HomeMy WebLinkAboutCOW 2004-11-22 Item 4F - Contract - Interurban Avenue South Consulting wtih KPG Inc for $434,671 COUNCIL AGENDA Swosis
J�f' wg s y Init ITEM No.
�1�,��� Meeting Date 1 Prepared by 1 Mayorr,.teview 1 Council review
a r 2 11/22/04 1 RT_< tYh L 7I,W 11
��t` U I
rsos 1 1 1
1 1 1
ITEM INFORMATION
CAS NUMBER: 04-167 I ORIGINAL AGENDA DATE: NOVEMBER 22, 2004
AGENDA ITEM TITLE Interurban Ave South Consultant's Agreement with KPG Inc.
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date 11 /22/04
SPONSOR Council Mayor Adm Svcs DCD Finance Fire Legal P&R Police ®PW/
SPONSOR'S The contract is for the engineering design services for the roadway improvements on
SUMMARY Interurban Ave South from S 143 St to Fort Dent Way. The roadway improvements
include minor widening, adding curb, gutter and sidewalks on both sides of the street,
utility undergrounding, storm drainage and slope stabilization.
REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DATE: 11/8/04
RECOMMENDATIONS:
SPONSOR /ADMIN. Authorize Mayor to sign agreement with KPG Inc.
COMMI Approve agreement and forward to COW and then Regular Council
COST IMPACT FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED CITY FUNDS REQUIRED
$434,671.00 $458,000.00 $62,000
Fund Source: 104.02 Commercial Streets (page 44 2004 CTP)
Comments: Federal Hwy Surface Transportation Program grant of $396,000.
MTG. DATE I RECORD OF COUNCIL ACTION
11/22/04
NI TG. DATE ATTACH'
I I M. r1 IVI C IV I S
11/22/04 1 Information Memo dated November 3, 2004 (revised from 11/8 TC)
Consultant Selection
Consultant's Agreement with Exhibits
Transportation Committee Meeting Minutes from November 8, 2004
1
From:
Mayor Mullet
Public Works Director
November 3, 2004
Interurban AvtmueSouth - S 143rd St to Fort Dent Wav,
Consultant Selection and Contract Scope & Fee Estimate
To:
Date:
Subject:
ISSUE
Approve the Consultant selection and authorize the Mayor to execute a contract in the amount of
$434,671.00 to provide engineering design services for roadway improvements on Interurban
Avenue SouthfromS 143rd St to Fort Dent Way.
BACKGROUND
The City has received Federalgrantfunding for the design of roadway improvements on
Interurban Avenue South from S 143rd 8tto Fort Dent Way. The process of selecting a
ConsultanUo provide engineering designservices included soliciting written proposals and
follow-up interviews with the finns that scored the best on the proposals. Fourteen (14)
proposals were received and five (5) firms were interviewed.
ANALYSIS
Of the five firms interviewed, KPG, Inc., was rated the highest by the selection panel. KPG, Inc.,
demonstrated that they possess the expertise to provide quality design services for th,is project.
A scope ofwork fu'1d fee estimate has been prepared by KPG, Inc., to provide the preliminary
engineering as requested by the City. The design fee is within the project budget. The project
budget includes a federal grant in the amount of$396,000.
Contract amount has been revised since presented to Transportation Committee. The
contract has been reduced from $434,710.24 to $434,671.00 due to a mathematical error.
Preliminary Engineering
Contract
$434,671.00
Budget
$458,000
RECOMMENDATION
Approve the selection ofKPG, Inc., and authorize the Mayor to execute a contract to provide
engineering design services for Interurban Avenue South in the amount of $434,671.00.
attachments: Consultant Rating Fonn
Scope and Fee Estimate
(P:ProjectslA- RW & RS Projectsl03R W021consult select memo)
INTERURBAN'AVENUE SOUTH
S143RD SrTO FORT DENT WAY
Consultant Selection
Approach to Completing 'Objectives
13
Discuss Storm Drainage Issues
13
12
Environmental Process
27
Project Team
15
Similar Project Experience
15
Special Consideration
7
13
12
12
25
13
12
6
TOTALS
. 102 I 93
Highest total score is best.
10
13
12
21
10
8
6
80
10
11
10
20
10
10
4
75
9
7
6
18
10
10
2
62
LocalAgency ,
Standard Consultant
Agreement
Agreement Number
. _...~..--_.._.' .~----- '--
.-..,.....--.........-"-.....
Federal Aid Number
..' _, ~." ",~,.", n, ~ ,_,_, _,_," "'_'_'_"~"'~_>'_
Agreement Type (Choose one)
o Lump Sum
Lump'Sum Amount, $
-..---,--. --.....,. ..~ ..
~ Cost Plus Fixed Fee
Overhead Progress Payment Rate
Overhead Cost Method
D Actual Cost
OActual Cost Not To Exceed
153.8%
-~..._._-- '.~-...-
%
~- _... -'-.-_._---- -~'. -_..~.
~ Fixed Rate
Fixed Fee, $ 28,823.00
o Specific Rates Of Pay
D Negotiated Hourly Rate
D provisional Hourly Rate
153,8 %
o Cost Per Unit of Work
Consultan U Addressrr elephone
KPG, Inc
753 9th Avenue
Seattle, W A 98109
206-286-1640
.---..-.-.--.-...0---....-.- ________,. ___ _~_______..__
.._ .___. ......___..._.... ~__hw'.__~~..
Project Title And Work Description
City ofTukwila
Interurban Boulevard
S l43rd Streetto Fort Dent Way
Prepare plans, specifications and estimates
_._--~--------_..__._- ...-
DBE Participation
D Yes ~ No
%
WBE Participation
DYes ~No
%
~----- -~------
.-.--- ------.-... ~-.-- .--_...
FederallD Number or Social Security Number
91-1477622
_'-..._..._....__........__. h._.
Do you require a10g9 for IRS?
DYes D No
Completion Date
December 31, 2005
_.._-,,---~_._-...--,_._.~
Total Amount Authorized $
434,671.00
-~_.._._--~_..._..~._--
Management Reserve Fund $
---,..-~_._.__._.~--- -._-- .----.-- .-._.-...-...
Maximum Amount Payable $
434,671.00
-_.._._~.._---~-------_.._._-.-
THIS AGREEMENT, made and entered into this day of
-------.. -- -.. ----~._._-----.
between the Local Agency of City ofTukwila , Washington, hereinafter called the
._~ ~__~,. _",_,.,,_o_~_ "_~_..,_____._.~.'__~,,_,__.__,._..~___.__.._,
"AGENCY" ,and the above organization hereinafter called the "CONSULTANT".
WITNESSETHTHA T:
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY does not have sufficient staff to' meetthe required commitment and therefore
deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary
services for the PROJFCT;and
WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State
Statutes relating to professional registration, if applicable, and has signified a willingness to furnish
Consulting services to the AGENCY,
NOW THEREFORE:, in consideration of the terms,conditions, covenants and performance contained
herein,or attached and incorporated and made a part hereof, the parties hereto agree as follows:
DOT Form 140-089 EF
Revised 12199
Pa(je10f8
I
GENERALDESCRIPT ION OF WORK
All reports, PS&E materials, and other data, furnished
to the CONSULTANT by the AGENCY shall be
returned. All designs, drawings, specifications,
documents, and other work products prepared by the
CONSULTANT prior to completion or termination of
this AGREEMENT are instruments of service for this
PROJECT and are property of the AGENCY. Reuse
by the AGENCY or by others acting through or on
behalf of the AGENCY of any such instruments of
service, not occurring as a part of this PROJECT,
shall be without liability or legal exposure to the
CONSULTANT.
The work under this AGREEMENT shall consist of
the above described work and servicesas herein
defined and necessary to accomplish thecompleted
work for this PROJECT The CONSUL TANTshall
furnish all services, labor and related equipment
necessary to conduct and complete the work as
designated elsewhere in thisAGREEMENT
1\
SCOPE OF WORK
The Scope of Work and projectlevel of effort for this
projectis detailed in Exhibit"B" attached hereto, and
by this reference made a part of this AGREEMENT
IV
TIME FOR BEGINNING AND COM PLETION
11\
GENERAL REQUIREM ENTS
The CONSULTANT shall not begin any work under
the terms of this AGREEMENT until authorized in
writing by the AGENCY. All work under this
AGREEMENT shall be completed by the date
shown in the heading of this AGREEMENT under
completion date.
All aspects of coordination of the work of this
AGREEMENT, with outside agencies, groups or
individuals shall receive advance approval by the
AGENCY. Necessary contacts and meetings with
agencies, groups or individuals shall be coordinated
through the AGENCY. .
The established completion time shall not be extended
because of any delays attributable to the CONSUL T-
ANT, but may be extended by the AGENCY, in the
event of a delay attributable to the AGENCY, or
because of unavoidable delays caused by an act of
GOD or governmental actions or other conditions
beyond the control of the CONSUL T ANT. A prior
supplemental agreement issued by the AGENCY is
required to extend the established completion time.
The CONSULTANT shall attend coordination,
progress and presentation meetings with the
AGENCY 9f such Federal, Community, State, City
or County officials, groups or indiViduals as may be
requested by the AGENCY. The AGENCY will
provide the CONSULTANT sufficient notice prior
to meetings requiring CONSULTANT participation.
The minimum number of hours or days notice -
required shall be agreed to between the AGENCY
and the CONSULTANT and shown in EXhibit"B"
attached hereto and made part of this AGREEMENT.
The CONSULTANT shall prepare amonthly
progress report, in a form approved by the AGENCY,
thatwill outline in written and graphical form the
various phases and the order of performance of the
work in sufficient detail so thatthe progress of the
work can easily be evaluated. Goals forOisadvan-
taged Business Enterprises (DBE) and Women
Owned Business Enterprises (WBE) if required shall
be shown in the heading of this AGREEMENT
V
PAYMENT
The CONSULTANT shall be paid by the AGENCY
for completed work and services rendered under this
AGREEMENT as provided in Exhibit "C" attached
hereto, and by this reference made part of this
AGREEMENT. Such payment shall be full compen-
sation for work performed or services rendered and
for all labor, materials, supplies, equipment, and
incidentals necessary to complete the work
specified in Section II, "Scope of Work". The
CONSULTANT shall conform with all applicable
portions of 48 CFR 31.
. .:. -~ -.--' >.-., '" --'
Page2of8
VI
SUBCONT RACTING
The AGENCY permits subcontraCts for those Items
of work as shown in Exhibit G to this Agreement.
Compensation for this subconsultant work shall. be
based on the cost factors shown on Exhibit G, at-
tached hereto and by this reference made a part of this
AGREEMENT.
The work of the subconsultant shall not exceed its
maximum amount payable unless a priorwritten
approval has been issued by the AGENCY.
AI! reimbursable direct labor, overhead, direct non-
salary costs and fixed fee costs for the subconsultant
shall be substantiated in the same ,manner as outlined
in Section V All subcontracts exceeding $10,000 in
cost shall contain all applicable provisions of this
AGREEMENT.
The CONSULTANT shall not subcontrac;tfor the
performance of any work under this AGREEMENT
without prior written permission of the AGENCY. No
permission for subcontractingshall create, between
the AGENCY and subcontractor, any contract or any
other relationship:
VII
EMPLOYMENT
The CONSULTANT warrants that he/she has not
employed or retained any company or person,other
than a bona fide employee working solely for the
CONSULTANT, to solicit or tecurc t~js contract, and
that it has not paid or agreed to pay any company or
person, other than a bona fide employee working
solely for the CONSULTANT, any fee, commission,
percentage,brokE3rage fee" gift, or any other consider-
ation. contingent upon or resulting. from the award or
making of this contract.' For breach or violation of this
warrant, the AGENCY shall have the right to annul
this AGREEMENT without liability, or in its discre-
tion"to deduct from the AGREEMENT price or
consideration or otherwise recover the full amount of
such fee, commission, percentage,brokerage fee, gift,
or contingent fee.
Any and all employees of the CONSULTANT or
other persons while engaged in the performance of
a:-,} .....~:.;~ ,:;;'ss;:,,;:.a.s ,.6;.....i;:::;;~
:. ..- --......,.- . -:- .".-
~,'I~ ................".:;;.;;.....; I ,\.\ .
under this .~GR~::rvE=NT.shal! be cD~sidere::i
Page3 of 8
employees of the CONSULTANT only and not or the
AGENCY, and any and all claims that mayor might
arise under any Workmen's compensation Act on
behalf of said employees or other persons while so
engaged, and any and all claims made by a third party
as a consequence of any act or omission on the part of
the CONSULTANT's employees or other persons
while so engaged on any of the work or services
provided to be rendered herein, shall be the sole
obligation and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full or
part time basis, or other basis, during the period of the
contract, any professional or technical personnel who
are, or have been, at any time during the period of the
contract, in the employ of the United States Depart-
ment of Transportation, the STATE, or the
AGENCY, except regularly retired employees,
without written consent of the public employer of
such person.
VIII
NONDISCRIM INATION
The CONSULTANT agrees not to discriminate
against any client, employee or applicant for employ-
ment or for services because of race, creed, color,
national origin, marital status, sex, age or handicap
except for a bona fide occupational qualification with
regard to, but not limited to the following: employ-
ment upgrading, demotion or transfer, recruitment or
any recruitment advertising, a layoff or terminations,
rates of payor other forms of compensation, selection
for training, rendition of services. The CONSULT-
ANT understands and agrees that if it violates this
provision, this AGREEMENT may be terminated by
the AGENCY and further that the CONSULTANT
shall be barred from performing any services for the
AGENCY now or in the future unless a showing is
made satisfactory to the AGENCY that discrimina-
tory practices have terminated and that recurrence of
such action is un!ikely.
During the performance of this AGREEMENT, the
CONSULTANT, for itself, its assignees and
successors in interest agrees as follows:
A. COMPLIANCE WITH REGULATIONS: The
CONSULTANT shall comply with the Regula-
:;:::-.: ~.::;.::::~ ~: :-::,:-:::;:::~;;"';"'.::--,::':::::-. ;~. ::...s ::z:--:r, S
manner as in Federa!--essisted programs of ths
Departmen,tpf Transportation, Title 49 ,Code of
. .. . . ., - .
Federal Regulations, Part21,astheymay be
amended from time to time, (hereinafter referred
to asthe Regulations), which are herein incorpo-
rated by reference and made a partof this
AGREEMENT Theconsultantshallcomply
with the American' Disabilities Act.6f1 992, as
amended.
B. NONDISCRIMINA TION:TheCONSUL TANT,
with regard to the work performed. by it during the
AGREEMENT, shall not discriminate on the
grounds of race,creed, color,sex,age, marital
status, national ol'igin or handicap except fora
bona fide occupational qualification in the selec-
tionand retention of subconsultants, including
procurements of materials' and .leases of equip-
memt. The CONSULTANT shall not participate
either directly or indirectly in the' discrimination
prohibited bySection21.5 of the Regulations,
including employment practices when'the contract
covers a program set forth in Appendix II, of the
Regulations.
C. SOLICITATIONS FOR SUBCONSULTANTS,
INCLUDING PROCUREMENTS OF MATERI-
ALS AND EQUIPMENT: In all solicitations
either by competitive bidding or negotiation made
by the CONSULTANT for work to be performed
under a subcontraCt, including procurements of
materialsor.leasesof equipment, each potential
subconsultant or supplier shall be notified by the
CONSULTANT of the CONSULTANT's
obligations under this AGREEMENT and the
Regulations relative to nondiscrimination on the
grounds of race, creed, color, sex, age, marital
status, national ol'igin and handicap.
D. INFORMATION AND REPORTS: The
CONSULTANT shall provide all information
and reports required by the Regulations, or
directives issued pursuant thereto, and shall
permit access to its books,records,accounts,
other sources of information, and its facilities as
may be determined by the AGENCY to be
pertinent to ascertain compliancewith such
Regulations or directives. Where any information
required of the CONSULTANT isin the exclu-
Page 4 of 8
sive possession of another who fails or refuses to
furnish this information the CONSULTANT shall
so certify to the AGENCY, or the United States
Department of Transportation as appropriate, and
shall set forth what efforts it has made to obtain
the information.
E. SANCTIONS FOR NONCOMPLIANCE: In the
event ofthe CONSULTANT's noncompliance
with the nondiscrimination provisions of this
AGREEMENT, the AGENCY shall impose
such sanctions as it or the Federal Highway
Administration may determine to be appropriate,
including, but not limited to:
1. Withholding of payments to the CONSUL T-
ANT under the AGREEMENT until the
CONSULTANT complies, and/or
2_ Cancellation, termination or suspension of the
AGREEMENT, in whole or in part.
F. INCORPORATION OF PROVISIONS: The
CONSULTANT shall include the provisions of
paragraphs (A) through (G) in every subcontract,
including procurements of materials and leases of
equipment, unless exempt by the Regulations or
directives issued pursuant thereto. The CON-
SUL T ANT shall take such action with respect to
any subconsultantor procurement as the
AGENCY or the Federal Highway Administra-
tion may direct as a means of enforcing such
provisions including sanctions for noncompli-
ance; provided, however, that, in the event a
CONSULTANT becomes involved in, or is
threatened with, litigation with a subconsultant or
supplier as a result of such direction, the CON-
UL TANT may request the AGENCY to enter
into such litigation to protect the interests of the
AGENCY, and in addition, the CONSULTANT
may request the United States to enter into such
litigation to protect the intcrc5t3 of the United
States.
G. UNFAIR EMPLOYMENT PRACTICES: The
CONSULTANT shall comply with RCW
49.60.180.
IX
TERMINATION OF AGREEMENT
The right is reserved by the AGENCY to terminate
this AGREEMENT at any time tJpon ten days written
notice to the CONSULTANT.
In the eVent thisAGREEMENT is terrninatedby the
AGENCY other than for default on the part of the
CONSULTANT, a final payment shall be made to the
CONSULTANTas shown in Exhibit F for the type of
AGREEMENT used.
No payment shall be made for any work completed
after ten days following receipt by the, CONSUL T-
ANT of the Notice to terminate. If the accumulated
payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would
be due computed as set forth herein above, then no
tinal paymentshall be due and the CONSULTANT
shall immediately reimburse the AGENCY for any
exc,ess paid.
If the services of the CONSULTANT are terminated
by the AGENCY for default on the part of the CON-
SULTANT. the above formulaforpayment shall not
apply. In such an 'event, the amount to be paid shall be
determined by the AGENCY with consideration
given to the actual costs incurred by the CONSULT-
ANT in performing the work to the date of
termination, the amount of work originally required
which was satisfactorily completed to dateoftermina-
tion, whether that work isin a form or a type which is
usable to the AGENCY at the time of termination;
the cost to the AGENCY of employing. another firm
to complete the work required and the time which
maybe required to do so, and other factors which
affectthevalue to the AGENCYoftheworkper~
formed at the time of termination. Under no
circumstances shall payment made under this subsec-
tion exceed the amount which would have been made
using the formula set forth in the previous paragraph.
If it is determined for any reason that the CONSULT-
ANT was not in default or that the CONSULTANT's
failure to perform is without it or it's employee's fault
or negligence, the termination shall be deemed to be a
termination for the convenience of the AGENCY in
, '" " . '.....- ~ '-.---. .-, .-
.=..::';::,::,:",=,:,;",.:>,,:;' ..',:,'- :: .S_j::";; ~ ..:..:.:--: '::_~;-i;2: .-....;.;-....::::.h._=. "."
Page 5 of 8 '
In the event of the death of any member, partner or
officer of the CONSULTANT or any of its supervi-
sory personnel assigned to the project, or, dissolution
of the partnership, termination of the corporation, or
disaffiliation of the principally involved employee,
the surviving members of the CONSULTANT hereby
agree to complete the work under the terms of this
AGREEMENT, if requested to do so by the
AGENCY. The subsection shall not be a bar to
renegotiation of the AGREEMENT between the
surviving members of the CONSULTANT and the
AGENCY, if the AGENCY so chooses.
In the event of the death of any of the parties listed in
the previous paragraph, should the surviving members
of the CONSULTANT, with the AGENCY's concur-
rence, desire to terminate this AGREEMENT,
payment shall be made as set forth in the second
paragraph of this section.
Payment for any part of the work by the AGENCY
shall not constitute a waiver by the AGENCY of any
remedies of any type it may have against the CON-
SUL T ANT for any breach of this AGREEMENT by
the CONSULTANT, or for failure of the CONSUL T-
ANT to perform work required of it by the
AGENCY. Forbearance of any rights under the
AGREEMENT will not constitute waiver of entitle-
ment to exercise those rights with respect to any
future act or omission by the CONSULTANT.
X
CHANGES OF WORK
The CONSULTANT shall make such changes and
revisions in the complete work of this AGREEMENT
as necessary to correct errors appearing therein, when
required to do so by the AGENCY, without additional
,compensation thereof. Should theAGENCY find it
desirable for its own purposes to have previously
satisfactorily completed work or parts thereof
changed or revised, the CONSULTANT shall make
such revisions as directed by the AGENCY. This
work shall be considered as Extra Work and will be
paid for as herein provided under Section XIV.
XI
DISPUTES
Any dispute concerning questions offactinconnec-
tion with the work not disposed of by AGREEMENT
bew,;een the CONSULTANTand the,AGENCYshall
be referred for determ ination to the Director of Public
Works or AGENCY Engineer, whose decision in the
matter shall be final and binding on the parties of this
AGREEMENT, provided however, that if an action is
brought challenging the Director of public Works or
AGENCY Engineer's decision, that decision shall be
subject to de novo jUdicial review.
XII
VENUE, APPL ICABLE f...A~ AND
PERSONAL JURISDICT ION
In the event that either party deems it necessary to
institute legal action or proceedings to enforce any
right or obligation under this AGREEMENT, the
parties hereto agree that any such action shall be
initiated in the Superior court of the State of Washing-
ton, situated in the county the AGENCY is located in.
The parties hereto agree that all questions shall be
resolved by application of Washington law and that
the parties to such action shall have the right of appeal
from such decisions of the Superior courtin accor-
dance with the'laws of the State of Washington. The
CONSULTANT hereby consents to the personal
jurisdiction of the Su~eribr court oUhe State of
Washington, situated in the county in which the
AGENCY is located in.
XIII
LEGAL RELATIONS AND INSURANCE
The CONSULTANT shall complywithall Federal,
State, and 'local laws and ordinances applicable to the
work to be done under ~is AGREEMENT. This
AGREEMENT shall be interpreted and construed in
accord with the laws of Washington.
The CONSULTANT shall indemnify and holdIhe
AGENCY and the STATE,and their officers and
employees harmless frem and shall process and
defend at its own expense all claims, demands, or
suits at law or equity arising in whole or in part from
the CONSULTANTs ne~ligencebr breach of any of
its obiigations under this AGReelv1eNT; provided
that nothing herein shall require a CONSULTANT to
indemnify the AGENCY and the STATE against and
hold harmless the AGENCY and the STATE from
claims, demands or suits based solely upon the
conduct of the AGENCY and the STATE, their
agents, officers and employees and provided further
that if the claims or suits are caused by or result from
the concurrent negligence of (a) the
CONSULTANT's agents or employees and (b) the
AGENCY and the STATE, their agents, officers and
employees, this indemnity provision with respect to
(1 ) claims or suits based upon such negligence, (2) the
costs to the AGENCY and the STATE of defending
such claims and suits, etc. shall be valid and enforce-
able only to the extent of the CONSUL T ANT's
negligence or the negligence of the CONSULTANT's
agents or employees.
The CONSULTANT's relation to the AGENCY shall
be at all times as an independent contractor.
The CONSULTANT specifically assumes potential
liability for actions brought by the CONSULTANT's
own employees against the AGENCY and:solely for
the purpose of this indemnification and defense, the
CONSULTANT specifically waives any immunity
under the state industrial insurance law, Title 51
RCW. The CONSULTANT recognizes that this
waiver was specifically entered into pursuant to the
provisions of RCW 4.24.115 and was the subject of
mutual negotiation.
Unless otherwise specified in the AGREEMENT, the
AGENCY shall be responsible for administration of
construction contracts, if any, on the project. Subject
to the processing of an acceptable, supplemental
agreement, the CONSULTANT shall provide on-call
assistance to the AGENCY during contract adminis-
'tration. By providing such assistance, the
CONSULTANT shall assume no responsibility for:
proper construction techniques, job site safety, or any
construction contractor's failure to perform its work
in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force
during the terms of the AGREEMENT, or as other-
wise required, the following insurance with
companies or through sources approved by the State
Insurance Comm:sslaner pl1iSL:an: tc ~C\iV 48.
Page 5 of g
A. Worker's compensation andemployer'sliability
insurance' as required by the STATE.
B. General commercial liability insurance in an
amount not less than a single limit of one million
and 00/100 Dollars ($1,000,000.00) for bodily
injury, including death and property damage
per occurrence.
Excepting the Worker's Compensation insurance and
any professionalliabHity insurance secured by the
CONSULTANT, the AGENCYlIViII be named on all
, ,
certificates of insurance as an additional insured. The
CONSULTANT shall furnish theAGENGY with
verification of insurance andendorsementsrequired
by this AGREEMENT. The AGENCY reserves the
right to require complete, certified copies of all
required insurancepoliciesatanytime.
All insurance shall be obtained from an insurance
company ,authorized to do business in the State of
Washington. The CONSULT ANT shall submit a
verification of insurance as outlined above within
14 days of the execution of this AGREEMENT to
the AGENCY.
No cancellation ofthe foregoing policies shall be
effective withouUhirty(30) days prior notice to
the AGENCY.
The CONSULTANT's professional , liabHity to the
. AGENCY shall be limited to the amount payable
under this AGREEMENT or one million dollars,
whichever isthegreater unless modified by
ExhibitH.ln no case shall the CONSULTANT's
professional liability to third parties be limited in
any way.
The AGENCY will paynoprogress payments
under Section V until the CONSULTANT hasfully
complied with this section. This remedyi$ not exclu-
sive; and the AGENCY and the STATE may take
such other action as is available to them under other
provisions of this AGREEMENT, or otherWise in law.
Page 7 orB
XIV
EXTRA WORK
A. The AGENCY may at any time, by written order,
make changes within the general scope of the
AGREEMENT in the services to be performed.
B. If any such change causes an increase or decrease
in the estimated cost of, or the time required for,
performance of any part of the work under this
AGREEMENT, whether or not changed by the
order, or otherwise affects any other terms and
conditions of the AGREEMENT, the AGENCY
shall make an equitable adjustment in the
(1) maximum amount payable; (2) delivery or
completion schedule, or both; and (3) other
affected terms and shall modify the AGREE-
MENT accordingly.
C. The CONSULTANT must submit its "request
for equitable adjustment" (hereafter referred to
as claim) under this clause within 30 days from
the date of receipt of the written order. However, ,
if the AGENCY decides that the facts justify it,
the AGENCY may receive and act upon a claim
submitted before final payment of the
AGREEMENT.
D. Failure to agree to any adjustment shall be a
dispute under the Disputes clause. However
nothing in this clause shall excuse the CON-
SUL TANT from proceeding with the
AGREEMENT as changed.
E. Notwithstanding the terms and condition of
paragraphs (a) and (b) above, the maximum
amount payable for this AGREEMENT, shall
not be increased or considered to be increased
except by specific written supplement to this
AGREEMENT.
xv
ENDORSEM ENT OF PLANS
The CONSULTANT shall place his endorsement on
all plans, estimates or any other enginee~ing data
furnished by him.
XVI
FEDERAL AND ST ATE REVIEW
The Federal Highway fl,dministratiohand the
Washington State Departmentof Transportation
shall have the right to participate in the reviewor
examination of the work in progress.
XVII
CERTIFICATION OF THE CONSULTANT
AND THEAGENCY
Attached hereto as Exhibit "A-1 ", are the
Certifications of the Consultant and the Agency,
Exhibit "A-2" Certification regarding debarment,
suspension and other responsibility matters - primary
covered transactions, Exhibit "A-3" Certifuation
regarding the restrictions of the use of Federalfunds
for lobbying, and Exhibit "A-4" Certifcateof Current
Cost or Pricing Data. Exhibits "A-3">and "A.c.4" are
only required in Agreements over $100,000.
XVIII
COM PLETE AGREEM ENT
This document and referenced attachments contains
all covenants, stipulations and provisions agreed upon
by the parties. No agent, or representative of either
party has authority to make, and the parties shall not
be bound by or be liable for, any statement, represen-
tation, promise or agreement not set forth herein. No
changes, amendments, ,or modifications of the terms
hereof shall be valid unless reduced to writing and
signed by the parties as an amendment to this
AGREEMENT.
XIX
EXECUTION AND ACCEPT ANCE
This AGREEMENT may be simultaneously executed
in several counterparts, each of which shall be
deemed to be an original having identical legal effect.
The CONSULTANT does hereby ratify and adopt all
statements, representations, warranties, covenants,
and agreements contained in the proposal, and the
supporting materials submitted by the CONSUL T-
ANT, and does hereby accept the AGREEMENT and
agrees to all of the terms and conditions thereof.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first
above written, . ......... 4,//j,.., /Z,Vl.,.,l
l/l /I/I~/ ,/
By 111/ / ;/,/ ~
//1//1/1-/
cot~ . ~~O~CrtaCOb~,KPG
By
Agency Mayor, City of Tukv;rila
Page 8 of 8
~.
ExhibitA-1
Certification Of Consultant
Project No.
Local Agency Tukwila
I hereby certify thatI am P. Joseph Giacobazzi
representativeofthe finn of KPG,Inc
753 9th Avenue North, Seattle,WA 98109
firm I ~ere represent has:
and duly authorized
whose address is
and that neither I nor the above
(a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any
firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to
solicit or secure this contract.
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or to retain the services of
any firm or' person in connection with carrying out the contract.
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely
for me or the above CONSULTANT) any fee, cgp.tribution donation or consideration of any kind for, or in
connection with procuring or carrying out the contract; except as here expressly stated (if any):
I further certify thatthefirm I hereby represent isauthorizedto do business in the State of Washington and
that the firm is in full compliance with the requirements of the board of Professional Registration.
I acknowledge that thiscertiicateis to be avallableto the State Department of Transportation and the
Federal Highway Administration, U.S. Department of Transportation, in connection with this contract
involving participation of Federal aid funds and is subject to applicable State and Federal laws, both criminal
, and civil.
Jl J>) 1 ,/ O{/-
;/ 'Date
.f/J1/A ~.
II' (/ V 5',,,,,w,.
Certification of Agency Official
I herebycertifythatI am the AGENCY Official ofthe Local Agency of City ofTukwila Washington
and that the above consulting firm or their representative. has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this contract to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Payor agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of
any kind, except as here expressly stated (if any).
I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department
of Transportation., in connection with this contract involving participation of Federal aid highway funds and it
subject to applicable Stae and Federal laws, both criminal and civil.
Date
Signature
Exhibit A-2
Certification Regarding Debarment, Suspension, and Other Responsibility
. Matters-Primary Covered ,Transactions
1. The prospective primary participant certifies to the best of its lmowledge and belief, that it and its
principals:
(a) Are not presently debarred, ,suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions,byany federal department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission orfraud or a criminal offense in connection with obtaining,
attempting to, obtain, or performing apublic (federal, state, or local) transaction or contract under a public
transaction; violation of federal or state antitrust 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 en~erated in paragraph l.b. of this certification;
and
(d) Have not within a three-year period preceding this application/proposal had one or more public
transactions (federal, state, or local) terminated for cause or default
2. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): KPG, Ine
); l / I j./I}t.V
,/ I (Date)
/J /J
/' ,/
~/ 11/1
/ /1 ,',,' / / ,/
;:/Y//iL
/yure)7rdent o(Kuthorized Official of Consultant
" " ExhibitA-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 belie:t;,that:
1. No federal appropriated funds have been paid orwill 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 empl()yeeof Congress, or an employee of a member of Congress in connection with
the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the
entering into of any cooperative agreement, andth~ extension"continuation, renewal, amendment, or
modification of any federal contract, grant, loan, or cooperative agreement.
2. If any funds other thanfederalappropriated 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, lo~, orc09perative agreement, the undersigned shall complete and submit Standard
Form-LLL, "Disclosure Form to ReportL obbying," in accordance with its instructions_
This certification is a material representation offact 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 SectionB52, T itle31, U.S. Code. Any person who fails to file the required
certification shaUbe subject toa civil penalty of not less thim $10,000 and not more than $100,000 for each
such failure.
. Theprospective participant also agrees by submitting his or her bid or proposal that he or she shall require
that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and
that aU suchsubrecipients shall certify and disclose accordingly.
Consultant (Finn): KPG, Inc
(Date)
~ /1
// /' /?
/f j;// /l
h / /~ //;//
Ii // //.// ~
(Si;;ifU~~;,~srr/~OriZed Official of Consultant
,'/ ;1 /-/
/'
J
I I / \! .~/L/
~,II / l- /;.;"~,
Exhibit A-4
Certificate of Current Cost or Pricing Data
This is to verify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 of the Federal AcquisitionRegulation (Flill.) and required \illder 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 Exhibit D-1
* are accurate, complete, andcurreht as of November 11, 2004 **. This certification includes
the cost or pricing' data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Govenunehtthat are part of the proposal.
Firm KPG, Inc
Name P. Joseph Giacobazzi,KPG
Title Prin.cipal
Date ofExecution***
nlll /01&
* Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate identifying number (e.g_,RFP No.).
** Insert the day, month"and year when price negotiations were concluded and price agreement
was reached.
*** Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the. contract price was agreed to.
EXHIBIT B
CITY OF TuKWILJ\.
INTERURBAN AVENUE SOUTH
S.143RDSTREETTOFORTDENTWAY
KPG, Inc.
Scope of Work
October 27, 2004
A. PROJECT DESCRIPTION
The CityofTukwila intends to improve Interurban Avenue South between South 14yd
Street and Fort Dent Way. Recent funding for this project includes the preparation of
plans, specifications and estimate, and right-of-way plans to improve the corridor.
Improvements will include:
· Minor widening to provide for standard lane widths.
.' Installation of curb, gutter and sidewalk on both sides of the road
· Pavement rehabilitation and overlay
· New lighting
· Interconnect and CCTV
· Signalmodificatibnsasnecessary at Fort Dent Way
· Aerial utility undergrounding
· Storm drainage improvements including detention and water quality treatment
· Landscaping,and irrigation
· Slope stabilizatioIi of the exposed scarp above the road near Fort Dent Way
· Possible retaining walls to contain the wider roadway section
· New channelization and 'signing
Project design and right-of-way plans will comply with federal funding requirements
outlinedintheWSDOTLocal Agency Guidelines Manual. It is anticipated the project will
require an Environmental Classification Summary and that the project will fall under the
1:JEPA Categorical Exclusion CCE) with documentation. This scope of work assumes that
the documented CE will meet NEP A requirements.
In addition it is anticipated that the project will require SEP A approval, Shoreline
Approval and a Biological Assessment.
B. DELIVERABLES
The Consultant shall provide the following deliverables with this project:
· Digital files of base mapping
· 2 copies preliminary geotechnical report
· 2' copies final geotechnical report
· 2 copies of draft pavement report
Page 10f6
EXHIBIT B
.
2 copies offinal pavement report
File copyof SEPA checklist
File copy of all perrnitapplications
5 copies Drainage Design Report
· . 10c6pies30%plans and estimate (11"x1?,,)
10 copies 60% plans, specifications, and estimate (11"x17")
10 copies 90% plans, specifications, and estimate (11 "x17")
2copies preliminaryright-of-way needs plans (11 "xl?")
File copy of Final right-of-way plan (22",04" Mylar)
Digital copies of all deliverables, in requested format
.
.
.
.
.
.
.
.
The City ofT ukwilashall provide the following:
· GIS aerial mapping information in digital format
· Existing survey ahdright-of-way information
· Any required traffic counts
· Previous roadway design studies
· Plan reviews, COmments, and approvals
· Property owner mailings, if required
· Meeting room arrangements
· Survey right-of-entries, ifrequired
· Environmental Classification Summary
· Biological Assessment
C. SCOPE OF WORK
TASK1- MANAGEMENT / COORDINATION / ADMINISTRATION
1.1 The Consultant shall provide continuous project management for the project
duration (estimate 12 months).
1.2 The Consultant shall prepare a comprehensive schedule and provide updates as
necessary.
1.3 The Consultant shall ,prepare monthly progress reports identifying work in
progress, upcoming work elements, and a reporting of any delays, problems or
additional information needs.
1.4 The Consultantshall provide management and administration of all subcontractors
included inrhisscope or work.
1.5 The Consultant shall prepare for and attend coordination meetings with City staff
at regular intervals in the design process to discuss key issues and track progress
(estimate 10 meetings).
Page 2 of6
EXHIBIT B
1.6 The ConsultaIltshallprovidequality assurance/quality control (QNQC) reviews
of all work products prior to submittal for City review.
TASK 2--SURVEYAND BASE MAPJ?mG
2.1 The Consultant shall prepare design base maps of the corridor that includes the
100 yeadloodplainandrwo river crOss sections of the Duwamish River and the
slopescaxpn.ear Fort Dent Way. EarthTech will provide survey, base mapping and
right of way plans.
2.2 The Consultant shall coordinate field locates of all existing utilities in the corridor
for incorPoration into the updated base maps. Field locates will be prepared by
APS,Inc. A budget of $4,000 is included for use in field locates and potholing.
PotholingIleedswill be identified following completion of the 30% design and
City review.
TASK 3 - PUBLIC INvOLVEMENT
3.1 The Consultant shallpn:pare for and attend one (1) community open house
meeting. Meeting locations will be secured by the City.
3;2 The "Consultant shall attend one-on-one meetings with affected property owners
along the. corridor to discuss the project, private property impacts andlor right-of-
way and easement needs (estimate 6 meetings).
3.3 The Consultant shall prepare one newsletter to invite residents to community open
house meeting. Preparation of distribution lists and mailing will be by the City.
TASK 4- WSDOT COORDINATION
4.1 The Consultant shall attend one coordination meeting with WSDOT to obtain
review and apprbval of the project design at the Fort Dent Way intersection.
4.2 The Consultant shall prepare, submit, and respond to WSDOT comments for plan.
reviews;
4.3 The Consultant shall document meeting notes and phone correspondence with
WSDOT.
Page 3 of6
-
EXHIBITB
5.1 The Con$ultantshall dis6:ibutemailings and preliminary plans to franchise utility
purveyors along the corridor in order to facilitate relocation and adjustment
coordination
5.2 The Consultant shall coordinate with franchise utilities to incorporate the
necessary relocations, adjustments or upgrades into the project design.
5.3 TheConsult:mtshallcoordinate with Seattle City Light and'PSE for utility
undergrounding improvements along the corridor (estimate 2 meetings).
5.4 The Consultant shall complete undergrounding civil conversion design based on
conduit, vault and slab information provided by the utility purveyors. This scope is
based on the assumption that the Seattle City Light system will be transferred over
to PSE and that the utility undergrounding electrical design will be completed by
PSE.
5.5 The Consultant shall document meeting notes and phone correspondence with all
franchise utility purveyors,
TASK 6 - GEOTECHNlCAL Th.TVESTIGATION
6.1 The Consultant shall obtain previous geotechnical information from past studies
thatrnay have been prepared by the City, METRO,WSDOT or others in the
project vicinity.
6.2 Based on previous studies. and field reconnaissance, the Consultant shall prepare a
preliminary geotechnical'.review of the project. Preliminary geotechnical review will
be performed by Landau Associates.
6.3 The Consultant shall complete field explorations to support pipeline design, slope
stabilization, retaining wall design and pavement design based on the approved
30% plans. Field eA'})loration will be under the supervision of Landau Associates.
Existing pavement sections willbe confirmed by rota-hammer exploration at up to
8 locations.
6.4 The Consultant shall compile previous geotechnical findings with the results of
field explorations to develop geotechnical engineering results and conclusions.
Geotechnical analysi$Vi>i.ll be performed by Landau Associates in accordance with
this scope of work.
Page4of6
~'
TASK 7 -P AVEMENTI1\T\TESTIGATION
7.1 The Consultant sh.all field test the existing pavement section using a falling weight
deflectometerand existing pavement data to develop a pavement
reconstruction/overlay plan for the corridor based on traffic composition data
provided by the City.
7.2 The Consultant shall compile the results of field explorations to develop a
pavement reconstruction report. Pavement testing and report preparation will be
performed by Pavement Engineers.
TASK 8 - PERlvu.l'lli~G
8.1 The Consu.lta.ntshallcoordinate with the King County Rood District for
acceptanceo{ the, project scope (estimate 2 meetings).
8.2 TheConstiltantshallprepare and submit a SEPA checklist for review and
processing by the City,
8.3 The Consultant sha.ll Prepare and submit a Shoreline Permit for review and
processing by the City.
8.4 The Consultant shall document all meeting notes and phone correspondence with
resource agencies.
TASK 9 - PREPARE PLANS, SPECIFICATIONS AND ESTIMATE
9.1 The Consultantshall review alignment options and recommend minor variations
to thealignrnent, channelization, median locations, etc. as appropriate. The
variations willbe prepared in collaboration with City staff with the preferred
alternative used for the basis of final design.
9.2. The Consultant shall prepare 30% plans based on the preferred alternative for City
review and approval.
9.3 The Consultant shall prepare a Drainage Report for the project that outlines
drainage basins, flow rates, detention and water quality facilities.
9.4 The Consultant shall prepare structu.ral design based on the preferred alternative.
Strucmral design will be by CivilT echo It is assumed that the project structural
elements will include 4,000:!: squ~re feet of structural wall and 25,000:!: square feet
of soil stabilization slope' covering.
PageS of6
, -
-,
EXHIBIT B
9.5 The,Conslllta.ntshall prepare 60% plans,and cost estimate for the roadway
corridoLTheplahs shalLbe in sufficient detail to allow review and confirmation of
plannedroaciway,pedestrian, channelization, drainage, and illumination system by
the City during review.
9.6 The Consultant shall prepare 90% Plans (estimate 90 sheets) for review and
approval by the City. Plans shall be formatted to provide sufficient detail for
convenient field layout of all proposed facilities. City standard details and WSDOT
standard plans will be supplemented with project specific details as required. Plan
information shall include:
· Centerline control information
· Limits of construction
· Typical sections and details
· Roadwayplan and profiles
· Temporary erosion and sediment control plans
· Drainage system plan and profiles
· Wall plan and profiles, and slope stabilization plans and details
· Channelization and Signing plans
· Signatthodification plans and details
· Illumination plans
· Civil undergrounding design
· Urban Design plans and details
· Landscape/restoration plans
· Irrigation plans and details
9.7 The Consultant shall prepare 60% (outline only) and 90% specifications for review
and approval by the City. Specifications shall be based on 2002 WSDOT / APWA
standard specifications, using contract boilerplate and general special provisions
provided by the City.
9.8 The Consultant shall calculate quantities and prepare a construction cost estimate'
in support of the 30%, 60%, and 90% plans and specifications.
TASK10- RIGHT-Of-WAY
10.1 The Consultant shall prepare preliminary right-of-way plans to document existing
conditiotl$ based on existing Assessor and WSDOT information.
10.2 The Consultant shall finalize right-of-way plans based on the 60% design. The final
right-of-way plans will identify all necessary easements and right-of-way acquisition.
Page 6 of6
.'--"',:-
Exhibit C-2
Payment
(Cost Plus Fixed Fee)
The CONSUL TA.1\JT shall be paid by the AGE NCYfor completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed or
services rendered and for all labor, materials, equipment, and incidentals necessary to complete the work
specified in Se:ctionII, "Scope ofW.ork."The CONSUL TANT shall conform with the applicable portion of 48
CFR 31.
A. Actual Costs
Payment for alfconsu.lting services for this project shall be on the basis of the CONSUL T ANT's actual cost
plus a fixed fee. T he actual cost shall include direct salary cost, overhead, and direct nonsalary cost.
1. Direct Salary Costs
The direct salary cost is the:. direct salary paid to prinCipals, professional, technical, and clerical personnel
for the time: they are productively engaged in work necessary to fulfill the terms of this AGRE EMENT.
2. Overhead Costs
Overhead costS are those costs other than direct costs which are included as such on the books of the
CONSUL T ANT in the normal everyday keeping of its books. Progress payments shall be made at the
rate shown in the heading ofthisAGRE EMENT, under "Ove:rhead Progress Payment Rate_" Total
overhead payment shall be based on the method shown in the heading of the AGRE EMENT. The three
options are explained as follows:
a. Actual Cost Not T 0 Exce:ed Maximum Percent If this method is indicated in the heading of this
AGREEMENT, the AGENCY agrees to reimburse the CONSUL TANT at the actual overhead rate
verified by audit up to the maximum percentage shown in the space provided. Final overhead payment
when aCcumulated with all other actual costs shall not exceed the total maximum amount payable
shown in the heading of this AGRE EMENT.
b. Fixed Rate: If this method is indicated in the heading of the AGRE EMENT, the AGENCY agrees to
reimburse the CONSUL T ANT for overhead at the percentage rate shown. T his rate shall not change
during the life of the AGREEMENT.
A summary of the CONSULTANT's cost estimate and the overhead computation are attached hereto as
Exhibit D-l and by this reference made part of thisAGRE EMENT. When an Actual Cost method, or the
Actual CostNot T o Exceed method is used, the CONSUL TANT (prime and all subconsultants) will
submit to the AGE NCYwithin three months after the end of each firm's fiscal year, an overhead
schedule in the format required by the AGE NCY (cost category, dollar expenditures, etc.) for the purpose
of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress
payments during thefoHowingyear and tor retroactively adjusting the previous year's overhead cost to
reflect the actual rate.
Failure to supply this inform ation by either the prim e consultant or any of the sub consultants shall
cause the agency to withhold paym ent of the billed overhead costs until such fun e as the required
information is received and an overhead rate for billing purposes is approved.
~\" "\::~(;. "-;
The STATEand/orthe Federal Governrh.ent mayperfol11l an audit of the CONSUL TANT's books and
recmds at any time during regular business hours to determine the actual overhead rate, if they so desire.
3. DirectNc.msalary Costs
Direct nansalary costs will be reimbursed at the actual cast to the CONSUL TANT. These charges may
include, but are nat limited to the fallawingitems: travel, printing, long distance telephone, supplies,
camputer charges"and fees afsubcansultants. Air ar,iTain travel will 'only be reimbursed ta economy
class levels Unless athelWise approved by the AGE NCY. Autamobile mileage far travel will be
reimbursed at the current rate app' avedfar AGE NCY emplayees and shall be supparted by the date and
time 'of each trip with 'origin and destination 'of such trips. Subsistence and ladging expenses will be .
reimbursed at the same rate as far AGE NCY employees. T he billing far nansalary cast, directly
identifiable witb.thePraject, shall be an itemized listing 'of the charges supparted by copies 'of 'original
bj1ls, invaices, expense accounts, and miscellaneous supporting data retained by the CONSUL T ANT.
Capiesaf the 'original supparting dacuments shall be provided ta the AGE NCY upan request. All 'of the
above Cl1arges must be necessary for the services ta be pravided under this A GRE EMENT.
4. Fixed Fee
The fixed fee, which represents the CONSUL TANT's profit, is shown in the heading 'of this
AGREEMENT under Fiied Fee. This am aunt daes not include anyadditianal fixed fee which cauld be
autharized from the Management Reserve Fund. T, his fee is based an the scape 'of wark defmed in this
AGREEMENT and the estimated man-manths required ta perfarm the stated scape ofwark. In the event
a supplemental agreement is entered inta faradditianal wark by the CONSUL TANT, the supplemental
agreement may include provisians far the ,added casts and an appropriate additional fee. T he fixed fee
will be prorated and paid manthly in proportionta the percentage 'of wark completed by the
CONSUL TANT ,and reparted in the manthly progress reparts accampanying the invaices.
Any partian of the fixed fee earned but not previausly paid in the progress payments will be covered in the
fuialpayment, subject ta the pravisians 'of Sectian IX, T enninatian 'of Agreement.
5. Management Reserve Fund
The AGENCY may desire ta establish a Management Reserve Fund to pravide the Agreement
Administrator the flexibility 'of autharizing additianal funds ta the AGRE EMENT for allawable
unfareseen casts, or reimbursing the CONSUL T ANT far additianal wark beyand that already defined in
this AGREEMENT., Such autharizatian(s) shall be in writing and shall nat exceed the lesser 'of $50,000
'or 10% 'of the Total AmauntAuthorized as shawn in the heading of this AGRE EMENT. The amount
included far the Management Reserve Fund is shown in the heading of this agreement. T his fund may be
replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess 'of
the "Management Reserve Fund" shall be made in accordance with Section XIV, "E xtra Work."
6. Maximum Total Amaunt Pa:yable
The maximUI1l total amount payable, by the AGE NCY ta the CONSUL TANT under this AGRE EMENT,
shall not exceed the amount shown in the heading of this A GRE EMENT.
The Maximum T atal Amount Payable is comprised of the Total Amount Authorized, which includes the
Exec! Fee-anc1 the': Management R e<;erv('" Fmv:t T, he" M a"Cimum T 0ta 1 Am0m~t P?vat-k d0e'''' not !nc1uck
paymemfor extra work as stipulated inSectionXI\ .,-'E xtra W ork:-
B. MonthIfProgr-ess Pa)'ments
The CONSUL TANT may submit invoices to the AGE .NCY for reimbursement of actual costs plus the
calculated overhead and feenot more often than once per month during the progress of the work. Such
invoices shall iJe in a fonnat approved by the AGE NCY and accompanied by the monthly progress reports
required under Section III, General Requirements, of this AGRE EMENT. The invoices will be supported by
an itemizedlisting fqreach item including direct salary, direct nonsalary, and allowable overhead costs to
which will be added the prorated Fixed Fee. . T 0 provide a means of verifying the invoiced salary costs for
CONSULTANT employees, the AGE NCY may conduct employee interviews. These interviews may consist
of recording the narnes,titles, and present duties of those employees perfonning work on the PROJE CT at the
time of the interview.
C. Final Payment
FinalpayIXlentofany balance due the CONSUL T ANT of the gross amount earned will be made promptly
upon its verification by the AGE NCY after the completion of the work under this AGRE EMENT,
contingent uponreceipt of all PS&E,plans, maps, notes, reports, and other related documents which are
required to be furnished under thisAGREEMENT. Acceptance of such final payment by the
CONSULTANT shall constitute a release of all claims for payment which the CONSUL T ANT may have
against theAGE NCY unless such claims are specifically reserved in writing and transmitted to the
AGENCY by the CONSUL TANTpriorto its acceptance. Said final payment shall not, however, be a bar
to anyclaims that the AGE NCYmayhave against the CONSUL TANTor to any remedies the AGE NCY
may pursue with respectto such claims.T he payment of any billing will not constitute agreement as to the
appropnateneSsof any item and thaJ atthe 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 AGE NCY within ninety (90)
days of notice of the overpayment Such refund shall not constitute a waiver by the CONSUL T ANT for
any claims relating to the validity ofa finding by the AGE NCY of overpayment
D. Inspectlonof CosfRecords
The CONSUL T.A.NTand the sub consultants shall keep available for inspection by representatives of the
AGENCY and the United States, for a period of three years after final payment, the cost records and
accounts pertaining tothis AGRE EMENT and all items related to or bearing upon these records with the
following exception: ifanylitigation, claim, or audit arising out of, in connection with, or related to this
contract is initiated before the expiration of the three-year period, the cost records and accounts shall be
retained until such litigation, claim, or audit involving the records is completed.
Hour and Fee Estimate
Interurban Avenue South
South 143rd Street to Fort Dent Way
Hour and Fee Estimate
Hour and Fee Estimate
'1",..~,.
, E bD
01::
011.-
~E~~
" ,'.~<.~
.- I::
.cll~
~,.'~h
'0'-
I::U
III
, ...:1.
.....
6
......
ff!
J:
X
W
-
C
.t: CD
"50
ot::
o 0
CDIL
::I 0
c-
.!!!CD-
._ > CD
~ <( e
~c-
,::I 1\1 0
......a-c
- ... ...
o ::I M
..."=1'
.?:'..s"'"
.- c .
0_0
W
L-
<c
:E
~
en
w
w
w
u.
C
Z
<(
c::
::J
o
:I:
.;.:
(,)
CD
'0'
...
D.
",_...'~:,~-, -,: .-.
I
'ooio
0010
lrioilri
I'- all'-
~j"C"""
o 00 0 010
0000010
lrioooolri
'I'- oooor--
.....000.....
ONN...t
co co
0010
o 010
oolc
LOOILl')
..- NIM
001010
o 010'0
Iri Olr--:'IN
'" L{) I I'- co
!co.11--:.
I~!~
I
0010;0
001010
Iri Oro'oO
"'L{)"'.....
I cc en
''''.,M
I
I
o oio
0010
r.ci olIO
I'- air--
VIV
I
0010
o 010
. -I.
L{) o ILl')
I'- OIl'-
NIN
....
III
o
U
w w tI'}
,tI) w W $ W $
W W tI)
$ W!tI)
tI) W tI) tI)
W!WIWtI)
W W $
>-
m
~
OJ
C
'C
Q)
~ CJ)
'OJ _S
c in
Q) ~
~ I~ C
Q) ~ Q)
C ~ ~ E
o::J U Q)
;:I CJ') Q) Q) >
e 0 t,) <5 ro
in :c ffi Q) 0..
'2 1ij-~ C> UI
.E- C5:u> .Q UI Q5
o(\)-
"CI 0. 10 ,ro '* ~
1\1 0(0) C ~
~ c C) c~.Q~ c c c 0 c~ cc
~ :8 _.g, :8 ~ ~.@ _ :8 _ g _ g _ ~ ,g ~I_ t; ,.g,~-
iiI g J9 g. g,~ ;:; (5 J9 g S s:: I glS g S.2I I' g <( .s ~ g c S
.5 Q) '0 0 1\1 Q) '0 ...... ,::> 0.. 0 _ Q) '0 0 0 ID ''0 0 ID '0 0 - Q) 'C ::I 0 CIS Q) 'C Q) 0
'E 16' e I- E16'e ~ I 1 I- s:: ~ e I- ;:I ~ e II- g f6' e I- :g g. e ro I- .~ ~,e ~ l-
s:: 0, Q) 0. ' GlIDo. 1:: (/') (/') · GI Q) 0. · :g ID 0.1 . ;:I (\) 0. . > Q) 0. -g . - Q) I 0.1 > '
== 0 = Q) .... 111= (\) 1\1 0.. 0.. N E = Q) M .- ::: Q) 'It CIS = Q) LI') .E = Q) 1\1 co :g = Q) \' ro I'-
.g ~ ::E a:: oX: 1: ::E ex: w <( <( oX:>GI ::E a:: oX: "CI ::E a::! J<:: .5 ::E a:: J<:: _ ::E 0::: ...J oX: > ::E a:: c.. J<::
.x:- UI UI_ 1110 UI"CI UlCIS Uls:: UI
1\15 CIS "CI CIS 0 CIS 0 CIS ... CIS .~ 1\1 - '1\1 _
~ E I- ; I- ~ I- CJ I- g I- .2 II- 'E I- C
mGl ~ ~ 1-0 CJ CJ Gle E
GI C) GI '- ~ (\) E
_1\1 ~ - c ~ - GI -
~; ~ ~ CJ') ; g ~ ;
~~ CJ') ~ ~ ::> ~ ~ ~
::I 1
.0....
.E~
~t!.
N
J<::
III
1\1
I-
M
.x:
III
1\1
I-
'It
.x:
UI
1\1
I-
co
.x:
III
1\1
I-
r--
oX:
UI
CIS
I-
LI')
J<::
UI
CIS
I-
00000
00000
oomoo>
LOLOCCOCO
..-NtDC1.>cn
"<i..,fai
..- ....
W W W W $
1::
o In
o.c
0.0
::J;;
UI U
-Q)
.- (/')
E In
Q) UI
0..0
'0
UI ...
2~
ro ._
-00:::
5~1
.- UJ ,...
O<t:uiii
::J Q) -
~'C::Jf-O
ro'e ro~1-
Q)o.-g1::'
=Q)roror--
::Ea::...JUJJ<::
III
CIS
......
v
o
o
~
.....
..-
......
..-
..-
co
.x:
III
CIS
I-
.....
a
!::
f!!
J:
X
W
W
I-
C:(
:i!E
i=
f/)
w
w
w
u.
o
z
<(
c::
::J
o
J:
O.~.
EbO
o I:
" os.
1t 3:E ~
uEI:
" ~..no
';::o,fi
~ 'E ~:
',,'<,~.,>
'0'"
I:U
III
.~.
>0
as
;:
-
s::
II) '-
c
1::
o
u.
o
-
-
II)
II)
...
-
C/),
'Q
...
M
-=t
....
.c
-
~
o
C/)
II)
~
t:
~ ~
3:<e
~ t:
,::J ,as
r-.Q
~ ...
o ,~
...
>om
::::....
o.5C/)
.;.:
(,)
II)
'0'
...
a.
-
UI
o
U
00'00
0000
00"":"":
100011)
..-00>0
Lti'<io
(")v
I
0000 0
0000 0
LOOO&ri cD
(")00<') 0
COOCO 0
aSrsi N
to
.....
UI
-
UI
o
U
III
:c
I'll
'f!!
::J
,Q
E
Gi
0::
ii
-
o
~
II)
c:
co
c:
>-
co
~
"""
o
o
~
......
..-
-
......
......
{f7E17{f7~
{f7E17~~ ~
UI
III
-
I'll
E
:;::;
UI
W
"
I: c:
I'll OJ
ui .~
I: ,'0
~ co '0
~::; :E
zo: g c:~
'(j c:....
III .Q~ .Q~
~ Ule;; uoe;;
. ,Ii> .;:!.;.; '0 (1)::JC1) '0
_ ,~ ,~ e 2 ~ OJ '8 ~ ~
il'll(1)a.=' mc.€'
a:: = (1) .2: 0) = (1) co CI
.g _ ::2: a:: () ~ ~::2: a:: w .....
~I'II =:: ~
IV I: '-I IV
CD; ......
m/!! .2 ~
.! [ .g,
.g/!! 2
UlD..
...
::J .'
,QO)
.~~
III IV
o::~
o
.....
'~
UI
IV
~
~-
6
r-
(D
~
i.1.I
c:o 'cp t-<:I" cr> t- C'l ~ <:I" c:o
~\!')c:ot-<:I"cpo<.OC:O<.O
~,~,~.~.~.~'~~~~
t-C'l\!')C'l~C'l\!')<:I"C'?"'""
oct5<.Pc0~~lri"<.Plri"-i
N <.0 ,~C'l C'l ~ "'""
co
(1)
o
'CO
..;
~
O.Q.
'5
...on
0(:.
. ..~"
_ __ ""."'" 0
~' ",,%"0 ,~ ,
Q ~...
......... on
... ~
~ ,,"'j;.~O,' "~ ,~
...... 0'"
~.~
, C,U
01
...l.
f:F7f:F7~f:F7f:F7f:F7f:F7f:F7~~
e
o
~
;:
fI)
'c
-e
-0
~ en e
,<6 -~ g
:;::; 0.. ~ e
~ 0.., C. gg
e~ ,0 '-'~
::ss....:;::;efl)en ell
..... . c ~o Q) :;:> C.
o~~c.-.zj~eII $.
o ... \:0'- ~ ... Q) 0..
o~<p1?e:::'?' ~
':;:> .D ?", 0'- ~ c. ~ '::>'
c.-o- 0-0 u- c.::::>'
<Pc. ~ oo-c c:. cn~..!-
s'~ el-O ~ <p.~ <pO
<p -. - '0 0 U c :::: ..... .,!..
cr> ,- 0 <p ~.- ~ .c.
,~~::=::oJ::""'~SO-cn
ei:':.D(/)::=::o?'.....<P";:;;
~,j\&>5i5~~O:";
, " ' I I ' 10
.C'lC'?<:I"I.O<.Ot-C:OCP......
~~~~~~~~~~
~ ~ '~ ~~ ~ ~ ~ ~ ~
r-I-I-I-I-I-I-I-I-I-
uJ
~
:E
-
~
~
u.
o
~
tt.
':)
o
:r.
~
~
'C
-:SCI)
::sO
~"S
CI) 'u..
~.9
\UCI)....
::::~CI)
~c:~
::s\U(/)
r-,g."
-~~
o ::s,C')
~c:t
~CI)~
::;......
u;(/)
.:t-
III
~ ~ ~
~
CI)
''0
~
0..
ell
2
~
S
~
L(1
'"
C.
<<I
~
CD
G)
u-
-0
.a
CIS
E
~
UJ
(0
....
o
r-
Jj
c
o
~
.9-
~
U
Q)
0..
(/)
<:I"
o
%
~
~
~
~
~
~
Exhibit E
STATEMENTOFDJRECT LABOR, FRINGE BENEFITS, AND GENERAL OVERHEAD
Based on year end December 31,2004
KPG, INC. P.S.
DESCRIPTION
%Of
Direct
Labor
I
ITotal 2002 Salary
I
IDlRECT LABOR
I
FRINGE BENEFITS
Payroll Taxes
Insurance - Medical/Dental/Disability
Paid Leave Vacation/Holiday/ Sick
401K
Employee Bonus
TOTAL FRINGE BENEFITS
12.1%
8.1%
13.8%
5.8%
132%
53.0%
GENERAL OVERHEAD
Indirect Labor
Legal & Accounting Services
Automotive & TravelExpenses
Payroll Service
Donations
Conferences
Training/ Education
Organizations
Publications
Business Retreat
Employee Recruitment
Employee Services
Interest Expense
Equipment Support
Professional Licensing
Meals & Entertainment
Off Road Vehicle
Office Supplies
Postage/Shipping
Printing/ Reprographics
Reimbursed Office Expense
Subconsultants
Rent
Repairs & Maintenance
Business T:3xes & Insurance
Communications
Utilities
Depreciation
Cost of Money
Self Insurance
TOTAL GENERAL OVERHEAD
25.6%
1.4%
1.4%
0.2%
0.1%
0.5%
0.6%
0.4%
0.1%
0.9%
0.1%
0.6%
0.0%
9.2%
0.2%
1.6%
0.0%
6.7%
0.3%
2.8%
0.1%
0.0%
18.5%
7.3%
10,3%
1.8%
0.8%
5.1%
0.4%
4.5%
101.9%
2003
Expense
$1,997,125
$1,118,277
135,370
90,273
154,564
64,815
147,522
$ 592,544
286,304
16,081
15,661
2,577
1,025
6,131
7,239
4,940
1,452
10,067
1,008
7,262
352
103,270
2,080
18,384
75,229
3,116
31,197
1,497
206,640
81,917
115,731
20,211
8,519
57,037
4,472
50,000
$1,139,399
Adjustments
$0
$0
(1,025.00)
(352.00)
(9,192.00)
(1,497.00)
($12,066)
2003
Expense
1$1,118,277
135,370
90,273
154,564
64,815
147,522
I $ 592,544
286,304
16,081
15,661
2,577
6,131
7,239
4,940
1,452
10,067
1,008
7,262
103,270
2,080
9,192
75,229
3,116
31,197
206,640
81,917
115,731
20,211
8,519
57,037
4,472
50,000
1$1,127,333
I
". ,'j n$1;i19,877C
IfoTACO=VERHEAD>EXPENSE:. ,'. "..,'.\{s4.88o/D $1,731,9431\T...,.'. '($12,066) .
. '. _,~.. _,. "".,,':__
% Of
Direct
Labor
12.1%
8.1%
13.8%
5.8%
13.2%
53.0%
25.6%
1.4%
1.4%
0.2%
0.0%
0.5%
0.6%
0.4%
0.1%
0.9%
0.1%
0.6%
0.0%
9.2%
0.2%
0.8%
0.0%
6.7%
0.3%
2.8%
0.0%
0.0%
18.5%
7.3%
10.3%
1.8%
0.8%
5.1%
0.4%
4.5%
1 00.8%
....... .......
15:3.80%
Exhibit F
Payment Upon Termination of Agreement
, .By the Agency Other Than for
Fault of the Consultant
(Referto Agreement, Section IX)
LumpSumContracts
A' final payment shall be made to, the CONSUL. TANT which when added to any payments previously made shall
total the same percentage ofthe.Lump Sum Amount as the work completed at the time of ~(,UHination is to the
total work required for the PROm CT. Tn addition, the CONSUL T ANT shall be paid for any authorized extra
work completed.
Cost Plus Fixed Fee Contracts
Afinalpayment shall be made to the CONSUL T ANT which when added to any payments previously made, shall
. total the actual cc;>sts plus the same percentage of the fixed fee as the work completed at the time of termination is
to the total work required for ,the Project." In addition, the CONSUL T ANT shall be paid for any authorized extra
workcompleted.
Specific Rates of Pay Contracts
A final payment shall be made to the CONSUL,' TANT for actual hours charged at the time of termination of this
AGREEMENT plus any directnonsalal)' costs incurred at the time of termination of this AGRE EMENT.
Cost Per Unit of Work Contracts
A final payment shall be made to the CONSUL. T ANT for actual units of work completed at the time of
termination of this AGRE' EMENT.
Exhibit G
Subcontracted Work
The AGENCY pennits subcontracts for the following portions of the work of this A GRE EMENT:
F~rtnTp,r:b - Snrvp:v
~
P:wement RnO"il1P:f':1"~ -~~tTf':~lnO" ~nrl T)f':~10il
!..- , ~ ~
Clvl1tec:b - Stmetnr::Jl Rnelnf':F1:in~
A PS - TTtl11tvT.()r.~tp.~ I Potllo11np-
~ -
"
Transportation Committee
Noyember 8,2004
Present: .Joan Hernandez, Chair; Pam Carter, Joe Duffie
Pat ,Brodin, RobinTischmak, Jim Morrow, Kevin Fuhrer, Alan Doerschel, Frank
lriarte, Gail Labanara, Lucy Lauterbach
~the I:::i;:;~~V:;:o~~~~n~:~~~t~~:~~~~~~e~~e::;{~~~~~ i~~~~~~ a~r 1:~ing
interviewing five of the fourteen finns that were interested, staff chose KPG by a wide margin.
They scored higher than other companies on every rating criterion. The design and engineering
costs of $434,710.24 are within the project budget, although Joan noticed that in the CIP there is
not money for constructionuntilafter201O. She asked if the design work being done now would
still be useful if construction didn't occur until that many years ahead, and Jim assured her it
would. The Committee approved the scope of work that was included.. Authorize mayor to
shmcontract with KPG for deshmservices for Interurban.
2. SouthcenterParkwav Extension SUDulement David Evans already has a $351,000 contract
to design the extension ofSouthcenter Parkway to the south city limits. Additional design work
is neededforthe sewer line from Minkler to S. 200th and the additional 1,400 feet of roadway to
reach the city's southern boundary, so a supplement to the contract has been prepared. Segale did
some preliminary design work on the sewer, but the majority of design still remains to be done.
A supplement has been negotiated in the amount of $70,615, and is within budget. Advertising
for construction is included in the work. Jim said the City cannot afford to build the road or
sewer without bonds, and we couldn't pay the bond payments without assistance from the TVS
project. Pam pointed out that the only reason forthe sewer project is to serve the TVS project.
The sewer money is within theS. J 80th Street project in the CIP. Recommend authorizint?;
mayor to si2:n suuplement for extension.
3. Tukwila InternationaIBoulevard(TIB) Phases 2 and 3 of the TIB project were previously
discussed inJate2003 andearly2004, but there was not enough money to do both phases, so the
southern section thatwouidcontinue the previous improvements north, had been chosen. Since
the first of the yeartheCityhasreceivedmore funding, and is now able to do both phases, if
some savings are found. The Committee considered the $16.5 m and $16.l5m versions and
recommended the $16.15 million dollar version, and also considered other savings that could be
made if necessary; Move discussion to CO'V.
4. Cascade View Park Cascade View CommunitY,Park construction is complete, and the city is
ready to release the retainage of the contractor. Though the contract was largely done in 2003,
there wereanumberoflandscapeissues that have remained open. Thoseare now resolved, and
the project can be closed out. Joan asked what the $8,571.20 cost overruns were for and ".vas
infonned they were partly for gravel, asphalt and the sidewalk extension. Recommend proiect
acceptance and release of retaina2:e to consent a2:enda of a Re2:ular Meetin2:.