Loading...
AG 17-124 RETURN TO: PW ADMIN EXT: 2700 ID#: .2(, 1 n CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ S 2. ORIGINATING STAFF PERSON:0/11MAS , `Ui tei 1 EXT: y:21's 3. DATE REQ.BY: 3. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT o HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE n,' o RESOLUTION o CONTRACT AMENDMENT(AG#):k � � INTERLOCAL o OTHER �j U f 4. PROJECT NAME:Mil ia 1 s Is29 SS- Comeacf YIC4 491+ 5. NAME OF CONTRACTOR:/���� 1 p p T ADDRESS: -5C)2i Jc stvi f JL. �("AC.Orr t %AJfA % L{O TELEPHONE: E-MAIL: ,,1� �p `h1i ( FAX: ` SIGNATURE NAME: IV,C1 �V � TITLE: 6. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES o COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTSp / CFW LICENSE# BL,EXP.12/31/^ UBI#(0 a) , s W8 8 ,EXP.5 13[1i e o1 7. TERM: COMMENCEMENT DATE: g- 1 - ,, c;( '--7 ,1.w�,, COMPLETION DATE: . �J 1 , L--b lei 8. TOTAL COMPENSATION:$ 1 2•W2- L nei I`V,�� �QIN1� XPE ` D SAVR ;'FF N l 13�I S (INCLUDE E NSES AN SALE T X, A Y) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: o YES 0 NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: c RETAINAGE// JI�` AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE TO: D ,3 (G a�I �"'�` l v 9. DOCUMENT/CONTRACT REVIEW INITIALTIy/DATE REVIEWED INITIAL/DATE APPROVED X,PROJECT MANAGER �. ,1 , 5 19,-/A I la k DIVISION MANAGER y DEPUTY DIRECTOR /' ,V?4( f ) DIRECTOR I i 21•n ❑ RISK MANAGEMENT (IF APPLICABLE) A LAW DEPT I§ 6/1)-(16 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING o SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o 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 o L DEPT /� SIGNATORY(MAYOR OR DIRECTOR) �� /i. CITY CLERK All raf iaZIO ►11 iletta. K ASSIGNED AG# AG# ,OW=- X SIGNED COPY RETURNED DATE SENT: 14/M1f, o RE-TuRN-ONE ORIGINAL COMMENTS: EXECUTE 2."ORIGINALS 1/2018 Washington State Department of Transportation Supplemental Agreement Organization and Address Number 2 KPG,P.S. Original Agreement Number 2502 Jefferson Avenue Tacoma,WA 98402 Phone: 253-627-0720 Project Number Execution Date Completion Date AG# 17-124 8/1/17 12/31/2019 Project Title New Maximum Amount Payable Military Rd S/S 298th St Compact Roundabout $138,872.62 Description of Work -Addition of Work Element 14-Engineering Support During Construction The Local Agency of City of Federal Way desires to supplement the agreement entered in to with KPG,P.S. and executed on 8/1/17 and identified as Agreement No. AG# 17-124 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: See attached Exhibit A,Scope of Work II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: December 31,2019 III Section V, PAYMENT, shall be amended as follows: Original Contract Amount$122,011.08+Supplement 1 $14,861.68+Supplement 2$1,999.86=Maximum Amount Payable $138,872.62 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 bel w and eturn to this office for final action. By: f By: 'wt. t'r Pirreil u , Mayor okv Consultant Signature Approvin Authority Signature L743 ate DOT Form 140-063 Revised 09/2005 Exhibit "A" Summary of Payments Basic Agrmt+ Supplement#2 Total Supp#1 Direct Salary Cost $47,156.84 $746.16 $47,903.00 Overhead $65,085.87 $1,029.85 $66,115.72 (Including Payroll Additives) Direct Non-Salary Costs $10,483.00 0 $10483.00 Fixed Fee $14,147.05 $223.85 $14,370.90 Total $136,872.76 $1,999.86 $138,872.62 DOT Form 140-063 Revised 09/2005 EXHIBIT A City of Federal Way Military Road / S 298th Street Compact Roundabout KPG Scope of Work Supplement #2 May 17, 2018 Purpose The purpose of the Military Road / S 298th Street Compact Roundabout project is to improve intersection safety for vehicles and pedestrians. Proposed Improvements Proposed Improvements for the Military Road / S 298th Street Compact Roundabout project include the following: • Provide minor widening for compact roundabout at the intersection of Military Road and S 298th Street. Roundabout will be using economical materials placed on top of the existing roadway surface. Pavement removal for landscaping in center of roundabout will be incorporated if feasible. • Provide traffic calming measures in accordance with findings of traffic analysis. Splitter islands and/or chicanes will be using economical materials placed on top of the existing roadway surface. No widening is anticipated on the approach legs, only at the intersection. • Provide updated ADA curb ramps at the intersection. • Provide new luminaires as required to meet current lighting standards. • Modifications to existing drainage system as required. Scope of Work All of the Work Elements stated in the original scope of work still apply. This work element is added to include Engineering support during construction: Work Element 14 Engineering Support During Construction 14.1 Provide Engineering support during construction, including answering questions or providing material submittal reviews, up to the amount specified in the attached fee estimate. Assumptions • It is anticipated that the CITY will provide project management, inspection and documentation control, the CONSULTANT will only be needed for on-call Engineering support. City of Federal Way Page 1 of 1 KPG 298"'/Military Road Roundabout 5/17/2018 Supplement#2 HOUR AND FEE ESTIMATE EXHIBIT D Project: City of Federal Way K P G Military Road i S 298th Street Compact Roundabout • Architecture • May 17,2018 Landscape Architecture • Civil Engineering • Labor Hour Estimate Total Fee Proj Engr Design engr i • Senior Project Sen.Urb Des Landscape Survey Task Descr ption Engineer Manager Proj.Surveyor Surveyor crew Technician Clerical Direct Overhead Profit Effective multiplier $ 62.50 $ 50.00 $ 43.27 $ 36.06 $ 60.00 $ 32.00 $ 31.00 Hours Labor Cost 138.02% 30% 2.6802 Work Element 14-Engineering Support During Construction 14.1 Engineering Support During Construction 0 8 8 0 0 0 0 161$ 746.16 $ 1,029.85 $ 223.85 $ 1,999.86 Reimbursable expenses • Supplement#2 Task Subtotal 0 8 8 0 0 0 0 16 $ 746.16 $ 1.029.85 $ 223.85 $ 1.999.86 Original Contract+Supplement#1 Maximum Amount Payable I $ 136.872.76 New Maximum Amount Payable 1 S 138.872.62 City of Federal Way Page 1 of 1 KPG Military Rd/S 298th 5/17/2018 RETURN TO: PW ADMIN EXT: 2700 ID#: 3 24 6 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS ,/1n O�I ree I-1--- /� n 44-1 2. ORIGINATING STAFF PERSON:C it �I l 1e- HtU Le 1 EXT: K 2-1 2-3 3. DATE REQ.BY: A ph . -O 3. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT 0 MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT o HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE o RESOLUTION X CONTRACT AMENDMENT(AG#): ti• a k 0 INTERLOCAL o OTHER L (� y 4. PROJECT NAME: M I li-rotr,9 .d S /5 2RPi"'"' 51- C o a0A ro(A,n 01(4)0 u 5. NAME OF CONTRACTOR: �C(�.1 e '9 5 ADDRESS: 2-50Z. J e SO l A ve- -Mantua,wA, 98402- TELEPHONE:2_53•L02:1• Or7 20 E-MAIL: FAX: SIGNATURE NAME: Nelson -1:)0cv%4 TITLE: •1P es-'tgAertt 6. EXHIBITS AND ATTACHMENTS:0 SCOPE,WORK OR SERVICES o COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP.12/31/ UBI# ,EXP. / / 7. TERM: COMMENCEMENT DATE: S 1- 21)VI- COMPLETION DATE: 1- 3\- Zd la ORtfwtN1P- S JI'Q \ REQ 1sED 8. TOTAL COMPENSATION:$i22,011.O$ 4. t.14,e,tt l.10a=413L0,612..1(0 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: o YES ❑NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED X PURCHASING: PLEASE CHARGE To: 1)3 L0 211--24 I1D 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED PROJECT MANAGER eler, 4/1tvi2-0 S BwisteN4.47 u8-- A DEPUTY DIRECTOR �Y Ll/((0 t lioDIRECTOR (41 Nit WTI a o RISK MANAGEMENT (IF APPLICABLE) nLAW DEPT VP( I g 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: (..440,„A COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: -/A COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING o SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o 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 c - 1_ V SIGNATORIC(MAYOIOR-D fAR) `.!W�ff4WILt O CITY CLERK aliar7 br .v . ASSIGNED AG# AG W- 6 nn SIGNED COPY RETURNED DATE SENT: I�!•►n RETURN ONE ORIGINAL COMMENTS: EXECUTE"2-"ORIGINALS -C0n�`�V1"1 OI ve�{J JViG,CCS. C♦� m&� � PN 3141*,)� 1/2018 r� Washington State Department of Transportation Supplemental Agreement Organization and Address Number 1 KPG,P.S. Original Agreement Number 2502 Jefferson Avenue Tacoma,WA 98402 Phone: 253-627-0720 Project Number Execution Date Completion Date AG# 17-124 8/1/17 7/31/18 Project Title New Maximum Amount Payable Military Rd S/S 298th St Compact Roundabout $136,872.76 Description of Work -Addition of Work Element 6-Geotechnical investigations and recommendations in order to determine feasibility of stormwater infiltration. -Modification of Work Element 10-Right of Way calculations -Modification of Work Element 11 -Final Design The Local Agency of City of Federal Way desires to supplement the agreement entered in to with KPG,P.S. and executed on 8/1/17 and identified as Agreement No. AG# 17-124 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: See attached Exhibit A,Scope of Work I I 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-Contract Expiration 7/31/18 III Section V, PAYMENT, shall be amended as follows: Original Contract Amount$122,011.08+Supplement 1 $14,861.68=Maximum Amount Payable$136,872.76 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: eq,4 DAVt s � �, By: 'Ti 1 -rer -�l( , May'Or Consultant Signature Approving Authority Signature 1X1/ Date DOT Form 140-063 Revised 09/2005 Exhibit "A" Summary of Payments Basic Supplement#1 Total Agreement Direct Salary Cost $43,545.66 $3,611.18 $47,156.84 Overhead $60,101.72 $4,984.15 $65,085.87 (Including Payroll Additives) Direct Non-Salary Costs $5,300.00 $5,183.00 $10,483.00 Fixed Fee $13,063.70 $1,083.35 $14,147.05 Total $122,011.08 $14,861.68 $136,872.76 DOT Form 140-063 Revised 09/2005 EXHIBIT A City of Federal Way Military Road / S 298th Street Compact Roundabout KPG Scope of Work Supplement #1 March 20, 2018 Purpose The purpose of the Military Road / S 298th Street Compact Roundabout project is to improve intersection safety for vehicles and pedestrians. Proposed Improvements Proposed Improvements for the Military Road / S 298th Street Compact Roundabout project include the following: • Provide minor widening for compact roundabout at the intersection of Military Road and S 298th Street. Roundabout will be using economical materials placed on top of the existing roadway surface. Pavement removal for landscaping in center of roundabout will be incorporated if feasible. • Provide traffic calming measures in accordance with findings of traffic analysis. Splitter islands and/or chicanes will be using economical materials placed on top of the existing roadway surface. No widening is anticipated on the approach legs, only at the intersection. • Provide updated ADA curb ramps at the intersection. • Provide new luminaires as required to meet current lighting standards. • Modifications to existing drainage system as required. Scope of Work All of the Work Elements stated in the original scope of work still apply. The following Work Element is revised to read: Work Element 6 Geotechnical Report Geotechnical investigation and recommendations will be necessary for the determination of feasibility of stormwater infiltration. See the attached Scope of Work from GeoDesign for additional information. 6.1 KPG's effort under this task includes review of reports and providing information such as plans, figures, and details to the Geotechnical sub consultant as required to complete the geotechnical investigation and report. Work Element 6 Assumptions: • The City will perform the following duties/provide the following work: o Traffic control o Excavation of infiltration test pit City of Federal Way Page 1 of 3 KPG 298th/Military Road Roundabout 3/20/2018 Supplement#1 o Provide water for infiltration testing o Restore the site Work Element 6 Deliverables: • Draft Geotechnical Report, One (1) electronic PDF copy of the report • Final Geotechnical Report, One (1) unbound, two (2) bound and one(1) electronic (PDF) copies of the report This work element is revised to reflect Right of Way acquisition from one parcel. The following Work Element is revised to read: Work Element 10 Right of Way Calculations Perform the following work items necessary to establish the right-of-way (ROW) along Military Road and S 298th Street in the project vicinity 10.4 The CONSULTANT will prepare preliminary figures for informal meeting with the property owners. Assume two (2}one (1) figure and two (2) one (1) meeting. Work Element 10.4 Deliverables: • Preliminary ROW figures (assume 21) 10.5 The CONSULTANT will prepare legal descriptions and exhibit drawing to be used in acquisition documents for two one (1) parcel requiring simple fee take. An additional description and exhibit will be provided for acquisition of a temporary construction easement. Work Element 10.5 Deliverables: • Legal description and exhibits for Right of Way acquisition (2 parcel; 1 parcel) • Project Funding Estimate (PFE), Acquisition Negotiation, Escrow Closing and Right of Way Certification will be completed by the CITY or an agent of the City and are not included in this scope of work. • Resolution of existing easements within acquisition area(s) will be completed by the CITY or an agent of the CITY and is not included in this scope of work. 10.6 The CONSULTANT shall field locate and stake existing right of way lines and proposed right of way lines within the two one (1) subject parcel Work Element 10 Assumptions: • The City will perform all right of way acquisition services. City of Federal Way Page 2 of 3 KPG 298`h/Military Road Roundabout 3/20/2018 Supplement#1 This work element is revised to include staging/traffic control plans and precast curb plan changes requested by the City following 85% design. The following Work Element is supplemented with the following: Work Element 11 Final Design 11.18 Prepare traffic control and staging plans. Staging will consist of up to three phases (west side, east side, center), each of which will include up to two traffic control layouts. 11 .19 Revisions to Plan sheets to incorporate precast curb in lieu of cast in place curb. City of Federal Way Page 3 of 3 KPG 298th/Military Road Roundabout 3/20/2018 Supplement#1 N 0 Cl N 7 I-f` CO 0 N N M u) N r CO CO .- O r . O W V M O (O CO..CD r O OR 1� 0 i pi .Q 0 M 7 O) Q) 0 e C O'.'C'V' e N r r N M y. a O a0 Of Of N W N. N N N N CO 0 '..e 0 DO a m 011 r N r co N R u� c7 CO <O ODa O D d O sO. LL £ �.. u) CD CO N e r R M CO. Oe N e N C07 law O z 2 y 0 ;0 N r I r r Cti 1:14 eQ� d Fns w va(awww 4/9wuawwww wu�cnwww w w w °> 0 0 Cornu a CO 0 u, el II W •.J• 2 .0 ,_ .- Q 0 0 m NCO 0 N M Cil. 2CD CO ((0 0 CO M. N. CO CO a 3) SII aCCO 69 w CA Cfl Cfl 69 EA 69 w I w— ,7 ' CO N C LI, (D O COCO(D r) U) 1 a NA co M (n n CO O I, C D O (0''..I� V 0 N N e R E 7 0 D o N N M N CO N IN- r CO CO 7 N N CO CO N N- a CO N- (l) 0) L O M.- ui a E 9 co _ § 'E 0E CA w CA:CA CR 69 CA 69 69 69 CO c O p 1,-. (7 T CO V N '0- C O O N:O N ap a C7 V to0 (00M� 0 A • Zd (0 (0 r O CO N O at. C o N .- a IC Q 0 T. at 0 CR w C9 C9 C9 69 69 69- 69 w- C.11 r (!) N 0,N C , I. M 0 0) I _ O (O,) M 0 0 0 0 0 0 0 0 0 O 92 U y> •moo LCNS 0 0 7 0 0 C 0 0 0 a 2w >, o Q) 0 2 d 0 0 0 o co (o0 O o (Q ✓ `) o co 0 S' m W .g,V M o 0 '0 0,.... O V N OD CD. 5• 0 co GO f9 r-.: O m 8 N- A a m m Cry Ze m W 0 0 0 '.� 0 Cl N r C+1 Ce . 7 O M Otaoo 0)0 . j Yp rr O7 CV C O a co (0 agw � 0 7O 0 - d ' E c CD O 0 0 0 0 0 N0 N N - 'CCD CA N W 49 C I 7 To To O R R m m �o R W O - O O O O O O O O O 'LL IS aF- F N. N.ao � � p c0 7 W H 7 H CO 7 N N F E y N. N. y - CO F NN. N. Q U 3H ` N 0 F (a 0 1- i a) ;; N N co N d y a o y a) W `1 C y U ¢ c `. y U x d U C y !' ll �o pEo aa I a m a IDN = ` p O O m p 2'a 0 CC) M a c CD d ' )( 7 � y cn al = - W co Gx v U�y . 0-,, 0 -, d U CO H i v p o a . a ao ca 5) 0. 0 Q O (V C O c W d y 2 L9 N 0 2 13 LL x o c00o co 002c Dom x - i W Z''11J i.5 ,w 0 C= A U, c ii.a m� W �,.p 3 N rt a)� LL c cp a) r U a) = F a u) ,_,D cc .0 z �¢ Z aa)) o f at = 0 -0 E 0 0 c E LC . Z, Q ) d i CDE g W O I a _J i ¢ I- 0_ , C {,) W W W J 3 U� d vuDm d Y Y Y Y O. o 2 W O COi O O CD C x a r- 3I '- 3TT Ovi A RETURN TO: PW ADMIN EXT: 2700 ID #: 01,95 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS /.51 -y /�� C; 2. ORIGINATING STAFF PERSON:I�av>en `� I &.Vq EXT: g- -7d`1 3. DATE REQ. BY: _A": , 3. TYPE OF DOCUMENT (CHECK ONE): G.Y, (� x 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 ❑ CONTRACT AMENDMENT (AG #): ❑ INTERLOCAL )OTHER LOca.( L!/� �'C Q • SVGS r J s O D' / �y_� 4. PROJECT NAME: M i � � L� {,d �W ►'Il /�� G/ 5. NAME OF CONTRACTOR: a } P S ADDRESS;3 ( ✓ 1 El 1 i d Alec+. IL S it ean 4x0 S a.. LE A ggtat TELEPHONE: E -MAIL: FAX: �p�, , r_' f� " " ' SIGNATURE NAME: Kleisa%L fT)4u I5 TITLE: T (eSiGLQil+ 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 # al 10101 -2 BL,, EXP. 12/31/ 17 UBI # (DO( 24$ •44Q $, E XP. / / / / 7. TERM: COMMENCEMENT DATE: u 1( / 17 COMPLETION DATE: la Q 3 f / 1 8. TOTAL COMPENSATION: $ Z 0 1 / • 4$-. (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE OR ❑ RETAINAGE BOND PROVIDED _CONTRACT) �j Jar^ 41400 ❑ PURCHASING: PLEASE CHARGE TO: ✓ V �{/ • • 2-0 • 9T LP t • 4- 1 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED '7 PROJECT MANAGER ,I■ I / r -1 i 11- x DIVISION MANAGER / It. DEPUTY DIRECTOR GI DIRECTOR di r - , ❑ RISK MANAGEMENT (IF APPLICABLE) Al LAW DEPT viiimm 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: / I t 11. CONTRACT SIGNATURE ROUTING 1--1 J DATE REC'D: - 1 31 l ( / ❑ 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 ySIGNATORY (MAYOR OR DI4TOR) arr_A- AlvE ❑ CITY CLERK / NP ',k1f 11i 1 X AssIGNED AG # AG# - ' �! TT��/�� X SIGNED COPY RETURNED DATE SENT: erir if ❑ RETURN ONE ORIGINAL COMMENTS: p �) ��j� EXECUTE a` ORIGINALS L SO/Y fbrif15 4/2017 Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Agreement Number: AG 17- Firm /Organization Legal Name (do not use dba's): KPG, P.S. Address 3131 Elliott Avenue, Suite 400, Seattle, WA 98121 Federal Aid Number UBI Number 601- 248 -468 Federal TIN or SSN Number 91- 1477622 Execution Date q / 1 J2-Ct7 Completion Date 7/31/2018 1099 Form Required Federal Participation ❑ Yes ✓ No ✓ Yes ❑ No Project Title Military Rd S / S 298th St Compact Roundabout Description of Work Provide design services for a compact roundabout at the intersection of Military Rd S & S 298th St. Total Amount Authorized: $122,011.08 Management Reserve Fund: Maximum Amount Payable: $122,011.08 ❑ Yes FA No DBE Participation ❑ Yes ✓ No MBE Participation ❑ Yes ✓ No WBE Participation ❑ Yes ✓ No SBE Participation Index of Exhibits Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Exhibit I Exhibit J Scope of Work DBE Participation Preparation and Delivery of Electronic Engineering and Other Data Prime Consultant Cost Computations Sub - consultant Cost Computations Title VI Assurances Certification Documents Liability Insurance Increase Alleged Consultant Design Error Procedures Consultant Claim Procedures Agreement Number: AG 17- / �- Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14 Revised 3/11/2016 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 17- I 2_ 4 Local AgencyA &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14 Revised 3 /11/2016 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. The CONSULTANT, on a monthly basis, is required to submit DBE Participation of the amounts paid to all DBE firms invoiced for this AGREEMENT. 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: Erik Preston, PE Agency: City of Federal Way Address: 33325 8th Ave S City: Federal Way State: WA Zip: 98003 Email: Erik .Preston @cityoffederalway.com Phone: (253) 835 -2744 Facsimile: (253) 835 -2709 If to CONSULTANT: Name: Nelson Davis Agency: KPG, P.S. Address: 3131 Elliott Avenue, Suite 400 City: Seattle State: WA Zip: 98121 Email: nelson @kpg.com Phone: (206) 267 -1052 Facsimile: N/A IV. Time for Beginning and Completion 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 be 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 17- 1 24 Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 3 of 14 Revised 3 /11/2016 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 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 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. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub - consultants. Air or train travel will be 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 17- 1 2.4 Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14 Revised 3/11/2016 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 such 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 17- I Z 4 Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14 Revised 3 /11/2016 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 CONSULTANT, 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 17- 1 Ze- Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14 Revised 3 /11/2016 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 CONS ULTANT'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) • Rehabilitation Act of 1973 (29 U.S.C. Chapter 16 Subchapter V § 794) • Age Discrimination Act of 1975 (42 U.S.C. Chapter 76 § 6101 et. seq.) • 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 • 49 CFR Part 21 • 49 CFR Part 26 • RCW 49.60.180 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 of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this 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 17- 1 2* Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14 Revised 3 /11/2016 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 parties to this AGREEMENT mutually agree, disputes concerning 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 17 -1Z4 Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14 Revised 3 /11/2016 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 harmless 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, information 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 17- 124 Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14 Revised 3/11/2016 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: Erik Preston, PE Agency: City of Federal Way Address: 33325 8th Ave S City: Federal Way State: WA Zip: 98003 Email: Erik .Preston @cityoffederalway.com Phone: (253) 835 -2744 Facsimile. (253) 835 -2709 No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY, 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 17- 12 `T Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14 Revised 3/11/2016 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 "0-1(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 of Current Cost or Pricing Data. Exhibit "G -3" is required only in AGREEMENT'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 17 -1 4 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14 Revised 3 /11/2016 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 required under Executive Order 00 -03, the CONSULTANT shall maintain a log documenting the following: 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 17- I 1 Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14 Revised 3 /11/2016 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 normal 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. "Documents" shall 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 17- I 2.41- Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14 Revised 3/11/2016 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, "ESI" 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 Date ,,: re T//// Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General. Agreement Number: AG 17- L2-4 Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14 Revised 3/11 /2016 Exhibit A Scope of Work See Scope of Work prepared by KPG, P.S., attached as Exhibit A Project No. AG 17- A?& Agreement Number: AG 17- f i4 WSDOT Form 140 -089 EF Exhibit A Page 1 of 1 Revised 10/30/2014 EXHIBIT A City of Federal Way Military Road / S 298th Street Compact Roundabout KPG Scope of Work July 24, 2017 Purpose The purpose of the Military Road / S 298th Street Compact Roundabout project is to improve intersection safety for vehicles and pedestrians. Proposed Improvements Proposed Improvements for the Military Road / S 298th Street Compact Roundabout project include the following: ♦ Provide minor widening for compact roundabout at the intersection of Military Road and S 298th Street. Roundabout will be using economical materials placed on top of the existing roadway surface. Pavement removal for landscaping in center of roundabout will be incorporated if feasible. ♦ Provide traffic calming measures in accordance with findings of traffic analysis. Splitter islands and /or chicanes will be using economical materials placed on top of the existing roadway surface. No widening is anticipated on the approach legs, only at the intersection. ♦ Provide updated ADA curb ramps at the intersection. ♦ Provide new luminaires as required to meet current lighting standards. ♦ Modifications to existing drainage system as required. Scope of Work Work Element 1 Project Management. The estimated project duration is 9 months. No design work will proceed after completion of the Design Report without written authorization from the City. No design work will proceed after the submittal of the 85% plans, specifications and estimate without written authorization from the City. 1.1 Provide project management administrative services including: ♦ Project set -up and execute agreement ♦ Execution of subcontractor agreements ♦ Preparation of monthly progress reports and invoices ♦ Record keeping and project closeout 1.2 Provide overall project management including: ♦ Project staff management and coordination ♦ Subcontractor management and coordination ♦ Prepare and update project schedule ♦ Schedule and budget monitoring City of Federal Way Page 1 of 9 KPG 298`" /Military Road Roundabout 7/24/2017 1.3 Coordinate with City staff, including preparation and attendance of up to 4 monthly coordination meetings throughout the duration of the project. Level of effort for this task is based on an average of 1.5 Consultant staff at each of the following meetings: ♦ One formal kickoff meeting at project start ♦ Two meetings upon re- authorization to proceed following 30% and 85% approval. ♦ Progress meeting at the City throughout the project duration (estimate 1). Work Element 2 Quality Control /Quality Assurance The Consultant shall provide internal QA /QC reviews of the following major work elements prior to submittal to the City. 2.1 Field review completed base maps for completeness and accuracy and incorporate findings. 2.2 Provide senior review of design report. 2.3 Provide senior review of 85% Plans, specifications and estimates. 2.4 Provide senior review of 100% Plans, specifications and estimates. Work Element 3 Mapping, - The limits of topographic survey shall extend approximately 1,200 feet along Military Road, 600 feet on either side of S 298th Street and approximately 100 feet either side of Military Road along S 298th Street. Survey will include the right of way with additional survey at the intersection to verify the feasibility of a 100' radius of roadway and sidewalk improvements. 3.1 Establish horizontal and vertical control points along the corridor and within the project limits described above. Approximately 2 control points will be established and will be made available for the construction contractor's use during construction. The Consultant will locate, field survey, and calculate positions for visible and accessible monuments and control points throughout the project limits, using the Washington State plane coordinate system as indicated in the assumptions above. Conventional or GPS surveying methods will be used on this project. Monuments or corners to be located and field surveyed may include the following: • Section Corners • Side street monuments • Monuments shown or found as indicated on survey records. 3.2 Field Survey and Note Reduction. Perform note reduction of the field survey data. 3.3 Mapping work to prepare 1 " =20' topographic base map and digital terrain model (DTM) in AutoCAD Civil 3D format of the project within the limits described above. The base mapping work will include: • Signs, trees, curbs, sidewalks, pavement markings, utility poles, guardrail, and other visible and accessible surface features. • One -foot contours generated from the DTM. • Profiles of the existing roadway surface along the curb lines (top and bottom), and /or edge of pavement, along turn lane lines, and at the roadway crown line. Points will be surveyed at approximately 25 -ft intervals. City of Federal Way Page 2 of 9 KPG 298' /Military Road Roundabout 7/24/2017 3.4 Survey utility location paint marks provided in Work Element 4.1 at 25 -ft intervals and visible and accessible surface feature (valves, manholes, catch basins, junction boxes, irrigation systems, hydrants, and vaults). The CONSULTANT will prepare an as -built utility AutoCAD layer in the base map from this information. 3.5 Perform observation and measure -downs of existing storm drain catch basins, manholes and outfalls (few are anticipated). Document the approximate size, type, material (brick, concrete), and general condition of the structures. Also document the size, location, and invert elevations of storm drainage pipes. These observations will be made from the surface. 3.6 Field survey to locate utility potholes provided for in Work Element 4.2. Process the survey notes and add the pothole locations to the basemap. Work Element 4 Utility Mapping 4.1 CNI and /or utility purveyors will provide design level locating and marking of all utilities within the project corridor so that they can be surveyed as indicated in Work Element 3.4. Service line locations and gravity storm and sewer will not be located except where upstream or downstream structures cannot be found. Only coordination from the CONSULTANT team is included in this sub Work Element. 4.2 Coordinate with the utility companies and identify locations for potholing based on the preliminary design. The CONSULTANT will prepare a potholing plan for review and approval by the City. All potholing will be performed under the direction of the utility owners and is not included in this scope of work. Pothole locations will be marked with pins to identify depth from existing grade to top of their facilities. This information will be incorporated into the mapping. Depths of utility lines located by potholing will be designated by a symbol in the plans. Survey of potholing information will be included as indicated in Work Element 3.6. The CONSULTANT will not QA the pothole information provided by the utility company. Any conflicting information will be provided to the City and resolved between the City and the utility company. Work Element 5 Traffic Analysis Report 5.1 Analysis of existing traffic operations at the study intersection for the PM peak hour using Synchro traffic operations software and based on traffic data provide by the City. The analysis results will include intersection LOS, intersection delay, and vehicle queues. 5.2 Analysis of traffic operations for the proposed mini - roundabout using SIDRA with HCM 6 Roundabout Capacity Model, WSDOT Roundabout Analysis Policies, and FHWA CAP -X analysis for mini - roundabout. 5.3 Provide a traffic operational analysis and comparison between a roundabout and traditional signal. 5.4 Preparation of a technical memorandum summarizing the results of the analysis. City of Federal Way Page 3 of 9 KPG 298`'' /Military Road Roundabout 7/24/2017 Work Element 6 Geotechnical Report A geotechnical report is not anticipated for this project. Work Element 7 Design Report Prepare a design report. The report will include the 30% plans and cost opinions for the project. 7.1 Compile and review data and records from the City, other agencies, and utilities. Document the design criteria that will be used to develop and evaluate alternatives. Design criteria will be per the WSDOT Project Design Guidelines format. Prepare photo log of existing conditions. 7.2 Prepare a draft Technical Information Report (TIR) describing the technical information and analysis of the stormwater facilities. The draft TIR will be in accordance with City requirements, including, hydrologic calculations, facility design, pipe sizing calculations, and plan view layout as shown on the 30% plans. The TIR will be finalized concurrent with final design under work element 11. 7.3 Analyze illumination to provide levels consistent with the current City illumination standards. Prepare a preliminary layout of the street illumination system and include supporting calculations as an appendix to the design report. 7.4 Estimate preliminary quantities and prepare preliminary opinions of probable cost for construction. This will be included, in tabular format as defined by the City, within a design report appendix. 7.5 Prepare 30% Plans for submittal with the design report. Design of the compact roundabout will follow WSDOT and FHWA design guidance to meet entry design speeds for the inscribed circle and design vehicle requirements. 7.6 Prepare an analysis of preliminary right -of -way requirements based on existing property lines. 7.7 Compile and prepare the Draft and Final Design Report. 5 bound copies and 1 unbound original will be submitted for the draft and final reports. Work Element 8 Environmental 8.1 Environmental Classification Summary /Documented Categorical Exclusion. The Contractor will prepare a Local Agency Environmental Classification Summary (ECS) with supporting documentation as required by WSDOT for projects that receive federal funding through WSDOT (Environmental Procedures Manual, Section 310.07). The ECS will include the recommended NEPA determination (assumed to be a Class II, Documented Categorical Exclusion). We will document this assumption following the WSDOT Local Agency Guidance (LAG) manual. The ECS will also include an effect determination for species listed under the Endangered Species Act (ESA) and Essential Fish Habitat (EFH) evaluation, and a determination of project impacts on cultural resources (see the following scope items). The ECS will also require a discussion of stormwater treatment and detention, which will be based on information provided under Work Element 7. City of Federal Way Page 4 of 9 KPG 298" / Military Road Roundabout 7/24/2017 Assumptions: • The project will be determined to be a Class II Documented Categorical Conclusion and neither a NEPA Environmental Impact Statement nor an Environmental Assessment will be required. Deliverables: ♦ An electronic and paper copy of the draft ECS in Adobe PDF. ♦ An electronic copy of the final ECS in Adobe PDF. 8.2 Biological Evaluation (BA) and Essential Fish Habitat Evaluation (EFH). The Contractor will prepare a brief effect determination letter on species listed as threatened under the ESA (assumed to be "no effect" and completed on as part of the ECS) and an EFH evaluation. We will obtain updated species lists from the agencies web sites and also request site specific habitat information from the Washington State Department of Fish and Wildlife priority habitats and species database. Evaluation of specific project details such as construction techniques and equipment used, timing of construction, temporary sediment and erosion control measures, and best management practices will be based on information developed under Work Element 7. Information on the amount of new impervious surfaces, stormwater detention, and stormwater quality treatment will be based on information provided under Work Element 7. Assumptions: ♦ The project will have no effect on listed species or their designated critical habitat and a detailed Biological Assessment will not be required. Deliverables: • No deliverable; the results of the no effect BA will be documented as part of the ECS (Work Element 8.1) 8.3 Cultural Resource Investigation. The Contractor will conduct the required National Historic Preservation Act Section 106 Cultural Resources Survey. Work would consist of the following tasks necessary to comply with Section 106: • Conduct a background search to identify known cultural resources within the project area of potential effect (APE) defined by the City of Federal Way and assess the potential for the APE to contain cultural resources • Conduct a pedestrian field reconnaissance with WSDOT to complete the assessment of the potential for the APE to contain cultural resources Assumptions: • We will assist the City of Federal Way with APE definition. • No historic properties within the APE. • The project qualifies as exempt under WSDOT's programmatic Agreement • No human burials or archaeological sites will be encountered. Deliverables: • No deliverable; the results of the Section 106 investigation will be documented as part of the ECS (Work Element 8.1) City of Federal Way Page 5 of 9 KPG 298' /Military Road Roundabout 7/24/2017 8.4 SEPA Checklist, if required, will be through adoption by the City of the NEPA documentation and will require no additional work by the Consultant. Work Element 9 Community and Agency Coordination. 9.1 Provide an internet ready exhibit that illustrates the project layout and key features such as sidewalks, landscaping, and channelization / traffic control features. 9.2 Provide meeting minutes and action items from City arranged project meetings with cooperating stakeholders, franchise utilities, and agencies (Assume 2 meetings). Provide design coordination with franchise utilities for relocations. Work Element 10 Right of Way Calculations Perform the following work items necessary to establish the right -of -way (ROW) along Military Road and S 298th Street in the project vicinity 10.1 Research Records. Determine which existing corners and monuments should be field located and surveyed. 10.2 Calculations for ROW lines. Using the research information and the survey work described in Work Element 2, calculate location of surveyed corners, roadway features and monuments. Additional right of way needs, if required, will be documented in the design report. 10.3 The CONSULTANT will prepare draft Right of Way plans per WSDOT format for up to two (2) parcels based on the project limits established with the 30% Design. The draft Right of Way plans will be reviewed by the City. The CONSULTANT will address CITY comments and prepare Final Right of Way plans and submit to WSDOT for approval. Final Right of Way Plans will be stamped by the CONSULTANT's Professional Land Surveyor. Work Element 10.3 Assumptions: ♦ Acquisition will be as a simple fee take and no other easements will be required. ♦ The CITY will provide title reports and easement documentation for all affected parcels. Work Element 10.3 Deliverables: ♦ One (1) electronic copy of the draft Right of Way plans in PDF format ♦ One (1) electronic copy of the final Right of Way plans in PDF format ♦ Three (3) hard copies of the final Right of Way plans mailed to WSDOT 10.4 The CONSULTANT will prepare preliminary figures for informal meeting with the property owners. Assume two (2) figures and two (2) meetings. Work Element 10.4 Deliverables: ♦ Preliminary ROW figures (assume 2) City of Federal Way Page 6 of 9 KPG 298`" /Military Road Roundabout 7/24/2017 10.5 The CONSULTANT will prepare legal descriptions and exhibit drawing to be used in acquisition documents for two (2) parcel requiring simple fee take. Work Element 10.5 Deliverables: ♦ Legal description and exhibits for Right of Way acquisition (2 parcels) ♦ Project Funding Estimate (PFE), Acquisition Negotiation, Escrow Closing and Right of Way Certification will be completed by the CITY or an agent of the City and are not included in this scope of work. ♦ Resolution of existing easements within acquisition area(s) will be completed by the CITY or an agent of the CITY and is not included in this scope of work. 10.6 The CONSULTANT shall field locate and stake existing right of way lines and proposed right of way lines within the two (2) subject parcels. Work Element 11 Final Design The Consultant shall provide Final Plans, Specifications and Estimates for review and approval by the City. Plans shall be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details and WSDOT standard plans will be supplemented with project specific details as required. The 85% plans and specifications shall be stamped by a licensed professional Engineer in the State of Washington. Final bid documents will be stamped and signed by a licensed professional engineer in the State of Washington. 11.1 Assemble a title and index sheet that would include a vicinity map. 11.2 Assemble a sheet for symbol and abbreviation legends, general notes 11.3 Prepare typical sections. 11.4 Prepare detail sheets. 11.5 Prepare a schematic map showing survey control monuments location and their coordinate values. 11.6 Prepare site preparation and erosion control plans. These plans will include all demolition and erosion control, and will provide grading limits. 11.7 Prepare alignment, sidewalk, and grading plans. These plans will include horizontal alignment information and plan views of grading, sidewalk alignment, and ADA ramp and driveway locations, as well as limits of cut/fill required. 11.8 Prepare intersection detail sheet showing layout and elevations for the roundabout and all new curbs and ramps. Roadway centerline profiles are not necessary as the project will generally be within the existing roadway except at the intersection. 11.9 Prepare drainage detail sheet, depicting special or non - standard drainage features. KCRTS software will be used for hydrology and facility sizing. Precast vault elements (if necessary) are assumed with no structural design needed. 11.10 Prepare drainage plans and profiles. These plans will include information and plan views of storm drainage system including type, material, size and location of pipes, catch City of Federal Way Page 7 of 9 KPG 298th /Military Road Roundabout 7/24/2017 basins, and treatment facilities, if required. 11.11 Prepare final TIR addressing draft TIR comments from the City at the 85% completion submittal. Preparation of a Stormwater Pollution Prevention Plan (SWPPP) is not included in this scope of work. 11.12 Prepare retaining wall plans, profiles, and details (if necessary). Plans views of retaining walls will be shown on the paving and grading plans. The horizontal limits of the retaining walls will be shown by station and offsets. Wall profiles will be prepared showing the top of wall, existing ground line and final ground line. Existing and proposed storm drain or utility crossings will be shown in the profile. It is assumed that Gravity Block Walls (less than Oft in height) will be utilized and no structural design will be required. Final design of proprietary wall types will be performed by the Contractor in accordance with WSDOT Standard Specifications. 11.13 Prepare channelization and signing plans. These plans will delineate the locations of all pavement markings including lane lines, crosswalks, turn arrows, and stop lines as well as locations and sizes of all signs. 11.14 Prepare landscape plans showing elements affecting planting such as luminaires, driveway cuts, utilities, etc. The plans will include the type and location of all planting materials required for restoration and within the roundabout if feasible. 11.15 Prepare illumination plans and details. Plans will include layouts of lighting system equipment, and conduit and conductor schedules. Illumination design shall be per the current City of Federal Way Street Lighting Standards. Photometric and line loss calculations shall be submitted to support the City of Federal Way design standards. 11.16 Perform 85% and 100% Design quantity take -offs and opinion of costs. 11.17 Prepare contract specifications for the 85% and 100% submittals based on current WSDOT /APWA standards (English), applicable amendments to the current WSDOT /APWA standards and applicable LAG standards. Work Element 12 Plan Production 12.1 Assemble and submit plans and specifications for 85, and 100 percent levels of design. • One full size set of plans • 6 half -size sets of plans (11x17), including one unbound original • 6 copies of specs, including one unbound original • 6 copies of the opinion of cost 12.2 Upload .pdf drawings to bxwa.com and assemble and coordinate the printing of 20 sets of half -size contract plans, 20 sets of specifications for bidding and 3 full size sets of plans. City of Federal Way Page 8 of 9 KPG 298'x' / Military Road Roundabout 7/24/2017 Work Element 13 Assistance During Bidding. 13.1 Prepare addenda and respond to bidders questions relayed through the City. It is assumed that the CONSULTANT will prepare up to two (2) addenda. Additional Services The City may require additional services of the Consultant in order to advance the project through right of way and construction. The scope of right of way services will be determined based on the preferred alternative development of 30% Plans and Design Report in collaboration with the City. This work may include items identified in the current task authorizations as well other items, which may include, but are not necessarily limited to the following: ♦ Obtaining title reports and providing final right of way calculations ♦ Preparation of right of way / easement legal descriptions and exhibits ♦ Providing property appraisals and acquisition negotiations ♦ Providing construction services These services will be authorized under a future contract supplement if necessary. At the time these services are required, the Consultant shall provide a detailed scope of work and an estimate of costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. City of Federal Way Page 9 of 9 KPG 298th /Military Road Roundabout 7/24/2017 Sheet List Title /index sheet Legend, Abbreviations General Notes Typical Sections Roadway Details Drainage Details Survey Control Site Preparation and Erosion Control Plans Roadway Plans Intersection Detail Drainage Plans and Profiles Wall Plans & Details Channelization and Signing Plans and Details Landscape Plans and Details Illumination Plans and Details (1 sheet) (1 sheet) (1 sheet) (2 sheet) (1 sheet) (1 sheet) (3 sheets) (3 sheets) (1 sheet) (3 sheets) (2 sheets) (4 sheets) (2 sheets) (4 sheets) TOTAL = 29 sheets City of Federal Way Page 10 of 9 KPG 298`h /Military Road Roundabout 7/24/2017 Exhibit B DBE Participation Zero DBE Goal — No Subconsultants anticipated Agreement Number: AG 17- 1 2-4 WSDOT Form 140 -089 EF Exhibit B Page 1 of 1 Revised 10/30/2014 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 Survey data shall be provided as part of the Computer Aided Drafting (CAD) file submittals. Individual topographic survey points shall be included as part of the files. B. Roadway Design Files Roadway Design Files shall be provided as part of the CAD file submittals, along with any other design files prepared by the Consultant. C. Computer Aided Drafting Files City of Federal Way CAD software is AutoCAD 2015. Agreement Number: AG 17- 1 2-4 WSDOT Form 140 -089 EF Exhibit C Page 1 of 4 Revised 10/30/2014 D. Specify the Agency's Right to Review Product with the Consultant The Agency reserves the right to review the Consultant's work product at any time during the project. E. Specify the Electronic Deliverables to Be Provided to the Agency Electronic versions of deliverables (reports, plans, contract documents, etc.) shall be provided to the Agency (in PDF format as well as in editable electronic formats) at the 30% completion stage, 85% completion state, 100% completion stage, and final documents for bidding. F. Specify What Agency Furnished Services and Information Is to Be Provided The Agency will not provide any electronic data for this project. Agreement Number: AG 17- 2-4 WSDOT Form 140 -089 EF Exhibit C Page 2 of 4 Revised 10/30/2014 II. Any Other Electronic Files to Be Provided Electronic deliverable include digital photos (jpg), Microsoft Project Schedules (.mpp), scanned, or electronic documents (.pdf, .doc, .xls, etc.) III. Methods to Electronically Exchange Data Data is to be transferred by email, CD, or FTP site(s) WSDOT Form 140 -089 EF Exhibit C Page 3 of 4 Revised 10/30/2014 A. Agency Software Suite The City of Federal Way software suite is Microsoft Office 2010. The City of Federal Way operating system is Windows 7. B. Electronic Messaging System The City of Federal Way email software is Microsoft Outlook 2010. C. File Transfers Format See previous sections. WSDOT Form 140 -089 EF Exhibit C Page 4 of 4 Revised 10/30/2014 Exhibit D Prime Consultant Cost Computations See the following attached documents: - Consultant Hour and Fee Estimate - Indirect Cost Rate Certification Agreement Number: AG 17- 1 24 WSDOT Form 140 -089 EF Exhibit D Page 1 of 1 Revised 10/30/2014 0 H m 2 x w HOUR AND FEE ESTIMATE 4.1).• CO o Fa 7i " 04 C OG kdi U Pill .a. O d O 0. LL r m W E (4 W O 2 a J Effective multiplier 2.6802 r $ 4,213.27 $ 100.00 $ 8,985.29 $ 231.94 $ 469.04 0 of CO 4)69 ' 0 Ci 4) $ 1,149.81 $ 5,546.51 1 $ 836.54 v° (0 (00 694943 (0 N 00 o OT CCD 00 C C7 49 $ 231.94 1 $ 537.49 $ 2,550.00 $ 3,319.43 O o 69 I$ 1,349.32 $ - 1,349.32 $ 2,076.08 n e 1011 N Profit 30% $ 471.60 $ 4,575.58 $ 994.55 CD1 N 4) (n0 49 $ 52.50 $ 52.501 00) 49 $ 128.70 $ 620.83 $ 426.831 CDC off) 49 (n0 E9 142.84 1 ( COD 4) $ 119.44 , $ 25.96 ,- (00 49 ' W 4) $ 88.43 o (n 4) $ 151.03 $ 232.38 $ 622.88 Overhead 138.02% 1 $ 2,169.67 $ 1,478.42 $ 119.44 $ 241.54 $ 241.54 $ 592.11 $ 2,856.24 o) (0 C; (o O 4) $ 430.79 1 $ 353.50 $ 657.14 $ 6,853.47I CO n (0 n N 69 1 $ 287.08 $ 396.23 $ 406.86 (n eD a 0) (0 4) $ 694.85 $ 1,069.10', $ 2,865.65 Direct Labor Cost $ 1,572.00 (0 I,- CI. (9 (O (r' M C) (9 (O n $ 86.54 $ 175.00 $ 175.00 $ 661.54 $ 429.00 $ 2,069.44 $ 1,422.76 $ 312.12 $ 256.12 $ 476.12 (0 O ('AO O) C 69 t((pop a0 49 $ 200.54 $ 294.78 $ 503.44 $ 503.44 $ 774.60 $ 2,076.26 (n = o O M N N 7 CO C) N (O r CD CO '- C) O) — co O O M (0 CO CO O r O 1- U g — U 4) Work Element 1 - Project Management r 0 Task Totals 2 42 8 0 0 0 24 1 Work Element 2 - Quality Control /Quality Assurance 0 0 0 O 0 Work Element 3 - Mapping 0 0 0 0 0 0 0 Work Element 4 - Utility Mapping 0 O O N O O 0 O F N R F Work Element 5 - Traffic Analysis Report 0 0 0 O O 0 M o j O E M o H 4> O O O 0 0 0 0 O N O O O N N CO O N N N N N CO O 0 O 0 0 0 0 0 0 0 0 0 O 4 28 V et N et 1 46 O Proj Engr Design engr en. Urb De Landscape roj. Surveyo Surveyor $ 43.27 $ 36.06 O O 0 O O O 6 4 2 _ 0 0 1 2 0 O 0 0 2 4 CO V CO OD V C) r N O CI- R .- CD CO 28 1 N N N 8 40 O O N 0 0 0 O V 7 0 0 0 O N O N e- e- 0 0 N o 0 0 0 0 N N O 0 O N N N 0 0 0— 0 0 0 N O 0 Task Description 1.1 Project management administrative services 1.2 Overall Project management 1.3 City staff coordination meetings (4) Reimbursable expenses - see breakdown for details 5.1 Existing Conditions 5.2 Analysis of compact roundabout 5.3 Analysis of traffic signal 5.4 Technical memorandum Task Total 2.1 Field review of base maps for accuracy 2.2 Review design report 2.3 Review 85% plans, specs, and estimate 2.4 Review 100% plans, specs, and estimate Reimbursable expenses - see breakdown for details Task Total 3.1 Establish horizontal and vertical control 3.2 Field survey and note reduction 3.3 Prepare topo and DTM 3.4 Locate utility paint marks 3.5 CB and MH measure downs 3.6 Survey utility potholes Reimbursable expenses - see breakdown for details Task Total 4.1 Coordinate field utlity locates 4.2 Prepare potholing plan /utility potholing coordination Reimbursable expenses - see breakdown for details HOUR AND FEE ESTIMATE 1) d O 0 Total Fee Effective multiplier 2.6802 49 64 64 C) 00) a 49 CD 0 ,- 0) 49 $ 2,574.71 $ 1,917.42 $ 11,064.94 0 O co 69 $ 1,962.76 o 0 � — U9 $ 22,175.35 ^O N al) 49 $ 764.07 $ 935.60 49 $ 50.00 r b o 0) 4P O u) ( $ 1,463.82 $ 2,088.83 0) M n 69 $ 2,291.62 .. n rn v 49 0 0 rn 49 1 $ 2,970.95 $ 1,586.08 $ 14,220.00 Overhead Profit 138.02% 30% 49 49 CO VD 49 co 0 M 49 N 6A $ 214.62 $ 1,238.52 0) 00) 49 $ 219.70 1 $ 2,465.34I $ 214.92 1 1N CCO 49 $ 104.72 1 EA $ 405.17 M 6(0 69 181 $ 760.70 $ 1,049.92 $ 228.21 ON). 0 49 $ 256.51 $ 557.33 1 $ 102.76 O N ui 49 �fl cu 009 69 $ 257.46 1 CO ,- r 49 $ 1,325.88 $ 987.40 $ 5,698.02 $ 415.55 $ 1,010.751 $ 11,342.21 $ 988.78 $ 393.47 $ 481.80 49 $ 1,864.04 _ ID N 49 $ 753.81 OD- 6c 0) 49 $ 1,180.10 $ 2,564.08 $ 472.77 $ 1,529.921 $ 7,297.01 Direct Labor Cost 6A 49 $ 186.54 7 09 0) ,- 69 aa tO O c0 0) 69 $ 715.40 $ 4,128.40 $ 301.08 $ 732.32 $ 8,217.80 f $ 716.40 $ 285.08 $ 349.08 1 69 $ 1,350.561 $ 214.54 $ 273.08 $ 855.02 $ 1,857.76 $ 342.54 $ 1,108.481 $ 5,286.92 O 7 0 M ,7 N CO .- 0 CO O OD ,- 00 N CO r- ,- 0) 0 M 60 CO CO ,- CO 0 7.- N N N N 01 Work Element 6 - Geotechnical Report l O O Work Element 7 - Design Report O O N 0 El. O N 12 30 60 60 0 30 8 Work Element 8 - Environmental N N N O 60 Work Element 9 - Community and Agency Coordination Co O O O 0 Work Element 10 - Right of Way Calculations 0 0 0 0 0 0 O O O O Tr N 0 0 7 Tr N O N O mP V' 0 0 0 0 CO 0 0 12 28 56 20 8 0 0 0000000 0000 O o 0 o CO 000 O O O O O N N CO Tr M 0 7 Et O o O Task Total 0 4 10 0 0 V 0 N O 10 CD CD 24 4 Et OD 7 EP 0 0 4 16 N N,7 0 O O N a 7 N 8 16 0 0 N N N .- 1- 0 N O C D O N N Senior Engineer $ 62.50 O O 0 0 0 N 0 0 0 0 0 0 0 0 0 0 6.1 No report anticipated Reimbursable expenses - see breakdown for details Task Total 7.1 Compile and review existing data 7.2 Prepare draft TIR 7.3 Prepare preliminary lighting layout and calcs 7.4 Prepare 30% opinion of cost 7.5 Prepare 30% Plans 7.6 Identify preliminary right of way needs, if any 7.7 Prepare draft and final report Reimbursable expenses - see breakdown for details Task Total 8.1 Prepare ECS 8.2 No effect detrmination 8.3 Section 106 documentation 8.4 SEPA adoption by City Reimbursable expenses - see breakdown for details Task Total 9.2 Agency Coordination meeting and minutes (2 mtg) 10.1 Research Records 10.2 Calculation for R/W 10.3 ROW Plans (2 parcels) 10.4 Preliminary Figures (2 parcels) 10.5 Legal Descriptions & Exhibits (2 parcels) Reimbursable expenses - see breakdown for details 1 Task Total HOUR AND FEE ESTIMATE tot .e.• u Y [Q Ai.0 w k> CV PEI ♦.n • O a 0 0 cc U R O. E O 0 d 0) N t Ta, O N y o V r N 0 CD 0 O 0 CD CC U- N i EXHIBIT D HOUR AND FEE ESTIMATE Project: City of Federal Way Military Road / S 298th Street Compact Roundabout July 24, 2017 KPG • Architecture • Landscape Architecture • Civil Engineering • Reimbursable Breakdown Work Element 1 - Project Management Mileage $ Reproduction $ Task 1 - Total $ 50.00 50.00 100.00 Work Element 2 - Quality Control /Quality Assurance Mileage $ Reproduction $ Task 2 - Total $ Work Element 3 - Mapping Mileage Reproduction Task 3 - Total $ 100.00 $ $ 100.00 Work Element 4 - Utility Mapping Mileage Reproduction Field Utility locates Task 4 - Total $ 50.00 $ 2,500.00 $ 2,550.00 Work Element 5 - Traffic Analysis Report Mileage $ Reproduction $ Task 5 - Total $ Work Element 6 - Geotechnical Report Mileage $ Reproduction $ Task 6 - Total $ Work Element 7 - Design Report Mileage $ 50.00 Reproduction $ 100.00 Task 7 - Total $ 150.00 Work Element 8 - Environmental Mileage $ Reproduction $ Task 8 - Total $ 50.00 50.00 Work Element 9 - Community and Agency Coordination Mileage $ 25.00 Reproduction $ 25.00 Task 9 - Total $ 50.00 Work Element 10 - Right of Way Calculations Mileage $ Reproduction $ 50.00 Task 10 - Total $ 50.00 City of Federal Way Page 4 of 6 KPG Military Rd / S 298th 7/24/2017 EXHIBIT D HOUR AND FEE ESTIMATE Project: City of Federal Way Military Road / S 298th Street Compact Roundabout July 24, 2017 KPG • Architecture • Landscape Architecture • Civil Engineering • Reimbursable Breakdown Work Element 11 - Final Design Mileage $ 100.00 Reproduction $ 150.00 Task 11 - Total $ 250.00 Work Element 12 - Plan Production Mileage $ - Reproduction $ 2,000.00 Task 12 - Total $ 2,000.00 Work Element 13 - Assistance During Bidding Mileage $ Reproduction $ Task 13- Total $ Reimbursable Subtotal $ 5,300.00 Administrative fees on reimbursables (0 %) $ - TOTAL REIMBURSABLES $ 5,300.00 City of Federal Way Page 5 of 6 KPG Military Rd / S 298th 7/24/2017 FEE SUMMARY Project: EXHIBIT D City of Federal Way Military Road / S 298th Street Compact Roundabout July 24, 2017 KPG • Architecture • Landscape Architecture • Civil Engineering • Description Estimated Fee Work Element 1 - Project Management Work Element 2 - Quality Control /Quality Assurance Work Element 3 - Mapping Work Element 4 - Utility Mapping Work Element 5 - Traffic Analysis Report Work Element 6 - Geotechnical Report Work Element 7 - Design Report Work Element 8 - Environmental Work Element 9 - Community and Agency Coordination Work Element 10 - Right of Way Calculations Work Element 11 - Final Design Work Element 12 - Plan Production Work Element 13 - Assistance During Bidding $8,985.29 $1,773.06 $13,408.69 $3,319.43 $5,564.79 $0.00 $22,175.35 $3,669.77 $2,088.83 $14,220.00 $40,822.12 $5,144.73 $839.01 Total Estimated Fee $122,011.08 City of Federal Way Page 6 of 6 KPG Military Road / S 298th St 7/24/2017 Washington State AIM V, Department of Tlransportation April 10, 2017 KPG, Inc. 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 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 Subject: Acceptance FYE 2016 ICR — Risk Assessment Review Dear Ms. Susan Rowe: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2016 ICR of 138.02 %. This rate is applicable to Washington Local Agency Contracts 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 consultantrates@wsdot.wa.gov. Regards; Jonson, Erik cosign ERIK K. JONSON Manager, Consultant Services Office EKJ:kms Acceptance ICR Risk Assessment Review KPG, P.S. STATEMENT OF DIRECT LABOR, FRINGE BENEFITS, AND GENERAL OVERHEAD FOR THE YEAR ENDED DECEMBER 31, 2016 Financial Stmt Unallowable Total Description Expense Costs FAR Ref Proposed Direct Labor $ 4,788,788 $ $ 4,788,788 INDIRECT COSTS Fringe Benefits: Vacation, sick, and holiday $ 903,396 $ $ 903,396 Incentive compensation 147,724 147,724 401(k) plan 159,704 159,704 Employee group insurance 594,866 (16,599) (1) 578,267 Payroll taxes 659,346 (555) (11) 658,791 Workers compensation 20,233 - 20,233 Other employee benefits 106,769 (86,938) (3),(4) 19,831 Total Fringe Benefits $ 2,592,038 $ (104,092) $ 2,487,946 General Overhead: Indirect labor $ 1,814,994 $ (7,254) (5) $ 1,807,740 Indirect labor (field) 148,781 148,781 Advertising 9,292 (8,268) (5) 1,024 Automobile 38,669 38,669 Bank fees and processing charges 1,690 1,690 Computer supplies 337,029 (7,535) (9) 329,494 Contributions 500 (500) (6) Depreciation and amortization 225,605 225,605 Dues and professional licenses 22,793 (1,251) (7) 21,542 Entertainment 4,701 (4,701) (4) - Fines and penalties 4,433 (4,433) (8) - Insurance 129,911 (16,022) (9) 113,889 Interest 266,896 (266, 896) (10) - Leased equipment 2,511 2,511 Meals expense 14,043 (8,690) (2),(4),(5),(15) 5,353 Office supplies and postage 199,620 (1,580) (3),(4),(8) 198,040 Professional services 80,252 (4,150) (12) 76,102 Recruitment 1,766 _ 1,766 Rent 605,076 (129,258) (14) 475,818 Repairs and maintenance 165,524 (38,573) (9) 126,951 Seminars and professional education 23,666 23,666 Supplies 28,160 28,160 Taxes and licenses 267,492 (1,077) (8) 266,415 Telecommunications 113,734 (8) (8) 113,726 Travel 121,565 (1,218) (5),(13) 120,347 Recovery (35, 506) (35, 506) Total General Overhead $ 4,593,197 $ (501,414) $ 4,091,783 Total Indirect Costs $ 7,185,235 $ (605,506) $ 6,579,729 Percent of Direct Labor 137.40% Facilities Capital Cost of Money (FCCM) $ 29,934 Percent of Direct Labor 0.63% Total Indirect Costs and FCCM Percent of Direct Labor 138,02% See accompanying auditors' report and notes. 3 KPG, P.S. DESCRIPTION OF FAR REFERENCES AND AUDIT ADJUSTMENTS FOR THE YEAR ENDED DECEMBER 31, 2016 (1) 31.205 -19 (e) (2) (v) Insurance and indemnification - Costs of insurance on the lives of officers that does not represent additional compensation and the company is the beneficiary of the policy is unallowable. (2) 31.201 -2 (d) Determining allowability - Lack of supporting documentation to demonstrate that costs have been incurred are unallowable. (3) 31.205 -13 (b) Employee morale, health, welfare, food service, and dormitory costs and credits - Costs of gifts are unallowable. (4) 31.205 -14 Entertainment costs - Costs of amusement, diversions, social activities, and any directly associated costs such as tickets to shows or sports events, meals, lodging, rentals, transportation, and gratuities are unallowable. (5) 31.205 -1 (f) Public relations and advertising costs - Public relations and advertising costs designed to call favorable attention to the contractor and its activities is unallowable. (6) 31.205 -8 Contributions or donations - Contributions or donations are unallowable. (7) 31.205 -22 (a) (1) Lobbying and political activity costs - Costs associated with attempts to influence the outcomes of any Federal, State, or local election, referendum, initiative, or similar procedure, through in kind or cash contributions, endorsements, publicity, or similar activities are unallowable. (8) 31.205 -15 Fines, penalties, and mischarging costs - Fine, penalties, and late fees are unallowable. (9) 31.201 -2 (c) Determining allowability - When contractor accounting practices are inconsistent with this Subpart 31.2, costs resulting from such inconsistent practices in excess of the amount that would have resulted from using practices consistent with this subpart are unallowable. (10) 31.205 -20 Interest and other financial costs - Interest on borrowings (however represented) are unallowable, (11) 31.201-6 (a) Accounting for unallowable costs - When an unallowable cost is incurred, its directly associated costs are also unallowable. (12) 31.201 -3 (b) (1) - Determining reasonableness - Costs generally not recognized as ordinary and necessary for the conduct of business are unallowable. (13) 31.205.48 (a) 2 Travel costs - Costs that exceed, on a daily basis, the maximum per diem rates in effect at the time of travel es set forth in the Federal Travel Regulations are unallowable. (14) 31.205-36 (3) Rental costs - Charges in the nature of rent for property between organizations under common control that exceed the normal costs of ownership are unallowable. (15) 31.205 -51 - Costs of alcoholic beverages - Costs of alcoholic beverages are unallowable. 4 Certification of Final Indirect Costs Firm Name: KPG, Inc. Indirect Cost Rate Proposal: 138.02% Date of Proposal Preparation (mm /dd /yyyy): 03/17/2017 Fiscal Period Covered (mm /dd /yyyy to mm /dd /yyyy): 01/01/2016 to 12/31/16 1, the undersigned, certify that 1 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): Nelson Davis Title: President Date of Certification (mm /dd /yyyy): 03/17/2017 *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://www.fhwa.dot.qov/legsregs/directives/orders/44701a_htm O/H Certification; Nov 2010 Exhibit E 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. Agreement Number: AG 17- ±2-4 WSDOT Form 140 -089 EF Exhibit E Page 1 of 1 Revised 10/30/2014 Exhibit F Title VI 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. 3. 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 17- WSDOT Form 140 -089 EF Exhibit F Page 1 of 1 Revised 10/30/2014 Exhibit G Certification Documents Exhibit G -1(a) Certification of Consultant Exhibit G -1(b) Certification of City of Federal Way 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 Exhibit G -4 Certificate of Current Cost or Pricing Data Agreement Number: AG 17- ?4 WSDOT Form 140 -089 EF Exhibit G Page 1 of 1 Revised 10/30/2014 Exhibit G -1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of KPG, P.S. whose address is 3131 Elliott Avenue, Suite 400, Seattle, WA 98121 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 WSDOT 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. Nelson Davis. President. KPG, P.S. Consultant (Firm Name) Signature (Authorised Official of Consultant) Date Agreement Number: AG 17- Form 140 -089 EF Exhibit G Page 1 of 1 Revised 10/30/2014 Exhibit G -1(b) Certification of City of Federal Way I hereby certify that I am the: Mayor, Jim Ferrell ❑ Other of the City of Federal Way , and KPG, P.S. 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 WSDOT 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. ?:///// '7 Date Agreement Number: AG 17- 24 WSDOT Form 140 -089 EF Exhibit G Page 1 of 1 Revised 10/30/2014 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. Nelson Davis, President, KPG, P.S. Consultant (Firm Name) — 7�24�Za17 Signature (Authorized Official of Consultant) Date Agreement Number: WSDOT Form 140 -089 EF Exhibit G Page 1 of 1 Revised 10/30/2014 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. Nelson Davis, President, KPG, P.S. Consultant (Firm Name) `1(24. % 7.0)7 Signature (Authorized Official of Consultant) Date Agreement Number: WSDOT Form 140 -089 EF Exhibit G Page 1 of 1 Revised 10/20/2014 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 Military Rd S/S 298th St Compact RB * are accurate, complete, and current as of July 11, 2017 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: KPG, P.S. AL ''-', President Signature Title Date of Execution***: ? / 'LCe (zit' *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. Agreement Number: AG 17- f 2 4 WSDOT Form 140 -089 EF Exhibit G Page 1 of 1 Revised 10/30/2014 Exhibit H 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 $ No Change The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of $ No Change 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: $ No Change • Include all costs, fee increase, premiums. • This cost shall not be billed against an FHWA funded project. • For final contracts, include this exhibit. This Exhibit H is not applicable Agreement Number: AG 17- 12.4 WSDOT Form 140 -089 EF Exhibit H Page 1 of 1 Revised 10/20/2014 Exhibit I 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 reimbursements. 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 17- / 2_4 WSDOT Form 140 -089 EF Exhibit 1 Page 1 of 2 Revised 10/30/2014 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 17- 1 24 WSDOT Form 140 -089 EF Exhibit I Page 2 of 2 Revised 10/30/2014 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 17- (n q" WSDOT Form 140 -089 EF Exhibit J Page 2 of 2 Revised 10/30/2014