Loading...
HomeMy WebLinkAboutCOW 2016-02-08 Item 3C - Agreement - Cascade View Safe Routes to School Phase II Design with KPG Inc for $138,205.30COUNCIL AGENDA SYNOPSIS Ini /ials Mee//n Date Pre and b Mayor'i r +ierr �; iy'/ reai,n. 02/08/16 B I �■.s'= 02/16/16 BG -ion 0208/16 Motion Date 02/16/16 • Resolution ❑ Ordinance Mg Date • Bid Award ❑ Public Hearin q ikitg Date ❑ Other Mtg Date AN Date ITEM INFORMATION ITEM No. 33 S'1',11'I' SPONSOR: BOB GIBERSON ORIGINAL AGENDA D.tT! : 02/08/16 AGENDA Im 4i TITLE Cascade View Safe Consultant Selection Routes to School and Agreement Phase II with KPG, Inc. C.\TI:G()RV Disaw -ion 0208/16 Motion Date 02/16/16 • Resolution ❑ Ordinance Mg Date • Bid Award ❑ Public Hearin q ikitg Date ❑ Other Mtg Date AN Date Mg ;lllg Dale It Date SPONSOR ❑ Council • L1fti'or ❑ 1 IR 7 DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Pollee A PIE%' SPONS(iR'y This contract is to provide engineering design services for the Cascade View Elementary SUMM.\I V School Safe Routes to School Phase II Project that includes a traffic circle and sidewalks. Statement of Qualifications were requested from the MRSC Consultant Roster and three firms were interviewed. KPG was selected as the firm that best met the requirements. Council is being asked to approve the design contract with KPG in the amount of $138,205.30 lu it \ %'Ea) HY ❑ COW Mtg. ❑ CA &P Cmte Utilities Cmte ❑ Arts Comm. DATE: 02/01/16 Q F&S Cmte ❑ Parks Comm. CHAIR: DENNIS KI Transportation Crnte • Planning Comm. ROBERTSON COMMIT I h.E. RECOMMENDATIONS: SPO\ ( )R /ADMIN. C(]11MI1mI'. Public Works Department Majority Approval; Forward to Committee of the Whole COST IMPACT / FUND SOURCE EXPENDITURE: REQUIRED AMOUNT BUDGETFD APPROPRIATION REQUIRED $138,205.30 $139,000.00 $0.00 Fund Source: 103 RESIDENTIAL STREETS (PAGES 3, 2015 CIP) Comments: Total of $838,950 in grant funding. MTG. DATE RECORD OF COUNCIL ACTION 02/08/16 02/16/16 MTG. DATE ATTACHMENTS 02/08/16 Informational Memorandum dated 01/29/16 Vicinity map Consultant Selection Scoring Matrix Pages 3, 2015 CIP and Budge Amendment CIP sheet Consultant Agreement, Scope of Work, and Fee Minutes from the Transportation Committee meeting of 02/01/16 02/16/16 33 City of Tukwila Allan Ekberg, Mayor Public Works Deportment - Bob Giberson, Director INFORMATIONAL MEMORANDUM TO: Mayor Ekberg Transportation Committee FROM: Bob Giberson, Public Works Director et BY: Dave Sorensen, Project Manager DATE: January 29, 2016 SUBJECT: Cascade View Safe Routes to School Phase II Project No. 91510302 Consultant Selection and Agreement ISSUE Execute a contract with KPG, inc. to provide design services for the Cascade View Safe Routes to School Phase II Project. BACKGROUND In September 2015, the City was awarded a federally funded grant as part of the Safe Routes to School Program that is to be used for Cascade View Elementary School Phase II. The project will provide construction of a traffic circle at 33rd Ave S/S 140th St and sidewalks on the east side of 33', Ave 5 between 5 1400 St and S 1440 St and the south side of 5 140th St between Military Rd 5 and 340 Ave S. DISCUSSION Consulting firms were selected for consideration from a review of firms listed on the MRSC Roster. Consultants who scored in the top five of the firms reviewed from the MRSC Roster were contacted to provide a Statement of Qualifications. Three of the five firms provided a Statement of Qualifications and were then interviewed. KPG prevailed to provide engineering design services for the project (see attached consultant scoring matrix). FINANCIAL IMPACT KPG has prepared the attached contract, scope of work, and fee estimate to provide the necessary engineering services for the Cascade View Safe Routes to School Phase II Project. As Phase II was originally funded after 2020 in the adopted 2015 CIP, the November 2015 budget amendment added $134,000 for design and $794,000 for construction with $838,950 in grant funding. As the consultant contract is $138,205.30, additional funding will come from the construction budget. Contract Nov. Budget Amendment Design Budget $ 134,000.00 Construction Budget Used for Design 5,000.00 KPG Design Contract $138,205.30 $139,000.00 RECOMMENDATION Council is being asked to approve the contract with KPG, Inc. in the amount of $138,205.30 for design of the Cascade View Safe Routes to School Phase II Project and consider this item at the February 8, 2016 Committee of the Whole Meeting and subsequent February 16, 2015 Regular Meeting. attachments: Vicinity Map Consultant Selection Scoring Matrix Page 3, Existing 2015 CIP and Budget Amendment CIP sheet Contract, Scope of Work and Fee Estimate WAPW EmPROJECTS A. RW & RS ProtectstSale Routes b School - Cascade View Phase 11 19 1510302P. Des ConsUllanl SelectlorMocs In TCdnIO Memo NPG PE Consult Select 07.29 -16 gl (2) dots, 35 CASCADE VIEW ELEMENTARY SAFE ROUTES TO SCHOOL PHASE 2 City of Tukwila -- New Sidewalk Phase 1 Completed Route 37 10 Otue, tf0 14/./4? 0 LO 1 41J atiao * 0 4' r CV i- = a1 a Lr) T K ( .L 4� 0 a) 1 y 0 0 0 0 0 c. 41 0 o III CUCO 5z Did not submit SOO T 1 T 0 47[1 C77 LL7 4v 1— Did not submit SOO 137 LO 137 Liz on r 1— 1— T Total Possible Points Parsons Brinkerhoff Paramatrix a) cL E 0 4= > c C a1 O "0 3- r-+ L 0 Q 0 w 0 I v 3 c o - O a7 4n a a� a cr U H — N a7 O E d U VI 0 CC W 0 Q rte+ '3 Q C o 0 o 0 0 0 CO a1 yP •' N 4w U C3 u) a) E a 03 Q O I• L Cziar C d a1 a7 E Pb E M of 41 co {3 0 a) m a7 as 5 0. L , 2 c $ m a O. L 47 E L E Gam} +r 417 N ate+ E a1 ate+ E lLl 0 e Scores from three Reviewers dined Avers Reviewer Name: Co r 8 3, a 0 0 8 'm 6. Q. 22x s b. ❑ m a a c a 4 8 m (3 N N N c 3 8 P(i 2 E • co 0 e(3 E N ❑ W m m t Selection Justificaitora Date: 11/3O15 0 U 0 0 0 w 03 0 0 G 0 cv 0 cis 43- r tc7 O] 417 p7 57 a7 0 45 d3 0 0 0 ..G 0 4h 0 a7 0, 0 0 0 e u7x I 7{ 4�S i0 417 4- i— uJ 0 07 LLJ CC ra e t- LJJ 0 OU) 1- 39 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2015 to 2020 PROJECT: Cascade View Safe Routes to School Project No. 91210301 Construct an off - street, paved shared use path, sidewalks, and a traffic circle at 33rd Ave 5 and 5 140th St. DESCRIPTION: This route was identified in the Walking Audit prepared for the Cascade View school zone. S 140th St is one of the high priority missing sidewalk areas prioritized as part of the Walk and Roll Plan. JUSTIFICATION: Enhance safety for students walking to Cascade View Elementary School and encourage transportation choices for Cascade View neighborhood residents. STATUS: Phase 1 is construction of an off - street, paved shared use path between S 137th St and S 140th St. Phase 11 includes a traffic circle at 33rd Ave S/S 140th St. Also includes sidewalks on the east side of 33rd Ave S between 5 140th St & 5 144th St and the north side of S 140th St between Military Rd S and 34th Ave S. MAINT. IMPACT: New trail, traffic circle, and sidewalks will need to be maintained. COMMENT: WSDOT Safe Routes to School State grant for $428K for Phase I. Funding for Phase 11 in beyond will be part of a future grant application. FINANCIAL Through Estimated (in $000's 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL EXPENSES .• � � :1 Project Location 11, 5'� .`;... ', ,,� °A 1 e pi' Phase II sl. Is i. p ` '.•' SSA!. i Design 30 68 29 "'---.11-7.---1:-L g. s � _ ts 1r I P 11: :1SI 11 • 1 r�t� I'4� { 1 ryal jIJ csa gl te �. 183 310 Land (RAN) 7 63 yf . 70 Const . Mgmt. 25 10 126 161 Construction 264 85 530 879 TOTAL EXPENSES 37 420 124 0 0 0 0 0 839 1,420 FUND SOURCES Awarded Grant 30 398 428 School District Grant Portion 29 29 Proposed Grant 750 750 Mitigation Expected 0 City Oper. Revenue 7 22 95 0 0 0 0 0 89 213 TOTAL SOURCES 37 420 124 0 0 0 0 0 839 1,420 .. .• � � :1 Project Location 11, 5'� .`;... ', ,,� °A 1 e pi' }' 1 sl. Is i. p ` '.•' SSA!. i . •, ��dd ,11I 1—SY � "'---.11-7.---1:-L g. s � _ ts 1r I P 11: :1SI 11 • 1 r�t� I'4� { 1 ryal jIJ csa gl te �. ~ I` r nwa -I i s ,ea 4\ yf . 2015 - 2020 Capital Improvement Program 40 3 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2016 to 2021 PROJECT: Cascade View Safe Routes to School Phase 11 DESCRIPTION: JUSTIFICATION: STATUS: Project No. 91510302 Construct an off - street, paved shared use path, sidewalks, and a traffic circ'e at '" ^ °d v a S and S 140th St. This route was identified in the Walking Audit prepared for the Cascade 1' + sc ; zc re. 5 140th St is one of the high priority missing sidewalk areas prioritized as part[[nf tVA .iK a..J Roll Plan. Enhance safety for students walking to Cascar1P Vi n'EvmL.. ary School and enc ur _, a sl�±rtation choices for Cascade View neighborhood ee:�`dentr 9 � �` et, wv�d shared 111111 use p th ham` °'. e� i% \i it and S 140th St in 2015 (91210301). Phase I completed and -cf -[] Phase II i a a,iic circle at 33rd Ave S 1401 ic[i1e between 14Jth St & S 144th St t. Also includes sidewalks on the east side of 33rd Ave S urth ide of S 140th St between Military Rd 5 and 34th Ave 5. MAINT. IMPACT: New trail, traffic_c°;cle, V) XA..waiks will need to be maintained. Phas Ai001 Safe Routes to School Federal grant for 5839K. Mitigation of $37k from (Drees Homes_ Phase 1 included a WSDOT Safe Routes to School State grant for $428K. COMMENT: FINANCIAL Through Estimated in $000's 2014 2015 2016 2017 2018 2019 2020 2021 BEYOND TOTAL EXPENSES Project Location Phase 11 Phase 11 Firm VMS* 2y 1h...1111 Design 59 24 134 ilk °v S A riP.i 217 Land (RJW) 65 1 F ! IIIP 65 Const . Mgmt. 46 43 50 90 � \ `, a f 'it l� l 229 Construction 247 63 225 429 964 TOTAL EXPENSES 417 130 409 519 0 0 0 0 0 1,475 FUND SOURCES Awarded Grant 368 29 384 455 1.236 School District Grant Portion 29 29 Proposed Grant 0 Mitigation 37 37 City Oper. Revenue 49 72 25 27 0 0 0 0 0 173 TOTAL SOURCES 417 130 409 519 0 0 0 0 0 1,475 Project Location . A %" , Firm VMS* 2y 1h...1111 W411 15 W ilk °v S A riP.i 1 F ! IIIP mil � \ `, a f 'it l� l • AbliA.,.. S' � �y Draft 2016 - 2021 Capital Improvement Program 3 41 2 Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Agreement Number: Firm /Organization Legal Name (do not use dba`s). KPG, Inc. Address 753 9th Ave N, Seattle, WA 98109 Federal Aid Number L}BI Number 601 248 468 Federal TIN or SSN Number 91-1477622 Execution Date Completion Date December 31, 2016 1099 Form Required Federal Participation ❑ Yes ❑ No ❑ Yes TI No Project Title Cascade Elementary Safe Routes to School - Phase 2 Description of Work Prepare Final Plans, Specifications, and Estimates for (he Cascade View Elementary Safe Routes to School - Phase 2 Project. Total Amount Authorized: $139,205.30 Management Reserve Fund: $0.00 Maximum Amount Payable: $] 39,205.3() Yes i No DBE Participation ❑ Yes i No MBE Participation Yes J No WBE Participation Yes Q No SBE Participation Index of Exhibits Exhibit A Exhibit 13 Exhibit C Exhibit D Exhibit 1✓: Exhibit F Exhibit G Exhibit H Exhibit 1 Exhibit ,I Scope of Work DBE Participation Preparation and Delivery of Electronic Engineering and Other Data Prime Consultant Cost Computations Sub - consultant Cost Computations Title VI Assurances Certification Documents Liability insurance Increase Alleged Consultant Design Error Procedures Consultant Claim Procedures Agreement Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 411012015 Page 1 of 14 43 THIS AGREEMENT, nmde and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, NT, between the City of-Tukwila hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page. one (I) of this AGRF EMF?.NT , hereinafter called the "CON SULTANTT," WI IERI:AS, 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 conimitnment and therefore deems it advisable and desirable to engage the assistance ofa CONSUt,TANT to provide the necessary SERVICES; and WllEREAS, the CONSULIANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a wiilingness to tarnish 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: 1. General Description of Work The work under this AGRF1.MENT 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 SERVICI S 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. 111. 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 alt 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 Stale of Washington. Agreement Number: Local AgencyA &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14 RavLSP_d 4/10/2015 44 Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26, shalt he shown on the heading or this AGREEMENT. 1fI)13I -: firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit "13- attached hereto and by this reference made part of this AGREEMENT. lithe Prune CC)NS111;JAN'I" is a DBE certified firm they must comply with the Commercial Useful Function (CUE) regulation outlined in the A(flI NCY's "DBE Program Participation Plan" and perform a minimum of 30% of the total amount of this AGREEMENT It is recon }mended, but not required, that non -DBE Prime CONSIJLTANTS perform a minimum of 30% of the total amount of this AGREEMENT. The CONSULTANT, on a monthly basis, is required to submit DBE Participation ol'the amounts paid to all DBE firms invoiced for this AGREEMENT . All Reports. PS&E materials, and other data furnished to the CONSUUTANT by the AGENCY shall be returned_ All electronic files, prepared by the CONSULTANT. roust 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 fir these SERVICES, and are the property of the AGENCY, Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY ot'any such instruments of service, not occurring as a part of this SERVICE, shall he without liability or legal exposure to the CONSULIAN -1. 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: Ifto AGENCY: Naive: David Sorensen Agency: City of Tukwila Public Works Dept. Address: 6300 Southcenter Boulevard City: 1 ukwila State: WA Zip: 95185 Email: david.sorcnscn(rr;tukwilawa.gov Phone: (206) 431 -3653 Facsimile: If to CONSULTANT: Name:: Nelson Davis Agency: KPG, Irae. Address: 753 9th Ave N City: Seattle l.rnaal; nelson;ukpg.com Phone: (206) 267 -1052 Facsimile: State: WA Lip: `.8 i 0 ) IV. Time for Beginning and Completion The CONSULIAN l shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT titled "Completion Date." The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may he 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: Local Agency A &,E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 3 of 14 Revised 4110/2(J15 45 4 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 11, "Scope of Work ". The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.cefr.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 far all consulting services for this PROJECT shall he 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. I. 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 CONSUI.TAN1 shall maintain support data to verity the direct salary costs billed to the AGENCY Indirect Cost Rate (ICR) Costs: ICR Costs are those costs, other than direct costs, which are included as such on the hooks of the CONSULTANT in the normal everyday keeping of its hooks. Progress payments shall he made at the ICR rates shown in attached Exhibits "D" and -1-;" of this AGREEMENT. Total ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT the actual 1CR costs verified by audit. up to the Maximum Total Amount Payable, authorized under this AGRE:EMENFI', 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 "F ", attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT (prime and all sub - consultants) will submit to the AGENCY within six (6) months after the end of each firm's fiscal year_ an 1CR schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purnose 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: Consultant Ratesr4.wsdot.wa.gov. Failure to supply this information by either the prime CONSULTANT or any of'their sub - consultants shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required information is received and an overhead rate for billing purposes is approved. The AGENCY's Project Manager and /or the Federal Government niay 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 CONSULT/VW These charges may include. but are not limited to, the following items: travel, printing, long distance telephone, supplies, coniputcr charges and fees of sub-consultants, Air or train travel will he 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." l'hc billing for Direct Non- Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. . 'I'hc CONSUL :IAN'!' 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. Aereernent Number: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14 gevised 4/10/2015 4. Fixed Fee: The Fixed Fee, which represents the CONSULT'ANT'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 CONSU1:1AN 1' 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 he covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement.•, 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 shol,vn 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 Xi1i, "Changes of 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 Maximus} 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 XI.I 1, `.Changes of Work." No minimum amount payable is guaranteed under this AGREEMENT. H. 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 111, "General Requirements "' of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct (RAW) Labor, Direct Noci- Salary, and allowable ICR Costs to which will be added the prorated Fixed Fee. i'o 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. s 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, snaps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSUL :CANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSUl:I"ANT, 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: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 4/1O/2n15 Page 5 of 14 47 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 hearing 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 AGREHMHN]'. The audit, if any, will he performed by the State Auditor, WSDOT's Internal Audit Office and/or at the request of the AGENCY'S Project Manager. VI. Sub - Contracting 1 "he 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 CONSL 1 1'AN'r shall not subcontract for the performance of any SERVICE under this AGREEMENT N'I' 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 earl; sub - consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With respect to stab - 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 ra.cc, color, national origin, or sex in the performance of this AGREEMENT. The CONSLPU1ANT 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 'lihc CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT. to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT-, any fee, commission. percentage. brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from this AGRRFMINT 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 CONSUL :i'ANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Agreement Number: Local Agency A &,E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14 Ravicsrl 4110/2015 48 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 CONSUI.TANrs employees or other persons while so engaged on any of the work or services provided to he rendered herein, shall he 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 proli=ssional 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 it he/she will he working on this AGREEMENT for the CONSIJLTAN'I. VIII. Nondiscrimination During the performance of this AGREEMENT, the subcontractors and successors in interest, agrees to • '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 USX'. Chapter 3 § 324) • Rehabilitation Act of 1973 (29 U.S.C. Chapter 16 Subchapter V § 794) • Age Discrimination Act of 1975 (42 U.S.C. Chapter 76 § 6101 et. seq.) CONSULTANT, for itself, its assignees, sub - consultants, comply with the following laws and regulations: • Civil Rights Restoration Act of 1987 (Public Law 100 -259) • American with Disabilities Act of 1990 (42 U.S.C. Chapter 126 § 12101 et. seg,) • 23 CFR Part 200 • 49 CFR Part 21 • 49 CFR Part 26 • RCW 49.60.180 In relation to 'Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F " attached hereto and by this reference madc part of this AGREEMENT, and shall include the attached Exhibit "F" in n'er sub- contract. including procurement of materials and lenses 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 CONSUi:IANT. 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 CONSULIAN T 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 he 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 CONSUL'TAN'T prior to Notice of Termination exceeds the total amount that would he due when computed as set forth in paragraph two (2) of this section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSUL'TAN'T, 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: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 4/10/2015 Page 7 of 14 49 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 ofthe 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 CONSULTANTs 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. 10 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 CONSUI:TANT or the death or change of any ofthe CONSULTANT's supervisory and/or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CON SUI,IAN I' shall also notify the AGENCY, in writing, in the event of the sale or transfer of50% or more of the beneficial ownership of the CONSUI.'I ANT within 15 days of such sale or transfer occurring. 'fhc CONSULTANT shall continue to be obligated to complete the SERVICES under the terns of this AGREEMENT unless the AGENCY chooses to terminate. this AGREEMENT hr 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 CONSIJLTAN'I' 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 CONSULIANT 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 finder section XIII "Extra Work." XI. Disputes Any disputed issue not resolved pursuant to the terns 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. Ifth.e parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit ".1 ". in the event that either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this AGREEM FN I, 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 la.w and that the parties have the right of appeal from such decisions ofthe 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 Slate of Washington, situated in the county in which the AGENCY is located. Agreement Nurnlber: Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 411Q/2!]15 50 Page 8 of 14 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 he 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, indemnif y. and hold The State of Washington (STATE) and the AGENCY and their officers and employees harmless ti•ent all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon the negligence of, or breach of any obligation under this AGREEMENT by the S']'AI'l 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 CONSIJITANT'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 he 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, ofany tier_ or any other persons for whore the CONSUL'JAN i may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub- consultant, subcontractor and vendor, ol'any tier. The CONSULTANT shall also defend, indemnity. 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 pater' or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information; know -how, copyright rights or inventions by the CONSUI;I°ANI' 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 ofany use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or communicated to S"I,A'11 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, ofany tier, or any other persons for whom the CONSUL JANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any delcrtnination 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 wider, 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: Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 4/111/28 /5 Page 9 of 94 51 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 CONSUL'1 ANT 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 perfbrtn 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 150 Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars (51.000,000.00) per occurrence and two million dollars (52,000,000.00) 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 (51,000,000.00) combined single limit for each occurrence. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STAFF 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 "Als ")" with no restrictions or limitations concerning products and completed operations coverage. 'Phis coverage shall be primary coverage and turn- contributory and any coverage maintained by the Als shall he excess over, and shall not contribute with, the additional insured coverage required hereunder. The CONSUI,T'ANT's and the sub - consultant's and/or subcontractor's insurer shall waive any and all rights of subrogation against the Als. The CONSUL, "1AN'I" 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 he 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: David Sorensen Agency: City of Tukwila Public Works Dept. Address: 6300 Southcenter Blvd City: Tukwila State: WA Zip: 98188 1 mail: david.sorensen[rrtukwilawa.gov Phone: (206) 431 -3653 Facsimile: No cancellation of the foregoing policies shall he effective without thirty (30) days prior notice to the AGENCY. The CONSUI;I'ANT.'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 he limited in any way. Au,reement Number: Local Agency A &F Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14 RPVIcPtl 411n/2015 52 The parties enter into this AGREEMENT fhr 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 Cully 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 AGREEMI- N'[ °, 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 he performed. 13. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part ()Ilk 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 CONSMANT must submit any "request for equitable adjustment," hereafter refereed 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 there. 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 of Current Cost or Pricing Data. Exhibit "G -3" is required only in AGREEMENT's over one hundred thousand dollars ($100,000.00) and Exhibit "G -4" is required only in AGREEMENT's over five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section 111 "General Requirements" prior to its performance of any SERVICES under this AGREEMENT. Agreement Number: Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 4110/2015 Page 11 of 14 53 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 Iiable for, any statement, representation. promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall he valid unless reduced to writing and signed by the parties as a supplement to this AGREEMENT. XVIII. Execution and Acceptance This AGREEMENT may he simultaneously executed in several counterparts, each of which shall he deemed to be an original having identical legal effect. The CONSI.ILTANI' does hereby ratify and adopt all statements, representations. warranties, covenants, and AGREEMENT"s contained in the proposal, and the supporting material submitted by the CONSUJ.IAN'I. and does hereby accept this AGREFMHN`I' 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 disc]osure 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, c -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 AGINCY 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 ofthesc types of information. The CONSULIAN I 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 inf €tirmation 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 CONSUI TANT 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 [nlormation; or (ii) returned all of the State's Confidential Information to the AGENCY; or (iii) take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information. As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which the State's Confidential Information was received; who received, maintained and used the State's Confidential Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall he 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. hut is not limited to, salting databases. Agreement Number: Local Agency AM Profession& Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14 54 wised 4/1nr2045 Violation of this section by the CONSU[.FANT 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 CONSUL'I NT 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: (1) 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 narked proprietary and/ or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. Ifa public disclosure request is made to view materials identified as "Proprietary and /or confidential information " or otherwise exempt information, the AGENCY will notify the CONSULIAN'1' 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 iuhirrnalion 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 he 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 CONSUIiAN'[- 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 darnages, liabilities, or costs associated with the A(ENCY'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 CONSIJLTANT, the CONK] 1:IANT shall keep, retain and maintain all "documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such documents. "Documents" shall be retained until all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past the six (6) year retention period. For purposes of this AGREEMENT, "documents" means every writing or record o1 -every type and description, including electronically stored information ( "l Sl "), 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, neaps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records, telegrams, schedules, diaries, notebooks. logbooks, invoices, accounting records. work sheets, charts, notes, drafts. scribhlings, recordings, visual displays, photographs, minutes of meetings, Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 4110/2015 Agreement Number: Page 13 of 14 55 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 tlic original is in the possession, custody, or control of the CONSUL'T'ANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. For purposes of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media of any kind, including "Native Files'-- that are stored in any medium from which it can he 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, thrush 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 CONSUI;ANT or any sub - consultant at home. "Native files" are a subset of ESi and refer to the electronic format of the application in xvhiclr such ES] 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 1&l— Dra.,lr 5 k 'cir Date Signature Date Any modification, change, or refer lettion of this AGREEMENT shall require approval as toArm by the Office of the Auorney Gener°ral. Agreement Number: Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14 Revised 4/10/21115 56 EXHIBIT A City of Tukwila Cascade View Elementary Safe Routes to School Project - Phase 2 KPG Scope of Work January 14, 2016 PURPOSE: This project includes preparation of final Plans, Specifications and Estimates for the Cascade View Elementary Safe Routes to School Project - Phase 2 Project. Project elements include: • Concrete sidewalks are proposed on the east side of 33rd Ave S (S 140th St to S 144th St) and on the south side of S. 140th St (Military Road South to 34th Ave S) along with a standard curb and gutter separating the sidewalk from the roadway. • A traffic circle is proposed at the intersection of 33rd Ave S and S 140th St to assist in reducing vehicle speeds and increase visibility and safety of pedestrians crossing the street. • Curb bulb -outs and /or pedestrian refuge islands at the east entrance /exit to the traffic circle would be constructed to improve the safety of crossing S 140th St at 33rd Ave S. There are currently no ADA facilities to connect to within the project limits. Work includes necessary base mapping, design and franchise utility coordination. The City has obtained the necessary exemptions and approvals for SEPA and NEPA requirements in advance of project design. No additional permits are anticipated. SCOPE OF WORK: Task 1 Project Management/Coordination /Administration. 1.1 Provide project management administrative services including: ♦ Project set -up and execute agreement ♦ Execution of subconsultant agreements ♦ Preparation of monthly progress reports and invoices ♦ Record keeping and project closeout 1.2 Provide overall project management including: ♦ Project staff management and coordination ♦ Subconsultant management and coordination ♦ Prepare and update project schedule ♦ Schedule and budget monitoring City of Tukwila Page 1 of 6 KPG CV SRTS Phase 2 1/141201(1 57 1,3 Coordinate with City staff, including preparation and attendance of up to 6 coordination meetings throughout the duration of the project. 1.4 Provide QA / QC reviews by senior staff of all major deliverables prior to submittal to the City. Deliverables • Project Schedule and necessary updates • Monthly progress reports and invoicing • Meeting agendas and minutes including a summary of decisions made / needed resulting from design coordination meetings. Task 2 Survey and Base Mapping. Limits of survey: 33rd Avenue 5 (Approximately 50 feet wide plus additional at driveways and side streets on east side) from the south side of S 144th Street to the north side of S 140th Street and S 1401h Street from Military Road to 34th Avenue S. 2.1 Establish horizontal and vertical control points along the corridor for field topographic survey. Basis of control will be City of Tukwila Datum. The CONSULTANT will locate, field survey, and calculate positions for all monuments and control points throughout the project limits, using the Washington State plane coordinate system. Conventional or GPS surveying methods will be used on this project. Monuments or corners to be located and field surveyed include the following: • Section Corners • Side street monuments • Property Corners 2.2 Field Survey and Note Reduction. Perform note reduction of the field survey data. 2.3 Mapping work to prepare 1 " =20' topographic base map and digital terrain model (DTM) in AutoCAD format of the project within the limits described above. 2.4 The Consultant will retain the services of a firm to field locate and paint all utility locations within the project corridor so that they can be surveyed and incorporated into the base maps. Service line locations and gravity storm and sewer will not be field located. Perform field survey to locate paint marks including surface features (valves, manholes, catch basins, junction boxes, vaults, etc). Irrigation systems will not be included. 2.5 Perform observation and measure -downs of existing storm drain catch basins and manholes. The approximate size, type (brick, concrete), and general condition of the structures to confirm suitability for continued use, and approximate size and location of storm drainage pipes will be documented. These observations will be made from the surface. City of Tukwila Page 2 of 6 KPG CV sRI:S Pitu.sr 2 1/14/20/6 58 2.6 The Consultant shall survey the utility potholes performed by franchise utilities and/or subconsultant. Deliverables • Electronic copies of the completed field topographic base map in PDF and AutoCAD. Task 3 Right of Way Calculations Perform the following work items necessary to establish the existing right -of -way (ROW) along the corridor based on publicly available information. Title research or property rights acquisition is not anticipated or included in the project budget. 3.1 Research Records. Determine which existing corners and monuments should be field located and surveyed. 3.2 Calculations for ROW lines. Using the research information and the survey work described above, calculate location and surveyed corners, roadway features and monuments. Incorporate existing right of way into project base maps. Deliverables: ♦ Right of way information will be incorporated into the project base maps. Task 4 Public Outreach 4.1 Prepare flyer describing project. Mailing and postage will be provided by the City. 4.2 Prepare for and attend one (1) community open house meeting. Mailing meeting notices and room arrangements will be provided by the City. Deliverables ♦ Camera -ready mailings and flyers. • Open house meeting graphics ♦ Summary Notes from open house meetings. Task 5 Stormwater Preliminary Design and Alternatives Analysis The Consultant shall prepare preliminary engineering of stormwater management and conveyance facilities required for the project. Preliminary engineering will include the following sub - tasks: 5.1 Compile and review existing stormwater data, including GIS data, record drawings, and previous storm drainage reports for projects in the vicinity of the proposed roadway improvements. 5.2 Analyze all applicable Core and Special Requirements of the KCSWDM to City of Tukwila Page 3 of 6 KPG C'V SRI'S Phtr.Fe 2 1/1412016 59 determine stormwater management requirements that will apply to the project. 5.3 Identify potential alternatives for meeting stormwater management requirements of the KCSWDM, and a full retrofit of the roadway for water quality treatment. Perform preliminary calculations for sizing alternatives facilities and prepare conceptual drawings to illustrate each alternative. 5.4 Perform alternatives evaluation, consisting of planning -level cost estimates and evaluation of advantages and disadvantages for each alternative for use in alternative selection by the City. 5.5 Prepare and submit a brief technical memo to document the preliminary stormwater design activities performed in the above subtasks. Upon approval by the City, the final stormwater elements will be documented in the TIR during final design. Deliverables ✓ Conceptual Drawings to illustrate each stormwater alternative., 1 electronic file in PDF format • Draft Stormwater Design Report, 2 bound copies of report and 1 electronic file in PDF format 4 Final Stormwater Design Report, 2 bound copies of report and 1 electronic copy in PDF format Assumptions • The storm drainage design will be in accordance with the standards of the City of Tukwila. Municipal Code (14.30.060), including the 2009 King County Surface Water Design Manual ( KCSWDM) and the City's 2010 Infrastructure Design and Construction Standards. • The King County Runoff Time Series (KCRTS) will be used for hydrologic modeling and design of stormwater management facilities. Task 6 Final Plans, Specifications and Estimates The Consultant shall prepare Final Plans, Specifications and Estimates for advertisement and award 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. Final bid documents will be signed by a licensed professional engineer in the State of Washington. 6.1 Prepare draft Technical Information Report in accordance with City stormwater requirements to include additional water quality facilities approved in task 4. 6.2 The Consultant shall prepare 30% Plans and Estimate for City review and comment. City of Tukwila Page 4 of 6 KPG CV SR7S Phase 2 1/14/20/6 60 Plans will contain a roadway profile and sufficient plan view information to allow verification of scope by City departments prior to final design. 6.3 The Consultant shall address City comments and finalize TIR. 6.4 The Consultant shall incorporate City comments and prepare 90% Plans, Specifications, and Estimate for City review and comment. Specifications will be based on WSDOT /APWA and City Standards. 6.5 Prepare contract specifications for the 90% and Bid submittals based on WSDOT /APWA standards (English), grant funding requirements, and applicable LAG standards. 6.6 Perform 30 %, 60 %, 90% and Bid Document quantity take -offs and opinion of costs. 6.7 The Consultant shall incorporate comments and finalize bid documents. Bid documents will be uploaded to bxwa.com for advertisement by the City. It is anticipated that final plans will include the following sheets. Sheets may be combined or separated for clarity: Cover sheet Sheet Index, Survey Control & Alignment Data Legend and Abbreviations Roadway Sections Paving and Restoration Details Drainage Details Site Preparation and Erosion Control Plans Sidewalk Plan and Profiles Drainage Plan and Profiles (1 sheet) (1 sheet) (1 sheet) (1 sheet) (3 sheets) (3 sheets) (6 sheets) (6 sheets) (6 sheets) TOTAL = 28 sheets 6.8 The Consultant shall provide bid period services to include responses to bidder inquiries, preparation of addenda, attendance at bid opening, preparation of bid tabulation, and recommendation to award or reject the apparent low bidder. The budget assumes a straight forward review process with the low bidder receiving the contract award. Deliverables • 30% Plans (Y2 size) & estimate, 5 bound, 1 unbound copy, 1 electronic file in PDF format • 90% Plans (1 size), specifications & estimate, 5 bound, 1 unbound copy, 1 electronic file in PDF format • Final Bid Documents, 10 bound copies 1/2 size Plans, 1 electronic file in PDF format. City of Tukwila Page 5 of 6 KPG CV SRTS Phase 2 1/14/20 16 61 Additional Services The City may require additional services of the Consultant in order to advance all or portions of the project corridor through final design and construction. This work may include items identified in the current task authorizations as well other items, which may include, but are not necessarily limited to the following: • Obtaining title reports and providing final right of way / easement legal descriptions ♦ Providing property appraisals and negotiations • Providing additional permitting or environmental studies • Providing additional design services ♦ Providing construction management services These services will be authorized under a future contract supplement if necessary. At the time these services are required, the Consultant shall provide a detailed scope of work and an estimate of costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. City of Tukwila Page 6 of 6 KPG CV SETS Phase 2 1/14/28/6 62 Exhibit B DBE Participation NOT APPLICABLE WSDOT Form 140-089 EF Exhibit 6 Rr_vrter{ 1n/3012014 Agreement Number: Page 1 of 1 63 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 arc not limited to, the following: 1. Surveying, Roadway Design & Plans Preparation Section A. Survey Data AutoCAD Civil 3K. - KPG Standards B. Roadway Design Files AutoCAD Civil 3K - KPG Standards C. Computer Aided Drafting Files AutoCAI) Civil 3K - KPG Standards WSDOT Forrn 140 -089 EF Exhibit C Rpvi.Sed 10/30/2094 Agreement Number: Page 1 of 4 65 D. Specify the Agency's Right to Review Product with the Consultant As identified in Exhibit A. E. Specify the Electronic Deliverables to Be Provided to the Agency As identified in Exhibit A. F. Specify What Agency Furnished Services and Information Is to Be Provided As identified in Exhibit A. Agreement Number: WSDOT Form 140 -089 EF Exhibit C Page 2 of 4 Revisor! 10430/2014 66 11. Any Other Electronic Files to Be Provided As identified in Exhibit A III. Methods to Electronically Exchange Data Via entail or FTP site WSDOT Form 140-089 EF Exhibit C Revised 10/30/20 14 Page 3 of 4 67 A. .Agency Software Suite Microsoft Office 13. Electronic Messaging System Outlook File Transfers Format As requested WSDDT Form 140-089 EF Exhibit C Page 4 of 4 Revfrpd 10/20/2014 68 HOUR AND FEE ESTIMATE EXHIBIT Project! Ci 1y of Tukwila Cascade View Elementary Safe Routes to School - Phase 2 C4- • Arch • Laratmearm 4. Civil Ensinacring Task Description *Labor Hour Estimate Project Senior Project ' Design Survey Senior Office Manager Engineer Engineer Eng / LA Technician Crew Admin Admin 5 184.79 5 _ 157.13 $ 113.12 $ 100.57 , S 81,72 5 151.66 3 106.86 $ 71.96 Total Budget Budge Taskl - Managementicoordinationfadministration 1.1 Project administration 4 0 0 0 0 0 4 4 5 1,454.46 1.2 Project management and coordination (6 mOnth-s) 6 0 0 0 0 0 2 6 S 1,754.26 1.3 City shit design Coordination meetings 8 4 8 0 0 0 0 4 S 3,299.69 1.4 OAIOC reviews 4 4 0 0 0 0 0 0 5 1.367.70 Mileage S Reproduction 5 Task Totals 22 8 8 0 0 0 6 14 S 7,876.11 Task 2 - Survey and Mapping 2.1 Establish alignment control 0 2 16 0 0 8 0 0 $ 3,337.50 2.2 Field survey arx1 wile reduction 0 4 8 0 0 60 0 0 S 10,633.33 2.3 Prepare base maps and DTM 0 4 ;6 40 0 0 0 0 S 6.461.21 2.4 Coordinate utility locate services 0 0 2 4 Q 0 0 0. 3 628.52 2.5 Storm measuredowns 0 0 0 8 0 8 0 0 S 2,017.87 2.6 Pick up utility pothole informatiou 0 0 0 6 0 8 0 0 S 2,017.87 Utility locate service S 5,00000 Mileage S 100.00 Reproduction S 50.00 Task Totals 0 10 42 60 0 84 0 0 9 30,246.29 Task 3 - Right of Way Calculations 3.1 Research records 3.2 Calculations for ROW lines Mileage Reproduction 0 0 2 6 0 0 a 0 4 5 2,720 39 2 16 24 0 0 0 0 $ 4,537.85 S s 50.00 Task Total 0 4 24 24 0 8 0 4 9 7,308.23 Task 4 - Public Outreach 4.1 Flyer for project description 0 2 0 0 4 0 0 4 S 928.97 4,2 Prepare for and attend community open house (1) 4 4 16 0 a 0 0 4 3 4.119.20 Mileage S 100_00 Reproduction 3 200.00 Task ToIal 4 6 16 0 12 0 0 8 S 5,348.17 125/2015 HOUR AND FEE ESTIMATE EXHIBIT D Project: City of Tukwila Cascade View Elementary Sate Routes to School - Phase 2 IC fa • Archtleuivirc 0 L andscape Arch m.-ci • C 1:1-4g,rwering 0 Task DE SC ri pti fl °tabor Hour Estimate Project Senior Project Design Survey Senior Office Manager Engineer Engineer Eng 1 LA Technician Crew Admin Admin S 184.79 $ 15713 S 113,12 8 100.57 $ 81.72 $ 151.66 S 106.86 S 71.90 Total Budget EitierteE Task 5 - Stormwater Preliminary Design and Alternatives Analysis 5.1 Compile and review available stormwater data 0 2 4 0 0 0 0 0 5 766.74 5.2 Drainage requirements analysis 0 2 4 0 0 0 0 0 5 766.74 5.3 Slormwater alternatives ID & development 1 4 11 12 0 Cl 0 0 S 2,925.11 5.4 Stormwater alternatives evaulation 2 4 8 4 0 o 0 0 S 2.305.35 5.5 Prepare summary technical memo 1 4 8 8 0 0 0 2 5 2,666.75 Mileage S 50.00 Reproduction 5 50,00 Task Total 4 16 32 24 0 0 0 2 $ 9,530.69 Task 6 - Final Plans, Specifications. and Estimates 6.1 Prepare Draft TIFI 2 4 16 8 0 0 0 2 S 3.756.55 6,2 Prepare 30% Plans 8 20 40 80 60 0 0 a 5 22,669.93 6.3 Prepare Final TIF1 0 2 6 4 0 0 3 o 8 1,765.42 6.4 Prepare 90% Plans 16 20 40 80 40 0 0 8 $ 22.513.98 6,5 Prepare Speccations (90%, Final) 4 8 40 8 0 0 0 8 S 7,901.29 6.6 Quantity and cost estimating (30%, 90�, Final) 4 8 8 8 4 0 0 0 5 4,032.59 6.7 FjnIieRidflocuments 4 1,0 40 24 16 0 0 8 S 11,132,10 6.6 Bid Period Services 2 8 8 8 0 0 0 4 S 3,623.99 Mileage S 500.00 Reproduction 8 1,000.00 Task Total 40 so 200 220 120 0 0 40 8 78,395.81 Total Estimated Fee: $ 139,205.30 • Hourly rates are based on the Wowing: Direct Safety Costs 5 70.57 5 60.09 5 43.26 5 38A6 5 31.25 8 58.00 5 40.87 $ 27.52 Overhead Rare 131.49% Fixed Fee 30% 1/2512015 Totals ▪ 50:520.21 5 66.429.03 15.156.06 Exhibit E Sub - consultant Cost Computations There isn't any sub - consultant participation at this time. The CONSULTANT shall not sub- contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. Refer to section VI "Sub - Contracting" of this AGREEMENT. Agreement Number: WSDOT Form 140-089 EF Exhibit E Reviswrl 10/30/2014 Page 1 of 1 71 72 Exhibit F Title VI Assurances During the performance of this AGREEMENT, the CONSIILI'AN I', for itself, its assignees, and successors in interest agrees as follows: I. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non - discr'iniination 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. Non - discrimination: The CONSIJTJIANT, 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 13 of the REGULATIONS. 3. Solicitations for Sub - consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub- contract, including procurement of materials or leases of equipment, each potential sub - consultant or supplier shall be notified by the CONSUILI'AN'J of the CONSULTANT's obligations under this AGREEMENT and the REGLI.ATIONS 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 Ilighway Administration (FI IWA) 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 CONSUL L[ ANI' shall so certify to the AGENCY, the STATE, or the Fl IWA 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 STATIC. or the FI IWA may determine to be appropriate. including, but not limited to: • Withholding of payments to the CONSUI;IAN"J' 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 PANT shall take such action with respect to any sub- consultant or procurement as the STATE, the AGENCY, or FI -IWA 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. WSDOT Form 140 -089 EF Exhibit F Revised 10/30/2014 Page 1 of 1 73 74 Exhibit G Certification Documents kxhihit G -1(a) Certification of Consultant Exhibit G -1(b) Certification of Exhibit G -2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Prinlary Covered Transactions Exhibit 0-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying Exhibit G -4 Certificate of Current Cost or Pricing Data WSDOT Form 140 -089 EF Exhibit G RPV[cFri 10/111/2014 Agreement Number_ Page 1 of 'l 75 Exhibit G -1(a) Certification of Consultant 1 hereby certify that I ant the and duly authorized representative of the firm of KPG, inc. whose address is 753 9th Ave N, Seattle WA 98109 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; hl 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 CON'Si_11 :1'ANT) 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 (ifany); 1 acknowledge that this certificate is to be furnished to the City of Tukwila and the Federal 1fighwayAdministration, 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. KPG, Inc. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Agreement Number. WSDOT Form 140 -089 EF Exhibit G 76 Revisari 117/30/2044 Page 1 of 1 Exhibit G -1(b) Certification of Agency Official I hereby certify that I am the: 0 ❑ Other of the and 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 h) 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 and the Federal I Iilhway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway fiends, and is subject to applicable State and Federal laws, both criminal and civil. Signature Date WSDQT Form 140.089 EF Exhibit G Revi_ggnr 11/3012f114 Agreement Number: Page 1 of 77 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. I lave 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 (Feder-al, 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)(h) of this certification; and I). Have not within a three (3) year period preceding this application 1 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 cxplan.ation to this proposal. KPG. Inc. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Agreement Number: WSDOT Form 140 -089 EF Exhibit G 78 Revised 10/10/2014 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: L 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 M.ernher 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. MENT. 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 $ 1 0,000.00, 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 languagc 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. KPG, Inc. Consultant (Firm Name) • Signature (Authorized Official of Consultant) Date Agreement Number: WSDOT Form 140 -089 EF Exhibit G Revised 10/30/2014 Page 1 of 1 79 Exhibit G -4 Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belie[`, the cost or pricing data (as defined in section 2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.40; -4) submitted, either actually) or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's representative in support of Cascade Elementary Safe Routes to School * are accurate, complete, and current as of 1 /2.R4 This certification includes the cost or pricing data supporting any advance AGREEMENT's and forward pricing rate AGREEMENT's between the offer or and the Government that are part of the proposal. Firm: KPG, Inc. \\A Signature Title Date of Execution * * *: tt" *identify the proposal. quotation, request fr r pricing adjustment, or other submission involved. giving the appropriate identifying number (e.g. project Iittc.) * *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 he as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. Agreement Number: WSDOT Form 140 -089 EF Exhibit G Page 1 of 1 Revised 10130/201d 80 Exhibit H Liability Insurance Increase To Be Used Only II' Insurance Requirements Are Increased The professional liability limit of the CONSUL:121NT to the AGENCY identified in Section XIII, Legal Relations and Insurance of this Agreement is amended to SNOT APPI.ICAIBLE The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of $ NOT APPLICABLE: Such insurance coverage shall be evidenced by one oldie following methods: • Certificate of Insurance. • Self=insurancc through an irrevocable Letter or 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 (F1IWA) for approval to increase the minimum insurance limit. If FIIWA approval is obtained, the AGENCY play, at its own cost, reimburse the CONSULTANT for the additional professional liability insurance required. Notes: Cost of added insurance requirements: $NOT APPLICABLE • 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: MOOT Form 140-089 LF Exhibit H Revised 10130/2014 Page 1 of 1 81 82 Exhibit f Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine i f a consultant's alleged design error is of a nature that exceeds the accepted standard or 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 sonic 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 flooded 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 elTor(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) ]fit is determined that there is a need to proceed father, the next step in the process is fir the project manager to contact the consultant regarding the alleged design enor(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 Alter 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). l 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, i f any, as to how the settlement affects federal reimbursements. No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel. is not able to reach mutual agreement with the consultant, proceed to Step 5. Agreement Number: WSDOT Form 140 -089 EF Exhibit/ iacavic ri 10/30/2014 Page 1 of 2 83 Step 5 Forward Documents to Local Programs For federally funded projects all available information, including costs, should he forwarded through the Region Local Programs Engineer to LP for their review and consultation) with the Fl IWA. 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. Ifnecessary, 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 ofwork and costs to reflect the agreed upon resolution. IT, in consultation with FIIWA, will identify the amount of federal participation in the agreed upon resolution of the issue, • 1l'niutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Agreement Number: WSDOT Farm 140-089 EF Exhibit I Page 2 of 2 Revised 10/ 0J2f 14 84 Exhibit J Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. I`hc lbflowing procedures should only be utilized on consultant claims greater than $ 1,000. If the consultant's elaim(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 SS1,00() or less.. '/'his 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 he completed is the request for consideration of the claim to the Agency's project manager. 'rho 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; • Tiniefranic 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. tithe 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: WSDOT Form 140 -089 EF Exhibit J fgevked rnr3012nr4 Page 1 of 2 85 Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) l f 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 WSI)OT 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 On 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 lbr 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: WSDO T Farm 140 -089 EF Exhibit ./ Page 2 of 2 Revised 101.1012014 86 HOUR AND FEE ESTIMATE Project: City of Tukwila Cascade View Elementary Sale Routes to School - Phase 2 EXHIBIT 8 • Ardhiteciate • Landscape Architecture • Civil Eaginecumg • Task Description *Labor Hour Estimate Project Manager $ 184.79 Senior Engineer 157.13 Project I 'Design Engineer Eng / LA $ 113.12 $ 100.57 Technician $ 81.72 Survey Crew $ 151.66 Senior Admin 106.86 Office Admin $ 71.96 Total Budget Budget Task 5 - Stormwater Preliminary Design and Alternatives Analysis 5i Compile and review available storrnwater data 5.2 Drainage requirements analysis 52 Stormwater alternatives ID & development 54 Stormwater alternatives evaulation 55 Prepare summary technical memo Mileage Reproduction 0 2 0 2 1 4 2 4 1 4 4 4 8 8 8 0 0 12 4 8 0 0 0 0 0 0 0 0 0 0 0 Task Total 4 16 32 24 0 0 0 0 0 2 S 5 2 5 765.74 766.74 2,925.11 2,305.35 2,666.75 50.00 50.00 9,530.69 Task 5- Final Plans, Specifications, and Estimates 6.1 Prepare Draft TIFt 2 4 16 8 0 0 0 6.2 Prepare 30% Plans 8 20 40 60 60 0 0 6.3 Prepare Final 1-111 0 2 8 4 0 0 0 6.4 Prepare 90% Plans 16 20 40 80 40 0 0 6.5 Prepare Specifications (90%, Finai) 4 8 40 8 0 0 0 6.6 Quantity and cost estimating (30%, 90%, Final} 4 8 8 8 4 0 0 63 Finalize Bid Documents 4 10 40 24 16 0 0 6.8 Bid Period Services 2 8 8 8 0 0 0 Mileage Reproduction 2 5 3,756.51 8 8 22,669.93 2 5 1,765.42 8 S 22,513.98 8 5 7,901.29 0 $ 4,032.59 8 5 11,132 10 4 ' $ 3,623.99 500.00 1,000.00 Task Total 40 80 200 220 120 _ 0 0 40 8 78,895.81 Total Estimated Fee: $ 138,205.30 8/11/2015 88 TRANSPORTATION COMMITTEE Meeting Minutes City of Tukwila City Council Transportation Committee February I, 20I6 - 5:30 p.m. - Foster Conference Room, 6300 Building Councilmembers: Dennis Robertson, Chair; Verna Seal (Absent: [&'Sean Quinn) Staff: David Cline, Bob Giberson, Frank Iriarte, Robin Tischmak, Gail Labanara, Pat Brodin, Dave Sorensen, Grant Griffin, Peggy McCarthy, Laurel Humphrey Guest: Jade Mott CALL TO ORDER: Committee Chair Robertson called the meeting to order at 5:30 p.m. I. PRESENTATIONS IL BUSINESS AGENDA Consultant Selection: Cascade View Safe Routes to School Phase!! Staff is seeking Council approval of a contract with KPG, Inc. in the amount of 5138,205.30 for design of the Cascade View Safe Routes to School Phase 11 Project. This phase will construct a traffic circle at 33rd Avenue South /South 140" Street and sidewalks on the east side of 33rd Avenue South between South 140' Street and South 144" Street and the south side of South 140" Street between Military Road South and 34" Avenue South. The project is largely funded by federal Safe Routes to School grant money. MAJORITY APPROVAL. FORWARD TO FEBRUARY 8, 2016 COMMITTEE OF THE WHOLE. B. Project Completion: 2015 . Overlay and Repair Program Staff is seeking Council approval of project completion and release of the retainage bond to Miles Construction in the amount of $1,288,587.45 for the 2015 Overlay and Repair Project. This project provided hot mix asphalt paving and street improvements at seven locations and a portion of the parking lot at Fort Dent Park. Construction was completed on November 12, 2015. MAJORITY APPROVAL. FORWARD TO FEBRUARY 16, 2016 REGULAR CONSENT AGENDA. C. Supplemental Agreement: Boeing Access Road over BNRR Bridge Rehab Project Staff is seeking Council approval of Supplemental Agreement No. 3 with Jacobs Engineering Group, Inc. in the amount of 552,805.00 for design of the Boeing Access Road over BNRR Rehabilitation Project. The original contract was signed in October 2013 and has been delayed due to railroad plan reviews and negotiations with BNSF for the Construction and Maintenance Agreement. Inclusion of this supplement brings the contract total to 51,070,577 and is still within the approved design budget of 51,353,000.00. MAJORITY APPROVAL. FORWARD TO FEBRUARY 16, 2016 REGULAR CONSENT AGENDA. 89