Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 20-008 - KPFF, INCI RETURN TO: PW ADMIN EXT: 2700 ID it: 4568 1
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ Engineering
2.
3.
ORIGINATING STAFF PERSON: John Mulkey EXT: 2722 3. DATE REQ. BY: 12/10/24
TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): 20-008 #6 ❑ INTERLOCAL
❑ OTHER Supplement # 6 Management reservet
4. PROJECT NAME: Pacific Hwy S Non -Motorized Corridor - 16th Ave S (S 308th St to S 288th SO
5. NAME OF CONTRACTOR: KPFF, Inc.
ADDRESS:1601 5th Ave. Suite 1 E
SIGNATURE
TELEPHONE:
FAX:
TITLE:
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / /_
7. TERM: COMMENCEMENT DATE: 1 /15/2020 COMPLETION DATE: 12/31 /2026
271,852.12 (Inspection),-$55,872.19 Management
8. TOTAL COMPENSATION: $ Reserve - $1,592,913.98 Total (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 1a NO IF YES, MAXIMUM DOLLAR AMOUNT: $ 9703.00
IS SALES TAX OWED: ❑ YES li7 NO IF YES, $ 9703.00 PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
In PURCHASING: PLEASE CHARGE TO: D36219-24110 AND L36219-24110 for ROW
9. DOCUMENT / CONTRACT REVIEW
6 PROJECT MANAGER
8 DIVISION MANAGER
d DEPUTY DIRECTOR
IIy DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
d LAW DEPT
10. COUNCIL APPROVAL (IF APPLICABLE)
11. CONTRACT SIGNATURE ROUTING
INITIAL / DATE REVIEWED
JRM 11-26-2024
6y�' 13 i HH � rz.w i¢iiirorm
DSW 1214/24
KVA 12//6/2024
SCHEDULED COMMITTEE DATE:
SCHEDULED COUNCIL DATE:
INITIAL / DATE APPROVED
COMMITTEE APPROVAL DATE:
COUNCIL APPROVAL DATE:
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REO D: 1/6/25
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
'SIGNATORY (N�YOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
�IiiiiiiD
Sign In Blue Ink
i
AG# 20-008F
DATE SENT:
1 rri
Adak
V# Washington State
Department of Transportation
Supplemental Agreement
Organization and Address
Number 6
KPFF, rnc.
1601 5th Avenue, Suite 1600
Seattle, WA 98101
Original Agreement Number
AG #20-008
Phone:
Project Number
Execution Date
Completion Date
CFW #36219
12/31 /2026
Project Title
New Maximum Amount Payable
Pacific Highway Non -Motorized Corridor - 16th Ave S (S 308th St. to S 288th St.)
1,592,913.98
Description of Work
Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The
non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the
roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The
segments of the trail located off roadway will include pedestrian -scale illumination for safety.
The Local Agency of _Citv Qf Federal Way
desires to supplement the agreement entered in to with KPFF. INc.
and executed on 15-Jan-2020 and identified as Agreement No. Ali 08
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:
Additional work incorporated into project per plan sheet comments that required additional actions beyond
original scope, and construction inspection.
II
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read: The Completion Date is unchanged
III
Section V, PAYMENT, shall be amended as follows:
The payment is amended per Exhibit C - Cost Estimate
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:
Consultant Signature
By:--r-rell. Mayor
4
i Approving Authority Signature
DOT Form 140-063
Revised 09/2005
Date
Exhibit "A"
Summary of Payments
Original Agreement+
Previous Supplements
This Supplement
Total
Direct Salary Cost
435,619.90
125,487.42
561,107.32
Overhead
(Including Payroll Additives)
574,439.60
154,887.66
729,327.26
Direct Non -Salary Costs
99,405.91
9703.00
109,108.91
Fixed Fee
130,685.97
37,646.23
168,332.20
Sub -Total
1,240,151.38
327,724.31
1,567,875.69
Management Reserve
80,910.48
-55,872.19
25,038.29
Total
__
1,321,061.86
T71,852.12
1,592,913.98
DOT Form 140-063
Revised 09/2005
Exhibit A
Scope of Work
Amendment 6
i
PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR —16"' AVE
AMENDMENT DESCRIPTION
This is an amendment to add scope noted below to the overall contract. The add scope
includes:
• Construction inspection services for Phase 1 for up to 120 construction days
• Construction testing services for Phase 1 construction testing
• Project Management services for the above Phase 1 construction services
• Management Reserve Request 2 for Phase 2 Design
DETAILED SCOPE OF WORK
TASK NO. 50 — PHASE 1 CONSTRUCTION SERVICES
Anticipated tasks include the following:
50.0 — Project Management and Admin (KPFF)
This work includes the project management effort associated with the design schedule
extension and additional scope, including coordination, meetings, budget tracking and
invoicing. In addition to the scope increase, this work also includes coordinating with the
construction inspector and 31d parry testing firms.
40 hours of engineering support is included in this task for minor design services during
construction.
50.1— Construction Inspection Services (Pacific CM)
The Consultant shall provide construction inspection services through a Sub -consultant
who specializes in field construction inspection activities relevant to the work at hand
and construction testing services via 3rd parties.
The Sub -consultant shall provide
• Up to 120 days of field inspection service, with staff fully dedicated for a whole
workday to the site.
• Up to 24 hours of project ramp -up and close out services to the City from the
lead construction inspector.
• Facilitate 3rd party construction testing services for the project (MTC) including:
o Subgrade compaction testing.
o HMA paving compaction and HMA material sampling testing for up to 18
hours of field testing.
o Concrete placement test.
o Associated laboratory testing.
IM
Page 1 of 2
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
Assumptions:
• Constructor shall be scheduled to work a full 8 hour workday for all working days
• City of Federal Way will service as the construction manager
• Inspection Daily Reports will be produced using City software AKA "headlight•.
• The inspector shall provide construction documentation services and may
provide this service after the construction activities have been completed for the
day. This may be completed off site or on site at the construction inspector's
preference. The inspector may spend, and be compensated, for up to 1 hour of
additional time beyond the workday for documentation purposes.
• The construction inspector shall be compensated for a full day of work if the
Contractor voluntarily concludes a workday earlier than 8 hours without notifying
the inspector of the short workday 1 week in advance if no other work is available
to the inspector.
MANAGEMENT RESERVE REQUEST 2 - PHASE 2 DESIGN
See attached Management Reserve Request 2 fee table for list of tasks and hours
associated with this management reserve request. Budget will be transfer from
Management Reserve (Task 99) to the existing tasks identified in the Management Reserve
Request 2 fee table.
Budget Summary
Task No. 50: $271,852.12
Management Reserve Request: $55,872.19
AMENDMENT 6 TOTAL: $327,724.31
Page 2 of 2
EXHIBIT B
STPUL-0099(145) Pacfic Highway Non -Motorized Corridor
DBE Summary
KPFF $
HBB Landscape Arch $
HWA Geosciences $
RES Group NW $
Fehr & Peers $
Lin & Assoc / Furtado $
Pacific CM
Total DBE Participation
DBE Goal
Is DBE Goal met?
Original Contract
$
385,038.91
55.2%
58,558.97
8.4%
69,226.04
9.9%
25,997.75
3.7%
58,672.60
8.4%
99,645.52
14.3%
697,139.79 100.0%
28.0%
9.0%
SUpp #1
$
Total $ to date
%
$ 63,511.65
$
448,550.56
56.8%
$ 6,683.92
$
65,242.89
8.3%
$ -
$
69,226.04
8.8%
$
25,997.75
3.3%
$ 22,997.30
$
81,669.90
10.3%
$
99,645.52
12.6%
192.87 $ 790,332.66 100.0%
24.7%
9.0%
Supv#2
Suou #3
$ Total $ to date
%
$
Total $ to date
%
$
24,645.65 $
473,196.21
45.3%
$
9,770.40
$
482,966.61
45.3%
$
65,242,89
6.2%
$
999.52
$
66,242.41
6.2%
$
- $
69,226.04
6.6%
$
-
$
69,226.04
6.5%
$
154,087.59 $
180,085.34
17.2%
$
180,085.34
16.9%
$
81,669.90
7.8%
$
9,944.13
$
91,614.03
8.6%
$
76,493.82 $
176,139.34
16.8%
$
176,139.34
16.5%
$
255,227.06 $
1,045,559.72
100.0%
$
20,714.05
$
1,066,273.77
100.0%
40.7%
39.9%
9.0%
9.0%
yes
yes
Supp #4
Suuo #5
$
Total $ to date
%
$
Total $ to date
%
$
271,741.99
$ 754,708.60
56.6%
$100,000.00
$
854,708.60
59.6%
$
3,395.41
$ 69,637.82
5.2%
$ -
$
69,637.82
4.9%
$
(33,207.44)
$ 36,018.60
2.7%
$ -
$
36,018.60
2.5%
$
6,145.86
$ 186,231.20
14.0%
$ -
$
186,231.20
13.0%
$
19,053.87
$ 110,667.90
8.3%
$ -
$
110,667.90
7.7%
$ 176,139.34
13.2%
$
176,139.34
12.3%
$
267,129.69
$ 1,333,403.46
100.0%
$100,000.00
$
1,433,403.46
100.0%
29.9%
27.8%
9.0%
9.0%
es
yes
SUDp #6
$
Total $ to date
%
$
30,768.03
$
885,476.63
53.1%
$
-
$
69,637.82
4.2%
$
-
$
36,018.60
2.2%
$
10,197.43
$
196,428.63
11.8%
$
7,129.86
$
117,797.76
7.1 %
$
4,976.87
$
181,116.21
10.9%
$
249,328.00
$
181,116.21
10.9%
$
302,400.19
$
1,667,591.86
100.0%
24.8%
9.0%
yes
EXHIBIT C - COST ESTIMATE
AMENDMENT 6 - CONSTRUCTION SERVICES
Fee Proposal
Pac Hwy Non -Motorized Corridor
Phase 1 Construction Services
1112612024
Description
KPFF
Lin & Assoe
HWA
was
RES Group HW
F&P
Pacific CM
TOW Cost
Task 1
Project iarraaenrent & Admin
S -
$
$ -
f -
S
S -
$ -
$
Task 2
Sumay
S
f
$
$
S
f
S
$
Task 3
ErrmdmnmentsuPannKH
S
S
S
$
$
S
S
S
Task
Gootochnlcal En ineurt
S
S
S
S
$
S
S
S
Task 5
landsemloina
$
$ &
$
S
S
S
S
$
Task a
ChrO En ring
$
$
$
S
S -
S
$
S
Task 7
Structural Enalnewin9
S
f
i
S
$
S
S
$
Take
RlahWf-W
$
S
S
$
S
S
S
Task 9
Traffic Enokrearhg
$
$
$
S
$
$
S
S
Task ill
Camtructabfflty heshrglCgstEst
$
S
$
Task 50
Phasa 1 Construction Support
S 8.086.80
S 96,970.00
S 105,038.80
50.0
Prolwst lillansgement $ Admin (KPFF)
S 8.066.80
$
$ 8,06680
50.1
Construction Inspection iPacftCM)
S
S 96.970.001
S 96.970.00
Total Direcl Cost by Firm
f 8,tte6.80
$
$
is
is
$ 96,970.00
$ 1e5.03LI10
Overhear Rate
1 149.22%
1 152.87%
175.44%
137.25%
72.33%
182.82%
120.00%
Overhead Cost
1 $ 12,037.26
S -
$
S
$
$ -
5 116,364,00
I 5 128,401.28
Fee
1 30%
1 30%
30%
30%
30%
30%
30%
Fee Cost
1 $ 2,420.04
$
I $
$
$
$
$ 29,091.00
S 31,511.04
otal Cost
S 22,524.12 $ -
S -
$ -
$ -
$ $ 242A25.00 S 264.949.12
Relmbursable Costs by Firm
$ $
S
$
$
S $ 6,903.00 S
Subtotal I
I S 22,52112 S
S
$
$
$ $ 249,328.00 $ 271,852.12
Imanapment Reserve
I I
$ 71
Total Estimated Bud jet
I I
$ 271,852.12
Original Fee $ 697,139.79
Fee (with Amendment 1) $ 790,332.66
Fee (with Amendment 2) $ 1,045,559.73
Fee (with Amendment 3) $ 1,066,215.99
Fee (with Amendment 4) $ 1,321,061.06
Fee (with Amendment 5) $ 1,321,061.86
Fee (with Amendment 6) $ 1,592,913.98
Page 1 of 1
AMENDMENT 6 - CONSTRUCITON SERVICES
Fee Proposal
Pee Hwy NonAotoraed Corridor
KPFF Consulting Engineers (Prime)
10kidkifYZI
OFFTEr
flab
�1977A
FM Rib
JO gCl
Tad e+aaCad
S B.VYlW
17OOI "O*Fd
1 t a2128
Caft C"W"Cnj
13 7,420 W
T.w f JN au,dfntd Cott
i 2L22a T2
Taal SubcO ulwt Cost
Tool Coil 5 2Z524.12
Page 1 or 1
AMENDMENT 6 - CONSTRUCITON SERVICES
Fee Proposal
Pac Hwy Non -Motorized Corridor
Pacific CM
11/26/2024
Construdon
InsDaclor
Project
Cwd!.allen
Staff Tills
Slaff Tilla
Staff Title
Staff Title
Teml Hour&
Total DlredSalary
cost
Direct Rat."
5 90.n0
S 48 %
$
Task 1
Project Management & Amin
Task 2
Survey
Task 3
lEnvironmeritallisarmitting
Task 4
Oeotechnical Engkteeling
Task 5
Landscaping
Task 5
Civil Enginearing
Task 7
Structural Englnwdng
Task S
Rightof-way
Task 9
Traffic Engineering
Task 10
ContltructablIlly/Phasing/Coat Est.
Task 50
Phase 1 Constructlon Support
IC
='roieot Maraaement & Admin IKPFFl
0
$
50.1
G.MOnir�fiDnlncnajim(ParAcCM1
1200
20
1220
S 96.Q70.00
0
5
0
5
0
5
n
s
0
s
D
s
0
s
Sub -Total
1220
S 96.970.00
Total Hours par person
1200
20
0
0
e
9
1220
Total Diect Cast person
S 96.000001
S 970 0
$
S
S
S
S 96,970.00
Ovem l Rate
120 00'.5
SHR
:.
Fee Raga
30.00%
ToW Di.-eG Cost
S
96.970A0
TDL1l Overtread Cost
1 $
116.364.00
Total Fee Cost
S
29 D91.00
Total Fully Burdened Cost
$
242,425.00
_-
-__- Ham
GuanOty
Unit
Unit Cost
Sub -Totals
Totals
Tesana Services IMTCI
1
LS
5 6,903.00
S 6,903 DO
S 6 903-00
S
S
S
$
S
$
S
S
S
5
S
S
Total
S 6.903.00
Total Pactflc CM Cost 1 $ 249,328.00
Page 1 of 1
AMENDMENT 6 - MANAGEMENT RESERVE REQUEST 2
Fee Proposal
Pac Hwy Non -Motorized Corridor
Management Reserve Budget Shift - #2
1012912024
.....,
u-
�,�t:.�.tr.►?an:.,.....
t+1tf11f1+rc:fri.+�����E�►u:fc:+
S3ptrr..^rrn:rs�r•!rt�1r.^+�utcr.+n:•�EiEF:L:������E�E':bl
E:`i'��Lud..,L�!^i'f:r!5^
:7_*,",; 7R!.ts':,�T, :'S.i''
f stl�•7 '#aa
�----«'I'
`�`y7
`:=pf•I.+iM'Ti1<a..'.'IdG[.!�Y.RJ'",.
i��::a,'t�-----Eik.1t.7
�pr3-r:+�-trrr��r•:
trl+,crsl�,
����E�y.•ir�s�EltiZ.l
Cftm^r_rmre+aa-�l .
�����El�L7E'
pow,Retc
1 110.561f 1
15237% 1
17544';
113'.7$'41
7233% 1
162.82
D.efmad Cots
S 15,964.46 S
26t963
S
is
IS
3.61543 S
4,16687
S
26.486M
Fee
30t4
30%
1 W%
30%
30%
30%
Fee Cost
S 3A11.69 S
527,53
f
$
S
151200 S
6&7.71
1 $
6,135.19
plat Coal
f 30,Tf6 0] I S
1,976.87 1 f
I $
S
10.197.4-31 S
7,129J6 1 $
53,072.19
RO"Wm" Cosh by Firm
S
is
2.600 co
2".00
$ubWW I
Is Am" I f
c9ma I f
I S
IS
12997A3 $
7,12I1.Y I S
56,6f2.1+
[Managemont Reorve
I I
I
I
I
I
If
Total Estimated Budget
I I
I
I
I
I
S
Maio
Original Fee $ 697.139.79
Fee(whh Amendment l) $ 790,33266
Fee(whh Amendment 2) $
1,0/5,559.73
Fee(.Hh Amendment 3j s 1,066,215.99
Fee (with Amendment4) f 1,321,061.06
Fee (w8h Amendment 5) f 1,321,061.86
Fee (w6h Amendment 6) 7
Management Remme(from Amend. 4) S 100,000.00
Management Reserve after Request 1:Amendment 5) f 1,,91048
Management Reserveafter Request2 Amendment6) $ 25,03829
Page 1 of 1
Fee Proposal
Pac Hwy Mon -Motorized Corridor
KPFF Consulting Engineers (Prime)
10/29/2024
GT.!!'"TM!7+IE711T1: r'd.'•.i. V \/.\i--�--®---��--
�•�
�I:s^.mrx-rr:r,.gia,.)>try.:,._,z-,crtrr.+_�����i4�������S�E
9
0000l©000®®o��
Rye
+a Sax
w Rye
30.00%
Ow Dhd Coll
i RI
i Owh W cag
NI
t5 A5
aWF"ca'd
7. 11w
Tqy Fv4 Burdened Gal
f 30,7U.0J
R F11MMURI FS
oW Subconsuttant Cost
otal Projed Cost S 30,768.03
a
m
Z
v
M
Z
—1
a
Z
a
m
K
m
Z
/mom
V/
m
M
m
M
In
A
c
m
(A
I
N
Page 1 of t
AMENDMENT 6 - MANAGEMENT RESERVE REQUEST 2
Fee Proposal
Pac Hwy NonWotorized Corridor
Furtado
10129/2024
00®0��00®0000��
Oxwneed Rab
157 BTi,
FW Rale
- r%
dy
t,T59.12
t4Y COr
S L6b963
rOb! Foo C*9
S , .
Total Fully Burdend Cmt
f 4.276.87
0
Futado Total Project Costs $ 4,976.87
Page 1 of 1
Fee Proposal
Pee Hwy Non -Motorized Corridor
RES Group NW (Right -of -Way)
1012912024
ivoioi000iooioioo��
r t
O. Cld f 00
F� IWA3
r.f t t
TOW FUy au,bal Cal f 10,if7At
a
m
Z
v
m
Z
I
D
Z
Yl
m
m
Z
m
U)
m
m
m
m
m
fl
C
m
N
Page 1 of 1
Fee Proposal
Pac Hwy Non -Motorized Corridor
Fehr & Peers (Traffic)
10/29/2024
Ir
I�as-..
�����o�o�����ir>•
®
�s_��io��s_iv��s_�>•[�
Ilia
����®�®���■�����
�
�f•i•i•i•i•�i•�I�I��S>•�
�
i�i_����i�l��iiiiiiiiiilllllls•�is_o�
i•i•�i•SIEMENS!ONIE
��I�����i�>•�
SEES
iv©000®00000��
OwMOE Ra'n
et¢87's
f M Role
3CA0'%
Lzw Dm Cog
S 2JN17
TOW OI.Tl*m COr
S 1,755d1
TOW Tsr Coss
S 683.T)
Tottl fay e.uarela Cog
i 7,129.Et
RaUSURUBLES
D
m
Z
v
m
Z
o)
D
Z
D
m
m
m
Z
m
m
C
m
m
m
O
C
m
U)
N
Page 1 of 1
AdMk
Washington State
Department of Transportation
November 13, 2024
Mike Monteleone, Principal
Pacific CM, LLC
999 Yd Ave Ste 700
Seattle, WA 98104-4039
Re: Pacific CM, LLC
Safe Harbor Indirect Cost Rate Extension
Dear Mike:
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TlY.1-800-833-6388
www.wsdot.wa.gov
Washington State has received approval from our local Federal Highway Administration (FHWA)
Division to continue administering the "safe harbor" indirect cost rate program on engineering and
design related service contracts, as well as for Local Public Agency projects.
We completed our risk assessment for Pacific CM, LLC in September 2015. Our assessment was
conducted based on the documentation provided by the firm. The reviewed data included, but was not
limited to, a description of the company, basis of accounting, accounting system and the basis of indirect
costs. Based on our review, we found the firm eligible to use the Safe Harbor rate. Pacific CM opted to
use the Safe Harbor rate, rather than provide a FAR -compliant rate.
Based on further review and discussion with the firm, we are issuing an extension of the Safe Harbor
Indirect Cost Rate of 120% of direct labor with a field rate, where applicable, of 90% of direct labor for
Pacific CM.
Pacific CM agreed to improve Internal Controls and timekeeping processes to be able to develop an
Indirect Cost Rate Schedule in the future in accordance with the Federal Acquisition Regulations (FAR),
Subpart 31. The WSDOT Internal Audit Office has provided guidance and information related to FARs
and the AASHTO Audit Guide. You may use the Safe Harbor Rate of 120%, or 90% for field office
situations, for agreements entered prior to June 30, 2026. For agreements entered after this date, please
contact the WSDOT Consultant Services Office (CSO) or our office for guidance.
The Safe Harbor Rate will not be subject to audit. Please coordinate with CSO or your Local Programs
contact if you have questions about when to apply the Safe Harbor rate to your agreement.
If you have any questions, please contact Steve McKerney or me at (360)705-7799.
Sincerely,
Iarron Elter
Agreement Compliance Audit Manager
cc: Steve McKerney, Director of Internal Audit
Maryna Ya
File
11/13/24, 10:01 AM Corporations and Charities System
BUSINESS INFORMATION
Business Name:
KPFF, INC.
UBI Number:
578 063 612
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
Principal Office Mailing Address:
1601 5TH AVE, STE 1300, SEATTLE, WA, 98101, UNITED STATES
Expiration Date:
07/31/2025
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
07/26/1963
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
PROFESSIONAL, SCIENTIFIC & TECHNICAL SERVICES
REGISTERED AGENT INFORMATION
Registered Agent Name:
REPORTING CENTER MANAGER
Street Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
Mailing Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
JOHN
GAVAN
GOVERNOR
INDIVIDUAL
NIKHIL
KALGHATGI
GOVERNOR
INDIVIDUAL
JASON
BLACK
https://ccfs.sos.wa.gov/?_gl=1 *1 euutyh*_ga*MjAwOTk2 NTkzOC4xNjgyNT150DE3*_ga_7B08VE04WV*MTcwOTkxODEONy42Ni4xLjE3MDk5MTgxOT... 1 /1
11/13/24, 10:02 AM Washington State Department of Revenue
Washington State Department of Revenue
< Business Lookup
License Information:
Entity name: KPFF, INC.
Business KPFF CONSULTING ENGINEERS
name:
Entity type: Profit Corporation
UBI #: 578-063-612
Business ID: 001
Location ID: 0001
Location: Active
Location address:
Mailing address:
1601 5TH AVE
STE 1300
SEATTLE WA 98101-3601
1601 5TH AVE
STE1300
SEATTLE WA 98101-3601
Excise tax and reseller permit status: Click here
Secretary of State status:
Click here
ge 1 of 3
New search Back to results
https://secure.dor.wa.gov/gteunauth/_/#3 1 /4
11 /13/24, 10:02 AM
Washington State Department of Revenue
Endorsements
Filter
Endorsements held
License # Count
Details Status
Expiratioi First issui
Auburn General
BUS-3251
Active
Jul-31-20
Sep-14-2
Business - Non -
Resident
Bainbridge Island
43926
Active
Jul-31-20
Apr-15-21
General Business -
Non -Resident
Bellingham
029320
Active
Oct-06-2i
General Business
Bothell General
6066
Active
Jul-31-20
Jun-15-2(
Business - Non -
Resident
Bremerton
29705
Active
Jul-31-20
Nov-01-2
General Business -
Non -Resident
Burien General
13029
Active
Jul-31-20
Feb-13-2
Business - Non -
Resident
Federal Way
63-000OC
Active
Jul-31-20
Dec-20-1
General Business -
Non -Resident
Hoquiam General
Active
Jul-31-20
Jan-13-2(
Business - Non -
Resident
Issaquah General
Active
Jul-31-20
Jun-29-2(
Business - Non -
Resident
https://secure.dor.wa.gov/gteunauth/_/#3 2/4
11/13/24, 10:02 AM Washington State Department of Revenue
Endorsements held License # Count Details Status Expiratioi First issui
Kirkland General OBL2655' Active Jul-31-20 Jan-06-2(
Business - Non -
Resident
Lake Stevens Active Jul-31-20 Jul-27-20
General Business -
Non -Resident
Longview General 428936 Active Jul-31-20 Feb-25-2
Business - Non -
Resident
Lynnwood Active Apr-30-2 Apr-11-21
General Business -
Non -Resident
Marysville General 2980SVC Active Apr-30-2 Apr-05-21
Business - Non -
Resident
Mercer Island 200433 Active Jul-31-20 May-11
General Business -
Non -Resident
Governing People May include governing people not registered with Secretary of State
Governing people Title
BLACK, JASON
GAVAN, JOHN
KALGHATGI, NIKHIL
Registered Trade Names
hftps://secure.dor.wa.gov/gteunauth/—/#3
3/4
11/13/24, 10:02AM
Washington State Department of Revenue
Registered trade names
KPFF CONSULTING
ENGINEERS
Status First issued
Active May-23-2000
View Additional Locations
The Business Lookup information is updated
nightly. Search date and time: 11/13/2024
10:02:10 AM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
hftps://secure.dor.wa.gov/gteunauth/—/#3 4/4
RETURN TO: PW ADMIN EXT: 2700 ID #: 4340
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Engineering
2. ORIGINATING STAFF PERSON: John Mulkey EXT: 2722 3. DATE REQ. Bl : 12/4/23
3. TYPE OF DOCUMENT (CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
0 CONTRACT AMENDMENT (AG#): 20-008 #5 ❑ INTERLOCAL
13 OTHER Supplement # 5 Management reserve
4. PROJECT NAME: Pacific Hwy S Non -Motorized Corridor - 16th Ave S (S 308th St to S 288th St)
5. NAME OF CONTRACTOR: KPFF, Inc.
ADDRESS: 1601 5th Ave, Suite 1600 TELEPHONE:
E-MAIL: Sean. Battle(cDkpff.com FAX:
SIGNATURE NAME: Sean Battle TITLE:
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/_ UBI # , EXP. / /
7. TERM: COMMENCEMENT DATE: 1 /1 5/2020 COMPLETION DATE: 12/31 /2026
8. TOTAL COMPENSATION: $ No Change (19,089.52 of Mgmt. resell (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES © NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: D36219-24110 (Orig, Supp #1, Supp #3 & Supp #4). Supp #2 was to L36219-24110
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
6 PROJECT MANAGER JRM 1118123
6 DIVISION MANAGER 1m�R s�_na nn
6 DEPUTY DIRECTOR DSW 11/28/23
6 DIRECTOR EJW 11/30/2023
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 11/30/2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: n/a
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: n/a
I I. CONTRACT SIGNATURE ROUTING
e SENT TO VENDOR/CONTRACTOR DATE SENT: 11/30/23 DATE REC' D: 12/1123
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAw P'r
600ITNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG # AG# ro
❑ SIGNED COPY RETURNED DATE S -NT: - ClJ
COMMENTS:
EXECUTE" 1 " ORIGINALS
1 '2020
AM
Washington State
TA Department of Transportation
Supplemental Agreement
Number 5 - Management Reserve
Original Agreement Number
AG #20-008
Project Number
CFW #36219
Organization and Address
KPFF, Inc.
1601 5th Avenue, Suite 1600
Seattle, WA 98101
Phone:
Execution Date
Completion Date
12/31 /2026
Project Title New Maximum Amount Payable
Pacific Highway Non -Motorized Corridor - 16th Ave S (S 308th St. to S 288th St.) Unchanged - For use of Management Reserve
Description of Work
Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The
non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the
roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The
segments of the trail located off -roadway will include pedestrian -scale illumination for safety.
The Local Agency of City of Federal Way
desires to supplement the agreement entered in to with KPFF, Inc.
and executed on 15-Jan-2020 and identified as Agreement No. AG 20-008
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:
Additional work incorporated into project per plan sheet comments that required additional actions beyond
original scope.
II
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read: The Completion Date is unchanged
III
Section V, PAYMENT, shall be amended as follows:
The payment is amended per Management Reserve Exhibit 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 th
spaces below and return to this office for final actaon. 11 , „ _ 7r
By Sean Battle
Consultant Signature
By:
Appropriate
/.M50;A
DOT Form 140-063
Revised 09/2005
Exhibit "A"
Summary of Payments
Original Agreement +
Previous Supplements
This Supplement
Total
Direct Salary Cost
428,564.34
7,055.56
435,619.90
Overhead
(Including Payroll Additives)
564,522.31
9,917.29
574,439.60
Direct Non -Salary Costs
99,405.91
99,405.91
Fixed Fee
128,569.30
2,116.67
130,685.97
Sub -Total
1,221,061.86
19,089.52
1,240,151.38
Management Reserve
100,000.00
-19,089.52
80,910.48
Total
1,321,061.86
1,321,061.86
DOT Form 140-063
Revised 09/2005
MANAGEMENT RESERVE EXHIBIT 1
Fee Proposal
Pac Hwy Non -Motorized Corridor
KPFF Consulting Engineers (Prime)
9/29/2023
bescriotion
MMMMMMMMMMMM—S-1-ry—C9--t
Total Direct
�Iwtenflnn
of Project Schedule
lllllllll�
�lllllllllllll�llllllllllll�llllllllllll�llllllllllll�llllllllllll�l�l��lllllllllllll�llllll�llllllllllll�o®
�
�llllllllllll�llllllllllll�llllllllllll�llllllllllll�llllllllllll�lll�lll��lllllllllllll�llllllllllll�llllllllllll�a�',
Survey
EnvironmentaUPermitting
MOM
��a���llllllllllli•��®��®lay
Structural Engineering
0+c'nead Rats
fa058ti
Foo Ratc
1 30.00%
TOW Direct Cou
S T 05550
Total Cvcdxad Cos'
S 9.917.30
Toal Fec G s!
is 2.t16b)
Toal Fully awdensd Cott
$12.089.52
Total Prime Consultant Cost S 19.08952
Total Subconsultant Cost
Total Project Cost $ 19,089.82
Page 1 of 1
11/22/23, 12:07 PM Corporations and Charities System
BUSINESS INFORMATION
Business Name:
KPFF, INC.
UBI Number:
578 063 612
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
Principal Office Mailing Address:
1601 5TH AVE, STE 1300, SEATTLE, WA, 98101, UNITED STATES
Expiration Date:
07/31/2024
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
07/26/1963
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
PROFESSIONAL, SCIENTIFIC & TECHNICAL SERVICES
REGISTERED AGENT INFORMATION
Registered Agent Name:
REPORTING CENTER MANAGER,
Street Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
Mailing Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
JOHN
GAVAN
GOVERNOR
INDIVIDUAL
NIKHIL
KALGHATGI
GOVERNOR
INDIVIDUAL
JASON
BLACK
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1
RETURN TO: PW ADMIN EXT: 2700 ID #: 'A 2-o3
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Engineering
2. ORIGINATING STAFF PERSON: John Mulkey EXT: x2722 3. DATE REQ. Bi 1 7-Feb-2023
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
p PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
* CONTRACT AMENDMENT (AG#): 20-008 ❑ INTERLOCAL
p OTHER Supplement #4
4. PROJECT NAME: Pacific Hwy Non -Motorized Trail - 16th Ave S (S 308th St to S 288th St)
5. NAME OF CONTRACTOR: KPFF
ADDRESS:1601 5th Avenue, Suite 1600 Seattle, WA 98101 TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: Sean Battle TITLE:
6. EXHIBITS AND ATTACHMENTS: © SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE m ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # EXP. / /
7. TERM: COMMENCEMENT DATE: 15-Jan-2020 COMPLETION DATE: 31-Dec-2026
8. TOTAL COMPENSATION: $ 254,788.09/$1,321,061.86 Total (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: PJ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: a RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
d PURCHASING: PLEASE CHARGE TO: D36219-24110; L36219-24110
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
d PROJECT MANAGER JRM-2/912023
8 DIVISION MANAGER
8 DEPUTY DIRECTOR DSW 3/10123
6 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
I LAW DEPT KVA 311312023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: 2 COUNCIL APPROVAL DATE:
�j I 2
11. CONTRACT SIGNATURE ROUTING 3 1, 0 23 DATE REC' D: " 1 2 J ❑ SENT TO VENDOR/CONTRACTOR DATE SENT:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
W GNATORY ( MAYOR OR DIRECTOR) ,
CITY CLERK o Q J
ASSIGNED AG #�A # O -
❑ SIGNED COPY RETURNED TE SENT: 3 .14.
.
COMMENTS:
EXECUTE" "ORIGINALS
I/2020
V7Washington State
0 Department of Transportation
Supplemental Agreement Organization and Address
Number 4 ICPFF, Inc.
Original Agreement Number 1601 5th Avenue, Suite 1600
Seattle, WA 98101
AG 20-008
Phone:
Project Number
CFW #36219
Execution Date
Project Title New Maximum Amount Payable
Pacific Hwy S Non -Motorized Corridor - 16th Ave S (S 308th St to S 288th St) $1,321,061.86
Description of Work -
Completion Date
31-Dec-2026
Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The
non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the
roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The
segments of the trail located off -roadway will include pedestrian -scale illumination for safety.
The Local Agency of City of Federal Way
desires to supplement the agreement entered in to with KPFF. Inc.
and executed on 15-Jan-2020 and identified as Agreement No. AG 20-008
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 is changed to add additional services listed in Exhibit A-4.
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read: The completion date is extended to 3 t-Dec-2026.-
III
Section V, PAYMENT, shall be amended as follows:
The payment is amended per Exhibit D-4 and Exhibit E-4
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: Saul 13Little Prolcct iMali'luer
Consultant Signature
DOT Form 140-063
Revised 09/2005
Exhibit "A"
Summary of Payments
Original Agreement +
Previous Supplements
This Supplement
Total
j Direct Salary Cost
373,329.76
55,234.58
428,564.34
Overhead
(Including Payroll Additives)
486,539.17
77,983.14
564,522.31
Direct Non -Salary Costs
94,405.91
5,000.00
99,405.91
Fixed Fee
111,998.93
16,570.37
128,569.30
Sub -Total
1,066,273.77
154,788.09
1,221,061.86
Management Reserve-* -
-100;000.00--
1009000.00-
Total
1,066,273.77
254,788.09
1,321,061.86
'Management Reserve only to be used with prior authorization of the City
DOT Form 140-063
Revised 09/2005
Exhibit A-4
Scope of Work
Amendment 4
PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR — 16t`' AVE S
AMENDMENT DESCRIPTION
This is an amendment to add scope to the design contract for the Pacific Highway South
Non -Motorized Corridor from S 308th Street to S 288th Street project. The added scope includes:
• Project management for the design team, extension of project schedule
• On -going coordination with franchise utility owners (power & comms)
• Incorporating Lake Haven Water District and AT&T relocations into project
• Coordination of Federal Way School District property swap, figures/areas
• Re -appraisals of Phase 1 properties
• Break out of Phase 1 and Phase 2 ROW Plans (for WSDOT)
• Relocate existing Rectangular Rapid Flashing Beacon (RRFB) at S 3041h Street and 161h
Avenue S to accommodate traffic circle installation
• Relocating pedestrian push buttons at NW and SE corners of Dash Point Rd intersection
• Traffic control plans along SR99, 16th St, Redondo Way, and Dash Pt Rd
• Remove/replace drainage pipes in Phase 2
• Develop concepts and final design for adjusting the trail connection at S 288th St
• Budget shift from Task 4 (Geotechnical) to Task 6 (Civil)
• Coordination and design update for Redondo Creek design
DETAILED SCOPE OF WORK
TASK NO. 1 — PROJECT MANAGEMENT
Anticipated tasks include the following:
A4 1.0 — Project Management and Admin
The design schedule has been extended by approximately 12 months due to
coordination efforts with WSDOT, School District and ROW acquisition efforts. This work
includes the project management effort associated with the design schedule
extension, including: coordination, meetings, budget tracking and invoicing. In
addition to the schedule extension effort, this work also includes coordinating with the
design team to incorporate the changes associated with this amendment.
A4 1.1 — Utility Coordination Management
This work include direct coordination with utility owners, setting up meetings,
coordinating the transfer of files.
Page 1 of 5
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
TASK NO. 5 - LANDSCAPING
Anticipated tasks include the following:
A4 5.0 — Concept and Design for 288th Connection
This work includes supporting the development of 2881" St connection concepts. The
final design may include modifications to the urban design feature such as signs, bench,
waste bin, and dog waste station. The landscaping plans will be updated to reflect the
final design of the preferred alternative.
TASK --NO. 6 - CIVIL ENGINEERING
Anticipated tasks include the following:
A4 6.0 — Utility Coordination
This work includes reviewing utility owners proposed relocation plans, and making
recommendations for relocations in order to accommodate the trail project design,
coordinating pothole location, developing coordination figures, and incorporating pothole
information into the survey base -mapping file.
A4 6.1 — RRFB Coordination
This work includes identifying potential locations for the relocated RRFB, and showing
the new RRFB poles on the civil drawings.
A4 6.2 — Lakehaven Relocation Incorporation
This work includes coordinating directly with City and Lakehaven Water & Sewer
District (LWSD) to incorporate water and sewer relocations into the trail construction
package. LWSD will be preparing the water and sewer relocation plans, specifications,
details and cost estimate. LWSD drawings will be based on KPFF base -mapping and
survey files. The water and sewer relocation documents will be incorporated into the trail
construction package, and will be constructed by the trail contractor. This effort
includes:
• Coordination meetings with City, LWSD, and AT&T
• Updating civil drawings to reference new water and sewer drawings
• Compiling water and sewer drawings into drawing package
Incorporating water and sewer specifications to the special provision package
• Incorporating separate bid table for water and sewer work
• Incorporating LWSD standard details with rest of project standard details.
• Developing a civil new civil typical cross-section depicting potential phasing of
water, sewer, and fiber relocation work
AT&T will be relocating their own fiber optic line, by their own work force, in conjunction
with the sewer relocation construction.
A4 6.3 — School District Area Swap Figures
This work includes preparing color -coded figures showing various options for
potential property swap areas (sq ft) between City and Federal Way School District.
A4 6.4 — ROW Plans - Phase Break out
Page 2 of 5
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
This work includes separating the ROW plans into Phase 1 and Phase 2 packages.
Each phase will have a separate cover sheet, and the Federal Way School District
property tables/acquisitions will be broken into their respective phases.
A4 6.5 — Traffic Control Plans
This work includes preparing project specific traffic control plans. The plans will include
a temporary lane closure along SR 99 and along 16t_h Ave, and a temporary lane shift
along Redondo Way. In addition, traffic control at intersection will be developed for
the roadway intersections. Typical intersection control drawings will be used
where possible. In addition, traffic control plans will be developed for the high school
parking lot, as a bus circulation path must be maintained during the school year.
Temporary, short-term night-time closures may be needed at 304th and Dash Point -Rd -
intersection. A detour plan and/or short-term flagging operation plan will be
developed for these situations.
A4 6.6 — Push Button/ADA Ramp Coordination
This work includes coordinating placement of the new pedestrian push buttons at the
NW and SE quadrants of Dash Point Rd intersection. Our civil team will coordinate with
the traffic engineers to determine post location, electrical routing and sidewalk
restoration.
A4 6.7 — Remove/Replace Drainage Pipes in Phase 2
This work includes updating the survey base -mapping file, update site prep plans to
reflect removals, update drainage plans with new pipe and profile.
A4 6.8 — Concept and Design for 288th Connection
This work includes developing and presenting concepts for the ADA/trail connection at
288th. Our civil design team will review the 288th St Sidewalk Project plans, and develop
a compatible connection at 288th St. This effort may include slight adjustment to the
retaining wall layout, curb returns, a new driveway apron, and relocation of the currently
proposed urban design features. Once a preferred alternative is selected by the City,
the final design will be incorporated into the drawings.
A4 6.9 — Geotechnical Budget Modification
This is a placeholder task for the budget shift from the original Task 4 (Geotechnical)
budget to the Task 6 (Civil) budget. This budget shift is to re -allocate un-used
geotechnical budget to cover additional civil design effort previously completed.
A4 6.10 — Redondo Creek Design Changes
This work includes effort to coordinate, share files, and confirm compatibility between
trail project and Redondo Creek Culver project. Effort includes:
Incorporating Redondo Creek proposed model into trail's "existing" surface model
Update trail proposed model to match into the Redondo Creek surface
Adjust trail Wall #1 and Wall #2 models to be compatible with culvert
Adjust trail drainage to be compatible with culvert
Show proposed culvert as "existing" on trail drawings
Confirm utility relocation limits and compatibility between culvert and trail projects
Update trail ROW plans to reflect the culvert project's ROW acquisitions
Page 3 of 5
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
This work assumes that the Redondo Creek project team will have a "proposed" civil 3D
surface for the trail design team. No additional effort will be needed from trail's ROW
acquisition team.
TASK NO. 7 - STRUCTURAL ENGINEERING
Anticipated tasks include the following:
A4 7.0 — Concept and Design for 288th Connection
This work includes supporting the development of 288th St connection concepts. The
final design will be incorporated into the structural drawings, and may include slight
retaining wall adjustments, as well as new structural details for mounting a sign on top of
the wall barrier.
A4 7.1 — Redondo Creek Design Changes
This work includes adjusting the trail Wall #1 and Wall #2 designs to be compatible with
the new culvert. This include reviewing the culvert design, associated geotechnical
report, and updating the wall drawings. The temporary excavation for the walls will be
added to the wall drawings to help with coordination.
TASK NO. 8 - RIGHT-OF-WAY ACQUSITION
Anticipated tasks include the following:
A4 8.0 — Re -Appraisal Services
Manage the appraisal process and contract with WSDOT approved fee appraiser to
update of four (4) Administrative Offer Summary report's in phase 1, revision of three
(3) Administrative Offer Summary reports in phase 2
TASK NO. 9 - TRAFFIC ENGINEERING
Anticipated tasks include the following:
A4 9.0 — Design New Rectangular Rapid Flashing Beacon (RRFB)
This work includes designing a new RRFB installation that meets city standards.
Assumptions: The City of Federal Way will provide as -built drawings for the current
RRFB. Fehr & Peers will conduct a field visit to confirm existing above -ground
equipment. It is assumed that the new RRFB will be solar -powered. If the new RRFB will
not be solar -powered an amendment will be needed to cover the additional coordination
with the utility service provider.
A4 9.1 — Modify Pedestrian Push Button (PPB) Assemblies at S Dash Point
Road/16th Avenue/Redondo Way
This work includes modifying Audible Pedestrian Push Button locations and associated
wiring to accommodate the diagonal crosswalk at the S Dash Point Road/16th
Avenue/Redondo Way signalized intersection. Fehr & Peers will conduct a field visit to
Page 4 of 5
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
confirm the push button locations at this intersection. We will prepare a design to
relocate/install push buttons to be within 10 feet of the curb line and within suggested
guidelines for ADA accessibility.
Assumptions: The City of Federal Way will provide as -built drawings for the existing
traffic signal at S Dash Point Road/16"' Avenue/Redondo Way. The PPB modification
design will identify existing and proposed locations for the push buttons and new posts
to be installed, and locations where wiring will need modifications. It will not show any
other traffic signal equipment or any other traffic signal modifications.
A4 9.2 — Resolve Field Conflicts
Resolve utility and equipment conflicts at new RRFB installation location. KPFF will
provide Fehr & Peers with survey base maps for the relocation area that identify all
utilities, including underground and overhead infrastructure for Fehr & Peers' use in
confirming the RRFB locations.
A4 9.3 — Not Used
A4 9.4 — Update Drawings, Details, Estimate
This work includes updating all drawings to show installation of new RRFB, PPBs,
luminaires, details, voltage drop calculations if necessary, and associated cost
estimates.
MANAGEMENT RESERVE
The management reserve is a pool of budget reserved for any additional unforeseen design
changes and/or consultant support through the remainder of the project's design duration.
The maximum allowed for projects with federal funding, based on WSDOT Local Programs
guidelines, is $100,000, and is the amount included with this amendment. Funds from the
Management Reserve can not be charged to without prior approval from the City's project
manager.
Page 5of5
Exhibit D-4
Fee Proposal
Pac Hwy Non -Motorized Corridor
Amendment 4 - Fee Estimate Summary
3/212323
Description
KPFF
Lin 3 Assoc
HWA
HBB
RES Group NW
F3P
Total Cost
Task 1
Project Management & Admin
$ 8.166.48
$ 8-166.48
Task 2
Survey
S
S
Task
Environmental I Permitting
5
S
Task 4
IGeotechnical Engineering
$ 110 872 001
S M0.872.001
Task 5
Landscaping
$ 1.270.50
S 1.270.50
Task 6
ICivil Engineering
$ 46.306.77
$ 46.306.77
Task 7
IStructural Engineering
S 5306.64
S 5.306.64
Task
IRi ht•of•Way
I $ 556.00
$ 556.00
Task 9
ITraffic Engineering
S 4500.19
S 4.500.19
Task 10
Constroctability I Phasing I Cost Est.
$
S
Total Direct Cost by Firm
$ 59,779.89
$
$ (10.872.00)
$ 1,270.50
$ 5%00
$ 4,500.19
$ 55,234.58
Overhear Rate
1 144.97 %
152,87 %
1 175,44 %
1 137 25 %
1 76.09 %
1 182.82
Overhead Cost
$ 86.662 90
S
I S (19.073.84)1
$ 1,74376
1 $ 42306
1 S 8,22725
1 $ 77,983.14
Fee
Fee Cost
30%
$ 17.933.97
30%
S
1 30% 1 30%
$ (3.261.60)1 S 381,15
1 30%
1 $ 166801$
1 30%
1,35006
1 $ 16,570.37
Total Cost
S 164.376.76
S
I S (33,207.44) $ 3,395.41
1 S 1.145.86
1 $ 14,077.49
1 $ 149,788.09
Reimbursable Costs by Finn
S -
S -
S
S
S 5.000.00
S
5 5,000.00
SUblotal I
$ 164,376.76
1 $
$ (33.207.44) S 3,396.41
1 S 6.145.86
1 S 14,077.49
1 S 154,788 09
Management Reserve
$ 100,000.00
Total Estimated Budget
$ 254,788.09
Percentages
Finn
Fee
%
UDBE
KPFF
S 647.343.39
53%
0%
LIN
S 176,13934
14%
14%
HWA
. 36.01860
3%
3%
HBB
$ 69,63782
6%
0%
RES
S 186.23120
15%
15%
FP
S 105,69152
9%
0%
Total $ 1,221,061.87 100% 33 %
9%Min
Original Fee $ 697.139.79
Fee (with Amendment 1) S 790.332.66
Fee (with Amendment 2) $ 1,045,559.73
Fee (with Amendment 3) $ 1,066,273.77
Fee (with Amendment 4) $ 1,321,061.86
UDBE
UDBE
UDBE
Page 1 of 1
Fee Proposal
Pac Hwy Non -Motorized Corridor
KPFF Consulting Engineers (Prime)
3/2/2323
E'���NMMMMMMMME���
Cootechniul Engineering
"OvIlEngineering---�-------._i
Structural Engineering
®BTrafflcEnginesering-------�----�_
o�m0�000�oo��■■
C+erheM Role
1M.9791
Fee Rate
)I1.�ti
TAId=hCod
1 SB,7T883
Toy1 O�haed Cod
S e6.661.90
T dd Fre Cast
IS 1T.93397
Tolal Fully Burdeesd Cost
S 1N•376.76
REIMBURSABLFS
Totel SubconsuhantCost
Total Project Cost S 166 776.78
Page 1 of 1
Exhibit E-4
Fee Proposal
Pac Hwy Non -Motorized Corridor
HWA GeoSciences (Geotechnical)
3/2/2323
Deacrl m
Pnnooal
Proiecl
Manager
Lead
Engineer
Semor
Engineer
Design
Engineer
Slafl
E-r—enial
CARD
Ta hae
SW
r A "
C.Irr.d
Admin
Adm,n
TeW Hours
T.W [Arad
I Selery Coat
Direct Raie
S 82 00
S 7200
S 66 00
S 55 00
S 38 00
S 40 00
S 30 00
S 3400
S 3700
S 25 00
Task 1
Protect Managemmt 3 Admin
Task2
Survey
Task ]
EnvironmeotagPermltHng
Task 4
Geotechnical Engineering
A44.0
Geola:hnical B.dyat Nodih:ana
--
S ('0".71 OL
e
s
0
s
i
Task 5
tmdecaping
Teak B
Civil Engineering
Task
Structural Engineering
Task f
Right -of -Way
Task
Traffic Engineering
Task 10
Conswctability l Phasing l Cost Eat
row Hema
per perran
-0]7
0
0
)
0
0
0
0
0
d
i5,
1er.l tlu.n eea nnn
:r.eer-nl
;
s
1 nd e72.00)
t�emeso Rate
tlS.H'.
Fes P]In
30.M':
Ttlal Grad Cau
S 10l
Total O.wlwd Coal
f 1g073bs
Tda1FM'.on
f 251.
ToW Fully Burdened Coal
f w.20744)
0�
Page 1 of 1
Fee Proposal
Pac Hwy Non -Motorized Corridor
HBB Landscape Architects
31212323
U..kfi n
Pm: d
Pmpd
We-,
Computer
r_A
Business
s7e�nennn�
Tddl Xeun
Trillflkaet 6ahry
Ced
Ore•S.0,
t 6750
{ 5700
S 36 n0
S 2900
S 4290
Task
IVJmct Wuapmlml A Admin
Task2
Buruw
Task3
FsvlronmmlallPmnNlbp
Tak4
aaat hnkd E"*wlno
Tads S
Landsmpin0
M 5.3
CwscW erd Ongn Ia 7a0M Cmxrrtllro
1
le
_
�—
C
Talk 6
0A Enpinwlklp
TadT
MuNtnl Englamtoq
Tad lk
RW4- Yay
Task k
TraTm Enonwhly
rod th
CanshuwhirylPhaah0 l Cat Eat.
Tobf llwn
Pn penm
t
a
0
r6
7
0
0
a
0
0
33
Tobl Oired Cnt e
5
1 IS J0
j t r .9
1 15109
t
T
d
1
S
3
t
{ 1.770.50
o..man ren
«Pce
31.0DV
Toy trrrcl Cad
S 177a:b0
ium O.w..e'ad
s 17a11
Toy Fe�Coa
S ]II IS
Told FWy Bwdnnd C..
S 5.:76.11
mEmGm
— - littttt�a-Lr;t1
Fee Proposal
Pac Hwy Non -Motorized Corridor
RES Group NW (Right -of -Way)
3/2/2323
G...rrotmn
seniv
Ar ..s
Aaenl
Prejea
Alen-
Admin
T"4x
T.W trill tl•rT
Catl
Owed lxr.I
a950
$ 69.50
s 9a.0
Taskt
Pr*d MmnPMwd 6 AbNn
Trott
9umv
Task]
EWronn—WIParmMWlg
Tmk1
GWWhnkal Engtmrtro
Tank 5
tatdmpklg
Task 5
CM Englnsrtl9
Trot T
Btucorrd Engluotng
fssYa
NIpM4-Wry
Aa S.a
Pn..e 1 Nr. r� .
3
S lOG
a
0
Task 9
TNIk Engineering
Task [g
CmsbacLh®ly/ Phasing 1 Cost Esl
T.A Hwr.
Wr p—
S
a
a
a
a
a
a
a
c
c
a
0
foal Oina Cml sr rI
IT 687a
i
s
I S
s
s
s SSa.00
o�er..ear.ie
+a_o9x
FnP 4
voox
tl ga.O Cao
t 55100
Ttl dY.MM CM
{ 43L1
Ttl Fr Coa
INf
TO I Fnry 9ur4—d Can
S 1,i V H
KNEW 1=1
Fee Proposal
Pac Hwy Non -Motorized Corridor
Fehr& Peers (Traffic)
3/2/2323
gun•
.��C�lo>o��o���.®lE�ouag,
uR. 11_..
P.
r 6nnCae t iSDIN
ra.roec.0 t fn
TOW Fm Cm f . 150.06
Tatty FW0y 9rd—dC t f UD77.42
RETURN TO: PW ADMIN EXT: 2700 ID #: 4037
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Capital Projects
2.
3.
ORIGINATING STAFF PERSON: Christine Mullen EXT: x2723 3. DATE REQ. Bv: 20-Dec-2021
TYPE OF DOCUMENT (CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
m CONTRACT AMENDMENT (AG#): 20-008 ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: Pacific Hwy S Non -Motorized Corridor - 16th Ave S (S 308th St to S 288th St)
5. NAME OF CONTRACTO
ADDRESS: 1601 5th
E-MAIL: Sean.Batti+
SIGNATURE NAME: Se
KPFF, Inc.
TELEPHONE:
FAX:
TITLE:
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # . EXP.
7. TERM: COMMENCEMENT DATE: 15-Jan-2020
8.
COMPLETION DATE: 31-Dec-2024
TOTAL COMPENSATION: $ 1 ,066,273.77 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: d YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 13 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: D36219-24110 (Orig, Supp #1, & Supp #3). Supp #2 was to L36219-24110
9. DOCUMENT / CONTRACT REVIEW
6 •PROJECT MANAGER
❑ DIVISION MANAGER
6 DEPUTY DIRECTOR
8 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
11 LAW DEPT
10. COUNCIL APPROVAL (IF APPLICABLE)
11. CONTRACT SIGNATURE ROUTING
INITIAL / D TE REVIEWED
DSW 1211W21
12/14/2021 MP
SCHEDULED COMMITTEE DATE:
SCHEDULED COUNCIL DATE:
INITIAL / DATE APPROVED
COMMITTEE APPROVAL DATE:
COUNCIL APPROVAL DATE:
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 12/14/21 DATE REC, D: 12/15/21
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
SIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK❑ ASSIGNED AG # AG#OWIC
V
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE " " ORIGINALS
1/2020
Adft
Washington State
Department of Transportation
Supplemental Agreement
Number 3
Original Agreement Number
AG 20-008
Project Number
CFW #36219
Organization and Address
KPFF, Inc.
1601 5th Avenue, Suite 1600
Seattle, WA 98101
Phone:
Execution Date Completion Date
%I A l' 0 Z 9 31-Dec-2024
Project Title New Maximum Amount Payable
Pacific Hwy S Non -Motorized Corridor - 16th Ave S (S 308th St to S 288th St) $ 1,066,273.77
Description of Work
Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The
non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the
roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The
segments of the trail located off -roadway will include pedestrian -scale illumination for safety.
The Local Agency of City of Federal Way
desires to supplement the agreement entered in to with KPFF, Inc.
and executed on 15-Jan-2020 and identified as Agreement No. AG 20-008
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 is amended to add the services listed in Exhibit A-3.
II
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read: No change, __ _
Section V, PAYMENT, shall be amended as follows:
The payment is amended per Exhibit D-3 and Exhibit E-3.
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: Sean Battle, PE - Project Manager
Consultant Signature
By:
Approving Auth rity SignatLffe
Date
DOT Form 140-063
Revised 09/2005
Exhibit "A"
Summary of Payments
Original Agreement +
Previous Supplements
Current Supplement
Total
Direct Salary Cost
366,005.57
7,324.19
373,329.76
Overhead
(Including Payroll Additives)
475,346.57
11,192.60
486,539.17
Direct Non -Salary Costs
94,405.91
0.00
94405.91
Fixed Fee
109,801.67
2,197.26
111,998.93
Total
1,045,559.72
1,066,273.77
1,066,273.77
DOT Form 140-063
Revised 09/2005
Exhibit A-3
Scope of Work
Amendment 3
PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR — 161h AVE S
AMENDMENT DESCRIPTION
This is an amendment to add scope to the design contract for the Pacific Highway South Non -
Motorized Corridor from S 308th Street to S 2881h Street project. The add scope includes:
• project management for the design team
• lighting analysis for changing the light pole types along the north half of the trail
• resolve conflicts with new light pole locations (utilities and walls)
• re -align the trail near the SR99 connection location
• updated drawings, details, and cost estimate
DETAILED SCOPE OF WORK
TASK NO. 1 — PROJECT MANAGEMENT
Anticipated tasks include the following:
A3 1.0 — Project Management and Admin
This work includes coordinating the design team to incorporate the new light pole type.
This effort also include management of amendment tasks, budgets, and invoices.
TASK NO. 6 — CIVIL ENGINEERING
Anticipated tasks include the following:
A3 6.0 — Conflict Resolution for New Pole Locations
This work includes reviewing and ensuring no underground utility conflict with the new
light pole locations. This will likely involve meeting with lighting designers to review
conflicts, and make minor adjustments to the pole locations.
In addition, the new light pole locations will be coordinate with the new retaining wall
locations, and ensure the light pole foundations are compatible with the proposed
retaining wall designs.
A3 6.1 — Re -alignment of Trail at SR99 Connection
This work includes designing and updating the drawings to reflect the recent trail re-
alignment at the SR99 connection. This effort includes updating the base -mapping files,
alignment, and approximately 22 drawings. This change will include minor adjustments
to the proposed ROW plans.
Page 1 of 2
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
TASK NO. 5 - LANDSCAPING
Anticipated tasks include the following:
A3 5.0 — Re -alignment of Trail at SR99 Connection
This work includes designing and updated the drawings to reflect the recent trail re-
alignment at the SR99 connection.
TASK NO. 9 - TRAFFIC ENGINEERING
Anticipated tasks include the following:
A3 9.0 — Light Level Analysis and Calcs
This work includes updating and recalculating all AGI Analysis for areas of the Non -
Motorized Trail that are currently designed with the City Center Standard Luminaire and
Decorative Pole to reflect a new pedestrian scale light pole. This mostly affects the area
north of Dash Point Road, but also a few light locations south of Dash Point, most
notable near park entrances. The updated analysis is necessary to determine the proper
pole spacing, lighting characteristics, and pole locations.
A3 9.1 — Update Drawings, Details, Estimate
This work includes updating all drawings to replace and design with the new pedestrian
scale lighting favored by City Staff. After updating the AGI analysis in task A3 9.0, Fehr &
Peers will update the light pole locations, details, voltage drop calculations, and cost
estimates to reflect the new light pole and luminaire selection.
Page 2of2
Fee Proposal
Pac Hwy Non -Motorized Corridor
11/1212021
Exhibit D-3
Amendment 3 - Fee Estimate Summary
Description
OFF
Lin & Assoc
HWA
HBB
RES Group NW
F&P
Total Cost
Task 1
Project Management & Admin
$ 849 20
$ 849.20
Task 2
Survey
$
$
Task 3
Environmental/Permitting
S
$
Task
GeotechnicalEngineering
$
$
Task 5
Landscaping
$ 374.00
$ 374.00
Task 6
Civil Engineering
$ 2 807 25
$ 2.807.25
Task 7
Structural Engineering
$
$ -
Task 8
Right -of -Way
$
$ -
Task 9
Traffic Engineering
$ 3.293.74
$ 3,293.74
Task 10
Constructabili IPhasin (Cost Est.
$ -
$
Total Direct Cost by Firm
$ 3,656.45
1 $
$
$ 374.00
$
$ 3,293.74
$ 7.324.19
Overhear Rate
137.21 %
152.87 %
1 175.44%
1 137.25%
1 48.86 %
1 171.91 %
Overhead Cost
$ 5.01702
$
$
$ 513.32
$
S 5,66227
$ 11.192.60
Fee
30%
30%
30%
30%
30%
30%
Fee Cast
$ 1.096.94
S
$
$ 112.20
$
$ 988.12
$ 2,197 26
Total Cost
$ 9.770.40
$
$
$ 999.52
$
$ 9,944.13
$ 20,714.05
Reimbursable Costs by Firm
$
$
$
$
$
$
$
Subtotal I
$ 9,mAff
$
I $
$ 999.52
$ -
$ 9,944.i3
$ 20,714A5
Management Reserve
$
dotal Estimated Budget
1 $ 20,714.05
Percentaves
Firm
Fee
%
UDBE
KPFF
S 48,9966,63
45%
0%
LIN
S 176,139.34
17%
17%
HWA
S 69,226.04
6%
6%
HBB
S 66,242.41
6%
0%
RES
$ 180,085,34
17%
17%
FP
S 91.614.03
9%
0%
Total $ 1,066,273.77 100% 40%
9 % Min
Original Fee $ 697,139.79
Fee (with Amendment 1) $ 790,332.66
Fee (with Amendment 2) $ 1,045,559.73
Fee (with Amendment 3) $ 1,066,273.77
UDBE
UDBE
UDBE
Page 1 of 1
Fee Proposal
Pac Hwy Non -Motorized Corridor
KPFF Consulting Engineers (Prime)
11 /12/2021
MMOMMENEMEEMME
r
I�
��������1■IIIr�■�l���l�l�■I��a-I
�
■■���r��������o_��IIIII�fo�
EnvironmentallPermitling
Civil Engineering
Lug
am
Structural Engineering
'Traffic Engineering
ConstructabilftylPhasingICost Est
o00IIIISIIIIIIIIIIfi�o010�IIIIIIIIII�■vllO�I
G+erhaad lisle
eRatt
Tn1u1 Direct Ctrs[1
365645
Tots 0, ffhn:W Cz:n
S 5.017.02
T,eA Fec Cw
JS
[.0@6.94
Total Fully Burdened Cost
3 il,770.4e
TWO Prime Consuftard. Cost
Totsi Std7Consultw Cost
Tutat Project Cost S 9,770.40
Page 1 of 1
Exhibit E-3
Fee Proposal
Pac Hwy Non -Motorized Corridor
HBB Landscape Architects
11 /12/2021
-
■ii���ati■o■�e0io�iQQ®�
C+L^fi:aN Roie I_:._
rrru�
IOrc 2 s rra.co
ru ornneaccoa s s�av
]A ifm G-.p !+27J
ropl FWIy 9nMwied cwi 3 M17
Pagc 1 011
Fee Proposal
Pac Hwy Non -Motorized Corridor
Fehr $ Peers (Traffic)
11 H 212021
I
+c Falc :G IIC`=
}sd GrG Cdi S iSFl14
TOW Ow"Ou Cal S 5dF::I
Id,
F. EW S -
T.WFullyfiard—d Cert S e.W.1I
Page 1 cf 1
Client#: 25326 KPFFINCO
DATE (MMIDDIYYYY)
ACORDTM CERTIFICATE OF LIABILITY INSURANCE 3/23/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the cerliFicate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Katie Kresner _
NAME:
Greyling Ins. Brokerage/EPIC NNE 770 220,7695 FAX 866.559.4082
(A/C, No, FxU;_ IruC. Net: __..—...—..........
3780 Mansell Road, Suite 370 E MAiI Katie.Kresner@greyling.com
ADDR6S5:
Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIC #
INSURER A: National Union Fire Ins. Co. 19445
INSURED INSURER B : The Continental Insurance Company 35289
KPFF, Inc.'INSURER c :New Hampshire Ins. Co. 23841
1601 5th Ave Allied World Su lus Lines Ins 24319
INSURER D : Surplus
Suite 1600 INSURER E
Seattle, WA 98101 -
INSURER F
COVERAGES CERTIFICATE NUMBER: 21-22 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED By THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR ADDL SuaR POLICY EFF i POLICY F,(P
LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MALDDIYYYY) (MMODIYYYY i LIMITS
A X COMMERCIAL GENERAL LIABILITY GL5268336 101/2021 04/01/202 EACH OCCURRENCE S 1.000,000 _
�i y� DAMAGE TO RENTED
CLAIMS -MADE LJ OCCUR PREMISES (Ea occurrance) $500,000
MED EXP (Anv one oerson) s25.000
PERSONAL & ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 52,000,000
POLICY I X E� F LOC ;. PRODUCTS -COMP/OPAGG $2,000,000
OTHER: .. . $
A AUTOMOBILE LIABILITY CA9775930 101/2021 04/0112022� cor.cB;NEL; sm:L:t r uauT
X ANY AUTO
OWNED
AUTOS ONLY
HIRED
X AUTOS ONLY
B X UMBRELLA LIAR
X. EXCESS LIAB
EF
L7
SCHEDULED
AUTOS
NON -OWNED I
X I AUTOS ONLY
X OCCUR
CLAIMS -MADE
CED X RETENTIONSO
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
Y I N
ANY PROPRIE'TORiP.'LRTNERIEXECUTNEI
',=r.1[;.ER7R9EA1$Eft EXCLUDED' N N/A
(Mandatory in NHI
IF yes, describe under
DESCRIPTION 0= OPERATIONS below
Professional/
Pollution
Liability
BODILY INJURY (Per person) S
BODILY INJURY (Per accidenl) S
PROPFRTY DAMAGE S
f?a:• �rCil nnH _..
S
6050399824
�04101/2021
04/0112022 EACH OCCURRENCE S10.000.000
AGGREGATE S10.000.000
s
WCO22298245(AOS)
:0410112021
I PER
04/01/2022 X ISTATUTE EORi _
WCO22298244(CA)
E L EACH ACCIDENT $1.000,000
DISEASE - EA EMPLOYEE: $1,000,000
'EL
FL DISEASE -POLICY LIMIT IS1,000,000
03120067
'10/10/2020
10/10/2021 Per Claim $10,000,000
Aggregate $10,000,000
SIR: S250.000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required)
Re: Pacific Highway Corridor Project. City of Federal Way is named as an Additional Insured on the above
referenced liability policies with the exception of workers compensation & professional liability where
required by written contract.
CERTIFICATE HOLDE
City of Federal Way
33325 8th Ave South
Federal Way, WA 98003-0000
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) 1 of 1
#S2630072/M2623337
The ACORD name and logo are registered marks of ACORD
KKRE1
This page has been left blank intentionally.
ENDORSEMENT
This endorsement, effective 12:01 A.M.04101/2021 forms a part of
Policy No. CA9775930 issued to KPFF, Inc.
by National Union Fire Insurance Company of Pittsburgh, PA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
ADDITIONAL INSURED:
ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY
BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT
OF SUCH PERSON OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF
A COVERED AUTO.
I SECTION II - COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. - Who Is Insured, is
amended to add:
d. Any person or organization, shown in the schedule above, to whom you become obligated
to include as an additional insured under this policy, as a result of any contract or agreement
you enter into which requires you to furnish insurance to that person or organization of the
type provided by this policy, but only with respect to liability arising out of use of a covered
"auto". However, the insurance provided will not exceed the lesser of:
(1) The coverage and/or limits of this policy, or
(2) The coverage and/or limits required by said contract or agreement.
AUTHORIZED REPRESENTATIVE
87950 (9114)
This page has been left blank intentionally.
POLICY NUMBER: GL5268336
04/01 /2021 04/01 /2022
COMMERCIAL GENERAL LIABILITY
CG 20 10 12 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGAIIZATIOI
This endorsement modifies insurance provided under the following.
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s)
ANY PERSON OR ORGANIZATION WHOM YOU
BECOME OBLIGATED TO INCLUDE AS AN
ADDITIONAL INSURED AS A RESULT OF ANY
CONTRACT OR AGREEMENT YOU
HAVE ENTERED INTO.
Location(s) Of Covered Operations
PER THE CONTRACT OR AGREEMENT.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II 6 Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury",
"property damage" or "personal and advertising
injury" caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on
your behalf;
in the performance of your ongoing operations
for the additional insured(s) at the location(s)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional
insured is required by a contract or
agreement, the insurance afforded to such
additional insured will not be broader than
that which you are required by the contract
or agreement to provide for such additional
insured.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury"
or "property damage" occurring after:
1. All work, including materials, parts or
equipment furnished in connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by
or on behalf of the additional insured(s) at
the location of the covered operations has
been completed; or
2. That portion of "your work" out of which
the injury or damage arises has been put to
its intended use by any person or
organization other than another contractor or
subcontractor engaged in performing
operations for a principal as a part of the
same project.
CG 20 10 12 19 9 Insurance Services Office, Inc., 2018 Page 1 of 2
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most
we will pay on behalf of the additional insured
is the amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not increase the
applicable limits of insurance.
Page 2 of 2 A Insurance Services Office, Inc., 2018 CG 20 10 12 19
POLICY NUMBER: GL5268336 COMMERCIAL GENERAL LIABILITY
04/01/2021 04/01/2022 CG 20 37 12 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATION'S
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
Name Of Additional Insured Person(s)
_ Or Organization(s)
ANY PERSON OR ORGANIZATION
WHOM YOU BECOME OBLIGATED
TO INCLUDE AS AN ADDITIONAL INSURED
AS A RESULT OF ANY CONTRACT OR
AGREEMENT YOU HAVE ENTERED INTO.
SCHEDULE
Location And Description Of Completed Operations_
PER THE CONTRACT OR AGREEMENT.
Information complete
required top this Schedule, if not shown above, will be shown in the Declarations.
q
A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured the person(s) or additional insureds, the following is added to
organization(s) shown in the Schedule, but only Section III — Limits Of Insurance:
with respect to liability for "bodily injury" or If coverage provided to the additional insured is
"property damage" caused, in whole or in part, required by a contract or agreement, the most
by "your work" at the location designated and we will pay on behalf of the additional insured
described in the Schedule of this endorsement is the amount of insurance:
performed for that additional insured and
included in the "products -completed operations 1. Required by the contract or agreement; or
hazard". 2. Available under the applicable limits of
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional
insured is required by a contract or
agreement, the insurance afforded to such
additional insured will not be broader than
that which you are required by the contract
or agreement to provide for such additional
insured.
insurance;
whichever is less.
This endorsement shall not increase the
applicable limits of insurance.
CG 20 37 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1
This page has been left blank intentionally..
December 20, 2019
Christine Mullen
Senior Capital Engineer
City of Federal Way Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
RE: Pacific Highway Non -Motorized Corridor
Signing Authority
Dear Ms. Mullen:
Thank you for the opportunity to provide engineering services to the City of Federal Way under this
contract. KPFF is submitting formal notification that Sean Battle, PE, with the tide of Associate, has
authority to execute this contract
Please let me know if you require further information.
1601 Fifth Avenue, suite 1600 Seattle, WA 98101 206-622-5822 Ipff.cam
12/13/21, 11:54 AM Corporations and Charities System
i i-i ssCi r c t � and Charities Filing System
1.
BUSINESS INFORMATION
KPFF, INC.
578 063 612
WA PROFIT CORPORATION
ACTIVE
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
1601 5TH AVE, STE 1300, SEATTLE, WA, 98101, UNITED STATES
07/31 /2022
UNITED STATES, WASHINGTON
07/26/1963
PERPETUAL
PROFESSIONAL, SCIENTIFIC &TECHNICAL SERVICES
REGISTERED AGENT INFORMATION
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation
Business Name:
UBI Number:
Business Type:
Business Status:
Principal Office Street Address:
Principal Office Mailing Address:
Expiration Date:
Jurisdiction:
Formation/ Registration Date:
Period of Duration:
Inactive Date:
Nature of Business:
1/2
12/13/21, 11:54 AM
Corporations and Charities System
Registered Agent Name:
REPORTING CENTER MANAGER
Street Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
Mailing Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
JOHN
GAVAN
GOVERNOR
INDIVIDUAL
NIKHIL
KALGHATGI
GOVERNOR
INDIVIDUAL
RICHARD
DAVIS
Back
Filing History Name History Print Return to Business Search
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 2/2
12/14/21, 10:58 AM
Washington State Department of Revenue
< Business Lookup
License Information:
Entity name: KPFF, INC.
Business KPFF CONSULTING ENGINEERS
name:
Entity type: Profit Corporation
UBI #: 578-063-612
Business ID: 001
Location ID: 0001
Location: Active
Location address:
Mailing address:
1601 5TH AVE
STE1300
SEATTLE WA 98101-3601
1601 5TH AVE
STE1300
SEATTLE WA 98101-3601
Excise tax and reseller permit status: Click here
Secretary of State status:
Endorsements
https://secure.dor.wa.gov/gteunauth/—/#3
Click here
Page 1 of 2
Fi(- ,z
New search Back to results
1/4
12/14/21, 10:58 AM
Washington State Department of Revenue
Bainbridge Island
43926
Active
Jul-31-20, Apr-15-2(
General Business -
Non -Resident
Bellingham
029320
Active
Oct-06-2(
General Business
Bremerton General
29705
Active
Jul-31-20, Nov-01-2
Business - Non -
Resident
Burien General
13029
Active
Jul-31-20. Feb-13-2(
Business - Non -
Resident
DuPont General
5601
Active
Jul-31-20; Jul-22-20,
Business - Non -
Resident
Federal Way
63-00000.
Active
Jul-31-20, Dec-20-1'
General Business -
Non -Resident
Issaquah General
Active
Jul-31-20, Jun-29-2C
Business - Non -
Resident
Kirkland General
OBL2655c-
Active
Jul-31-20. Jan-06-2C
Business - Non -
Resident
Lake Stevens
Active
Jul-31-20, Jul-27-20
General Business -
Non -Resident
hftps:Hsecure.dor.wa.gov/gteunauth/_/#3 2/4
12/14/21, 10:58 AM Washington State Department of Revenue
Endorsements held a License # Count Details Status
Longview General 428936
Business - Non -
Resident
Mercer Island 200433
General Business -
Non -Resident
Mount Vernon
General Business -
Non -Resident
Newcastle General 1804
Business - Non -
Resident
North Bend 020056.0
General Business -
Non -Resident
Olympia General 39335
Business - Non -
Resident
c- 'l v
Active
Active
r-Tam
Active
Active
Expiration First issua
Jul-31-20, Feb-25-2(
Jul-31-20, May-1 1-2
Jul-31-20. Mar-14-2
Jul-31-20, Mar-05-2
Jul-31-20, Mar-12-2
Jul-31-20, Oct-17-2(
Governing People May include governing people not registered with Secretary of State
Governing people Title
DAVIS, RICHARD
GAVAN, JOHN
KALGHATGI, NIKHIL
Registered Trade Names
Registered trade names Status
https://secure.dor.wa.gov/gteunauth/—,/#3
First issued
3/4
12/14/21, 10:58 AM
Washington State Department of Revenue
KPFF CONSULTING
ENGINEERS
Active
May-23-2000
View Additional Locations
The Business Lookup information is updated
nightly. Search date and time: 12/14/2021 10:58:01
AM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
https:flsecure.dor.wa.gov/gteunauth/—/#3 414
RETURN TO: PW ADMIN EXT: 2700 ID #: 3950
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects
2. ORIGINATING STAFF PERSON: Christine Mullen EXT: x2723 3. DATE REQ. BY: 13-Aug-2021
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): 20-008 ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: Pacific Hwy Non -Motorized Trail - 16th Ave S (S 308th St to S 288th St)
5. NAME OF CONTRACTOR: KPFF
ADDRESS: 1601 5th Avenue, Suite 1600 Seattle, WA 98101 TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: Sean Battle TITLE:
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # EXP. / /
7. TERM: COMMENCEMENT DATE: 15-Jan-2020 COMPLETION DATE: 31-Dec-2024
8. TOTAL COMPENSATION: $ $1,045,559.72 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 0 YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 0 YES ❑ NO IF YES, S, PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: __❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: Ong + Supp #1 to D36219-24110; This Supp (Supp #2) to L36219-24110
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED _
❑ PROJECT MANAGER cjm 30-jui-2021
❑ DIVISION MANAGER
❑ DEPUTY DIRECTOR DSW 7130/21
❑ DIRECTOR EJW B/4/2021
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 8/4/2021
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING 1, + 2r
❑ SENT TO VENDOWCONTRACTOR DATE SENT: I 7 DATE REC' D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDERINOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
,pr SIGNATORY ()jYnR OR DIRECTOR)
O'CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE " " ORIGINALS
I.'2020
Awbk
Washington State
Vf Department of Transportation
Supplemental Agreement
Number 2.
Original Agreement Number
AG 20-008
Project Number
CFW #36219
Organization and Address
KPFF, Inc.
1601 5th Avenue, Suite 1600
Seattle, WA 98101
Phone:
Execution Date Completion Date
31-Dec-2024
Project Title New Maximum Amount Payable
Pacific Hwy S Non -Motorized Corridor- 16th Ave S (S 308th St to S 288th St) $1,045,559.72
Description of Work
Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The
non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the
roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The
segments of the trail located off -roadway will include pedestrian -scale illumination for safety.
The Local Agency of City of Federal Way
desires to supplement the agreement entered in to with KPFF, Inc.
and executed on 15-Jan-2020 and identified as Agreement No. AG 20-008
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 is amended to add the ROW negotiation and acquisition services listed in Exhibit A-2.
II
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read: The completion date is extended-to-3 I -Dec-2024. _
III
Section V, PAYMENT, shall be amended as follows:
The payment is amended per Exhibit D-2 and Exhibit E-2
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: Sean Battle, Pro-ject Manages By: 7alm 01
sultantSignature
A roving Authority Signature
.ate
DOT Form 140-063
Revised 09/2005
Exhibit "A"
Summary of Payments
Original Agreement +
Previous Supplements
This Supplement
Total
Direct Salary Cost
275,095.49
90,910.08
366,005.57
Overhead
(Including Payroll Additives)
389,072.61
86,273.96
475,346.57
Direct Non -Salary Costs
43,635.91
50,770.00
94,405.91
Fixed Fee
82,528.65
27,273.02
112,801.67
Total
790,332.66
255,227.06
1,045,559.72
DOT Form 140-063
Revised 09/2005
Exhibit A-2
Scope of Work
Amendment 2
PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR — 16t' AVE S
AMENDMENT DESCRIPTION
The right-of-way plans were approved by WSDOT local programs in June 2021, and therefore
the consultant team can begin the right-of-way acquisition effort. This contract amendment is to
add the right-of-way acquisition scope to the design contract for the Pacific Highway South Non -
Motorized Corridor from S 3081 Street to S 288th Street project. The added scope includes:
• Project Management and Coordination
• Review title report language, confirm property and easement limits
• Title Report Services, assuming up to twelve (12) properties
• Prepare Legal Descriptions and Exhibits
• Update ROW Plans & Interim Design Plans
• Appraisals Services
• Negotiations Services
• Closing Services
• Update Design Plans with Final ROW Boundaries
DETAILED SCOPE OF WORK
TASK NO. Al — PROJECT MANAGEMENT AND COORDINATION
Anticipated tasks include the following:
A1.0 - Preparation of Contract Documents, Invoices and Progress Reports
A monthly invoice and progress report will be generated and submitted to the City. The
progress report will describe the work represented by the invoice being submitted.
CONSULTLANT will compile the invoices and progress reports for the entire team into a
single document to be submitted to the City.
Documentation will be provided with each invoice reporting progress towards achieving
the UDBE commitments for the project. If changes are needed to ensure that the
approved goal is met, CONSULTANT will include suggestions to achieve the goal.
CONSULTANT will report payments made to all subconsultants on a monthly basis into
the WSDOT Diversity Compliance online portal. UDBE participation and payment
information will also be reported at this time.
Prior to first billing, the City will review and approve invoicing format and content.
Invoices will include hourly rates for staff with overhead and fixed fees applied to the
labor subtotal.
Page 1 of 5
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
A1.1 - Coordination with the City of Federal Way Staff
CONSULTANT will coordinate with the City to discuss project issues, schedule,
progress, review comment resolution and general coordination of effort, as needed.
A1.2 - Team Coordination and Meetings
The project team will meet internally to discuss project -related issues/topics. The City
will be invited to the team meetings. CONSULTANT will prepare an agenda and provide
a summary of meeting topics to the design team and City. Six (6) team coordination
meetings are anticipated.
Hours for KPFF PM are included in this task; however, hours for other members of the
design team are included under their specific tasks below.
A1.3 - Project and Document QA/QC
CONSULTANT will provide a project -wide multi -disciplinary QA/QC review for the project
technical design and for preparation of the documents/deliverables submitted to the City
and/or agencies. This review will include, but not be limited to, technical,
constructability, contractibility and risk.
TASK NO. A2 - SURVEY
Anticipated tasks include the following:
A2.0 — Review and Confirm Existing Easements and Right -of -Way Limits
There are twenty-eight (28) parcels this project will require right-of-way acquisition. Title
reports for these twenty-eight (28) parcels were obtained during the design phase of this
contract. Based on initial review of these twenty-eight (28) title reports, approximately
twelve (12) of them will require detailed review by the team's surveyor. For these twelve
(12) parcels, existing easements or other land encumbrances and survey matters
disclosed by the title report will be evaluated and delineated if they have sufficient
description to do so. If there are issues determined during review of the provided title
reports, such as a suspected dedicated or reserved roadway, that cannot be solved
using the provided information or other open -source record information, the client will be
notified of said issue and possible remedies.
Assumptions:
The twenty-eight (28) available title reports will be provided to the surveyor.
A2.1 — Update ROW Limits
Changes to the boundaries of the parcels and easements, determined from Task A2.0,
will be delineated. Boundaries for all twenty-eight (28) parcels will be delineated, and
plottable existing easements or other land encumbrances and survey matters disclosed
by the title reports for the twelve (12) parcels listed under Task A2.0, will be delineated
and the existing boundary/ROW layers will be updated in a base map supplement and
provided to the client. Updates will remain in a format to those previously prepared.
Assumptions:
Page 2 of 5
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
Only the boundaries of the twenty-eight (28) parcels will be updated in the base
map with easements delineated for the twelve (12) parcels listed under Task
A2.0, per the available title reports.
A2.2 — Prepare Legal Descriptions
The CONSULTANT will create parcel maps and legal descriptions for up to twenty-eight
(28) parcels that will be impacted by proposed acquisitions along the project alignment.
Deliverables:
• Up to twenty-eight (28) parcel maps and legal descriptions will be delivered
as a draft.
• Up to twenty-eight (28) parcel maps and legal descriptions will be stamped by
a Washington State PLS and delivered as a final.
TASK NO. A6 - CIVIL ENGINEERING
Anticipated tasks include the following:
A6.0 — Update ROW Plans and Interim Design Plans
Upon completion of the title report review and legal description preparation, the
CONSULTANT will update the ROW Plans to reflect any changes to the existing property
and/or easement boundaries. If required, the update ROW Plans will be submitted to
WSDOT Local Programs for review and approval.
In addition, the CONSULTANT will update the interim submittal design drawings
(85%/100%/Final) to reflect any changes to the existing property and/or easement
boundaries.
A6.1 — Update Construction Plans w/Final ROW Boundaries
After the property acquisitions are completed, the CONSULTANT will update the
construction drawings to remove the old ROW boundaries and show the new acquired
property as "existing" ROW.
TASK NO. A8 - RIGHT-OF-WAY ACQUSITION
Anticipated tasks include the following:
A8.0 — Title Services
■ Make recommendations regarding title encumbrances and exceptions.
Coordinate with the City and surveyor in assessing risk of existing parcel
encumbrances and exceptions as they apply to the proposed acquisition on the
parcel.
• Work with title company regarding additional title research as needed.
A8.1 —Appraisal Services
• Contract with a WSDOT approved Fee Appraiser for a one (1) Project Funding
Estimate, seven (7) Administrative Offer Summary reports and nine (9) Appraisal
Reports.
Page 3of5
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
• Contract with a WSDOT approved Fee Review Appraiser for the review of up to
nine (9) Appraisal Reports.
• Submit all Appraisal Report(s) and Appraisal Review(s) to the City for review and
establishment of Just Compensation.
A8.2 — Negotiation Services
® Coordinate with the City to prepare a general information notice to be mailed to
all impacted property owners and tenants, when applicable, notifying them of
pending project and right-of-way acquisition and identifying the Right of Way
Consultant as the City representative.
• Upon written permission to proceed from the City, prepare offer and conveyance
documents and submit offer packages for review by City and WSDOT; utilizing
WSDOT Local Agency forms or equivalent.
• Promptly present offers and negotiate in good faith with property owners to
acquire necessary real property rights.
• If it becomes apparent that negotiations have reached an impasse and sufficient
time has passed for the property owner to make a settlement decision, provide
written notice to the City of impasse in negotiations and recommendation for
condemnation.
• Set up and maintain complete real property acquisition files for each impacted tax
parcel or larger parcel.
• Conduct a minimum of three (3) significant and meaningful contacts with each
property owner before recommendation of impasse in negotiations.
• Prepare Administrative Settlement Justification statements for up to sixteen (16)
property.
A8.3 — Closing Services
• Provide closing services to property owners for up to sixteen (16) parcels.
• Submit signed conveyance documents with requests for payment and other
supporting documents including signed W-9(s) and Excise Tax Affidavits, as
applicable to the City for document recording and payment processing.
• Prepare payment vouchers for title clearing charges and submit to the City to
process payment for up to sixteen (16) parcels.
• Assist the City in the partial acquisition of four (4) City owned parcels.
• Coordinate with the City and WSDOT Northwest Region Local Agency
Coordinator to resolve right-of-way concerns and issues with WSDOT's right-of-
way certification review.
DELIVERABLES:
A. One (1) electronic copy of complete real property acquisition files for the project
and up to sixteen (16) parcels as well as all original, signed conveyance
documents required for recording and any other original documents required to
comprise a complete property acquisition record.
B. Property owner contact list, monthly summaries, initial schedule and updates
C. Title Summaries and Updated Title Summaries
D. Title Exception documents; Letters to Owner Agree to Pay Mortgage,
Subordination Agreements, Reconveyances, Partial Releases, etc.
E. Project Funding Estimate and Administrative Offer Summaries
Page 4of5
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
F. Appraisal Reports and Appraisal Reviews
G. Complete Acquisition Files for each tax parcel or larger parcel including but not
limited to Right-of-way Consultant letter of introduction, general information
notice, administrative settlement justification statement(s), offer documents,
original instruments of conveyance, negotiator contact report (Diary of Contact),
requests for payment and supporting documents, and any other documents
required to comprise a complete real property acquisition record in accordance
with statutory requirements.
H. Written counteroffer(s) and acceptances from property owners including
supporting documentation and the Consultant's recommendation with regard to
justification for administrative settlements.
I. Requests for Payment supported by a signed a W-9 and other documents
required to process payment.
J. Certification worksheets
ASSUMPTIONS:
1. The Consultant will request title report updates from the title company prior to
closing.
2. The City will establish Just Compensation.
3. All forms and documents shall comply with WSDOT standards and in accordance
with statutory requirements.
4. The Consultant will transmit the signed conveyance documents and payment
requests to the City for approval and processing.
5. The City will record conveyance documents and make payment for any and all
compensation payments to property owners. The City will pay for all fees charged
by trustees, and/or beneficiaries to clear encumbrances of record and other
closing costs such as title policies, recording fees, and escrow fees if applicable.
6. City of Federal Way Parcels do not require valuation.
Page 5 of 5
Fee Proposal
Pac Hwy Non -Motorized Corridor Exhibit D-2
Amendment 2 - Fee Estiamte Summary
7/14/2021
Description
KPFF
Furtado
HWA
HBB
RES Group NW
F&P
Total Cost
Task Al
Project Management & Coordination
S 3,719.44
S 3,719.44
Task A2
Survey
S 26.762.00
S 26.762.00
TaskA3
I Environmenlal/Permittin
$
$
Task A4
Geotechnical Engineering
$
$
Task A5
Landscaping
$
$
TaskA6
Civil Engineering
$ 5,384.64
S 5,354.64
Task A7
Structural En inaerin
$
S
Task A8
Right -of -Way
$ 55.044.00
$ 55,044.00
Task A9
Traffic En ineerin
$
S
Task At
Constructabil• /Phasin Cost Est
$
S
Total Direct Cost by Finn
$ 9,104.08
$ 26,762.00
$
$
$ 55,044.00
$
$ 90,910.08
Overhear Rate 140.71 % 1 155.83% 1 175.44% 137.25 % 1 57.70 % 1 171 91 %
Overhead Cost $ 12,810.351 $ 41.703.22 $ - $ $ 31,760.39 $ - 1 $ 86.273.96
Fee
1 30%
1 30%
1 30%
1 30%
1 30%
1 30%
Fee Cost
1 $ 2,731.22
$ 8,028.60
$
I $
1 $ 16,513.20
$
I $ 27,273.02
Total Cost
I S 24,645.651 S 76,493.82 $
$
1 $ 103,31T59
1 $
I S 204,457.07
Reimbursable Casts by Firm
1 $
S $
$
1 S 50.770,001
$
I S 50.770.00
Isubtotall
1 $ 24,645.651 $ 76,493,82 I S
S
S 154.087.59
1 S
$ 255,227.07
Management Reserve
I
I I
S
otal Estimated Budget
I
I I
I S 255,227.a7
Fercentaoes
Firm
Fee
%
UDBE
KPFF
S 473,196.23
45%
0%
LIN
$ 176.139.34
17%
17%
HWA
S 69.226.04
7%
7%
HBB
S 65.242.89
6%
0%
RES
S 180.085.34
17%
17%
FP
S 81,669.90
8%
0%
rotal 5 1,1145,559.73 ice% 41%
9% Min
Original Fee $ 697,139.79
Fee (with Amendment 1) $ 790,332.66
Fee (with Amendment 2) $ 1,045,559.73
UDBE
UDBE
UDBE
Page 1 of 1
Fee Proposal
Pac Hwy Non -Motorized Corridor
KPFF Consulting Engineers (Prime)
7/14/2021
Project Management & Coordination
• •
■■�©ol���lliiiiiiiiiiii�liiiiiiiiiii������
C...
ii�
��i��l•����®Ei�o
®---'��-�---_I
Iraffl, Engineering
moo—oo�v�o�ll�la■aNroto
iiiiiil�iiiiiii�m■�
Overhead Rale
1dg.Y1K
Fay Pale
30A%
7olal
t 9,1C1.7S
.:._.Uon
Tn[d GroTei@ G1M1
4 1 Nq 33I
dI-Cm6
t 7. 11YY
Todd Fusty SUW—d Covt
f N.845.55
gaol
MIMI
Tot41 Sub W nseitaMl Cast
S34,587.A1
ITculf4qect Coat _. S I55.227.oa7
Page 1 of 1
KPFF Overhead Rate Audit
MT Washington State
TAF rtmegnt of Trans rtation
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TTY.,1-800-833-6388
www.wsdot.wa.gov
October 19, 2020
Marci Monroe -Jones, VP of Finance
KPFF, Inc.
1601 Fifth Ave, Ste 1600
Seattle, WA 98101-3665
Dear Ms. Monroe -Jones:
We have performed a cognizant review of the audit, and supporting workpapers, of the KPFF, Inc.
Statement of Direct Labor, Fringe Benefits, and General Overhead for the year ended 4/30/2020 in
accordance with our role as Cognizant Agency as defined in 23 U.S.C. 112(b)(2)(c) and 23 CFR 172.3
and 172.7. Clark Nuber, P.S. performed the audit. The CPA represented that the audit was conducted in
accordance with the Government Auditing Standards, as promulgated by the Comptroller General of the
United States of America, and the audit was designed to determine that the indirect cost rate was
established in accordance with Cost Principles contained in the Federal Acquisition Regulation, 48 CFR
Part 31. We performed our cognizant review in accordance with the AASHTO Review Program for CPA
Audits of Consulting Engineers' Indirect Cost Rates.
In connection with our cognizant review, nothing came to our attention that caused us to believe that the
audit, and supporting workpapers for the Statement of Direct Labor, Fringe Benefits, and General
Overhead, and the related Auditor's Reports, we reviewed did not conform in all material respects to the
aforementioned regulations and auditing standards. Accordingly, we recommend acceptance of the
following rates:
Home Rate: 140.40%
Home Facilities Capital Cost of Money (FCCM): 0.31%
Field Rate: 107.09%
Field Facilities Capital Cost of Money (FCCM): 0.06%
Sincerely-
Scllatzie larV, y, CPA
Agreement Compliance Audit Manager
cc: Steve McKerney, Director of Internal Audit
Jeff Tawney, Acting Assistant Director of Internal Audit
Erik Jonson, Contracting Services Manager
File
Certification of Final Indirect Costs
Firm Name: KPFF, Inc.
Indirect Cost Rate Proposal: Home Rate=140.71 %; Field Rate = 107.15%
'Jute of Proposal Prcperutiv`, 02;17/2u20
Fiscal Period Covered (mm/dd/yyyy to mm/dd/yyyy): 05/01/2019 to 04/30/2020
1, the undersigned, certify that / have reviewed the proposal to establish final indirect cost rates
for the fiscal period as specified above and to the best of my knowledge and belief.-
1.) All costs included in this proposal to establish final indirect cost rates are allowable in
accordance with the cost principles of the Federal Acquisition Regulations (FAR) of title 48,
Code of Federal Regulations (CFR), part 31.
2.) This proposal does not include any costs which are expressly unallowable under the cost
principles of the FAR of 48 CFR 31.
All known material transactions or events that have occurred affecting the firm's ownership,
organization and indirect cost rates have been disclosed.
Signature:
Name of Certifying Official* (Print): Marc[ Monroe -Jones
Title: VP of Finance
Date of Certification (mm/dd/yyyy): 09/16/2020
*The "Certifying Official" must be an individual executive or financial officer of the firm at a level
no lower than a Vice President or Chief Financial Officer, or equivalent, who has the authority to
represent the financial information utilized to establish the indirect cost rate for use under Agency
contracts.
Ref. FHWA Directive 4470.1A available on line at:
http:Jlwww.fhvva.dQt.gov/iecisregs/directives/orders/44701a.htm
O/H Certification; Nov 2010
Fee Proposal Exhibit E-2
Pac Hwy Non -Motorized Corridor
Furtado
7/1412021
RStrucWral !qnm=mmm=m===mm=
Englnmdng
MTrafficEnginmring
Nerfieed Rate
T91�fC oe1:N�
6 �742 [b
Tp Jk j.rhea0 Gw+
S it.i7 �7
TM9 F- Cos[ -
S 9 J;91
Total Fully 6Wfa.Mnd Ga+l
S 76,49H.62
REI@BUR9ABUS
Page 1 of 1
Furtado Overhead Rate Audit
Amok
m Washington State
CIA Department of Transportation
April 7, 2020
Lin & Associates, Inc.
901 Fifth Ave, Suite 2710
Seattle, WA 98164
Development Division
Contract Services Office
PO Box 47408
Olympia, WA 98504-7408
7345 l_inderson Way SW
Tumwater. WA 98501-6504
TTY:1-800-833-6388
www.wsdot.wa.gov
Subject: Acceptance FYE 2019 ICR — Risk Assessment Review
Dear Jessica Goldsberry:
Based on Washington State Department of Transportation's (WSDOT) Risk
Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed
FYE 2019 ICR as follows:
• Home Office: 155.83% of direct labor
• Field Office: 126.20% of direct labor
This rate will be applicable for WSDOT Agreements and Local Agency Contracts in
Washington only. This rate may be subject to additional review if considered necessary
by WSDOT. Your ICR must be updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
consultantrRtesra'wsdat.wa..gov.
Regards;
ERIK K. JONSON
Contract Services Manager
EKJ:ah
FURTADO & ASSOCIATES, INC.
901 Fifth Avenue, Suite 2710
Seattle, Washington 98164
Tel : (206) 621-1218
Fax: (206) 223-8223
admin@furtadoassociates.com
July 8, 2021
KPFF
1601 51' Avenue, Suite 1600
Seattle, WA 98101
RE: Company Name Change Notice
City of Federal Way Pacific Highway Non -Motorized Corridor
Agreement 20-008, KPFF Project 1900767
To Whom it May Concern:
Please be advised that the name of our company was changed from Lin & Associates, Inc. to Furtado & Associates, Inc.
effective January 1, 2021. The company ownership is not changing; it is still 100% owned by Adolph and Aeli
Furtado. The corporate structure is staying the same (we're still a C Corporation) and our Tax ID number is still the same
(91-1205970).
As of March 31, 2021 Washington state OMWBE notified us that Furtado & Associates was no longer eligible for DBE,
MBE or SBE status under their certification program. Contracts fully executed under Furtado & Associates or Lin &
Associates prior to March 31, 2021 retain DBE, MBE, SBE certifications under the Washington state OMWBE guidelines.
All work and the agreed cost budget provided in Agreement 20-008 will remain the same. Feel free to contact the
undersigned if you have any questions or need additional information.
Richard Reis
Vice President
Fee Proposal
Pac Hwy Non -Motorized Corridor
RES Group NW (Right -of -Way)
7/14/2021
y.
•
��...
-��
���lii��iE:�E�-►YfYl�f
tnerh+M PMr
�: rC'a
Kee PMr
IA.4'+L
Tminlmtm
1• $ pJ•i.L1
1'ml grhlrr�csv
4 11 IY431
T
Caul Fdy Cxl
1 1b1,3tl7.59
Page 1 or t
RES Northwest Overhead Rate Audit
AM,
MoWashington State
Department of Transportation
June 1, 2020
RES Group NW, LLC
624 S Lander Street #202
Seattle, WA 98134
Development Division
Contract Services Office
PO Box 47408
Olympia, WA 98504-7408
7345 Linderson Way SW
Tumwater, WA 98501-6504
TTY:1-800-833-6388
www.wsdot.wa.gov
Subject: Acceptance FYE 2019 ICR — Risk Assessment Review
Dear Tim Davis:
Based on Washington State Department of Transportation's (WSDOT) Risk
Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed
FYE 2019 ICR of 57.70% of direct labor. This rate will be applicable for WSDOT
Agreements and Local Agency Contracts in Washington only. This rate may be subject
to additional review if considered necessary by WSDOT. Your ICR must be updated on
an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firth is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
consu[tantratesf.�wsdot.wa.p-ov.
Regards;
ERIK K. JONSON
Contract Services Manager
EKJ:ah
December 20, 2019
Christine Mullen
Senior Capital Engineer
City of Federal Way Public Works Department
33325 Sth Avenue South
Federal Way, WA 98003
RE: Pacific Highway Non -Motorized Corridor
Signing Authority
Dear Ms. Mullen:
Thank you for the opportunity to provide engineering services to the City of Federal Way under this
contract. KPFF is submitting formal notification that Sean Battle, PE, with the title of Associate, has
authority to execute this contract
Please let me know if you require further information.
Sincerely,
Nikhit Kalgha%i, SE
CFO
1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 206-622-SS22 1pff.cam
7/30/2021 Corporations and Charities System
BUSINESS INFORMATION
Business Name:
KPFF, INC.
UBI Number:
578 063 612
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
Principal Office Mailing Address:
1601 5TH AVE, STE 1300, SEATTLE, WA, 98101, UNITED STATES
Expiration Date:
07/31/2022
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
07/26/1963
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
PROFESSIONAL, SCIENTIFIC & TECHNICAL SERVICES
REGISTERED AGENT INFORMATION
Registered Agent Name:
REPORTING CENTER MANAGER
Street Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
Mailing Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
JOHN
GAVAN
GOVERNOR
INDIVIDUAL
NIKHIL
KALGHATGI
GOVERNOR
INDIVIDUAL
RICHARD
DAVIS
https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation 1/1
Client#: 25326 KPFFINCO
YYYY)
12021 MIDDI
ACORD,. CERTIFICATE OF LIABILITY INSURANCE 3/23DATE (MMIDDI
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Katie Kresner
NAME:
Greyling Ins. Brokerage/EPIC o FAX,
CNo :ACNEt 770.220.7695 866.550.4082
3780 Mansell Road, Suite 370 nWREss: Katie.Kresner@greyling.com
Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIC #
INSURER A: National Union Fire Ins. Co. 119445
INSURED INSURER B : The Continental Insurance Company I35289
KPFF, Inc. New Ham 23841
INSURER C : shire Ins. Co. P
1601 5th Ave Allied World Surplus Lines Ins 24319
INSURER D : P
Suite 1600
Seattle, WA 98101 INSURER E :
COVERAGES CERTIFICATE NUMBER: 21-22 REVISION NUMBER:
THIS
IS TO CERTIFY THAT THE POLICIES
OF INSURANCE
LISTED BELOW HAVE BEEN
ISSUED TO
THE INSURED
NAMED ABOVE FOR THE POLICY PERIOD
INDICATED.
NOTWITHSTANDING ANY REQUIREMENT,
TERM OR CONDITION OF ANY
CONTRACTOR
OTHER DOCUMENT
WITH RESPECT TO WHICH THIS
CERTIFICATE
MAY BE ISSUED OR MAY PERTAIN,
THE
INSURANCE AFFORDED BY THE
POLICIES
DESCRIBED
HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS
AND CONDITIONS OF SUCH
POLICIES.
LIMITS SHOWN MAY HAVE BEEN
REDUCED
BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
PMICYEXP
MMIDDfYYYy
LIMITS
ADOLSUBR
INSR
'WVD
POLICY NUMBER
POLiD EFF
MWO D0/1'YYYI
4/01 /2021
04/01/2022
A
X COMMERCIAL GENERAL LIABILITY
GL5268336
EACH OCCURRENCE $1.000.000
CLAIMS -MADE F_X� OCCUR
DAMAGE TO RENTED
PREMISES (Ea occurrence) $ 500,000
MED EXP (Any one person) $25,000
PERSONAL & ADV INJURY
$1,000,000
GEN'L
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$2,000,000
POLICY XI JECT C LOC
PRODUCTS-COMP/OPAGG
$2,000,000
OTHER:
A
AUTOMOBILE
LIABILITY
CA9775930
4/01/2021
04/01/202
(CE0,TcNNEDi1SINGLELIMIT
$2,000,000
BODILY INJURY (Per person)
$
X
ANY AUTO
X
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY X AUTOS ONLY
BODILY INJURY (Per accident)
_. _._.,..._..
PROPERTY DAMAGE
Per accident
$
$
B
X UMBRELLA LIAB X OCCUR
6050399824
4/01/2021
04/01/204
EACH OCCURRENCE
$10000000
AGGREGATE
S10.0001000
X EXCESS LIAB CLAIMS -MADE
$
DED I X RETENTIONSO
_ _.
WCO22298245(AOS)
WCO22298244(CA)
N / A
C WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
C ANY PROPRIETORIPARTNEWEXECUTIVE
OFF1C€WMEMBER EXCLUDED? N
(Mandatory in NH)
4/01/2021
04/01/202
X PERSTAUTE OTH-
ER
$1 OOO 000
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE $1 000 000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $1,000,000
10/10/2021
D Professional/
03120067
10/10/2020
Per Claim $10,000,000
Pollution
Aggregate $10,000,000
Liability
SIR: $250.000
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Re: Pacific Highway Corridor Project. City of Federal Way is named as an Additional Insured on the above
referenced liability policies with the exception of workers compensation & professional liability where
required by written contract.
[RJ14:tII atq_ll:4111:Lei III sJ=1N
City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
ty y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way, WA 98003-0000
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S2630072/M2623337 KKRE1
This page has been left blank intentionally.
ENDORSEMENT
This endorsement, effective 12:01 A.M.04/01/2021 forms a part of
Policy No. CA9775930 issued to KPFF, Inc.
by National Union Fire Insurance Company of Pittsburgh, PA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
ADDITIONAL INSURED:
ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY
BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT
OF SUCH PERSON OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF
A COVERED AUTO.
L SECTION II - COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. - Who Is Insured, is
amended to add:
d. Any person or organization, shown in the schedule above, to whom you become obligated
to include as an additional insured under this policy, as a result of any contract or agreement
you enter into which requires you to furnish insurance to that person or organization of the
type provided by this policy, but only with respect to liability arising out of use of a covered
"auto". However, the insurance provided will not exceed the lesser of:
(1) The coverage and/or limits of this policy, or
(2) The coverage and/or limits required by said contract or agreement.
AUTHORIZED REPRESENTATIVE
87950 (9/14)
This page has been left blank intentionally.
POLICY NUMBER: GL5268336 COMMERCIAL GENERAL LIABILITY
04/01 /2021 04/01 /2022 CG 20 10 12 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s)
ANY PERSON OR ORGANIZATION WHOM YOU
BECOME OBLIGATED TO INCLUDE AS AN
ADDITIONAL INSURED AS A RESULT OF ANY
CONTRACT OR AGREEMENT YOU
HAVE ENTERED INTO.
Location(s) Of Covered Operations
PER THE CONTRACT OR AGREEMENT.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II 6 Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury",
"property damage" or "personal and advertising
injury" caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on
your behalf;
in the performance of your ongoing operations
for the additional insured(s) at the location(s)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional
insured is required by a contract or
agreement, the insurance afforded to such
additional insured will not be broader than
that which you are required by the contract
or agreement to provide for such additional
insured.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury"
or "property damage" occurring after:
1. All work, including materials, parts or
equipment furnished in connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by
or on behalf of the additional insured(s) at
the location of the covered operations has
been completed; or
2. That portion of "your work" out of which
the injury or damage arises has been put to
its intended use by any person or
organization other than another contractor or
subcontractor engaged in performing
operations for a principal as a part of the
same project.
CG 20 10 12 19 p Insurance Services Office, Inc., 2018 Page 1 of 2
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most
we will pay on behalf of the additional insured
is the amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not increase the
applicable limits of insurance.
Page 2 of 2 * Insurance Services Office, Inc., 2018 CG 20 10 12 19
POLICY NUMBER: GL5268336 COMMERCIAL GENERAL LIABILITY
04/01/2021 04/01/2022 CG 20 37 12 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
Name Of Additional Insured Person(s)
Or Organization(s)
ANY PERSON OR ORGANIZATION
WHOM YOU BECOME OBLIGATED
TO INCLUDE AS AN ADDITIONAL INSURED
AS A RESULT OF ANY CONTRACT OR
AGREEMENT YOU HAVE ENTERED INTO.
SCHEDULE
Location And Description Of Completed 0
PER THE CONTRACT OR AGREEMENT.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part,
by "your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and
included in the "products -completed operations
hazard".
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional
insured is required by a contract or
agreement, the insurance afforded to such
additional insured will not be broader than
that which you are required by the contract
or agreement to provide for such additional
insured.
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most
we will pay on behalf of the additional insured
is the amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not increase the
applicable limits of insurance.
CG 20 37 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1
This page has been left blank intentionally.
RETURN TO: PW ADMIN EXT: 2700 ID #: 3932
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC, WORKS / Capital Projects
2. ORIGINATING STAFF PERSON: Christine Mullen EXT: X 2723 3. DATE REQ. BY: 25-Jun-2021
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): 20-008 ❑ INTERLOCAL
❑ OTHER
a. PROJECT NAME: �i��p �`....Non-motorized Corridor - 16th Ave P �.S ....� 0
't - _t._to.a...28_ t. S.t
5. NAME OF CONTRACTOR: KPFF, Inc.
. ........
ADDRESS: 1601 Fifth Avenue, Suite 1600tie, Seat , WA 98101 TELEPHONE:,
-MAID,: FAX:
e.e.e. �......... ........ ... .........m...
SIGNATURE 'NAM[ - Sean Battle TITLE:
EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # ,, EXP. //
7. TERM: COMMENCEMENT DATE: 15-Jan-2020 COMPLETION DATE: 31-Dec-2023
8. TOTAL COMPENSATION: $1N 790, 332.66 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 13 NO IF YES, MAXIMUM DOLLAR AMOUNT $..
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, ..... m, PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: o RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: D36219-24110
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
8 PROJECT MANAGER cjm 16-Jun-2021
A DIVISION MANAGER SOH 6117r2021
8 DEPUTY DIRECTOR DSW 6/17/21
8 DIRECTOR EJW 6/24/2021
❑ RISK MANAGEMENT (IF APPLICABLE)
KVA 6/24/2 �.
6 LAW DEPT 021
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: Ne , COMMITTEE APPROVAL DATE: nle ..._�
SCHEDULED COUNCIL DATE: n/a COUNCIL APPROVAL DATE: n/e
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT _
❑ LAW DEPT
'StGNAT0RY (MAYOR ORDIRECTOR) � R
,»� ASSIGNED AG '% AI.a# Q
Cl SIGNED COPY RETURNED DATE SENT: .�
COMMENTS:
EXECUTE " " ORIGINAI,.S
v7PWashington State
'Department of Transportation
Supplemental Agreement Organization and Address
Number 01 KPFF, Inc.
-- ..°°-- 1601 5th Avenue, Suite 1600
Original Agreement Number Seattle, WA 98101
AG 20-008
Phone:
Project Number .. - Execution Date Completion Date _...
CFW #36219 15-Jan-2020 31-Dec-2023
Project Title � ..�..... .. ......�
New Maximum Amount Payable
Pacific Hqy Non -Motorized Corridor - 16th Ave S (S 308th St to S 288th St) $ 790,332.66
Description of Work
Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The
non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the
roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The
segments of the trail located off -roadway will include pedestrian -scale illumination for safety.
The Local Agency of City of l-ederal..W4-11_
desires to supplement the agreement entered in to with .KPFF .Inc:_
and executed on 15-Jan-2020 and identified as Agreement No. ACT 20-008 �.
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 is amended to add the additional services listed in Exhibit A-1.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read; The completion date is extended to 31�e,o-2Q23 _ _ ........
III
Section V, PAYMENT, shall be amended as follows:
The payment is amended per Exhibit D-1 and Exhibit E-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; Sean B� ttie;...: E., I PFF, Inc.
......_ on .... sultana . ....r
-mmign_.ature
DOT Form 140-063
Revised 09/2005
Exhibit "A"
Summary of Payments
Basic
Supplement #1
Total
Agreement
Direct Salary Cost
$ 241,208.78
$ 33,886.71
$ 275,095.49
Overhead
$ 339,932.46
$ 49,140.15
$ 389,072.61
(Including Payroll Additives)
Direct Non -Salary Costs
$ 43,635.91
$ 0.00
$ 43,635.91
Fixed Fee
$ 72,362.64
$ 10,166.01
$ 85,528.65
Total
$ 697,139.79
$ 93,192.87
$ 790,332.66
DOT Form 140-063
Revised 09/2005
Exhibit A-1
Scope of Work
Amendment 1
PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR — 161n AVE S
AMENDMENT DESCRIPTION
This is an amendment to add scope to the design contract for the Pacific Highway South Non -
Motorized Corridor from S 308th Street to S 288th Street project. The add scope includes:
• project management for the extension of the design schedule
• project management coordination with Redondo Creek Culvert design team
• addition of a traffic circle at 304th Street
• existing ADA ramp documentation at Dash Point Rd
• modified crosswalk markings at Dash Point Rd
• traffic signal modifications at Dash Point Rd
• separating the trail project into two construction phases
DETAILED SCOPE OF WORK
TASK NO. Al - DESIGN SCHEDULE EXTENSION
Anticipated tasks include the following:
A1.0 — Project Management
The original design schedule has been extended by approximately nine months due to
coordination efforts such as: public outreach meeting schedules, Federal Way School
coordination, and WSDOT Chan Plan review requests. This work includes the project
management effort associated with the design schedule extension, including:
coordination, meetings, budget tracking and invoicing.
This work will also include effort associated with coordinating and providing WSDOT
additional "cursory" review submittals of the ADA ramps and signal improvements at the
Dash Point Rd crossing.
A1.1 — Coordination with Redondo Creek Culvert Project
This work includes direct coordination with GeoEngineers project team for the design of
the Redondo Creek Culvert upgrade project. KPFF will participate in up to 4
coordination meetings, prepare survey limits figure, trail cross -sections at culvert
location, and a profile view along the apparent culvert alignment. KPFF will also
coordinate for transfer of trail survey and design CAD files.
Page 1 of 3
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
TASK NO. A6 - CIVIL ENGINEERING
Anticipated tasks include the following:
A6.0 - Traffic Circle at 30411 Street
This work includes adding a traffic circle (mini roundabout) at the intersection of 304th
Street and 16th Ave S. Elements of this task include: AutoTurn analysis to confirm traffic
circle size and location, details for curb/gutter traffic circle, with pavement infill; new curb
returns and ADA ramp upgrades at the intersection corners, updated r/w boundaries and
r/w plans. The traffic circle will be designed based on Fed Way High School bus
template, assuming the bus cannot encroach onto the traffic circle.
A6.1 - Documentation of Exiting ADA Ramps at Intersection of Dash Point Rd
During the Plans for Approval review process, WSDOT requested that the team
document the ADA conditions at the northeast corner of SR 509 (Dash Point Rd) and
Redondo Way. While the proposed trail limits do not impact this ADA ramp, WSDOT
requested this documentation as part of their final approval. This scope of work includes
preparing a one -page memo and figure showing the existing conditions of the ADA
ramps at the northwest corner of the intersection at Dash Point Rd. This memo and
figure will be used to document that it would not be feasible to bring the sub -standard
ramp slopes up to code. This memo would be included as an attachment to the Basis of
Design document prepared under the original scope.
A6.2 - Modifications to All Existing Crosswalks at Dash Point Rd Intersection
During the Plans for Approval review process, WSDOT requested that all existing
crosswalk markings and stop bars be replaced at the intersection of SR 509 (Dash Point
- --Rd)and1-611 Ave-S-:--While the proposed -trail -project -- does not -impact -al [-these-
crosswalks and stop bars, WSDOT requested this upgrade as part of their final approval.
This work includes designing the removal and replacement of all four existing crosswalk
markings at the intersection of Dash Point Rd and Redondo Way/16th Ave S. This effort
includes coordination with WSDOT, and defining the new crosswalk markings. As
requested by WSDOT, the crosswalk markings will be designed to "align with direction of
travel, and have no partial markings."
A6.3 - Speed Humps along 161h Ave S
Update plans to include up to 4 speed humps along 161h Ave S. Exact quantity and
locations will be coordinate with City traffic engineer. The City standard detail for speed
hump will be used as basis of design.
A6.4 - Project Phasing Breakout
This work includes breaking the contract into two construction phases in order to meet
the construction grant funding schedule obligations. This work will include:
Separating CAD xref and Civil 3D files into the two separate files for each phase
Update beginning and end sheets for each plan series, matchlines
Separate typ. sections and details for each phase
Show Phase 1 design as "existing" on Phase 2 drawings
Update SOQ sheets to reflect phases
Create two separate contract provisions packages
Page 2 of 3
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
TASK NO. A5 - LANDSCPAPING
Anticipated tasks include the following:
A5.0 — Project Phasing Breakout
This work includes breaking the landscaping plans and special provisions into two
construction phases in order to meet the construction grant funding schedule obligations.
This work includes:
Separating the CAD xref files into two separate files for each phase
Updating the beginning and end sheets for each plan series, matchlines, and
accounting for design transitions from Phase I and II.
Separating the special provisions into two construction contracts
Quantifying and providing cost estimates for Phase I and II as two separate bids
Assumes no increase in public engagement or open house graphics.
Assumes that Phase I will be screened back and shown as existing on Phase II
drawings.
TASK NO. A9 - TRAFFIC ENGINEERING
Anticipated tasks include the following:
A9.0 — Signal Modifications at Dash Point Rd and Redondo Way/16th Ave
This work includes preparing plans and specifications for the proposed traffic signal
modification at the intersection of Dash Point Rd and Redondo Way, including pedestal
signal heads, camera detection, and new push buttons.
This also includes design for an electronic blank out sign to prohibit right turns on red for
the westbound right turning movement during the dedicated pedestrian phase. Regular
signal mounted signs prohibiting left turns will be installed for the remaining three right
turn movements.
See attached scope from Fehr & Peers for more details and assumptions.
A9.1 — Project Phasing Breakout
This work includes breaking the illumination plans and special provisions into two
construction phases in order to meet the construction grant funding schedule obligations.
This work includes:
Separating the CAD xref files into two separate files for each phase
Updating the beginning and end sheets for each plan series, matchlines
Separating the special provisions into two construction contracts
Preparing quantities and cost estimates for two separate construction phases
Page 3of3
FEH R�' PEERS
Date: June 4, 2021
To: Sean Battle, KPFF
From: Chris Grgich & Daniel Dye, Fehr & Peers
Subject: Pacific Highway Non -Motorized Path -Dash Point Road Crossing Signal
Modifications and Project Phasing Amendment
This scope serves as an addendum to the existing scope of work to add signal modifications at
Dash Paint Road & Redondo Way/ 1 111 Avenue, to accommodate a diagonal crossing from the
southwest corner to the northeast corner of the intersection, as well as additional effort to split
the project into two phases.
Fehr & Peers will complete plans, specifications and estimate for modifications to the traffic signal
to accommodate a new diagonal pedestrian crossing. A concept plans is attached for a graphical
representation of the signal modifications expected. Fehr & Peers will provide one plan sheet and
one schedule sheet to show the following modifications to the traffic signal:
1. Adjustment of pedestrian signal head angles on the existing signal poles on the
southwest and northeast corners to accommodate the diagonal crossing.
2. Upgrade of all existing pedestrian push buttons at the intersection to the current
standards
1 117 Hrr�� d,,v a_;i I uil �s '10 I �",au:,�i Tina, 'a�l/ 98-'10'- " 3� 17 d , rAArV h'hl rIi�_�dplk?.2II 9 (01-1)
q:>ao: :k_, IgiIIIm��Y r°Ga,m �',/kdorizcd Ir',Il Ifl II'dl
I
3. Two new pedestrian signal heads and push buttons on new poles on each corner to
accommodate separation between the diagonal crossing and the crossings of Dash Point
Road.
4. Addition of one GridSmart Bell Camera to serve as detection for the entire intersection,
replacing in -pavement loop detection that may be past the stop bar due to modifications
of the crosswalk alignments.
5. Design for an electronic blank out sign to prohibit right turns on red for the westbound
right turning movement during the dedicated pedestrian phase and regular no right turn
on red signs for the other three movements.
Task A9.1: Project Phasing Breakout
This work includes breaking the landscaping plans and special provisions into two construction
phases in order to meet the construction grant funding schedule obligations. This work includes:
1. Separating the CAD xref files into two separate files for each phase
2. Updating the beginning and end sheets for each plan series, matchlines
3. Separating the special provisions into two construction contracts
4. Preparing quantities and cost estimates for two separate construction phases
Assumptions
• No wiring diagrams will be included.
• No new operations analysis will be included above and beyond the previous scope of
work.
• No modifications will be made to existing vehicle signal heads.
• Existing conduits are adequately sized to accommodate additional wiring needed for new
ped heads, pedestrian push buttons, and the GridSmart Bell Camera. No new conduits or
trenching will be required.
• The City of Federal Way will provide record drawings of existing wiring and conduit at the
intersection. No additional site visit will be needed to verify existing conduit and junction
box space.
• Specifications for Sections 8-20 and 9-29 will be provided in word to be incorporated into
the overall project book.
• Engineer's estimate of cost will be provided lump sum for all work related to the signal.
The lump sum item, and lump sum cost will be incorporated into the overall project bid
sheets and engineer's estimate by KPFF.
lar. i( h_fig�'im.i Sip ar M(x.fihu:ahor11S
Ju.uurve4 "'021
]Deli'f!i able
• 85% Submittal Signal Sheets (up to 2 sheets), draft Specification Sections, and Signal
Modification Lump Sum Cost Estimate.
100% Submittal Signal Sheets (up to 2 sheets), Final Specifications Sections, and Final
Signal Modification Lump Sum Cost Estimate.
• Separate Phase 1 and Phase 2 100% Submittal illumination design sheets
Project Fee
We propose to complete this task pursuant to the current Cost -Plus Fixed Fee terms of our
contract for an additional total cost not to exceed $22,997.30, The additional scope items come in
the form of additional work on current Task 9.10-Task Management and a new task 9.40-Signal
Modifications Plan Sheets as shown in the attached fee table. The total compensation for the
previous tasks and this addendum is $81,669.30.
Project Schedifle
We propose to complete the 85% submittal for the signal modifications within two months of
notice to proceed and 100% submittals as shown in the overall project schedule.
If you have any further questions, please contact Daniel Dye at 253-343-0165 or
dA Y t :r
Attachments:
• Signal Modifications Markup
• Signal modifications Fee Table
SCB
9/29/2020
Fee Proposal
Pac Hwy Non -Motorized Corridor
6/412021
EXHIBIT D-1
Amendment 1 - Fee Estiamte Summary
Description
OFFLln
&Assoc
HWA
HBB
RES Group NW
F&P
Total Cost
Task Al
Task A2
Task A3
Projed Management& Admin
Survey
Environmental/Permitting
$ 5,011 3Z''
S
$
$ 5.011.32
$
$
TaskA4
GeotechnicalEngineering
$
$
Task A5
Landscaping
S 2.501,00
$ 2.501.00
Task A6
Civil Engineering
$ 18,757.12
$ 18.757.12
Task A7
Structural Engineering
S
$
Task A8
Right -of -Way
$
$
Task A9
TaskA10
Traffic Engineering
ConstructabilitylPhasin 1CoslEst.
S
$ 7,617.27
$ 7,617.27
$
Total Direct Cost by Firm
$ 23,768.44
$
$
$ 2,501.001
$
$ 7,617.27
$ 33,886.71
Overhear Rate
137.21%
152,87%
175.44%
137,25%
48,86%
171.91%
Overhead Cost
S
32,612.66
$ -
$ -
$
3,432.62
$
$
13,094.85
S
49,140 15
Fee
30% 1
30%
30%
30%
30%
30%
Fee Cost
S
7,130,53
$
I$
$
750.30
$
$
2,285.18
S
10,166,01
Total Cost
$
63,511.65
$
1$
$
6,683.92
$
's
22997.30 $
93,192.87
Reimbursable Costs by Firm
$
$
$
$
$
w' Ubtt 1i
T $
63,,511.65 1
$
I $ -.
$
6,683.921
$ .•.
$
....
22,997.30 i.$
93„192.87
[Management Reserve
$
Total Estimaled Budget
$
93,192.87
Perceninoes
Firm
Fee
%
UDBE
KPFF
$ 448,550,57
57%
0%
LIN
$ 99,645.52
13%
13%
HWA
$ 69,226,04
9%
9%
HBB
$ 65.242.89
n.
01%
RES
$ 25,997.75
3%
3%
FP
$ 81,669.90
10%
0%
Total $ 790,332.9 100% 25%
9% Min
UDBE
UDBE
UDBE
3'Yiiiginalllen, 3 1697,139"M
New II:aep, c 790,332 66
Page 1 of 1
Fee Proposal
Pac, Hwy Non -Motorized Corridor
KPFF Consulting Engineers (Prime)
6/412021
P,o;ect
Structural
lEngineer.PE
Senior
Project
Total
Total Direct
Description
P"_'_
�11g'12�
Manager
CivilLeadLead
Engineer ER
Ecologist
Rio. lngial
Coordinator
Mn.hAmW
Hours
Sala 2 Cost
Direct pale:_2L
,
$ 6d,90
6410
$ 72,1211
4566
$ 33.32
1 42.69
$ 36.00
S 42.23
5 33,00
$ 28,4X)
.........
Task
Al
Peoed Management & Adrnln
A 1.0
f Involess & Progfm Rpto
16
W,
$ 3,77 31 ly)
A 1.1
Coor0gon with RodGndo Crook C wtvvrt P*w
10
6
6
$ 1 M32
S
0
0
.
. . . . . . ................
0
Sub-104al
88
5,011.32
Task
A2
Survey
Task
A3
EnvironmentallPenntding
Task
A4
Geortechnical Engineering
Task
AS
Landscaping
Task
A6':Civil
Engineering
--A;T—
Traffic Circk
12
11
24
12
in
—$ 0-77 7
_77—v7j
—TF7
,
-
4
2f,
;..F171., all
31
76
U
11
—7
.
. . .... . . ................
suorviat
NT—
Task
A7
Structural Engineering
Task
A8
Right -of -Way
.
. . ................
Task
A9
Traffic Englitsering
rasi
All)
Construclablilty/PhasingfCost Est.
Total
Hours per person
0
119
so
0
1211
30
I T
Coal Per Pn
$
—7
r�) to
7 1 ;;dq
2R,
is 2576&U
%
JW(AFw
TPUI fuNy Burdo"d Cost 45
REWBU RSARIES
I I I .— " RZT.Uini— Totals
IT,X91 Prime Consobot Cost $ 01511 .. I
=al SUbconsuitant caro $ 291681221
G'aRat Pro act Cr st $ 93,192 V I
Page 1 of 1
Fee Proposal EXHIBIT E-1
Pac Hwy Non -Motorized Corridor
HBB Landscape Architects
6/4/2021
---
. .......
MR
. . . . . . . . . . . . . . . . . . .
TWAA FAV OwWOOM GM
.. . ..........
�1 sm
n
W"r, RRT5 I Ow pf
c—JFOI cosu S
Page 1 f 1
.. . ..........
�1 sm
n
W"r, RRT5 I Ow pf
c—JFOI cosu S
Page 1 f 1
�1 sm
n
W"r, RRT5 I Ow pf
c—JFOI cosu S
Page 1 f 1
n
Page 1 f 1
Fee Proposal
Pee Hwy Non -Motorized Corridor
Fehr & Peers (Traffic)
S1419021
mmmm
. . . . . .....................
L -------- J� 11 1
r*juwx�nw
T�,,tF, Lad
I.Vm
T.U4 Fmv B.sdmd Coal
mlp30
Page 1 of 1
6/17/2021 Corporations and Charities System
.ii -,= ss M?%and Charities Filing System
I:11FiI.1*1111f.'eUwLitI$] ZI
Business Name:
KPFF, INC.
UBI Number.
578 063 612
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
1601 STH AVE, STE 1600, SEATTLE, WA, 98101. UNITED STATES
Principal Office Mailing Address:
1601 STH AVE, STE 1600, SEATTLE, WA. 98101, UNITED STATES
Expiration Date:
07/31/2021
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
07/26/1963
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
PROFESSIONAL, SCIENTIFIC & TECHNICAL SERVICES
REGISTERED AGENT INFORMATION
Registered Agent Name:
REPORTING CENTER MANAGER
Street Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
Mailing Address:
1601 STH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
JOHN
CAVAN
GOVERNOR
INDIVIDUAL
NIKHIL
KALGHATGI
GOVERNOR
INDIVIDUAL
RICHARD
DAVIS
Back
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessl nformation
1/2
6/17/2021
Corporations and Charities System
Filing History Name History Print Return to Business Search .
hftps://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 2/2
6/17/2021
4�as�ingt:�r� `.are Deoartn,eni of Revenue
< Business Lookup
License Information:
Entity name:
KPFF, INC.
Business name:
KPFF CONSULTING ENGINEERS
Entity type:
IulroBit G;:cx-poraablo n
UBI #-
578-063-612
Business ID:
001
Location ID:
0001
Location:
Active
Location address:
1601 STH AVE
Washington State Department of Revenue
STE 1300
SEATTLE WA 98101-3601
Mailing address: 1601 5TH AVE
STE 1300
SEATTLE WA 98101-3601
Excise tax and reseller permit status:
Secretary of State status:
Endorsements
Endorsements held at this location License # Count
3aaicnt nicBge p iaacd G'iT,nlneraai
43926
V;Beffl ngh alm General II;BII.asline ssr
029320
Burden General IBusiness -
13029
Resident
haudevaai WaayG:wa,surocsmi Business -
63-000003-00-B1
Non Resident
lssHaac:Boaa h General IIBua i na.ss .
Man lResident
VwfiHaand G" e ne aai Ilinu uuna':ss - Pion
OBL26559
Resident
Lake Stevens G;Gei nc Imi Business
Non -Resident
Longview GGene=.IrA Business -
428936
haul n-iRcn^ude*Irnk
New search Back to uaxsuits
Mtea
Details sa u,11AI ,„
!:,4p m awion iiate
Fhst is,uwalinc d w9
Active
Jul-31-2021
Apr-15-2013
Active
Oct-06-2003
ciive
Jul-31-2021
Feb-13-2018
diver
Jul-31-2021
Dec-20-1999
FB,aa,live
Jul-31-2021
Jun-29-2016
Active
Jul-31-2021
Jan-06-2019
Active
Jul-31-2021
Jul-27-2012
Active
Jul-31-2021
Feb-25-2020
hftps://secure.dor.wa.gov/gteunauth/—/#2 1/2
6/17/2021
Washington State Department of Revenue
Endorsements held at this location License #
Count f)et'Alk statub
Expiration date
First issuance clat
MerceIlsbind Geneirall Busness 200433
Acflvcu
Jul-31-2022
May-11-2020
Wain Renudent
Mount Veqrnan Geneiral Business
A( tive
Jul-31-2021
Mar-14-2017
.1 Non Resident
Newcastle Geirw1rai Bw;iness 1804
Ac bive
Jul-31-2021
Mar-05-2007
Non- Resdent
NoTffi Bend General Busir".Ss 020056.0
Active
Jul-31-2021
Mar-12-2020
Non Resident
(Ayrnpia (3enerai Bwslines% - Non- 39335
Active
Jul-31-2021
Oct-17-2019
Resklent
Pmt 001hard Generai Bminess
Active
Jul-31-2021
Jan-30-2013
Non Res�deift
Redmond Geneirall Business - RED09-000136
Active
Dec-31-2021
Apr-24-2009
Non -Resident
Governing PeopleMayinduct. gowning pwple not
reghlemd with S—Wry afStuft
Governing people
Title
DAVIS, RICHARD
GAVAN, JOHN
KALGHATGI, NIKHIL
Registered Trade Names
Registered trade names
st'dus
i1rst i^�sued
KPFF CONSULTING ENGINEERS
Active
May-23-2000
View Addkionall 11 ocadons
The Business Lookup information is updated nightly. Search date and time: 6/17/20218:38:43 AM
contact us
i km are we daing?
Nhkv ouir surveyl
Don't see what you expEx1ed?
Check if yocir brow,.mr is sulpIpsPirted
hftps://secure.dor.wa.gov/gteunauth/,t#2 2/2
I �
I
111111013
December 20, 2019
Christine Mullen
Senior Capital Engineer
City of Federal Way Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
RE: Pacific Highway Non -Motorized Corridor
Signing Authority
Dear Ms. Mullen:
Thank you for the opportunity to provide engineering services to the City of Federal Way under this
contract. KPFF is submitting formal notification that Sean Battle, PE, with the title of Associate, has
authority to execute this contract.
Please let me know if you require further information.
Sincerely,
r
li hli Kalgha i,SE
CFO
1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 206-622-5822 Iipff.com
RETURN TO: PW ADMIN EXT: 2700 ID #:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIv: PUBLIC WORKS / CAPITAL AL ENGINEERING
2. ORIGINATING STAFF PERSON`: C1PIS TINE MULL EN EXT: Y,2 23 3. DATE REQ. RN ASAP
3. TYPE OF DOCUMENT (CHECK ONE): Chrb*e- Is On uaca 10n UnfII
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) 06-J -2020 If reuiew is
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT done earier f fhiS e,
PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT please refurn f0 Sarah Hawid
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
PROJECT NAME" PAGFIC I-IIGHWA(.J NON -MO TORZED CORRIDOR -16 rH AVE.S (S 308 Fi i ST TO � 288 TH S I')
NAME OF CONTRACTOR: K p i-, INC,
ADDRESS: 1F 1 ,L T""'1600 1812L, \A/A 2,810TELEPHONE:
E-MAIL: FAX:_ ... ....
SIGNATURE NAME: TITLF;.
EXHIBITS AND ATTACHMENTS:
REFERENCED EXHIBITS El
CFW LICENSE #
. TERM: COMMENCEMENT
❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
EXP. 12/31/ UBI # , EXP.
i,..)'P0N EXECUTION
COMPLETION DATE: 31-DEC-2021
TOTAL COMPENSATION: Sm 699,139 99 ............._ (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: X YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES 14 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT ,NIA ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
PURCHASING: PLEASE CHARGE TO: D36219-24110
9. Doc� MENT/ CONTRACT REVIEW
PROJECT MANAGER
DIVISION MANAGER
DEPUTY DIRECTOR
DIRECTOR
RISK MANAGEMENT (IF APPLICABLE)
I LAW DEPT
'M 0. COUNCIL APPROVAL (IF APPLICABLE)
INITIAL, / DATE REVIEWED
rim 20 )ec-2019
-ta
INITIAL / DATE APPROVED
SCHEDULED COMMITTEE DATE: NIA COMMITTEE APPROVAL DATE.: N/A
SCHEDULED COUNCIL DATE: N/A COUNCIL APPROVAL DATE: N/A
1'1. CONTRACT SIGNATURE ROUTING A gq
"SENT"' ft7VI`NDOId/I:`ONTRAC-rOR DATE SENT: 11 DATEREC'D
ra AI°'TACI-1. 'SIGNATt,IRE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
c FINAN As` Di PAk'rmI--,C' T
ILAW DEPT
" (MAYOR OIi, DIRECTOR)
'I.;I7 I I FRK.
ASSIGNED AG #
SIGNED Copy RLTURNFD(.,kC. `I
❑ RETURN ONE ORIGINAL vs O
IirN S; r- e
DATE SENT: V_ MI""
This is ra sfurudard WSDOT Po et We carmo f dun u l-_
The scone 4 fees, Vim been orepored btl The consull-anF We htaue a (,,dp ue.rsion of fhe doclemen.F
1 /20I 8
Local Agency A &E Professional Services
Cost Plus Fixed Fee Consultant Agreement
Agreement Number: AG -
Firm/Organization Legal Name (do not use dba's):
KPFF, Inc.
Address Federal Aid Number
1601 5th Avenue, Suite 1600, Seattle, WA 98101 STPUL-0099(145)
UBI Number Federal TIN or SS .................. _...
N Number
578063612 91-0755897
......... ...................
Execution Date Completion Date
Dec 31, 2021
..� wwwww...
1099 Form Required Federal Participation
❑ Yes ❑i No ❑i Yes ❑ No
Project Title
Pacific Highway Non -Motorized Corridor - 16th Ave S (S 308th St. to S 288th St.)
Description of Work
Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The
non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the
roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The segments
of the trail located off -roadway will include pedestrian -scale illumination for safety.
❑/ Yes 9% Min ❑ No DBE Participation Total Amount Authorized: $697,139.79
❑ Yes ❑i No MBE Participation Management Reserve Fund: $0.00
❑ Yes 0 No WBE Participation
Maximum Amount Payable: $697,139.79
❑ Yes No SBE Participation
Index of Exhibits
Exhibit A Scope of" -wore
Exhibit B DBE Participation/SBE Plan
Exhibit C Preparation and Delivery of Electronic Engineering and Other Data
Exhibit D Prime Consultant Cost Computations
Exhibit :1: Sub -consultant Cost Computations
Exhibit F Title VI Assurances
Exhibit G Certification Documents
Exhibit 1..1
Exhibit.[ Alleged Consultant Design Error Procedures
Exhibit ,D Consultant Claim Procedures
Agreement Number: AG -
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14
Qovicafi nRli-sugnia
THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this
AGREEMENT, between the City of Federal Way
hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this
AGREEMENT, hereinafter called the "CONSULTANT."
WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1)
of this AGREEMENT and hereafter called the "SERVICES;" and 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; and
WHEREAS, the CONSULTANT represents that they comply 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:
I. General Description of Work
The work under this AGREEMENT shall consist of the above -described SERVICES as herein defined, and
necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor,
and related equipment and, if applicable, sub -consultants and subcontractors necessary to conduct and complete the
SERVICES as designated elsewhere in this AGREEMENT.
II. General Scope of Work
The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit "A" attached
hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed
utilizing performance based contracting methodologies.
III. General Requirements
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, and/or
individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress,
and presentation meetings with the AGENCY and/or such State, Federal, Community, 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 required hours or days'
notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A."
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will
outline in written and graphical form the various phases and the order of performance of the SERVICES in
sufficient detail so that the progress of the SERVICES can easily be evaluated.
The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under
this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State
of Washington.
Agreement Number: AG
Local AgencyABE Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14
Rovicorl nR/15/9n1Q
Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per
49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the
commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be
shown on Exhibit "B" attached hereto and by this reference made part of this AGREEMENT. If the Prime
CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF)
regulation outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30% of the
total amount of this AGREEMENT. It is recommended, but not required, that non -DBE Prime CONSULTANTS
perform a minimum of 30% of the total amount of this AGREEMENT.
In the absents of a mandatory UDBE, a voluntary SBE goal amount of ten percent of the Consultant Agreement is
established. The Consultant shall submit a SBE Participation Plan prior to commencing work. Although the goal is
voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not.
The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms (including Prime)
involved with this AGREEMENT into the wsdot.diversit cote )liance,cor-n program. Payment information
shall identify any DBE Participation. Noji-niii1ority, woman owned DBEs does riot count towards UDBE goal
attainment.
All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned.
All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C —
Preparation and Delivery of Electronic Engineering and other Data."
All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared
by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for
these SERVICES, and are the 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 SERVICE, shall
be without liability or legal exposure to the CONSULTANT.
Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other
party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below:
If to AGENCY:
Name: Christine Mullen, PE
Agency: City of Federal Way, Public Works Dept.
Address: 33325 8th Ave S
City: Federal Way State: WA Zip: 98003
Email: christine.mullen@cityoffederalway.com
Phone: (253) 835-2723
Facsimile: n/a
IV. Time for Beginning and Completion
If to CONSULTANT:
Name: Sean Battle, PE
Agency: KPFF, Inc.
Address: 1601 5th Avenue, Suite 1600
City: Seattle State: WA Zip: 98101
Email: sean.battle@kpff.com
Phone: (206) 622-5822
Facsimile: (206) 622-8130
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by
the AGENCY. All work under this AGREEMENT shall b -completed by the date shown in the heading of this
AGREEMENT titled "Completion Date."
The established completion time shall not be extended because of any delays attributable to the CONSULTANT,
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, 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.
Agreement Number: AG -
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Page 3 of 14
Arimamant Ravicad nA115/9n10
V. Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT
as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES
rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES,
specified in Section II, "Scope of Work". The CONSULTANT shall conform to all applicable portions of 48 CFR
Part 31 (www.ecfr.gov). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits
"D" and ` E" and by this reference made part of this AGREEMENT.
A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the
CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, indirect cost rate,
and direct non -salary costs.
1. Direct (RAW) Labor Costs: The Direct (RAW) Labor 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. The CONSULTANT shall maintain support data to verify the
direct salary costs billed to the AGENCY.
2. Indirect Cost Rate (ICR) Costs: ICR Costs are those costs, other than direct costs, which 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 ICR rates shown in attached Exhibits "D" and "E" of this AGREEMENT. Total
ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT
the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this
AGREEMENT, when accumulated with all other Actual Costs.
A summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits "D" and
"E", attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT (prime and
all A&E sub -consultants) will submit to the AGENCY within six (6) months after the end of each firm's
fiscal year, an ICR schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.)
for the purpose of adjusting the ICR rate for billings received and paid during the fiscal year represented by
the ICR schedule. It shall also be used for the computation of progress payments during the following year
and for retroactively adjusting the previous year's ICR cost to reflect the actual rate. The ICR schedule will
be sent to Email: ConsultantRates@wsdot.wa.gov.
Failure to supply this information by either the prime CONSULTANT or any of their A&E sub -consultants
shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required
information is received and an overhead rate for billing purposes is approved.
The AGENCY's Project Manager 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 ICR
rate, if they so desire.
3. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the
CONSULTANT. (excluding Meals, which are reimbursed at the per diem rates identified in this section)
These charges may include, but are not limited to, the following items: travel, printing, long distance
telephone' supplies, computer charg s and: fees -of sub --consultants. Air of train travel -Nvill b� reimbursed
only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall
comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in
accordance with WSDOT's Accounting Manual M 13-82, Chapter 10 — Travel Rules and Procedures, and
revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal
Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non -Salary Costs shall include an
itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain
the original supporting documents in their office. Copies of the original supporting documents shall be
supplied to the AGENCY upon request. All above charges must be necessary for the services provided
under this AGREEMENT.
Agreement Number: AG -
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14
aPtlicari nwix;/2nio
4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in attached Exhibits "D"
and "E" of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and
the estimated person -hours required to perform the stated Scope of Work. In the event the CONSULTANT
enters into a supplemental AGREEMENT for additional work, 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 billings. 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 entitled "Termination of Agreement."
5. Management Reserve Fund (MRF): The AGENCY may desire to establish MRF to provide the Agreement
Administrator with the flexibility to authorize 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 $100,000 or
10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included
for the MRF is shown in the heading of this AGREEMENT. This fund may not be replenished. Any
changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII,
"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, and
the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in
Section XIII, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT.
B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of
Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings
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 billings will be supported by an itemized
listing for each item including Direct (RAW) Labor, Direct Non -Salary, and allowable ICR Costs to which will
be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for
CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of
recording the names, titles, Direct (RAW) Labor rates, 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, if applicable, upon receipt of all PS&E, plans, maps, notes, reports, electronic data 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 claims for payment, which the CONSULTANT may have
against the AGENCY unless such claims are specifically 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 sucli claims,
The payment of any billing will not constitute agreement as to the appropriateness of any item and 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 thirty (30) calendar 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. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to
begin the appeal process to the AGENCY for audit findings.
Agreement Number: AG
Local AgencyABE Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14
RAwicp.i nRiis;12nia
D. Inspection of Cost Records: The CONSULTANT and their sub -consultants shall keep available for inspection
by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final
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 AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and
accounts shall be retained until such litigation, claim, or audit involving the records is completed.
An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the
State Auditor, WSDOT's Internal Audit Office and/or at the request of the AGENCY's Project Manager.
VI. Sub -Contracting
The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by
this reference made part of this AGREEMENT.
The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without
prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY
and sub -consultant, any contract or any other relationship.
Compensation for this sub -consultant SERVICES shall be based on the cost factors shown on Exhibit "E" attached
hereto and by this reference made part of this AGREEMENT.
The SERVICES of the sub -consultant shall not exceed its maximum amount payable identified in each sub -
consultant cost estimate unless a prior written approval has been issued by the AGENCY.
All reimbursable direct labor, indirect cost rate, direct non -salary costs and fixed fee costs for the sub -consultant
shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be
memorialized in a final written acknowledgement between the parties.
All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require
each sub -consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With
respect to sub -consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE's
Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT, sub -recipient, or sub -consultant shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the
termination of this AGREEMENT or such other remedy as the recipient deems appropriate.
VII. Employment and Organizational Conflict of Interest
The CONSULTANT warrants that they have 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 CONS`UI-TANT, any
fee, commission, percentage, brokerage fee, gift, -or any other consideration, 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 discretion, to deduct from this 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
CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's
Agreement Number: AG
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14
Rovica.i nwi vgnio
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 this
AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this
AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly
retired employees, without written consent of the public employer of such person if he/she will be working on this
AGREEMENT for the CONSULTANT.
VIII. Nondiscrimination
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub -consultants,
subcontractors and successors in interest, agrees to comply with the following laws and regulations:
• Title VI of the Civil Rights Act of 1964
(42 U.S.C. Chapter 21 Subchapter V § 2000d
through 2000d-4a)
• Federal -aid Highway Act of 1973
(23 U.S.C. Chapter 3 § 324)
• Civil Rights Restoration Act of 1987
(Public Law 100-259)
• American with Disabilities Act of 1990
(42 U.S.C. Chapter 126 § 12101 et. seq.)
• 23 CFR Part 200
• Rehabilitation Act of 1973 • 49 CFR Part 21
(29 U.S.C. Chapter 16 Subchapter V § 794) • 49 CFR Part 26
• Age Discrimination Act of 1975 • RCW 49.60.180
(42 U.S.C. Chapter 76 § 6101 et. seq.)
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F"
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in
every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations
or directives issued pursuant thereto.
IX. Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten
(10) 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 for actual hours charged and any appropriate
fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non -salary costs incurred up to
the time of termination of this AGREEMENT.
No payment shall be made for any SERVICES completed after ten (10) days following receipt by the
CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice
ofTermination exceeds the total a n ut t that would be -due when computed as set forth in paragraph two (2) ofthis
section, 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 CONSULTANT,
the above formula for payment shall not apply.
In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the
AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES
to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to
Agreement Number: AG -
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14
RAvicp.i nAll-RIM10
date of termination, whether that SERVICE 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 SERVICES required and the
time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES
performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the
amount, which would have been made using the formula set forth in paragraph two (2) of this section.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to
perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed
for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default
clauses listed previously.
The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member,
partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and/or
other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee.
The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or
more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The
CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT
unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s)
of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT
as set forth in the second and third paragraphs of this section.
Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of
any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the
CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY.
Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement 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 completed work of this AGREEMENT as
necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find
it desirable for its own purposes to have previously satisfactorily completed SERVICES 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 XIII "Extra Work."
XI. Disputes
Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within
10 days 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 judicial review. If the
p hies to this AGREEMENT miltuallyagree, disputes concealing alleged design_ errors will be conducted Under
the procedures found in Exhibit "J". In the event that either party deem it necessary to institute legal action or
proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior
Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto
agree that all questions shall be resolved by application of Washington law and that the parties have the right of
appeal from such decisions of the Superior Court in accordance 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.
Agreement Number: AG -
Local AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14
Rpllicari nRilR12n1a
XII. Legal Relations
The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this
AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of
Washington.
The CONSULTANT shall defend, indemnify, and hold The State of Washington (STATE) and the AGENCY and
their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part
from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the
CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons
for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT
to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold hannless
the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon
the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their
agents, officers, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom
the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused
by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT's agents, employees,
sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally
liable, and (b) the STATE and/or AGENCY, their agents, officers, employees, sub -consultants, subcontractors and or
vendors, of any tier, or any other persons for whom the STATE and or AGENCY may be legally liable, the defense
and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or
the negligence of the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier,
or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any
AGREEMENT between CONSULTANT and any sub -consultant, subcontractor and vendor, of any tier.
The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers
and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the
alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents,
proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's
agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the
CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any
use in connection with the AGREEMENT of methods, processes, designs, infonnation or other items furnished or
communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT;
provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly
improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or
inventions resulting from STATE and/or AGENCY's, their agents', officers' and employees' failure to comply
with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and
employees by the CONSULTANT, its agents, employees, sub -consultants, subcontractors or vendors, of any tier, or
any other persons for whom the CONSULTANT may be legally liable.
The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor.
Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole
discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and
examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or
any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT.
The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own
employees or its agents against the STATE and /or 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. This waiver has been mutually negotiated between the Parties.
Agreement Number: AG
Local AgencyABE Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14
QAvicad nRIVY2n1a
Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of
construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable
supplemental AGREEMENT, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract
administration. 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 this AGREEMENT, or as otherwise
required, the following insurance with companies or through sources approved by the State Insurance
Commissioner pursuant to Title 48 RCW.
Insurance Coverage
A. Worker's compensation and employer's liability insurance as required by the STATE.
B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum
limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the
aggregate for each policy period.
C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for
any "Auto" (Symbol 1) used in an amount not less than a one million dollar ($1,000,000.00) combined single
limit for each occurrence.
Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and
AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub -
consultant and/or subcontractor as an additional insured (the "AIs"), with no restrictions or limitations concerning
products and completed operations coverage. This coverage shall be primary coverage and non-contributory and
any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured
coverage required hereunder. The CONSULTANT's and the sub -consultant's and/or subcontractor's insurer shall
waive any and all rights of subrogation against the AIs. 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 fourteen (14) days of the
execution of this AGREEMENT to:
Name: Christine Mullen, P.E.
Agency: City of Federal Way, Public Works Dept.
Address: 33325 8th Ave S
City: Federal Way State: WA Zip: 98003
Email: christine.mullen@cityoffederalway.com
Phone: (253) 835-2723
Facsimile: n/a
No cancellation of the foregoing policies shad be effective without thirty 1'3�0) days prior notice to the AGENCY
Y
The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to
section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the
authorized AGREEMENT amount or one million dollars ($1,000,000.00), whichever is greater, unless the limit of
liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional
liability to third parties be limited in any way.
Agreement Number: AG
Local AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14
i7awca.i nRiisignia
The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party,
and no third party beneficiary is intended or created by the execution of this AGREEMENT.
The AGENCY will pay no progress payments under section V "Payment Provisions" until the CONSULTANT has
fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is
available to it under other provisions of this AGREEMENT, or otherwise in law.
XIII. Extra Work
A. The AGENCY may at any time, by written order, make changes within the general scope of this 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 SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise
affects any other terms and conditions of this 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 this AGREEMENT accordingly.
C. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as "CLAIM,"
under this clause within thirty (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 this AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing
in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions 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.
XIV. Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering
data furnished by them.
XV. Federal Review
The Federal Highway Administration shall have the right to participate in the review or examination of the
SERVICES in progress.
XVI. Certification of the Consultant and the Agency
Attached hereto as Exhibit "G-1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit
"G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered
Transactions, Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
and :exhibit "G-4" Certificate _ofCurrent Cost or Pricing Data. Exhibit `&Y' is required only in AGPEEMEN T's
over one hundred thousand dollars ($100,000.00) and Exhibit "G-4" is required only in AGREEMENT's over
five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and
submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General
Requirements" prior to its performance of any SERVICES under this AGREEMENT.
Agreement Number: AG
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14
Ravi¢ad nR11519n10
XVII. Complete Agreement
This document and referenced attachments contain 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, representation, 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 a supplement
to this AGREEMENT.
XVIII. Execution and Acceptance
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 AGREEMENT's contained in the proposal, and the supporting material
submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and
conditions thereof.
XIX. Protection of Confidential Information
The CONSULTANT acknowledges that some of the material and information that may come into its possession
or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt
from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state
or federal statutes ("State's Confidential Information"). The "State's Confidential Information" includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles,
credit card information, driver's license numbers, medical data, law enforcement records (or any other information
identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security
data, non-public Specifications, STATE and AGENCY non -publicly available data, proprietary software, State
security data, or information which may jeopardize any part of the project that relates to any of these types of
information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence
and not to make use of the State's Confidential Information for any purpose other than the performance of this
AGREEMENT, to release it only to authorized employees, sub -consultants or subcontractors requiring such
information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer,
sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent
or as provided by law. The CONSULTANT agrees to release such information or material only to employees,
sub -consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have
been previously approved by the AGENCY The CONSULTANT agrees to implement physical, electronic, and
managerial safeguards to prevent unauthorized access to the State's Confidential Information.
Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's
option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential
Information; or (ii) returned all of the State's Confidential Information to the AGENCY, or (iii) take whatever other
steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information.
As regUired under Executivc_Order IIIJ 03, the CON SU.LTANT � hall. mnaintain a log docu:n-,lenti.ng the to] lowing:
the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which
the State's Confidential Information was received; who received, maintained and used the State's Confidential
Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall
be subject to inspection, review, or audit upon reasonable notice from the AGENCY.
The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information
collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or
investigating may include, but is not limited to, salting databases.
Agreement Number: AG -
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14
Rcvicorl nwi-ril2ma
Violation of this section by the CONSULTANT or its sub -consultants or subcontractors may result in termination of
this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties.
It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which
is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the
confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing
such proprietary and/or confidential information shall be clearly identified and marked as "Confidential" and shall
be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT.
The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential
and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such
confidential or proprietary material is developed. "Proprietary and/or confidential information" is not meant to
include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully
disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party;
(iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by
unaffiliated third parties engaged in the same business or businesses as the CONSULTANT.
The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure
laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/
or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a
public disclosure request is made to view materials identified as "Proprietary and/or confidential information" or
otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such
records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent
jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the
AGENCY will release the requested information on the date specified.
The CONSULTANT agrees to notify the sub -consultant of any AGENCY communication regarding disclosure that
may include a sub -consultant's proprietary and/or confidential information. The CONSULTANT notification to the
sub -consultant will include the date that such records will be released by the AGENCY to the requester and state
that unless the sub -consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure
the AGENCY will release the requested information. If the CONSULTANT and/or sub -consultant fail to obtain
a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive
and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages,
liabilities, or costs associated with the AGENCY's said disclosure of sub -consultants' information.
XX. Records Maintenance
During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years
from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all
"documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents"
pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place
of business during nonnal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall
cooperate with AGENCY and assist in the production of all such documents, "D cuinents" ;hall be retained until, all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past
the six (6) year retention period.
For purposes of this AGREEMENT, "documents" means every writing or record of every type and description,
including electronically stored information (`BSI"), that is in the possession, control, or custody of the
CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENT `s,
appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten
notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records,
work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings,
Agreement Number: AG
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14
Rnvicuff nall-RI 10
tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or
telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or
description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the
CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original,
or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original.
For purposes of this AGREEMENT, "ESP' means any and all computer data or electronic recorded media of any
kind, including "Native Files", that are stored in any medium from which it can be retrieved and examined, either
directly or after translation into a reasonably useable form. ESI may include information and/or documentation
stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe
Acrobat, SQL databases, or any other software or electronic communication programs or databases that the
CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup
tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other
electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any
personal devices used by the CONSULTANT or any sub -consultant at home.
"Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is normally
created, viewed, and /or modified.
The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in
relation to this AGREEMENT and bind the sub -consultant to its terms, unless expressly agreed to otherwise in
writing by the AGENCY prior to the execution of such subcontract.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
"Execution Date" box on page one (1) of this AGREEMENT.
Signature Authorized Signer
KPFF, Inc.
Ferrell May..
Sign r Jim , .or
City of Federal Way
APPROVED AS TO FORM:
J J. Ryan Call
...'...Ci........ ty Attorney
Date
Date
Agreement Number: AG
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14
Rcvicad nR1iS/9n1Q
See attached, Exhibit A
Scope of Work
Project No. 219
Agreement Number: AG
Exhibit A - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
Exhibit A
Scope of Work
PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR — 161h AVE S
PROJECT DESCRIPTION
This project involves construction of a non -motorized shared -use path along the Pacific
Highway South corridor from S 308th Street to S 288th Street. The non -motorized improvements
will consist of a path/trail that for portions of the alignment will follow parallel to Pacific Highway
S and for portions of the alignment will be located within the (partially unopened) right-of-way for
16th Ave S. The segments of trail located off -roadway will include pedestrian -scale illumination
for safety.
Currently the project is only funded for design, but a future right-of-way phase will be required to
secure rights through existing utility easements. There is a 9% UDBE goal for the Preliminary
Engineering Phase of this project.
PROJECT OBJECTIVES
The goal of this project is to provide the plans, specifications and cost estimate (PS&E) and
permitting documents necessary for right-of-way acquisition and construction of the non -
motorized path. It is anticipated that enough design will be completed in time for the City to
apply for 2022/2023 construction grant funding in the next PSRC funding cycle (applications due
Spring 2020).
This scope of work does not include right-of-way acquisition or construction phases of the
project. Management and support services during right-of-way acquisition and construction may
be added as a supplement to this agreement at a later date.
ANTICIPATED SCHEDULE
Notice to proceed for the design is anticipated by mid -January 2020. The following dates have
been estimated pre -contract and will be updated as the preliminary design is completed and
final design / document approval continues.
• Topo and Geotech Surveys
Alternative Analysis
• 30% Submittal to City
To include construction and r/w cost:
Chan Plans for Approval
85% Submittal to City
100% Submittal to City
WSDOT H&LP PS&E Review
Final Bid PS&E to City
NEPA
Permitting
Prelim Project Funding Estimate
January through February 2020
March 2020
April 2020
May 2020
TBD
TBD
TBD
March through Sept 2020
April through Nov 2020
April 2020
Page 1 of 25
• Final Project Funding Estimate
• Right -of -Way Acquisition
PROJECT TEAM
The project team includes::
Owner
Prime Consultant
Structural Engineering
Civil Engineering
Environmental/Permitting
Geotechnical Engineering
Traffic Engineering
Surveying
Right -of -Way
Landscaping and Hardscaping
Cultural Resources (if needed)
TBD
TBD
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
City of Federal Way (City)
KPFF Consulting Engineers (KPFF)
KPFF Consulting Engineers (KPFF)
KPFF Consulting Engineers (KPFF)
KPFF Consulting Engineers (KPFF)
HWA GeoSciences, Inc. (HWA)
Fehr & Peers (F&P)
Lin & Associates (LIN)
RES Group NW (RESGNW)
HBB Landscape Architecture (HBB)
Historical Research Associates (HRA)
For the purpose of this scope, Prime Consultant and all sub -consultants are considered
a single consultant team, and will be referred to as "CONSULTANT".
MILESTONE SUBMITTAL DELIVERABLES
Milestone submittals will be as follows:
• Right -of -Way Plans
o High-level right-of-way cost estimate
30 Percent PS&E Submittal:
- 30% Level Plan Set (11x17 PDF)
- 30% Level Cost Estimate (PDF)
- Specification Table of Contents (PDF)
- Basis of Design Memo (PDF)
- Design Report Outline (PDF)
85 Percent PS&E Submittal:
- 85% Level Plan Set (11x17 PDF)
- 85% Level Cost Estimate (PDF)
- Specifications (PDF)
Updated BoD Memo (PDF)
- Design Report (PDF)
- Response to City 30% comments (PDF and/or Excel)
100 Percent PS&E:
- 100% Level Plan Set (11x17 PDF)
- 100% Level Cost Estimate (PDF)
- Specifications (PDF)
- Response to City 85% comments (PDF and/or Excel)
Page 2 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
Bid -Ready Submittal:
- Bid -ready plan set (11x17, 22x34 PDF and digital CAD files)
- Bid -ready Specifications (Word and PDF)
- Bid -ready Quantities (Excel and PDF)
- Cost Estimate (PDF)
- Response to City 100% PS&E Comments (PDF and/or Excel)
SCOPE OF WORK
TASK NO. 1.0 —PROJECT MANAGEMENT
1.10 - Preparation of Contract Documents, Invoices and Progress Reports
A monthly invoice and progress report will be generated and submitted to the City. The
progress report will describe the work represented by the invoice being submitted.
CONSULTLANT will compile the invoices and progress reports for the entire team into a
single document to be submitted to the City.
Documentation will be provided with each invoice reporting progress towards achieving
the UDBE commitments for the project. If changes are needed to ensure that the
approved goal is met, CONSULTANT will inrlucip suggestions to achieve the goal.
CONSULTANT will report payments made to all subconsultants on a monthly basis into
the WSDOT Diversity Compliance online portal. UDBE participation and payment
information will also be reported at this time.
Prior to first billing, the City will review and approve invoicing format and content.
Invoices will include hourly rates for staff with overhead and fixed fees applied to the
labor subtotal.
1.20 - Coordination with Subconsultants
KPFF will prepare subconsultant contracts for Fehr & Peers, HWA GeoSciences, Lin &
Associates, RES Group NW, HBB Landscape Architecture, and Historical Research
Associates. KPFF will perform general coordination and be the main point of contact for
the multidiscipline team. KPFF will collect and disseminate information for the team.
CONSULTANT will create and distribute weekly or biweekly Project Updates via email to
keep the design team updated with ongoing and upcoming tasks, coordination needs,
upcoming deliverable submittals, etc. The City will be copied (cc:) on the update emails.
1.30 - Coordination with the City of Federal Way Staff
CONSULTANT=will=coordinate-with-the-C—ity=to=discuss -project -issues—,schedule,—
progress, review comment resolution and general coordination of effort, as needed.
1.40 - Project Work Plan
CONSULTANT will provide a work plan to the design team and the City outlining the
project objectives, organization of the team, lines of communication, design phase
schedule, and deliverables.
1.50 - Team Meetings
Page 3 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
The project team will meet internally to discuss project -related issues/topics. The City
will be invited to the team meetings. CONSULTANT will prepare an agenda and provide
a summary of meeting topics to the design team and City. Thirteen (13) team meetings
are anticipated:
1. Kick Off Meeting (1 meeting): City of Federal Way (PM, Civil, Structural,
Environmental, Landscaper, Traffic, Geotech, Right -of -Way; assume 3 hours)
2. Coordination Workshop - Alternatives Analysis (1 meeting): City of Federal Way
(PM, Civil, Structural, Landscaper and Traffic; assume 3 hours)
3. Coordination Workshop - Walls (2 meetings): KPFF Seattle (PM, Structural,
Geotech; assume 2 hours each)
4. Monthly Team Meeting (6) for Key Members of Design Team - KPFF Seattle
(PM, Civil, Structural, Environmental, Geotech, Landscaper, Traffic, and Right -of -
Way; assume 2 hours each)
5. Submittal Review Meetings (30%, 85%, 100%) - City of Federal Way (PM, Civil,
Structural, Environmental, Landscaper, Traffic; assume 3 hours each)
Travel time is including in the assumed hours.
Hours for KPFF PM are included in this task; however, hours for other members of the
design team are included under their specific tasks below.
CONSULTANT will disseminate notes to the design team and the City following the
conclusion of the meetings.
1.60 - Meetings with Project Stakeholders
The project team will meet with City staff and/or project stakeholders to discuss project
issues, schedule, progress, and general coordination of effort.
A total of fifteen (15) meetings are anticipated to complete this scope of work:
1. Open House Public Meetings (2) - four CONSULTANT staff to participate (PM,
Civil, Landscaper, Right -of -Way; assume 6 hours each)
2. One-on-one property owner meetings (8) - one CONSULTANT staff to
participate (PM; assume 2 hours each)
3. Utility=Coordination -Meeting s(4k) two=CONSUL-TA-N-T=staff-to-participate-(PM,
Civil; assume 2 hours each)
4. Federal Way School District (1) - two CONSULTANT staff to participate (PM,
Civil; assume 2 hours each)
Travel time is included in the assumed hours.
Page 4 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
Hours for KPFF PM are included in this task; however, hours for other members of the
design team are included under their specific tasks below.
Assumptions
• The City will schedule and host all Stakeholder meetings.
• CONSULTANT will lead all Stakeholder Meetings. The City will attend the
meetings and distribute mailings to local residents, where applicable.
1.70 - Estimated Project Schedule
A project schedule will be created in Microsoft Project identifying submittal dates, City
review periods, and critical path decisions for the design phase of the project. The
schedule will also include the primary tasks, durations, and Critical Path tasks through
the duration of project design. The initial schedule will be prepared and submitted with
the Work Plan. Updates will be submitted, as necessary, during each PS&E submittal.
1.80 - Submittal and Contract Package Compilation
Submittal documents will be posted on the KPFF Project Sharepoint site, with the
exception of hardcopies, as noted in the scope below.
The full Contract Package (including Bid Documents, Contract Documents, Special
Provisions and Appendices) will be created. Project specifications will be prepared to
supplement the Washington State Department of Transportation (WSDOT) Standard
Specifications for Road, Bridge, and Municipal Construction (current version at time of
bid). Other documents will be provided in conformance with the current WSDOT Local
Agency Guidelines (LAG) Manual.
The City will provide their standard RFB document and boilerplate Special Provisions
document.
Assumptions
• Intermediate PS&E submittals (30%, 85%, 100%) will consist of PDFs
• Final (Issue for Bid) Submittals will be posted for online bidding (no more than
five (5) hardcopies required for delivery to the City).
1.90 - Project and Document QA/QC
CONSULTANT will provide a project -wide multi -disciplinary QA/QC review for the project
technical design and for preparation of the documents/deliverables submitted to the City
and/or agencies. This review will include, but not be limited to, technical,
constructability, contractibility and risk.
Project Management Deliverables
• Monthly Invoices (12), including a progress report outlining completed and
upcoming tasks, scope progress, and UDBE percentage status. Copies of
subconsultant contract agreements and invoices can be provided, if requested.
• Project Work Plan.
• Monthly Project Updates via email (ongoing and upcoming tasks, coordination
needs, upcoming submittal deliverables, etc).
• Meeting Agendas and Notes.
Page 5 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
• Project Schedule and updates.
TASK NO. 2.0 — SURVEY
2.10 Land Surveying
The services will include establishing Project Control, Topographic Surveys, and Right -
of -Way determination.
2.20 Primary Survey Control and Datum
The horizontal datum will be NAD83/11 based on the Washington State Plane
Coordinate System, North Zone, and the vertical datum will be NAVD88.
CONSULTANT will establish a horizontal and vertical control baseline along the project
corridor.
2.30 Topographic Mapping
The topographic mapping will be limited to the area shown in the attached PDF and will
be divided into two areas for the purpose of estimating. Both areas are shown on the
attached PDF file.
• Area 1 — Corridor along 16th Street, south of Dash Point Rd
• Area 2 — Corridor along unopened right-of-way north of Dash Point Rd
The survey will be provided as a single CAD file. Anytime the survey is update, the
updates will be incorporated into the original CAD survey file, and delivered to team for
use.
There are several elements that will be marked in the field by others within the design
team:
• Wetland boundaries (assume one location)
• Ordinary high-water mark (assume limits of creek)
• Geotechnical testing and borehole locations (assume 4 locations)
• Pothole locations (assume 4 locations)
These markings may be identified after completion of initial field survey work. If this is
the case, the surveyor will re -visit the site to pick-up these locations and incorporate into
the survey.
- Assumptions _
• Right of Entry/outreach notices/City ROW permits will be lead by
CONSUTLANT's right-of-way lead.
• Title Reports will be provided by CONSULTANT's right-of-way lead.
• No locating features in or mapping the insides of the buildings is included
(exterior survey only).
• No Property Corners will be set within this scope of work.
• Basemapping will be provided in: Civil3D 2018 using the APWA CAD
standards unless directed otherwise one week prior to start of field work.
Page 6 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
• The City will provide any available utility records for the project site at least
one week prior to start of field work.
• Trees with trunk diameters of six (6) inches and above will be surveyed.
Trees will be labeled with trunk and dripline diameter and the species will only
be classified as coniferous or deciduous unless directed otherwise.
• Manholes over twenty-five (25) feet deep or full of debris/water will not be as -
built, as they require confined space entry to access the manhole in order to
accurately measure the depth.
• Potholing and pipe tracing are not included within this scope. If this service is
needed, additional scope and budget can be added with an amendment at a
later date.
• CONSULTANT will call One Call (811) and pick-up utilities that are marked.
CONSULTANT expects very little to be marked and will supplement the
previously located utilities by One Call with a private locator to make sure all
utilities are located.
• Parcel maps and r/w certification is not part of this scope and will be
completed during the right-of-way acquisition phase of the project.
• No traffic control has been included in this scope.
Deliverables
• Eleven (11) parcel maps and legal descriptions for TCEs and/or fee takes.
• 3D Point Cloud in RECAP format (.rcp)
• Two (2) digital basemap files (.dwg) will be created as follows:
o 2D basemap containing all 2D elements including ROW calculations
will be flattened to zero elevation.
o 3D surface DTM containing all breaklines and points to create site
contours at 1' intervals.
TASK NO. 3.0 — ENVIRONMENTAUPERMITTING
CONSULTANT will provide environmental documentation and permitting to satisfy
federal, state and local regulatory and coordination requirements for the project. The
purpose of this task is to complete permit application packages in request of applicable
federal, state and local permits for the pathway construction. The scope of services for
completing this task is anticipated to include the following:
3.10 - Task Management
Complete invoicing, and budget and schedule tracking.
_ — - ,20---Meetings- --
CONSULTANT's Environmental Staff will be available to participate in the meeting
outlined in Section 1.50 and 1.60.
3.30 - Environmental Documentation
CONSULTANT's biologist will prepare environmental documentation for the permit
applications, including a Biological Assessment or Biological Evaluation and No Effects
Letter in compliance with the appropriate federal funding source. A Critical Areas Review
and Report will be produced to assist local agency permitting and effects determination.
Page 7 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
This task will include completing a site visit to assess current site conditions relative to
streams, wetland and habitat features, including wetland and stream ordinary high water
mark delineations as applicable, prior to completing the reports.
Biologist will field identify wetland, ordinary high water mark, and other critical areas.
These features will be staked in the field with disposable flags, that in turn will be
surveyed, by the team's surveyor, for incorporation into survey CAD files.
3.40 — Cultural Resources
The project will be funded by FHWA and therefore compliance with Section 106 of the
National Historic Preservation Act is required. It is assumed that WSDOT will be acting
as the lead federal agency and that the City of Federal Way has no additional cultural
resource documentation requirements, in addition to those required by FHWA/WSDOT.
It also anticipated that WSDOT will defer project review and decisions to Washington
Department of Archeology and Historical Preservations (DAHP).
CONSULTANT will prepare and provide to the City an EZ-1 Form. If DAHP determines
that a cultural study is required through the EZ-1 Form review process, a supplement will
be executed to perform this study. If required, Historical Research Associates, Inc.
(HRA) will provide cultural resources services to support the environmental document
preparation for this project.
3.50 - Permit Applications
• Prepare a preliminary Categorical Exclusion Documentation Form as the 30%
design is being developed for discussion with the WSDOT Highways and Local
Programs staff.
• Complete a final Critical Areas Report.
• Prepare a SEPA Checklist that includes the required effects analysis to support
local agency SEPA Determination.
• Complete a JARPA form, Appendix A (additional owners form), and Aquatic
Protection Permitting System (APPS) Consent of Property Owner form, and
drawings in 8.5" x 11" format using the 60% design drawings as a base. The
JARPA drawing set will include a restoration plan for revegetation of disturbed
areas near the stream crossing.
• Submit the final JARPA package to lead federal agency and WDFW by
registered mail.
• Complete an on-line APPS application for a Hydraulic Project Approval, using the
JARPA form, and submitting signed Consent of Property Owner forms.
• Prepare City of Federal Way permit application form(s) for a Grading Permit with
Critical Areas Review.
Page 8 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
• Submit the City of Federal Way permit application package(s) in person or email,
as requested by City staff.
• If the project will disturb more than one acre, KPFF will prepare a Notice of Intent
form for an NPDES Construction Stormwater General Permit from the
Washington State Department of Ecology. Also provide the notice to the local
newspaper and arrange for posting in the paper for two consecutive weeks.
Complete an electronic submittal of the Notice of Intent.
3.60 - Coordination and Communications
• Follow up periodically with City of Federal Way staff and/or Local Programs
Environmental Engineer and quickly respond to lead federal agency needs for
additional information during NEPA package review.
• Follow up periodically with WDFW and Local Programs staff, as needed, to
respond to needs for additional information during agency review of the JARPA
package.
• Coordination with City of Federal Way, Local Programs staff, and other design
team staff as needed to complete environmental documentation and permit
applications.
3.70 - Specifications Preparation
CONSUTLANT to provide special provisions/specifications relative to permits and permit
conditions.
• The project is expected to be a NEPA Class II or C-list Categorical Exclusion
where no significant impact is expected
The Biological Assessment or Biological Evaluation will be prepared as an
addendum to the No Effects Letter used for the JARPA submittal to the federal
lead agency for stream restoration after improvements to the stream crossing
and streambank. If during review, any agencies decide that a No Effects
determination is inappropriate for the project, then a separate scope and fee
estimate will be provided to complete a Biological Assess ment/BiologicaI
Evaluation with a Not Likely to Adversely Affect determination.
• The City of Federal Way staff will coordinate with landowners for required
signatures on permit application forms.
• Stormwater Pollution Prevention Plan and Spill Prevention, Countermeasures
and Control Plan for construction will be prepared by the Contractor, if
necessary.
• No permits from the City of Federal Way other than a Grading Permit with Critical
Areas Review are budgeted. We assume that construction -related permits, such
Page 9 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
as variances for noise or hauling permits, if needed, will be obtained by the
selected contractor.
Deliverables
• Draft No Effects Letter BA or BE -Addendum to City for review.
• Revised Draft No Effects Letter Addendum to City for review.
• Final No Effects Letter Addendum.
• Draft Critical Areas Report for City to review.
• Final Critical Areas Report.
• Preliminary WSDOT Categorical Exclusion form.
• Final WSDOT Categorical Exclusion form for City to review. Revise as needed to
address comments.
• Draft JARPA form, Appendix A form and APPS Consent of Property Owner form
and drawings for City to review. Revise as needed to address comments.
• Draft City permit application forms for City project manager review.
• Draft Notice of Intent for City to review.
TASK NO.4.0 — GEOTECHNICAL ENGINEERING
Anticipated tasks include the following:
4.10 - Task Management
Complete invoicing, and budget and schedule tracking,
4.15 — Project Meetings
CONSULTANT's geotechnical engineer will be available to participate in the meeting
outlined in Section 1.50.
4.20 — Collect and Review Available Geotechnical Data
Geotechnical engineer will collect and review readily available and relevant geotechnical
information along the project site. This review will include online geotechnical databases,
geologic maps and HWA library.
4.30 — Geotechnical Explorations, Stage I
4,30.1 Plan Field Ex loration Program: Geotechnical engineer will plan and coordinate
a geotechnical exploration program to gather preliminary information for the project. The
program will consist of conducting a series of hand auger borings and dynamic cone
penetrometer tests (DCP) across the project site. Planning will include identification of
—the-location-of the -Phase I explorations, -development of traffic control_plans,_and—__
coordination of required equipment and utility clearance.
.30.2 Conduct Utility Locates for Geotechnical Ex lorations: Prior to generation of our
geotechnical work plan, CONSULTANT will mark the proposed exploration
locations and arrange for utility locates using the Utility Notification Center.
Utility location marks will be used to verify proposed field exploration
locations prior to development of traffic control plans.
Page 10 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
4.30.3 Generate Geotechnical Work Plan Memo: CONSULTANT will prepare a
Geotechnical Work Plan Memorandum describing exploration means and methods
associated with our exploration program. This work plan will be submitted to the design
team and the City of Federal Way for review and approval. The work plans will detail the
type, location, and extent of proposed field explorations along with logistics necessary to
perform the work such as traffic control plans and staging areas. The work plans will also
be used for utility locating clearances and for permitting and right of entries that may be
necessary to access the exploration locations.
4.30.4 Conduct Ex lorations Geotechnical Hand Borings). CONSULTANT will conduct
a series of hand auger borings and DCP's along the project alignment to provide
preliminary information in support various aspects of the design. A total of 8 to 12 Hand
Augers and DCP's will be performed along the proposed alignment over the course of 2
days. The explorations will be extended to depths of approximate 5 feet or until refusal
is reached, whichever is less.
4.30.5 Generate Boring Logs and Assign Laboratory Testing: CONSULTANT will
prepare summary boring logs and perform laboratory testing to evaluate relevant
physical properties of the site soils. Laboratory testing would include moisture content,
grain -size distribution, Atterberg Limits, and direct shear testing.
4.31 — Geotechnical Explorations, Stage II
4.31.1 Plan Additional Field Exploration Program: CONSULTANT will plan and
coordinate a geotechnical exploration program for the project. The program will consist
of conducting a series of geotechnical borings to provide information about deeper soil
conditions at in more critical areas of the site, including areas where retaining walls are
needed. Planning will include identification of the location of the geotechnical borings,
development of traffic control plans, and coordination of required equipment and utility
clearance.
4.31.2 Conduct Utility Locates for Geotechnical Exl2lorations, Prior to generation of our
geotechnical work plan, CONSULTANT will mark the proposed exploration locations and
arrange for utility locates using the Utility Notification Center. Utility location marks will
be used to verify proposed field exploration locations prior to development of traffic
control plans.
4.31.3 Generate Geot chnical Work Plan Memo: CONSULTANT will prepare a
Geotechnical Work Plan Memorandum describing exploration means and methods
associated with our exploration program. This work plan will be submitted to the design
team and the City of Federal Way for review and approval. The work plans will detail the
---type„ location; and extent -of proposed -field -explorations along -with -logistics necessary to
perform the work such as traffic control plans and staging areas. The work plans will also
be used for utility locating clearances and for permitting and right of entries that may be
necessary to access the exploration locations.
4.31.4 Conduct Explorations Geotechnical Borings): CONSULTANT will conduct a
series of geotechnical borings along the project alignment to support various aspects of
the design. HWA proposes to drill geotechnical boring at critical areas of the site along
the alignment. Final depths and numbers of borings will be determined at a later date;
Page 11 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
however, HWA anticipates that a maximum of 2 days of drilling with a limited access drill
rig will be needed to complete the work.
4.31.5 Generate Borin io sand Assi n Laborato Testing:CONSULTANT will prepare
summary boring logs and perform laboratory testing to evaluate relevant physical
properties of the site soils. Laboratory testing would include moisture content, grain -size
distribution and Atterberg Limits.
4.32 — Geotechnical Explorations, Stage III
4.32.1 Plan Field Exploration Program: CONSULTANT will plan and coordinate our
infiltration testing program for the project. The program will consist of conducting up to
three single ring infiltration tests in accordance with the 2016 King County Stormwater
Manual, which has been adopted by the City of Federal Way.
4,32.2 Conduct Utility Locates for Geotechnical Explorations: Prior to generation of our
geotechnical work plan, CONSULTANT will mark the proposed test locations and
arrange for utility locates using the Utility Notification Center. Utility location marks will
be used to verify proposed field exploration locations prior to development of traffic
control plans.
,32,3 Generate Geotechnical Work Plan Memo: CONSULTANT will prepare a
Geotechnical Work Plan Memorandum describing test requirement. This work plan will
be submitted to the design team and the City of Federal Way for review and approval.
The work plans will detail the type, location, and extent of testing, along with logistics
necessary to perform the testing such as traffic control plans and staging areas. The
work plans will also be used for utility locating clearances and for permitting and right of
entries that may be necessary to access the exploration locations.
4.32.4 Conduct Infiltration Testing CONSULTANT will conduct up to 3 single -ring
infiltration tests at locations of proposed infiltration systems to be constructed. Upon
completion of testing excavations will be extended at least 5 feet below the base of the
test to note if groundwater is noted below the test location. CONSULTANT anticipates
that the tests will take up to 3 days to complete.
4,32.5 Generate Test Pit Logs and -Assign Laborato Testing:,,CONSULTANT will
prepare summary test pit logs and perform laboratory testing to evaluate relevant
physical properties of the site soils. Laboratory testing will include moisture content,
grain -size distribution, organic content and cation exchange.
4.40 — Geologic Design Services:
4.40.1 Evaluate Field and Laboratory Data: Based on the borings and the laboratory test
results of selected samples, CONSULTANT will generate estimates of the soil strength
and other properties needed to evaluate the effects the subsurface conditions will have
on the proposed improvements.
Page 12 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
4.40.2 Develop Geologic Cross -Sections: CONSULTANT will construct a geologic cross-
section along the centerline of the project or at wall locations as appropriate. This cross
section will show soil conditions along the alignment and will be provided in a
geotechnical report.
4.40.3 Generate AASHTO Seismic Design Parameters: Based on the soils encountered
along the alignment, CONSULTANT will determine the Site Class for seismic design.
The design spectral acceleration parameters will then be selected in accordance with the
AASHTO Specifications for Road and Bridges.
4.40.4 Evaluate Slope Stability: CONSULTANT will evaluate the global slope stability of
the steep slopes to identify potential impacts to the project. Results of the field
reconnaissance and exploration and testing programs will be incorporated in the
analysis. Global stability will be evaluated using the limit equilibrium approach under
both static and seismic loading conditions.
4.50 — Geotechnical Design Services:
4.50.1 Retaining Wall Desi n: CONSULTANT will provide design recommendations for
retaining wall structures.
4.50.2 Slope Stabilization Design: CONSULTANT will provide design recommendations
for slope stabilization systems along the route.
4.50.3 Pavement Design- CONSULTANT will provide pavement design
recommendations for the pathway.
.50.4 S ecification Development: Geotechnical engineer will assist the design team in
the development of geotechnical related specifications. CONSULTANT expects that this
will include slope stabilization, retaining wall and foundation specification assistance.
4.60.5 QA/QC: CONSULTANT will have all design calculations and recommendations
reviewed by a senior principal prior to distribution to the design team or the City of
Federal Way.
4.70 — Geotechnical Reporting:
4.70,1 Prepare Stage I Letter Re ort CONSULTANT will prepare a preliminary
geotechnical engineering letter report for the project. This letter report will contain the
results of the Stage I geotechnical engineering investigation, including description of
surface and subsurface conditions; a -site plan showing exploration locations and other
pertinent features; summary boring logs; and laboratory test results. The report will
provide preliminary geotechnical recommendations for each of the proposed
improvements and recommendations about the next phases of work.
4.70. Pre are Draft Geotechnical Engineering Report: After completion of Stage 11 and
Stage III work CONSULTANT will prepare a draft geotechnical engineering report for
the project. This report will contain the results of the geotechnical engineering
investigation, including description of surface and subsurface conditions; a site plan
Page 13 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
showing exploration locations and other pertinent features; summary boring logs; and
laboratory test results. The report will provide geotechnical recommendations for each
of the proposed improvements.
4.70.8 Prepare a Final Geotechnical Ein ineerin Report: CONSULTANT will finalize our
geotechnical report once we receive review comments from the City of Federal Way.
4.70A Flans and Specifications Review: CONSUTLANT will review the plans and
specifications to ensure that all geotechnical recommendations have been incorporated
into the plans and specs.
• Acquiring rights of entry will be led by CONSULTANT team's right-of-way lead.
• The geotechnical explorations proposed herein will not be used to assess site
environmental conditions. However, visual or olfactory observations regarding
potential contamination will be noted. Analysis, testing, storage, and handling of
potentially contaminated soil and ground water (either sampled or spoils from drilling)
are beyond this scope of services. If contaminated soils and/or ground water are
encountered, the material will be properly contained on -site for disposal as mutually
agreed upon without additional cost to CONSULTANT.
• All non -contaminated drilling spoils and related debris will be drummed on site and
transported off site for disposal by the drilling subcontractor.
• CONSULTANT assumes that they will attend two (2) project coordination meetings
other than the kick off meeting.
• All Field explorations will be conducted between the hours of 8AM to 5PM.
• The borehole locations will be surveyed by team's surveyors.
• Relatively disturbed subsurface soil samples will be collected from the borings using
the Standard Penetration Test (SPT) at intervals of approximately 2'/z feet to 20 feet.
Samples will be taken at 5-foot intervals below 25 feet.
• No wells or groundwater monitoring will be required for this project.
• No Flaggers will be required for the proposed field explorations.
• Infiltration testing will be conducted between the months of November and March.
• Stage I field work can be completed in 2 days, Stage II work can be completed in 2
days and Stage ill work--can--be completed in 0 stays.
Deliverables
• Stage I, Stage II, and Stage III Geotechnical Work Plan Memorandums
• Preliminary Geotechnical Letter Report
• Draft and Final Geotechnical Engineering Report
Page 14 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
TASK NO. 5.0 — LANDSCAPING
Anticipated tasks include the following:
5.10 - Task Management
Complete invoicing, and budget and schedule tracking.
5.15 — Project Meetings
CONSULTANT's Landscape Architect will be available to participate in the meetings
outlined in Section 1.50 and 1.60.
Assumptions
• Time is included in the development of the graphics for the first public meeting
and to revise graphics for a second meeting based on design progress.
• Graphics developed for the public meetings includes QA/QC by a senior licensed
landscape architect.
• HBB will provide printed deliverables for the open house as mounted boards.
Deliverables
• Graphics for the two (2) public meetings include:
o Two (2) typical sections of the path, color rendered. Sections will illustrate
plant heights at completion of construction and at maturity (15-20 years).
o Three (3) plan enlargements of the two gateways and a resting area,
color rendered.
5.20 — Basis of Design (BoD) Support
The lead Landscape Architect will provide input for the Basis of Design Memo.
Landscape architecture design parameters will be set based on input from the City,
existing conditions, and funding constraints.
5.30 — Alternatives Analysis for Pathway Alignment
The lead Landscape Architect will provide input on the alternative analysis for the
pathway alignment based on pedestrian safety, CPTED (crime prevention through
environmental design) principles, preservation of existing vegetation, user experience
and path connections to existing or planned sidewalks and paths. This will include the
location of gateway treatments at each end of the path as well as a middle resting area.
Resting and gateway areas may include enlarged paved areas, bike racks, benches,
and planting.
Assumptions
• Civil designers will be responsible for determining alignment of path, walls, creek
crossing, and intersection crossing treatments.
• Concept level cost estimates will -be provided for decision making purposes
• Specifications are not needed for this subtask.
Deliverables
• Concept plan identifying gateway areas on either end of path and middle resting
point. Each gateway and rest area will include a black lined concept sketch of the
proposed design for review by the City. These will form the basis for graphics
developed for the public meetings.
Page 15 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
• Concept level cost estimates for up to three (3) options for planting along
corridor. A single concept level estimate will be provided for the gateway areas
and middle resting area.
5.40 — PS&E Design and Document Preparation Corridor
The landscape design for the corridor will generally including restoration on either side of
the proposed path to meet and match existing conditions with seed, mulch, trees and
shrubs and groundcover. Areas disturbed by construction will be restored, with additional
planting provided to assist in screening the path from private properties. Proposed
planting will incorporate CPTED (crime prevention through environmental design)
principles for path user safety. Plant species and sizes will be specified to reduce the
need for supplemental watering, but no automatic irrigation will be provided. Wayfinding
and trail entry signs will also be provided along the corridor. The Landscape Architect
will be responsible for locating these on plan, and providing detail, specifications and
costs.
S ecifications/Contract Bid Packa g
Contract specifications will be developed based on WSDOT/APWA format.
Specifications will include General Special Provisions and Project Specific Special
Provision, based on the latest WSDOT specifications at time of Final milestone
submittal.
Quantities and Costs for Landscape Elements
Quantities for each bid item will be compiled for each milestone submittal, and provided
to the team's lead cost estimator. Includes costs for trees, shrubs, groundcover, seed,
soil, mulch and restoration of private property.
Assess
• The 30% will only include quantities and cost, plans and specifications are not
included.
• The design of automatic irrigation system(s) is not included. Watering of plants
for establishment will be required by the contractor by water truck.
• Each deliverable includes QA/QC by a senior licensed landscape architect.
0 Bid Services and Construction Administration are not included at this time.
• Paving, walls, railings, and curb design are provided by civil designer.
Landscaper will provide input on wall finish treatments, but all details and
specifications by civil and structural designers.
• Restoration along approximately 50% of the corridor assumes mulch or
The remaining restoration, approximately 50% of the corridor, is assumed to be a
mix of trees, shrubs and groundcover that are native or adaptive planting for
screening and privacy along the path and to provide a smooth transition to
existing vegetation.
No additional time is included for permitting. Deliverables outlined under Task
5.50 will be utilized for any permit submittals.
Page 16 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
• Wayfinding signs are limited to bollards with signs identifying the corridor,
showing distances to streets and major landmarks along the trail with arrows and
miles.
• Trail entry signs will be located and detailed similar to the City of Federal Way
standard park signs, and the BPA trail sign. Sign details, colors, fonts and
supporting details to be provided by the City for use and editing for this project.
5.50 — PS&E Design and Document Preparation Gateways & Rest Area
The design of the path includes two (2) gateway treatments at approximately either end
of the path to provide an area for identifying the entries from existing sidewalks and
streets. A middle resting point will also be included to provide a rest area for path users.
The locations and the conceptual design of the gateway treatments and rest area will be
determined during subtask 5.30.
Assumptions
In addition to the assumptions identified in subtask 5.40:
• Paving design of gateways and rest area (asphalt, concrete paving, railings,
walls, curbs) are by civil designers. Landscape Architect will provide input on the
design of gateways and resting area for expanded paving.
• Bikc racks, bcnchcs (if includcd) and planting arc designcd and spccificd by the
landscape architect.
Deliverables
• Deliverables will match those identified in subtask 5.40 with the addition of
designed gateways and rest area into each deliverable.
TASK NO. 6.0 — CIVIL ENGINEERING
KPFF will complete civil engineering tasks for this project. Anticipated Civil tasks include the
following:
6.10 - Task Management
Complete invoicing, and budget and schedule tracking.
6.15 — Project Meetings
Civil Engineers will attend and participate in the team and stakeholder meetings outlined
in Section 1.50 and 1.60 of this scope.
6.20 -- Preliminary Site Investigation
Civil Engineer's site investigation will include at least two (2) site visits to confirm existing
conditions and assess non -motorized corridor prior to commencement of survey and
design activity. Civil Engineer will work with Surveyor to confirm survey limits and
accuracy requirements for basemapping products. Civil Engineer will conduct a site visit
to confirm survey is suitable for design and will work with Surveyor and Consultant team
as needed to acquire any pick-ups necessary for completing survey activity.
6.30 — Alternatives Analysis for Non -Motorized Alignment
Page 17 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
Consultant will conduct an alternatives analysis for the proposed non -motorized pathway
alignment to help in evaluating and confirming best fit. Consultant will work with City of
Federal Way staff to identify suitable alternatives to be studied and will prepare
preliminary designs with plan/profile and typical section information for review and input
to the design and for. Consultant will coordinate with City staff and Consultant team and
submit up to three (3) different Alternatives for review input. Consultant will also provide
a matrix summarizing each alignment's conditions/impacts to aid in the selection of a
preferred alignment including but not limited to:
• Impacts to trees and sensitive areas
• Impacts to right-of-way and real property considerations
• Rough magnitude of costs and schedule
• Risks and benefits
• Coordination with structural alternatives analysis report to identify suitable
structural solutions for various project conditions associated with each
alignment considered.
Upon completion of this activity, Consultant will work with City staff to determine and
document a preferred alignment to be carried forward to a 30-percent level of design.
6.40 — Basis of Design Memo (BoD) and Design Report
Civil Engineer will prepare a Basis of Design Memo, with input being provided by other
design team leads. Civil design parameters will be set based on industry best practices
and design standards for non -motorized pathways, intersecting roadway classifications
and traffic input parameters and crossing improvement needs, and funding constraints.
Conceptual geometric layouts, potential right-of-way & easement needs, and utility
impacts will be included with the BoD. This document will be reviewed and approved by
the City prior to commencement of final design activities.
The Design Report will be an overall compilation of all the various design analyses and
calculations. The report will include the Basis of Design Memo, Geotech Report, Traffic
Analysis, Structural Calcs, Hydraulic Report, Lighting Analysis, etc.
6.50 — Utility Design Coordination
Consultant will review and identify existing utilities in the project limits area and prepare
a list of utilities that may conflict with the proposed improvements. Consultant will
coordinate directly with the affected utilities for relocation and reviews. Site preparation
and utility relocation/adjustment will be shown on the plan/profile sheets. Consultant
shall lead the utility coordination on behalf of the City of Federal Way and will contact
applicable utility districts and/or companies to confirm existing facilities, relocation
requirements or protection methods, schedules, assessments„ and fees necessary for
obtaining construction approvals including coordination of any City franchise agreements
already in place.
6.60 — Storm Drainage Analysis & Report
Consultant will prepare a preliminary and final Storm Drainage Technical Information
Report (TIR). Stormwater Management criteria shall be per King County and City of
Federal Way drainage code requirements.
Page 18 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
KPFF's drainage engineer will meet with City staff to review and discuss existing and
future proposed project drainage conditions, including any known deficiencies, and
potential drainage solutions for mitigating stormwater runoff to be implemented by the
project.
Additionally, Consultant will review requirements and confirm the need to prepare a
Construction General Stormwater Permit for the proposed project improvements to be
conveyed over to the Contractor after NTP. Consultant will prepare and provide
documentation needed to acquire
6.70 — Right -of -Way Plans
Right -of -Way plans will be developed concurrent with the 30% submittal of the Contract
Plans. The right-of-way plans will be the basis of r/w acquisition and the Project Funding
Estimate.
6.80 — Channelization Plans for Approval
Prepare channelization plans at 161h Ave S & Dash Point Rd (SR 509) for WSDOT
review and approval. Chan plans for approval will meet WSDOT content requirements.
It is assumed that at least review cycles will be required for final approval.
6.90 — Contract Plans
Contract plans will be developed fora unit hid rontrart and will follow WSDOT's Plan
Preparation Manual, where needed. Milestone submittals are identified in Task 1. City of
Federal Way Standard Drawings and WSDOT Standard Plans will be inserted into the
contract specifications as an appendix as applicable.
6.95 — Contract Specifications
Contract specifications will be developed based on WSDOT/APWA Standard format,
including Local Agency GSP's as applicable. Specifications will include General Special
Provisions and Project Specific Special Provision, based on the latest WSDOT
specifications at time of Final milestone submittal.
6.98 — Cost Estimate Support
Quantities for each bid item will be compiled for each milestone submittal and provided
to the team's lead cost estimator. Back-up calculations/figures will be provided for the
various civil bid items.
Assurntions
• Unit bid price contract.
• Haul route figures/diagrams not required.
• TESC plans to be provided as reference.
-' - Contractor to provid&-Stormwater PollutFwPrevention Plan _ - WPPP — - - -- - - -
• All work will be completed in AutoCAD 2019, Civil 3D 2019.
Deliverables
• Alternatives analysis figures and cost estimates.
• Basis of Design Memo, concept figures.
• Design Report
Page 19 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
• Preliminary and Final Storm Drainage Report.
• Right -of -Way Plans
• Channelization Plans for Approval
• Civil contract plans (PDF for all submittals, with the exception of a hardcopy for
bid).
• Civil contract specifications.
• Civil bid items list and quantities.
• Cost estimate of civil items.
TASK NO. 7.0 — STRUCTURAL ENGINEERING
KPFF will perform the structural engineering tasks for this project. Anticipated tasks include
the following:
7.10 - Task Management
Complete invoicing, and budget and schedule tracking.
7.15 — Project Meetings
Structural engineers will attend and participate in the team meetings outlined in Section
1.50 of this scope.
7.20 — Structural Alternatives Analysis Memo
The consultant will provide structural input to the alternatives analysis, describing
possible systems for retaining walls or boardwalks at the various retaining conditions,
along with recommended wall or boardwalk systems. This will include high-level cost
estimates for the alternatives.
7.30 — Contract Plans
Plans will be prepared for retaining walls, boardwalks, pedestrian railings and/or fall
protection fences mounted on walls, and light pole foundations.
7.40 — Contract Specifications
Contract specifications will be developed based on WSDOT/APWA format.
Specifications will include General Special Provisions and Project Specific Special
Provisions, based on the latest WSDOT specifications at time of Final milestone
submittal.
7.50 — Cost Estimate Support
Quantities for each structural bid item will be compiled for each milestone submittal, and
provided to the team's lead cost estimator. Back-up calculations/figures will be provided
for the various structural bid items.
7.60 — Structural Calculations
Page 20 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
Structural calculations will be based on Federal Way, WSDOT and AASHTO standards,
and will be prepared and submitted with the bid -ready submittal.
7.70 — Basis of Design Support
Consultant will provide structural input to the Basis of Design Memo, including applicable
design standards and design criteria for retaining wall design.
QA/QC
KPFF will provide structural QA/QC for the project at each submittal for each document
submitted to the City.
Assumptions
• The alternatives analysis will consider a maximum of three types of retaining walls.
• Total maximum length of combined retaining wall and boardwalk for the project will
be less than 800 feet.
• No more than two (2) types of retaining walls will be utilized in design.
• No more than one (1) type of boardwalk will be utilized in design.
TASK NO. 8.0 — RIGHT-OF-WAY
Preliminary Right -of -Way Services
8.10 - Task Management
Complete invoicing, and budget and schedule tracking.
8.15 — Project Meetings
The right-of-way lead will attend and participate in the team and stakeholder meetings
outlined in Section 1.50 and 1.60 of this scope.
8.20 — Right-of-way Cost Estimate Support
CONSULTANT will evaluate potentially impacted properties and determine ROW costs
and impacts.
This sub -task includes providing preliminary right-of-way impacts costs to support the
City construction funding grant application.
8.30 -Title Review
-- - -
CONSULTANT will order and supply full title reports =(not property information- -
certificate) for all affected parcels and provide Title Review Memos identifying all
potential encumbrances to project team members.
8.40 — Right or Entry (ROE) Agreements
CONSULTANT will prepare and obtain ROE forms required to gain access to the private
property. This support will generally be for the geotechnical exploration activities.
Page 21 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
Assumptions
While the design team will develop the design to minimize property impacts, for the
purpose of this scope the following has been assumed.
1. up to 11 property acquisitions from single-family or multi -family zoned properties
2. up to 2 permanent easements from multi -family zoned properties
3. up to 4 temp construction easements
• It is not anticipated that the acquisition will impact current utilization of the properties
• It is assumed that appraisal and appraisal review contracts will not be necessary and
as a result, have not been included in this scope. If this work is necessary, additional
fee may be necessary.
• All acquisition activities will follow Federal Highways Administration policies and
procedures as well as all applicable federal, state and local laws, including, but not
limited to the Uniform Relocation Assistance and Real Property Acquisition Police
Act of 1970 and its amendments, 49CFR Part 24, and state Revised Guidelines and
by reference the WSDOT Right of Way Manual.
• Right -of -Way plans will be developed by team's civil designers
• Legal property descriptions will be provided by team's surveyors.
• ROE acquisitions will be required for up to twenty (20) parcels.
• ROE forms will be revised and approved by the City.
• Project Funding Estimate (PFE) and actual right-of-way acquisition is not included
with this scope. The PFE and acquisition of right-of-way will be completed under
separate consultant contract or under a supplement to this contract after right-of-way
needs are identified.
Deliverables
• Parcel Summary Reports
• Title Review Memos
• Executed ROE
TASK NO. 9.0 — TRAFFIC ENGINEERING
Anticipated tasks include the following:
9.10 - Task Management
Complete invoicing, and budget and schedule tracking.
9.15 — Project Meetings
Traffic engineers will attend and participate in the team meetings outlined in Section 1.50
of this scope.
9.20 — Traffic Analysis
CONSULTANT will provide an analysis on revising the crosswalk layouts for the
intersection of Redondo Way S/Dash Point Road (SR 509)/16th Avenue S. The analysis
will consider operational impacts of reconfiguring the layout to include a diagonal
crossing and a pedestrian only phase. Fehr & Peers will develop up to two (2) alternative
crosswalk layouts with City input, and provide concept level sketches of the layout for
purposes of documenting assumptions made during the analysis.
Page 22 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
• Concept sketches will be completed over publicly available aerial photography,
and completed in Bluebeam, or other graphic editing program. Detailed AutoCAD
designs for intersection revisions are not included in this task.
• The analysis will consider up to three peak hours (AM, PM, and afternoon school
peak hours) and up to two (2) study years (likely existing and construction year).
• The analysis will consider three (3) different layouts for the pedestrian crossing
(existing/no-build, and up to two (2) alternatives to be developed with City input).
• The analysis will include the intersection of Redondo Way S/Dash Point Road
(SR 509)/16th Avenue S and SR 99/Dash Point Road (SR 509).
• Volumes for the PM and afternoon school peak hour will be provided by the City.
Additional AM peak hour volumes will be collected as part of the project.
Volumes provided by the City will include pedestrian volumes at the intersection.
• The City will provide existing signal timing for both intersections to be modeled.
• All modeling will be completed in Synchro & SimTraffic. No VISSIM modeling is
included in this scope of work.
Deliverables
• AM peak hour traffic volumes at 16th Ave S & Dash Point Rd
• Concept sketch of up to two (2) layout alternatives for pedestrian crossing
revisions.
• Draft Traffic Analysis Memorandum summarizing analysis assumptions,
methods, and results.
• Final Traffic Analysis Memorandum.
• Final Synch ro/SimTraffic Model Files
9.30 — PS$E Design and Document Preparation of Illumination
CONSULTANT will provide illumination design for approximately 6400 LF of new multi-
use trail along the existing 16th Avenue right-of-way between S 308th Street and S 288th
Street.
Calculations
CONSULTANT will provide an AGI lighting level analysis based on the approved 30%
design and channelization plan for the proposed improvements. The analysis will
-consider existing -luminaires within the -study area and evaluate —the —need —for _ additional___
luminaires to meet illumination requirements.
CONSULTANT will complete illumination sheets for the proposed improvements. The
illumination sheets will be included in the 85% and 100% design submittals. Illumination
design in the 85% complete level will be substantially complete including proposed pole
Page 23 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
locations, junction box placement, proposed service connections, and wiring. The only
changes anticipated between the 85% and the 100% submittal are to account for City
comments and final details as required. Illumination plans will be included in the project
overall plan set, and no separate plan set or design documents will be compiled as part
of the illumination design.
CONSULTANT will provide special provisions for the project specifications. All
illumination related special provisions will be limited to Division 8.20 and 9.29.
Specification provided will be included in the project overall specification set, and no
separate specifications documents will be compiled for the illumination design.
(quantities and Costs for Illumination Elements
CONSULTANT will provide a quantity calculation and engineers construction cost
estimate for proposed illumination improvements in conjunction with the 30%, 85% and
100% design submittals. Construction costs will be provided as a lump sum for all
illumination system items, installed, complete.
PS&E Deliverables
• AGI Analysis Files (Electronic) and Results Print Outs (PDF).
• Illumination Plan Sheets
• Illumination Specifications (Division 8.20 and 9.29)
• Illumination quantity and engineer's construction cost estimate
Assumptions
• City will provide all information for existing illumination along the project to be
evaluated as part of the existing condition, or to be used as part of the proposed
illumination system.
• No signal work is included in the task. No revisions to existing illumination at
signalized intersections is included as part of this task. Existing illumination will be
considered as part of the AGI analysis.
TASK NO. 10.0— CONSTRUCTABILITY REVIEW/COST ESTIMATING/PHASING
CONSULTANT will be providing Constructability Review and Cost Estimating services for
the project. Tasks are anticipated to include the following:
10.10 - Constructability Review
CONSULTANT will perform Constructability Reviews of the design throughout the duration
of design. Formal constructability review comments will be provided at the 30% and 85%
milestone submittals.
10.20 - Cost Estimate
Page 24 of 25
Pacific Highway Non -Motorized Corridor
City of Federal Way
Scope of Work
CONSULTANT will compile unit costs for bid items that correspond to the project
specifications and plan set. These quantities and costs will be created at 30% and updated
for the 85%, and 100% PS&E submittals. They will include backup documentation for each
item cost.
A preliminary cost estimate and pre-PFE r/w costs will be prepared to support the City's
construction grant funding application in April 2020.
10.30 - Project Phasing Plan
A project phasing plan will be developed based on expected funding schedules. The
phasing plan will include conceptual figures and cost estimates for each phase as
standalone projects.
For scoping purposes, the entire project will be packaged as a single contract. Breaking the
project into separate contracts, based on the phasing plan, is not included with this scope.
Page 25 of 25
MATCHUNE SEE BELOW
Mz�
0
W
Q
ca
0
G
a'
0
cs
n
w
N
w
0
0
a
z
r
x
c.>
L>
a
a
a
J
W
0
W
LL
O
MATCHLiNE SEE ABOVE
See attached, Exhibit B.
Exhibit
DB,E Participation
,r
Agreement Number: AG
Exhibit B - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
ii jrr
I rr
Mm' 011 11° a th e nw , SWto 1600 Se alffl ,, WA, 9 !31(A b)6 622,5822 kp illfxil)M
Exhibit B
UDBE Participation Plan
December 20, 2019
Christine Mullen, PE
City of Federal Way — Public Works Dept
33325 8th Ave S
Federal Way, WA 98003
Subject: Pac Hwy Non -Motorized Corridor— 16th Ave S (S 308th St. to S 2881h St.)
UDBE Participation Plan
Dear Christine:
This letter conveys our intent to comply with and participate in the Underutilized Disadvantaged
Business Enterprise (UDBE) Program under the United States Department of Transportation.
KPFF has a long history of working with UDBE firms in the Pacific Northwest. Our strategy is to
work together with our UDBE sub -consultants to develop the best designs and deliverables we can
for a project. We are proud of our efforts to support this program and will continue to do so.
KPFF is currently negotiating a contract for the design and permitting phase of the Pacific Highway
Non -Motorized Corridor project. The following table consists of UDBE certified firms who are able
to provide support to the team, as well as their estimated fee for this particular phase of the project.
DBE Firm Name
A reement Amount
HWA GeoSciences Inc.
$ 69,226.04
Lin & Assocaites
$ 99,645.52
RES Group NW, LLC
$ 25,997.75
For this project, we are utilizing these firms in critical roles in geotechnical engineering, surveying,
right-of-way services respectively. KPFF's objective is to ensure these firms are responsible for
critical tasks, a significant portion of the work, and have meaningful exposure with the City. This will
build their resume, familiarize City of Federal Way staff with key staff, familiarize the firms with
LAG/WSDOT design standards, and help these firms grow a relationship with KPFF. With the
expected fee amount listed above, UDBE participation on this project is anticipated to meet or
exceed the required minimum of 9% for the design phase of this contract.
Our next step is to bring these firms under contract once our Prime Agreement is authorized by the
City. As Project Manager, I will coordinate and communicate directly with our partnered UDBE
firms in order to handle and minimize disputes, and to ensure that our professional relationship is
positively maintained. Our Project Coordinator, Vanessa Reed, in coordination with me and KPFF's
Accounting department, will work as the main person of contact to monitor and ensure prompt
payment to the UDBE sub -consultants. Vanessa will also be a secondhand contact for these firms
in regards to project and contract management.
City of Federal Way — Pac Hwy Non -Motorized Corridor Project
UDBE Participation Plan
December 20, 2019
In order to maintain and potentially increase UDBE utilization for future projects, our goals include
the following measures:
• To select the primary UDBE team members who are well matched to the anticipated project
tasks as defined in the RFP.
• To look to the City of Federal Way to indicate if there are any preferences for UDBE firms in
the disciplines needed for the particular task.
• To contact a broad spectrum of UDBE firms at the beginning of a proposal process to
initiate contact and gather updated information.
• To review any UDBE firms with whom we have built a relationship and search our internal
database, which is kept active and accurate to significantly improve our opportunity to
quickly sustain the UDBE goals on any specific proposal if we need to augment our original
team.
If you have any questions, please feel free to call me at (206) 622-5822.
Sincerely,
Sean Battle, PE
Associate
SCB:
10041900767 — 10
Page 2
Exhibit C
Preparation and Delivery of Electronic Engineering and Other Data
In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is
to use in preparing electronic files for transmission to the agency. The format and standards to be provided may
include, but are not limited to, the following:
I. Surveying, Roadway Design & Plans Preparation Section
A. Survey Data
See Scope, Exhibit A
B. Roadway Design Files
See Scope, Exhibit A
C. Computer Aided Drafting Files
See Scope, Exhibit A
Agreement Number: AG
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 4
D. Specify the Agency's Right to Review Product with the Consultant
See Scope, Exhibit A
E. Specify the Electronic Deliverables to Be Provided to the Agency
See Scope, Exhibit A
F. Specify What Agency Furnished Services and Information Is to Be Provided
See Scope, Exhibit A
Agreement Number: AG
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 2 of 4
II. Any Other Electronic Files to Be Provided
See Scope, Exhibit A
III. Methods to Electronically Exchange Data
See Scope, Exhibit A
Exhibit C - Local Agency ASE Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 08/15/2019 Page 3 of 4
A. Agency Software Suite
See Scope, Exhibit A
B. Electronic Messaging System
N/A
C. File Transfers Format
See Scope, Exhibit A
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 08/15/2019 Page 4 of 4
W.Wron-01
See attached.
Prime Consultant Cost Computations
Agreement Number: AG
Exhibit D - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
Fee Proposal
Pac Hwy Non -Motorized Corridor
Fee Estiamte Summary
12/4/2019
Description
KPFF
Lin & Assoc
HWA
HBB
RES Group NW
F&P
Total Cost
Task 1-; Project Management & Admin
$ 26,284.40
$ 26,284.40-
Task Survey
$ 29.057.70:
$ 2905770'
Task 3 Environmental/Permitting
$ 9,690.66
$ 9,690.66
Task 4 Geotechnical Engineering
$ 17,383.00
$ 17 383.00
Task 5 Landscaping
$ 21,537 50
$ 21,537.50
Task 6 Civil En ineeria,
$ 72,385.76
$ 72,385.76
Task? .Structural Engineering$
28,791,02
$ 28791.02'
Task 8 Ri htof•Wa .
$ 10,032.00
$ 10,032,00
Task 9 Traffic Engineering
$ 19,102,581
$ 19102.58
Task 10 Construdabili (Phasln Cost Est.
$ 6,944.16
$ 6 944.16
Total Direct Cost by Finn
1 $ 144,096.001
$ 29,057.70
; 17,383.00
$ 21,537.50
$ 10,032.00
$ 19,102.58
$ 89,359.92
Overhear Rate 13721% 1 152.87% 1 17544% 1 137,25% 48.86% 171,91%
Overhead Cost $ 197,714.12 1 $ 44,420.511 $ 30,496741 $ 29,560.22 $ 4,901641 $ 32,839.25 $ 339,932 ]46
Fee 30% 30% 30% 30% 30% 30%
Fee Cost $ 43,228.80 $ 8,717,31 $ 5,214,90 $ 6,46125 $ 3,009.60 $ 5,730.77 $ 72,362.63
Total Cost $ 385,038.92 $ 82,195.52 $ 53„094.fi4' $' S7,558,97 $ 17,943,24 $ 57„672.60 $ 653,503.88
Reimbursable Costs by Firm 1 ; 1 $ 17,450A9 15 16,131,40 $ 1,000.00 1$ 8,054.521 $ 1,000,001 $ 43„635.92
IT61al 14flrfititad Budget $ 697,139.79
Perr.antaacs
Firm
Fee
%
UDBE
KPFF
$ 385.03892
51%
0%
LIN
$ 99,645.52
18%
18%
HWA
$ 69,226,04
9°%
9%
HBB
$ 58.558,97
9%
0°%
RES
$ 25„997.75
5%
5%
FP
$ 58,672.6C
8%
0°!0
Total $ 697,139.79 100% 32%
9% Min
UDBE
UDBE
UDBE
Page 1 of 1
Fee Proposal
Pac Hwy Non -Motorized Corridor
KPFF Consulting Engineers (Prime)
12/4/2019
MIProIICI
ject Management A Admln
Schedule
Submittal and Contract PackageCompilation.
IMMIM
MMMII
Elm
:1111, ........ .
HIM
Im
Elm=
W
Golan
EBB=
am
..... .....
Page 1 of 3
Fee Proposal
Pac Hwy Non -Motorized Corridor
KPFF Consulting Engineers (Prime)
12/412019
ME
............. ......
nearing �tructural Engi
Em
==NON=
DOW,
Mom
Sm
MOM
SON
11111111F.91
I
1119"t-of-Way
Traffic Engineering ..............
lqpnsbructabilitylPhasing/CostEsL
wmn,. Tin "911-
110'efhoad
.21
L L 412118-91
Page 2 of 3
Fee Proposal
Pac Hwy Non -Motorized Corridor
KPFF Consulting Engineers (Prime)
1214I2019
P"u�paarfi. , SlnkWrol ;aeua�pv �:"ur,l 1dfffitl 1`aaat r�tl
e tl h6aaw Pinindpal Maaim ar CNilLead Lead tl„inryuimawrr. 'i IIui l�n u,EIT Rlaap0au PkflnaPr kret fAf1D Goordinelor AdmanAstisl Niamrq �Caaelt.
Total Prime Calvaa iant cast US,034.�3
Total SubtonamitardCanl $ 312160.3T
Ta al act cost $
Page 3 of 3
'm Washington State Transportation Building
wro Department of Transportation 310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TTY. 1-800-833-6388
www.wsdot.wa.gov
October 3, 2019
Marci Monroe -Jones, VP of Finance
KPFF, Inc.
1601 Fifth Ave, Ste 1600
Seattle, WA 98101-3665
We have perforined a cognizant review of the audit, and supporting workpapers, of the KPFF, Inc.
Statement of Direct Labor, Fiinge Benefits, and General Overhead for the year ended 4/30/2019 in
accordance with our role as Cognizant Agency as defined in 23 U.S.C. I I 2(b)(2)(c) and 23 CFR 172.3
and 172.7. Clark Nuber, P.S. performed die audit. The CPA represented that the audit was conducted in
2
Part 3 1. We performed our cognizant review in accordance with the AASHTO Review Prog7-amfor CPA
A udils of Consuffing Engineers'Indirect Cost Rates.
In connection with our coggnizant revie
audit, and supporting workpapers for the Statement of Direct Labor, Fringe Benefits, and General
Overhead, and the related Auditor's Reports, we reviewed did not conforrn in all material respects to the
aforementioned regulations and auditing standards. Accordingly, we recommend acceptance of the
following rates:
Home Rate: 136.92%
Home Facilities Capital Cost of Money (FCCM): 0.29%
Field Rate: 103.76
Field Facilities Capital Cost of Money (FCCM): 0.06%
am=
Schatzie Harvey, CPA
Agreement Compliance AW4 anager
cc: Steve McKemey, Director of Internal Audit
Jeff Tawney, Acting Assistant Director of Internal Audit
Erik Jonson, Contracting Services Manager
File
I
glearmig*71
0 - P I I P 10 fil .1 , . 0 , - 0
Code of Federal Regulations (CFR), part 31.
2-1 This 1 41 Rigg doVqg g
All known material transactions or events that have occurred affecting the firm's ownership,
organization and indirect cost ratesftaye been disclosed.
Signature:
lag - 1 9 - I I - - - I
" Ti?4 04,1101 1 1
contracts. e mse
I 1 11♦ a 1 11
Exhibit
Sub -consultant Cost Computations
There isn't any sub -consultant participation at this time. The CONSULTANT shall not sub -contract for
the performance of any work under this AGREEMENT without prior written permission of the AGENCY.
Refer to section VI "Sub -Contracting" of this AGREEMENT.
See attached.
Agreement Number: AG
Exhibit E - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
Fee Proposal
Pac Hwy Non -Motorized Corridor
HWA GeoSciences (Geotechnical)
12/4/2019
D"cription
QirKtl
vnrnpal
S 82.00
qanaQe
= I
S 72001
-
Lead
Erg -or
6800
Sol,
I l, q':e'
3I
s-
Epoloper
s 30 LJO.
Staff
Enompon ol
S 4000
CARD
T�.Ihpl
5 IR 00
slalP
5 'SA 00
co"W" t
Ad,�,;,,
S J/ 00
Adonin
S 2.5 00
Total Hours
Total Direct
Sal !2 Cost
Task I :Project
Task 2
Task 3
Task 4
4A
Management & Admin
Survey
Environernentall[Permitting
Cwhuchfol Englernal
Task Management
0
4,16 IsroleclMeetiorps
prqx:�Sohn,
Invoicipa ProgTess Report, Bud elTrackin
12
(I
43
0
I D.,
0^Sb N
�%O tQ
Kl6ffM.lJ'q(l)
CcordinalJon Workshop - Walls 12)
4
A
M
3100
S 41600
10, l hl
I
10
A
4,2
COKI, & Review Al"wailable-Geolechnical Data
uau
d
A
2 to 0`3
Jim
43
Geolechnical Extfloratioms,2!eI
Plan Field Explomfirm Program
4
1 1 K IM
Cwdinap and Review Traffic Control —Plans for7es6nq I
Condual Ubty l for Ex lorarions
1
2
11
S 14d
Geo[Khmcial Work Plan Memo
S I lyl 03
Conduct Eyplorahons
156109
Generate no Lop, and Assign Lab Testing
1�Vd
..,
Plan Field ExpvralJon Program
4—
5 fist
Coprdipadl and Review Traffic Control Plans for Teslin
9
J
5
h*'Oft
Enlorafiops
11_1101�
5
14 � UK
_1111W mo
T711211711-11117ull Til 11
4
Conduct Elploralions
31)
7�
Generate Boring Logs and LsILLb TesImp
. ....... .4
4.12
Gp..Iechpicsll E,ploratioms S[a eill
Corvdir,aWard! Review Trafr,Coplml Plans for Teslm2
ICA M
Cgl ll Lrxalmtt,
4
Gootechircial Work Plan Memo
Z'
Zh16 lA
Conduct Fx1plorations
16
S l
44
Gomel Deis Se —es
Evaluate Field and Laboratory Data.
4
4
2 B OS
X'velk (")d
Conduct Sl,lflernerlA�Is
4
S
S 21000
4'6
Gpotachl Design Services
p
5
Retainin W21122an
F14 FIx 1n0 ! fi'O Il A "MA
S
6
S 522 00
S 5 IZIQO
Limunsins Foundation Deson
% M111 00
I Develop Log G Tom Infillmil Rahpls
4
2
1 M
I Pavement Des,"n
W4
^1
4
'a
S 4 1 r, N
So,,, )"Oroorpl
4
IS
14
u f,44,6Q
4,7
Geoacl R!E2q_
IN
S
OPIP01
4
_._
Pirelfirl
8
12
Do
Pre are. Qrall. and Gegloohniral En . Re rt
4
Is
4
Prepare Final Geolechnical En Re rt
4
R
4
.
. . . ...........
Las—"
TOA7
Task 8
_Las, I
Task 110
Totali Hours
ITMA DO er.1
Landoll
Civil Engineering
Structural Engineering
Righl
Traffic Engineering
Constructability/Phasing/Cost Est.
per person
Cgg U�, U26_n
11
4'If') x.,
6
w
L.I
1223
�474XAI
7 5
-7---T
—S
_6
—Sl w "S
0
388
17"Ro 00
Onahl
"�
LL-222-1
'W".",`
Fall Dral _5 9,
TIAptOomhood
Total Fully Burdened Cost
. . .........
.. ... .. "
Page 1 of 2
Fee Proposal
Pee Hwy Non -Motorized Corridor
HWA GeoSciences (Geotechnical)
1 9mnni a
If
LAW Senior
ID0*uo
BW„mf CADD
61SR vatad
Too01"d
O"CH dom P
V em
I",om,�1wwmmc neer
iLaw"namm
Cnwnnrrw7nlal "tl'mua imu "a.wrn
Q'.,1111DOW n*6 Admin
TdfA4 Morwro
SolmyroM
HWA CaoBoiari a GaolochvricbR Total Pra ed1:006
Pape 2 of 2
J%mb,
t
ton State
j r/ l% ���
iWashinTransportation Department of
T i o%
June 18, 2019
HWA GeoSciences, Inc.
21312 301h Drive SE, Suite 110
Bothell, WA 98021
Subject: Acceptance FYE 2018 ICR — CPA Report
Dear Vasiliy Babko:
Iiraintsportaboin IBu.siilldmn
310 IMaple IPafl( Avenue S. II.::,a
P.O. IBox 4 7300
01Nympua,, WA 93304-7300
360-705-7000
p...T Y. 1....800.833-638
We have accepted your firms FYE 2018 Indirect Cost Rate (ICR) of 175.44% of direct
labor (rate includes 0.39% Facilities Capital Cost of Money) based on the "Independent
CPA Report," prepared by T-Max CPA. This rate will be applicable for WSDOT
Agreements and Local Agency Contracts in Washington only. This rate may be subject
to additional review if considered necessary by WSDOT. Your ICR must be updated on
an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with the firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
Regards;
Jonson, Erik
JUJI 19 2019 1:04 ISM
ERIK K. JONSON
Contract Services Manager
EKJ: ah
Acceptance ICR CPA Report
Fee Proposal
Pac Hwy Non -Motorized Corridor
Lin & Associates (Survey)
1?/A/9nlQ
SLIlley
su—Y
Chief of
Survey
''(eld
ROW
CAD
Sr Project
Total Direct
Principal
r0aria4ee
Engl,eer
!arbes
Technician
Surveyor
Engimeer
Technimaj
Admin
Admin
Total Hours Wag Cost
Direct R ale.
9090
S 60 R�
5 3737
S 3737
21929
1 N, 26
$ 34 34
TS 36,36
S 4343
S
$ 3737
Task
Project Management Admin
Task 2
Survey
2A
B
10
190
200
180
10
10
BI XN S Z�_rjsy 70
Envirommental,Permitting
Task 4
Geotechnical Engineering
Task
Landscaping
Task 6
Civil Engineering
Task?
Structural Engineering
Task 8
Right -of -Way
F
Task 9
Traffic Engineering
Task 10
ConstructabilitylPhasIng/Cost Est
Hours
per person
46
IN
200
1 180
200
1 0
1 0
10
10 0
838 We"111 0111,10M,
II
T-TIR51"i'scl
Cost per persoa—
QT�
S710030
5 7,4747,7
5 ufti�,b
S J9'mbj
s ,
15
434 30
5 XU N) 5
S 29.057,70
Raw m4d casi
S
44,00M
ITCOFM d9W1
Total Fully Suldaned Co%l
S 82,195.52
KhI'MbJJK4AtlLtb
Item
Quantitv
Unit
Unit Cost
—
—
Sub
Totals
Survey Vehicle U&aoe
22__
t 2
500
d2y
day
ww h
S 6000
5 1500
5 0,10
% i ulfb)
1 Lov
5 91003
1 132000
S 111000
S ",III qD
Yi Sul e,
10
dm�
0) 00
P, m 00
_LJ1 —OM101)
APS acLur
9900.00 00
9.900 UO
5 9 90000
S
Total
S 17,450.00
au, .Ject
Page 1 of 1
Aahk
UWashington State
jiDepartment of WanspadMian
June 19, 2019
Lin & Associates, Inc.
901 5th Avenue, Suite 2710
Seattle, WA 98164
Transportation Building
310 Maple Park Avenue S.E
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TTY11-800-833-6388
www.wsdotwa.gov
Subject: Acceptance FYE 2018 ICR — Risk Assessment Review
Dear Hannah Fredericksen:
Based on Washington State Department of Transportation's (WSDOT) Risk
Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed
FYE 2018 ICR as follows:
• Home office rate of 152.87% of direct labor
• Field office rate of 122.48% of direct labor
This rate will be applicable for WSDOT Agreements and Local Agency Contracts in
Washington only. This rate may be subject to additional review if considered necessary
by WSDOT. Your ICR must be updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
rs lta tr a,a .d .)v v.
Regards;
Jonson, Erik
Jun 19 201 1. 5 FM
� y, n
ERIK K. JONSON
Contract Services Manager
EKJ:ah
Acceptance ICR Audit Office Review
Fee Proposal
Pac Hwy Non -Motorized Corridor
HBB Landscape Architects
rrI
...........
jimumtwmLof
Mai NAP Um
T.&.IF.IIVEI.ftO ... dQ�nl
$
HIM
!HBO Lapologov WOW% TOUIR OOQOSlS
Pogo 1 of 1
Aft
mom Washington State
V UP � sportation
April 2, 2019
Hough Beck & Baird, Inc. (HBB)
215 Westlake Avenue North
Seattle, WA 98109
mVamimmumlmortation I uliilllduirmg
10I ajpa IP'w1kAveniue SJE,
0�yrnpiia , ' A I a' 04- 300
360- 0 5- 7 000
wwmmsdotwa.gov
Subject: Acceptance FYE 2018 ICR — Audit Office Review
Dear Pam Neuman:
Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your
firm's FYE 2018 Indirect Cost Rate (ICR) of 137.25%. This rate will be applicable for
WSDOT Agreements and Local Agency Contracts in Washington only. This rate may
be subject to additional review if considered necessary by WSDOT. Your ICR must be
updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
ConsIIlt�Irrt ate �:"i, �s11 t. aa, tw.
Regards;
Jonson, Erik
Apr 3 2019 10:53 AM
ccsp; n
ERIK K. JONSON
Consultant Services Manager
EKJ:mya
Acceptance ICR Audit Office Review
Fee Proposal
Pac Hwy Non -Motorized Corridor
RES Group NW (Right -of -Way)
senior
Aulu�s�tiury
1
7mal Dkset 5slery.
10awson.
A�YfI(
IYti' ,Sc:...
Adman
.........
..
TaPal Naura
Cns
...m,..-�
........e._....: .........
G�n,.n li,xlnl�
S 6'f.56
° fi7.5(!
1 rd ^r(1
ITask1
Project Mansvemenl 6 Admin
Tesk 3
EnaBraxemen srmftling
.._
'Taskd
.
Ceoyechnlcal i q
jaskS
iandscasdrYp....
Task 9
CMll Englnaed.q.,
Task 7
'Shurtural Engineedlud...
Tssk I
RWhW.WaY
.....
a
wOmppw ..........._.
_..y d
�...�._...
...,,..:w:
_,� .
..„..._....
d1S
ra ad as1a
3
102 i
ry bu ti v,rgil
�Nun+14 MLfo( A"Tlfl'ti.dry�
i
tY7,`S1
"AVV R-W Fat f]IYY6rnr,a �.mm
➢
I
12
ud1
S ,111641A
;.rN'i 41'"4 fh d4P.
•�
Cf
�. _
r,P M5F Fu du1,p E A A
IIT
1F rM #ti ag..
1 AY' roGY n n Y I Iim � u ✓aym'a4
7
761'
5 diYZ `s5il
�1 �7
....
f fA141y
ta1Vt an lfyN' 4roY1!�.yn y»� - n
,.&,....m. .., al..,....:IA
Ide Rex,. _ ....
MW �..�
rR rvwllr
,7
9 "
. .. .......�.�..
�i
..�.......m.�.,
.m..
.,...� .
��...
`cal
ill x�.
q S
j1"�"lat k1 ,aawmmwm� 9asp�
&d
Task 9
Traffic Engineedng
Task 10
±Cons bllhylPhas6 oa8 Est
.
TOW Hm,
Wror[ fW4n
1d1
1p
57
0
0
@
(
k
@
9
:'
0
170
-Toul 0irsc4 Corfi m amer
5 W. W °x'I
S 1 f „l
S
7�
1
�7'
1
, ,bG/ c
1 Nasal 09
C'•1rdAdr.w.m�.f Haar ..
Ah W:':
u--R,Om.
7tlA V d. h 4", a
4O
Y MIad IYArvvr�a'e41k,41
+a'7R'Y4 A7,.
"•
1ua1Y1u'71irvM9 e1
1 '� ..
7 raaa Gw4g Pi!. rdmrual ¢�.atl
1 1r say.l,wc
NOW
�
0
�E��nfinr -1 1RJ IH7•e�.. To1a�11Mre"mu�CC9w1� _ � ����"�
Page 1 of 1
mh
WashingtonSii'
te
Department of Transportation
iy
June 5, 2019
RES Group NW, LLC
624 S Lander Street #202
Seattle, WA 98134
Transportation Bu60dln
310 Maple Park Avenue S.E.
P.O. Box 47300
Olyrnpia, WA 98504-7300
360-705-7000
T Y. 1-800-833-6388
www.wsdot.wa.gov
Subject: Acceptance FYE 2018 ICR — Risk Assessment Review
Dear Tim Davis:
Based on Washington State Department of Transportation's (WSDOT) Risk
Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed
FYE 2018 ICR of 48.86% of direct labor. This rate will be applicable for WSDOT
Agreements and Local Agency Contracts in Washington only. This rate may be subject
to additional review if considered necessary by WSDOT. Your ICR must be updated on
an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
n ultant;rateu allLuvwgo-v-
a
Regards;
Jonson, Erik
Jun 6 2019 7:45 AM
rly ;;: ri
ERIK K. JONSON
Contract Services Manager
EKJ:ah
Acceptance ICR Audit Office Review
Fee Proposal
Pac Hwy Non -Motorized Corridor
Fehr & Peers (Traffic)
R
"M
............
RIILMI.Tn�'mgLm .
Tdo �rmj ��,W
5 r�g ul
Twf f0p AmWd C.P
r 94'672 0
h M., S
. . . ...
......
....... . . . . ........... ............. 58,61260
P,gc 1 of 1
Aft
m� �ty�
WashingtonState
May 31, 2019
Fehr & Peers, Inc.
100 Pringle Avenue, Suite 600
Walnut Creek, CA 94596
Subject: Acceptance FYE 2018 ICR — CPA Report
Dear Marion Donnelly:
nsportatlon SullUding
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 504-7300
360-705-7000
TFY.1-800-833-6388
www.wsdot.wa.gov
We have accepted your firms FYE 2018 Indirect Cost Rate (ICR) of 171.91% of direct
labor based on the "Independent CPA Report," prepared by D.L. Purvine, CPA, PLLC.
This rate will be applicable for WSDOT Agreements and Local Agency Contracts in
Washington only. This rate may be subject to additional review if considered necessary
by WSDOT. Your ICR must be updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with the firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
S011112—flatL aft k)NE o .", - -IM.
Regards;
Jonson, Erik
Jun 3 2019 10:45 AM
ERIK K. JONSON
Contract Services Manager
EKJ: ah
Acceptance ICR CPA Report
Title '1 Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors
in interest agrees as follows:
1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-
discrimination in federally assisted programs of the AGENCY, Title 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 incorporated by reference and made a part of this AGREEMENT.
2. Non-discrimination: The CONSULTANT, with regard to the work performed during this AGREEMENT,
shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention
of sub -consultants, including procurement of materials and leases of equipment. The CONSULTANT
shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
REGULATIONS, including employment practices when this AGREEMENT covers a program set forth
in Appendix B of the REGULATIONS.
Solicitations for Sub -consultants, Including Procurement of Materials and Equipment: In all solicitations
either by competitive bidding or negotiations made by the CONSULTANT for work to be performed
under a sub -contract, including procurement of materials or leases of equipment, each potential sub -
consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under
this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color,
sex, or national origin.
4. 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, the
STATE, or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such
REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the
exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall
so certify to the AGENCY, the STATE, or the FHWA as appropriate, and shall set forth what efforts it has
made to obtain the information.
5. Sanctions for Non-compliance: In the event of the CONSULTANT's non-compliance with the non-
discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions
as it, the STATE, or the FHWA may determine to be appropriate, including, but not limited to:
• Withholding of payments to the CONSULTANT under this AGREEMENT until the CONSULTANT
complies, and/or;
• Cancellation, termination, or suspension of this AGREEMENT, in whole or in part.
6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs-(1) through-
(5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the
REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with
respect to any sub -consultant or procurement as the STATE, the AGENCY, or FHWA may direct as a means
of enforcing such provisions including sanctions for non-compliance.
Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with,
litigation with a sub -consultant or supplier as a result of such direction, the CONSULTANT may request
the AGENCY enter into such litigation to protect the interests of the STATE and/or the AGENCY and, in
addition, the CONSULTANT may request the United States enter into such litigation to protect the interests
of the United States. Agreement Number: AG -
Exhibit F - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
Exhibit
Certification Doculments
Exhibit O-l(a) Certification of Consultant
Exhibit O-1 b Certification of City of Federal Way
Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters -
Primary Covered Transactions
Exhibit O-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
Exhibit G-4 Certificate of Current Cost or Pricing Data
Agreement Number: AG
Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
Exhibit G-1(a) Certification of Consultant
I hereby certify that I am the and duly authorized representative of the firm of
KPFF, Inc.
whose address is
1601 5th Avenue, Suite 1600 Seattle, WA 98101
and that neither the above firm nor I have:
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 AGREEMENT;
b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out this AGREEMENT; or
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 this AGREEMENT; except as hereby expressly stated (if any);
I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation
and the Federal Highway Administration, U.S. Department of Transportation in connection with this
AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
KPFF, Inc.
Consultant (Firm Name)
/- 0 —2.01Z
Signature (Authorized Official of Consultant) Date
SEAQ `C
Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
Exhibit G-1(b) Certification of City of Federal Way
I hereby certify that I am the:
❑1 Mayor, Jim Ferrell
❑ Other
of the City of Federal Way , and KPFF, Inc.
or its representative has not been required, directly or indirectly as an express or implied condition in connection
with obtaining or carrying out this AGREEMENT to:
a) Employ or retain, or agree to employ to 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 hereby expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation
and the Federal Highway Administration, U.S. Department of Transportation, in connection with this
AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Signature Jim Ferrell, Mayor
Date
Agreement Number: AG
Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
Exhibit G-2 Certification Regarding Debarment, Suspension and Other
Responsibility Matters - Primary Covered Transactions
I. The prospective primary participant certifies 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 (3) year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of 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 State anti-trust 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 (3) year period preceding this application / proposal had one or more public
transactions (Federal, State and local) terminated for cause or default.
II. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
KPFF, Inc.
Consultant (Firm Name)
Signature (Authorized Official of Consultant) Date
Agreement Number: AG
Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
Exhibit G-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 any 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 Federal contract, grant, loan or cooperative AGREEMENT.
2. If any funds other than Federal appropriated funds have been paid or will 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 prerequisite 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 $10,000.00, and not more than $100,000.00,
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 sub -contracts, which exceed $100,000,
and that all such sub -recipients shall certify and disclose accordingly.
KPFF, Inc.
Consultant (Firm Name)
w
• � � "- " �
Signature (Authorized Official of Consultant) Date
Seam '?Sc-Ne,
Agreement Number: AG
Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 08/15/2019 Page 1 of 1
Exhibit G-4 Certificate of Current Cost or Pricing Data
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section
2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted,
either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's
representative in support of Pacific Highway Non -Motorized Corridor * are accurate, complete, and current
as of Dec. 5, 2019
This certification includes the cost or pricing data supporting any advance AGREEMENT's and forward pricing
rate AGREEMENT's between the offer or and the Government that are part of the proposal.
Firm: KPFF, Inc.
�..�i
Signature
Date of Execution***:
Title
*Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project title.)
**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 G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
xbibit
k1i at" Liability Insurance Increase
To Be Used Only If Insurance Requirements Are Increased
The professional liability limit of the CONSULTANT to the AGENCY identified in Section XII, Legal Relations
and Insurance of this Agreement is amended to $
The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the
amount of $
Such insurance coverage shall be evidenced by one of the following methods:
• Certificate of Insurance.
• Self-insurance through an irrevocable Letter of Credit from a qualified financial institution.
Self-insurance through documentation of a separate fund established exclusively for the payment of professional
liability claims, including claim amounts already reserved against the fund, safeguards established for payment
from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for
those funds.
Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed
$1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted
to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit.
If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional
professional liability insurance required.
Notes: Cost of added insurance requirements: $
• Include all costs, fee increase, premiums.
• This cost shall not be billed against an FHWA funded project.
• For final contracts, include this exhibit.
Agreement Number: AG
Exhibit H - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1
Exhibit
Alleged Consultant Design Error Procedures
The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager
At the first indication of potential consultant design error(s), the first step in the process is for the Agency's
project manager to notify the Director of Public Works or Agency Engineer regarding the potential design
error(s). For federally funded projects, the Region Local Programs Engineer should be informed and
involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an
agency staff person other than the project manager, who has not been as directly involved in the project,
to be responsible for the remaining steps in these procedures.)
Step 2 Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed
documentation than is normally required on the project. Examples include: all decisions and descriptions
of work; photographs, records of labor, materials and equipment.
Step 3 Contact the Consultant Regarding the Alleged Design Error(s)
If it is determined that there is a need to proceed further, the next step in the process is for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
error(s). The project manager and other appropriate agency staff should represent the agency and the
consultant should be represented by their project manager and any personnel (including sub -consultants)
deemed appropriate for the alleged design error(s) issue.
Step 4 Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s) with the consultant have been completed regarding the consultant's alleged design
error(s), there are three possible scenarios:
• It is determined via mutual agreement that there is not a consultant design error(s). If this is the case,
then the process will not proceed beyond this point.
• It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case,
then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement
with the consultant. The settlement would be paid to the agency or the amount would be reduced from
the consultant's agreement with the agency for the services on the project in which the design error
took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary
of the settlement for review and to make adjustments, if any, as to how the settlement affects federal
reimbursein nts, No further action is required.
• There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may
request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency
Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal
counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5.
Agreement Number: AG
Exhibit I - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 2
Step 5 Forward Documents to Local Programs
For federally funded projects all available information, including costs, should be forwarded through the
Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet
with representatives of the agency and the consultant to review the alleged design error(s), and attempt
to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office
for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs
for federal reimbursement.
• If mutual agreement is reached, the agency and consultant adjust the scope of work and costs
to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount
of federal participation in the agreed upon resolution of the issue.
• If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration
or by litigation.
Agreement Number: AG
Exhibit I - Local Agency ASE Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 2 of 2
hiit J
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s)
that total $1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step 1 Consultant Files a Claim with the Agency Project Manager
If the consultant determines that they were requested to perform additional services that were outside
of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed
is the request for consideration of the claim to the Agency's project manager.
The consultant's claim must outline the following:
• Summation of hours by classification for each firm that is included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Timeframe of the additional work that was outside of the project scope;
• Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work; and
• Explanation as to why the consultant believes the additional work was outside of the agreement
scope of work.
Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency's project manager. The project manager will review the consultant's claim and will met with the
Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the
FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's
recommendation for federal participation in the claim to the WSDOT Local Programs through the Region
Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from
agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs
(if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including
backup documentation to the consultant to either supplement the agreement, or create a new agreement
for the claim. After the request has been approved, the Agency shall write the supplement and/or new
agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for
the agreement is subject to audit. No further action in needed regarding the claim procedures.
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
Agreement Number: AG
Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 2
Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
• Copy of information supplied by the consultant regarding the claim;
• Agency's summation of hours by classification for each firm that should be included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated
with the additional work;
• Explanation regarding those areas in which the Agency does/does not agree with the consultant's
claim(s);
• Explanation to describe what has been instituted to preclude future consultant claim(s); and
• Recommendations to resolve the claim.
Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation
The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove
the claim, or portions thereof, which may include getting Agency Council or Commission approval (as
appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain
concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim
is not eligible for federal participation, payment will need to be from agency funds.
Step 5 Informing Consultant of Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final
decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s)
and rationale utilized for the decision.
Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount
of the claim. Inform the consultant that the final payment for the agreement is subject to audit.
Agreement Number: AG
Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 2 of 2
December 20, 2019
Christine Mullen
Senior Capital Engineer
City of Federal Way Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
RE: Pacific Highway Non -Motorized Corridor
Signing Authority
Dear Ms. Mullen:
Thank you for the opportunity to provide engineering services to the City of Federal Way under this
contract. KPFF is submitting formal notification that Sean Battle, PE, with the title of Associate, has
authority to execute this contract.
Please let me know if you require further information.
Sincerely,
104 �
Nikhil Kalgha ,i, SE
CFO
1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 206-622-5822 kpff.com
1/10/2020 Corporations and Charities System
BUSINESS INFORMATION
Business Name:
KPFF, INC.
UBI Number:
578 063 612
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
Principal Office Mailing Address:
Expiration Date:
07/31/2020
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
07/26/1963
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
PROFESSIONAL, SCIENTIFIC & TECHNICAL SERVICES
REGISTERED AGENT INFORMATION
Registered Agent Name:
REPORTING CENTER MANAGER
Street Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
Mailing Address:
1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES
GOVERNORS
Title > Governors T ype Entity Name First Narne=====Last Name
GOVERNOR INDIVIDUAL JOHN GAVAN
GOVERNOR INDIVIDUAL NIKHIL KALGHATGI
GOVERNOR INDIVIDUAL RICK DAVIS
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1
Client#: 25326 KPFFINCO
ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
I1/14/2020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER A'CT CNTA
Katie Krasner
Greyling Ins. Brokerage/EPIC PHONE 770.552.4225 Fax 866.550.4082
N.. Exda: a. ' No
3780 Mansell Road, Suite 370 E-MA° , , Katie.Kresner@9reyfin9.com.
Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIC #
INSURER A: National Union Fire Ins. Co. 19445
INSURED INSURER B : The Continental Insurance Company 35289
KPFF, Inc. INSURER C ; New Hampshire Ins. Co. 23841
1601 5th Ave INSURER D ; Surplus Allied World Slus Lines Ins 24319
.Suite 1600 INSURER E
Seattle, WA 98101
INSURER F
COVERAGES CERTIFICATE NUMBER: 19-20
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDL UBR
LTRTYPE OF INSURANCE POLICY NUMBER
POLICY EFF POLICY EXP LIMITS
/D /YYYY MM/DD(XYMX
A
X
COMMERCIAL GENERAL LIABILITY
5268336
04/01 /2019
04/01 /202OI
EACH OCCURRENCE
$1 OOOOO
Ap RENTED
MGSESE T1r
DAFM
$500 OOO
CLAIMS -MADE OCCUR
1
MED EXP Any one arson
$25 000
PERSONAL & ADV INJURY
$1 000 000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
s2,000,000
PPOLICYGY X JECT �R GGLOC PRO-
PRODUCTS - GOMP(Or, AGG
$ 2 OOO 000
$
OTHER:
A ... AUTOMOBILE LIABILITY 9775930
4/01/2019 04/01/2020 GOh,MBIhJFl7INIai.F a iMlr 1 000 000
tt,
X1 ANY AUTO
BODILY INJURY (Per person) $
OWNED SCHEDULED
AUTOS ONLY AUTOS
BODILY INJURY (Per accident) $
HIRED NON -OWNED
f'H(JI•'Ef)T r DAMAGE $
AUTOS ONLY AUTOS ONLY
P
B X UMBRELLA LIAB X OCCUR 6050399824
4/01/2019 04/01/2020 EACH OCCURRENCE $10000..... 0
X EXCESS LIAB CLAIMS -MADE
AGGREGATE $10 0-0-0.000
DED I X1 HFTFNTI()N 0
S
C WORKERS COMPENSATION 022298245 (AOS)
4/01 /2019 04/01/2020 X 1 PER OTH-
AND EMPLOYERS LIABILITY Y f r+tl
A ANY PROPRl£TOR�PAI r:4E.'V Xf.:CUFWE — 022298244(CA)
4/01/2019 04/01/2020 E.L EACH ACCIDENT 1 000000
iOFFICERIMEMBER EXCLUDED? ) N � N / A
(Mandatory in NH)-0
E.L DISEASE - EA EMPLOYEE $1 000 000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E L. DISEASE - POLICY LIMIT $1 000 000
D Professional/ 03120067
10/10/2019 10/10/2020 Per Claim $10,000,000
Pollution Liab.
Aggregate $10,000,000
SIR $250 000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may
be attached if more space is required)
Re: Pacific Highway Corridor Project.
City of Federal Way is named as an Additional Insured on the above referenced liability policies with the
exception of workers compensation & professional liability where required by written contract.
City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Y y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way, WA 98003
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S1961730/M1774402 KKRE1