill and drainage recommendations - subgrade preparation for new pavement and sidewalks • Geotechnical conclusions and recommendations to support design and construction of the bypass pipeline, including: - an evaluation of the liquefaction potential and methods to mitigate liquefaction, including recommendations for transitions from liquefiable areas to non -liquefiable areas construction dewatering considerations - trench excavation and retention, including lateral earth pressures for design of temporary shoring - pipe foundation support, pipe bedding and initial backfill materials in accordance with the WSDOT/APWA Standard Specifications - an evaluation of the suitability of excavated soil for use as trench backfill - trench backfill compaction criteria 11/14/02 C:\Documents and Settings\Nelson\Local Settings\Temporary Internet Files \OLK5\Tukwila Int Blvd_rev_pr,o.doc LANDAU ASSOCIATES 4 Exhibit G foundation support and lateral earth pressure for design of below -grade vaults vertical loads on pipe and buried structures uplift resistance passive soil resistance and ultimate soil/pipe friction for resistance to lateral loads. Task 5 — Meetings and Consulting We have budgeted to attend two meetings, one during the predesign phase and the other during the design phase, to discuss our findings with the project team. In addition, we have included time in our budget to consult with the design team during evaluation of alternatives and during final design. SCHEDULE The data gathering and reconnaissance task can commence within about one week of notice to proceed and will require about one week to complete. The technical memorandum can be provided within five weeks of completion of the data gathering task. The schedule for Tasks 3 and 4 will depend on project progress. Field explorations can generally commence within about 1 to 2 weeks of task authorization, depending on subcontractor availability. Field explorations are expected to require about one week to complete. The draft geotechnical report can be submitted within about six weeks of completion of the geotechnical field exploration program. The fmal geotechnical report can generally be submitted within one week of receipt of comments from the design team. TERMS AND CONDITIONS Our services will be provided on a time -and -expense basis in accordance with the attached Compensation Schedule, which is hereby made a part of this agreement. We assume our services will be provided in accordance with a subconsultant agreement with KPG, similar to those we have signed in the past. The estimated fee for the scope of services described above is $37,312, as described in the table below. The attached exhibit G-1 provides a breakdown of the labor and reimbursable costs. If project requirements change, or unforeseen conditions are encountered that require services beyond the scope outlined above, we will bring these to your attention and seek approval for modification to the scope of services and budget, as appropriate. We will not exceed the total estimated fee for our services without prior authorization from KPG. If the scope, schedule and budget are acceptable, please provide us with written authorization or by your preferred method. 11/14/02 C:\Documents and Settings\NelsonlLocal Settings\Temporary Internet Files\OLKSTukwila Int Blvd_rev pro.doc LANDAU ASSOCIATES 5 • • Exhibit G ESTIMATED FEE Task 1— Data Gathering and Reconnaissance $ 1,809 Task 2 — Preparation and Submittal of Technical Memorandum 4,039 Task 3 — Field Investigations and Laboratory Testing Drilling Subcontractor 9,350 Traffic Control 1,700 Landau Associates field personnel & equipment 7.320 Laboratory Testing 2,200 Task 4 — Engineering Analyses and Report Task 5 — Meetings (2) and Consulting 'MEAT T ESTIMATED FEE 8,432 2.462 Landau Associates appreciates the opportunity to submit this proposal and we look forward to providing geotechnical engineering services for this project. If any questions arise regarding this proposal, please call us. LANDAU ASSOCIATES, INC. Edward J. Heavey, P.E. Associate Dennis R. Stealer, P.E. Principal EJH/DRS/jas 12.000 Attachments: Exhibit G-1 — Fee Determination Summary Sheet 2002 Compensation Schedule 11/14/02 C:\Documents and Settings\Nelson\Local Settings\Temporary Internet Hes \OLK5\Tukwila Int Blvd_rev_pro.doc LANDAU ASSOCIATES 6 EXHIBIT G-1 FEE DETERMINATION SUMMARY SHEET LANDAU ASSOCIATES PROJECT NAME: TUKWILA INTERNATIONAL BOULEVARD TASK 6 DIRECT SALARY COST (DSC): Classification GEOTECNICAL INVESTIGATIJN Typical Hours x Rate` = Cost 1) Data Gathering & Reconnaissance Associate 4 $ 39.00 $ 156.00 Senior Staff Engineer/Geologist 16 $ 22.00 $ 352.00 2) Preliminary Engineering Analyses And Report Principal 2 $ 51.00 $ 102.00 Associate 12 $ 39.00 $ 468.00 Senior Staff Engineer/Geologist 16 $ 22.00 $ 352.00 Technical Illustrator/CAD 4 $ 22.50 $ 90.00 Project Coordinator/Word processor 8 $ 18.00 $ 144.00 3) Field Explorations Associate 8 $ 39.00 $ 312.00 Senior Staff Engineer/Geologist 80 $ 22.00 $ 1,760.00 4) Engineering Analyses & Report Preparation Principal 8 $ 50.00 $ 400.00 Associate 24 $ 39.00 $ 936.00 Senior Staff Engineer/Geologist 40 $ 22.00 $ 880.00 Technical Illustrator/CAD $ 22.50 $ Project Coordinator/Word processor 12 $ 18.00 $ 216.00 5) Meetings (2) Associate 12 $ 39.00 $ 468.00 Senior Staff Engineer/Geologist 12 $ 22.00 $ 264.00 TOTAL DSC $ 6,900.00 OVERHEAD (OH COST -including salary additives): OH Rate of 204.6% x DSC 2.064 x $ 6,900.00 = $ 14,241.60 FIXED FEE (FF): FF Rate of 30% x DSC 0.30 x $ 6,900.00 = $ 2,070.00 REIMBURSABLES: Vehicle & field equipment expenses $ 350.00 Laboratory Testing $ 2,200.00 Reproduction expenses $ 500.00 Traffic Control $ 1,700.00 Drilling Subcontract $ 9,350.00 TOTAL REIMBURSABLES = $ 14,100.00 TOTAL $ 37,312 (a) Rates shown reflect the typical compensation rate of employees assigned to the billing category listed. Each category may have multiple employees assigned to that billing category and each employee may have a different hourly rate of pay. Employee compensation is subject to adjustment at the end of every calendar year. 11/13/2002 l:\PROPOSAL\Tukwiti Int. Blvd_Task 6_cost.xis Landau Associates Exhibit G October 24, 2002 Nelson Davis KPG, Inc 753 -9th Ave North Seattle WA 98109 RE: SCOPE OF WORK FOR NATURAL RESOURCES SERVICES CITY OF TUKWILA INTERNATIONAL BOULEVARD IMPROVEMENTS Dear Nelson; Landau Associates, Inc. is pleased to provide you with natural resources services for the City of Tukwila proposed International Boulevard Improvement project (referred to hereafter as "the project"). The project consists of adding curb, gutter, and sidewalk and other minor improvements to Tukwila International Boulevard (TIB) between South 116th Street and South 132nd Street and stormwater improvements. The stormwater improvements include burying a 54 inch high flow bypass in lIB with a new outfall into the Duwamish River. The project is partially funded with federal funds, which constitutes a federal nexus requiring federal Endangered Species Act (ESA) compliance and an evaluation of project effects on Essential Fish Habitat (EFH). However, Landau Associates will not be responsible for ESA or EFH compliance. The highflow bypass component of the project will also require permits from several resource agencies, including the U. S. Army Corps of Engineers (Corps). Based on our conversation, we have prepared this letter scope of services and budget estimate for the project. We understand the environmental documentation and permitting will be Task 7 for your Scope of Services to the City of Tukwila. Task 7: The scope of services for the environmental documentation will consist of the following subtasks: 1. Site visit to project area with Washington Department of Transportation (WSDOT) and Federal Highways Administration (FHA) staff to discuss National Environmental Policy Act (NEPA) documentation. 2. Support the City of Tukwila in filling out the Environmental Classification Summary (ECS). This support is based upon the following: • Based on our conversation with you and comments from City staff, we assume that the project will be a Class II project requiring documentation (Documented Categorical Exclusion (CE)). • • Exhibit G • We also assume that no historical properties exist on the site, given past disturbance of the site, and we will prepare a "no historic properties affected" report for the project. • The City of Tukwila will complete the Biological Assessment and Essential Fish Habitat Evaluation. This is not part of Landau Associates Scope of Work. 3. Conduct a wetland delineation and prepare a report. We will delineate wetlands in the right-of-way (ROW) for the proposed road improvements and also within 100 feet on either side of the proposed route of the highflow by-pass beyond the ROW to the outfall location at the Duwamish River. We will prepare a written report for the Corps and City of Tukwila to review. We understand that new ROW may be required to complete the roadway improvements. We will conduct wetland reconnaissance where new ROW purchases are anticipated based on a level of effort to be determined at that time. Wetland delineation and mitigation for new ROW will require additional scope and budget once new ROW has been determined. The City will obtain right of entry for all wetland work. 4. Prepare a mitigation and monitoring plan for wetland and riparian impacts. We will prepare a mitigation and monitoring plan for wetland and riparian impacts of the high flow bypass and outfall into the Duwamish River. 5. Prepare a Joint Aquatics Resources Project Approval (JARPA) application. Landau Associates will prepare a JARPA application for environmental permits required for this project. We assume the only construction elements of the project that will require environmental permits are excavation and backfill for the high flow bypass in wetland areas and a new outfall into the Duwamish River for the high flow bypass. At this time we assume that there will be no fill placed in wetlands or streams for the roadway improvements itself. Therefore, the only permits will be required for the highflow bypass. We further assume that this project will be permitted by the Corps under nationwide permit number 12, Utility Line Activities. The highflow bypass and outfall will also require a Hydraulic Project Approval (HPA) for Washington Department of Wildlife (WDFW) and an Individual 401 Water Quality Certification (401 WQ Certification) from Washington Department of Ecology (WDOE). Other assumptions are: • We have budgeted three 4 -hour meetings with the Corps to negotiate permit conditions and explain the project to them. • We assume that we will need to obtain a 401 WQ Certification for the high flow bypass portion of the project to comply with state water quality standards. • We assume we will have one on-site meeting with WDFW to discuss the HPA. • We assume one on-site meeting with the Muckleshoot Tribe (Karen Walters) to discuss the project. • We assume one meeting with King County (Andy Levesque) to discuss the project. 6. We have included some effort for unanticipated meetings that will be required throughout the project. We assume 24 hours of Sr. Associate and 16 hours of Project biologists for this task. 7. We will document all meetings and correspondence with agencies for the project file. The estimated costs for task 7 are $29,486. 11/14/02 C:\Documents and Settings\Nelson\Local Settings\Temporary Internet Files\OLKS\Tukwila International Blvd Scopel.doc LANDAU ASSOCIATES 2 Exhibit G This scope and cost estimate for task 7 describes our understanding of the range of activities, project analysis, and reporting that will be required for the project as you have described them. This cost estimate is based on an estimate of time and materials to complete the task. We will not exceed this amount without authorization from you. During the course of our analysis, if conditions are found that contradict the assumptions made in this scope of work, we will notify you immediately and renegotiate the scope and budget. Thank you for using Landau Associates for this opportunity to provide environmental permitting assistance for this project and please call me (425) 329-0285 with any questions, comments, or additional information that you might need. LANDAU ASSOCIATES, INC. Samuel R. Casne Director, Natural Resources SRC/ 11/14/02 C:\Documents and SettingslNelson\Local Settings\Temporary Internet Files \OLKS\Tukwila International Blvd Scopel .doc 3 LANDAU ASSOCIATES PROJECT NAME: TASK 7 DIRECT SALARY COST (DSC): Classification EXHIBIT G-1 FEE DETERMINATION SUMMARY SHEET LANDAU ASSOCIATES TUKWILA INTERNATIONAL BOULEVARD NATURAL RESOURCE EVALUATION AND PERMITTING SUPPORT Typical Hours x Rate"' = Cost 1) Site Visit w/WSDOT Senior Associate 2) Preliminary Engineering Analyses And Report Senior Associate Project Coordinator/Word processor 4 $ 43.50 $ 174.00 12 $ 43.50 $ 522.00 6 $ 18.00 $ 108.00 3) Wetland Delination/Report Senior Associate 2 $ 43.50 $ 87.00 Project Biologist 60 $ 26.00 $ 1,560.00 Technical lllustrator/CAD 7 $ 22.50 $ 157.50 Project Coordinator/Word processor 8 $ 18.00 $ 144.00 4) Wetland ROW Reconnaissance Project Biologist 16 $ 26.00 $ 416.00 Project Coordinator/Word processor 2 $ 18.00 $ 36.00 5) Mitigation/Monitoring Plans Senior Associate 2 $ 43.50 $ 87.00 Project Biologist 19 $ 26.00 $ 494.00 Technical Illustrator/CAD 2 $ 22.50 $ 45.00 Project Coordinator/Word processor 3 $ 18.00 $ 54.00 6) JARPA Senior Associate Technical Illustrator/CAD Project CoordinatorNVord processor 7) Meetings Senior Associate Project Biologist 8) Documentation Senior Associate Project Coordinator/Word processor TOTAL DSC 56 $ 43.50 $ 2,436.00 2 $ 22.50 $ 45.00 3 $ 18.00 $ 54.00 24 $ 43.50 $ 1,044.00 16 $ 26.00 $ 416.00 16 $ 43.50 $ 696.00 6 $ 18.00 $ 108.00 $ 8,683.50 OVERHEAD (OH COST - including salary additives): OH Rate of 204.6% x DSC 2.064 x $ 8,683.50 = $ 17,922.74 FIXED FEE (FF): FF Rate of 30% x DSC 0.30 x $ 8,683.50 = $ 2,605.05 REIMBURSABLES: Vehicle expenses Reproduction expenses TOTAL REIMBURSABLES $ 75.00 $ 200.00 = $ 275.00 TOTAL $ 29,486 (a) Rates shown reflect the typical compensation rate of employees assigned to the billing category listed. Each category may have multiple employees assigned to that billing category and each employee may have a different hourly rate of pay. Employee compensation is subject to adjustment at the end of every calendar year. 11/13/2002 I:\PROPOSAL\Tukwila Int. Blvd_Task 7_cost.xis Landau Associates Exhibit G-2 Landau Associates, Inc. Overhead Schedule Fiscal Year Ended June 30, 1998 Cost Category Proposed Audit Audited Amount Adjustments Ref. Amount Direct Labor Base Overhead Costs Overhead Labor Vacation Payroll Taxes Medical Insurance Bonuses Profit SharingtESOP Temporary Help Health & Safety Mileage & Vehicle Costs Travel & Lodging Office Supplies & Equipment Postage Telephone Taxes & Licenses Professional Licenses & Dues Building Expense Insurance Depreciation Imputed Cost of Money Tech References Recruiting Education Cost Personnel Relations Professional Services Marketing Expense Misceliaueous Expense Loss on Sale of Asset Total Overhead Costs - Ovencead Rate $1,764,396 $1,291,578 346,2 37, 295,309' 154,439' 149,880 ($14,923) (1) 400,000, 37,867" 8,235 15,057 9,050 (1,676) (J) 105,366 (15,299) (D) 11,579 73,399 119,015 14,465 (788) (F) 281,906 (81,821) (A) 91,763 104,788 3,934. 9,872 (B) 27,242 25,232 32,815 13,919 (4533) (G). 77,966 (3,947) (1-1) 28,911 4,627 (73) (E) 222 (1,000) (C) $1,764,396 $1,291,578 73.20% 346,237 19.62% 295,309 16.74% 154,439 8.75% 134,957 7.65% 400,000 22.67% 37,867 2.15 8,235 047% 15,057 0.85% 7,374 0.42% 90,067 5.10% 11,579 0.66% 73,399 4.16% 119,015 6.75% 13,677 0.78% 200,085 11.34% 91,763 5/0% 104,788 5.94% 13,806 0.78% 27,242 1.54% 25,232 L43% 32,815 L86% 9,386 0.53% 74,019 4.20% 28,911 L64% 4,554 0.26% (778) -0.04% $3,724,800 ($99,265) $3,610,612 204.54% Unallowable Overhead Costs Already Removed by Landau Direct Labor Overtime Premium Indirect Labor Overtime Premium Field Supplies Local Meals - Employee Business Local Meals - Recruiting Non -Compete Cost $5,036/ 8,484J • 34,377✓ 517i 805 6,250 Audit Report No_ 99-023 Page 9 204.64% Exhibit G-2 Landau Associates, Inc. Overhead Schedule Fiscal Year Ended June 30, 1998 Cost Category Proposed Audit Audited Amount Adjustments RefAmount Service Charges & Interest 45,951 Professional Servicts 46,317 Advertising 25,981 Client Entertainment 1,280 Bad Debts 13,479 Donations 9,316 Ktyrr}an Insurance • 6,598 Total Unallowable Costs Removed by Landau $204,390 References: (A) (B) (C) (D) (E) (F) (G) (H) m (3) Common control rentadju tment per 48 (..:17e.. . 31 .205-36. Cost -of -money recalculated by Landau par 48 CFR 31.205-10. Gain. on disposition of asset per 48 CFR 31.205-16(b). Direct copy usage per 48 CFR 31.201-5. Parking violations unallowable per 48 CFR 31.205-15. Lobbying and social club dues per 48 CFR 31.205-27 & 31.205-14. Party expenses beyond WSDOT Overhead Cost Policy limits, Mariners tickets, movie tickets unallowable per WSDOT Overhead Cost Policy and 48 CFR 31.205-14. Organization ownership structure and federal income tax related charges. Unallowable per 48 (..:1-K 31.205-27, 31.205-41(b)(1) and 31.201-6(d). Lumpsuzu moving reimbursment in excess of $1,000 and =allocable signing bonuses per 48 CFR 31.205-35 and 31.201-4. Travel Sr perdiem beyond Limits per 48 CFR 31.205-46. Audit Report No. 99-023 Page 10 Exhibit G CIVILTECH CORPORATION October 4, 2002 — Rev. Oct.14, 2002 Mr. Nelson Davis KPG, Inc. 753 Ninth Avenue N. Seattle, WA 98109 Re: Tukwila International Boulevard (TLB) Dear Mr. Davis: 400 108th Ave NE Suite 400 Bellevue, WA 98004 Tel (425) 453 - 6488 Fax (425) 453 - 5848 ctc@civiltech.com http://www.civiltech.com CivilTech is pleased to submit this scope and fee proposal for structural support for the TIB project. This proposal is based on our phone conversation with you and our understanding of the project. Scope of Work The scope of work includes the following tasks: Retaining Wall Design: Structural retaining walls include about 1,000 linear feet (10,000 sq ft) of cut wall on the west side. • Prepare preliminary design memorandum providing wall type selection/quantities and cost estimates. • Prepare final design for plans, specifications, and cost estimates (PS&E). Manhole Structural Design: The project includes a bypass pipeline to route storm flows to a new river outfall and to maintain low flows in existing creek channels. This will require flow -splitter manholes to split up flows in excess of 100 cfs in 36 -inch or greater pipe on 5 percent slopes. • Prepare final structural design of four manholes. PS&E will include plan, elevation, and detailed reinforcing. • KPG will develop plan and elevation geometry. Outfall Structure: • Prepare final structural design and PS&E of new 54 -inch pipe outfall structure on the Duwamish River. • KPG will develop plan and elevation geometry. Structural Support for Overpass and Bridge: • Obtain WSDOT as-builts for existing SR599 overpasses. Mr. Nelson Davis KPG, Inc. October 14, 2002 Page 2 • Modify existing concrete slope protection beneath underpass on the west side of TIB for a pedestrian connection. • Meet with WSDOT to coordinate structural issues. Fee Estimate The proposed fee for our engineering services is presented in the attached spreadsheet. The estimate is based on the proposed scope of work outlined above. The attached overhead calculation sheet reflects the rate we have had approved on our current WSDOT and King County projects. We appreciate this opportunity to submit our fee proposal to you. If you have questions or require additional information, please call. Sincerely, CivilTech Corporation Lee Miesbauer, P.E., S.E. Principal / Structural Lead ATTACHMENTS Y:\General & Proposals \Stu_Geo_Propasai\2002\KPG Tukwila Intl Blvd rev 10-14-02.doc Exhibit G-1 PROJECT COST ESTIMATE Tukwila International Boulevard CivilTech Corporation WORK DESCRIPTION PERSONAL AND HOURLY RATES Total Hours Direct Salary Cost Proj. Mgr. Str. Eng. CADD Admin. $48.35 $35.60 $22.17 $18.12 Project Management/Administration 20 12 32 $ 1,184.44 Coordination and Meetings 24 24 $ 1,160.40 Retaining Walls Design 42 120 166 0 328 $ 9,982.92 - Preliminary Design Memo 16 6 22 - Prepare Plan & Elevation 4 12 100 116 - Sections and Detailing 12 100 60 172 - Specifications 4 4 - Quantity, Estimate, and Quality Control 6 8 14 Manhole Structural Design 16 54 100 0 170 4,013.00 - Plan, Elevation, and Geometry 2 8 60 70 - Sections and Details 8 40 40 88 - Specifications 2 2 - Quantity, Estimate, and Quality Control 4 6 10 Outfall Structure 12 40 60 0 112 $ 3,334.40 - Plan, Elevation, and Geometry 2 6 40 48 - Sections and Details 4 30 20 54 - Specifications 2 2 - Quantity, Estimate, and Quality Control 4 4 8 Structural Support for Overpass & Bridge 17 34 12 0 63 $ 2,298.39 - Obtain Existing Information 1 6 7 - Evaluate Structural Impact 4 16 20 - Modify Existing Slope 4 12 12 28 - Meeting and discussion with WSDOT 8 8 Submittals 17 20 8 0 45 $ 1,711.31 - Preliminary Design Memo 1 1 - 30% Submittal and Response to Comments 4 4 2 10 - 60% Submittal and Response to Comments 4 6 2 12 - 90% Submittal and Response to Comments 4 8 2 14 - Final Submittal 4 2 2 8 Total Labor 148 268 346 12 774 $ 24,584.86 Direct Expenses Item Cost Reproduction $100.00 Mileage(200 miles @ 0.345) $69.00 Courier/Telephone $100.00 Total $269.00 KPG Tukwila intenational Blvd -rev one :Cost, sti ate=Summar Direct Salary (DSC) Overhead (OH) (@1.6531 x DSC) Fixed Fee (@ 0.12 x (DSC+OH)) Direct Expenses Grand Total $ 24,584.86 $ 40,641.23 $ 7,827.13 $ 269.00 $ 73,322.22 Exhibit G-2 CIVILTECH CORPORATION Breakdown of Overhead Cost 2001 Direct Labor Office Rate Amount Percent $495,242.81 Fringe Benefits FICA $59,740.42 12.06% Unemployment and Industrial Insurance $9,779.49 1.97% Group Insurence $36,783.81 7.43% Comp Time $11,022.17 2.23% Vacation, Holiday & Sick $63,554.16 12.83% Employee Benefits $31,486.36 6.36% Total Fringe Benefits 42.88% General Overhead State B&O $19,337.17 3.90% General Admin Salaries $186,788.79 37.72% Other Indirect Salaries $177,552.06 35.85% Office Maintenance & Supplies $32,108.80 6.48% Personnel Recuitement $11,387.12 2.30% Printing, Stationary and Reproduction $3,741.73 0.76% Professional Development $9,754.42 1.97% Leagal and Accountant $5,756.49 1.16% Professional Services, Consultants $8,670.17 1.75% Insurance $15,244.32 3.08% Dues, License, and Permit $4,938.86 1.00% Postage and delievery $4,549.41 0.92% Rent $69,780.9R 14.no Depreciation $11,316.00 2.28% Equipment Repair & Maintenance $21,564.61 4.35% Telephone $9,247.57 1.87% Travel and Auto Expenses $11,734.23 2.37% Meal and Entertainment $2,848.70 0.58% Total General Overhead Grand Total 122.43% 165.31%