HomeMy WebLinkAbout25-075 - Contract - KPG Psomas, Inc. - Design Services: Boeing Access Road Overlay25-075
Council Approval 3/3/25
Local Agency A&E Professional Services
Cost Plus Fixed Fee Consultant Agreement
Agreement Number: LAI 1027
Firm/Organization Legal Name (do not use dba's):
Psomas
Address
Federal Aid Number
3131 Elliott Ave, Suite 400, Seattle, WA 98121
NHPP 1380(005)
UBI Number
Federal TIN or SSN Number
604-635-123
95-2863554
Execution Date
Completion Date
12.31.26
1099 Form Required
Federal Participation
❑ Yes ❑✓ No
Yes ❑ No
Project Title
Boeing Access Road Overlay
Description of Work
S Boeing Access Road is a four-six lane commercial arterial. The project limits extend from the signalized
intersection at East Marginal Way (not including the intersection) to the west side of the signalized intersection
at Martin Luther King Jr Way S (not including the intersection. The project length is approximately 2,900 LF
along centerline, or 0.56 roadway miles. There is one signalized intersection in the middle of the project. The
project crosses over Airport Way S, BNSF Railroad Tracks, and Interstate 5 (I-5). S Boeing Access Road is also
comprised of a southbound I-5 off ramp and a I-5 northbound on and off ramp.
✓❑ Yes ❑ No DBE Participation
Total Amount Authorized: $548,983.14
❑ Yes[Z] No MBE Participation
Management Reserve Fund: $15,000.00
❑ Yes R-1 No WBE Participation
❑ Yes[Z] No SBE Participation
Maximum Amount Payable: $563,983.14
Index of Exhibits
Exhibit A
Exhibit B
Exhibit C
Exhibit D
Exhibit E
Exhibit F
Exhibit G
Exhibit H
Exhibit I
Exhibit J
Scope of Work
DBE Participation
Preparation and Delivery of Electronic Engineering and Other Data
Prime Consultant Cost Computations
Sub -consultant Cost Computations
Title VI Assurances
Certification Documents
Liability Insurance Increase
Alleged Consultant Design Error Procedures
Consultant Claim Procedures
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14
Revised 02/01/2021
THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this
AGREEMENT, between the City of Tukwila
hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this
AGREEMENT, hereinafter called the "CONSULTANT."
WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1)
of this AGREEMENT and hereafter called the "SERVICES;" and does not have sufficient staff to meet the required
commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide
the necessary SERVICES; and
WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating
to professional registration, if applicable, and has signified a willingness to furnish consulting services to
the AGENCY
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein,
or attached and incorporated and made a part hereof, the patties hereto agree as follows:
I. General Description of Work
The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and
necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor,
and related equipment and, if applicable, sub -consultants and subcontractors necessary to conduct and complete the
SERVICES as designated elsewhere in this AGREEMENT.
II. General Scope of Work
The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit "A" attached
hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed
utilizing performance based contracting methodologies.
General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall
receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or
individuals shall be coordinated through the AGENCY The CONSULTANT shall attend coordination, progress,
and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials,
groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT
sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days'
notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A."
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will
outline in written and graphical form the various phases and the order of performance of the SERVICES in
sufficient detail so that the progress of the SERVICES can easily be evaluated.
The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under
this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State
of Washington.
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14
Revised 02/01/2021
Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per
49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the
commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be
shown on Exhibit 'B" attached hereto and by this reference made part of this AGREEMENT. If the Prime
CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF)
regulation outlined in the AGENCY's '`DBE Program Participation Plan" and perform a minimum of 30% of the
total amount of this AGREEMENT. It is recommended, but not required, that non -DBE Prime CONSULTANTS
perform a minimum of 30% of the total amount of this AGREEMENT.
In the absents of a mandatory DBE goal, a voluntary SBE goal amount of ten percent of the Consultant Agreement
is established. The Consultant shall develop a SBE Participation Plan prior to commencing work. Although the
goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not.
The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms (including Prime)
involved with this AGREEMENT into the wsdot.diversitycompliance.com program. Payment information
shall identify any DBE Participation.
All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned.
All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C —
Preparation and Delivery of Electronic Engineering and other Data."
All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared
by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for
these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or
on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall
be without liability or legal exposure to the CONSULTANT.
Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other
party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below:
If to AGENCY:
Name: Adam Cox
Agency: City of Tukwila
Address: 6200 Southcenter Boulevard
City: Tukwila State: WA Zip: 98188
Email: Adam.Cox@TukwilaWA.gov
Phone: 206.431.2446
Facsimile:
IV. Time for Beginning and Completion
If to CONSULTANT:
Name: Bryce Corrigan
Agency: Psomas
Address: 3131 Elliott Ave, Suite 400
City: Seattle State: WA Zip: 98121
Email: Bryce.Corrigan@psomas.com
Phone: 815.483.6220
Facsimile:
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by
the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this
AGREEMENT titled "Completion Date."
The established completion time shall not be extended because of any delays attributable to the CONSULTANT,
but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of
unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the
CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the
established completion time.
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Page 3 of 14
Agreement Revised 02/01/2021
V. Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT
as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES
rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES,
specified in Section II, `'Scope of Work". The CONSULTANT shall conform to all applicable portions of 48 CFR
Part 31 (www.ecfr.gov). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits
"D" and "E" and by this reference made part of this AGREEMENT.
A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the
CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, indirect cost rate,
and direct non -salary costs.
Direct (RAW) Labor Costs: The Direct (RAW) Labor Cost is the direct salary paid to principals,
professional, technical, and clerical personnel for the time they are productively engaged in work necessary
to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the
direct salary costs billed to the AGENCY
2. Indirect Cost Rate (ICR) Costs: ICR Costs are those costs, other than direct costs, which are included as such
on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall
be made at the ICR rates shown in attached Exhibits "D" and "E" of this AGREEMENT. Total
ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT
the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this
AGREEMENT, when accumulated with all other Actual Costs.
A summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits "D" and
"E", attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT (prime and
all A&E sub -consultants) will submit to the AGENCY within six (6) months after the end of each firm's
fiscal year, an ICR schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.)
for the purpose of adjusting the ICR rate for billings received and paid during the fiscal year represented by
the ICR schedule. It shall also be used for the computation of progress payments during the following year
and for retroactively adjusting the previous year's ICR cost to reflect the actual rate. The ICR schedule will
be sent to Email: ConsultantRates@wsdot.wa.gov.
Failure to supply this information by either the prime CONSULTANT or any of their A&E sub -consultants
shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required
information is received and an overhead rate for billing purposes is approved.
The AGENCY's Project Manager and/or the Federal Government may perform an audit of the
CONSULTANT'S books and records at any time during regular business hours to determine the actual ICR
rate, if they so desire.
Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the
CONSULTANT. (excluding Meals, which are reimbursed at the per diem rates identified in this section)
These charges may include, but are not limited to, the following items: travel, printing, long distance
telephone, supplies, computer charges and fees of sub -consultants. Air or train travel will be reimbursed
only to economy class levels unless otherwise approved by the AGENCY The CONSULTANT shall
comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in
accordance with WSDOT's Accounting Manual M 13-82, Chapter 10 — Travel Rules and Procedures, and
revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal
Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non -Salary Costs shall include an
itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain
the original supporting documents in their office. Copies of the original supporting documents shall be
supplied to the AGENCY upon request. All above charges must be necessary for the services provided
under this AGREEMENT.
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14
Revised 02/01/2021
4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in attached Exhibits "D"
and "E" of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and
the estimated person -hours required to perform the stated Scope of Work. In the event the CONSULTANT
enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may
include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated
and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported
in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not
previously paid in the progress payments will be covered in the final payment, subject to the provisions of
Section IX entitled "Termination of Agreement."
5. Management Reserve Fund (MRF): The AGENCY may desire to establish MRF to provide the Agreement
Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable
unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in
this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or
10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included
for the MRF is shown in the heading of this AGREEMENT. This fund may not be replenished. Any
changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII,
"Extra Work."
6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the
CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this
AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and
the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in
Section XIII, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT.
B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of
Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings
shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under
Section III, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized
listing for each item including Direct (RAW) Labor, Direct Non -Salary, and allowable ICR Costs to which will
be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for
CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of
recording the names, titles, Direct (RAW) Labor rates, and present duties of those employees performing work
on the PROJECT at the time of the interview.
C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made
promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT,
contingent, if applicable, upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related
documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by
the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have
against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by
the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that
the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect
to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time
of final audit; all required adjustments will be made and reflected in a final payment. In the event that such
final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to
the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute
a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of
overpayment. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to
begin the appeal process to the AGENCY for audit findings.
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14
Revised 02/01/2021
D. Inspection of Cost Records: The CONSULTANT and their sub -consultants shall keep available for inspection
by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final
payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon
these records with the following exception: if any litigation, claim or audit arising out of, in connection with,
or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and
accounts shall be retained until such litigation, claim, or audit involving the records is completed.
An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the
State Auditor, WSDOT's Internal Audit Office and/or at the request of the AGENCY's Project Manager.
A. Sub -Contracting
The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by
this reference made part of this AGREEMENT.
The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without
prior written permission of the AGENCY No permission for subcontracting shall create, between the AGENCY
and sub -consultant, any contract or any other relationship.
Compensation for this sub -consultant SERVICES shall be based on the cost factors shown on Exhibit "E" attached
hereto and by this reference made part of this AGREEMENT.
The SERVICES of the sub -consultant shall not exceed its maximum amount payable identified in each sub -
consultant cost estimate unless a prior written approval has been issued by the AGENCY
All reimbursable direct labor, indirect cost rate, direct non -salary costs and fixed fee costs for the sub -consultant
shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be
memorialized in a final written acknowledgement between the parties.
All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require
each sub -consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With
respect to sub -consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE'S
Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT, sub -recipient, or sub -consultant shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the
termination of this AGREEMENT or such other remedy as the recipient deems appropriate.
VII. Employment and Organizational Conflict of Interest
The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona
fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or
agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any
fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the
award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul
this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration
or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work
or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the
CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14
Revised 02/01/2021
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made
by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other
persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation
and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this
AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this
AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly
retired employees, without written consent of the public employer of such person if he/she will be working on this
AGREEMENT for the CONSULTANT.
VIII. Nondiscrimination
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub -consultants,
subcontractors and successors in interest, agrees to comply with the following laws and regulations:
• Title VI of the Civil Rights Act of 1964
(42 U.S.C. Chapter 21 Subchapter V § 2000d
through 2000d -4a)
• Federal -aid Highway Act of 1973
(23 U.S.C. Chapter 3 § 324)
• Rehabilitation Act of 1973
(29 U.S.C. Chapter 16 Subchapter V § 794)
• Age Discrimination Act of 1975
(42 U.S.C. Chapter 76 § 6101 et. seq.)
• Civil Rights Restoration Act of 1987
(Public Law 100-259)
• American with Disabilities Act of 1990
(42 U.S.C. Chapter 126 § 12101 et. seq.)
• 23 CFR Part 200
• 49 CFR Part 21
• 49 CFR Part 26
• RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F"
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in
every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations
or directives issued pursuant thereto.
IX. Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten
(10) days written notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the
CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate
fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non -salary costs incurred up to
the time of termination of this AGREEMENT.
No payment shall be made for any SERVICES completed after ten (10) days following receipt by the
CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this
section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for
any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the
AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES
to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14
Revised 02/01/2021
date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of
termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the
time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES
performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the
amount, which would have been made using the formula set forth in paragraph two (2) of this section.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to
perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed
for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default
clauses listed previously.
The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member,
partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and/or
other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee.
The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or
more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The
CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT
unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s)
of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT
as set forth in the second and third paragraphs of this section.
Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of
any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the
CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY.
Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights
with respect to any future act or omission by the CONSULTANT.
X. Changes of Work
The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as
necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find
it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or
revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered
as Extra Work and will be paid for as herein provided under section XIII `'Extra Work."
XI. Disputes
Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within
10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and
binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the
Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If the
parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under
the procedures found in Exhibit "J". In the event that either party deem it necessary to institute legal action or
proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior
Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto
agree that all questions shall be resolved by application of Washington law and that the parties have the right of
appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington,
situated in the county in which the AGENCY is located.
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14
Revised 02/01/2021
XII. Legal Relations
The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this
AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of
Washington.
The CONSULTANT shall defend, indemnify, and hold The State of Washington (STATE) and the AGENCY and
their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part
from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the
CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons
for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT
to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless
the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon
the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their
agents, officers, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom
the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused
by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT's agents, employees,
sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally
liable, and (b) the STATE and/or AGENCY, their agents, officers, employees, sub -consultants, subcontractors and or
vendors, of any tier, or any other persons for whom the STATE and or AGENCY may be legally liable, the defense
and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or
the negligence of the CONSULTANT's agents, employees, sub -consultants, subcontractors or vendors, of any tier,
or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any
AGREEMENT between CONSULTANT and any sub -consultant, subcontractor and vendor, of any tier.
The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers
and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the
alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents,
proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's
agents, employees, sub -consultants, subcontractors or vendors, of any tier, or any other persons for whom the
CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any
use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or
communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT;
provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly
improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or
inventions resulting from STATE and/or AGENCY'S, their agents', officers' and employees' failure to comply
with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and
employees by the CONSULTANT, its agents, employees, sub -consultants, subcontractors or vendors, of any tier, or
any other persons for whom the CONSULTANT may be legally liable.
The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor.
Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole
discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and
examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or
any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT.
The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own
employees or its agents against the STATE and /or the AGENCY and, solely for the purpose of this indemnification
and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51
RCW. This waiver has been mutually negotiated between the Parties.
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14
Revised 02/01/2021
Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of
construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable
supplemental AGREEMENT, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract
administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper
construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance
with the contract documents.
The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise
required, the following insurance with companies or through sources approved by the State Insurance
Commissioner pursuant to Title 48 RCW.
Insurance Coverage
A. Worker's compensation and employer's liability insurance as required by the STATE.
B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum
limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the
aggregate for each policy period.
C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for
any `Auto" (Symbol 1) used in an amount not less than a one million dollar ($1,000,000.00) combined single
limit for each occurrence.
Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and
AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub -
consultant and/or subcontractor as an additional insured (the "AIs"), with no restrictions or limitations concerning
products and completed operations coverage. This coverage shall be primary coverage and non-contributory and
any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured
coverage required hereunder. The CONSULTANT's and the sub -consultant's and/or subcontractor's insurer shall
waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with
verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to
require complete, certified copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance company authorized to do business in the State of Washington.
The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the
execution of this AGREEMENT to:
Name: Adam Cox
Agency: City of Tukwila
Address: 6200 Southcenter Boulevard
City: Tukwila State: WA Zip: 98188
Email: Adam.Cox@TukwilaWA.gov
Phone: 206.431.2446
Facsimile:
No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY.
The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to
section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the
authorized AGREEMENT amount or one million dollars ($1,000,000.00), whichever is greater, unless the limit of
liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional
liability to third parties be limited in any way.
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14
Revised 02/01/2021
The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party,
and no third party beneficiary is intended or created by the execution of this AGREEMENT.
The AGENCY will pay no progress payments under section V "Payment Provisions" until the CONSULTANT has
fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is
available to it under other provisions of this AGREEMENT, or otherwise in law.
XIII. Extra Work
A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT
in the SERVICES to be performed.
B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance
of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise
affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment
in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms
and shall modify this AGREEMENT accordingly.
C. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as "CLAIM,"
under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY
decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final
payment of this AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing
in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terns and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for
this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement
to this AGREEMENT.
XIV. Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering
data furnished by them.
XV. Federal Review
The Federal Highway Administration shall have the right to participate in the review or examination of the
SERVICES in progress.
XVI. Certification of the Consultant and the Agency
Attached hereto as Exhibit "G -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit
"G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered
Transactions, Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
and Exhibit "G-4" Certificate of Current Cost or Pricing Data. Exhibit ''G-3" is required only in AGREEMENT's
over one hundred thousand dollars ($100,000.00) and Exhibit "G-4" is required only in AGREEMENT's over
five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and
submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General
Requirements" prior to its performance of any SERVICES under this AGREEMENT.
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14
Revised 02/01/2021
XVII. Complete Agreement
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or
be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or
modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement
to this AGREEMENT.
XVIII. Execution and Acceptance
This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed
to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements,
representations, warranties, covenants, and AGREEMENT's contained in the proposal, and the supporting material
submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and
conditions thereof.
XIX. Protection of Confidential Information
The CONSULTANT acknowledges that some of the material and information that may come into its possession
or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt
from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state
or federal statutes ("State's Confidential Information"). The "State's Confidential Information" includes, but is
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles,
credit card information, driver's license numbers, medical data, law enforcement records (or any other information
identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security
data, non-public Specifications, STATE and AGENCY non -publicly available data, proprietary software, State
security data, or information which may jeopardize any part of the project that relates to any of these types of
information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence
and not to make use of the State's Confidential Information for any purpose other than the performance of this
AGREEMENT, to release it only to authorized employees, sub -consultants or subcontractors requiring such
information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer,
sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent
or as provided by law. The CONSULTANT agrees to release such information or material only to employees,
sub -consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have
been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and
managerial safeguards to prevent unauthorized access to the State's Confidential Information.
Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's
option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential
Information; or (ii) returned all of the State's Confidential Information to the AGENCY; or (iii) take whatever other
steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information.
As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following:
the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which
the State's Confidential Information was received; who received, maintained and used the State's Confidential
Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall
be subject to inspection, review, or audit upon reasonable notice from the AGENCY
The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information
collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or
investigating may include, but is not limited to, salting databases.
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14
Revised 02/01/2021
Violation of this section by the CONSULTANT or its sub -consultants or subcontractors may result in termination of
this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties.
It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which
is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the
confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing
such proprietary and/or confidential information shall be clearly identified and marked as "Confidential" and shall
be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT.
The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential
and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such
confidential or proprietary material is developed. "Proprietary and/or confidential information" is not meant to
include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully
disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party;
(iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by
unaffiliated third parties engaged in the same business or businesses as the CONSULTANT.
The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure
laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/
or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a
public disclosure request is made to view materials identified as "Proprietary and/or confidential information" or
otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such
records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent
jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the
AGENCY will release the requested information on the date specified.
The CONSULTANT agrees to notify the sub -consultant of any AGENCY communication regarding disclosure that
may include a sub -consultant's proprietary and/or confidential information. The CONSULTANT notification to the
sub -consultant will include the date that such records will be released by the AGENCY to the requester and state
that unless the sub -consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure
the AGENCY will release the requested information. If the CONSULTANT and/or sub -consultant fail to obtain
a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive
and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages,
liabilities, or costs associated with the AGENCY's said disclosure of sub -consultants' information.
XX. Records Maintenance
During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years
from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all
"documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "'documents"
pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place
of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall
cooperate with AGENCY and assist in the production of all such documents. "Documents" shall be retained until
all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past
the six (6) year retention period.
For purposes of this AGREEMENT, "documents" means every writing or record of every type and description,
including electronically stored information ("ESI"), that is in the possession, control, or custody of the
CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENT `s,
appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten
notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records,
work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings,
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14
Revised 02/01/2021
tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or
telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or
description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the
CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original,
or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original.
For purposes of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media of any
kind, including `Native Files", that are stored in any medium from which it can be retrieved and examined, either
directly or after translation into a reasonably useable form. ESI may include information and/or documentation
stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe
Acrobat, SQL databases, or any other software or electronic communication programs or databases that the
CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup
tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other
electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any
personal devices used by the CONSULTANT or any sub -consultant at home.
"Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is normally
created, viewed, and /or modified.
The CONSULTANT shall include this section XX `'Records Maintenance" in every subcontract it enters into in
relation to this AGREEMENT and bind the sub -consultant to its terms, unless expressly agreed to otherwise in
writing by the AGENCY prior to the execution of such subcontract.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
"Execution Date" box on page one (1) of this AGREEMENT.
yqSignature
F }}}Si ned by:
DS
Signature
2.17.25
Date
3/7/2025 1 1:40 PM PST
Date
Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office
of the Attorney General.
Agreement Number: LAI 1027
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14
Revised 02/01/2021
See Exhibit A, Scope of Work.
Exhibit
Scope of Work
Project No.
Agreement Number: LAI 1027
Exhibit A -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1
EXHIBIT A
CITY OF TUKWILA
S BOEING ACCESS ROAD REHABILITATION PROJECT (NHPP-1380.005)
PRELIMINARY DESIGN, FINAL DESIGN, AND CONSTRUCTION ADMIN SERVICES
PROJECT NO. 09TUK013000
SCOPE OF WORK
January 24, 2025
A. PROJECT DESCRIPTION / BACKGROUND
S Boeing Access Road is a four-six lane commercial arterial. The project limits extend
from the signalized intersection at East Marginal Way (not including the intersection) to
the west side of the signalized intersection at Martin Luther King Jr Way S (not including
the intersection. The project length is approximately 2,900 LF along centerline, or 0.56
roadway miles. There is one signalized intersection in the middle of the project. The
project crosses over Airport Way S, BNSF Railroad Tracks, and Interstate 5 (1-5). S
Boeing Access Road is also comprised of a southbound 1-5 off ramp and a 1-5
northbound on and off ramp. The bridge deck over BNSF is the City of Tukwila's
responsibility for maintenance and the wearing course is deteriorating and requires
replacement. The asphalt has aged to varying degrees of deterioration and needs
rehabilitation. ADA ramps and push buttons that are within grind and overlay limits that
do not meet current ADA requirements will be identified and replaced or documented to
maximum extent feasible, as required. Traffic Loops will need to be replaced in
accordance with WSDOT, Tukwila, and/or King County Standards.
This project has National Highway System Preservation Federal Funds for both design
and construction. Additional funds may be provided by the City of Tukwila.
The goal is to advertise the Project for Bids in January 2027.
City of Tukwila 1 REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
EXHIBIT A
B. ASSUMPTIONS
The following are project assumptions:
This project will not make changes to the permanent signal equipment within the
corridor. The only impact will be in-kind signal loop replacement. During
construction, signals will be placed on designated timers and controlled by King
County or WSDOT. This scope does not include temporary video detection
design.
➢ Design and construction activity for pavement grind and overlay rehabilitation
shall remain between curb to curb and/or edge of pavement when no curb and
sidewalk present.
➢ The existing roadway profile and cross section will not be modified; no profile
elevation sheets will be provided.
Specifications will be WSDOT format (no Div 10 for measurement and payment)
No ADA ramp design will be performed.
The City will create and coordinate all franchise utility efforts for this project.
➢ The Consultant will upload to BXWA for Advertisement on behalf of the City.
Submittals shall be transmitted through OneDrive.
The City shall provide review comments back to the Consultant within 3 weeks
from each submittal.
If this Project scope stays within mill and overlay, it does not count as replaced
impervious surface. If the project results in 2,000 sf or more of replaced
impervious surface with replaced subgrade, then a full drainage review is
required and a technical memo will be completed per the WA DOE 2024
Stormwater Management Manual for Western Washington. A stormwater
evaluation and technical memo are not included in this scope of work.
C. PSOMAS DELIVERABLES
Deliverables prepared by the Consultant are identified at the end of each Task.
D. CITY OF TUKWILA PROVIDED ITEMS:
The City of Tukwila will provide / prepare the following:
City of Tukwila
➢ Traffic Counts, or other existing information available
➢ Any adjacent development permits, plans, consultations, reports available
through public records.
➢ Submittal reviews, comments, and approvals (one (1) compiled set per
submittal)
As -built plans for BAR/ 15 off ramp intersection including ADA features
surveying worksheet
As -built plans, GIS maps, or other existing mapping available
➢ City MEF Template
➢ Bridge Reports for all three bridges within the project area
2 REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
EXHIBIT A
E. SCOPE OF WORK
TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION
1.1 The Consultant will provide continuous project management for the project duration
through the final design phase (estimate 15 months) and will prepare and update the
project schedule using Microsoft Excel (estimate 2 updates).
1.2 The Consultant will set-up and facilitate monthly check-in meeting between
Psomas, City staff, and subconsultant using Microsoft Teams (estimate 15
meetings).
1.3 The Consultant will provide quality assurance / quality control (QA/QC) reviews of all
work products and ensure the project meets City guidelines prior to submittal for City
review.
Specific Activities:
➢ Review Construction Plans at each design milestone
➢ Review Division 1 for completeness with latest WSDOT checklist
➢ Review Contract Specification Sections 2 — 9 for measurement and payment
of Tasks described in the Plans
Task 1 Deliverables:
Meeting Notes
Monthly Progress Reports
Monthly Invoices
➢ Critical Path Project Schedule (Anticipated Ad March 2026) (Electronic PDF)
TASK 2 — SURVEY AND BASE MAPPING
2.1 The Consultant will provide mapping work to prepare 1 "=20' topographic base map
and digital terrain model (DTM) in AutoCAD Civil 3D format of the project within the
limits described below. The survey will be oriented to horizontal and vertical datums
of NAD83/2011 and NAVD88 respectively.
2.2 The Consultant will format available utility GIS and create a GIS basemap to be used
in addition to the surveyed features.
2.3 If the ADA Features Surveying worksheet cannot be recovered, the Consultant shall
complete the worksheet for each ADA ramp within the overlay extents.
The survey base mapping limits shall include all facilities from centerline to 10'
outside the edge of pavement.
The Following items shall be mapped during field survey:
o Curbs, edge of pavement and flow line
o Face of walk and back of walk
o Curb ramps
City of Tukwila
3 REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
EXHIBIT A
o Utility castings in sidewalk and ramps (no vertical information)
o Driveways, stairs, bus shelters, utility poles, and other visible features in
sidewalk and radius returns
o Signal poles and cross arms, push button and pedestals
o Trees (greater than 8" DBH) within the limits of work
o Utility locates shall be not mapped — will be shown based on publicly
available GIS
o Up to five ADA curb ramp locations
The Intersections to be survey mapped include:
Boeing Access Road / SB 15 off ramp (Signalized) — 5 ramps
Task 2 Deliverables:
Electronic basemap in AutoCAD Civil 3D 2024 format
ADA Features Surveying worksheet (if necessary)
TASK 3 — PRELIMINARY OVERLAY DESIGN
3.1 The Consultant will perform a background review of all existing information along the
corridor including but not limited to, traffic counts, adjacent parcel development
plans, and record drawings of S Boeing Access Road. Existing information will be
incorporated into Plans and work approach, as feasible.
3.2 Field verify pavement rehabilitation grind and overlay limits and potential pavement
repair areas, lane widths and scope with City Staff. (assume 1 visit to document
pavement grind and overlay limits, castings, and channelization review)
3.3 Prepare 60% Plans, Specifications, and Engineer's Cost Estimate for Overlay
Design. The 60% Plans will be formatted to provide sufficient detail for convenient
field layout of all proposed improvements and will set the horizontal project envelope
baseline. The project basemap will be produced from GIS, Aerials, and site visit
inspection and measurements. City Standard Details and WSDOT Standard Plans
will supplement the project specific details as required. Plans will include:
➢ Title and Index sheet with a vicinity map (1 sheet)
➢ Legends, Abbreviations, Survey Control and General Notes (2 sheets)
Typical Sections and Details (2 sheets)
Temporary Erosion and Sediment Control (TESC) Plan & Details (5 sheets)
Roadway and Channelization Plans (5 sheets) — 20 scale
➢ Temporary Traffic Control & Detour Plans (20 sheets) — 40 scale/ varies
35 Total Sheets
3.4 Prepare 90% Plans, Specifications, and Engineer's Cost Estimate for Overlay
Design. The 90% Plans will incorporate comments from the City. Plans will be
formatted to provide sufficient detail for convenient field layout of all proposed
City of Tukwila
4 REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
EXHIBIT A
facilities. City Standard Details and WSDOT Standard Plans will be supplemented
with specific details as required. 90% Plans will be submitted to WSDOT for review
and approval. 90% Plans will also be submitted with various permit applications as
required.
Task 3 Deliverables:
60% Submittal: Half-size (11 "x17") Plans, Specifications, and Engineer's
Construction Cost estimate (Electronic PDF)
90% Submittal: Half-size (11 "x17") Plans, Specifications, and Engineer's
Construction Cost estimate (Electronic PDF)
TASK 4 — WSDOT COORDINATION & DOCUMENTATION
The Consultant will prepare documentation and assist in coordination necessary for WSDOT
approval.
4.1 The Consultant shall attend virtual coordination meetings (est. 15) with WSDOT,
scheduled by the city.
4.2 The Consultant shall prepare Project Prospectus documentation required per the Lag
Manual Chapter 21. City will submit documentation and coordinate with WSDOT
Local Programs.
4.3 The Consultant shall fill out necessary applications and checklists for a WSDOT
Construction Permit.
4.4 The Consultant shall fill out necessary applications and checklists for concurrence of
Project Channelization Plans.
4.5 The Consultant shall fill out necessary applications and checklists for concurrence of
Project Division 1 Specifications.
4.6 The Consultant shall fill out necessary applications and checklists for concurrence of
Project Plans, Specifications, and Estimate (PS&E Checklist).
4.7 The Consultant shall coordinate review of site-specific Traffic Control and Detour
Plans and the TCP Checklist by WSDOT. 3 rounds of WSDOT review are
anticipated.
4.8 The Consultant shall prepare a DRAFT construction schedule, traffic control plan and
detour plan (up to 3 alternatives) for planning and discussion purposes.
4.9 If necessary, the Consultant will prepare draft and final Maximum Extent Feasibility
(MEF) documentation for ADA facilities that do not meet ADA guidelines that are
within paving limits and project prospectus. Draft MEFs to be included at the 90%
City of Tukwila
S REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
EXHIBIT A
submittal review. Final MEFs will be included in the appendices of the Contract
Document Specifications.
Task 4 Deliverables:
Project Prospectus per Lag Manual Ch 21
Channelization Plan Checklist
Division 1 Specification Checklist
PS&E Checklist
Construction Permit documentation
Traffic Control Plan Checklist
Draft construction schedule (up to 3 alternatives)
Draft traffic control and detour plan (up to 3 alternatives)
MEF documentation per City forms, Draft and Final (if necessary)
TASK 5 — ENVIRONMENTAL PERMITTING
5.1 The project will involve federal funds, administered by WSDOT, therefore adherence
to the NEPA process through Local Programs is required. The Consultant will
prepare a WSDOT NEPA Categorial Exemption Checklist, to satisfy NEPA. Based
on the limited scope and scale of the project, the fact that all ground disturbance will
occur within previously disturbed areas, no right-of-way acquisition will occur, and no
net new PGIS will be generated by the project, the NEPA process should be
relatively straightforward. For similar reasons, no critical areas will be impacted,
Lastly, the project is located outside of SMP jurisdiction.
The Consultant will prepare a Draft and Final WSDOT CE Form for the project to
document compliance with NEPA. The CE Form will be completed per the guidance
and requirements in the WSDOT Environmental Manual and the Local Programs CE
Guidebook at the time a notice to proceed is received by Psomas. The consultant will
complete the Draft CE Form using existing information from the technical reports
completed for the project, the project design plans, and other available information.
Assumptions:
The project is SEPA exempt under WAC 197-11-800 (2) (viii) (however the City
should confirm this assumption with the Planning Department).
Under NEPA, the project is exempt from Section 106, based on Exemption A-1.
A Construction Stormwater General Permit and a Construction Stormwater Pollution
Prevention Plan are not required
Delineation of wetland or stream features is not included in this scope as no such
features will be impacted by the project (and no mitigation is required).
The project will not increase pollution generating impervious surfaces or modify the
stormwater treatment system.
Under ESA (Endangered Species Act), the project will result in a "No Effect" for all
species. This will be documented in the CE form (no additional BA will be provided).
City of Tukwila
6 REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
EXHIBIT A
This project will be categorized as maintenance and therefore be exempt from
minimum requirements for drainage according to the City's Stormwater Program.
All permit applications will be submitted by the City.
Task 5 Deliverables:
Draft and Final NEPA CE forms (in electronic format, MS Word and PDF)
TASK 6 — (HWA) PAVEMENT CONDITION ANALYSIS
6.1 The consultant shall support the subconsultant analyze existing pavement and
subgrade to develop an appropriate overlay pavement section and potential repair
areas for the S Boeing Access Road.
Task 6 Deliverables:
See Subconsultant scope for detailed list of activities and deliverables.
TASK 7 — (V+M) BRIDGE DECK DESIGN
7.1 The Consultant shall support its Subconsultant, V+M Structural Design to assess,
develop, and implement a bridge deck overlay.
Task 7 Deliverables:
See subconsultant scope for detailed list of activities and deliverables.
TASK 8 — TRANSPORTATION ANALYSIS FOR CONSTRUCTION CLOSURES
8.1 The Consultant will assemble and review available transportation data from the City
and WSDOT to determine traffic volumes, travel patterns, and peak travel periods. The
analysis will collect one (1) 7 -day, 24-hour tube count on S Boeing Access Road
between Airport Way S and 1-5 and collect up to seven (7) intersection turning
movement counts during the AM and PM peak 2 -hour periods at intersections along S
Boeing Access Road and intersections along detour routes developed for the project.
8.2 The Consultant will work with the project team to determine construction closure
phases and schedules. Up to six (6) construction phases (5 partial closure options and
1 full closure) will be identified for S Boeing Access Road and adjacent roadways.
8.3 The Consultant will develop up to five (5) detour routes. These include detours for
eastbound S Boeing Access Road, westbound S Boeing Access Road, southbound I-
5 off -ramp to westbound S Boeing Access Road, northbound 1-5 to westbound S
Boeing Access Road, and one additional detour route. Detour routes will reflect work
zone closures on S Boeing Access Road.
8.4 The Consultant will develop AM and PM peak hour Synchro (Version 12) traffic
operations models for the four intersections on S Boeing Access Road between E
Marginal Way S and Martin Luther King Junior Way S, and up to three (3) additional
intersections along detour routes. The transportation analysis will evaluate vehicle
City of Tukwila
7 REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
EXHIBIT A
operations during construction, refine detour routes, and analyze how detour routes
will impact affected streets and intersections. The analysis will also document potential
impacts to freight, pedestrians, bicycles, and transit service.
8.5 The Consultant will work with the design team to develop mitigation measures for each
construction phase. Measures could include variable message signs, vehicle turn
restrictions, temporary traffic signal timing/phasing modifications, and time of day
restrictions on construction.
8.6 The Consultant will develop a draft memorandum detailing the construction phases,
detour routes, and proposed mitigation for review by the Project Team. The Consultant
will incorporate comments and develop a final memorandum.
Assumptions:
The City and WSDOT will provide traffic counts, signal timing plans, Synchro files,
and other data as applicable to support the transportation analysis.
The City and WSDOT will provide schedules for other construction projects in the
area that could overlap with the S Boeing Access Road project.
Pedestrian detour routes will not be provided.
The analysis will not model traffic conditions during a weekend closure.
Scope of work does not include development of public outreach materials.
Task 8 Deliverables:
AM and PM peak hour Synchro Models
Draft and final Memorandum.
Task 8 Deliverables:
AM and PM peak hour Synchro Models
Draft and final Memorandum.
TASK 9 — SURFACE WATER RUNOFF MANAGEMENT
9.1 The Consultant will perform an evaluation and assessment of applicable surface
water management regulations as they apply to the Project. Based on this
assessment, the consultant will deliver a memo describing what is needed.
Assumptions:
This project is exempt from minimum requirements based on the definition of
"Pavement Maintenance Activities" from WA DOE
Less than 2,000sf of subgrade will be exposed
No storm design is anticipated at this time
No modifications to the existing drainage patterns are expected
No Drainage Reports are anticipated at this time.
Task 9 Deliverables:
Stormwater Memo
City of Tukwila
8 REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
EXHIBIT A
TASK 10 — FINAL OVERLAY DESIGN
10.1 The Consultant will prepare 100% (Draft Bid) Plans, Specifications and Estimate for
the Overlay Design. The 100% Plans will incorporate comments from the City and
WSDOT 90% Submittal review. Plans will 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 specific details as required.
10.2 The Consultant will prepare Contract Documents for Bid. The Bid plans will
incorporate comments from the City and WSDOT 100% Submittal review. Plans will
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 specific details as required.
Assumptions:
The Consultant will upload to BXWA for Advertisement on behalf of the City.
Task 10 Deliverables:
100% (Draft Bid) Check Set Submittal: Half-size (11"x17") Plans, Specifications, and
Engineer's Construction Cost estimate (Electronic PDF)
Contract Bid Documents: Half-size (11"x17") Plans, Specifications, and Engineer's
Construction Cost estimate (Electronic PDF)
TASK 11 — PUBLIC OUTREACH/COMMUNICATION SUPPORT
11.1 The consultant shall assist the City in producing content to be posted by the City
on City media channels (website, mailers, social media).
Assumptions:
No public open house will be hosted or attended by the Consultant
No mailers or coordinated outreach program
No council presentations will be prepared
Task 11 Deliverables (as requested):
Project figures
Project descriptions and schedules
TASK 12 — CITY DIRECTED DESIGN ELEMENTS
12.1 The consultant will incorporate any design elements that are not included in the
Grant funding but is directed by the City. For example- signal equipment upgrades,
intersection evaluations, or improvements outside the roadway prism. These
elements have not been defined at this time, therefore a provisional budget has been
included as a placeholder.
City of Tukwila
9 REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
EXHIBIT A
Task 12 Deliverables:
Deliverables will be included in the submittal packages or as directed by the City.
TASK 13 — BID PHASE SERVICES AND SUPPORT
Consultant will prepare addenda and respond to bidders questions relayed through
the City. It is assumed that the Consultant will prepare up to two (2) addenda.
The Consultant will prepare Conformed Documents (to include all Project Addenda)
for the City to be provided to the Contractor.
Task 13 Deliverables:
Prepare responses for up to (5) bidder questions (incl. with Addenda)
Prepare up to two (2) Addendum Packages.
Prepare Bid Tabulation and evaluation
Conformed Documents: (5) hard copies of half-size (11x17) and Specifications, and
(1) full-size (22x34) Bid Plans.
TASK 14- INITIAL CONSTRUCTION ADMINISTATION
14.1 This task will be more defined at a later date. A provisional budget allowance has
been included as a placeholder. Potential services may include, contractor
documentation evaluation, DBE evaluation, and a letter of recommendation to
award.
MANAGEMENT RESERVE
Included in this Contract's Management Reserve is:
➢ Additional coordination with WSDOT outside of work described in the various
scope elements
➢ BNSF Coordination
➢ ADA Curb Ramp Design
➢ Drainage Reports
➢ Any additional services requested from the City.
The above work activities will require written authorization via email from City to access
management reserve funds.
ADDITIONAL SERVICES
The City may require additional services of the Consultant in orderto advance the project 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:
➢ Additional survey.
➢ Additional design for sidewalk, stormwater, traffic signal and illumination
evaluation and design, and additional documentation for WSDOT Intersection
Control Evaluation.
City of Tukwila 10 REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
EXHIBIT A
➢ Construction management and inspection services.
➢ Record Drawings at construction closeout.
➢ Any additional services requested from the City.
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 11 REV: January 24, 2025
S Boeing Access Road Pavement Preservation Project
Scope of Work
Exhibit B
DBE Participation
This project has a DBE goal of 16%. Psomas will meet this goal by utililizing two different DBE certified
subconsultants.
HWA GeoSciences
Certification #D51`0024692
Budget $27,150.65
Task 6: Pavement Condition Analysis
V+M Structural Design, Inc., DBA V+M Structural Design
Certification #D5M0025864
Budget $63,086.65
Task 7: Bridge Deck Design
Total Commitment to DBE
$90,237.30
DCMS contact info:
Lucy Ostrom
Lucy.0strom@psomas.com
Agreement Number: LAI 1027
Exhibit B - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1
Exhibit C
Preparation and Delivery of Electronic Engineering and Other Data
In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is
to use in preparing electronic files for transmission to the agency. The format and standards to be provided may
include, but are not limited to, the following:
I. Surveying, Roadway Design & Plans Preparation Section
A. Survey Data
DWG File Format Psomas Civil 3D Standards and PDF
B. Roadway Design Files
DWG File Format Psomas Civil 3D Standards and PDF
C. Computer Aided Drafting Files
DWG File Format Psomas Civil 3D Standards
Agreement Number: LAI 1027
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 4
D. Specify the Agency's Right to Review Product with the Consultant
See Scope of Work, Exhibit A.
E. Specify the Electronic Deliverables to Be Provided to the Agency
See Scope of Work, Exhibit A.
F. Specify What Agency Furnished Services and Information Is to Be Provided
See Scope of Work, Exhibit A.
Agreement Number: LAI 1027
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 2 of 4
II. Any Other Electronic Files to Be Provided
See Scope of Work, Exhibit A.
III. Methods to Electronically Exchange Data
See Scope of Work, Exhibit A.
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 3 of 4
A. Agency Software Suite
See Scope of Work, Exhibit A.
B. Electronic Messaging System
See Scope of Work, Exhibit A.
C. File Transfers Format
See Scope of Work, Exhibit A.
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 4 of 4
See the attached:
- Cost computations
- Billing Rates
- ICR letter
Exhibit D
Prime Consultant Cost Computations
Agreement Number: LAI 1027
Exhibit D - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1
EXHIBIT D
PRIME CONSULTANT COST COMPUTATIONS
Client: City of Tukwila
Project Name: S Boeing Access Road REHABILITATION PROJECT (NHPP-1380.005)
Psomas Project Number: 09TUK010000
Date: 1/2412625
Task
No.
Task Descnpflon
Labor
Hour
Estimate
Total Hours and Labor
Cost Computations by Task
F_
w
m
c `a
o,
ruiz
o
v
`-' .`-'
$11 ---,
$68,'18
$46,05 $55;29
1 48.88-.. $53.00
'.$62,88
$46,65
$70.39
$42.43 $79,00
$89,88
$52,$8
$49,o0
Hours Total$
Task 1- Management/ Coordination/ Administration
1.1 Project Management
30
60
60
150
$
10,223.40
1.2 Monthly Check -Ins (15 PAonths)
24
45
8
77
$
4,493.57
1.3 1QAQC
1 32
1 64
1
1
1
1
1
1
1
1
1
1
1
1
1 96
1 $
7,366.40
Task Total
62
1 148
1 8
1 185
1 0
1 8
1 8
1 8
1 8
1 0
1 8
1 0
1 8
1 0
1 323
1 $
22,083.37
Task 2- Survey and Basemapping
2.1 Survey and Basemapping
80
80
24
184
$
10,376.00
2.2 GIS Basemapping
24
24
$
1,176.00
2.3 JADA S—eying
I
I
I
I
1
1 20
1 20
1
1
1
1
1
1
1
1 40
1 $
2,300.00
Task Total
0
1 0
1 8
1 0
1 0
1 180
1 180
1 8
1 0
1 0
1 8
1 0
1 8
1 48
1 248
1 $
13,852.80
Task 3- Preliminary Overlay Design
3.1 Bacl round Information Review
24
24
48
$
2,432.16
3.2 1 Field Visit
4
8
8
20
$
1,051.12
3.3 180% Plans, Specifications, OPCC
12
80
80
40
16
24
252
$
12,444.40
3.4 90%Plans, Specifications, OPCC
20
40
40
20
120
$
6,055.60
Task Total
0
36
152
152
68
8
8
8
8
0
8
0
16
24
448
$
21,983.28
Task 4- WSDOT Coordination & Documentation
4.1 Victual Coordination Meetings
15
24
24
6
6
6
81
$
5,630.70
4.2 JLag Documeirtation
20
40
60
$
3,413.60
4.3 JWSDOT Construction Permit
20
4
24
$
1,423.16
4.4 WSDOT Channeli-tion Plans
20
4
16
40
$
2,207.16
4.5 Division 1 checklist
20
4
40
64
$
3,023.16
4.6 PS&E checklist
20
20
40
80
$
3,907.80
4.7 WSDOTTCP
20
20
40
$
2,307.80
4.8 MEF Documentation
820
28
$
1,586.60
Task Total
16
152
0
136
80
0
0
0
6
0
6
0
6
16
417
$
23,499.98
Task 5- Environmental Permitting
5.1 1 NEPA CE Fonn
838
54
$
3,925.12
Task Total
o
8
0
8
0
0
0
0
0
0
38
0
0
0
54
$
3,925.12
Task 6- (HWA) Pavement Condition Analysis
6.1 Subconsuhairt Coordination1
2 1
12
30
44
1 $ 2,599.90
Task Total
2 1
12
1 0
1 30
1 0
1 0
1 0
1 0 1
0
1 0
1 0
1 0
1 0 1 0 1 44
1 $ 2,599.90
Task 7- (V+M) Bridge Deck Design
7.1 Subconsuhaiu Coordination
416
60
80
$ 4,719.00
Task Total
4
i6
0
60
D
0
0
0
D
0
0
0
0 D 80
$ 4,719.00
Task 8- Transportation Analysis for Construction Closures
8.1 Trans orta[ion Data
4
8
12
$ 621.00
8.2 Gonstruction Glosure Phases
8
28
20
56
$ 3,300.32
D,, 8.3 Detour Route Deopment
4
14
18
36
$ 1,989.60
8.4 Transportation Modeling and Analysis
32
40
72
$ 3,949.68
8.5 Mitigation Measures
4
24
16
44
$ 2,608.64
8.6 Draft and Final Memorandum
4
18
24
46
$ 2,525.74
Task Total
0
20
a
a
0
a
a
a
120
126
a
0
0 0 266
$ 14,994.98
Task 9- Surface Water Runoff Management
9.1 IStnrmmt,r Memo
12
40
52
$ 2,932.80
TaskTotall
0
12
0
1 40
0
0
0
0
0
0
0
0
0 0 52
$ 2,932.80
Task 10- Final Overla Desi n
10.1 100 % Plans, Specification, PCC
20
60
60
20 160
$ 8,332.40
10.2 Contract Documents
20
40
40
20 120
$ 6,305.60
Task Total
0
40
100
100
0
a
a
a
0
0
a
0
40 0 280
$ 14,638.00
Task If. Public Outreach/ Communication
Support
11.1 1 Prepare content for City to post
20
20
40
80
$ 3,965.00
Task Total
0
20
20
0
0
0
0
40
D
0
0
0
0 D 80
$ 3,965.00
Task 12-Cit Directed Desi n Elements
12.1 Design efforts not included in the grant
16
40
56
$ 3,173.20
Task Total
0
16
0
40
0
0
0
0
0
0
0
0
0 0 56
$ 3,173.20
Task 13- Bid Phase Services and Support
13.1 Pre are Addenda
8
16
24
$ 1,365.44
13.2 Prepare Conformed Documents
8
16
16 40$
2,205.44
TaskTotall
0
16
0
32
0
0
0
0
0
0
0
0
16 0 64
$ 3,570.88
Task 14- Initial Construction Administration Services
14.1 Letter of Reccomendation to Award20
20
40
$ 2,830.00
Task Total
0
0
a
a
0
a
a
a
0
0
a
20
20 0
40
$ 2,830.00
Total Labor Hours and Feel
83 1
489
1 272
1 663
1 140
1 100
1 100
1 49 1
134
1 128
1 44
1 20
98 1 88
2,388
$ 138,767.51
ICR Overhead Gm 174,171/. _ $ 241,691,37
'..Fixed Fee a 30°ln = $ 41,639.25':'
Total Psomas (DL i+ OH + Fixed Fee) _
422 089.14
Subconsultants
HWA GeoSciences
$ 36,995.00
VIM Structural Design
$ 85,849.00
Subt.tall $ 122,844.00
Total Subconsultant Ezpense
$ 122,844.00
Reimbursable Direct Non-Salary Costs
Traffic Counts
$ 2,700.00
Mileage at current IRS rate $ 350.00
Reproduction Allowance
$ 1,000.00
Total Reimbursable Expense
$ 4,050.00
Management Reserve
$ 15,000.00
Total Estimated Budget $ 663,983.14'
P S O M A S
Psomas
Summary of Direct Salary Costs
Effective January 1, 2025 through June 15, 2025
Direct Salary
Costs
Classification
Not to Exceed
Principal
110.00
Engineering Manager 1
80.29
Engineering Manager II
92.79
Asst. Engineering Manager
78.38
Senior Engineer 1
69.71
Senior Engineer II
72.12
Project Engineer)
60.10
Project Engineer II
65.13
Design Engineer
46.05
Design Engineer II
48.87
Design Engineer III
55.29
Engineering Technician
40.00
Technician
35.20
Engineering Assistant
32.00
Senior Project Manager Survey
91.76
Survey Crew I (w/Equip)
74.00
Survey Crew II w/E ui
94.00
Field Surveyor 1
36.00
Field Surveyor II
47.00
Field Surveyor III
53.56
Project Surveyor 1
55.00
Project Surveyor II
62.30
Surveyor 1
33.00
Surveyor 11
45.00
Surveyor III
51.75
Urban Design Manager
77.00
Senior Landscape Architect
62.83
Senior Landscape Architect II
70.00
Project Landscape Architect
54.00
Project Landscape Architect II
58.00
Landscape Designer
36.51
Landscape Designer II
40.13
Landscape Designer 111
46.05
Landscape Assistant
31.00
Senior Transportation Planner
70.70
Transportation Planner
42.43
Environmental Manager
79.00
Senior Environmental Planner 1
63.00
Senior Environmental Planner 11
85.00
Managing Biologist 1
63.00
Managing Biologist 11
70.10
Managing Biologist III
80.00
Senior Archaeologist
58.22
GIS Manager
56.00
Senior Biologist 1
47.05
Senior Biologist II
55.00
Word Processor
41.00
Biologist 1
27.30
Biologist 11
37.00
Biologist III
44.10
Environmental Planner
55.00
Editor
31.25
GIS Tech
30.26
Cultural Resource Specialist
28.29
Senior Construction Manager
89.50
Construction Manager
68.90
Senior Resident Engineer
65.15
Resident Engineer
54.00
Assistant Resident Engineer
47.10
Senior Construction Observer
66.15
Construction Observer 1
39.00
Construction Observer 11
45.10
Construction Observer III
49.10
Construction Technician
34.00
Document Control Specialist 1
40.00
Document Control Specialist 11
47.00
Document Control Specialist III
53.50
Document Control Admin
36.00
Construction Assistant
32.00
CAD Manager
62.20
Senior CAD Technician
50.00
CAD Technician
43.10
Business Manager
61.20
Senior Admin
50.00
Office Admin
38.20
Office Assistant
34.00
�/°
Washington t ;s
v///%li� r Department J r
August 12, 2024
KPG Psomas
3131 Elliott Avenue, Suite 400
Seattle, WA 98121
Subject: Acceptance FYE 2023 ICR— CPA Report
Dear Tracy Zucker:
DevOolpm ent Mvisuo r
Contract ;ervuces Office
Pig Box 47438
O3 ymp b, WA 98504-7408
7345 L.ombderson Way CW
Furnwater, WA 98501-5504
Try: 1 _800-833-6388
v;rvvw wsdotma.gov
We have accepted your firm's FYE 2023 Indirect Cost Rate (ICR) of 174.17% of direct labor
based on the "Independent CPA Report" prepared by K Coe Isom, LLP. This rate will be applicable
for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be
subject to additional review if considered necessary by WSDOT. Your ICR must be updated on
an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms
and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with the firm is responsible for
determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 704-6397 or via email
consultantrates(awsdot.wa.izov.
Regards,
S hnakzie II Namvey (Aug', ::p.2., 202.4 :11.tl�N�
If.:D
SCHATZIE HARVEY, CPA
Contract Services Manager
SH: kb
Exhibit E
Sub -consultant Cost Computations
If no 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.
Exhibit E -l: HWA GeoSciences*: $36,995.00
Exhibit E-2: V+M Structural Design, Inc., DBA V+M Structural Design*: $85,849.00
*Denotes DBE Firm
Agreement Number: LAI 1027
Exhibit E - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02101/2021 Page 1 of 1
Exhibit E-1
Project Cost Estimate IIWA Ref: 2025-002
Boeing Access Road Overlay T^ p^, l ,.., III.°
Pavement investigation UQ, �jltOSCIlt �"il i�t�- INC. Date: 10 -Jan -25
Tuloxila, Washington DBE/MWBE Prepared By: BKH
Prepared for Psomas
PROPOSED WORK SCOPE:
Perform visual assessment of the alignment and mark the locations of 15 pavement cores. Arrange utility locates.
Subcontract preparation of Traffic Control Plans ('PCPs)- Subrrit RONV permit and TCPs to City for approval.
Perform pavement coring at 15 locations- Pavement cores will be patched with Aquaphalt cold patch compacted in lifts to match existing pavement thickness
Prepare photographic logs ofpavement cores.
Revisit alignment after core logs are complete and delineate areas that will require fall-deptlr recontruction versus grind and inlay.
Perform engineering analyses related to pavement rehabilitation reconstruction, using traffic data provided by the Client.
Prepare a draft letter report presenting pavement core logs, assessment ofpavement condition, recommendations for pavement overlay and new pavement design for areas requiring full -depth repairs.
Finalize report based on review comments.
ESTIMATED HWA LABOR:
Scope of Services
Eng,- Viii
$96.00
Engr III
$50.00
2025 PERSONNEL & HOURLY RATES
Geol III Geol II CAD Contracts
$41.00 $34.00 $36.00 $53.00
TOTAL
HOURS
TOTAL
AMOUNT
Project Coordination/Setup/ho oicin
2
Roadway Coring (assume 15 cores at $80icore)
$1,200
Direct Expenses
2
4
$298
Visit Project Alignment with Client Representative, Mark PaNcroelft Cores& Artan-ge UtilitLocates
8
8
16
$1,168
Subcontract'PCPs, Prepare ROW Permit & Submit to City for Approial
6
6
246
Perform Pavement Coring at 15 Locations (3 days)
30
30
60
$1,230
Prepare Photographic Pavement Core Logs
2
8
10
$520
Revisit Al ignment and Delineate Areas Regan ing Full -Depth Repairs
8
8
16
$1,168
Engineering Analyses
8
12
20
$1,368
Prepare Or aft Letter Report
8
12
4
8
32
$1,820
Pre u'e Final Let[er Re ort
2
2
$192
rolect ana'cor .orrespon ence
2
2
.192
40
40
48
8
2
168
�16 _1,Z]
EXPENSES:
EXPENSE
DESCRIPTION
Total
Cost
Subcontract Traffic Control Plans
$2,000
Traffic Control for Pavement Corin $2500/da
$7,500
Mileage to and from the job site at IRS mileage rate
$275
Roadway Coring (assume 15 cores at $80icore)
$1,200
EXPENSE TOTAL:
$10,975
ESTIMATED PROJECT TOTALS AND SUMMARY:
Direct Salary Cost (DSC)
$8,202
OH @ 187.24% * DSC
$15,357
FF @ 30% * DSC
$2,461
Total Labor Expense
$26,020
Direct Expenses
$10,975
ESTIMATED PROJECT TOTAL:
$36,995
Assumptions:
The HWA PM reserves the right to shift hours between the various subtasks as required.
Boeing Access Road Overlay 1 of 1 HWA GeoSciences Inc.
Exhibit E -I
IeAL
Washington State
�///%�m Department Jr
July 16, 2024
HWA GeoSciences, Inc.
21312 30"' Dr SE, Suite 110
Bothell, WA 98021
Subject: Acceptance FYE 2023 ICR — CPA Report
Dear Tracy Brodahl:
Contract ;ervuces Office
Pig Box 47408
O3 ymp b, WA 98504-7408
7345 Underscn Way CW
Furnwater, WA 98501-5504
Try: 1 _800-833-6388
vrvvwwsd tma.gov
We have accepted your firm's FYE 2023 Indirect Cost Rate (ICR) of 187.24% (rate includes
1.03% Facilities Capital Cost of Money) based on the "Independent CPA Report" prepared by T -
Max CPA. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in
Washington only. This rate may be subject to additional review if considered necessary by
WSDOT. Your ICR must be updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms
and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with the firm is responsible for
determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 704-6397 or via email
con sultantrates(a wsdot.wa.i!ov.
Regards,
,,,,,,,,,,,,,.fa
Sell-patz.le I�hairvey (Juwu� :1.7, 2024 06-.
SCHATZIE HARVEY, CPA
Contract Services Manager
SH: sms
SUMMARY OF ESTIMATE
PROJECT: Boeing Access Road Bridge over BNSF Resurfacing
OWNER: City of Tukwila
PRIME: Psomas
SUB: V+M Structural Design, Inc.
DESCRIPTION
NEGOTIATED HOURLY RATES (NHRs)
Classification
Direct Rate
+ DR x ICR
+ DR x ICR
-
NHR
Hours
(DR)
120%
30%
55
Project Mngr
$106.65
$127.98
$32.00
$266.63
Sr Struct Engr 2
$95.92
$115.10
$28.78
$239.80
Bridge Engr 5
$71.07
$85.28
$21.32
$177.68
Bridge Engr4
$56.75
$68.10
$17.03
$141.88
Bridge Engr 2
$46.51
$55.81
$13.95
$116.28
Engineer4
$67.20
$80.64
$20.16
$168.00
CAD Drafter 5
$60.48
$72.58
$18.14
$151.20
CAD Drafter
$50.88
$61.06
$15.26
$127.20
CAD Drafter 2
$42.41
$50.89
$12.72
$106.03
Sr Planner 3
$65.56
$78.67
$19.67
$163.90
COST ESTIMATE (Labor Hours x NHR):
Classification
Labor
x NHR =
Labor Cost
Hours
Project Mngr
55
$266.63
$14,664.65
Sr Struct Engr 2
8
$239.80
$1,918.40
Bridge Engr 5
121
$177.68
$21,498.68
Bridge Engr4
2
$141.88
$283.75
Bridge Engr 2
4
$116.28
$465.10
Engineer 4
24
$168.00
$4,032.00
CAD Drafter 5
270
$151.20
$40,824.00
CAD Drafter
0
$127.20
$0.00
CAD Drafter 2
0
$106.03
$0.00
Sr Planner 3
12
$163.90
$1,966.80
SUBTOTAL - Labor Hours x NHR
496
$85,653
SUBTOTAL
OTHER DIRECT COSTS (ODCs):
TOTAL NHR COST (SUM OF TASKS 1 THROUGH 6)
TOTAL - PHASE 1:
$85,653
$196
$85,849
1276-L0E-P-001_Tukwila_rB, V+M Summary Exhibit B Page 2 of 2
LABOR DETAIL I ESTIMATE
PROJECT: Boeing Access Road Bridge over BNSF Resurfacing
OWNER: City cf Tukwila
PRIME: Psomas
SUB: VV Structural Design, Inc.
6.0
WORK ELEMENT
Structural
Labor Hours
LABOR HOURS
55
Mileage
8D mleeg
CLASS Project Mngr s ud Ener aridas Engrs c,,dge Engr4 Bridge Engre Engi- 4 CAD-ft—CADD,-4 CADD ft— sr PHnner3 TOTAL
LABOR
NHR COST
STAFF NAME S. V.Mavma: HOURS
Tolls
NHR $25s.ca $259.50 $177.6e $141- $116.25 $165.00 $151.20 $1112. 3106.03 $163.90
55 6 121 2 4 24 270 0 0 12 495
$85,553.38
5.1
Pr jack Management
Parking
15 5
$15.09
per each
12
32
85, 854.53
6.2
Data Gathering
$25.19
12 4 24
1 eachg
20
per each
60
$11,446.96
6.3
Site IYNestlgafbns
per each
8 12
20
84,265.14
5.4
Plans, Specifications & Estimate
20 4 80 2 4
24
250
384
$63,086.65
TOTAL LABOR HOURS AND COSI;
65; 8 i 121 2 4
i 24
270 p 0 !
12 !
496
$85 663.38
OTHER DIRECT COSTS (ODCs):
cl—ifcaiion
Labor Hours
Plad Mngr
55
Mileage
8D mleeg
$9.709
per mle
$59.A
Tolls
8 eadtg
$5.9D
per each
$4V9
Parking
Deachg
$15.09
per each
$13.99
Peslage. Shipping & Ddi—y
1 each g
$25.00
per each
$25.19
Repreducti0n-B&W
1 eachg
$25.00
per each
$25.10
Reproductlon-CdOr
1 eachg
$59.99
per each
$59.10
1276-LOE-P- 101 _Tukvuila_r8, V+M Exhibit B
cl—ifcaiion
Labor Hours
Plad Mngr
55
Sr Strud Engr g
8
Bridge Engr 5
121
Bridge Engr4
2
Bridge Engre
4
Englreer4
24
Can Dnot,5
279
Tetd= 484
NHR Cost
$35,553
Other Direct Costs
$195
GRAND TOTAL =
$85,849
Exhibit E-2
A -266i
i�, �a /��,..� Washington
Fr �, State Department of Irransportathon
March 14, 2024
Schaun Valdovinos
V+M Structural Design, Inc.
2212 Queen Ave N 4530
Seattle, WA 98109
Re: V+M Structural Design, Inc.
Safe Harbor Indirect Cost Rate Addendum
Dear Schaun:
Transportation BUilding
310 Mauls Park Avenue S. E.
RO. Box 47300
Olyrpla 9B504 -7300
360-705-7000
lTY:1- 00-833-638
www. sdot.wa. ov
Washington State has received approval from our local Federal Highway Administration (FHWA)
Division to increase the Safe Harbor Indirect Cost Rates from 1 10% and 80% for home and field to
120% and 90% respectively.
You'll be able to update your rates on any WSDOT agreements based on the agreement terms. Please
refer to your agreement for specific information on rate updates. For questions on updating your billing
rate, please contact the Contract Services Office at consultantrat�dot.wa.� —
You may use the Safe Harbor Rate of 120%, or 90% for field office situations, for agreements entered
prior to June 30, 2025. For agreements entered after this date, please contact the WSDOT Consultant
Services Office (CSO) or our office for guidance.
The Safe Harbor Rate will not be subject to audit. Please coordinate with CSO or your Local Programs
contact if you have questions about when to apply the Safe Harbor rate to your agreement.
If you have any questions, please contact Steve McKerney or me at (360)705-7799.
Sincerely,
"Jarron Elter
Agreement Compliance Audit Manager
cc: Steve McKerney, Director of internal Audit
Larry Schofield, MS 47323
File
Exhibit F - Title VI Assurances Appendix A & E
APPENDIX A
During the performance of this contract, the contractor, for itself, its assignees, and successors in
interest (hereinafter referred to as the "contractor") agrees as follows:
Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Acts
and the Regulations relative to Non-discrimination in Federally -assisted programs of the U.S. Department of
Transportation, (Title of Modal Operating Administration), as they may be amended from time to time, which
are herein incorporated by reference and made a part of this contract.
2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not
discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors,
including procurements of materials and leases of equipment. The contractor will not participate directly or
indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices
when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21.
[Include Modal Operating Administration specific program requirements.]
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations,
either by competitive bidding, or negotiation made by the contractor for work to be performed under a
subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or
supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and
the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. [Include
Modal Operating Administration specific program requirements.]
4. Information and Reports: The contractor will provide all information and reports required by the Acts, the
Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the Recipient or the (Title of Modal
Operating Administration) to be pertinent to ascertain compliance with such Acts, Regulations, and
instructions. Where any information required of a contractor is in the exclusive possession of another who fails
or refuses to furnish the information, the contractor will so certify to the Recipient or the (Title of Modal
Operating Administration), as appropriate, and will set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination
provisions of this contract, the Recipient will impose such contract sanctions as it or the (Title of Modal
Operating Administration) may determine to be appropriate, including, but not limited to:
a. withholding payments to the contractor under the contract until the contractor complies; and/or
b. cancelling, terminating, or suspending a contract, in whole or in part.
6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in
every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the
Regulations and directives issued pursuant thereto. The contractor will take action with respect to any
subcontract or procurement as the Recipient or the (Title of Modal Operating Administration) may direct as a
means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor
becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction,
the contractor may request the Recipient to enter into any litigation to protect the interests of the Recipient. In
addition, the contractor may request the United States to enter into the litigation to protect the interests of the
United States.
LA11027
Local Agency A&E Professional Services Cost Agreement Number
Plus Fixed Fee Consultant Agreement Revised 0210112021
Exhibit F - Title VI Assurances Appendix A & E
APPENDIX E
During the performance of this contract, the contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes
and authorities; including but not limited to:
Pertinent Non -Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §
4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of
Federal or Federal -aid programs and projects);
• Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of
sex);
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination
on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits
discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or
activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and
contractors, whether such programs or activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of
disability in the operation of public entities, public and private transportation systems, places of public
accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by
Department of Transportation regulations at 49 C.F.R. parts 37 and 38;
• The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and
Low -Income Populations, which ensures discrimination against minority populations by discouraging
programs, policies, and activities with disproportionately high and adverse human health or
environmental effects on minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency,
and resulting agency guidance, national origin discrimination includes discrimination because of limited
English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to
ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities (20 U.S.C. 1681 et seq).
LA11027
Local Agency A&E Professional Services Agreement Number
Negotiated Hourly Rate Consultant Agreement Revised 0210112021
Exhibit G
Certification Documents
Exhibit G -1(a)
Certification of Consultant
Exhibit G -1(b)
Certification of City of Tukwila
Exhibit G-2
Certification Regarding Debarment, Suspension and Other Responsibility Matters -
Primary Covered Transactions
Exhibit G-3
Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
Exhibit G-4
Certificate of Current Cost or Pricing Data
Agreement Number: LAI 1027
Exhibit G -Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1
Exhibit G -1(a) Certification of Consultant
I hereby certify that I am the and duly authorized representative of the firm of
Psomas
whose address is
3131 Elliott Ave, Suite 400, Seattle, WA 98121
and that neither the above firm nor I have:
a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration,
any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT)
to solicit or secure this AGREEMENT;
b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
any firm or person in connection with carrying out this AGREEMENT; or
c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely
for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in
connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any);
I acknowledge that this certificate is to be furnished to the City of Tukwila
and the Federal Highway Administration, U.S. Department of Transportation in connection with this
AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Psomas
Consultant (Firm Name)
KI a'V�X_A Yd- L=_ 2.17.25
Signature (Authorized 0icial f Consultan Date
Agreement Number: LAI 1027
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021
Exhibit G-1 (b) Certification of City of Tukwila
I hereby certify that I am the:
14 Certified Authority
❑ Other
of the City of Tukwila and Psomas
or its representative has not been required, directly or indirectly as an express or implied condition in connection
with obtaining or carrying out this AGREEMENT to:
a) Employ or retain, or agree to employ to retain, any firm or person; or
b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration
of any kind; except as hereby expressly stated (if any):
I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation
and the Federal Highway Administration, U.S. Department of Transportation, in connection with this
AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Si ned by:
� k""k A'�w
Signature
3/7/2025 1 1:40 PM PST
Date
Agreement Number: LAI 1027
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021
Exhibit G-2 Certification Regarding Debarment, Suspension and Other
Responsibility Matters - Primary Covered Transactions
I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals:
A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under
a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b)
of this certification; and
D. Have not within a three (3) year period preceding this application / proposal had one or more public
transactions (Federal, State and local) terminated for cause or default.
I1. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Psomas
Consultant (Firm Name)
fd�� YVI.
Signature (Authorized Offiial Consultant
2.17.25
Date
Agreement Number: LAI 1027
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021
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:
No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a Member
of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan,
the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment,
or modification of Federal contract, grant, loan or cooperative AGREEMENT.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit
Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into
this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00,
for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require
that the language of this certification be included in all lower tier sub -contracts, which exceed $100,000,
and that all such sub -recipients shall certify and disclose accordingly.
Psomas
Consultant (Firm Name)
2.17.25
Signature (Authorized OffiOal o Consultan Date
Agreement Number: LAI 1027
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021
Exhibit G-4 Certificate of Current Cost or Pricing Data
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section
2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted,
either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's
representative in support of S Boeing Access Road Overlay are accurate, complete, and current
as of 2.17.25
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: Psomas
KL�W-A
Signature
Date of Execution***:
Vice President
Title
*identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project title.)
* *Insert the day, month, and year. when price negotiations were concluded and price AGREEMENT was reached.
* * *Insert the day, month, and year, of signing, which should be as close as practicable to the date when the price negotiations were concluded and the
contract price was agreed to.
Agreement Number: LAI 1027
Exhibit G - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021
Exhibit H
Liability Insurance Increase
To Be Used Only If Insurance Requirements Are Increased
The professional liability limit of the CONSULTANT to the AGENCY identified in Section XII, Legal Relations
and Insurance of this Agreement is amended to $N/A
The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the
amount of $ N/A
Such insurance coverage shall be evidenced by one of the following methods:
• Certificate of Insurance.
• Self-insurance through an irrevocable Letter of Credit from a qualified financial institution.
Self-insurance through documentation of a separate fund established exclusively for the payment of professional
liability claims, including claim amounts already reserved against the fund, safeguards established for payment
from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for
those funds.
Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed
$1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted
to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit.
If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional
professional liability insurance required.
Notes: Cost of added insurance requirements: $N/A
• 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: LAI 1027
Exhibit H - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 1
Exhibit I
Alleged Consultant Design Error Procedures
The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager
At the first indication of potential consultant design error(s), the first step in the process is for the Agency's
project manager to notify the Director of Public Works or Agency Engineer regarding the potential design
error(s). For federally funded projects, the Region Local Programs Engineer should be informed and
involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an
agency staff person other than the project manager, who has not been as directly involved in the project,
to be responsible for the remaining steps in these procedures.)
Step 2 Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed
documentation than is normally required on the project. Examples include: all decisions and descriptions
of work; photographs, records of labor, materials and equipment.
Step 3 Contact the Consultant Regarding the Alleged Design Error(s)
If it is determined that there is a need to proceed further, the next step in the process is for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
error(s). The project manager and other appropriate agency staff should represent the agency and the
consultant should be represented by their project manager and any personnel (including sub -consultants)
deemed appropriate for the alleged design error(s) issue.
Step 4 Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s) with the consultant have been completed regarding the consultant's alleged design
error(s), there are three possible scenarios:
• It is determined via mutual agreement that there is not a consultant design error(s). If this is the case,
then the process will not proceed beyond this point.
It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case,
then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement
with the consultant. The settlement would be paid to the agency or the amount would be reduced from
the consultant's agreement with the agency for the services on the project in which the design error
took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary
of the settlement for review and to make adjustments, if any, as to how the settlement affects federal
reimbursements. No further action is required.
• There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may
request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency
Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal
counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5.
Agreement Number: LAI 1027
Exhibit I - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 1 of 2
Step 5 Forward Documents to Local Programs
For federally funded projects all available information, including costs, should be forwarded through the
Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet
with representatives of the agency and the consultant to review the alleged design error(s), and attempt
to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office
for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs
for federal reimbursement.
• If mutual agreement is reached, the agency and consultant adjust the scope of work and costs
to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount
of federal participation in the agreed upon resolution of the issue.
• If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration
or by litigation.
Agreement Number: LAI 1027
Exhibit I - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02/01/2021 Page 2 of 2
Exhibit J
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s)
that total $1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step I Consultant Files a Claim with the Agency Project Manager
If the consultant determines that they were requested to perform additional services that were outside
of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed
is the request for consideration of the claim to the Agency's project manager.
The consultant's claim must outline the following:
• Summation of hours by classification for each firm that is included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Timeframe of the additional work that was outside of the project scope;
• Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work; and
• Explanation as to why the consultant believes the additional work was outside of the agreement
scope of work.
Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency's project manager. The project manager will review the consultant's claim and will met with the
Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the
FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's
recommendation for federal participation in the claim to the WSDOT Local Programs through the Region
Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from
agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs
(if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including
backup documentation to the consultant to either supplement the agreement, or create a new agreement
for the claim. After the request has been approved, the Agency shall write the supplement and/or new
agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for
the agreement is subject to audit. No further action in needed regarding the claim procedures.
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
Agreement Number: LAI 1027
Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02101/2021 Page 1 of 2
Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
• Copy of information supplied by the consultant regarding the claim;
• Agency's summation of hours by classification for each firm that should be included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated
with the additional work;
• Explanation regarding those areas in which the Agency does/does not agree with the consultant's
claim(s);
• Explanation to describe what has been instituted to preclude future consultant claim(s); and
• Recommendations to resolve the claim.
Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation
The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove
the claim, or portions thereof, which may include getting Agency Council or Commission approval (as
appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain
concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim
is not eligible for federal participation, payment will need to be from agency funds.
Step 5 Informing Consultant of Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final
decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s)
and rationale utilized for the decision.
Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount
of the claim. Inform the consultant that the final payment for the agreement is subject to audit.
Agreement Number: LAI 1027
Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 02101/2021 Page 2 of 2