Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
AG 20-008 - KPFF, INC
RETURN TO: PW ADMIN EXT: 2700 ID #: 'A CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Engineering 2. ORIGINATING STAFF PERSON. John Mulkey EXT: x2722 3. DATE REQ. BY: 1 7-Feb-2023 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT p PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION * CONTRACT AMENDMENT (AG#): 20-008 ❑ INTERLOCAL 13 OTHER SU lemen #4 4. PROJECT NAME: Pacific Hwy Non -Motorized Trail - 16th Ave S (S 308th St to S 288th St) 5. NAME OF CONTRACTOR: KIP FF ADDRESS:1601 6th Avenue, Suite 1600 Seattle, WA 98101 TELEPHONE: E-MAIL:. FAX: SIGNATURENAME: Sean Battle TITLE: 6. EXHIBITS AND ATTACHMENTS: © SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. 7. TERM: COMMENCEMENT DATE: 15-Jan-2020 COMPLETION DATE: 31-Dec-2026 8. TOTAL COMPENSATION: $ 254,788.09/$1,321,061.86 Total (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: 0 YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: S. IS SALES TAX OWED, ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: 7 RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED d PURCHASING: PLEASE CHARGE TO: D36219-24110; L36219-24110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED d PROJECT MANAGER JRM-2/912023 8 DIVISION MANAGER qv"' 8 DEPUTY DIRECTOR DSw 3/10123 6 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) I LAW DEPT KVA 311312023 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: 2 COUNCIL APPROVAL DATE: �j I 2 11. CONTRACT SIGNATURE ROUTING 3 1, 23 1 Li 2 J ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D: — 1 ❑ 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 IGN ATORY (M A YOR OR DIRECTOR) CITY CLERK J 0 C4 ASSIGNED AG '00' r4c9n -❑ SIGNED COPY RETURNED : 3 . I`i• Z)3 COMMENTS: AMU EXEecuTE., " ORIGINALS I/2020 Adw � Washington State w►� Department of Transportation Supplemental Agreement Organization and Address Number 4 ICPFF, Inc. Original Agreement Number 1601 5th Avenue, Suite 1600 Seattle, WA 98101 AG 20-008 Phone: Project Number Execution Date Completion Date CFW #36219 31-Dec-2026 Project Title New Maximum Amount Payable Pacific Hwy S Non -Motorized Corridor - 16th Ave S (S 308th St to S 288th St) $1,321,061.86 — Description of Work- - - -- - Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The segments of the trail located off -roadway will include pedestrian -scale illumination for safety. The Local Agency of City of Federal Way desires to supplement the agreement entered in to withPFF- Inc. and executed on 15-Jan-2020 - and identified as Agreement No. AG 20-008 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: The Scope of work is changed to add additional services listed in Exhibit A-4. Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: The completion date_]S exiended to 31-Dec-2026. III Section V, PAYMENT, shall be amended as follows: The payment is amended per Exhibit D-4 and Exhibit E-4 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Sean Battle, Project Manager Consultant Signature DOT Form 140-063 Revised 09/2005 Exhibit "A" Summary of Payments Original Agreement + Previous Supplements This Supplement Total Direct Salary Cost 373,329.76 55,234.58 428,564.34 Overhead (Including Payroll Additives) 486,539.17 77,983.14 564,522.31 Direct Non -Salary Costs 94,405.91 5,000.00 99,405.91 Fixed Fee 111,998.93 16,570.37 128,569.30 Sub -Total 1,066,273.77 154,788.09 1,221,061.86 Management Reserve-* - — -100;000.00-- 100,000.00- Total 1,066,273.77 254,788.09 1,321,061.86 'Management Reserve only to be used with prior authorization of the City DOT Form 140-063 Revised 09/2005 Exhibit A-4 Scope of Work Amendment 4 PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR — 16t`' AVE S AMENDMENT DESCRIPTION This is an amendment to add scope to the design contract for the Pacific Highway South Non -Motorized Corridor from S 308th Street to S 288th Street project. The added scope includes: • Project management for the design team, extension of project schedule On -going coordination with franchise utility owners (power & comms) ■ Incorporating Lake Haven Water District and AT&T relocations into project Coordination of Federal Way School District property swap, figures/areas ® Re -appraisals of Phase 1 properties Break out of Phase 1 and Phase 2 ROW Plans (for WSDOT) • Relocate existing Rectangular Rapid Flashing Beacon (RRFB) at S 3041h Street and 161h Avenue S to accommodate traffic circle installation • Relocating pedestrian push buttons at NW and SE corners of Dash Point Rd intersection • Traffic control plans along SR99, 16th St, Redondo Way, and Dash Pt Rd • Remove/replace drainage pipes in Phase 2 • Develop concepts and final design for adjusting the trail connection at S 288th St • Budget shift from Task 4 (Geotechnical) to Task 6 (Civil) • Coordination and design update for Redondo Creek design DETAILED SCOPE OF WORK TASK NO. 1 — PROJECT MANAGEMENT Anticipated tasks include the following: A4 1.0 — Project Management and Admin The design schedule has been extended by approximately 12 months due to coordination efforts with WSDOT, School District and ROW acquisition efforts. This work includes the project management effort associated with the design schedule extension, including: coordination, meetings, budget tracking and invoicing. In addition to the schedule extension effort, this work also includes coordinating with the design team to incorporate the changes associated with this amendment. A4 1.1 — Utility Coordination Management This work include direct coordination with utility owners, setting up meetings, coordinating the transfer of files. Page 1 of 5 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work TASK NO. 5 - LANDSCAPING Anticipated tasks include the following: A4 5.0 — Concept and Design for 288th Connection This work includes supporting the development of 2881" St connection concepts. The final design may include modifications to the urban design feature such as signs, bench, waste bin, and dog waste station. The landscaping plans will be updated to reflect the final design of the preferred alternative. TASK --NO. 6 - CIVIL ENGINEERING Anticipated tasks include the following: A4 6.0 — Utility Coordination This work includes reviewing utility owners proposed relocation plans, and making recommendations for relocations in order to accommodate the trail project design, coordinating pothole location, developing coordination figures, and incorporating pothole information into the survey base -mapping file. A4 6.1 — RRFB Coordination This work includes identifying potential locations for the relocated RRFB, and showing the new RRFB poles on the civil drawings. A4 6.2 — Lakehaven Relocation Incorporation This work includes coordinating directly with City and Lakehaven Water & Sewer District (LWSD) to incorporate water and sewer relocations into the trail construction package. LWSD will be preparing the water and sewer relocation plans, specifications, details and cost estimate. LWSD drawings will be based on KPFF base -mapping and survey files. The water and sewer relocation documents will be incorporated into the trail construction package, and will be constructed by the trail contractor. This effort includes: • Coordination meetings with City, LWSD, and AT&T • Updating civil drawings to reference new water and sewer drawings • Compiling water and sewer drawings into drawing package Incorporating water and sewer specifications to the special provision package • Incorporating separate bid table for water and sewer work • Incorporating LWSD standard details with rest of project standard details. • Developing a civil new civil typical cross-section depicting potential phasing of water, sewer, and fiber relocation work AT&T will be relocating their own fiber optic line, by their own work force, in conjunction with the sewer relocation construction. A4 6.3 — School District Area Swap Figures This work includes preparing color -coded figures showing various options for potential property swap areas (sq ft) between City and Federal Way School District. A4 6.4 — ROW Plans - Phase Break out Page 2 of 5 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work This work includes separating the ROW plans into Phase 1 and Phase 2 packages. Each phase will have a separate cover sheet, and the Federal Way School District property tables/acquisitions will be broken into their respective phases. A4 6.5 — Traffic Control Plans This work includes preparing project specific traffic control plans. The plans will include a temporary lane closure along SR 99 and along 16t_h Ave, and a temporary lane shift along Redondo Way. In addition, traffic control at intersection will be developed for the roadway intersections. Typical intersection control drawings will be used where possible. In addition, traffic control plans will be developed for the high school parking lot, as a bus circulation path must be maintained during the school year. Temporary, short-term night-time closures may be needed at 304th and Dash Point -Rd - intersection. A detour plan and/or short-term flagging operation plan will be developed for these situations. A4 6.6 — Push Button/ADA Ramp Coordination This work includes coordinating placement of the new pedestrian push buttons at the NW and SE quadrants of Dash Point Rd intersection. Our civil team will coordinate with the traffic engineers to determine post location, electrical routing and sidewalk restoration. A4 6.7 — Remove/Replace Drainage Pipes in Phase 2 This work includes updating the survey base -mapping file, update site prep plans to reflect removals, update drainage plans with new pipe and profile. A4 6.8 — Concept and Design for 288th Connection This work includes developing and presenting concepts for the ADA/trail connection at 288th. Our civil design team will review the 288th St Sidewalk Project plans, and develop a compatible connection at 288th St. This effort may include slight adjustment to the retaining wall layout, curb returns, a new driveway apron, and relocation of the currently proposed urban design features. Once a preferred alternative is selected by the City, the final design will be incorporated into the drawings. A4 6.9 — Geotechnical Budget Modification This is a placeholder task for the budget shift from the original Task 4 (Geotechnical) budget to the Task 6 (Civil) budget. This budget shift is to re -allocate un-used geotechnical budget to cover additional civil design effort previously completed. A4 6.10 — Redondo Creek Design Changes This work includes effort to coordinate, share files, and confirm compatibility between trail project and Redondo Creek Culver project. Effort includes: Incorporating Redondo Creek proposed model into trail's "existing" surface model Update trail proposed model to match into the Redondo Creek surface Adjust trail Wall #1 and Wall #2 models to be compatible with culvert Adjust trail drainage to be compatible with culvert Show proposed culvert as "existing" on trail drawings Confirm utility relocation limits and compatibility between culvert and trail projects Update trail ROW plans to reflect the culvert project's ROW acquisitions Page 3 of 5 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work This work assumes that the Redondo Creek project team will have a "proposed" civil 3D surface for the trail design team. No additional effort will be needed from trail's ROW acquisition team. TASK NO. 7 - STRUCTURAL ENGINEERING Anticipated tasks include the following: A4 7.0 — Concept and Design for 288th Connection This work includes supporting the development of 288th St connection concepts. The final design will be incorporated into the structural drawings, and may include slight retaining wall adjustments, as well as new structural details for mounting a sign on top of the wall barrier. A4 7.1 — Redondo Creek Design Changes This work includes adjusting the trail Wall #1 and Wall #2 designs to be compatible with the new culvert. This include reviewing the culvert design, associated geotechnical report, and updating the wall drawings. The temporary excavation for the walls will be added to the wall drawings to help with coordination. TASK NO. 8 - RIGHT-OF-WAY ACQUSITION Anticipated tasks include the following: A4 8.0 — Re -Appraisal Services Manage the appraisal process and contract with WSDOT approved fee appraiser to update of four (4) Administrative Offer Summary report's in phase 1, revision of three (3) Administrative Offer Summary reports in phase 2 TASK NO. 9 - TRAFFIC ENGINEERING Anticipated tasks include the following: A4 9.0 — Design New Rectangular Rapid Flashing Beacon (RRFB) This work includes designing a new RRFB installation that meets city standards. Assumptions: The City of Federal Way will provide as -built drawings for the current RRFB. Fehr & Peers will conduct a field visit to confirm existing above -ground equipment. It is assumed that the new RRFB will be solar -powered. If the new RRFB will not be solar -powered an amendment will be needed to cover the additional coordination with the utility service provider. A4 9.1 — Modify Pedestrian Push Button (PPB) Assemblies at S Dash Point Road/16th Avenue/Redondo Way This work includes modifying Audible Pedestrian Push Button locations and associated wiring to accommodate the diagonal crosswalk at the S Dash Point Road/16th Avenue/Redondo Way signalized intersection. Fehr & Peers will conduct a field visit to Page 4 of 5 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work confirm the push button locations at this intersection. We will prepare a design to relocate/install push buttons to be within 10 feet of the curb line and within suggested guidelines for ADA accessibility. Assumptions: The City of Federal Way will provide as -built drawings for the existing traffic signal at S Dash Point RoadI16" Avenue/Redondo Way. The PPB modification design will identify existing and proposed locations for the push buttons and new posts to be installed, and locations where wiring will need modifications. It will not show any other traffic signal equipment or any other traffic signal modifications. A4 9.2 — Resolve Field Conflicts Resolve utility and equipment conflicts at new RRFB installation location. KPFF will provide Fehr & Peers with survey base maps for the relocation area that identify all utilities, including underground and overhead infrastructure for Fehr & Peers' use in confirming the RRFB locations. A4 9.3 — Not Used A4 9.4 — Update Drawings, Details, Estimate This work includes updating all drawings to show installation of new RRFB, PPBs, luminaires, details, voltage drop calculations if necessary, and associated cost estimates. MANAGEMENT RESERVE The management reserve is a pool of budget reserved for any additional unforeseen design changes and/or consultant support through the remainder of the project's design duration. The maximum allowed for projects with federal funding, based on WSDOT Local Programs guidelines, is $100,000, and is the amount included with this amendment. Funds from the Management Reserve can not be charged to without prior approval from the City's project manager. Page 5of5 Exhibit D-4 Fee Proposal Pac Hwy Non -Motorized Corridor Amendment 4 - Fee Estimate Summary 3/212323 Description KPFF Lin 3 Assoc HWA HBB RES Group NW F&P Total Cost Task 1 Project Management & Admin $ 8.166.48 $ 8-166.48 Task 2 Surn S $ Task 3 Environmental 1 Permitting 5 S Task 4 IGeotechnical Engineering 1 $ (10.872 00) S (10.872.00 Task 5 Landsca in $ 1.270.50 I S 1.270.50 Task 6 Civil Engineering ` ` $ 46.306.77 I $ 46.306.77 Task 7 IStructural Engineering S 5306.64 S 5.306.64 Task 8 Right -of -Way $ 556.00 $ 556.00 Task 9 Traffic En ineering S 4500.19 $ 4.500.19 Task 10 Constnictability I Phasing I Cost Est. $ $ Total Direct Cost by Firm $ 59,779.89 $ f (10.872.00)1 $ 1,270.50 $ 556.00 $ 4,500.19 $ 55.234.59 Overhear Rate 144.97 % 1 152,87 % 1 175,44 % 1 137.25 % 1 76.09 % 1 182.82 Overhead Cost $ 86.662.90 S I S (19.073.84)1 $ 1,743,76 1 $ 423.06 1 S 8,227.25 $ 77,983.14 Fee 30% 30% 1 30% 1 30% 1 30% 1 30% Fee Cost $ 17,933,97 LS 1 $ (3,261.60) S 381.15 1 $ 166.80 $ 1,350.06 $ 16,570 37 rota) Cost I S 164,3ws 16 1S J3U07,44)J $ 3,395,41 1 $ 1.145.90 $ 14,077.49 $ 149,788.09 Reimbursable Costs by Firm S $ 1 $ I S S 5.000.00 $ S S,Q00.00 SUbtota] I $ 164,376.76 1 $ $ (33,207.44) S 3,395.41 1 S 6,145.86 1 S 14,077,49 I S 154,788.69 Management Reserve I $ 100,000.00 Tata1 Estimated Budget I $ z54,766.09 Peroerda es IFirm Fee % UDBE KPFF S 647,343.39 53% 0% I -IN $ 17 139.34 14% 14% HWA S 36,018,60 3% 3% 11BB $ 69,637.82 6 % 0 % RES S 186,231.20 15% 15% FP I S 105,691.52 1 9% 0% Total $ 1,221,061.87 100% 33 % 9 % Min Original Fee $ 697.139.79 Fee (with Amendment 1) S 790.332.66 Fee (with Amendment 2) $ 1,045,559.73 Fee (with Amendment 3) $ 1,066,273.77 Fee (with Amendment 4) $ 1,321,061.86 UDBE UDBE UDBE Page 1 of 1 Fee Proposal Pac Hwy Non -Motorized Corridor KPFF Consulting Engineers (Prime) 3/2/2323 Project Management &Admin CIA Enginmring ':1 LSU' LUM Lim rr_.rrhrrar^7�mtra, Structural Engineering ■.AIL' ����0®���®��� o ��0�o>vo�oo �l■i■ill■M r.-Whe-7 Pale 144.9'1% F-ee ELe 3,1 CIA ;rFlren :onl i `5,75a ro2EM:vM c. S 86,5�3Q , oW Fee ;:a 3 1lv®n v ToUl FuQy eurdm rd Cost S 164XV6 Ai[MFIJFBAFL FS Ffi�2 TOsai 5i1lrf Orl N}[R�L C loft 79W Pro set Cost S 16i,37&.76 Page 1 of 1 Exhibit E-4 Fee Proposal Pac Hwy Non -Motorized Corridor HWA GeoSciences (Geotechnical) 3/2/2323 INEEMEMEM �_ • l�iiiiiiiiii��l����������`. ���®�ie�■�liiiiiiiw�w�ii■I�ill��lw�l��� Owgd Ra!a 1I5.Sd't AfN+ F r. P.Irt A 30,07•i idN 011ed ivfi 3'10 d721G rwf �w+a.e c� s � 14 one+ Totul Fvily 9mdened Cwl Y iS7 01 LII Page 1 of 1 Fee Proposal Pac Hwy Non -Motorized Corridor HBB Landscape Architects 31212323 ® ___-m____---__ .. . f �"s•n �.00x 3worrn [ea t � Turo.ekre-w rmrF.. Etr s nz Tdd sWy 6i ..4(!m S 3.LHAt [ONE= Fee Proposal Pac Hwy Non -Motorized Corridor RES Group NW (Right -of -Way) 3/2/2323 o,�ueie �e.oea r. RM. b no .ro:,ac.r s six r o�.M.ncne s �xsx T.W F.F.0 f AN Fee Proposal Pac Hwy Non -Motorized Corridor Fehr& Peers (Traffic) 3/2/2323 �mmm m mm Wllr..I �{.. ='111111111M�d ���®©�iiiiiiiiiii�iiiiiiiiira■iiiiiiiiii�■iiiiiiiiiiii■ � uxn�wQ ceaerz r aa. w.oex ad eert L'aA { •5m IS Lpd O�rMn - I 177 ipjFq�[W {. 1 rAm ioW Fplty6i.d�md [af s �� .11 RETURN TO: PW ADMIN EXT: 2700 ID #: 4037 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIv: PUBLIC WORKS / Capital Projects 2. 3. ORIGINATING STAFF PERSON: Christine Mullen EXT: x2723 3. DATE REQ. Bv: 20-Dec-2021 TYPE OF DOCUMENT (CHECK ONE): p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION m CONTRACT AMENDMENT (AG#): 20-008 ❑ INTERLOCAL ❑ OTHER 4. PROJECT NAME: Pacific Hwy S Non -Motorized Corridor - 16th Ave S (S 308th St to S 288th St) 5. NAME OF CONTRACTO ADDRESS: 1601 5th E-MAIL: Sean.Batti+ SIGNATURE NAME: Se KPFF, Inc. TELEPHONE: FAX: TITLE: 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # . EXP. 7. TERM: COMMENCEMENT DATE: 15-Jan-2020 8. COMPLETION DATE: 31-Dec-2024 TOTAL COMPENSATION: $ 1 ,066,273.77 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: d YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 13 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: D36219-24110 (Orig, Supp #1, & Supp #3). Supp #2 was to L36219-24110 9. DOCUMENT / CONTRACT REVIEW 6 •PROJECT MANAGER ❑ DIVISION MANAGER 6 DEPUTY DIRECTOR 8 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 11 LAW DEPT 10. COUNCIL APPROVAL (IF APPLICABLE) 11. CONTRACT SIGNATURE ROUTING INITIAL / D TE REVIEWED DSW 1211W21 12/14/2021 MP SCHEDULED COMMITTEE DATE: SCHEDULED COUNCIL DATE: INITIAL / DATE APPROVED COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 12/14/21 DATE REC, D: 12/15/21 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY (MAYOR OR DIRECTOR) Z ❑ CITY CLERK 1V rhEf,�. ❑ ASSIGNED AG # AG# - V ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE " " ORIGINALS 1/2020 Adft Washington State Department of Transportation Supplemental Agreement Number 3 Original Agreement Number AG 20-008 Project Number CFW #36219 Organization and Address KPFF, Inc. 1601 5th Avenue, Suite 1600 Seattle, WA 98101 Phone: Execution Date Completion Date %I A l' 0 Z 9 31-Dec-2024 Project Title New Maximum Amount Payable Pacific Hwy S Non -Motorized Corridor - 16th Ave S (S 308th St to S 288th St) $ 1,066,273.77 Description of Work Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The segments of the trail located off -roadway will include pedestrian -scale illumination for safety. The Local Agency of City of Federal Way desires to supplement the agreement entered in to with KPFF, Inc. and executed on 15-Jan-2020 and identified as Agreement No. AG 20-008 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: The scope of work is amended to add the services listed in Exhibit A-3. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No change, __ _ Section V, PAYMENT, shall be amended as follows: The payment is amended per Exhibit D-3 and Exhibit E-3. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Sean Battle, PE - Project Manager Consultant Signature By: Approving Auth rity SignatLffe Date DOT Form 140-063 Revised 09/2005 Exhibit "A" Summary of Payments Original Agreement + Previous Supplements Current Supplement Total Direct Salary Cost 366,005.57 7,324.19 373,329.76 Overhead (Including Payroll Additives) 475,346.57 11,192.60 486,539.17 Direct Non -Salary Costs 94,405.91 0.00 94405.91 Fixed Fee 109,801.67 2,197.26 111,998.93 Total 1,045,559.72 1,066,273.77 1,066,273.77 DOT Form 140-063 Revised 09/2005 Exhibit A-3 Scope of Work Amendment 3 PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR — 161h AVE S AMENDMENT DESCRIPTION This is an amendment to add scope to the design contract for the Pacific Highway South Non - Motorized Corridor from S 308th Street to S 2881h Street project. The add scope includes: • project management for the design team • lighting analysis for changing the light pole types along the north half of the trail • resolve conflicts with new light pole locations (utilities and walls) • re -align the trail near the SR99 connection location • updated drawings, details, and cost estimate DETAILED SCOPE OF WORK TASK NO. 1 — PROJECT MANAGEMENT Anticipated tasks include the following: A3 1.0 — Project Management and Admin This work includes coordinating the design team to incorporate the new light pole type. This effort also include management of amendment tasks, budgets, and invoices. TASK NO. 6 — CIVIL ENGINEERING Anticipated tasks include the following: A3 6.0 — Conflict Resolution for New Pole Locations This work includes reviewing and ensuring no underground utility conflict with the new light pole locations. This will likely involve meeting with lighting designers to review conflicts, and make minor adjustments to the pole locations. In addition, the new light pole locations will be coordinate with the new retaining wall locations, and ensure the light pole foundations are compatible with the proposed retaining wall designs. A3 6.1 — Re -alignment of Trail at SR99 Connection This work includes designing and updating the drawings to reflect the recent trail re- alignment at the SR99 connection. This effort includes updating the base -mapping files, alignment, and approximately 22 drawings. This change will include minor adjustments to the proposed ROW plans. Page 1 of 2 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work TASK NO. 5 - LANDSCAPING Anticipated tasks include the following: A3 5.0 — Re -alignment of Trail at SR99 Connection This work includes designing and updated the drawings to reflect the recent trail re- alignment at the SR99 connection. TASK NO. 9 - TRAFFIC ENGINEERING Anticipated tasks include the following: A3 9.0 — Light Level Analysis and Calcs This work includes updating and recalculating all AGI Analysis for areas of the Non - Motorized Trail that are currently designed with the City Center Standard Luminaire and Decorative Pole to reflect a new pedestrian scale light pole. This mostly affects the area north of Dash Point Road, but also a few light locations south of Dash Point, most notable near park entrances. The updated analysis is necessary to determine the proper pole spacing, lighting characteristics, and pole locations. A3 9.1 — Update Drawings, Details, Estimate This work includes updating all drawings to replace and design with the new pedestrian scale lighting favored by City Staff. After updating the AGI analysis in task A3 9.0, Fehr & Peers will update the light pole locations, details, voltage drop calculations, and cost estimates to reflect the new light pole and luminaire selection. Page 2of2 Fee Proposal Pac Hwy Non -Motorized Corridor 11/1212021 Exhibit D-3 Amendment 3 - Fee Estimate Summary Description OFF Lin & Assoc HWA HBB RES Group NW F&P Total Cost Task 1 Project Management & Admin $ 849 20 $ 849.20 Task 2 Survey $ $ Task 3 Environmental/Permitting S $ Task GeotechnicalEngineering $ $ Task 5 Landscaping $ 374.00 $ 374.00 Task 6 Civil Engineering $ 2 807 25 $ 2.807.25 Task 7 Structural Engineering $ $ - Task 8 Right -of -Way $ $ - Task 9 Traffic Engineering $ 3.293.74 $ 3,293.74 Task 10 Constructabili IPhasin (Cost Est. $ - $ Total Direct Cost by Firm $ 3,656.45 1 $ $ $ 374.00 $ $ 3,293.74 $ 7.324.19 Overhear Rate 137.21 % 152.87 % 1 175.44% 1 137.25% 1 48.86 % 1 171.91 % Overhead Cost $ 5.01702 $ $ $ 513.32 $ S 5,66227 $ 11.192.60 Fee 30% 30% 30% 30% 30% 30% Fee Cast $ 1.096.94 S $ $ 112.20 $ $ 988.12 $ 2,197 26 Total Cost $ 9.770.40 $ $ $ 999.52 $ $ 9,944.13 $ 20,714.05 Reimbursable Costs by Firm $ $ $ $ $ $ $ Subtotal I $ 9,mAff $ I $ $ 999.52 $ - $ 9,944.i3 $ 20,714A5 Management Reserve $ dotal Estimated Budget 1 $ 20,714.05 Percentaves Firm Fee % UDBE KPFF S 48,9966,63 45% 0% LIN S 176,139.34 17% 17% HWA S 69,226.04 6% 6% HBB S 66,242.41 6% 0% RES $ 180,085,34 17% 17% FP S 91.614.03 9% 0% Total $ 1,066,273.77 100% 40% 9 % Min Original Fee $ 697,139.79 Fee (with Amendment 1) $ 790,332.66 Fee (with Amendment 2) $ 1,045,559.73 Fee (with Amendment 3) $ 1,066,273.77 UDBE UDBE UDBE Page 1 of 1 Fee Proposal Pac Hwy Non -Motorized Corridor KPFF Consulting Engineers (Prime) 11 /12/2021 MMOMMENEMEEMME r I� ��������1■IIIr�■�l���l�l�■I��a-I � ■■���r��������o_��IIIII�fo� EnvironmentallPermitling Civil Engineering Lug am Structural Engineering 'Traffic Engineering ConstructabilftylPhasingICost Est o00IIIISIIIIIIIIIIfi�o010�IIIIIIIIII�■vllO�I G+erhaad lisle eRatt Tn1u1 Direct Ctrs[1 365645 Tots 0, ffhn:W Cz:n S 5.017.02 T,eA Fec Cw JS [.0@6.94 Total Fully Burdened Cost 3 il,770.4e TWO Prime Consuftard. Cost Totsi Std7Consultw Cost Tutat Project Cost S 9,770.40 Page 1 of 1 Exhibit E-3 Fee Proposal Pac Hwy Non -Motorized Corridor HBB Landscape Architects 11 /12/2021 - ■ii���ati■o■�e0io�iQQ®� C+L^fi:aN Roie I_:._ rrru� IOrc 2 s rra.co ru ornneaccoa s s�av ]A ifm G-.p !+27J ropl FWIy 9nMwied cwi 3 M17 Pagc 1 011 Fee Proposal Pac Hwy Non -Motorized Corridor Fehr $ Peers (Traffic) 11 H 212021 I +c Falc :G IIC`= }sd GrG Cdi S iSFl14 TOW Ow"Ou Cal S 5dF::I Id, F. EW S - T.WFullyfiard—d Cert S e.W.1I Page 1 cf 1 Client#: 25326 KPFFINCO DATE (MMIDDIYYYY) ACORDTM CERTIFICATE OF LIABILITY INSURANCE 3/23/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the cerliFicate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Katie Kresner _ NAME: Greyling Ins. Brokerage/EPIC NNE 770 220,7695 FAX 866.559.4082 (A/C, No, FxU;_ IruC. Net: __..—...—.......... 3780 Mansell Road, Suite 370 E MAiI Katie.Kresner@greyling.com ADDR6S5: Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: National Union Fire Ins. Co. 19445 INSURED INSURER B : The Continental Insurance Company 35289 KPFF, Inc.'INSURER c :New Hampshire Ins. Co. 23841 1601 5th Ave Allied World Su lus Lines Ins 24319 INSURER D : Surplus Suite 1600 INSURER E Seattle, WA 98101 - INSURER F COVERAGES CERTIFICATE NUMBER: 21-22 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED By THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADDL SuaR POLICY EFF i POLICY F,(P LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MALDDIYYYY) (MMODIYYYY i LIMITS A X COMMERCIAL GENERAL LIABILITY GL5268336 101/2021 04/01/202 EACH OCCURRENCE S 1.000,000 _ �i y� DAMAGE TO RENTED CLAIMS -MADE LJ OCCUR PREMISES (Ea occurrance) $500,000 MED EXP (Anv one oerson) s25.000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 52,000,000 POLICY I X E� F LOC ;. PRODUCTS -COMP/OPAGG $2,000,000 OTHER: .. . $ A AUTOMOBILE LIABILITY CA9775930 101/2021 04/0112022� cor.cB;NEL; sm:L:t r uauT X ANY AUTO OWNED AUTOS ONLY HIRED X AUTOS ONLY B X UMBRELLA LIAR X. EXCESS LIAB EF L7 SCHEDULED AUTOS NON -OWNED I X I AUTOS ONLY X OCCUR CLAIMS -MADE CED X RETENTIONSO WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIE'TORiP.'LRTNERIEXECUTNEI ',=r.1[;.ER7R9EA1$Eft EXCLUDED' N N/A (Mandatory in NHI IF yes, describe under DESCRIPTION 0= OPERATIONS below Professional/ Pollution Liability BODILY INJURY (Per person) S BODILY INJURY (Per accidenl) S PROPFRTY DAMAGE S f?a:• �rCil nnH _.. S 6050399824 �04101/2021 04/0112022 EACH OCCURRENCE S10.000.000 AGGREGATE S10.000.000 s WCO22298245(AOS) :0410112021 I PER 04/01/2022 X ISTATUTE EORi _ WCO22298244(CA) E L EACH ACCIDENT $1.000,000 DISEASE - EA EMPLOYEE: $1,000,000 'EL FL DISEASE -POLICY LIMIT IS1,000,000 03120067 '10/10/2020 10/10/2021 Per Claim $10,000,000 Aggregate $10,000,000 SIR: S250.000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) Re: Pacific Highway Corridor Project. City of Federal Way is named as an Additional Insured on the above referenced liability policies with the exception of workers compensation & professional liability where required by written contract. CERTIFICATE HOLDE City of Federal Way 33325 8th Ave South Federal Way, WA 98003-0000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) 1 of 1 #S2630072/M2623337 The ACORD name and logo are registered marks of ACORD KKRE1 This page has been left blank intentionally. ENDORSEMENT This endorsement, effective 12:01 A.M.04101/2021 forms a part of Policy No. CA9775930 issued to KPFF, Inc. by National Union Fire Insurance Company of Pittsburgh, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF A COVERED AUTO. I SECTION II - COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. - Who Is Insured, is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use of a covered "auto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. AUTHORIZED REPRESENTATIVE 87950 (9114) This page has been left blank intentionally. POLICY NUMBER: GL5268336 04/01 /2021 04/01 /2022 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGAIIZATIOI This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Location(s) Of Covered Operations PER THE CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II 6 Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 9 Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 A Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: GL5268336 COMMERCIAL GENERAL LIABILITY 04/01/2021 04/01/2022 CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATION'S This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Name Of Additional Insured Person(s) _ Or Organization(s) ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. SCHEDULE Location And Description Of Completed Operations_ PER THE CONTRACT OR AGREEMENT. Information complete required top this Schedule, if not shown above, will be shown in the Declarations. q A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III — Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, required by a contract or agreement, the most by "your work" at the location designated and we will pay on behalf of the additional insured described in the Schedule of this endorsement is the amount of insurance: performed for that additional insured and included in the "products -completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable limits of However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 This page has been left blank intentionally.. December 20, 2019 Christine Mullen Senior Capital Engineer City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 RE: Pacific Highway Non -Motorized Corridor Signing Authority Dear Ms. Mullen: Thank you for the opportunity to provide engineering services to the City of Federal Way under this contract. KPFF is submitting formal notification that Sean Battle, PE, with the tide of Associate, has authority to execute this contract Please let me know if you require further information. 1601 Fifth Avenue, suite 1600 Seattle, WA 98101 206-622-5822 Ipff.cam 12/13/21, 11:54 AM Corporations and Charities System i i-i ssCi r c t � and Charities Filing System 1. BUSINESS INFORMATION KPFF, INC. 578 063 612 WA PROFIT CORPORATION ACTIVE 1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES 1601 5TH AVE, STE 1300, SEATTLE, WA, 98101, UNITED STATES 07/31 /2022 UNITED STATES, WASHINGTON 07/26/1963 PERPETUAL PROFESSIONAL, SCIENTIFIC &TECHNICAL SERVICES REGISTERED AGENT INFORMATION https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation Business Name: UBI Number: Business Type: Business Status: Principal Office Street Address: Principal Office Mailing Address: Expiration Date: Jurisdiction: Formation/ Registration Date: Period of Duration: Inactive Date: Nature of Business: 1/2 12/13/21, 11:54 AM Corporations and Charities System Registered Agent Name: REPORTING CENTER MANAGER Street Address: 1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES Mailing Address: 1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL JOHN GAVAN GOVERNOR INDIVIDUAL NIKHIL KALGHATGI GOVERNOR INDIVIDUAL RICHARD DAVIS Back Filing History Name History Print Return to Business Search https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 2/2 12/14/21, 10:58 AM Washington State Department of Revenue < Business Lookup License Information: Entity name: KPFF, INC. Business KPFF CONSULTING ENGINEERS name: Entity type: Profit Corporation UBI #: 578-063-612 Business ID: 001 Location ID: 0001 Location: Active Location address: Mailing address: 1601 5TH AVE STE1300 SEATTLE WA 98101-3601 1601 5TH AVE STE1300 SEATTLE WA 98101-3601 Excise tax and reseller permit status: Click here Secretary of State status: Endorsements https://secure.dor.wa.gov/gteunauth/—/#3 Click here Page 1 of 2 Fi(- ,z New search Back to results 1/4 12/14/21, 10:58 AM Washington State Department of Revenue Bainbridge Island 43926 Active Jul-31-20, Apr-15-2( General Business - Non -Resident Bellingham 029320 Active Oct-06-2( General Business Bremerton General 29705 Active Jul-31-20, Nov-01-2 Business - Non - Resident Burien General 13029 Active Jul-31-20. Feb-13-2( Business - Non - Resident DuPont General 5601 Active Jul-31-20; Jul-22-20, Business - Non - Resident Federal Way 63-00000. Active Jul-31-20, Dec-20-1' General Business - Non -Resident Issaquah General Active Jul-31-20, Jun-29-2C Business - Non - Resident Kirkland General OBL2655c- Active Jul-31-20. Jan-06-2C Business - Non - Resident Lake Stevens Active Jul-31-20, Jul-27-20 General Business - Non -Resident hftps:Hsecure.dor.wa.gov/gteunauth/_/#3 2/4 12/14/21, 10:58 AM Washington State Department of Revenue Endorsements held a License # Count Details Status Longview General 428936 Business - Non - Resident Mercer Island 200433 General Business - Non -Resident Mount Vernon General Business - Non -Resident Newcastle General 1804 Business - Non - Resident North Bend 020056.0 General Business - Non -Resident Olympia General 39335 Business - Non - Resident c- 'l v Active Active r-Tam Active Active Expiration First issua Jul-31-20, Feb-25-2( Jul-31-20, May-1 1-2 Jul-31-20. Mar-14-2 Jul-31-20, Mar-05-2 Jul-31-20, Mar-12-2 Jul-31-20, Oct-17-2( Governing People May include governing people not registered with Secretary of State Governing people Title DAVIS, RICHARD GAVAN, JOHN KALGHATGI, NIKHIL Registered Trade Names Registered trade names Status https://secure.dor.wa.gov/gteunauth/—,/#3 First issued 3/4 12/14/21, 10:58 AM Washington State Department of Revenue KPFF CONSULTING ENGINEERS Active May-23-2000 View Additional Locations The Business Lookup information is updated nightly. Search date and time: 12/14/2021 10:58:01 AM Contact us How are we doing? Take our survey! Don't see what you expected? Check if your browser is supported https:flsecure.dor.wa.gov/gteunauth/—/#3 414 RETURN TO: PW ADMIN EXT: 2700 ID #: 3950 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects 2. ORIGINATING STAFF PERSON: Christine Mullen EXT: x2723 3. DATE REQ. BY: 13-Aug-2021 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): 20-008 ❑ INTERLOCAL ❑ OTHER 4. PROJECT NAME: Pacific Hwy Non -Motorized Trail - 16th Ave S (S 308th St to S 288th St) 5. NAME OF CONTRACTOR: KPFF ADDRESS: 1601 5th Avenue, Suite 1600 Seattle, WA 98101 TELEPHONE: E-MAIL: FAX: SIGNATURE NAME: Sean Battle TITLE: 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # EXP. / / 7. TERM: COMMENCEMENT DATE: 15-Jan-2020 COMPLETION DATE: 31-Dec-2024 8. TOTAL COMPENSATION: $ $1,045,559.72 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: 0 YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 0 YES ❑ NO IF YES, S, PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: __❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: Ong + Supp #1 to D36219-24110; This Supp (Supp #2) to L36219-24110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED _ ❑ PROJECT MANAGER cjm 30-jui-2021 ❑ DIVISION MANAGER ❑ DEPUTY DIRECTOR DSW 7130/21 ❑ DIRECTOR EJW B/4/2021 ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT KVA 8/4/2021 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING 1, + 2r ❑ SENT TO VENDOWCONTRACTOR DATE SENT: I 7 DATE REC' D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDERINOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT ,pr SIGNATORY ()jYnR OR DIRECTOR) O'CITY CLERK ❑ ASSIGNED AG # ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: EXECUTE " " ORIGINALS I.'2020 Awbk Washington State Vf Department of Transportation Supplemental Agreement Number 2. Original Agreement Number AG 20-008 Project Number CFW #36219 Organization and Address KPFF, Inc. 1601 5th Avenue, Suite 1600 Seattle, WA 98101 Phone: Execution Date Completion Date 31-Dec-2024 Project Title New Maximum Amount Payable Pacific Hwy S Non -Motorized Corridor- 16th Ave S (S 308th St to S 288th St) $1,045,559.72 Description of Work Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The segments of the trail located off -roadway will include pedestrian -scale illumination for safety. The Local Agency of City of Federal Way desires to supplement the agreement entered in to with KPFF, Inc. and executed on 15-Jan-2020 and identified as Agreement No. AG 20-008 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: The scope of work is amended to add the ROW negotiation and acquisition services listed in Exhibit A-2. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: The completion date is extended-to-3 I -Dec-2024. _ III Section V, PAYMENT, shall be amended as follows: The payment is amended per Exhibit D-2 and Exhibit E-2 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Sean Battle, Pro-ject Manages By: 7alm 01 sultantSignature A roving Authority Signature .ate DOT Form 140-063 Revised 09/2005 Exhibit "A" Summary of Payments Original Agreement + Previous Supplements This Supplement Total Direct Salary Cost 275,095.49 90,910.08 366,005.57 Overhead (Including Payroll Additives) 389,072.61 86,273.96 475,346.57 Direct Non -Salary Costs 43,635.91 50,770.00 94,405.91 Fixed Fee 82,528.65 27,273.02 112,801.67 Total 790,332.66 255,227.06 1,045,559.72 DOT Form 140-063 Revised 09/2005 Exhibit A-2 Scope of Work Amendment 2 PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR — 16t' AVE S AMENDMENT DESCRIPTION The right-of-way plans were approved by WSDOT local programs in June 2021, and therefore the consultant team can begin the right-of-way acquisition effort. This contract amendment is to add the right-of-way acquisition scope to the design contract for the Pacific Highway South Non - Motorized Corridor from S 3081 Street to S 288th Street project. The added scope includes: • Project Management and Coordination • Review title report language, confirm property and easement limits • Title Report Services, assuming up to twelve (12) properties • Prepare Legal Descriptions and Exhibits • Update ROW Plans & Interim Design Plans • Appraisals Services • Negotiations Services • Closing Services • Update Design Plans with Final ROW Boundaries DETAILED SCOPE OF WORK TASK NO. Al — PROJECT MANAGEMENT AND COORDINATION Anticipated tasks include the following: A1.0 - Preparation of Contract Documents, Invoices and Progress Reports A monthly invoice and progress report will be generated and submitted to the City. The progress report will describe the work represented by the invoice being submitted. CONSULTLANT will compile the invoices and progress reports for the entire team into a single document to be submitted to the City. Documentation will be provided with each invoice reporting progress towards achieving the UDBE commitments for the project. If changes are needed to ensure that the approved goal is met, CONSULTANT will include suggestions to achieve the goal. CONSULTANT will report payments made to all subconsultants on a monthly basis into the WSDOT Diversity Compliance online portal. UDBE participation and payment information will also be reported at this time. Prior to first billing, the City will review and approve invoicing format and content. Invoices will include hourly rates for staff with overhead and fixed fees applied to the labor subtotal. Page 1 of 5 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work A1.1 - Coordination with the City of Federal Way Staff CONSULTANT will coordinate with the City to discuss project issues, schedule, progress, review comment resolution and general coordination of effort, as needed. A1.2 - Team Coordination and Meetings The project team will meet internally to discuss project -related issues/topics. The City will be invited to the team meetings. CONSULTANT will prepare an agenda and provide a summary of meeting topics to the design team and City. Six (6) team coordination meetings are anticipated. Hours for KPFF PM are included in this task; however, hours for other members of the design team are included under their specific tasks below. A1.3 - Project and Document QA/QC CONSULTANT will provide a project -wide multi -disciplinary QA/QC review for the project technical design and for preparation of the documents/deliverables submitted to the City and/or agencies. This review will include, but not be limited to, technical, constructability, contractibility and risk. TASK NO. A2 - SURVEY Anticipated tasks include the following: A2.0 — Review and Confirm Existing Easements and Right -of -Way Limits There are twenty-eight (28) parcels this project will require right-of-way acquisition. Title reports for these twenty-eight (28) parcels were obtained during the design phase of this contract. Based on initial review of these twenty-eight (28) title reports, approximately twelve (12) of them will require detailed review by the team's surveyor. For these twelve (12) parcels, existing easements or other land encumbrances and survey matters disclosed by the title report will be evaluated and delineated if they have sufficient description to do so. If there are issues determined during review of the provided title reports, such as a suspected dedicated or reserved roadway, that cannot be solved using the provided information or other open -source record information, the client will be notified of said issue and possible remedies. Assumptions: The twenty-eight (28) available title reports will be provided to the surveyor. A2.1 — Update ROW Limits Changes to the boundaries of the parcels and easements, determined from Task A2.0, will be delineated. Boundaries for all twenty-eight (28) parcels will be delineated, and plottable existing easements or other land encumbrances and survey matters disclosed by the title reports for the twelve (12) parcels listed under Task A2.0, will be delineated and the existing boundary/ROW layers will be updated in a base map supplement and provided to the client. Updates will remain in a format to those previously prepared. Assumptions: Page 2 of 5 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work Only the boundaries of the twenty-eight (28) parcels will be updated in the base map with easements delineated for the twelve (12) parcels listed under Task A2.0, per the available title reports. A2.2 — Prepare Legal Descriptions The CONSULTANT will create parcel maps and legal descriptions for up to twenty-eight (28) parcels that will be impacted by proposed acquisitions along the project alignment. Deliverables: • Up to twenty-eight (28) parcel maps and legal descriptions will be delivered as a draft. • Up to twenty-eight (28) parcel maps and legal descriptions will be stamped by a Washington State PLS and delivered as a final. TASK NO. A6 - CIVIL ENGINEERING Anticipated tasks include the following: A6.0 — Update ROW Plans and Interim Design Plans Upon completion of the title report review and legal description preparation, the CONSULTANT will update the ROW Plans to reflect any changes to the existing property and/or easement boundaries. If required, the update ROW Plans will be submitted to WSDOT Local Programs for review and approval. In addition, the CONSULTANT will update the interim submittal design drawings (85%/100%/Final) to reflect any changes to the existing property and/or easement boundaries. A6.1 — Update Construction Plans w/Final ROW Boundaries After the property acquisitions are completed, the CONSULTANT will update the construction drawings to remove the old ROW boundaries and show the new acquired property as "existing" ROW. TASK NO. A8 - RIGHT-OF-WAY ACQUSITION Anticipated tasks include the following: A8.0 — Title Services ■ Make recommendations regarding title encumbrances and exceptions. Coordinate with the City and surveyor in assessing risk of existing parcel encumbrances and exceptions as they apply to the proposed acquisition on the parcel. • Work with title company regarding additional title research as needed. A8.1 —Appraisal Services • Contract with a WSDOT approved Fee Appraiser for a one (1) Project Funding Estimate, seven (7) Administrative Offer Summary reports and nine (9) Appraisal Reports. Page 3of5 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work • Contract with a WSDOT approved Fee Review Appraiser for the review of up to nine (9) Appraisal Reports. • Submit all Appraisal Report(s) and Appraisal Review(s) to the City for review and establishment of Just Compensation. A8.2 — Negotiation Services ® Coordinate with the City to prepare a general information notice to be mailed to all impacted property owners and tenants, when applicable, notifying them of pending project and right-of-way acquisition and identifying the Right of Way Consultant as the City representative. • Upon written permission to proceed from the City, prepare offer and conveyance documents and submit offer packages for review by City and WSDOT; utilizing WSDOT Local Agency forms or equivalent. • Promptly present offers and negotiate in good faith with property owners to acquire necessary real property rights. • If it becomes apparent that negotiations have reached an impasse and sufficient time has passed for the property owner to make a settlement decision, provide written notice to the City of impasse in negotiations and recommendation for condemnation. • Set up and maintain complete real property acquisition files for each impacted tax parcel or larger parcel. • Conduct a minimum of three (3) significant and meaningful contacts with each property owner before recommendation of impasse in negotiations. • Prepare Administrative Settlement Justification statements for up to sixteen (16) property. A8.3 — Closing Services • Provide closing services to property owners for up to sixteen (16) parcels. • Submit signed conveyance documents with requests for payment and other supporting documents including signed W-9(s) and Excise Tax Affidavits, as applicable to the City for document recording and payment processing. • Prepare payment vouchers for title clearing charges and submit to the City to process payment for up to sixteen (16) parcels. • Assist the City in the partial acquisition of four (4) City owned parcels. • Coordinate with the City and WSDOT Northwest Region Local Agency Coordinator to resolve right-of-way concerns and issues with WSDOT's right-of- way certification review. DELIVERABLES: A. One (1) electronic copy of complete real property acquisition files for the project and up to sixteen (16) parcels as well as all original, signed conveyance documents required for recording and any other original documents required to comprise a complete property acquisition record. B. Property owner contact list, monthly summaries, initial schedule and updates C. Title Summaries and Updated Title Summaries D. Title Exception documents; Letters to Owner Agree to Pay Mortgage, Subordination Agreements, Reconveyances, Partial Releases, etc. E. Project Funding Estimate and Administrative Offer Summaries Page 4of5 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work F. Appraisal Reports and Appraisal Reviews G. Complete Acquisition Files for each tax parcel or larger parcel including but not limited to Right-of-way Consultant letter of introduction, general information notice, administrative settlement justification statement(s), offer documents, original instruments of conveyance, negotiator contact report (Diary of Contact), requests for payment and supporting documents, and any other documents required to comprise a complete real property acquisition record in accordance with statutory requirements. H. Written counteroffer(s) and acceptances from property owners including supporting documentation and the Consultant's recommendation with regard to justification for administrative settlements. I. Requests for Payment supported by a signed a W-9 and other documents required to process payment. J. Certification worksheets ASSUMPTIONS: 1. The Consultant will request title report updates from the title company prior to closing. 2. The City will establish Just Compensation. 3. All forms and documents shall comply with WSDOT standards and in accordance with statutory requirements. 4. The Consultant will transmit the signed conveyance documents and payment requests to the City for approval and processing. 5. The City will record conveyance documents and make payment for any and all compensation payments to property owners. The City will pay for all fees charged by trustees, and/or beneficiaries to clear encumbrances of record and other closing costs such as title policies, recording fees, and escrow fees if applicable. 6. City of Federal Way Parcels do not require valuation. Page 5 of 5 Fee Proposal Pac Hwy Non -Motorized Corridor Exhibit D-2 Amendment 2 - Fee Estiamte Summary 7/14/2021 Description KPFF Furtado HWA HBB RES Group NW F&P Total Cost Task Al Project Management & Coordination S 3,719.44 S 3,719.44 Task A2 Survey S 26.762.00 S 26.762.00 TaskA3 I Environmenlal/Permittin $ $ Task A4 Geotechnical Engineering $ $ Task A5 Landscaping $ $ TaskA6 Civil Engineering $ 5,384.64 S 5,354.64 Task A7 Structural En inaerin $ S Task A8 Right -of -Way $ 55.044.00 $ 55,044.00 Task A9 Traffic En ineerin $ S Task At Constructabil• /Phasin Cost Est $ S Total Direct Cost by Finn $ 9,104.08 $ 26,762.00 $ $ $ 55,044.00 $ $ 90,910.08 Overhear Rate 140.71 % 1 155.83% 1 175.44% 137.25 % 1 57.70 % 1 171 91 % Overhead Cost $ 12,810.351 $ 41.703.22 $ - $ $ 31,760.39 $ - 1 $ 86.273.96 Fee 1 30% 1 30% 1 30% 1 30% 1 30% 1 30% Fee Cost 1 $ 2,731.22 $ 8,028.60 $ I $ 1 $ 16,513.20 $ I $ 27,273.02 Total Cost I S 24,645.651 S 76,493.82 $ $ 1 $ 103,31T59 1 $ I S 204,457.07 Reimbursable Casts by Firm 1 $ S $ $ 1 S 50.770,001 $ I S 50.770.00 Isubtotall 1 $ 24,645.651 $ 76,493,82 I S S S 154.087.59 1 S $ 255,227.07 Management Reserve I I I S otal Estimated Budget I I I I S 255,227.a7 Fercentaoes Firm Fee % UDBE KPFF S 473,196.23 45% 0% LIN $ 176.139.34 17% 17% HWA S 69.226.04 7% 7% HBB S 65.242.89 6% 0% RES S 180.085.34 17% 17% FP S 81,669.90 8% 0% rotal 5 1,1145,559.73 ice% 41% 9% Min Original Fee $ 697,139.79 Fee (with Amendment 1) $ 790,332.66 Fee (with Amendment 2) $ 1,045,559.73 UDBE UDBE UDBE Page 1 of 1 Fee Proposal Pac Hwy Non -Motorized Corridor KPFF Consulting Engineers (Prime) 7/14/2021 Project Management & Coordination • • ■■�©ol���lliiiiiiiiiiii�liiiiiiiiiii������ C... ii� ��i��l•����®Ei�o ®---'��-�---_I Iraffl, Engineering moo—oo�v�o�ll�la■aNroto iiiiiil�iiiiiii�m■� Overhead Rale 1dg.Y1K Fay Pale 30A% 7olal t 9,1C1.7S .:._.Uon Tn[d GroTei@ G1M1 4 1 Nq 33I dI-Cm6 t 7. 11YY Todd Fusty SUW—d Covt f N.845.55 gaol MIMI Tot41 Sub W nseitaMl Cast S34,587.A1 ITculf4qect Coat _. S I55.227.oa7 Page 1 of 1 KPFF Overhead Rate Audit MT Washington State TAF rtmegnt of Trans rtation Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY.,1-800-833-6388 www.wsdot.wa.gov October 19, 2020 Marci Monroe -Jones, VP of Finance KPFF, Inc. 1601 Fifth Ave, Ste 1600 Seattle, WA 98101-3665 Dear Ms. Monroe -Jones: We have performed a cognizant review of the audit, and supporting workpapers, of the KPFF, Inc. Statement of Direct Labor, Fringe Benefits, and General Overhead for the year ended 4/30/2020 in accordance with our role as Cognizant Agency as defined in 23 U.S.C. 112(b)(2)(c) and 23 CFR 172.3 and 172.7. Clark Nuber, P.S. performed the audit. The CPA represented that the audit was conducted in accordance with the Government Auditing Standards, as promulgated by the Comptroller General of the United States of America, and the audit was designed to determine that the indirect cost rate was established in accordance with Cost Principles contained in the Federal Acquisition Regulation, 48 CFR Part 31. We performed our cognizant review in accordance with the AASHTO Review Program for CPA Audits of Consulting Engineers' Indirect Cost Rates. In connection with our cognizant review, nothing came to our attention that caused us to believe that the audit, and supporting workpapers for the Statement of Direct Labor, Fringe Benefits, and General Overhead, and the related Auditor's Reports, we reviewed did not conform in all material respects to the aforementioned regulations and auditing standards. Accordingly, we recommend acceptance of the following rates: Home Rate: 140.40% Home Facilities Capital Cost of Money (FCCM): 0.31% Field Rate: 107.09% Field Facilities Capital Cost of Money (FCCM): 0.06% Sincerely- Scllatzie larV, y, CPA Agreement Compliance Audit Manager cc: Steve McKerney, Director of Internal Audit Jeff Tawney, Acting Assistant Director of Internal Audit Erik Jonson, Contracting Services Manager File Certification of Final Indirect Costs Firm Name: KPFF, Inc. Indirect Cost Rate Proposal: Home Rate=140.71 %; Field Rate = 107.15% 'Jute of Proposal Prcperutiv`, 02;17/2u20 Fiscal Period Covered (mm/dd/yyyy to mm/dd/yyyy): 05/01/2019 to 04/30/2020 1, the undersigned, certify that / have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief.- 1.) All costs included in this proposal to establish final indirect cost rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of title 48, Code of Federal Regulations (CFR), part 31. 2.) This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31. All known material transactions or events that have occurred affecting the firm's ownership, organization and indirect cost rates have been disclosed. Signature: Name of Certifying Official* (Print): Marc[ Monroe -Jones Title: VP of Finance Date of Certification (mm/dd/yyyy): 09/16/2020 *The "Certifying Official" must be an individual executive or financial officer of the firm at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has the authority to represent the financial information utilized to establish the indirect cost rate for use under Agency contracts. Ref. FHWA Directive 4470.1A available on line at: http:Jlwww.fhvva.dQt.gov/iecisregs/directives/orders/44701a.htm O/H Certification; Nov 2010 Fee Proposal Exhibit E-2 Pac Hwy Non -Motorized Corridor Furtado 7/1412021 RStrucWral !qnm=mmm=m===mm= Englnmdng MTrafficEnginmring Nerfieed Rate T91�fC oe1:N� 6 �742 [b Tp Jk j.rhea0 Gw+ S it.i7 �7 TM9 F- Cos[ - S 9 J;91 Total Fully 6Wfa.Mnd Ga+l S 76,49H.62 REI@BUR9ABUS Page 1 of 1 Furtado Overhead Rate Audit Amok m Washington State CIA Department of Transportation April 7, 2020 Lin & Associates, Inc. 901 Fifth Ave, Suite 2710 Seattle, WA 98164 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 l_inderson Way SW Tumwater. WA 98501-6504 TTY:1-800-833-6388 www.wsdot.wa.gov Subject: Acceptance FYE 2019 ICR — Risk Assessment Review Dear Jessica Goldsberry: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2019 ICR as follows: • Home Office: 155.83% of direct labor • Field Office: 126.20% of direct labor This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email consultantrRtesra'wsdat.wa..gov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah FURTADO & ASSOCIATES, INC. 901 Fifth Avenue, Suite 2710 Seattle, Washington 98164 Tel : (206) 621-1218 Fax: (206) 223-8223 admin@furtadoassociates.com July 8, 2021 KPFF 1601 51' Avenue, Suite 1600 Seattle, WA 98101 RE: Company Name Change Notice City of Federal Way Pacific Highway Non -Motorized Corridor Agreement 20-008, KPFF Project 1900767 To Whom it May Concern: Please be advised that the name of our company was changed from Lin & Associates, Inc. to Furtado & Associates, Inc. effective January 1, 2021. The company ownership is not changing; it is still 100% owned by Adolph and Aeli Furtado. The corporate structure is staying the same (we're still a C Corporation) and our Tax ID number is still the same (91-1205970). As of March 31, 2021 Washington state OMWBE notified us that Furtado & Associates was no longer eligible for DBE, MBE or SBE status under their certification program. Contracts fully executed under Furtado & Associates or Lin & Associates prior to March 31, 2021 retain DBE, MBE, SBE certifications under the Washington state OMWBE guidelines. All work and the agreed cost budget provided in Agreement 20-008 will remain the same. Feel free to contact the undersigned if you have any questions or need additional information. Richard Reis Vice President Fee Proposal Pac Hwy Non -Motorized Corridor RES Group NW (Right -of -Way) 7/14/2021 y. • ��... -�� ���lii��iE:�E�-►YfYl�f tnerh+M PMr �: rC'a Kee PMr IA.4'+L Tminlmtm 1• $ pJ•i.L1 1'ml grhlrr�csv 4 11 IY431 T Caul Fdy Cxl 1 1b1,3tl7.59 Page 1 or t RES Northwest Overhead Rate Audit AM, MoWashington State Department of Transportation June 1, 2020 RES Group NW, LLC 624 S Lander Street #202 Seattle, WA 98134 Development Division Contract Services Office PO Box 47408 Olympia, WA 98504-7408 7345 Linderson Way SW Tumwater, WA 98501-6504 TTY:1-800-833-6388 www.wsdot.wa.gov Subject: Acceptance FYE 2019 ICR — Risk Assessment Review Dear Tim Davis: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2019 ICR of 57.70% of direct labor. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firth is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email consu[tantratesf.�wsdot.wa.p-ov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah December 20, 2019 Christine Mullen Senior Capital Engineer City of Federal Way Public Works Department 33325 Sth Avenue South Federal Way, WA 98003 RE: Pacific Highway Non -Motorized Corridor Signing Authority Dear Ms. Mullen: Thank you for the opportunity to provide engineering services to the City of Federal Way under this contract. KPFF is submitting formal notification that Sean Battle, PE, with the title of Associate, has authority to execute this contract Please let me know if you require further information. Sincerely, Nikhit Kalgha%i, SE CFO 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 206-622-SS22 1pff.cam 7/30/2021 Corporations and Charities System BUSINESS INFORMATION Business Name: KPFF, INC. UBI Number: 578 063 612 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES Principal Office Mailing Address: 1601 5TH AVE, STE 1300, SEATTLE, WA, 98101, UNITED STATES Expiration Date: 07/31/2022 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 07/26/1963 Period of Duration: PERPETUAL Inactive Date: Nature of Business: PROFESSIONAL, SCIENTIFIC & TECHNICAL SERVICES REGISTERED AGENT INFORMATION Registered Agent Name: REPORTING CENTER MANAGER Street Address: 1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES Mailing Address: 1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL JOHN GAVAN GOVERNOR INDIVIDUAL NIKHIL KALGHATGI GOVERNOR INDIVIDUAL RICHARD DAVIS https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation 1/1 Client#: 25326 KPFFINCO YYYY) 12021 MIDDI ACORD,. CERTIFICATE OF LIABILITY INSURANCE 3/23DATE (MMIDDI THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Katie Kresner NAME: Greyling Ins. Brokerage/EPIC o FAX, CNo :ACNEt 770.220.7695 866.550.4082 3780 Mansell Road, Suite 370 nWREss: Katie.Kresner@greyling.com Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: National Union Fire Ins. Co. 119445 INSURED INSURER B : The Continental Insurance Company I35289 KPFF, Inc. New Ham 23841 INSURER C : shire Ins. Co. P 1601 5th Ave Allied World Surplus Lines Ins 24319 INSURER D : P Suite 1600 Seattle, WA 98101 INSURER E : COVERAGES CERTIFICATE NUMBER: 21-22 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE PMICYEXP MMIDDfYYYy LIMITS ADOLSUBR INSR 'WVD POLICY NUMBER POLiD EFF MWO D0/1'YYYI 4/01 /2021 04/01/2022 A X COMMERCIAL GENERAL LIABILITY GL5268336 EACH OCCURRENCE $1.000.000 CLAIMS -MADE F_X� OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 500,000 MED EXP (Any one person) $25,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY XI JECT C LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: A AUTOMOBILE LIABILITY CA9775930 4/01/2021 04/01/202 (CE0,TcNNEDi1SINGLELIMIT $2,000,000 BODILY INJURY (Per person) $ X ANY AUTO X OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY BODILY INJURY (Per accident) _. _._.,..._.. PROPERTY DAMAGE Per accident $ $ B X UMBRELLA LIAB X OCCUR 6050399824 4/01/2021 04/01/204 EACH OCCURRENCE $10000000 AGGREGATE S10.0001000 X EXCESS LIAB CLAIMS -MADE $ DED I X RETENTIONSO _ _. WCO22298245(AOS) WCO22298244(CA) N / A C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN C ANY PROPRIETORIPARTNEWEXECUTIVE OFF1C€WMEMBER EXCLUDED? N (Mandatory in NH) 4/01/2021 04/01/202 X PERSTAUTE OTH- ER $1 OOO 000 E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $1 000 000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 10/10/2021 D Professional/ 03120067 10/10/2020 Per Claim $10,000,000 Pollution Aggregate $10,000,000 Liability SIR: $250.000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Pacific Highway Corridor Project. City of Federal Way is named as an Additional Insured on the above referenced liability policies with the exception of workers compensation & professional liability where required by written contract. [RJ14:tII atq_ll:4111:Lei III sJ=1N City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ty y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS. Federal Way, WA 98003-0000 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2630072/M2623337 KKRE1 This page has been left blank intentionally. ENDORSEMENT This endorsement, effective 12:01 A.M.04/01/2021 forms a part of Policy No. CA9775930 issued to KPFF, Inc. by National Union Fire Insurance Company of Pittsburgh, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF A COVERED AUTO. L SECTION II - COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. - Who Is Insured, is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use of a covered "auto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. AUTHORIZED REPRESENTATIVE 87950 (9/14) This page has been left blank intentionally. POLICY NUMBER: GL5268336 COMMERCIAL GENERAL LIABILITY 04/01 /2021 04/01 /2022 CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Location(s) Of Covered Operations PER THE CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II 6 Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 p Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 * Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: GL5268336 COMMERCIAL GENERAL LIABILITY 04/01/2021 04/01/2022 CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Name Of Additional Insured Person(s) Or Organization(s) ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. SCHEDULE Location And Description Of Completed 0 PER THE CONTRACT OR AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 This page has been left blank intentionally. RETURN TO: PW ADMIN EXT: 2700 ID #: 3932 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC, WORKS / Capital Projects 2. ORIGINATING STAFF PERSON: Christine Mullen EXT: X 2723 3. DATE REQ. BY: 25-Jun-2021 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): 20-008 ❑ INTERLOCAL ❑ OTHER a. PROJECT NAME: �i��p �`....Non-motorized Corridor - 16th Ave P �.S ....� 0 't - _t._to.a...28_ t. S.t 5. NAME OF CONTRACTOR: KPFF, Inc. . ........ ADDRESS: 1601 Fifth Avenue, Suite 1600tie, Seat , WA 98101 TELEPHONE:, -MAID,: FAX: e.e.e. �......... ........ ... .........m... SIGNATURE 'NAM[ - Sean Battle TITLE: EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # ,, EXP. // 7. TERM: COMMENCEMENT DATE: 15-Jan-2020 COMPLETION DATE: 31-Dec-2023 8. TOTAL COMPENSATION: $1N 790, 332.66 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES 13 NO IF YES, MAXIMUM DOLLAR AMOUNT $.. IS SALES TAX OWED: ❑ YES ❑ NO IF YES, ..... m, PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: o RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: D36219-24110 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 8 PROJECT MANAGER cjm 16-Jun-2021 A DIVISION MANAGER SOH 6117r2021 8 DEPUTY DIRECTOR DSW 6/17/21 8 DIRECTOR EJW 6/24/2021 ❑ RISK MANAGEMENT (IF APPLICABLE) KVA 6/24/2 �. 6 LAW DEPT 021 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: Ne , COMMITTEE APPROVAL DATE: nle ..._� SCHEDULED COUNCIL DATE: n/a COUNCIL APPROVAL DATE: n/e 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT _ ❑ LAW DEPT 'StGNAT0RY (MAYOR ORDIRECTOR) � R ,»� ASSIGNED AG '% AI.a# Q Cl SIGNED COPY RETURNED DATE SENT: .� COMMENTS: EXECUTE " " ORIGINAI,.S v7PWashington State 'Department of Transportation Supplemental Agreement Organization and Address Number 01 KPFF, Inc. -- ..°°-- 1601 5th Avenue, Suite 1600 Original Agreement Number Seattle, WA 98101 AG 20-008 Phone: Project Number .. - Execution Date Completion Date _... CFW #36219 15-Jan-2020 31-Dec-2023 Project Title � ..�..... .. ......� New Maximum Amount Payable Pacific Hqy Non -Motorized Corridor - 16th Ave S (S 308th St to S 288th St) $ 790,332.66 Description of Work Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The segments of the trail located off -roadway will include pedestrian -scale illumination for safety. The Local Agency of City of l-ederal..W4-11_ desires to supplement the agreement entered in to with .KPFF .Inc:_ and executed on 15-Jan-2020 and identified as Agreement No. ACT 20-008 �. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: The scope of work is amended to add the additional services listed in Exhibit A-1. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read; The completion date is extended to 31�e,o-2Q23 _ _ ........ III Section V, PAYMENT, shall be amended as follows: The payment is amended per Exhibit D-1 and Exhibit E-1. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By; Sean B� ttie;...: E., I PFF, Inc. ......_ on .... sultana . ....r -mmign_.ature DOT Form 140-063 Revised 09/2005 Exhibit "A" Summary of Payments Basic Supplement #1 Total Agreement Direct Salary Cost $ 241,208.78 $ 33,886.71 $ 275,095.49 Overhead $ 339,932.46 $ 49,140.15 $ 389,072.61 (Including Payroll Additives) Direct Non -Salary Costs $ 43,635.91 $ 0.00 $ 43,635.91 Fixed Fee $ 72,362.64 $ 10,166.01 $ 85,528.65 Total $ 697,139.79 $ 93,192.87 $ 790,332.66 DOT Form 140-063 Revised 09/2005 Exhibit A-1 Scope of Work Amendment 1 PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR — 161n AVE S AMENDMENT DESCRIPTION This is an amendment to add scope to the design contract for the Pacific Highway South Non - Motorized Corridor from S 308th Street to S 288th Street project. The add scope includes: • project management for the extension of the design schedule • project management coordination with Redondo Creek Culvert design team • addition of a traffic circle at 304th Street • existing ADA ramp documentation at Dash Point Rd • modified crosswalk markings at Dash Point Rd • traffic signal modifications at Dash Point Rd • separating the trail project into two construction phases DETAILED SCOPE OF WORK TASK NO. Al - DESIGN SCHEDULE EXTENSION Anticipated tasks include the following: A1.0 — Project Management The original design schedule has been extended by approximately nine months due to coordination efforts such as: public outreach meeting schedules, Federal Way School coordination, and WSDOT Chan Plan review requests. This work includes the project management effort associated with the design schedule extension, including: coordination, meetings, budget tracking and invoicing. This work will also include effort associated with coordinating and providing WSDOT additional "cursory" review submittals of the ADA ramps and signal improvements at the Dash Point Rd crossing. A1.1 — Coordination with Redondo Creek Culvert Project This work includes direct coordination with GeoEngineers project team for the design of the Redondo Creek Culvert upgrade project. KPFF will participate in up to 4 coordination meetings, prepare survey limits figure, trail cross -sections at culvert location, and a profile view along the apparent culvert alignment. KPFF will also coordinate for transfer of trail survey and design CAD files. Page 1 of 3 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work TASK NO. A6 - CIVIL ENGINEERING Anticipated tasks include the following: A6.0 - Traffic Circle at 30411 Street This work includes adding a traffic circle (mini roundabout) at the intersection of 304th Street and 16th Ave S. Elements of this task include: AutoTurn analysis to confirm traffic circle size and location, details for curb/gutter traffic circle, with pavement infill; new curb returns and ADA ramp upgrades at the intersection corners, updated r/w boundaries and r/w plans. The traffic circle will be designed based on Fed Way High School bus template, assuming the bus cannot encroach onto the traffic circle. A6.1 - Documentation of Exiting ADA Ramps at Intersection of Dash Point Rd During the Plans for Approval review process, WSDOT requested that the team document the ADA conditions at the northeast corner of SR 509 (Dash Point Rd) and Redondo Way. While the proposed trail limits do not impact this ADA ramp, WSDOT requested this documentation as part of their final approval. This scope of work includes preparing a one -page memo and figure showing the existing conditions of the ADA ramps at the northwest corner of the intersection at Dash Point Rd. This memo and figure will be used to document that it would not be feasible to bring the sub -standard ramp slopes up to code. This memo would be included as an attachment to the Basis of Design document prepared under the original scope. A6.2 - Modifications to All Existing Crosswalks at Dash Point Rd Intersection During the Plans for Approval review process, WSDOT requested that all existing crosswalk markings and stop bars be replaced at the intersection of SR 509 (Dash Point - --Rd)and1-611 Ave-S-:--While the proposed -trail -project -- does not -impact -al [-these- crosswalks and stop bars, WSDOT requested this upgrade as part of their final approval. This work includes designing the removal and replacement of all four existing crosswalk markings at the intersection of Dash Point Rd and Redondo Way/16th Ave S. This effort includes coordination with WSDOT, and defining the new crosswalk markings. As requested by WSDOT, the crosswalk markings will be designed to "align with direction of travel, and have no partial markings." A6.3 - Speed Humps along 161h Ave S Update plans to include up to 4 speed humps along 161h Ave S. Exact quantity and locations will be coordinate with City traffic engineer. The City standard detail for speed hump will be used as basis of design. A6.4 - Project Phasing Breakout This work includes breaking the contract into two construction phases in order to meet the construction grant funding schedule obligations. This work will include: Separating CAD xref and Civil 3D files into the two separate files for each phase Update beginning and end sheets for each plan series, matchlines Separate typ. sections and details for each phase Show Phase 1 design as "existing" on Phase 2 drawings Update SOQ sheets to reflect phases Create two separate contract provisions packages Page 2 of 3 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work TASK NO. A5 - LANDSCPAPING Anticipated tasks include the following: A5.0 — Project Phasing Breakout This work includes breaking the landscaping plans and special provisions into two construction phases in order to meet the construction grant funding schedule obligations. This work includes: Separating the CAD xref files into two separate files for each phase Updating the beginning and end sheets for each plan series, matchlines, and accounting for design transitions from Phase I and II. Separating the special provisions into two construction contracts Quantifying and providing cost estimates for Phase I and II as two separate bids Assumes no increase in public engagement or open house graphics. Assumes that Phase I will be screened back and shown as existing on Phase II drawings. TASK NO. A9 - TRAFFIC ENGINEERING Anticipated tasks include the following: A9.0 — Signal Modifications at Dash Point Rd and Redondo Way/16th Ave This work includes preparing plans and specifications for the proposed traffic signal modification at the intersection of Dash Point Rd and Redondo Way, including pedestal signal heads, camera detection, and new push buttons. This also includes design for an electronic blank out sign to prohibit right turns on red for the westbound right turning movement during the dedicated pedestrian phase. Regular signal mounted signs prohibiting left turns will be installed for the remaining three right turn movements. See attached scope from Fehr & Peers for more details and assumptions. A9.1 — Project Phasing Breakout This work includes breaking the illumination plans and special provisions into two construction phases in order to meet the construction grant funding schedule obligations. This work includes: Separating the CAD xref files into two separate files for each phase Updating the beginning and end sheets for each plan series, matchlines Separating the special provisions into two construction contracts Preparing quantities and cost estimates for two separate construction phases Page 3of3 FEH R�' PEERS Date: June 4, 2021 To: Sean Battle, KPFF From: Chris Grgich & Daniel Dye, Fehr & Peers Subject: Pacific Highway Non -Motorized Path -Dash Point Road Crossing Signal Modifications and Project Phasing Amendment This scope serves as an addendum to the existing scope of work to add signal modifications at Dash Paint Road & Redondo Way/ 1 111 Avenue, to accommodate a diagonal crossing from the southwest corner to the northeast corner of the intersection, as well as additional effort to split the project into two phases. Fehr & Peers will complete plans, specifications and estimate for modifications to the traffic signal to accommodate a new diagonal pedestrian crossing. A concept plans is attached for a graphical representation of the signal modifications expected. Fehr & Peers will provide one plan sheet and one schedule sheet to show the following modifications to the traffic signal: 1. Adjustment of pedestrian signal head angles on the existing signal poles on the southwest and northeast corners to accommodate the diagonal crossing. 2. Upgrade of all existing pedestrian push buttons at the intersection to the current standards 1 117 Hrr�� d,,v a_;i I uil �s '10 I �",au:,�i Tina, 'a�l/ 98-'10'- " 3� 17 d , rAArV h'hl rIi�_�dplk?.2II 9 (01-1) q:>ao: :k_, IgiIIIm��Y r°Ga,m �',/kdorizcd Ir',Il Ifl II'dl I 3. Two new pedestrian signal heads and push buttons on new poles on each corner to accommodate separation between the diagonal crossing and the crossings of Dash Point Road. 4. Addition of one GridSmart Bell Camera to serve as detection for the entire intersection, replacing in -pavement loop detection that may be past the stop bar due to modifications of the crosswalk alignments. 5. Design for an electronic blank out sign to prohibit right turns on red for the westbound right turning movement during the dedicated pedestrian phase and regular no right turn on red signs for the other three movements. Task A9.1: Project Phasing Breakout This work includes breaking the landscaping plans and special provisions into two construction phases in order to meet the construction grant funding schedule obligations. This work includes: 1. Separating the CAD xref files into two separate files for each phase 2. Updating the beginning and end sheets for each plan series, matchlines 3. Separating the special provisions into two construction contracts 4. Preparing quantities and cost estimates for two separate construction phases Assumptions • No wiring diagrams will be included. • No new operations analysis will be included above and beyond the previous scope of work. • No modifications will be made to existing vehicle signal heads. • Existing conduits are adequately sized to accommodate additional wiring needed for new ped heads, pedestrian push buttons, and the GridSmart Bell Camera. No new conduits or trenching will be required. • The City of Federal Way will provide record drawings of existing wiring and conduit at the intersection. No additional site visit will be needed to verify existing conduit and junction box space. • Specifications for Sections 8-20 and 9-29 will be provided in word to be incorporated into the overall project book. • Engineer's estimate of cost will be provided lump sum for all work related to the signal. The lump sum item, and lump sum cost will be incorporated into the overall project bid sheets and engineer's estimate by KPFF. lar. i( h_fig�'im.i Sip ar M(x.fihu:ahor11S Ju.uurve4 "'021 ]Deli'f!i able • 85% Submittal Signal Sheets (up to 2 sheets), draft Specification Sections, and Signal Modification Lump Sum Cost Estimate. 100% Submittal Signal Sheets (up to 2 sheets), Final Specifications Sections, and Final Signal Modification Lump Sum Cost Estimate. • Separate Phase 1 and Phase 2 100% Submittal illumination design sheets Project Fee We propose to complete this task pursuant to the current Cost -Plus Fixed Fee terms of our contract for an additional total cost not to exceed $22,997.30, The additional scope items come in the form of additional work on current Task 9.10-Task Management and a new task 9.40-Signal Modifications Plan Sheets as shown in the attached fee table. The total compensation for the previous tasks and this addendum is $81,669.30. Project Schedifle We propose to complete the 85% submittal for the signal modifications within two months of notice to proceed and 100% submittals as shown in the overall project schedule. If you have any further questions, please contact Daniel Dye at 253-343-0165 or dA Y t :r Attachments: • Signal Modifications Markup • Signal modifications Fee Table SCB 9/29/2020 Fee Proposal Pac Hwy Non -Motorized Corridor 6/412021 EXHIBIT D-1 Amendment 1 - Fee Estiamte Summary Description OFFLln &Assoc HWA HBB RES Group NW F&P Total Cost Task Al Task A2 Task A3 Projed Management& Admin Survey Environmental/Permitting $ 5,011 3Z'' S $ $ 5.011.32 $ $ TaskA4 GeotechnicalEngineering $ $ Task A5 Landscaping S 2.501,00 $ 2.501.00 Task A6 Civil Engineering $ 18,757.12 $ 18.757.12 Task A7 Structural Engineering S $ Task A8 Right -of -Way $ $ Task A9 TaskA10 Traffic Engineering ConstructabilitylPhasin 1CoslEst. S $ 7,617.27 $ 7,617.27 $ Total Direct Cost by Firm $ 23,768.44 $ $ $ 2,501.001 $ $ 7,617.27 $ 33,886.71 Overhear Rate 137.21% 152,87% 175.44% 137,25% 48,86% 171.91% Overhead Cost S 32,612.66 $ - $ - $ 3,432.62 $ $ 13,094.85 S 49,140 15 Fee 30% 1 30% 30% 30% 30% 30% Fee Cost S 7,130,53 $ I$ $ 750.30 $ $ 2,285.18 S 10,166,01 Total Cost $ 63,511.65 $ 1$ $ 6,683.92 $ 's 22997.30 $ 93,192.87 Reimbursable Costs by Firm $ $ $ $ $ w' Ubtt 1i T $ 63,,511.65 1 $ I $ -. $ 6,683.921 $ .•. $ .... 22,997.30 i.$ 93„192.87 [Management Reserve $ Total Estimaled Budget $ 93,192.87 Perceninoes Firm Fee % UDBE KPFF $ 448,550,57 57% 0% LIN $ 99,645.52 13% 13% HWA $ 69,226,04 9% 9% HBB $ 65.242.89 n. 01% RES $ 25,997.75 3% 3% FP $ 81,669.90 10% 0% Total $ 790,332.9 100% 25% 9% Min UDBE UDBE UDBE 3'Yiiiginalllen, 3 1697,139"M New II:aep, c 790,332 66 Page 1 of 1 Fee Proposal Pac, Hwy Non -Motorized Corridor KPFF Consulting Engineers (Prime) 6/412021 P,o;ect Structural lEngineer.PE Senior Project Total Total Direct Description P"_'_ �11g'12� Manager CivilLeadLead Engineer ER Ecologist Rio. lngial Coordinator Mn.hAmW Hours Sala 2 Cost Direct pale:_2L , $ 6d,90 6410 $ 72,1211 4566 $ 33.32 1 42.69 $ 36.00 S 42.23 5 33,00 $ 28,4X) ......... Task Al Peoed Management & Adrnln A 1.0 f Involess & Progfm Rpto 16 W, $ 3,77 31 ly) A 1.1 Coor0gon with RodGndo Crook C wtvvrt P*w 10 6 6 $ 1 M32 S 0 0 . . . . . . . ................ 0 Sub-104al 88 5,011.32 Task A2 Survey Task A3 EnvironmentallPenntding Task A4 Geortechnical Engineering Task AS Landscaping Task A6':Civil Engineering --A;T— Traffic Circk 12 11 24 12 in —$ 0-77 7 _77—v7j —TF7 , - 4 2f, ;..F171., all 31 76 U 11 —7 . . . .... . . ................ suorviat NT— Task A7 Structural Engineering Task A8 Right -of -Way . . . ................ Task A9 Traffic Englitsering rasi All) Construclablilty/PhasingfCost Est. Total Hours per person 0 119 so 0 1211 30 I T Coal Per Pn $ —7 r�) to 7 1 ;;dq 2R, is 2576&U % JW(AFw TPUI fuNy Burdo"d Cost 45 REWBU RSARIES I I I .— " RZT.Uini— Totals IT,X91 Prime Consobot Cost $ 01511 .. I =al SUbconsuitant caro $ 291681221 G'aRat Pro act Cr st $ 93,192 V I Page 1 of 1 Fee Proposal EXHIBIT E-1 Pac Hwy Non -Motorized Corridor HBB Landscape Architects 6/4/2021 --- . ....... MR . . . . . . . . . . . . . . . . . . . TWAA FAV OwWOOM GM .. . .......... �1 sm n W"r, RRT5 I Ow pf c—JFOI cosu S Page 1 f 1 .. . .......... �1 sm n W"r, RRT5 I Ow pf c—JFOI cosu S Page 1 f 1 �1 sm n W"r, RRT5 I Ow pf c—JFOI cosu S Page 1 f 1 n Page 1 f 1 Fee Proposal Pee Hwy Non -Motorized Corridor Fehr & Peers (Traffic) S1419021 mmmm . . . . . ..................... L -------- J� 11 1 r*juwx�nw T�,,tF, Lad I.Vm T.U4 Fmv B.sdmd Coal mlp30 Page 1 of 1 6/17/2021 Corporations and Charities System .ii -,= ss M?%and Charities Filing System I:11FiI.1*1111f.'eUwLitI$] ZI Business Name: KPFF, INC. UBI Number. 578 063 612 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 1601 STH AVE, STE 1600, SEATTLE, WA, 98101. UNITED STATES Principal Office Mailing Address: 1601 STH AVE, STE 1600, SEATTLE, WA. 98101, UNITED STATES Expiration Date: 07/31/2021 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 07/26/1963 Period of Duration: PERPETUAL Inactive Date: Nature of Business: PROFESSIONAL, SCIENTIFIC & TECHNICAL SERVICES REGISTERED AGENT INFORMATION Registered Agent Name: REPORTING CENTER MANAGER Street Address: 1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES Mailing Address: 1601 STH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL JOHN CAVAN GOVERNOR INDIVIDUAL NIKHIL KALGHATGI GOVERNOR INDIVIDUAL RICHARD DAVIS Back https://ccfs.sos.wa.gov/#/BusinessSearch/Businessl nformation 1/2 6/17/2021 Corporations and Charities System Filing History Name History Print Return to Business Search . hftps://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 2/2 6/17/2021 4�as�ingt:�r� `.are Deoartn,eni of Revenue < Business Lookup License Information: Entity name: KPFF, INC. Business name: KPFF CONSULTING ENGINEERS Entity type: IulroBit G;:cx-poraablo n UBI #- 578-063-612 Business ID: 001 Location ID: 0001 Location: Active Location address: 1601 STH AVE Washington State Department of Revenue STE 1300 SEATTLE WA 98101-3601 Mailing address: 1601 5TH AVE STE 1300 SEATTLE WA 98101-3601 Excise tax and reseller permit status: Secretary of State status: Endorsements Endorsements held at this location License # Count 3aaicnt nicBge p iaacd G'iT,nlneraai 43926 V;Beffl ngh alm General II;BII.asline ssr 029320 Burden General IBusiness - 13029 Resident haudevaai WaayG:wa,surocsmi Business - 63-000003-00-B1 Non Resident lssHaac:Boaa h General IIBua i na.ss . Man lResident VwfiHaand G" e ne aai Ilinu uuna':ss - Pion OBL26559 Resident Lake Stevens G;Gei nc Imi Business Non -Resident Longview GGene=.IrA Business - 428936 haul n-iRcn^ude*Irnk New search Back to uaxsuits Mtea Details sa u,11AI ,„ !:,4p m awion iiate Fhst is,uwalinc d w9 Active Jul-31-2021 Apr-15-2013 Active Oct-06-2003 ciive Jul-31-2021 Feb-13-2018 diver Jul-31-2021 Dec-20-1999 FB,aa,live Jul-31-2021 Jun-29-2016 Active Jul-31-2021 Jan-06-2019 Active Jul-31-2021 Jul-27-2012 Active Jul-31-2021 Feb-25-2020 hftps://secure.dor.wa.gov/gteunauth/—/#2 1/2 6/17/2021 Washington State Department of Revenue Endorsements held at this location License # Count f)et'Alk statub Expiration date First issuance clat MerceIlsbind Geneirall Busness 200433 Acflvcu Jul-31-2022 May-11-2020 Wain Renudent Mount Veqrnan Geneiral Business A( tive Jul-31-2021 Mar-14-2017 .1 Non Resident Newcastle Geirw1rai Bw;iness 1804 Ac bive Jul-31-2021 Mar-05-2007 Non- Resdent NoTffi Bend General Busir".Ss 020056.0 Active Jul-31-2021 Mar-12-2020 Non Resident (Ayrnpia (3enerai Bwslines% - Non- 39335 Active Jul-31-2021 Oct-17-2019 Resklent Pmt 001hard Generai Bminess Active Jul-31-2021 Jan-30-2013 Non Res�deift Redmond Geneirall Business - RED09-000136 Active Dec-31-2021 Apr-24-2009 Non -Resident Governing PeopleMayinduct. gowning pwple not reghlemd with S—Wry afStuft Governing people Title DAVIS, RICHARD GAVAN, JOHN KALGHATGI, NIKHIL Registered Trade Names Registered trade names st'dus i1rst i^�sued KPFF CONSULTING ENGINEERS Active May-23-2000 View Addkionall 11 ocadons The Business Lookup information is updated nightly. Search date and time: 6/17/20218:38:43 AM contact us i km are we daing? Nhkv ouir surveyl Don't see what you expEx1ed? Check if yocir brow,.mr is sulpIpsPirted hftps://secure.dor.wa.gov/gteunauth/,t#2 2/2 I � I 111111013 December 20, 2019 Christine Mullen Senior Capital Engineer City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 RE: Pacific Highway Non -Motorized Corridor Signing Authority Dear Ms. Mullen: Thank you for the opportunity to provide engineering services to the City of Federal Way under this contract. KPFF is submitting formal notification that Sean Battle, PE, with the title of Associate, has authority to execute this contract. Please let me know if you require further information. Sincerely, r li hli Kalgha i,SE CFO 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 206-622-5822 Iipff.com RETURN TO: PW ADMIN EXT: 2700 ID #: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIv: PUBLIC WORKS / CAPITAL AL ENGINEERING 2. ORIGINATING STAFF PERSON`: C1PIS TINE MULL EN EXT: Y,2 23 3. DATE REQ. RN ASAP 3. TYPE OF DOCUMENT (CHECK ONE): Chrb*e- Is On uaca 10n UnfII ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) 06-J -2020 If reuiew is ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT done earier f fhiS e, PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT please refurn f0 Sarah Hawid ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL ❑ OTHER PROJECT NAME" PAGFIC I-IIGHWA(.J NON -MO TORZED CORRIDOR -16 rH AVE.S (S 308 Fi i ST TO � 288 TH S I') NAME OF CONTRACTOR: K p i-, INC, ADDRESS: 1F 1 ,L T""'1600 1812L, \A/A 2,810TELEPHONE: E-MAIL: FAX:_ ... .... SIGNATURE NAME: TITLF;. EXHIBITS AND ATTACHMENTS: REFERENCED EXHIBITS El CFW LICENSE # . TERM: COMMENCEMENT ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS EXP. 12/31/ UBI # , EXP. i,..)'P0N EXECUTION COMPLETION DATE: 31-DEC-2021 TOTAL COMPENSATION: Sm 699,139 99 ............._ (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: X YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES 14 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT ,NIA ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED PURCHASING: PLEASE CHARGE TO: D36219-24110 9. Doc� MENT/ CONTRACT REVIEW PROJECT MANAGER DIVISION MANAGER DEPUTY DIRECTOR DIRECTOR RISK MANAGEMENT (IF APPLICABLE) I LAW DEPT 'M 0. COUNCIL APPROVAL (IF APPLICABLE) INITIAL, / DATE REVIEWED rim 20 )ec-2019 -ta INITIAL / DATE APPROVED SCHEDULED COMMITTEE DATE: NIA COMMITTEE APPROVAL DATE.: N/A SCHEDULED COUNCIL DATE: N/A COUNCIL APPROVAL DATE: N/A 1'1. CONTRACT SIGNATURE ROUTING A gq "SENT"' ft7VI`NDOId/I:`ONTRAC-rOR DATE SENT: 11 DATEREC'D ra AI°'TACI-1. 'SIGNATt,IRE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) c FINAN As` Di PAk'rmI--,C' T ILAW DEPT " (MAYOR OIi, DIRECTOR) 'I.;I7 I I FRK. ASSIGNED AG # SIGNED Copy RLTURNFD(.,kC. `I ❑ RETURN ONE ORIGINAL vs O IirN S; r- e DATE SENT: V_ MI"" This is ra sfurudard WSDOT Po et We carmo f dun u l-_ The scone 4 fees, Vim been orepored btl The consull-anF We htaue a (,,dp ue.rsion of fhe doclemen.F 1 /20I 8 Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Agreement Number: AG - Firm/Organization Legal Name (do not use dba's): KPFF, Inc. Address Federal Aid Number 1601 5th Avenue, Suite 1600, Seattle, WA 98101 STPUL-0099(145) UBI Number Federal TIN or SS .................. _... N Number 578063612 91-0755897 ......... ................... Execution Date Completion Date Dec 31, 2021 ..� wwwww... 1099 Form Required Federal Participation ❑ Yes ❑i No ❑i Yes ❑ No Project Title Pacific Highway Non -Motorized Corridor - 16th Ave S (S 308th St. to S 288th St.) Description of Work Construction of a shared -use path along the Pacific Hwy S corridor from S 308th St to S 288th St. The non -motorized improvements will consist of a path/trail that for portions of the alignment will parallel the roadway and portions will be located within the (partially unopened) right-of-way for 16th Ave S. The segments of the trail located off -roadway will include pedestrian -scale illumination for safety. ❑/ Yes 9% Min ❑ No DBE Participation Total Amount Authorized: $697,139.79 ❑ Yes ❑i No MBE Participation Management Reserve Fund: $0.00 ❑ Yes 0 No WBE Participation Maximum Amount Payable: $697,139.79 ❑ Yes No SBE Participation Index of Exhibits Exhibit A Scope of" -wore Exhibit B DBE Participation/SBE Plan Exhibit C Preparation and Delivery of Electronic Engineering and Other Data Exhibit D Prime Consultant Cost Computations Exhibit :1: Sub -consultant Cost Computations Exhibit F Title VI Assurances Exhibit G Certification Documents Exhibit 1..1 Exhibit.[ Alleged Consultant Design Error Procedures Exhibit ,D Consultant Claim Procedures Agreement Number: AG - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14 Qovicafi nRli-sugnia THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the City of Federal Way hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1) of this AGREEMENT and hereafter called the "SERVICES;" and does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary SERVICES; and WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish consulting services to the AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I. General Description of Work The work under this AGREEMENT shall consist of the above -described SERVICES as herein defined, and necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor, and related equipment and, if applicable, sub -consultants and subcontractors necessary to conduct and complete the SERVICES as designated elsewhere in this AGREEMENT. II. General Scope of Work The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed utilizing performance based contracting methodologies. III. General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress, and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days' notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the SERVICES in sufficient detail so that the progress of the SERVICES can easily be evaluated. The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. Agreement Number: AG Local AgencyABE Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14 Rovicorl nR/15/9n1Q Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made part of this AGREEMENT. If the Prime CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30% of the total amount of this AGREEMENT. It is recommended, but not required, that non -DBE Prime CONSULTANTS perform a minimum of 30% of the total amount of this AGREEMENT. In the absents of a mandatory UDBE, a voluntary SBE goal amount of ten percent of the Consultant Agreement is established. The Consultant shall submit a SBE Participation Plan prior to commencing work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms (including Prime) involved with this AGREEMENT into the wsdot.diversit cote )liance,cor-n program. Payment information shall identify any DBE Participation. Noji-niii1ority, woman owned DBEs does riot count towards UDBE goal attainment. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C — Preparation and Delivery of Electronic Engineering and other Data." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below: If to AGENCY: Name: Christine Mullen, PE Agency: City of Federal Way, Public Works Dept. Address: 33325 8th Ave S City: Federal Way State: WA Zip: 98003 Email: christine.mullen@cityoffederalway.com Phone: (253) 835-2723 Facsimile: n/a IV. Time for Beginning and Completion If to CONSULTANT: Name: Sean Battle, PE Agency: KPFF, Inc. Address: 1601 5th Avenue, Suite 1600 City: Seattle State: WA Zip: 98101 Email: sean.battle@kpff.com Phone: (206) 622-5822 Facsimile: (206) 622-8130 The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall b -completed by the date shown in the heading of this AGREEMENT titled "Completion Date." The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established completion time. Agreement Number: AG - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Page 3 of 14 Arimamant Ravicad nA115/9n10 V. Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES, specified in Section II, "Scope of Work". The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits "D" and ` E" and by this reference made part of this AGREEMENT. A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, indirect cost rate, and direct non -salary costs. 1. Direct (RAW) Labor Costs: The Direct (RAW) Labor Cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Indirect Cost Rate (ICR) Costs: ICR Costs are those costs, other than direct costs, which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the ICR rates shown in attached Exhibits "D" and "E" of this AGREEMENT. Total ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits "D" and "E", attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT (prime and all A&E sub -consultants) will submit to the AGENCY within six (6) months after the end of each firm's fiscal year, an ICR schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the ICR rate for billings received and paid during the fiscal year represented by the ICR schedule. It shall also be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's ICR cost to reflect the actual rate. The ICR schedule will be sent to Email: ConsultantRates@wsdot.wa.gov. Failure to supply this information by either the prime CONSULTANT or any of their A&E sub -consultants shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required information is received and an overhead rate for billing purposes is approved. The AGENCY's Project Manager and/or the Federal Government may perform an audit of the CONSULTANT'S books and records at any time during regular business hours to determine the actual ICR rate, if they so desire. 3. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. (excluding Meals, which are reimbursed at the per diem rates identified in this section) These charges may include, but are not limited to, the following items: travel, printing, long distance telephone' supplies, computer charg s and: fees -of sub --consultants. Air of train travel -Nvill b� reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with WSDOT's Accounting Manual M 13-82, Chapter 10 — Travel Rules and Procedures, and revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non -Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. Agreement Number: AG - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14 aPtlicari nwix;/2nio 4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in attached Exhibits "D" and "E" of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person -hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement." 5. Management Reserve Fund (MRF): The AGENCY may desire to establish MRF to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the MRF is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII, "Extra Work." 6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIII, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct (RAW) Labor, Direct Non -Salary, and allowable ICR Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, Direct (RAW) Labor rates, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent, if applicable, upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to sucli claims, The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit; all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. Agreement Number: AG Local AgencyABE Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14 RAwicp.i nRiis;12nia D. Inspection of Cost Records: The CONSULTANT and their sub -consultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the State Auditor, WSDOT's Internal Audit Office and/or at the request of the AGENCY's Project Manager. VI. Sub -Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub -consultant, any contract or any other relationship. Compensation for this sub -consultant SERVICES shall be based on the cost factors shown on Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. The SERVICES of the sub -consultant shall not exceed its maximum amount payable identified in each sub - consultant cost estimate unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non -salary costs and fixed fee costs for the sub -consultant shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be memorialized in a final written acknowledgement between the parties. All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require each sub -consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With respect to sub -consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE's Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT, sub -recipient, or sub -consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the recipient deems appropriate. VII. Employment and Organizational Conflict of Interest The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONS`UI-TANT, any fee, commission, percentage, brokerage fee, gift, -or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Agreement Number: AG Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14 Rovica.i nwi vgnio Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly retired employees, without written consent of the public employer of such person if he/she will be working on this AGREEMENT for the CONSULTANT. VIII. Nondiscrimination During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub -consultants, subcontractors and successors in interest, agrees to comply with the following laws and regulations: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. Chapter 21 Subchapter V § 2000d through 2000d-4a) • Federal -aid Highway Act of 1973 (23 U.S.C. Chapter 3 § 324) • Civil Rights Restoration Act of 1987 (Public Law 100-259) • American with Disabilities Act of 1990 (42 U.S.C. Chapter 126 § 12101 et. seq.) • 23 CFR Part 200 • Rehabilitation Act of 1973 • 49 CFR Part 21 (29 U.S.C. Chapter 16 Subchapter V § 794) • 49 CFR Part 26 • Age Discrimination Act of 1975 • RCW 49.60.180 (42 U.S.C. Chapter 76 § 6101 et. seq.) In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX. Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non -salary costs incurred up to the time of termination of this AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice ofTermination exceeds the total a n ut t that would be -due when computed as set forth in paragraph two (2) ofthis section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to Agreement Number: AG - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14 RAvicp.i nAll-RIM10 date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth in paragraph two (2) of this section. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default clauses listed previously. The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member, partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and/or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s) of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT as set forth in the second and third paragraphs of this section. Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X. Changes of Work The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under section XIII "Extra Work." XI. Disputes Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within 10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If the p hies to this AGREEMENT miltuallyagree, disputes concealing alleged design_ errors will be conducted Under the procedures found in Exhibit "J". In the event that either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. Agreement Number: AG - Local AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14 Rpllicari nRilR12n1a XII. Legal Relations The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall defend, indemnify, and hold The State of Washington (STATE) and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold hannless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their agents, officers, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally liable, and (b) the STATE and/or AGENCY, their agents, officers, employees, sub -consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and or AGENCY may be legally liable, the defense and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub -consultant, subcontractor and vendor, of any tier. The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any use in connection with the AGREEMENT of methods, processes, designs, infonnation or other items furnished or communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT; provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions resulting from STATE and/or AGENCY's, their agents', officers' and employees' failure to comply with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and employees by the CONSULTANT, its agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees or its agents against the STATE and /or the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated between the Parties. Agreement Number: AG Local AgencyABE Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14 QAvicad nRIVY2n1a Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable supplemental AGREEMENT, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the aggregate for each policy period. C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for any "Auto" (Symbol 1) used in an amount not less than a one million dollar ($1,000,000.00) combined single limit for each occurrence. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub - consultant and/or subcontractor as an additional insured (the "AIs"), with no restrictions or limitations concerning products and completed operations coverage. This coverage shall be primary coverage and non-contributory and any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured coverage required hereunder. The CONSULTANT's and the sub -consultant's and/or subcontractor's insurer shall waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to: Name: Christine Mullen, P.E. Agency: City of Federal Way, Public Works Dept. Address: 33325 8th Ave S City: Federal Way State: WA Zip: 98003 Email: christine.mullen@cityoffederalway.com Phone: (253) 835-2723 Facsimile: n/a No cancellation of the foregoing policies shad be effective without thirty 1'3�0) days prior notice to the AGENCY Y The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the authorized AGREEMENT amount or one million dollars ($1,000,000.00), whichever is greater, unless the limit of liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. Agreement Number: AG Local AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14 i7awca.i nRiisignia The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party, and no third party beneficiary is intended or created by the execution of this AGREEMENT. The AGENCY will pay no progress payments under section V "Payment Provisions" until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIII. Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as "CLAIM," under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XIV. Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XV. Federal Review The Federal Highway Administration shall have the right to participate in the review or examination of the SERVICES in progress. XVI. Certification of the Consultant and the Agency Attached hereto as Exhibit "G-1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and :exhibit "G-4" Certificate _ofCurrent Cost or Pricing Data. Exhibit `&Y' is required only in AGPEEMEN T's over one hundred thousand dollars ($100,000.00) and Exhibit "G-4" is required only in AGREEMENT's over five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General Requirements" prior to its performance of any SERVICES under this AGREEMENT. Agreement Number: AG Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14 Ravi¢ad nR11519n10 XVII. Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement to this AGREEMENT. XVIII. Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and AGREEMENT's contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. XIX. Protection of Confidential Information The CONSULTANT acknowledges that some of the material and information that may come into its possession or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state or federal statutes ("State's Confidential Information"). The "State's Confidential Information" includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data, law enforcement records (or any other information identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security data, non-public Specifications, STATE and AGENCY non -publicly available data, proprietary software, State security data, or information which may jeopardize any part of the project that relates to any of these types of information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence and not to make use of the State's Confidential Information for any purpose other than the performance of this AGREEMENT, to release it only to authorized employees, sub -consultants or subcontractors requiring such information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent or as provided by law. The CONSULTANT agrees to release such information or material only to employees, sub -consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have been previously approved by the AGENCY The CONSULTANT agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized access to the State's Confidential Information. Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential Information; or (ii) returned all of the State's Confidential Information to the AGENCY, or (iii) take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information. As regUired under Executivc_Order IIIJ 03, the CON SU.LTANT � hall. mnaintain a log docu:n-,lenti.ng the to] lowing: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which the State's Confidential Information was received; who received, maintained and used the State's Confidential Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall be subject to inspection, review, or audit upon reasonable notice from the AGENCY. The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or investigating may include, but is not limited to, salting databases. Agreement Number: AG - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14 Rcvicorl nwi-ril2ma Violation of this section by the CONSULTANT or its sub -consultants or subcontractors may result in termination of this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties. It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing such proprietary and/or confidential information shall be clearly identified and marked as "Confidential" and shall be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT. The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such confidential or proprietary material is developed. "Proprietary and/or confidential information" is not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party; (iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT. The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/ or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a public disclosure request is made to view materials identified as "Proprietary and/or confidential information" or otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the AGENCY will release the requested information on the date specified. The CONSULTANT agrees to notify the sub -consultant of any AGENCY communication regarding disclosure that may include a sub -consultant's proprietary and/or confidential information. The CONSULTANT notification to the sub -consultant will include the date that such records will be released by the AGENCY to the requester and state that unless the sub -consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure the AGENCY will release the requested information. If the CONSULTANT and/or sub -consultant fail to obtain a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages, liabilities, or costs associated with the AGENCY's said disclosure of sub -consultants' information. XX. Records Maintenance During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all "documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during nonnal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such documents, "D cuinents" ;hall be retained until, all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past the six (6) year retention period. For purposes of this AGREEMENT, "documents" means every writing or record of every type and description, including electronically stored information (`BSI"), that is in the possession, control, or custody of the CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENT `s, appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings, Agreement Number: AG Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14 Rnvicuff nall-RI 10 tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. For purposes of this AGREEMENT, "ESP' means any and all computer data or electronic recorded media of any kind, including "Native Files", that are stored in any medium from which it can be retrieved and examined, either directly or after translation into a reasonably useable form. ESI may include information and/or documentation stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe Acrobat, SQL databases, or any other software or electronic communication programs or databases that the CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any personal devices used by the CONSULTANT or any sub -consultant at home. "Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is normally created, viewed, and /or modified. The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in relation to this AGREEMENT and bind the sub -consultant to its terms, unless expressly agreed to otherwise in writing by the AGENCY prior to the execution of such subcontract. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. Signature Authorized Signer KPFF, Inc. Ferrell May.. Sign r Jim , .or City of Federal Way APPROVED AS TO FORM: J J. Ryan Call ...'...Ci........ ty Attorney Date Date Agreement Number: AG Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14 Rcvicad nR1iS/9n1Q See attached, Exhibit A Scope of Work Project No. 219 Agreement Number: AG Exhibit A - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 Exhibit A Scope of Work PACIFIC HIGHWAY NON -MOTORIZED CORRIDOR — 161h AVE S PROJECT DESCRIPTION This project involves construction of a non -motorized shared -use path along the Pacific Highway South corridor from S 308th Street to S 288th Street. The non -motorized improvements will consist of a path/trail that for portions of the alignment will follow parallel to Pacific Highway S and for portions of the alignment will be located within the (partially unopened) right-of-way for 16th Ave S. The segments of trail located off -roadway will include pedestrian -scale illumination for safety. Currently the project is only funded for design, but a future right-of-way phase will be required to secure rights through existing utility easements. There is a 9% UDBE goal for the Preliminary Engineering Phase of this project. PROJECT OBJECTIVES The goal of this project is to provide the plans, specifications and cost estimate (PS&E) and permitting documents necessary for right-of-way acquisition and construction of the non - motorized path. It is anticipated that enough design will be completed in time for the City to apply for 2022/2023 construction grant funding in the next PSRC funding cycle (applications due Spring 2020). This scope of work does not include right-of-way acquisition or construction phases of the project. Management and support services during right-of-way acquisition and construction may be added as a supplement to this agreement at a later date. ANTICIPATED SCHEDULE Notice to proceed for the design is anticipated by mid -January 2020. The following dates have been estimated pre -contract and will be updated as the preliminary design is completed and final design / document approval continues. • Topo and Geotech Surveys Alternative Analysis • 30% Submittal to City To include construction and r/w cost: Chan Plans for Approval 85% Submittal to City 100% Submittal to City WSDOT H&LP PS&E Review Final Bid PS&E to City NEPA Permitting Prelim Project Funding Estimate January through February 2020 March 2020 April 2020 May 2020 TBD TBD TBD March through Sept 2020 April through Nov 2020 April 2020 Page 1 of 25 • Final Project Funding Estimate • Right -of -Way Acquisition PROJECT TEAM The project team includes:: Owner Prime Consultant Structural Engineering Civil Engineering Environmental/Permitting Geotechnical Engineering Traffic Engineering Surveying Right -of -Way Landscaping and Hardscaping Cultural Resources (if needed) TBD TBD Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work City of Federal Way (City) KPFF Consulting Engineers (KPFF) KPFF Consulting Engineers (KPFF) KPFF Consulting Engineers (KPFF) KPFF Consulting Engineers (KPFF) HWA GeoSciences, Inc. (HWA) Fehr & Peers (F&P) Lin & Associates (LIN) RES Group NW (RESGNW) HBB Landscape Architecture (HBB) Historical Research Associates (HRA) For the purpose of this scope, Prime Consultant and all sub -consultants are considered a single consultant team, and will be referred to as "CONSULTANT". MILESTONE SUBMITTAL DELIVERABLES Milestone submittals will be as follows: • Right -of -Way Plans o High-level right-of-way cost estimate 30 Percent PS&E Submittal: - 30% Level Plan Set (11x17 PDF) - 30% Level Cost Estimate (PDF) - Specification Table of Contents (PDF) - Basis of Design Memo (PDF) - Design Report Outline (PDF) 85 Percent PS&E Submittal: - 85% Level Plan Set (11x17 PDF) - 85% Level Cost Estimate (PDF) - Specifications (PDF) Updated BoD Memo (PDF) - Design Report (PDF) - Response to City 30% comments (PDF and/or Excel) 100 Percent PS&E: - 100% Level Plan Set (11x17 PDF) - 100% Level Cost Estimate (PDF) - Specifications (PDF) - Response to City 85% comments (PDF and/or Excel) Page 2 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work Bid -Ready Submittal: - Bid -ready plan set (11x17, 22x34 PDF and digital CAD files) - Bid -ready Specifications (Word and PDF) - Bid -ready Quantities (Excel and PDF) - Cost Estimate (PDF) - Response to City 100% PS&E Comments (PDF and/or Excel) SCOPE OF WORK TASK NO. 1.0 —PROJECT MANAGEMENT 1.10 - Preparation of Contract Documents, Invoices and Progress Reports A monthly invoice and progress report will be generated and submitted to the City. The progress report will describe the work represented by the invoice being submitted. CONSULTLANT will compile the invoices and progress reports for the entire team into a single document to be submitted to the City. Documentation will be provided with each invoice reporting progress towards achieving the UDBE commitments for the project. If changes are needed to ensure that the approved goal is met, CONSULTANT will inrlucip suggestions to achieve the goal. CONSULTANT will report payments made to all subconsultants on a monthly basis into the WSDOT Diversity Compliance online portal. UDBE participation and payment information will also be reported at this time. Prior to first billing, the City will review and approve invoicing format and content. Invoices will include hourly rates for staff with overhead and fixed fees applied to the labor subtotal. 1.20 - Coordination with Subconsultants KPFF will prepare subconsultant contracts for Fehr & Peers, HWA GeoSciences, Lin & Associates, RES Group NW, HBB Landscape Architecture, and Historical Research Associates. KPFF will perform general coordination and be the main point of contact for the multidiscipline team. KPFF will collect and disseminate information for the team. CONSULTANT will create and distribute weekly or biweekly Project Updates via email to keep the design team updated with ongoing and upcoming tasks, coordination needs, upcoming deliverable submittals, etc. The City will be copied (cc:) on the update emails. 1.30 - Coordination with the City of Federal Way Staff CONSULTANT=will=coordinate-with-the-C—ity=to=discuss -project -issues—,schedule,— progress, review comment resolution and general coordination of effort, as needed. 1.40 - Project Work Plan CONSULTANT will provide a work plan to the design team and the City outlining the project objectives, organization of the team, lines of communication, design phase schedule, and deliverables. 1.50 - Team Meetings Page 3 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work The project team will meet internally to discuss project -related issues/topics. The City will be invited to the team meetings. CONSULTANT will prepare an agenda and provide a summary of meeting topics to the design team and City. Thirteen (13) team meetings are anticipated: 1. Kick Off Meeting (1 meeting): City of Federal Way (PM, Civil, Structural, Environmental, Landscaper, Traffic, Geotech, Right -of -Way; assume 3 hours) 2. Coordination Workshop - Alternatives Analysis (1 meeting): City of Federal Way (PM, Civil, Structural, Landscaper and Traffic; assume 3 hours) 3. Coordination Workshop - Walls (2 meetings): KPFF Seattle (PM, Structural, Geotech; assume 2 hours each) 4. Monthly Team Meeting (6) for Key Members of Design Team - KPFF Seattle (PM, Civil, Structural, Environmental, Geotech, Landscaper, Traffic, and Right -of - Way; assume 2 hours each) 5. Submittal Review Meetings (30%, 85%, 100%) - City of Federal Way (PM, Civil, Structural, Environmental, Landscaper, Traffic; assume 3 hours each) Travel time is including in the assumed hours. Hours for KPFF PM are included in this task; however, hours for other members of the design team are included under their specific tasks below. CONSULTANT will disseminate notes to the design team and the City following the conclusion of the meetings. 1.60 - Meetings with Project Stakeholders The project team will meet with City staff and/or project stakeholders to discuss project issues, schedule, progress, and general coordination of effort. A total of fifteen (15) meetings are anticipated to complete this scope of work: 1. Open House Public Meetings (2) - four CONSULTANT staff to participate (PM, Civil, Landscaper, Right -of -Way; assume 6 hours each) 2. One-on-one property owner meetings (8) - one CONSULTANT staff to participate (PM; assume 2 hours each) 3. Utility=Coordination -Meeting s(4k) two=CONSUL-TA-N-T=staff-to-participate-(PM, Civil; assume 2 hours each) 4. Federal Way School District (1) - two CONSULTANT staff to participate (PM, Civil; assume 2 hours each) Travel time is included in the assumed hours. Page 4 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work Hours for KPFF PM are included in this task; however, hours for other members of the design team are included under their specific tasks below. Assumptions • The City will schedule and host all Stakeholder meetings. • CONSULTANT will lead all Stakeholder Meetings. The City will attend the meetings and distribute mailings to local residents, where applicable. 1.70 - Estimated Project Schedule A project schedule will be created in Microsoft Project identifying submittal dates, City review periods, and critical path decisions for the design phase of the project. The schedule will also include the primary tasks, durations, and Critical Path tasks through the duration of project design. The initial schedule will be prepared and submitted with the Work Plan. Updates will be submitted, as necessary, during each PS&E submittal. 1.80 - Submittal and Contract Package Compilation Submittal documents will be posted on the KPFF Project Sharepoint site, with the exception of hardcopies, as noted in the scope below. The full Contract Package (including Bid Documents, Contract Documents, Special Provisions and Appendices) will be created. Project specifications will be prepared to supplement the Washington State Department of Transportation (WSDOT) Standard Specifications for Road, Bridge, and Municipal Construction (current version at time of bid). Other documents will be provided in conformance with the current WSDOT Local Agency Guidelines (LAG) Manual. The City will provide their standard RFB document and boilerplate Special Provisions document. Assumptions • Intermediate PS&E submittals (30%, 85%, 100%) will consist of PDFs • Final (Issue for Bid) Submittals will be posted for online bidding (no more than five (5) hardcopies required for delivery to the City). 1.90 - Project and Document QA/QC CONSULTANT will provide a project -wide multi -disciplinary QA/QC review for the project technical design and for preparation of the documents/deliverables submitted to the City and/or agencies. This review will include, but not be limited to, technical, constructability, contractibility and risk. Project Management Deliverables • Monthly Invoices (12), including a progress report outlining completed and upcoming tasks, scope progress, and UDBE percentage status. Copies of subconsultant contract agreements and invoices can be provided, if requested. • Project Work Plan. • Monthly Project Updates via email (ongoing and upcoming tasks, coordination needs, upcoming submittal deliverables, etc). • Meeting Agendas and Notes. Page 5 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work • Project Schedule and updates. TASK NO. 2.0 — SURVEY 2.10 Land Surveying The services will include establishing Project Control, Topographic Surveys, and Right - of -Way determination. 2.20 Primary Survey Control and Datum The horizontal datum will be NAD83/11 based on the Washington State Plane Coordinate System, North Zone, and the vertical datum will be NAVD88. CONSULTANT will establish a horizontal and vertical control baseline along the project corridor. 2.30 Topographic Mapping The topographic mapping will be limited to the area shown in the attached PDF and will be divided into two areas for the purpose of estimating. Both areas are shown on the attached PDF file. • Area 1 — Corridor along 16th Street, south of Dash Point Rd • Area 2 — Corridor along unopened right-of-way north of Dash Point Rd The survey will be provided as a single CAD file. Anytime the survey is update, the updates will be incorporated into the original CAD survey file, and delivered to team for use. There are several elements that will be marked in the field by others within the design team: • Wetland boundaries (assume one location) • Ordinary high-water mark (assume limits of creek) • Geotechnical testing and borehole locations (assume 4 locations) • Pothole locations (assume 4 locations) These markings may be identified after completion of initial field survey work. If this is the case, the surveyor will re -visit the site to pick-up these locations and incorporate into the survey. - Assumptions _ • Right of Entry/outreach notices/City ROW permits will be lead by CONSUTLANT's right-of-way lead. • Title Reports will be provided by CONSULTANT's right-of-way lead. • No locating features in or mapping the insides of the buildings is included (exterior survey only). • No Property Corners will be set within this scope of work. • Basemapping will be provided in: Civil3D 2018 using the APWA CAD standards unless directed otherwise one week prior to start of field work. Page 6 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work • The City will provide any available utility records for the project site at least one week prior to start of field work. • Trees with trunk diameters of six (6) inches and above will be surveyed. Trees will be labeled with trunk and dripline diameter and the species will only be classified as coniferous or deciduous unless directed otherwise. • Manholes over twenty-five (25) feet deep or full of debris/water will not be as - built, as they require confined space entry to access the manhole in order to accurately measure the depth. • Potholing and pipe tracing are not included within this scope. If this service is needed, additional scope and budget can be added with an amendment at a later date. • CONSULTANT will call One Call (811) and pick-up utilities that are marked. CONSULTANT expects very little to be marked and will supplement the previously located utilities by One Call with a private locator to make sure all utilities are located. • Parcel maps and r/w certification is not part of this scope and will be completed during the right-of-way acquisition phase of the project. • No traffic control has been included in this scope. Deliverables • Eleven (11) parcel maps and legal descriptions for TCEs and/or fee takes. • 3D Point Cloud in RECAP format (.rcp) • Two (2) digital basemap files (.dwg) will be created as follows: o 2D basemap containing all 2D elements including ROW calculations will be flattened to zero elevation. o 3D surface DTM containing all breaklines and points to create site contours at 1' intervals. TASK NO. 3.0 — ENVIRONMENTAUPERMITTING CONSULTANT will provide environmental documentation and permitting to satisfy federal, state and local regulatory and coordination requirements for the project. The purpose of this task is to complete permit application packages in request of applicable federal, state and local permits for the pathway construction. The scope of services for completing this task is anticipated to include the following: 3.10 - Task Management Complete invoicing, and budget and schedule tracking. _ — - ,20---Meetings- -- CONSULTANT's Environmental Staff will be available to participate in the meeting outlined in Section 1.50 and 1.60. 3.30 - Environmental Documentation CONSULTANT's biologist will prepare environmental documentation for the permit applications, including a Biological Assessment or Biological Evaluation and No Effects Letter in compliance with the appropriate federal funding source. A Critical Areas Review and Report will be produced to assist local agency permitting and effects determination. Page 7 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work This task will include completing a site visit to assess current site conditions relative to streams, wetland and habitat features, including wetland and stream ordinary high water mark delineations as applicable, prior to completing the reports. Biologist will field identify wetland, ordinary high water mark, and other critical areas. These features will be staked in the field with disposable flags, that in turn will be surveyed, by the team's surveyor, for incorporation into survey CAD files. 3.40 — Cultural Resources The project will be funded by FHWA and therefore compliance with Section 106 of the National Historic Preservation Act is required. It is assumed that WSDOT will be acting as the lead federal agency and that the City of Federal Way has no additional cultural resource documentation requirements, in addition to those required by FHWA/WSDOT. It also anticipated that WSDOT will defer project review and decisions to Washington Department of Archeology and Historical Preservations (DAHP). CONSULTANT will prepare and provide to the City an EZ-1 Form. If DAHP determines that a cultural study is required through the EZ-1 Form review process, a supplement will be executed to perform this study. If required, Historical Research Associates, Inc. (HRA) will provide cultural resources services to support the environmental document preparation for this project. 3.50 - Permit Applications • Prepare a preliminary Categorical Exclusion Documentation Form as the 30% design is being developed for discussion with the WSDOT Highways and Local Programs staff. • Complete a final Critical Areas Report. • Prepare a SEPA Checklist that includes the required effects analysis to support local agency SEPA Determination. • Complete a JARPA form, Appendix A (additional owners form), and Aquatic Protection Permitting System (APPS) Consent of Property Owner form, and drawings in 8.5" x 11" format using the 60% design drawings as a base. The JARPA drawing set will include a restoration plan for revegetation of disturbed areas near the stream crossing. • Submit the final JARPA package to lead federal agency and WDFW by registered mail. • Complete an on-line APPS application for a Hydraulic Project Approval, using the JARPA form, and submitting signed Consent of Property Owner forms. • Prepare City of Federal Way permit application form(s) for a Grading Permit with Critical Areas Review. Page 8 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work • Submit the City of Federal Way permit application package(s) in person or email, as requested by City staff. • If the project will disturb more than one acre, KPFF will prepare a Notice of Intent form for an NPDES Construction Stormwater General Permit from the Washington State Department of Ecology. Also provide the notice to the local newspaper and arrange for posting in the paper for two consecutive weeks. Complete an electronic submittal of the Notice of Intent. 3.60 - Coordination and Communications • Follow up periodically with City of Federal Way staff and/or Local Programs Environmental Engineer and quickly respond to lead federal agency needs for additional information during NEPA package review. • Follow up periodically with WDFW and Local Programs staff, as needed, to respond to needs for additional information during agency review of the JARPA package. • Coordination with City of Federal Way, Local Programs staff, and other design team staff as needed to complete environmental documentation and permit applications. 3.70 - Specifications Preparation CONSUTLANT to provide special provisions/specifications relative to permits and permit conditions. • The project is expected to be a NEPA Class II or C-list Categorical Exclusion where no significant impact is expected The Biological Assessment or Biological Evaluation will be prepared as an addendum to the No Effects Letter used for the JARPA submittal to the federal lead agency for stream restoration after improvements to the stream crossing and streambank. If during review, any agencies decide that a No Effects determination is inappropriate for the project, then a separate scope and fee estimate will be provided to complete a Biological Assess ment/BiologicaI Evaluation with a Not Likely to Adversely Affect determination. • The City of Federal Way staff will coordinate with landowners for required signatures on permit application forms. • Stormwater Pollution Prevention Plan and Spill Prevention, Countermeasures and Control Plan for construction will be prepared by the Contractor, if necessary. • No permits from the City of Federal Way other than a Grading Permit with Critical Areas Review are budgeted. We assume that construction -related permits, such Page 9 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work as variances for noise or hauling permits, if needed, will be obtained by the selected contractor. Deliverables • Draft No Effects Letter BA or BE -Addendum to City for review. • Revised Draft No Effects Letter Addendum to City for review. • Final No Effects Letter Addendum. • Draft Critical Areas Report for City to review. • Final Critical Areas Report. • Preliminary WSDOT Categorical Exclusion form. • Final WSDOT Categorical Exclusion form for City to review. Revise as needed to address comments. • Draft JARPA form, Appendix A form and APPS Consent of Property Owner form and drawings for City to review. Revise as needed to address comments. • Draft City permit application forms for City project manager review. • Draft Notice of Intent for City to review. TASK NO.4.0 — GEOTECHNICAL ENGINEERING Anticipated tasks include the following: 4.10 - Task Management Complete invoicing, and budget and schedule tracking, 4.15 — Project Meetings CONSULTANT's geotechnical engineer will be available to participate in the meeting outlined in Section 1.50. 4.20 — Collect and Review Available Geotechnical Data Geotechnical engineer will collect and review readily available and relevant geotechnical information along the project site. This review will include online geotechnical databases, geologic maps and HWA library. 4.30 — Geotechnical Explorations, Stage I 4,30.1 Plan Field Ex loration Program: Geotechnical engineer will plan and coordinate a geotechnical exploration program to gather preliminary information for the project. The program will consist of conducting a series of hand auger borings and dynamic cone penetrometer tests (DCP) across the project site. Planning will include identification of —the-location-of the -Phase I explorations, -development of traffic control_plans,_and—__ coordination of required equipment and utility clearance. .30.2 Conduct Utility Locates for Geotechnical Ex lorations: Prior to generation of our geotechnical work plan, CONSULTANT will mark the proposed exploration locations and arrange for utility locates using the Utility Notification Center. Utility location marks will be used to verify proposed field exploration locations prior to development of traffic control plans. Page 10 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work 4.30.3 Generate Geotechnical Work Plan Memo: CONSULTANT will prepare a Geotechnical Work Plan Memorandum describing exploration means and methods associated with our exploration program. This work plan will be submitted to the design team and the City of Federal Way for review and approval. The work plans will detail the type, location, and extent of proposed field explorations along with logistics necessary to perform the work such as traffic control plans and staging areas. The work plans will also be used for utility locating clearances and for permitting and right of entries that may be necessary to access the exploration locations. 4.30.4 Conduct Ex lorations Geotechnical Hand Borings). CONSULTANT will conduct a series of hand auger borings and DCP's along the project alignment to provide preliminary information in support various aspects of the design. A total of 8 to 12 Hand Augers and DCP's will be performed along the proposed alignment over the course of 2 days. The explorations will be extended to depths of approximate 5 feet or until refusal is reached, whichever is less. 4.30.5 Generate Boring Logs and Assign Laboratory Testing: CONSULTANT will prepare summary boring logs and perform laboratory testing to evaluate relevant physical properties of the site soils. Laboratory testing would include moisture content, grain -size distribution, Atterberg Limits, and direct shear testing. 4.31 — Geotechnical Explorations, Stage II 4.31.1 Plan Additional Field Exploration Program: CONSULTANT will plan and coordinate a geotechnical exploration program for the project. The program will consist of conducting a series of geotechnical borings to provide information about deeper soil conditions at in more critical areas of the site, including areas where retaining walls are needed. Planning will include identification of the location of the geotechnical borings, development of traffic control plans, and coordination of required equipment and utility clearance. 4.31.2 Conduct Utility Locates for Geotechnical Exl2lorations, Prior to generation of our geotechnical work plan, CONSULTANT will mark the proposed exploration locations and arrange for utility locates using the Utility Notification Center. Utility location marks will be used to verify proposed field exploration locations prior to development of traffic control plans. 4.31.3 Generate Geot chnical Work Plan Memo: CONSULTANT will prepare a Geotechnical Work Plan Memorandum describing exploration means and methods associated with our exploration program. This work plan will be submitted to the design team and the City of Federal Way for review and approval. The work plans will detail the ---type„ location; and extent -of proposed -field -explorations along -with -logistics necessary to perform the work such as traffic control plans and staging areas. The work plans will also be used for utility locating clearances and for permitting and right of entries that may be necessary to access the exploration locations. 4.31.4 Conduct Explorations Geotechnical Borings): CONSULTANT will conduct a series of geotechnical borings along the project alignment to support various aspects of the design. HWA proposes to drill geotechnical boring at critical areas of the site along the alignment. Final depths and numbers of borings will be determined at a later date; Page 11 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work however, HWA anticipates that a maximum of 2 days of drilling with a limited access drill rig will be needed to complete the work. 4.31.5 Generate Borin io sand Assi n Laborato Testing:CONSULTANT will prepare summary boring logs and perform laboratory testing to evaluate relevant physical properties of the site soils. Laboratory testing would include moisture content, grain -size distribution and Atterberg Limits. 4.32 — Geotechnical Explorations, Stage III 4.32.1 Plan Field Exploration Program: CONSULTANT will plan and coordinate our infiltration testing program for the project. The program will consist of conducting up to three single ring infiltration tests in accordance with the 2016 King County Stormwater Manual, which has been adopted by the City of Federal Way. 4,32.2 Conduct Utility Locates for Geotechnical Explorations: Prior to generation of our geotechnical work plan, CONSULTANT will mark the proposed test locations and arrange for utility locates using the Utility Notification Center. Utility location marks will be used to verify proposed field exploration locations prior to development of traffic control plans. ,32,3 Generate Geotechnical Work Plan Memo: CONSULTANT will prepare a Geotechnical Work Plan Memorandum describing test requirement. This work plan will be submitted to the design team and the City of Federal Way for review and approval. The work plans will detail the type, location, and extent of testing, along with logistics necessary to perform the testing such as traffic control plans and staging areas. The work plans will also be used for utility locating clearances and for permitting and right of entries that may be necessary to access the exploration locations. 4.32.4 Conduct Infiltration Testing CONSULTANT will conduct up to 3 single -ring infiltration tests at locations of proposed infiltration systems to be constructed. Upon completion of testing excavations will be extended at least 5 feet below the base of the test to note if groundwater is noted below the test location. CONSULTANT anticipates that the tests will take up to 3 days to complete. 4,32.5 Generate Test Pit Logs and -Assign Laborato Testing:,,CONSULTANT will prepare summary test pit logs and perform laboratory testing to evaluate relevant physical properties of the site soils. Laboratory testing will include moisture content, grain -size distribution, organic content and cation exchange. 4.40 — Geologic Design Services: 4.40.1 Evaluate Field and Laboratory Data: Based on the borings and the laboratory test results of selected samples, CONSULTANT will generate estimates of the soil strength and other properties needed to evaluate the effects the subsurface conditions will have on the proposed improvements. Page 12 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work 4.40.2 Develop Geologic Cross -Sections: CONSULTANT will construct a geologic cross- section along the centerline of the project or at wall locations as appropriate. This cross section will show soil conditions along the alignment and will be provided in a geotechnical report. 4.40.3 Generate AASHTO Seismic Design Parameters: Based on the soils encountered along the alignment, CONSULTANT will determine the Site Class for seismic design. The design spectral acceleration parameters will then be selected in accordance with the AASHTO Specifications for Road and Bridges. 4.40.4 Evaluate Slope Stability: CONSULTANT will evaluate the global slope stability of the steep slopes to identify potential impacts to the project. Results of the field reconnaissance and exploration and testing programs will be incorporated in the analysis. Global stability will be evaluated using the limit equilibrium approach under both static and seismic loading conditions. 4.50 — Geotechnical Design Services: 4.50.1 Retaining Wall Desi n: CONSULTANT will provide design recommendations for retaining wall structures. 4.50.2 Slope Stabilization Design: CONSULTANT will provide design recommendations for slope stabilization systems along the route. 4.50.3 Pavement Design- CONSULTANT will provide pavement design recommendations for the pathway. .50.4 S ecification Development: Geotechnical engineer will assist the design team in the development of geotechnical related specifications. CONSULTANT expects that this will include slope stabilization, retaining wall and foundation specification assistance. 4.60.5 QA/QC: CONSULTANT will have all design calculations and recommendations reviewed by a senior principal prior to distribution to the design team or the City of Federal Way. 4.70 — Geotechnical Reporting: 4.70,1 Prepare Stage I Letter Re ort CONSULTANT will prepare a preliminary geotechnical engineering letter report for the project. This letter report will contain the results of the Stage I geotechnical engineering investigation, including description of surface and subsurface conditions; a -site plan showing exploration locations and other pertinent features; summary boring logs; and laboratory test results. The report will provide preliminary geotechnical recommendations for each of the proposed improvements and recommendations about the next phases of work. 4.70. Pre are Draft Geotechnical Engineering Report: After completion of Stage 11 and Stage III work CONSULTANT will prepare a draft geotechnical engineering report for the project. This report will contain the results of the geotechnical engineering investigation, including description of surface and subsurface conditions; a site plan Page 13 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work showing exploration locations and other pertinent features; summary boring logs; and laboratory test results. The report will provide geotechnical recommendations for each of the proposed improvements. 4.70.8 Prepare a Final Geotechnical Ein ineerin Report: CONSULTANT will finalize our geotechnical report once we receive review comments from the City of Federal Way. 4.70A Flans and Specifications Review: CONSUTLANT will review the plans and specifications to ensure that all geotechnical recommendations have been incorporated into the plans and specs. • Acquiring rights of entry will be led by CONSULTANT team's right-of-way lead. • The geotechnical explorations proposed herein will not be used to assess site environmental conditions. However, visual or olfactory observations regarding potential contamination will be noted. Analysis, testing, storage, and handling of potentially contaminated soil and ground water (either sampled or spoils from drilling) are beyond this scope of services. If contaminated soils and/or ground water are encountered, the material will be properly contained on -site for disposal as mutually agreed upon without additional cost to CONSULTANT. • All non -contaminated drilling spoils and related debris will be drummed on site and transported off site for disposal by the drilling subcontractor. • CONSULTANT assumes that they will attend two (2) project coordination meetings other than the kick off meeting. • All Field explorations will be conducted between the hours of 8AM to 5PM. • The borehole locations will be surveyed by team's surveyors. • Relatively disturbed subsurface soil samples will be collected from the borings using the Standard Penetration Test (SPT) at intervals of approximately 2'/z feet to 20 feet. Samples will be taken at 5-foot intervals below 25 feet. • No wells or groundwater monitoring will be required for this project. • No Flaggers will be required for the proposed field explorations. • Infiltration testing will be conducted between the months of November and March. • Stage I field work can be completed in 2 days, Stage II work can be completed in 2 days and Stage ill work--can--be completed in 0 stays. Deliverables • Stage I, Stage II, and Stage III Geotechnical Work Plan Memorandums • Preliminary Geotechnical Letter Report • Draft and Final Geotechnical Engineering Report Page 14 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work TASK NO. 5.0 — LANDSCAPING Anticipated tasks include the following: 5.10 - Task Management Complete invoicing, and budget and schedule tracking. 5.15 — Project Meetings CONSULTANT's Landscape Architect will be available to participate in the meetings outlined in Section 1.50 and 1.60. Assumptions • Time is included in the development of the graphics for the first public meeting and to revise graphics for a second meeting based on design progress. • Graphics developed for the public meetings includes QA/QC by a senior licensed landscape architect. • HBB will provide printed deliverables for the open house as mounted boards. Deliverables • Graphics for the two (2) public meetings include: o Two (2) typical sections of the path, color rendered. Sections will illustrate plant heights at completion of construction and at maturity (15-20 years). o Three (3) plan enlargements of the two gateways and a resting area, color rendered. 5.20 — Basis of Design (BoD) Support The lead Landscape Architect will provide input for the Basis of Design Memo. Landscape architecture design parameters will be set based on input from the City, existing conditions, and funding constraints. 5.30 — Alternatives Analysis for Pathway Alignment The lead Landscape Architect will provide input on the alternative analysis for the pathway alignment based on pedestrian safety, CPTED (crime prevention through environmental design) principles, preservation of existing vegetation, user experience and path connections to existing or planned sidewalks and paths. This will include the location of gateway treatments at each end of the path as well as a middle resting area. Resting and gateway areas may include enlarged paved areas, bike racks, benches, and planting. Assumptions • Civil designers will be responsible for determining alignment of path, walls, creek crossing, and intersection crossing treatments. • Concept level cost estimates will -be provided for decision making purposes • Specifications are not needed for this subtask. Deliverables • Concept plan identifying gateway areas on either end of path and middle resting point. Each gateway and rest area will include a black lined concept sketch of the proposed design for review by the City. These will form the basis for graphics developed for the public meetings. Page 15 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work • Concept level cost estimates for up to three (3) options for planting along corridor. A single concept level estimate will be provided for the gateway areas and middle resting area. 5.40 — PS&E Design and Document Preparation Corridor The landscape design for the corridor will generally including restoration on either side of the proposed path to meet and match existing conditions with seed, mulch, trees and shrubs and groundcover. Areas disturbed by construction will be restored, with additional planting provided to assist in screening the path from private properties. Proposed planting will incorporate CPTED (crime prevention through environmental design) principles for path user safety. Plant species and sizes will be specified to reduce the need for supplemental watering, but no automatic irrigation will be provided. Wayfinding and trail entry signs will also be provided along the corridor. The Landscape Architect will be responsible for locating these on plan, and providing detail, specifications and costs. S ecifications/Contract Bid Packa g Contract specifications will be developed based on WSDOT/APWA format. Specifications will include General Special Provisions and Project Specific Special Provision, based on the latest WSDOT specifications at time of Final milestone submittal. Quantities and Costs for Landscape Elements Quantities for each bid item will be compiled for each milestone submittal, and provided to the team's lead cost estimator. Includes costs for trees, shrubs, groundcover, seed, soil, mulch and restoration of private property. Assess • The 30% will only include quantities and cost, plans and specifications are not included. • The design of automatic irrigation system(s) is not included. Watering of plants for establishment will be required by the contractor by water truck. • Each deliverable includes QA/QC by a senior licensed landscape architect. 0 Bid Services and Construction Administration are not included at this time. • Paving, walls, railings, and curb design are provided by civil designer. Landscaper will provide input on wall finish treatments, but all details and specifications by civil and structural designers. • Restoration along approximately 50% of the corridor assumes mulch or The remaining restoration, approximately 50% of the corridor, is assumed to be a mix of trees, shrubs and groundcover that are native or adaptive planting for screening and privacy along the path and to provide a smooth transition to existing vegetation. No additional time is included for permitting. Deliverables outlined under Task 5.50 will be utilized for any permit submittals. Page 16 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work • Wayfinding signs are limited to bollards with signs identifying the corridor, showing distances to streets and major landmarks along the trail with arrows and miles. • Trail entry signs will be located and detailed similar to the City of Federal Way standard park signs, and the BPA trail sign. Sign details, colors, fonts and supporting details to be provided by the City for use and editing for this project. 5.50 — PS&E Design and Document Preparation Gateways & Rest Area The design of the path includes two (2) gateway treatments at approximately either end of the path to provide an area for identifying the entries from existing sidewalks and streets. A middle resting point will also be included to provide a rest area for path users. The locations and the conceptual design of the gateway treatments and rest area will be determined during subtask 5.30. Assumptions In addition to the assumptions identified in subtask 5.40: • Paving design of gateways and rest area (asphalt, concrete paving, railings, walls, curbs) are by civil designers. Landscape Architect will provide input on the design of gateways and resting area for expanded paving. • Bikc racks, bcnchcs (if includcd) and planting arc designcd and spccificd by the landscape architect. Deliverables • Deliverables will match those identified in subtask 5.40 with the addition of designed gateways and rest area into each deliverable. TASK NO. 6.0 — CIVIL ENGINEERING KPFF will complete civil engineering tasks for this project. Anticipated Civil tasks include the following: 6.10 - Task Management Complete invoicing, and budget and schedule tracking. 6.15 — Project Meetings Civil Engineers will attend and participate in the team and stakeholder meetings outlined in Section 1.50 and 1.60 of this scope. 6.20 -- Preliminary Site Investigation Civil Engineer's site investigation will include at least two (2) site visits to confirm existing conditions and assess non -motorized corridor prior to commencement of survey and design activity. Civil Engineer will work with Surveyor to confirm survey limits and accuracy requirements for basemapping products. Civil Engineer will conduct a site visit to confirm survey is suitable for design and will work with Surveyor and Consultant team as needed to acquire any pick-ups necessary for completing survey activity. 6.30 — Alternatives Analysis for Non -Motorized Alignment Page 17 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work Consultant will conduct an alternatives analysis for the proposed non -motorized pathway alignment to help in evaluating and confirming best fit. Consultant will work with City of Federal Way staff to identify suitable alternatives to be studied and will prepare preliminary designs with plan/profile and typical section information for review and input to the design and for. Consultant will coordinate with City staff and Consultant team and submit up to three (3) different Alternatives for review input. Consultant will also provide a matrix summarizing each alignment's conditions/impacts to aid in the selection of a preferred alignment including but not limited to: • Impacts to trees and sensitive areas • Impacts to right-of-way and real property considerations • Rough magnitude of costs and schedule • Risks and benefits • Coordination with structural alternatives analysis report to identify suitable structural solutions for various project conditions associated with each alignment considered. Upon completion of this activity, Consultant will work with City staff to determine and document a preferred alignment to be carried forward to a 30-percent level of design. 6.40 — Basis of Design Memo (BoD) and Design Report Civil Engineer will prepare a Basis of Design Memo, with input being provided by other design team leads. Civil design parameters will be set based on industry best practices and design standards for non -motorized pathways, intersecting roadway classifications and traffic input parameters and crossing improvement needs, and funding constraints. Conceptual geometric layouts, potential right-of-way & easement needs, and utility impacts will be included with the BoD. This document will be reviewed and approved by the City prior to commencement of final design activities. The Design Report will be an overall compilation of all the various design analyses and calculations. The report will include the Basis of Design Memo, Geotech Report, Traffic Analysis, Structural Calcs, Hydraulic Report, Lighting Analysis, etc. 6.50 — Utility Design Coordination Consultant will review and identify existing utilities in the project limits area and prepare a list of utilities that may conflict with the proposed improvements. Consultant will coordinate directly with the affected utilities for relocation and reviews. Site preparation and utility relocation/adjustment will be shown on the plan/profile sheets. Consultant shall lead the utility coordination on behalf of the City of Federal Way and will contact applicable utility districts and/or companies to confirm existing facilities, relocation requirements or protection methods, schedules, assessments„ and fees necessary for obtaining construction approvals including coordination of any City franchise agreements already in place. 6.60 — Storm Drainage Analysis & Report Consultant will prepare a preliminary and final Storm Drainage Technical Information Report (TIR). Stormwater Management criteria shall be per King County and City of Federal Way drainage code requirements. Page 18 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work KPFF's drainage engineer will meet with City staff to review and discuss existing and future proposed project drainage conditions, including any known deficiencies, and potential drainage solutions for mitigating stormwater runoff to be implemented by the project. Additionally, Consultant will review requirements and confirm the need to prepare a Construction General Stormwater Permit for the proposed project improvements to be conveyed over to the Contractor after NTP. Consultant will prepare and provide documentation needed to acquire 6.70 — Right -of -Way Plans Right -of -Way plans will be developed concurrent with the 30% submittal of the Contract Plans. The right-of-way plans will be the basis of r/w acquisition and the Project Funding Estimate. 6.80 — Channelization Plans for Approval Prepare channelization plans at 161h Ave S & Dash Point Rd (SR 509) for WSDOT review and approval. Chan plans for approval will meet WSDOT content requirements. It is assumed that at least review cycles will be required for final approval. 6.90 — Contract Plans Contract plans will be developed fora unit hid rontrart and will follow WSDOT's Plan Preparation Manual, where needed. Milestone submittals are identified in Task 1. City of Federal Way Standard Drawings and WSDOT Standard Plans will be inserted into the contract specifications as an appendix as applicable. 6.95 — Contract Specifications Contract specifications will be developed based on WSDOT/APWA Standard format, including Local Agency GSP's as applicable. Specifications will include General Special Provisions and Project Specific Special Provision, based on the latest WSDOT specifications at time of Final milestone submittal. 6.98 — Cost Estimate Support Quantities for each bid item will be compiled for each milestone submittal and provided to the team's lead cost estimator. Back-up calculations/figures will be provided for the various civil bid items. Assurntions • Unit bid price contract. • Haul route figures/diagrams not required. • TESC plans to be provided as reference. -' - Contractor to provid&-Stormwater PollutFwPrevention Plan _ - WPPP — - - -- - - - • All work will be completed in AutoCAD 2019, Civil 3D 2019. Deliverables • Alternatives analysis figures and cost estimates. • Basis of Design Memo, concept figures. • Design Report Page 19 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work • Preliminary and Final Storm Drainage Report. • Right -of -Way Plans • Channelization Plans for Approval • Civil contract plans (PDF for all submittals, with the exception of a hardcopy for bid). • Civil contract specifications. • Civil bid items list and quantities. • Cost estimate of civil items. TASK NO. 7.0 — STRUCTURAL ENGINEERING KPFF will perform the structural engineering tasks for this project. Anticipated tasks include the following: 7.10 - Task Management Complete invoicing, and budget and schedule tracking. 7.15 — Project Meetings Structural engineers will attend and participate in the team meetings outlined in Section 1.50 of this scope. 7.20 — Structural Alternatives Analysis Memo The consultant will provide structural input to the alternatives analysis, describing possible systems for retaining walls or boardwalks at the various retaining conditions, along with recommended wall or boardwalk systems. This will include high-level cost estimates for the alternatives. 7.30 — Contract Plans Plans will be prepared for retaining walls, boardwalks, pedestrian railings and/or fall protection fences mounted on walls, and light pole foundations. 7.40 — Contract Specifications Contract specifications will be developed based on WSDOT/APWA format. Specifications will include General Special Provisions and Project Specific Special Provisions, based on the latest WSDOT specifications at time of Final milestone submittal. 7.50 — Cost Estimate Support Quantities for each structural bid item will be compiled for each milestone submittal, and provided to the team's lead cost estimator. Back-up calculations/figures will be provided for the various structural bid items. 7.60 — Structural Calculations Page 20 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work Structural calculations will be based on Federal Way, WSDOT and AASHTO standards, and will be prepared and submitted with the bid -ready submittal. 7.70 — Basis of Design Support Consultant will provide structural input to the Basis of Design Memo, including applicable design standards and design criteria for retaining wall design. QA/QC KPFF will provide structural QA/QC for the project at each submittal for each document submitted to the City. Assumptions • The alternatives analysis will consider a maximum of three types of retaining walls. • Total maximum length of combined retaining wall and boardwalk for the project will be less than 800 feet. • No more than two (2) types of retaining walls will be utilized in design. • No more than one (1) type of boardwalk will be utilized in design. TASK NO. 8.0 — RIGHT-OF-WAY Preliminary Right -of -Way Services 8.10 - Task Management Complete invoicing, and budget and schedule tracking. 8.15 — Project Meetings The right-of-way lead will attend and participate in the team and stakeholder meetings outlined in Section 1.50 and 1.60 of this scope. 8.20 — Right-of-way Cost Estimate Support CONSULTANT will evaluate potentially impacted properties and determine ROW costs and impacts. This sub -task includes providing preliminary right-of-way impacts costs to support the City construction funding grant application. 8.30 -Title Review -- - - CONSULTANT will order and supply full title reports =(not property information- - certificate) for all affected parcels and provide Title Review Memos identifying all potential encumbrances to project team members. 8.40 — Right or Entry (ROE) Agreements CONSULTANT will prepare and obtain ROE forms required to gain access to the private property. This support will generally be for the geotechnical exploration activities. Page 21 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work Assumptions While the design team will develop the design to minimize property impacts, for the purpose of this scope the following has been assumed. 1. up to 11 property acquisitions from single-family or multi -family zoned properties 2. up to 2 permanent easements from multi -family zoned properties 3. up to 4 temp construction easements • It is not anticipated that the acquisition will impact current utilization of the properties • It is assumed that appraisal and appraisal review contracts will not be necessary and as a result, have not been included in this scope. If this work is necessary, additional fee may be necessary. • All acquisition activities will follow Federal Highways Administration policies and procedures as well as all applicable federal, state and local laws, including, but not limited to the Uniform Relocation Assistance and Real Property Acquisition Police Act of 1970 and its amendments, 49CFR Part 24, and state Revised Guidelines and by reference the WSDOT Right of Way Manual. • Right -of -Way plans will be developed by team's civil designers • Legal property descriptions will be provided by team's surveyors. • ROE acquisitions will be required for up to twenty (20) parcels. • ROE forms will be revised and approved by the City. • Project Funding Estimate (PFE) and actual right-of-way acquisition is not included with this scope. The PFE and acquisition of right-of-way will be completed under separate consultant contract or under a supplement to this contract after right-of-way needs are identified. Deliverables • Parcel Summary Reports • Title Review Memos • Executed ROE TASK NO. 9.0 — TRAFFIC ENGINEERING Anticipated tasks include the following: 9.10 - Task Management Complete invoicing, and budget and schedule tracking. 9.15 — Project Meetings Traffic engineers will attend and participate in the team meetings outlined in Section 1.50 of this scope. 9.20 — Traffic Analysis CONSULTANT will provide an analysis on revising the crosswalk layouts for the intersection of Redondo Way S/Dash Point Road (SR 509)/16th Avenue S. The analysis will consider operational impacts of reconfiguring the layout to include a diagonal crossing and a pedestrian only phase. Fehr & Peers will develop up to two (2) alternative crosswalk layouts with City input, and provide concept level sketches of the layout for purposes of documenting assumptions made during the analysis. Page 22 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work • Concept sketches will be completed over publicly available aerial photography, and completed in Bluebeam, or other graphic editing program. Detailed AutoCAD designs for intersection revisions are not included in this task. • The analysis will consider up to three peak hours (AM, PM, and afternoon school peak hours) and up to two (2) study years (likely existing and construction year). • The analysis will consider three (3) different layouts for the pedestrian crossing (existing/no-build, and up to two (2) alternatives to be developed with City input). • The analysis will include the intersection of Redondo Way S/Dash Point Road (SR 509)/16th Avenue S and SR 99/Dash Point Road (SR 509). • Volumes for the PM and afternoon school peak hour will be provided by the City. Additional AM peak hour volumes will be collected as part of the project. Volumes provided by the City will include pedestrian volumes at the intersection. • The City will provide existing signal timing for both intersections to be modeled. • All modeling will be completed in Synchro & SimTraffic. No VISSIM modeling is included in this scope of work. Deliverables • AM peak hour traffic volumes at 16th Ave S & Dash Point Rd • Concept sketch of up to two (2) layout alternatives for pedestrian crossing revisions. • Draft Traffic Analysis Memorandum summarizing analysis assumptions, methods, and results. • Final Traffic Analysis Memorandum. • Final Synch ro/SimTraffic Model Files 9.30 — PS$E Design and Document Preparation of Illumination CONSULTANT will provide illumination design for approximately 6400 LF of new multi- use trail along the existing 16th Avenue right-of-way between S 308th Street and S 288th Street. Calculations CONSULTANT will provide an AGI lighting level analysis based on the approved 30% design and channelization plan for the proposed improvements. The analysis will -consider existing -luminaires within the -study area and evaluate —the —need —for _ additional___ luminaires to meet illumination requirements. CONSULTANT will complete illumination sheets for the proposed improvements. The illumination sheets will be included in the 85% and 100% design submittals. Illumination design in the 85% complete level will be substantially complete including proposed pole Page 23 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work locations, junction box placement, proposed service connections, and wiring. The only changes anticipated between the 85% and the 100% submittal are to account for City comments and final details as required. Illumination plans will be included in the project overall plan set, and no separate plan set or design documents will be compiled as part of the illumination design. CONSULTANT will provide special provisions for the project specifications. All illumination related special provisions will be limited to Division 8.20 and 9.29. Specification provided will be included in the project overall specification set, and no separate specifications documents will be compiled for the illumination design. (quantities and Costs for Illumination Elements CONSULTANT will provide a quantity calculation and engineers construction cost estimate for proposed illumination improvements in conjunction with the 30%, 85% and 100% design submittals. Construction costs will be provided as a lump sum for all illumination system items, installed, complete. PS&E Deliverables • AGI Analysis Files (Electronic) and Results Print Outs (PDF). • Illumination Plan Sheets • Illumination Specifications (Division 8.20 and 9.29) • Illumination quantity and engineer's construction cost estimate Assumptions • City will provide all information for existing illumination along the project to be evaluated as part of the existing condition, or to be used as part of the proposed illumination system. • No signal work is included in the task. No revisions to existing illumination at signalized intersections is included as part of this task. Existing illumination will be considered as part of the AGI analysis. TASK NO. 10.0— CONSTRUCTABILITY REVIEW/COST ESTIMATING/PHASING CONSULTANT will be providing Constructability Review and Cost Estimating services for the project. Tasks are anticipated to include the following: 10.10 - Constructability Review CONSULTANT will perform Constructability Reviews of the design throughout the duration of design. Formal constructability review comments will be provided at the 30% and 85% milestone submittals. 10.20 - Cost Estimate Page 24 of 25 Pacific Highway Non -Motorized Corridor City of Federal Way Scope of Work CONSULTANT will compile unit costs for bid items that correspond to the project specifications and plan set. These quantities and costs will be created at 30% and updated for the 85%, and 100% PS&E submittals. They will include backup documentation for each item cost. A preliminary cost estimate and pre-PFE r/w costs will be prepared to support the City's construction grant funding application in April 2020. 10.30 - Project Phasing Plan A project phasing plan will be developed based on expected funding schedules. The phasing plan will include conceptual figures and cost estimates for each phase as standalone projects. For scoping purposes, the entire project will be packaged as a single contract. Breaking the project into separate contracts, based on the phasing plan, is not included with this scope. Page 25 of 25 MATCHUNE SEE BELOW Mz� 0 W Q ca 0 G a' 0 cs n w N w 0 0 a z r x c.> L> a a a J W 0 W LL O MATCHLiNE SEE ABOVE See attached, Exhibit B. Exhibit DB,E Participation ,r Agreement Number: AG Exhibit B - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 ii jrr I rr Mm' 011 11° a th e nw , SWto 1600 Se alffl ,, WA, 9 !31(A b)6 622,5822 kp illfxil)M Exhibit B UDBE Participation Plan December 20, 2019 Christine Mullen, PE City of Federal Way — Public Works Dept 33325 8th Ave S Federal Way, WA 98003 Subject: Pac Hwy Non -Motorized Corridor— 16th Ave S (S 308th St. to S 2881h St.) UDBE Participation Plan Dear Christine: This letter conveys our intent to comply with and participate in the Underutilized Disadvantaged Business Enterprise (UDBE) Program under the United States Department of Transportation. KPFF has a long history of working with UDBE firms in the Pacific Northwest. Our strategy is to work together with our UDBE sub -consultants to develop the best designs and deliverables we can for a project. We are proud of our efforts to support this program and will continue to do so. KPFF is currently negotiating a contract for the design and permitting phase of the Pacific Highway Non -Motorized Corridor project. The following table consists of UDBE certified firms who are able to provide support to the team, as well as their estimated fee for this particular phase of the project. DBE Firm Name A reement Amount HWA GeoSciences Inc. $ 69,226.04 Lin & Assocaites $ 99,645.52 RES Group NW, LLC $ 25,997.75 For this project, we are utilizing these firms in critical roles in geotechnical engineering, surveying, right-of-way services respectively. KPFF's objective is to ensure these firms are responsible for critical tasks, a significant portion of the work, and have meaningful exposure with the City. This will build their resume, familiarize City of Federal Way staff with key staff, familiarize the firms with LAG/WSDOT design standards, and help these firms grow a relationship with KPFF. With the expected fee amount listed above, UDBE participation on this project is anticipated to meet or exceed the required minimum of 9% for the design phase of this contract. Our next step is to bring these firms under contract once our Prime Agreement is authorized by the City. As Project Manager, I will coordinate and communicate directly with our partnered UDBE firms in order to handle and minimize disputes, and to ensure that our professional relationship is positively maintained. Our Project Coordinator, Vanessa Reed, in coordination with me and KPFF's Accounting department, will work as the main person of contact to monitor and ensure prompt payment to the UDBE sub -consultants. Vanessa will also be a secondhand contact for these firms in regards to project and contract management. City of Federal Way — Pac Hwy Non -Motorized Corridor Project UDBE Participation Plan December 20, 2019 In order to maintain and potentially increase UDBE utilization for future projects, our goals include the following measures: • To select the primary UDBE team members who are well matched to the anticipated project tasks as defined in the RFP. • To look to the City of Federal Way to indicate if there are any preferences for UDBE firms in the disciplines needed for the particular task. • To contact a broad spectrum of UDBE firms at the beginning of a proposal process to initiate contact and gather updated information. • To review any UDBE firms with whom we have built a relationship and search our internal database, which is kept active and accurate to significantly improve our opportunity to quickly sustain the UDBE goals on any specific proposal if we need to augment our original team. If you have any questions, please feel free to call me at (206) 622-5822. Sincerely, Sean Battle, PE Associate SCB: 10041900767 — 10 Page 2 Exhibit C Preparation and Delivery of Electronic Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: I. Surveying, Roadway Design & Plans Preparation Section A. Survey Data See Scope, Exhibit A B. Roadway Design Files See Scope, Exhibit A C. Computer Aided Drafting Files See Scope, Exhibit A Agreement Number: AG Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 4 D. Specify the Agency's Right to Review Product with the Consultant See Scope, Exhibit A E. Specify the Electronic Deliverables to Be Provided to the Agency See Scope, Exhibit A F. Specify What Agency Furnished Services and Information Is to Be Provided See Scope, Exhibit A Agreement Number: AG Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 2 of 4 II. Any Other Electronic Files to Be Provided See Scope, Exhibit A III. Methods to Electronically Exchange Data See Scope, Exhibit A Exhibit C - Local Agency ASE Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 08/15/2019 Page 3 of 4 A. Agency Software Suite See Scope, Exhibit A B. Electronic Messaging System N/A C. File Transfers Format See Scope, Exhibit A Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 08/15/2019 Page 4 of 4 W.Wron-01 See attached. Prime Consultant Cost Computations Agreement Number: AG Exhibit D - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 Fee Proposal Pac Hwy Non -Motorized Corridor Fee Estiamte Summary 12/4/2019 Description KPFF Lin & Assoc HWA HBB RES Group NW F&P Total Cost Task 1-; Project Management & Admin $ 26,284.40 $ 26,284.40- Task Survey $ 29.057.70: $ 2905770' Task 3 Environmental/Permitting $ 9,690.66 $ 9,690.66 Task 4 Geotechnical Engineering $ 17,383.00 $ 17 383.00 Task 5 Landscaping $ 21,537 50 $ 21,537.50 Task 6 Civil En ineeria, $ 72,385.76 $ 72,385.76 Task? .Structural Engineering$ 28,791,02 $ 28791.02' Task 8 Ri htof•Wa . $ 10,032.00 $ 10,032,00 Task 9 Traffic Engineering $ 19,102,581 $ 19102.58 Task 10 Construdabili (Phasln Cost Est. $ 6,944.16 $ 6 944.16 Total Direct Cost by Finn 1 $ 144,096.001 $ 29,057.70 ; 17,383.00 $ 21,537.50 $ 10,032.00 $ 19,102.58 $ 89,359.92 Overhear Rate 13721% 1 152.87% 1 17544% 1 137,25% 48.86% 171,91% Overhead Cost $ 197,714.12 1 $ 44,420.511 $ 30,496741 $ 29,560.22 $ 4,901641 $ 32,839.25 $ 339,932 ]46 Fee 30% 30% 30% 30% 30% 30% Fee Cost $ 43,228.80 $ 8,717,31 $ 5,214,90 $ 6,46125 $ 3,009.60 $ 5,730.77 $ 72,362.63 Total Cost $ 385,038.92 $ 82,195.52 $ 53„094.fi4' $' S7,558,97 $ 17,943,24 $ 57„672.60 $ 653,503.88 Reimbursable Costs by Firm 1 ; 1 $ 17,450A9 15 16,131,40 $ 1,000.00 1$ 8,054.521 $ 1,000,001 $ 43„635.92 IT61al 14flrfititad Budget $ 697,139.79 Perr.antaacs Firm Fee % UDBE KPFF $ 385.03892 51% 0% LIN $ 99,645.52 18% 18% HWA $ 69,226,04 9°% 9% HBB $ 58.558,97 9% 0°% RES $ 25„997.75 5% 5% FP $ 58,672.6C 8% 0°!0 Total $ 697,139.79 100% 32% 9% Min UDBE UDBE UDBE Page 1 of 1 Fee Proposal Pac Hwy Non -Motorized Corridor KPFF Consulting Engineers (Prime) 12/4/2019 MIProIICI ject Management A Admln Schedule Submittal and Contract PackageCompilation. IMMIM MMMII Elm :1111, ........ . HIM Im Elm= W Golan EBB= am ..... ..... Page 1 of 3 Fee Proposal Pac Hwy Non -Motorized Corridor KPFF Consulting Engineers (Prime) 12/412019 ME ............. ...... nearing �tructural Engi Em ==NON= DOW, Mom Sm MOM SON 11111111F.91 I 1119"t-of-Way Traffic Engineering .............. lqpnsbructabilitylPhasing/CostEsL wmn,. Tin "911- 110'efhoad .21 L L 412118-91 Page 2 of 3 Fee Proposal Pac Hwy Non -Motorized Corridor KPFF Consulting Engineers (Prime) 1214I2019 P"u�paarfi. , SlnkWrol ;aeua�pv �:"ur,l 1dfffitl 1`aaat r�tl e tl h6aaw Pinindpal Maaim ar CNilLead Lead tl„inryuimawrr. 'i IIui l�n u,EIT Rlaap0au PkflnaPr kret fAf1D Goordinelor AdmanAstisl Niamrq �Caaelt. Total Prime Calvaa iant cast US,034.�3 Total SubtonamitardCanl $ 312160.3T Ta al act cost $ Page 3 of 3 'm Washington State Transportation Building wro Department of Transportation 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY. 1-800-833-6388 www.wsdot.wa.gov October 3, 2019 Marci Monroe -Jones, VP of Finance KPFF, Inc. 1601 Fifth Ave, Ste 1600 Seattle, WA 98101-3665 We have perforined a cognizant review of the audit, and supporting workpapers, of the KPFF, Inc. Statement of Direct Labor, Fiinge Benefits, and General Overhead for the year ended 4/30/2019 in accordance with our role as Cognizant Agency as defined in 23 U.S.C. I I 2(b)(2)(c) and 23 CFR 172.3 and 172.7. Clark Nuber, P.S. performed die audit. The CPA represented that the audit was conducted in 2 Part 3 1. We performed our cognizant review in accordance with the AASHTO Review Prog7-amfor CPA A udils of Consuffing Engineers'Indirect Cost Rates. In connection with our coggnizant revie audit, and supporting workpapers for the Statement of Direct Labor, Fringe Benefits, and General Overhead, and the related Auditor's Reports, we reviewed did not conforrn in all material respects to the aforementioned regulations and auditing standards. Accordingly, we recommend acceptance of the following rates: Home Rate: 136.92% Home Facilities Capital Cost of Money (FCCM): 0.29% Field Rate: 103.76 Field Facilities Capital Cost of Money (FCCM): 0.06% am= Schatzie Harvey, CPA Agreement Compliance AW4 anager cc: Steve McKemey, Director of Internal Audit Jeff Tawney, Acting Assistant Director of Internal Audit Erik Jonson, Contracting Services Manager File I glearmig*71 0 - P I I P 10 fil .1 , . 0 , - 0 Code of Federal Regulations (CFR), part 31. 2-1 This 1 41 Rigg doVqg g All known material transactions or events that have occurred affecting the firm's ownership, organization and indirect cost ratesftaye been disclosed. Signature: lag - 1 9 - I I - - - I " Ti?4 04,1101 1 1 contracts. e mse I 1 11♦ a 1 11 Exhibit Sub -consultant Cost Computations There isn't any sub -consultant participation at this time. The CONSULTANT shall not sub -contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. Refer to section VI "Sub -Contracting" of this AGREEMENT. See attached. Agreement Number: AG Exhibit E - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 Fee Proposal Pac Hwy Non -Motorized Corridor HWA GeoSciences (Geotechnical) 12/4/2019 D"cription QirKtl vnrnpal S 82.00 qanaQe = I S 72001 - Lead Erg -or 6800 Sol, I l, q':e' 3I s- Epoloper s 30 LJO. Staff Enompon ol S 4000 CARD T�.Ihpl 5 IR 00 slalP 5 'SA 00 co"W" t Ad,�,;,, S J/ 00 Adonin S 2.5 00 Total Hours Total Direct Sal !2 Cost Task I :Project Task 2 Task 3 Task 4 4A Management & Admin Survey Environernentall[Permitting Cwhuchfol Englernal Task Management 0 4,16 IsroleclMeetiorps prqx:�Sohn, Invoicipa ProgTess Report, Bud elTrackin 12 (I 43 0 I D., 0^Sb N �%O tQ Kl6ffM.lJ'q(l) CcordinalJon Workshop - Walls 12) 4 A M 3100 S 41600 10, l hl I 10 A 4,2 COKI, & Review Al"wailable-Geolechnical Data uau d A 2 to 0`3 Jim 43 Geolechnical Extfloratioms,2!eI Plan Field Explomfirm Program 4 1 1 K IM Cwdinap and Review Traffic Control —Plans for7es6nq I Condual Ubty l for Ex lorarions 1 2 11 S 14d Geo[Khmcial Work Plan Memo S I lyl 03 Conduct Eyplorahons 156109 Generate no Lop, and Assign Lab Testing 1�Vd .., Plan Field ExpvralJon Program 4— 5 fist Coprdipadl and Review Traffic Control Plans for Teslin 9 J 5 h*'Oft Enlorafiops 11_1101� 5 14 � UK _1111W mo T711211711-11117ull Til 11 4 Conduct Elploralions 31) 7� Generate Boring Logs and LsILLb TesImp . ....... .4 4.12 Gp..Iechpicsll E,ploratioms S[a eill Corvdir,aWard! Review Trafr,Coplml Plans for Teslm2 ICA M Cgl ll Lrxalmtt, 4 Gootechircial Work Plan Memo Z' Zh16 lA Conduct Fx1plorations 16 S l 44 Gomel Deis Se —es Evaluate Field and Laboratory Data. 4 4 2 B OS X'velk (")d Conduct Sl,lflernerlA�Is 4 S S 21000 4'6 Gpotachl Design Services p 5 Retainin W21122an F14 FIx 1n0 ! fi'O Il A "MA S 6 S 522 00 S 5 IZIQO Limunsins Foundation Deson % M111 00 I Develop Log G Tom Infillmil Rahpls 4 2 1 M I Pavement Des,"n W4 ^1 4 'a S 4 1 r, N So,,, )"Oroorpl 4 IS 14 u f,44,6Q 4,7 Geoacl R!E2q_ IN S OPIP01 4 _._ Pirelfirl 8 12 Do Pre are. Qrall. and Gegloohniral En . Re rt 4 Is 4 Prepare Final Geolechnical En Re rt 4 R 4 . . . . ........... Las—" TOA7 Task 8 _Las, I Task 110 Totali Hours ITMA DO er.1 Landoll Civil Engineering Structural Engineering Righl Traffic Engineering Constructability/Phasing/Cost Est. per person Cgg U�, U26_n 11 4'If') x., 6 w L.I 1223 �474XAI 7 5 -7---T —S _6 —Sl w "S 0 388 17"Ro 00 Onahl "� LL-222-1 'W".",` Fall Dral _5 9, TIAptOomhood Total Fully Burdened Cost . . ......... .. ... .. " Page 1 of 2 Fee Proposal Pee Hwy Non -Motorized Corridor HWA GeoSciences (Geotechnical) 1 9mnni a If LAW Senior ID0*uo BW„mf CADD 61SR vatad Too01"d O"CH dom P V em I",om,�1wwmmc neer iLaw"namm Cnwnnrrw7nlal "tl'mua imu "a.wrn Q'.,1111DOW n*6 Admin TdfA4 Morwro SolmyroM HWA CaoBoiari a GaolochvricbR Total Pra ed1:006 Pape 2 of 2 J%mb, t ton State j r/ l% ��� iWashinTransportation Department of T i o% June 18, 2019 HWA GeoSciences, Inc. 21312 301h Drive SE, Suite 110 Bothell, WA 98021 Subject: Acceptance FYE 2018 ICR — CPA Report Dear Vasiliy Babko: Iiraintsportaboin IBu.siilldmn 310 IMaple IPafl( Avenue S. II.::,a P.O. IBox 4 7300 01Nympua,, WA 93304-7300 360-705-7000 p...T Y. 1....800.833-638 We have accepted your firms FYE 2018 Indirect Cost Rate (ICR) of 175.44% of direct labor (rate includes 0.39% Facilities Capital Cost of Money) based on the "Independent CPA Report," prepared by T-Max CPA. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email Regards; Jonson, Erik JUJI 19 2019 1:04 ISM ERIK K. JONSON Contract Services Manager EKJ: ah Acceptance ICR CPA Report Fee Proposal Pac Hwy Non -Motorized Corridor Lin & Associates (Survey) 1?/A/9nlQ SLIlley su—Y Chief of Survey ''(eld ROW CAD Sr Project Total Direct Principal r0aria4ee Engl,eer !arbes Technician Surveyor Engimeer Technimaj Admin Admin Total Hours Wag Cost Direct R ale. 9090 S 60 R� 5 3737 S 3737 21929 1 N, 26 $ 34 34 TS 36,36 S 4343 S $ 3737 Task Project Management Admin Task 2 Survey 2A B 10 190 200 180 10 10 BI XN S Z�_rjsy 70 Envirommental,Permitting Task 4 Geotechnical Engineering Task Landscaping Task 6 Civil Engineering Task? Structural Engineering Task 8 Right -of -Way F Task 9 Traffic Engineering Task 10 ConstructabilitylPhasIng/Cost Est Hours per person 46 IN 200 1 180 200 1 0 1 0 10 10 0 838 We"111 0111,10M, II T-TIR51"i'scl Cost per persoa— QT� S710030 5 7,4747,7 5 ufti�,b S J9'mbj s , 15 434 30 5 XU N) 5 S 29.057,70 Raw m4d casi S 44,00M ITCOFM d9W1 Total Fully Suldaned Co%l S 82,195.52 KhI'MbJJK4AtlLtb Item Quantitv Unit Unit Cost — — Sub Totals Survey Vehicle U&aoe 22__ t 2 500 d2y day ww h S 6000 5 1500 5 0,10 % i ulfb) 1 Lov 5 91003 1 132000 S 111000 S ",III qD Yi Sul e, 10 dm� 0) 00 P, m 00 _LJ1 —OM101) APS acLur 9900.00 00 9.900 UO 5 9 90000 S Total S 17,450.00 au, .Ject Page 1 of 1 Aahk UWashington State jiDepartment of WanspadMian June 19, 2019 Lin & Associates, Inc. 901 5th Avenue, Suite 2710 Seattle, WA 98164 Transportation Building 310 Maple Park Avenue S.E P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY11-800-833-6388 www.wsdotwa.gov Subject: Acceptance FYE 2018 ICR — Risk Assessment Review Dear Hannah Fredericksen: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2018 ICR as follows: • Home office rate of 152.87% of direct labor • Field office rate of 122.48% of direct labor This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email rs lta tr a,a .d .)v v. Regards; Jonson, Erik Jun 19 201 1. 5 FM � y, n ERIK K. JONSON Contract Services Manager EKJ:ah Acceptance ICR Audit Office Review Fee Proposal Pac Hwy Non -Motorized Corridor HBB Landscape Architects rrI ........... jimumtwmLof Mai NAP Um T.&.IF.IIVEI.ftO ... dQ�nl $ HIM !HBO Lapologov WOW% TOUIR OOQOSlS Pogo 1 of 1 Aft mom Washington State V UP � sportation April 2, 2019 Hough Beck & Baird, Inc. (HBB) 215 Westlake Avenue North Seattle, WA 98109 mVamimmumlmortation I uliilllduirmg 10I ajpa IP'w1kAveniue SJE, 0�yrnpiia , ' A I a' 04- 300 360- 0 5- 7 000 wwmmsdotwa.gov Subject: Acceptance FYE 2018 ICR — Audit Office Review Dear Pam Neuman: Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your firm's FYE 2018 Indirect Cost Rate (ICR) of 137.25%. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email ConsIIlt�Irrt ate �:"i, �s11 t. aa, tw. Regards; Jonson, Erik Apr 3 2019 10:53 AM ccsp; n ERIK K. JONSON Consultant Services Manager EKJ:mya Acceptance ICR Audit Office Review Fee Proposal Pac Hwy Non -Motorized Corridor RES Group NW (Right -of -Way) senior Aulu�s�tiury 1 7mal Dkset 5slery. 10awson. A�YfI( IYti' ,Sc:... Adman ......... .. TaPal Naura Cns ...m,..-� ........e._....: ......... G�n,.n li,xlnl� S 6'f.56 ° fi7.5(! 1 rd ^r(1 ITask1 Project Mansvemenl 6 Admin Tesk 3 EnaBraxemen srmftling .._ 'Taskd . Ceoyechnlcal i q jaskS iandscasdrYp.... Task 9 CMll Englnaed.q., Task 7 'Shurtural Engineedlud... Tssk I RWhW.WaY ..... a wOmppw ..........._. _..y d �...�._... ...,,..:w: _,� . ..„..._.... d1S ra ad as1a 3 102 i ry bu ti v,rgil �Nun+14 MLfo( A"Tlfl'ti.dry� i tY7,`S1 "AVV R-W Fat f]IYY6rnr,a �.mm ➢ I 12 ud1 S ,111641A ;.rN'i 41'"4 fh d4P. •� Cf �. _ r,P M5F Fu du1,p E A A IIT 1F rM #ti ag.. 1 AY' roGY n n Y I Iim � u ✓aym'a4 7 761' 5 diYZ `s5il �1 �7 .... f fA141y ta1Vt an lfyN' 4roY1!�.yn y»� - n ,.&,....m. .., al..,....:IA Ide Rex,. _ .... MW �..� rR rvwllr ,7 9 " . .. .......�.�.. �i ..�.......m.�., .m.. .,...� . ��... `cal ill x�. q S j1"�"lat k1 ,aawmmwm� 9asp� &d Task 9 Traffic Engineedng Task 10 ±Cons bllhylPhas6 oa8 Est . TOW Hm, Wror[ fW4n 1d1 1p 57 0 0 @ ( k @ 9 :' 0 170 -Toul 0irsc4 Corfi m amer 5 W. W °x'I S 1 f „l S 7� 1 �7' 1 , ,bG/ c 1 Nasal 09 C'•1rdAdr.w.m�.f Haar .. Ah W:': u--R,Om. 7tlA V d. h 4", a 4O Y MIad IYArvvr�a'e41k,41 +a'7R'Y4 A7,. "• 1ua1Y1u'71irvM9 e1 1 '� .. 7 raaa Gw4g Pi!. rdmrual ¢�.atl 1 1r say.l,wc NOW � 0 �E��nfinr -1 1RJ IH7•e�.. To1a�11Mre"mu�CC9w1� _ � ����"� Page 1 of 1 mh WashingtonSii' te Department of Transportation iy June 5, 2019 RES Group NW, LLC 624 S Lander Street #202 Seattle, WA 98134 Transportation Bu60dln 310 Maple Park Avenue S.E. P.O. Box 47300 Olyrnpia, WA 98504-7300 360-705-7000 T Y. 1-800-833-6388 www.wsdot.wa.gov Subject: Acceptance FYE 2018 ICR — Risk Assessment Review Dear Tim Davis: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2018 ICR of 48.86% of direct labor. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email n ultant;rateu allLuvwgo-v- a Regards; Jonson, Erik Jun 6 2019 7:45 AM rly ;;: ri ERIK K. JONSON Contract Services Manager EKJ:ah Acceptance ICR Audit Office Review Fee Proposal Pac Hwy Non -Motorized Corridor Fehr & Peers (Traffic) R "M ............ RIILMI.Tn�'mgLm . Tdo �rmj ��,W 5 r�g ul Twf f0p AmWd C.P r 94'672 0 h M., S . . . ... ...... ....... . . . . ........... ............. 58,61260 P,gc 1 of 1 Aft m� �ty� WashingtonState May 31, 2019 Fehr & Peers, Inc. 100 Pringle Avenue, Suite 600 Walnut Creek, CA 94596 Subject: Acceptance FYE 2018 ICR — CPA Report Dear Marion Donnelly: nsportatlon SullUding 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 504-7300 360-705-7000 TFY.1-800-833-6388 www.wsdot.wa.gov We have accepted your firms FYE 2018 Indirect Cost Rate (ICR) of 171.91% of direct labor based on the "Independent CPA Report," prepared by D.L. Purvine, CPA, PLLC. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email S011112—flatL aft k)NE o .", - -IM. Regards; Jonson, Erik Jun 3 2019 10:45 AM ERIK K. JONSON Contract Services Manager EKJ: ah Acceptance ICR CPA Report Title '1 Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS"), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non-discrimination: The CONSULTANT, with regard to the work performed during this AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub -consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when this AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. Solicitations for Sub -consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub -contract, including procurement of materials or leases of equipment, each potential sub - consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the AGENCY, the STATE, or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, the STATE, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the CONSULTANT's non-compliance with the non- discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE, or the FHWA may determine to be appropriate, including, but not limited to: • Withholding of payments to the CONSULTANT under this AGREEMENT until the CONSULTANT complies, and/or; • Cancellation, termination, or suspension of this AGREEMENT, in whole or in part. 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs-(1) through- (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub -consultant or procurement as the STATE, the AGENCY, or FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub -consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY enter into such litigation to protect the interests of the STATE and/or the AGENCY and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Agreement Number: AG - Exhibit F - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 Exhibit Certification Doculments Exhibit O-l(a) Certification of Consultant Exhibit O-1 b Certification of City of Federal Way Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions Exhibit O-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying Exhibit G-4 Certificate of Current Cost or Pricing Data Agreement Number: AG Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 Exhibit G-1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of KPFF, Inc. whose address is 1601 5th Avenue, Suite 1600 Seattle, WA 98101 and that neither the above firm nor I have: a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this AGREEMENT; b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. KPFF, Inc. Consultant (Firm Name) /- 0 —2.01Z Signature (Authorized Official of Consultant) Date SEAQ `C Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 Exhibit G-1(b) Certification of City of Federal Way I hereby certify that I am the: ❑1 Mayor, Jim Ferrell ❑ Other of the City of Federal Way , and KPFF, Inc. or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: a) Employ or retain, or agree to employ to retain, any firm or person; or b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Signature Jim Ferrell, Mayor Date Agreement Number: AG Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and D. Have not within a three (3) year period preceding this application / proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. KPFF, Inc. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Agreement Number: AG Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment, or modification of Federal contract, grant, loan or cooperative AGREEMENT. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00, for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier sub -contracts, which exceed $100,000, and that all such sub -recipients shall certify and disclose accordingly. KPFF, Inc. Consultant (Firm Name) w • � � "- " � Signature (Authorized Official of Consultant) Date Seam '?Sc-Ne, Agreement Number: AG Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 08/15/2019 Page 1 of 1 Exhibit G-4 Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's representative in support of Pacific Highway Non -Motorized Corridor * are accurate, complete, and current as of Dec. 5, 2019 This certification includes the cost or pricing data supporting any advance AGREEMENT's and forward pricing rate AGREEMENT's between the offer or and the Government that are part of the proposal. Firm: KPFF, Inc. �..�i Signature Date of Execution***: Title *Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project title.) **Insert the day, month, and year, when price negotiations were concluded and price AGREEMENT was reached. ***Insert the day, month, and year, of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 xbibit k1i at" Liability Insurance Increase To Be Used Only If Insurance Requirements Are Increased The professional liability limit of the CONSULTANT to the AGENCY identified in Section XII, Legal Relations and Insurance of this Agreement is amended to $ The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of $ Such insurance coverage shall be evidenced by one of the following methods: • Certificate of Insurance. • Self-insurance through an irrevocable Letter of Credit from a qualified financial institution. Self-insurance through documentation of a separate fund established exclusively for the payment of professional liability claims, including claim amounts already reserved against the fund, safeguards established for payment from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those funds. Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed $1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit. If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional professional liability insurance required. Notes: Cost of added insurance requirements: $ • Include all costs, fee increase, premiums. • This cost shall not be billed against an FHWA funded project. • For final contracts, include this exhibit. Agreement Number: AG Exhibit H - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 1 Exhibit Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manager and any personnel (including sub -consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: • It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. • It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursein nts, No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Agreement Number: AG Exhibit I - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 2 Step 5 Forward Documents to Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. • If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. • If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Agreement Number: AG Exhibit I - Local Agency ASE Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 2 of 2 hiit J Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Agreement Number: AG Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 1 of 2 Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; • Explanation regarding those areas in which the Agency does/does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. Agreement Number: AG Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 0811512019 Page 2 of 2 December 20, 2019 Christine Mullen Senior Capital Engineer City of Federal Way Public Works Department 33325 8th Avenue South Federal Way, WA 98003 RE: Pacific Highway Non -Motorized Corridor Signing Authority Dear Ms. Mullen: Thank you for the opportunity to provide engineering services to the City of Federal Way under this contract. KPFF is submitting formal notification that Sean Battle, PE, with the title of Associate, has authority to execute this contract. Please let me know if you require further information. Sincerely, 104 � Nikhil Kalgha ,i, SE CFO 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 206-622-5822 kpff.com 1/10/2020 Corporations and Charities System BUSINESS INFORMATION Business Name: KPFF, INC. UBI Number: 578 063 612 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES Principal Office Mailing Address: Expiration Date: 07/31/2020 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 07/26/1963 Period of Duration: PERPETUAL Inactive Date: Nature of Business: PROFESSIONAL, SCIENTIFIC & TECHNICAL SERVICES REGISTERED AGENT INFORMATION Registered Agent Name: REPORTING CENTER MANAGER Street Address: 1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES Mailing Address: 1601 5TH AVE, STE 1600, SEATTLE, WA, 98101, UNITED STATES GOVERNORS Title > Governors T ype Entity Name First Narne=====Last Name GOVERNOR INDIVIDUAL JOHN GAVAN GOVERNOR INDIVIDUAL NIKHIL KALGHATGI GOVERNOR INDIVIDUAL RICK DAVIS https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1 Client#: 25326 KPFFINCO ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) I1/14/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER A'CT CNTA Katie Krasner Greyling Ins. Brokerage/EPIC PHONE 770.552.4225 Fax 866.550.4082 N.. Exda: a. ' No 3780 Mansell Road, Suite 370 E-MA° , , Katie.Kresner@9reyfin9.com. Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: National Union Fire Ins. Co. 19445 INSURED INSURER B : The Continental Insurance Company 35289 KPFF, Inc. INSURER C ; New Hampshire Ins. Co. 23841 1601 5th Ave INSURER D ; Surplus Allied World Slus Lines Ins 24319 .Suite 1600 INSURER E Seattle, WA 98101 INSURER F COVERAGES CERTIFICATE NUMBER: 19-20 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL UBR LTRTYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY EXP LIMITS /D /YYYY MM/DD(XYMX A X COMMERCIAL GENERAL LIABILITY 5268336 04/01 /2019 04/01 /202OI EACH OCCURRENCE $1 OOOOO Ap RENTED MGSESE T1r DAFM $500 OOO CLAIMS -MADE OCCUR 1 MED EXP Any one arson $25 000 PERSONAL & ADV INJURY $1 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,000,000 PPOLICYGY X JECT �R GGLOC PRO- PRODUCTS - GOMP(Or, AGG $ 2 OOO 000 $ OTHER: A ... AUTOMOBILE LIABILITY 9775930 4/01/2019 04/01/2020 GOh,MBIhJFl7INIai.F a iMlr 1 000 000 tt, X1 ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ HIRED NON -OWNED f'H(JI•'Ef)T r DAMAGE $ AUTOS ONLY AUTOS ONLY P B X UMBRELLA LIAB X OCCUR 6050399824 4/01/2019 04/01/2020 EACH OCCURRENCE $10000..... 0 X EXCESS LIAB CLAIMS -MADE AGGREGATE $10 0-0-0.000 DED I X1 HFTFNTI()N 0 S C WORKERS COMPENSATION 022298245 (AOS) 4/01 /2019 04/01/2020 X 1 PER OTH- AND EMPLOYERS LIABILITY Y f r+tl A ANY PROPRl£TOR�PAI r:4E.'V Xf.:CUFWE — 022298244(CA) 4/01/2019 04/01/2020 E.L EACH ACCIDENT 1 000000 iOFFICERIMEMBER EXCLUDED? ) N � N / A (Mandatory in NH)-0 E.L DISEASE - EA EMPLOYEE $1 000 000 If yes, describe under DESCRIPTION OF OPERATIONS below E L. DISEASE - POLICY LIMIT $1 000 000 D Professional/ 03120067 10/10/2019 10/10/2020 Per Claim $10,000,000 Pollution Liab. Aggregate $10,000,000 SIR $250 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Pacific Highway Corridor Project. City of Federal Way is named as an Additional Insured on the above referenced liability policies with the exception of workers compensation & professional liability where required by written contract. City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS. Federal Way, WA 98003 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1961730/M1774402 KKRE1