Loading...
AG 18-133 RETURN TO: PW ADMIN EXT: 2700 ID#: 3611 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ M i I,F_F"i 5 2. ORIGINATING STAFF PERSON: �j r F I H L)y Ni t'1 EXT: .2 721 3. DATE REQ.BY: 3. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT 1. PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT o HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE ❑ RESOLUTION It CONTRACT AMENDMENT(AG#): j g- 133 ❑ INTERLOCAL o OTHER i 4. PROJECT NAME: (r1 ( t2G'I EtI pl�(1i y 1 1-'t c1a I 1QS� �i1 2rJl �(LS I V 5. NAME OF CONTRACTOR: VITO 1-2(/;0_,i 1Gi LI e A SSG:.14yl,0 S, �.I..11(2.. ADDRESS: (✓7/ 7 1✓1. L.. kine .� j,�l.t4�'1 2GTttL'1 Id 1g I< TELEPHONE: %(.,' ?71J' kLOo E-MAIL: 1j Li i L vii OrOS�l . C.0 FAX: 2O _ 7).,- SIGNATURE AME: I j�(i j�(JjV{" i •--rSI.(.Li TITLE: Si!�-fl 6. EXHIBITS AND ATTACHMENTS:-Ni(SCOPE,WORK OR SERVICES 0 COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXiiHHqIB S 0 P OOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS LU CFW LICENSE# ?O' LDLt14 /BL,EXP. 12/31/ 7 UBI# 5 7 kOl i,S g ,EXP 3 3 f 1. 7. TERM: COMMENCEMENT DATE: V j! 6 COMPLETION DATE: 1 1 ( / `Z.fJ((£he d��� 8. TOTAL COMPENSATION:$ 11 Lj q (10 j I, 6911-.2j,21 J,✓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: 0 YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: r RETAINAGE AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE TO: 101 4O 5.43 - (U - 6#-1 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED 0.PROJECT MANAGER f" X,DIVISION MANAGER 1210E1 'DEPUTY DIRECTOR ma'_, _ IJI� A DIRECTOR k 1y o RISK MANAGEMENT (IF APPLICABLE) LAW DEPT ® Nunn i 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING /� y,SENTTO VENDOR/CONTRACTOR DATE SENT: �LD I19 DATE REC'D: 2/J il�) ❑ 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 T'I44144 Tl it ENt—• Xi LAW DEPT �/'I SIGNATO• AYOR c• a • _ EfitrAllC r CITY CLER "Amon 4 ASSIGNED AG# AG# `$"«39 SIGNED COPY RETURNED DATE SENT: 5.a.` 7 ... ETURN ONE ORIGINAL //'"`''�� EXEN ECUTE' ORIGINALS 1-110/Lq need u pja f ( I vy`^ 1/2018 41/46 CITY OF CITY HALL ' ... 33325 8th Avenue South Federal Way Federal Way. WA 98003-6325 (253) 835-7000 www atyoffedera/4Vay Corn AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT FOR CITY OF FEDERAL WAY PROJECTS MATERIAL TESTING SERVICES This Amendment ("Amendment No. 2") is made between the City of Federal Way, a Washington municipal corporation ("City"), and Otto Rosenau & Associates, Inc., a Washington corporation ("Contractor"). The City and Contractor(together"Parties"),for valuable consideration and by mutual consent of the Parties,agree to amend the original Agreement for City of Federal Way Projects Material Testing Services ("Agreement") dated effective October 1, 2018, as amended by Amendment No. 1 as follows: 1. AMENDED COMPENSATION. The amount of compensation, as referenced by Section 4 of the Agreement, shall be amended to change the total compensation the City shall pay the Contractor and the rate or method of payment,as delineated in Exhibit B-2,attached hereto and incorporated by this reference.The Contractor agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s)for the amended Term. Except as otherwise provided in an attached Exhibit,the Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Agreement. 2. GENERAL PROVISIONS. All other terms and provisions of the Agreement, together with any prior amendments thereto,not modified by this Amendment,shall remain in full force and effect.Any and all acts done by either Party consistent with the authority of the Agreement,together with any prior amendments thereto, after the previous expiration date and prior to the effective date of this Amendment, are hereby ratified as having been performed under the Agreement,as modified by any prior amendments,as it existed prior to this Amendment.The provisions of Section 13 of the Agreement shall apply to and govern this Amendment. The Parties whose names appear below swear under penalty of perjury that they are authorized to enter into this Amendment,which is binding on the parties of this contract. [Signature page follows] AMENDMENT - 1 - 3/2017 CITY OF CITY HALL ' ... 33325 Federal Way Avenue South Federal Way. WA 980038003 -6325 (253) 835-7000 www CJIVOfedera/Lv ry 00111 IN WITNESS, the Parties execute this Agreement below, effective the last date written below. CITY OF FEDERAL WAY: ATTEST: By: �1' Jim F- = , ayor ` .h:nie Courtney, CMC y Clerk DATE: "T' 3 If 7APPROVED AS TO FORM: :'ri- 'i%�'" ///17.' - / J. Ryan Call, City Attorney OTTO ROSENAU &ASSOCIATES, INC.: By: ' 1 I' Printed Name: Judi Rosenau-Payseno Title: President Date: 11c71 C 2a 1 STATE OF WASHINGTON ) ) ss. COUNTY OF Kai ) On this day personally appeared before me Judi Rosenau-Payseno,to me known to be the President of Otto Rosenau &Associates,Inc.that executed the foregoing instrument,and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this 'int-'" day of p ,.\ , 20'czi ‘v.`""‘‘‘ tt Nota 's si ature WILL tgit D' _ _ a ,,,,,,‘tmt,,SD �fi Notary's printed n. • - ;'�,, i, Notary Public in and for the State of Washington. ° + (07:: My commission expires \f •a¢ •?.t"-5ts'-K $ NSA AVB-��' IQ WASN;`�.�1� AMENDMENT - 2 - 3/2017 CITY OF CITY HALL Federal Way 33325 8th Avenue South Federal Way,WA 98003-6325 (253) 835-7000 www citvoffedeiaiway coin EXHIBIT B-2 ADDITIONAL COMPENSATION 1. Total Compensation:In return for the Services,the City shall pay the Contractor an additional amount not to exceed Eleven Thousand Sixty-Seven and 60/100 Dollars ($11,067.60). The total amount payable to Contractor pursuant to the original Agreement, all previous Amendments, and this Amendment shall be an amount not to exceed Twenty-Seven Thousand Five Hundred Fifteen and 50/100 Dollars ($27,515.50). Description of Services Quantity _ Unit _ Unit Cost Total Soil Moisture-Density Relationship(Proctor; D1557; One 6 EA $200.00 $ 1,200.00 Crushed Surfacing Sample) Asphalt Compaction Testing(day work) 66 HR $75.00 $ 4,950.00 Asphalt Sample Pick Up&Lab Testing(day work) 30 HR $75.00 $ 2,250.00 -Assume 2 inspection trips Asphalt Rice Density(D6307/WSDOT T-209) 6 EA $94.00 $ 564.00 Asphalt Oil Content by Ignition with Gradation(complete 6 EA $207.00 $ 1,242.00 • mix; every 1000 tons) Sieve Analysis 6 EA $100.00 $ 600.00 Associated Mileage(Prevailing IRS Rate) 480 Mi $ 0.545 $ 261.60 Project Management(Report Review,Inspector Supervisor) HR No Charge $ 0.00 Administrative(Report Typing and Distribution) HR No Charge $ 0.00 Total Estimated Cost= $11,067.60 AMENDMENT - 3 - 3/2017 EXHIBIT C-2.. AR o® CERTIFICATE OF LIABILITY INSURANCE 1 DATE(MMIDD/YYYY) _ 03/26/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kim Andrews-McClellan NAME: McDonald Insurance Group,Inc. PHO N,Ext): (425)455-5640 jac,No): (425)455-6727 A Member of The Partners Group Ltd E-MAIL kandrews@tpgrp.com ADDRESS: 11225 SE 6th St.,Suite 110 INSURER(S)AFFORDING COVERAGE NAIC# Bellevue WA 98004INSURER A: Transportation Insurance Company 20494 INSUREDINSURER B: Valley Forge Insurance Company 20508 Otto Rosenau&Associates,Inc. INSURER C: Continental Ins.Co. 35289 6747 M.L.King Way SouthINSURER D: Admiral Insurance Company 24856 INSURER E: Seattle WA 98118-3218 INSURER F: COVERAGES CERTIFICATE NUMBER: 19-20 GUAUSG/UMB/PL REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP W /VLIMITS INSD VD POLICY NUMBER (MM/DDYYY) (MM/DDIYYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $D 1,000,000 _MED EXP(Any one person) $ 15,000 A 6076301300 04/01/2019 04/01/2020PERSONALBADVINJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X Te-F LOC PRODUCTS $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) _ X ANY AUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED 6076301314 04/01/2019 04/01/2020 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED -PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) Medical payments $ 5,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 C EXCESS LIAB CLAIMS-MADE 6076301331 04/01/2019 04/01/2020 AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN STATUTE X ERH 1,000,000 A FFICERANY PROPRIETOR/PARTNER/EER EXCLUDED.XECUTIVE NIA 6076301300-WA STOP GAP-EL 04/01/2019 04/01/2020 ( E.L.EACH ACCIDENT $ 1 000(100 (Mandatoryry in in N NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ , EACH CLAIM LIMIT $1,000,000 D CLAIMS-MADE FORM PROFESSIONAL LIABILITY E0000028434-05 04/01/2019 04/01/2020 AGGREGATE $2,000,000 DEDUCTIBLE $ 25,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: 2018 NHS Preservation Project City of Federal Way Public Works is additional insured as respects work performed by the named insured per form attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Federal Way Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 33325 8th Ave S AUTHORIZED REPRESENTATIVE Federal Way WA 98003 �� t-/ ,[ I " x ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD RETURN TO: PW ADMIN EXT: 2700 ID#: 3`to ? CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ :57R t i- n, 2. ORIGINATING STAFF PERSON: ""In:--7F-- H U Y/V fr/ EXT: 2 721 3. DATE REQ.BY: 3. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT 0 HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE ❑ RESOLUTION 'tt CONTRACT AMENDMENT(AG#): I )S 1 .: 0 INTERLOCAL o OTHER } • t-4,1164-7,-,:.. / 4. PROJECT NAME: /7 r1V 1 i r I iA,l t i IaJIP ' J f7 <VVI Liz S ii 5. NAME OF CONTRACTOR: Q"1,"i IL se,)L;/ . G' ,i1 {,c,('';�k,- �11t'.. _ ADDRESS: L 3 1,4-1 lr L.-, i-<:111 .:{41 c.A. 4 ) t 1711 , l'�,If £'�iC i I&_ TELEPHONE: .2t:l - VS--J.4-Lb O E-MAIL: ,L:I', (y--Of�U�'",U tin c-, r't- `� FAX: ,1.GL- 7:23 -;227 1 SIGNATURE AME: I L,l J, I uS[1(l,: .l_- p -3t,ni J TITLE:'"-,6iL i 4.1 ..,,-)j 6. EXHIBITS AND ATTACHMENTS: Ni SCOPE,WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI# 5-15%(l )'7.71$ ,EXP. /'j/`-C.E e% 7. TERM: COMMENCEMENT DATE:/ 1 0 I 1 I 1 f COMPLETION DATE: la/31 1 i / 8. TOTAL COMPENSATION:$ 11p) )441. ei 0 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES o NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 0 YES o NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: 10 i i414-b0 2 i 0 -- 5 i4-?> D • )--H I 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED 1 PROJECT MANAGER - / 1oJ2'I/ i DIVISION MANAGER 0:-`4-7- j �.�%���� p,EPUTY DIRECTOR A DIRECTOR 'Z7Z./ 1k\1.1\'3 o RISK MANAGEMENT (IF APPLICABLE) WAW ���� J� AW DEPT 10. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING o o SENT TO VENDOR/CONTRACTOR DATE SENT: /1- e2--/ g DATE REC'D: J J✓ G'�J'{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 a FINANCE DEPARTMENT f� LAW DEPT tS i: t J10/( - f((,� y IGNATORY(MAYO OR DIRECTOR) I 1l•E�I' CITY CLERK i C! ttfal ASSIGNED AG# 4# \$-VS?A SIGNED COPY RETURNED I - E SENT: k\ .DIAS RETURN ONE ORIGINAL COMMENTS: EXECUTE" "ORIGINALS 4/2017 i 11/4 CITY OF CITY HALL 33325 8th Avenue South Federal Way Federal Way. WA 98003-6325 (253) 835-7000 • vwrow crtvoffederziltvay.corn, AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT FOR CITY OF FEDERAL WAY PROJECT MATERIAL TESING SERVICES This Amendment ("Amendment No. 1") is made between the City of Federal Way, a Washington municipal corporation("City"),and Otto Rosenau&Associates,Inc.,a Washington corporation("Contractor").The City and Contractor(together"Parties"),for valuable consideration and by mutual consent of the Parties,agree to amend the original Agreement for City of Federal Way Project Material Testing Services ("Agreement") dated effective October 1, 2018 as follows: 1. AMENDED TERM.The term of the Agreement,as referenced by Section 1 of the Agreement and any prior amendments thereto, shall be amended and shall continue until the completion of the Services,but in any event no later than December 31, 2019 ("Amended Term"). 2. GENERAL PROVISIONS. All other terms and provisions of the Agreement, together with any prior amendments thereto,not modified by this Amendment,shall remain in full force and effect.Any and all acts done by either Party consistent with the authority of the Agreement, together with any prior amendments thereto, after the previous expiration date and prior to the effective date of this Amendment, are hereby ratified as having been performed under the Agreement,as modified by any prior amendments,as it existed prior to this Amendment. The provisions of Section 13 of the Agreement shall apply to and govern this Amendment. The Parties whose names appear below swear under penalty of perjury that they are authorized to enter into this Amendment,which is binding on the parties of this contract. [Signature page follows] AMENDMENT - 1 - 3/2017 411111/4, CITY OF CITY HALL Federal Way 33325 8th Avenue South Federal 'JVay WA 98003-6325 (253) 835-7000 ;vwwv crtvoffeder»wav:corn IN WITNESS, the Parties execute this Agreement below, effective the last date written below. CITY OF FEDERAL WAY: ATTEST: J. Fe ell, Mayor Steihan'e •ourtney, C C, City Clerk DATE: ///g`5if APPROVED AS TO FORM: foe J. Ryan Call, City Attorney OTTO ROSENAU &ASSOCIATES, INC: Ooufsz_frmo By: �r Printed Name: Judi Rosenau-Payseno Title: President Date: t tc ( 20 STATE OF WASHINGTON ) ) ss. COUNTY OF K,t On this day personally appeared before me Judi Rosenau-Payseno,to me known to be the President of Otto Rosenau &Associates,Inc.that executed the foregoing instrument,and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this m-a day of c"---ec—N___ , 20v , ,.\\``"\ "%itit Notary's signatur W!t i %%%%Nay �� %%%%%%%%%%%%%%04,lilt Notary's printed n. - , ,,� ._ J .`` : .ss s Notary Public in and for the State of Washington. U� �o •R� NIre My commission expires \I i Co ' VBA- ? O � %N9jcc a,,7 ?9; 0 W AZ� 0 S 1 S\'.S .. It\\\\ AMENDMENT - 2 - 3/2017 F '1.3RETURN TO: PW ADMIN EXT: 2700 ID#: ''; 2 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ 'ST I' .Eb S 2. ORIGINATING STAFF PERSON: `TSF'F H UyN h EXT: T7;2,I 3. DATE REQ.BY: A-1\f 3. TYPE OF DOCUMENT(CHECK ONE):❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) 9—US o PUBLIC WORKS CONTRACT ❑ 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 o SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE o RESOLUTION o CONTRACT AMENDMENT(AG#): o INTERLOCAL o OTHER /� 4. PROJECT NAME: , j) �<✓ i c i'1 J L 1.0 Fix/ Fi u j ec is Viii p en'id Tcs�K� 5. NAME OF CONTRACTOR: T() 1-Z(JS E Au a' A 5S o CTAT C S N C_ ADDRESS: . _ 7 ,_i G -_ _, `'I'I ° ' _ TELEPHONE: E-MAIL: )u1 Gl, �G L..cOSi74141.1.44. LLurn FAX: ( o ) -72.3- 1 SIGNATURE NAME: all CAI 01:-..A 42.4A ZAAA .-Petil 41Z111 1 TITLE: p(-QSi G,E'.1) 6. EXHIBITS AND ATTACHMENTS:11 SCOPE,WORK OR SERVICES o COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFWLICENSE# BL,EXP. 12/31/ UBI#57SD7S5LP ,IExP.03/31/ .OL9 7. TERM: COMMENCEMENT DATE: 7/2L./1& COMPLETION DATE: i 21 CI,. i ( I O 8. TOTAL COMPENSATION:$ Cz.,) 0441,07) (INCLUDE EXPENSES AND SALES TAX,IF ANY) ([F 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: ❑YES 0 NO IF YES,$ PAID BY: ❑CONTRACTOR 0 CITY RETAINAGE: RETAINAGE AMOUNT: c RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE TO: IN - L11.I cit..)-- )4(.., - 51-1-3 - 1 L 14 1 I 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED tf PROJECT MANAGER - 17/. /I K 1s`DIVISION MANAGER PAS / 1— ) r (c/ DEPUTY DIRECTOR �� _J v`l DIRECTOR 2 j� o RISK MANAGEMENT (IF APPLICABLE) ` ) .LAW DEPT l I/N -70.1/16 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING - (� Q f �l� t�1-H g ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 7 a&_I CJ [ !3 ` DATE REC l3: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHI ITS ❑ 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 T ')`� -&' (LAW DEPT 17u Ur IGNATORY AYO' IR DIRECTOR) 5� � CITY CLERK (71 1 ASSIGNED AG# AG# s '. ..SIGNED COPY RETURNED DATE SENT: . : )(, RETURN ONE ORIGINAL COMMENTS: EXECUTE" "ORIGINALS 1/2018 ` CITY OF CITY HALL �.., 33325 8th a South Fe d e ra I Way Federal Way.WA 9800303 -6325 (253) 835-70007000 wwww cityoffederaiway corn PROFESSIONAL SERVICES AGREEMENT FOR CITY OF FEDERAL WAY PROJECTS MATERIAL TESTING SERVICES This Professional Services Agreement ("Agreement") is made between the City of Federal Way, a Washington municipal corporation ("City"), and Otto Rosenau & Associates, Inc., a Washington corporation ("Contractor"). The City and Contractor (together "Parties") are located and do business at the below addresses, which shall be valid for any notice required under this Agreement: OTTO ROSENAU&ASSOCIATES,INC.: CITY OF FEDERAL WAY: Judi Rosenau-Payseno Jeff Huynh, Street Systems Engineer 6747 M. L. King Way South 33325 8th Avenue South Seattle, WA 98118-3216 Federal Way, WA 98003-6325 (206)725-4600(telephone) (253) 835-2721 (telephone) (206) 723-2221(facsimile) (253) 835-2709 (facsimile) judi@otttorosenau.com jeff.huynh@cityoffederalway.com The Parties agree as follows: 1. TERM.The term of this Agreement shall commence upon the effective date of this Agreement, which shall be the date of mutual execution, and shall continue until the completion of the Services specified in this Agreement, but in any event no later than December 31, 2018 ("Term"). This Agreement may be extended for additional periods of time upon the mutual written agreement of the Parties. 2. SERVICES. The Contractor shall perform the services more specifically described in Exhibit A ("Services"), attached hereto and incorporated by this reference, in a manner consistent with the accepted professional practices for other similar services within the Puget Sound region in effect at the time those services are performed, performed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. The Contractor warrants that it has the requisite training, skill, and experience necessary to provide the Services and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to obtaining a City of Federal Way business registration. Services shall begin immediately upon the effective date of this Agreement. Services shall be subject, at all times, to inspection by and approval of the City, but the making (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Agreement, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. 3. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days' written notice at its address set forth above. The City may terminate this Agreement immediately if the Contractor fails to maintain required insurance policies, breaches confidentiality, or materially violates Section 12 of this Agreement.Termination for such conduct may render the Contractor ineligible for City agreements in the future. 4. COMPENSATION. 4.1 Amount. In return for the Services, the City shall pay the Contractor an amount not to exceed a maximum amount and according to a rate or method as delineated in Exhibit B, attached hereto and incorporated by this reference. The Contractor agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for the Term. Except as otherwise provided in Exhibit B, the Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance of Services and payment under this Agreement. PROFESSIONAL SERVICES AGREEMENT - 1 - 03/2017 CITY OF CITY HALL '�...- 33325 8th Avenue South Fe d e ra I Way Federal Way.WA 98003-6325 ...�' (253) 835-7000 www cityoffederalway corn 4.2 Method of Payment. On a monthly basis, the Contractor shall submit a voucher or invoice in the form specified by the City, including a description of what Services have been performed, the name of the personnel performing such Services, and any hourly labor charge rate for such personnel. The Contractor shall also submit a final bill upon completion of all Services. Payment shall be made on a monthly basis by the City only after the Services have been performed and within thirty(30) days following receipt and approval by the appropriate City representative of the voucher or invoice. If the Services do not meet the requirements of this Agreement, the Contractor will correct or modify the work to comply with the Agreement.The City may withhold payment for such work until the work meets the requirements of the Agreement. 4.3 Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City will not be obligated to make payments for Services or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Services for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 5. INDEMNIFICATION. 5.1 Contractor Indemnification. The Contractor agrees to release, indemnify, defend, and hold the City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties expenses, attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives; arising from,resulting from,or in connection with this Agreement or the acts,errors or omissions of the Contractor in performance of this Agreement, except for that portion of the claims caused by the City's sole negligence. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Contractor's negligence. Contractor shall ensure that each sub-contractor shall agree to defend and indemnify the City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers to the extent and on the same terms and conditions as the Contractor pursuant to this paragraph. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. 5.2 Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. The Parties acknowledge that they have mutually negotiated this waiver. 5.3 City Indemnification. The City agrees to release, indemnify, defend and hold the Contractor, its officers, directors, shareholders, partners, employees, agents, representatives, and sub-contractors harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, losses, fines, fees, penalties expenses, attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, including without limitation, their respective agents, licensees, or representatives, arising from, resulting from or connected with this Agreement to the extent solely caused by the negligent acts, errors, or omissions of the City. 5.4 Survival. The provisions of this Section shall survive the expiration or termination of this Agreement with respect to any event occurring prior to such expiration or termination. 6. INSURANCE. The Contractor agrees to carry insurance for liability which may arise from or in connection with the performance of the services or work by the Contractor, their agents, representatives, employees, or subcontractors for the duration of the Agreement and thereafter with respect to any event occurring prior to such expiration or termination as follows: PROFESSIONAL SERVICES AGREEMENT - 2 - 03/2017 CITY OF CITYhL 8t Federal 33325 8th Avenue South Way Federal Way.WA 98003-6325 (253) 835-7000 www cityoffederaiway corn 6.1. Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating that is satisfactory to the City: a. Commercial general liability insurance covering liability arising from premises, operations, independent contractors, products-completed operations, stopgap liability, personal injury, bodily injury, death, property damage, products liability, advertising injury, and liability assumed under an insured contract with limits no less than $1,000,000 for each occurrence and$2,000,000 general aggregate. b. Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington. c. Automobile liability insurance covering all owned, non-owned, hired, and leased vehicles with a minimum combined single limits in the minimum amounts required to drive under Washington State law per accident for bodily injury, including personal injury or death,and property damage. d. Professional liability insurance with limits no less than $1,000,000 per claim and $2,000,000 policy aggregate for damages sustained by reason of or in the course of operation under this Agreement, whether occurring by reason of acts, errors or omissions of the Contractor. 6.2. No Limit of Liability. Contractor's maintenance of insurance as required by this Agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with Contractor's insurance. 6.3. Additional Insured, Verification. The City shall be named as additional insured on all commercial general liability insurance policies. Concurrent with the execution of this Agreement, Contractor shall provide certificates of insurance for all commercial general liability policies attached hereto as Exhibit C and incorporated by this reference. At the City's request, Contractor shall furnish the City with copies of all insurance policies and with evidence of payment of premiums or fees of such policies. If Contractor's insurance policies are "claims made," Contractor shall be required to maintain tail coverage for a minimum period of three (3) years from the date this Agreement is terminated or upon project completion and acceptance by the City. 6.4 Survival.The provisions of this Section shall survive the expiration or termination of this Agreement. 7. CONFIDENTIALITY. All information regarding the City obtained by Contractor in performance of this Agreement shall be considered confidential and subject to applicable laws. Breach of confidentiality by the Contractor may be grounds for immediate termination. All records submitted by the City to the Contractor will be safeguarded by the Contractor. The Contractor will fully cooperate with the City in identifying, assembling, and providing records in case of any public records request. 8. WORK PRODUCT. All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, or material that may be produced or modified by Contractor while performing the Services shall belong to the City upon delivery. The Contractor shall make such data, documents, and files available to the City and shall deliver all needed or contracted for work product upon the City's request. At the expiration or termination of this Agreement, all originals and copies of any such work product remaining in the possession of Contractor shall be delivered to the City. 9. BOOKS AND RECORDS. The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of the Services specified in this Agreement, and maintain such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Agreement. These records shall be subject, at all reasonable times, to inspection, review, or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Agreement. PROFESSIONAL SERVICES AGREEMENT - 3 - 03/2017 ` CITY OF CITY HALL �.., 33325 8th Avenue South Federal Way Federal Way.WA 98003-6325 (253) 835-7000 www crtyoffederalway corn 10. INDEPENDENT CONTRACTOR. The Parties intend that the Contractor shall be an independent contractor and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. The City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay, or any other benefit of employment, nor to pay any social security or other tax that may arise as an incident of this Agreement. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the Services specified in this Agreement and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the Services. The Contractor shall pay all income and other taxes due except as specifically provided in Section 4 of this Agreement. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. If the Contractor is a sole proprietorship or if this Agreement is with an individual,the Contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 11. CONFLICT OF INTEREST. It is recognized that Contractor may or will be performing professional services during the Term for other entities or persons; however, such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Contractor confirms that Contractor does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in the Contractor's selection, the negotiation, drafting, signing, administration of this Agreement, or the evaluation of the Contractor's performance. 12. EQUAL OPPORTUNITY EMPLOYER. In all services, programs, activities, hiring, and employment made possible by or resulting from this Agreement or any subcontract, there shall be no discrimination by Contractor or its subcontractors of any level, or any of those entities' employees, agents, subcontractors, or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, religion, creed, national origin, marital status, honorably discharged veteran or military status, sexual orientation including gender expression or identity, or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment. This requirement shall apply,but not be limited to the following: employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall comply with and shall not violate any of the terms of Chapter 49.60 RCW, Title VI of the Civil Rights Act of 1964,the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Parts 21, 21.5, and 26, or any other applicable federal, state, or local law or regulation regarding non- discrimination. 13. GENERAL PROVISIONS. 13.1 Interpretation and Modification. This Agreement, together with any attached Exhibits, contains all of the agreements of the Parties with respect to any matter covered or mentioned in this Agreement and no prior statements or agreements, whether oral or written, shall be effective for any purpose. Should any language in any Exhibits to this Agreement conflict with any language in this Agreement, the terms of this Agreement shall prevail. The respective captions of the Sections of this Agreement are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect any of the provisions of this Agreement. Any provision of this Agreement that is declared invalid, inoperative, null and void, or illegal shall in no way affect or invalidate any other provision hereof and such other provisions shall remain in full force and effect. Any act done by either Party prior to the effective date of the Agreement that is consistent with the authority of the Agreement and compliant with the terms of the Agreement, is hereby ratified as having been performed under the Agreement. No provision of this Agreement, including this provision, may be amended, waived, or modified except by written agreement signed by duly authorized representatives of the Parties. 13.2 Assignment and Beneficiaries.Neither the Contractor nor the City shall have the right to transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the other Party. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. Subject to the foregoing, the rights and PROFESSIONAL SERVICES AGREEMENT - 4 - 03/2017 ilk,. CITY OF CITY HALL 33325 8th Avenue South Federal way Federal Way.WA 98003-6325 (253) 835-7000 www cityoffederalway com obligations of the Parties shall inure to the benefit of and be binding upon their respective successors in interest, heirs and assigns. This Agreement is made and entered into for the sole protection and benefit of the Parties hereto. No other person or entity shall have any right of action or interest in this Agreement based on any provision set forth herein. 13.3 Compliance with Laws. The Contractor shall comply with and perform the Services in accordance with all applicable federal, state, local, and city laws including, without limitation, all City codes, ordinances, resolutions, regulations, rules, standards and policies, as now existing or hereafter amended, adopted, or made effective. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation or performance of this Agreement,this Agreement may be rendered null and void,at the City's option. 13.4 Enforcement. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Services is essential to the Contractor's performance of this Agreement. Any notices required to be given by the Parties shall be delivered at the addresses set forth at the beginning of this Agreement. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth above. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. Any remedies provided for under the terms of this Agreement are not intended to be exclusive, but shall be cumulative with all other remedies available to the City at law, in equity, or by statute. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. Failure or delay of the City to declare any breach or default immediately upon occurrence shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. This Agreement shall be made in, governed by, and interpreted in accordance with the laws of the State of Washington. If the Parties are unable to settle any dispute,difference or claim arising from this Agreement, the exclusive means of resolving that dispute, difference, or claim, shall be by filing suit under the venue, rules, and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative process. If the King County Superior Court does not have jurisdiction over such a suit, then suit may be filed in any other appropriate court in King County,Washington. Each party consents to the personal jurisdiction of the state and federal courts in King County, Washington and waives any objection that such courts are an inconvenient forum. If either Party brings any claim or lawsuit arising from this Agreement, each Party shall pay all its legal costs and attorney's fees and expenses incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; however, nothing in this paragraph shall be construed to limit the Parties' rights to indemnification under Section 5 of this Agreement. 13.5 Execution. Each individual executing this Agreement on behalf of the City and Contractor represents and warrants that such individual is duly authorized to execute and deliver this Agreement. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original and with the same effect as if all Parties hereto had signed the same document. All such counterparts shall be construed together and shall constitute one instrument, but in making proof hereof, it shall only be necessary to produce one such counterpart. The signature and acknowledgment pages from such counterparts may be assembled together to form a single instrument comprised of all pages of this Agreement and a complete set of all signature and acknowledgment pages. The date upon which the last of all of the Parties have executed a counterpart of this Agreement shall be the"date of mutual execution"hereof. [Signature page follows] PROFESSIONAL SERVICES AGREEMENT - 5 - 03/2017 ` CITY OF CITY HALL 33325 ;, Fe d e ra I Way Feder 8th Avenue South 03 Federal Way,WA 98003-6325 (253) 835-7000 www ciryoffederalway corn IN WITNESS, the Parties execute this Agreement below, effective the last date written below. CITY OF FEDERAL WAY: ATTEST: Jim/ ayor `(r.h:nie Courtney, CM(i ty Clerk DATE: re`(//' ir APPROVED AS TO FORM: -r1/J. Ryan Call, City Attorney OTTO ROSENAU &ASSOCIATES, INC.: By: e' •° it Printed Name: Judi Rosenau-Payseno, President DATE: Ck 12-Lk- 1 .10 tS STATE OF WASHINGTON ) ) ss. COUNTY OF i V1 ) On this day personally appeared before me Judi Rosenau-Payseno, to me known to be the President of Otto Rosenau & Associates, Inc. that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this '-2-.,—C" day of '-'' --•,-;—,--- -v-t— , 2018. ,�`�N�E WKS Iy�l' Notary's signature -� y -,�_ JV�,N►m01,,,,,„S'p /y Notary's printed name ;. . -a �, 0(-2>c_ L .. -----)v---, _ oN y , Notary Public in and for the State of Washington. O N.. s� % My commission expires \i��, i •-Z� i//,/ , 1117„►?9, `�,k° /lilt,��WASkk -: PROFESSIONAL SERVICES AGREEMENT - 6 - 03/2017 CITY OF CITY HALL 33325 8th Avenue South a.. Federal Way Federal Way,WA 98003-6325 (253) 835-7000 www cl yoffederalway corn EXHIBIT A SERVICES 2018 NHS Preservation Project Material Testing and Special Inspection Services Scope of Services Otto Rosenau & Associates, Inc. will provide material sampling and testing services during construction of the City of Federal Way projects as defined below. These services are intended to ensure that the materials, installation, and compaction efforts have met the current version of the 2018 Standard Specifications for Road, Bridge, and Municipal Construction. Samples of the hot mix asphalt delivered to the site will be tested for the Theoretical Maximum Specific Gravity (AASHTO T-209). Also, the material will have an Extraction (AASHTO T308) and Gradation (AASHTO T-11 and T-27)performed for compliance with the approved mix design requirements. These services are based upon the understanding that the City is contracting directly with Otto Rosenau& Associates, Inc. and will actively be involved in the sampling and testing process of the construction materials. Otto Rosenau & Associates,Inc.'s services are based upon the unit bid prices or duration of construction anticipated at the time of execution of this Agreement. The level of effort to perform the work described is based on a standard five-day work week (day, night,and/or weekend)and standard eight-hour work day. PROFESSIONAL SERVICES AGREEMENT - 7 - 7/20/2018 CITY OF CITY HALL 33325 8th Avenue South 410 .0 Fe d e ra I way Federal Way.WA 98003-6325 (253) 835-7000 www cityoffederaiway corn EXHIBIT B COMPENSATION 1. Total Compensation: In return for the Services, the City shall pay the Contractor an amount not to exceed Sixteen Thousand Four Hundred Forty-Seven and 90/100 Dollars ($16,447.90). 2. Method of Compensation: Hourly personnel/task rates. In consideration of the Contractor performing the Services, the City agrees to pay the Contractor an amount calculated on the basis of the hourly labor or task charge rate schedule for Contractor's personnel: Description of Services Quantity Unit Unit Cost Total Compaction Testing(CSTC) 16 HR $75.00 $ 1,200.00 Soil Moisture-Density Relationship(Proctor; D1557; One1 EA $300.00 $ 300.00 Crushed Surfacing Sample) Crushed Surfacing Gradation 1 EA $150.00 $ 150.00 Crushed Surfacing Sand Equivalent 1 EA $190.50 $ 190.50 Crushed Surfacing Fracture Face 1 EA $61.50 $ 61.50 Asphalt Compaction Testing(day work) 66 HR $75.00 $ 4,950.00 Asphalt Compaction Testing(night work) 18 HR $112.00 $ 2,016.00 -Assume 2 inspection trips Asphalt Sample Pick Up&Lab Testing(night work) 16 HR $112.00 $ 1,792.00 -Assume 2 inspection trips Asphalt Rice Density(D6307/WSDOT T-209) 8 EA $94.00 $ 752.00 Asphalt Oil Content by Ignition with Gradation(complete 9 EA $207.00 $ 1,863.00 mix; every 1000 tons) _ Hot Mix Asphalt Sand Equivalent(testing every 20005 EA $127.00 $ 635.00 tons) Hot Mix Asphalt Fracture Face Count(testing every 2005 EA $41.00 $ 205.00 tons) Hot Mix Asphalt Uncompacted Void Content of Fine5 EA $196.00 $ 980.00 Aggregate(testing every 2000 tons) Reinforced Concrete Inspection 8 HR $70.00 $ 560.00 Concrete Test Specimens (C39) _ 8 HR $18.00 $ 144.00 Associated Mileage(Prevailing IRS Rate) 1020 Mi $ 0.545 $ 555.90 Final Inspection/Review/Report 1 HR $93.00 $ 93.00 Project Management(Report Review, Inspector Supervisor) HR No Charge $ 0.00 Administrative(Report Typing and Distribution) _ HR No Charge $ 0.00 Total Estimated Cost= $16,447.90 PROFESSIONAL SERVICES AGREEMENT - 8 - 7/20/2018