HomeMy WebLinkAbout04-103 - KPG Inc - Interurban Avenue South (South 143rd Street to Fort Dent Way)WiWashington State
Department of Transportation
04-103(e)
Council Approval N/A
Supplemental Agreement
Organization and Address
KPG, Inc.
KPG, Inc.
753 9th Ave North
Seattle, WA 98109
Agreement Number
04-103 (p )
Project Number
03-RWO2
Phone
(206) 286-1640
Project Title
Interurban Boulevard
New Maximum Amount Payable
$ 463,472.76
Description of Work
South 143rd Street to Fort Dent Way
Prepare Plans, Specifications and Estimates
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with KPG, Inc.
and executed on 12/8/2004 and identified as Agreement No.
04-103
AH provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
No revisions
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Time for completion shall he August 1, 7010
Section V, PAYMENT, shall be amended as follows:
No revisions
III
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By:
Nelson Davis
By: City of Tukwila
•
4")
Consultant Signature
DOT Form 140-063 EF
Revised 10/97
Approving . Signature
-57'6(-11-c7? aX /6iiv--S
Aft
� Washington State
mI/ Department of Transportation
04-103(d)
Council Approval N/A
RECEIVED
NO2V
Supplemental_ Agreement
-i 4
- ..,
Organization and Address
KPG, Inc. PUBL C WORKS
KPG, Inc.
9th Ave North
Seattle, WA 98109
Agreement753
Number
04-103 ( d, )
Project Number
03-RWO2
Phone
(206) 286-1640
Project Title
Interurban Boulevard
New Maximum Amount Payable
$ 463,472.76
Description of Work
South 143rd Street to Fort Dent Way
Prepare Plans, Specifications and Estimates
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with KPG, Inc.
and executed on 12/8/2004 and identified as Agreement No.
04-103
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
Time extension water line design and finalize 90% Plans, Specifications, and Estimates in accordance with Exhibit
A attached_
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Time for completion shall he June 1 7010
111
Section V, PAYMENT, shall be amended as follows:
Additional payment for this work -shall not exceed $28.801.76 in accordance with Exhibit B, attached
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this officefor final action.
By: Nelson Davis By: City of Tukwila
DOT Form 140-063 EF
Revised 10/97
Consultant Signature
Appro �yf';+' hority Signature
/6 -ref , Og/6JArA1
EXHIBIT A
CITY OF TUKWILA
INTERURBAN AVENUE SOUTH
S. 143RD STREET TO FORT DENT WAY
KPG, Inc.
Scope of Work
Supplement Number 4
Water Design and 90% P, S, and E
November 16, 2009
PROJECT DESCRIPTION
This supplement provides design services to advance Plans, Specifications, and Estimates to
the 90% stage. 60%. Plan comments received from the City will be addressed and
additional detail provided in order to complete the 90% Submittal. Revisions from the
original work scope include a water line relocation along the length of the project,
allowance for sanitary sewer improvements that are anticipated by the City, and
completion of roadway, wall, and debris containment wall design.
Bid Documents, Franchise Utility underground design, Community Involvement, Right of
Way acquisition and any necessary environmental permits that may be required prior to
construction are not included in this scope of work. Project technical specifications will be
provided based on the 2008 Standard Specifications. Divisions 1 and 10 will not be
completed until funding for final bid documents and construction becomes available.
The Consultant shall prepare draft 90% Plans for City review and comment. The
Consultant will incorporate City comments into the final 90% Plans, Specifications, and
Estimate and deliver to the City. The final submittal will include one (1) full size bond set
of Plans, five (5) half size Plans, Specifications, and Estimate, and one (1) CD with
electronic versions of the Plans, Specifications, and Estimate. This supplement supersedes
previous scope descriptions. All other provisions of the original Contract remain in effect.
Page 1 of 1
1
m
H
CD
x
w
HOUR AND FEE ESTIMATE
(1.5 • 2 *pog
U C
4019
u11
• 3•U
w
CO
d)
a
0
to
A
Ea
.C1)17
++ p
w' L
d
p
(O O
O
c r G
ca > d Z
3 Q c
`° -0 E
46 2 41 a
0
-
0
a
0
F-
Labor Hour Estimate
co
1.11L)
Q
EA
O O
U)
'5)
w
%T.
0
0
N
co
1-
r r 0) O co
In c7 O) O I�
O CO O T-
O (0 M co co
O O rt CO
r O O N
69- Ea Ea te
ER
O
O
CO
CO
O
O
co
CD
0
O
<o
O
O
O
O
O
CO
O
N
c4
N
CO
CO
CO
O
0)
N
CD
CO
CO
ID
a)
0
0_
O
0
ID
E
0
O
O
ID
f0
-o
as
0_
a)
a
a)
E
CID
< (0 0
a
41,
Total Estimated Fee:
Hourly rates are based on the following:
ER
c+)
CO
N
O
ED
M
EA
r
0
c0
69 -
•
Washington State
Department of Transportation
•
QUI. 103 Cc-)
Supplemental Agreement
Organization and Address
KPG, Inc.
KPG, Inc.
753 9th Ave North
Seattle, WA 98109
Agreement Number
04-103 CO
o
Project Number
03-RWO2
Phone
(206) 286-1640
Project Title
Interurban Boulevard
New Maximum Amount Payable
$ 434,671.00
Description of Work
South 143rd Street to Fort Dent Way
Prepare Plans, Specifications and Estimates
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with KPG, Inc.
and executed on 12/8/2004 and identified as Agreement No.
04-103
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read.
No revisions
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read. Time for completion shall he August 31, 2009
Section V, PAYMENT, shall be amended as follows.
No revisions.
111
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By.
Nelson Davis
DOT Form 140-063 EF
Revised 10/97
By. City of Tukwila
grin Approvi ority Signature
op a M l s-crIeL a)
•
= •
WFWashington State
A Department of Transportation
•
0t1-703 cli
Supplemental Agreement
$ 2
Organization and Address
KPG, Inc.
KPG, Inc.
753 9th Ave North
Seattle, WA 98109
Agreement Number
04-103 (1/4))
Project Number
03-RWO2
Phone
(206) 286-1640
Project Title
Interurban Boulevard
New Maximum Amount Payable
$ 434,671.00
Description of Work
South 143rd Street to Fort Dent Way
Prepare Plans, Specifications and Estimates
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with KPG, Inc.
and executed on 12/8/2004 and identified as Agreement No.
04-103
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read.
No revisions.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Time for completion shall he December 31, 2008
111
Section V, PAYMENT, shall be amended as follows:
No revisions
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By:
Nelson Davis
Consultant Signature
DOT Form 140-063 EF
Revised 10/97
By: City of Tukwila
Approvin
--- 1-1-1+0y
ity Signature
/ 5 21-0 Qgi6�n�S
Washington State
Department of Transportation
100-103
Supplemental Agreement
Organization and Address
KPG, Inc.
KPG, Inc.
753 9th Ave North
Seattle, WA 98109
Agreement Number
04-103
Project Number
03-RWO2
Phone
(206) 286-1640
Project Title
Interurban Boulevard
New Maximum Amount Payable
$ 434,671.00
Description of Work
South 143rd Street to Fort Dent Way
Prepare Plans, Specifications and Estimates
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with KPG, Inc.
and executed on 12/8/2004 and identified as Agreement No.
04-103
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows.
Section 1, SCOPE OF WORK, is hereby changed to read:
No revisions.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Time for completion shall he December 31, 2007
Section V, PAYMENT, shall be amended as follows:
No revisions.
111
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplem- t and as -e to the changes as stated above, please sign in the appropriate spaces
below and return to this offic- dr final -ct • n.
By: - '.4. ;sI G . 0.1
l
AI
onsulta
DOT Form 140-063 EF
Revised 10/97
ignature
By: City of Tukwila
Approving Authority Signature
•
•
196 64 -
Local Agency
Standard Consultant
Agreement
Agreement Number
Federal Aid Number
Agreement Type (Choose one)
❑ Lump Sum
Lump Sum Amount $
® Cost Plus Fixed Fee
Overhead Progress Payment Rate
Overhead Cost Method
❑ Actual Cost
❑ Actual Cost Not To Exceed
® Fixed Rate
Fixed Fee $ 28,82100
❑ Specific Rates Of Pay
❑ Negotiated Hourly Rate
0 Provisional Hourly Rate
0 Cost Per Unit of Work
153.8 %
153.8
%
! Consultant/Address/Telephone
KPG, Inc
753 9th Avenue
Seattle, WA 98109
206-286-1640
Project Title And Work Description
City of Tukwila
Interurban Boulevard
S 143rd Street to Fort Dent W ay
Prepare plans, specifications and estimates
DBE Participation
❑Yes ®No
WBE Participation
❑ Yes ® No
oda
Federal ID Number or Social Security Number
91-1477622
Do you require a 1099 for IRS? Completion Date
❑ Yes 0 No December 31, 2005
Total Amount Authorized $
Management Reserve Fund $
Maximum Amount Payable $
434,671.00
434,671.00
THIS AGREEMENT, made and entered into this
between the Local Agency of
day of
City of Tukwila , Washington, hereinafter called the
"AGENCY" , and the above organization hereinafter called the "CONSULTANT"
WITNESSETH THAT:
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY 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 for the PROJECT; and
WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State
Statutes relating to professional registration, if applicable, and has signified a willingness to furnish
Consulting services to the AGENCY,
NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained
tri
CD
3s3
hereinor attached and incorporated and made a part hereof, the parties hereto agree as follows:
DOT Form 140-089 EF Page 1 of 8
Revised 12/99
0701
ORIGINAL O
N
O
•
GENERAL DESCRIPTION OF WORK
The work under this AGREEMENT shall consist of
the above described work and services as herein
defined and necessary to accomplish the completed
work for this PROJECT The CONSULTANT shall
furnish all services, labor and related equipment
necessary to conduct and complete the work as
designated elsewhere in this AGREEMENT
II
SCOPE OF WORK
The Scope of Work and project level of effort for this
project is detailed in Exhibit "B" attached hereto, and
by this reference made a part of this AGREEMENT
III
GENERAL REQUIREM ENTS
All aspects of coordination of the work of this
AGREEMENT, with outside agencies, groups or
individuals shall receive advance approval by the
AGENCY. Necessary contacts and meetings with
agencies, groups or individuals shall be coordinated
through the AGENCY
The CONSULTANT shall attend coordination,
progress and presentation meetings with the
AGENCY or such Federal, Community, State, City
or County officials, groups or individuals as may be
requested by the AGENCY The AGENCY will
provide the CONSULTANT sufficient notice prior
to meetings requiring CONSULTANT participation.
The minimum number of hours or days notice —
required shall be agreed to between the AGENCY
and the CONSULTANT and shown in Exhibit "B"
attached hereto and made part of this AGREEMENT
The CONSULTANT shall prepare a monthly
progress report, in a form approved by the AGENCY,
that will outline in written and graphical form the
various phases and the order of performance of the
work in sufficient detail so that the progress of the
work can easily be evaluated Goals for Disadvan-
taged Business Enterprises (DBE) and Women
Owned Business Enterprises (WBE) if required shall
be shown in the heading of this AGREEMENT
All reports PS&E r>akials. and other data, furnished
to the CONSULTANT by the AGENCY shall be
returned. All designs, drawings, specifications,
documents, and other work products prepared by the
CONSULTANT prior to completion or termination of
this AGREEMENT are instruments of service for this
PROJECT and are property of the AGENCY Reuse
by the AGENCY or by others acting through or on
behalf of the AGENCY of any such instruments of
service, not occurring as a part of this PROJECT,
shall be without liability or legal exposure to the
CONSULTANT
IV
TIME FOR BEGINNING AND COM PLETION
The CONSULTANT shall not begin any work under
the terms of this AGREEMENT until authorized in
writing by the AGENCY All work under this
AGREEMENT shall be completed by the date
shown in the heading of this AGREEMENT under
completion date
The established completion time shall not be extended
because of any delays attributable to the CONSULT-
ANT, but may be extended by the AGENCY, in the
event of a delay attributable to the AGENCY, or
because of unavoidable delays caused by an act of
GOD or governmental actions or other conditions
beyond the control of the CONSULTANT A prior
supplemental agreement issued by the AGENCY is
required to extend the established completion time.
V
PAYM ENT
The CONSULTANT shall be paid by the AGENCY
for completed work and services rendered under this
AGREEMENT as provided in Exhibit "C" attached
hereto, and by this reference made part of this
AGREEMENT Such payment shall be full compen-
sation for work performed or services rendered and
for all labor, materials, supplies, equipment, and
incidentals necessary to complete the work
specified in Section II, "Scope of Work" The
CONSULTANT shall conform with all applicable
portions of 48 CFR 31
Page 2 of 8
VI
SUBCONTRACT
The AGENCY permits subcontracts for those items
of work as shown in Exhibit G to this Agreement.
Compensation for this subconsultant work shall be
based on the cost factors shown on Exhibit G, at-
tached hereto and by this reference made a part of this
AGREEMENT
The work of the subconsultant shall not exceed its
maximum amount payable unless a prior written
approval has been issued by the AGENCY
All reimbursable direct labor, overhead, direct non -
salary costs and fixed fee costs for the subconsultant
shall be substantiated in the same manner as outlined
in Section V. All subcontracts exceeding $10,000 in
cost shall contain all applicable provisions of this
AGREEMENT.
The CONSULTANT shall not subcontract for the
performance of any work under this AGREEMENT
without prior written permission of the AGENCY. No
permission for subcontracting shall create, between
the AGENCY and subcontractor, any contract or any
other relationship
VII
EMPLOYMENT
The CONSULTANT warrants that he/she has not
employed or retained any company or person, other
than a bona fide employee working solely for the
CONSULTANT, to solicit or 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 consider-
ation, contingent upon or resulting from the award or
making of this contract. For breach or violation of this
warrant, the AGENCY shall have the right to annul
this AGREEMENT without liability, or in its discre-
tion, to deduct from the AGREEMENT price or
consideration or otherwise recover the full amount of
such fee, commission, percentage, brokerage fee, gift,
or contingent fee.
Any and all employees of the CONSULTANT or
other persons while engaged in the performance of
ar.) 1L3: ry .ii Jam, 3 vi IG vvi�J.J �. rli\
under this AGREEMENT shall be considered
employees of the + SULTANT only and not of the
AGENCY, and any a d all claims that may or might
arise under any Workmen's compensation Act on
behalf of said employees or other persons while so
engaged, and any and all claims made by a third party
as a consequence of any act or omission on the part of
the CONSULTANT's employees or other persons
while so engaged on any of the work or services
provided to be rendered herein, shall be the sole
obligation and responsibility of the CONSULTANT
The CONSULTANT shall not engage, on a full or
part time basis, or other basis, during the period of the
contract, any professional or technical personnel who
are, or have been, at any time during the period of the
contract, in the employ of the United States Depart-
ment of Transportation, the STATE, or the
AGENCY, except regularly retired employees,
without written consent of the public employer of
such person.
VIII
NONDISCRIM (NATION
The CONSULTANT agrees not to discriminate
against any client, employee or applicant for employ-
ment or for services because of race, creed, color,
national origin, marital status, sex, age or handicap
except for a bona fide occupational qualification with
regard to, but not limited to the following: employ-
ment upgrading, demotion or transfer, recruitment or
any recruitment advertising, a layoff or terminations,
rates of pay or other forms of compensation, selection
for training, rendition of services. The CONSULT-
ANT understands and agrees that if it violates this
provision, this AGREEMENT may be terminated by
the AGENCY and further that the CONSULTANT
shall be barred from performing any services for the
AGENCY now or in the future unless a showing is
made satisfactory to the AGENCY that discrimina-
tory practices have terminated and that recurrence of
such action is unlikely
During the performance of this AGREEMENT, the
CONSULTANT, for itself, its assignees and
successors in interest agrees as follows
A. COMPLIANCE WITH REGULATIONS The
CONSULTANT shall comply with the Regula -
manner as in Federa•.-assisted programs of the
Page 3 of 8
Department of Transportation, .49, Code of
Federal Regulations, Part 21, as they may be
amended from time to time, (hereinafter referred
to as the Regulations), which are herein incorpo-
rated by reference and made a part of this
AGREEMENT The consultant shall comply
with the American Disabilities Act of 1992, as
amended.
B NONDISCRIMINATION: The CONSULTANT,
with regard to the work performed by it during the
AGREEMENT, shall not discriminate on the
grounds of race, creed, color, sex, age, marital
status, national origin or handicap except for a
bona fide occupational qualification in the selec-
tion and retention of subconsultants, including
procurements of materials and leases of equip-
ment. The CONSULTANT shall not participate
either directly or indirectly in the discrimination
prohibited by Section 21 5 of the Regulations,
including employment practices when the contract
covers a program set forth in Appendix II of the
Regulations.
C. SOLICITATIONS FOR SUBCONSULTANTS,
INCLUDING PROCUREMENTS OF MATERI-
ALS AND EQUIPMENT In all solicitations
either by competitive bidding or negotiation made
by the CONSULTANT for work to be performed
under a subcontract, including procurements of
materials or leases of equipment, each potential
subconsultant or supplier shall be notified by the
CONSULTANT of the CONSULTANT's
obligations under this AGREEMENT and the
Regulations relative to nondiscrimination on the
grounds of race, creed, color, sex, age, marital
status, national origin and handicap
D. INFORMATION AND REPORTS' The
CONSULTANT shall provide all information
and reports required by the Regulations, or
directives issued pursuant thereto, and shall
permit access to its books, records, accounts,
other sources of information, and its facilities as
may be determined by the AGENCY to be
pertinent to ascertain compliance with such
Regulations or directives. Where any information
required of the CONSULTANT is in the exclu-
sive possessioraknother who fails or refuses to
furnish this information the CONSULTANT shall
so certify to the AGENCY, or the United States
Department of Transportation as appropriate, and
shall set forth what efforts it has made to obtain
the information.
E. SANCTIONS FOR NONCOMPLIANCE. In the
event of the CONSULTANT's noncompliance
with the nondiscrimination provisions of this
AGREEMENT, the AGENCY shall impose
such sanctions as it or the Federal Highway
Administration may determine to be appropriate,
including, but not limited to.
1 Withholding of payments to the CONSULT-
ANT under the AGREEMENT until the
CONSULTANT complies, and/or
2. Cancellation, termination or suspension of the
AGREEMENT, in whole or in part.
F INCORPORATION OF PROVISIONS' The
CONSULTANT shall include the provisions of
paragraphs (A) through (G) in every subcontract,
including procurements of materials and leases of
equipment, unless exempt by the Regulations or
directives issued pursuant thereto The CON-
SULTANT shall take such action with respect to
any subconsultant or procurement as the
AGENCY or the Federal Highway Administra-
tion may direct as a means of enforcing such
provisions including sanctions for noncompli-
ance, provided, however, that, in the event a
CONSULTANT becomes involved in, or is
threatened with, litigation with a subconsultant or
supplier as a result of such direction, the CON-
ULTANT may request the AGENCY to enter
into such litigation to protect the interests of the
AGENCY, and in addition, the CONSULTANT
may request the United States to enter into such
litigation to protect the interests of the United
States.
G UNFAIR EMPLOYMENT PRACTICES' The
CONSULTANT shall comply with RCW
49 60 180
Page 4of8
IX
TERMINATION OF AGREEMENT
The right is reserved by the AGENCY to terminate
this AGREEMENT at any time upon ten 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 as shown in Exhibit F for the type of
AGREEMENT used.
No payment shall be made for any work completed
after ten days following receipt by the CONSULT-
ANT of the Notice to terminate. If the accumulated
payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would
be due computed as set forth herein above, then no
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 CON-
SULTANT, the above formula for payment shall not
apply In such an event, the amount to be paid shall be
determined by the AGENCY with consideration
given to the actual costs incurred by the CONSULT-
ANT in performing the work to the date of
termination, the amount of work originally required
which was satisfactorily completed to date of termina-
tion, whether that work 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 work required and the time which
maybe required to do so, and other factors which
affect the value to the AGENCY of the work per-
formed at the time of termination. Under no
circumstances shall payment made under this subsec-
tion exceed the amount which would have been made
using the formula set forth in the previous paragraph.
If it is determined for any reason that the CONSULT-
ANT was not in default or that the CONSULTANT's
failure to perform is without it or it's employee's fault
or negligence, the termination shall be deemed to be a
termination for the convenience of the AGENCY in
In the event of the death of any member, partner or
officer of the CONSULTANT or any of its supervi-
sory personnel assigned to the project, or, dissolution
of the partnership, termination of the corporation, or
disaffiliation of the principally involved employee,
the surviving members of the CONSULTANT hereby
agree to complete the work under the terms of this
AGREEMENT, if requested to do so by the
AGENCY The subsection shall not be a bar to
renegotiation of the AGREEMENT between the
surviving members of the CONSULTANT and the
AGENCY, if the AGENCY so chooses.
In the event of the death of any of the parties listed in
the previous paragraph, should the surviving members
of the CONSULTANT, with the AGENCY's concur-
rence, desire to terminate this AGREEMENT,
payment shall be made as set forth in the second
paragraph of this section.
Payment for any part of the work by the AGENCY
shall not constitute a waiver by the AGENCY of any
remedies of any type it may have against the CON-
SULTANT for any breach of this AGREEMENT by
the CONSULTANT, or for failure of the CONSULT-
ANT to perform work required of it by the
AGENCY Forbearance of any rights under the
AGREEMENT will not constitute waiver of entitle-
ment to exercise those rights with respect to any
future act or omission by the CONSULTANT
X
CHANGES OF WORK
The CONSULTANT shall make such changes and
revisions in the complete work of this AGREEMENT
as necessary to correct errors appearing therein, when
required to do so by the AGENCY, without additional
compensation thereof Should the AGENCY find it
desirable for its own purposes to have previously
satisfactorily completed work or parts thereof
changed or revised, the CONSULTANT shall make
such revisions as directed by the AGENCY This
work shall be considered as Extra Work and will be
paid for as herein provided under Section XIV
Page 5 of 8
XI
DISPUTES
Any dispute concerning questions of fact in connec-
tion with the work not disposed of by AGREEMENT
between the CONSULTANT and the AGENCY shall
be referred for determination to the Director of Public
Works or AGENCY Engineer, whose decision in the
matter shall be final and binding on the parties of this
AGREEMENT, provided however, that if an action is
brought challenging the Director of Public Works or
AGENCY Engineer's decision, that decision shall be
subject to de novo judicial review
XII
VENUE, APPLICABLE LAW AND
PERSONAL JURISDICT ION
In the event that either party deems it necessary to
institute legal action or proceedings to enforce any
right or obligation under this AGREEMENT, the
parties hereto agree that any such action shall be
initiated in the Superior court of the State of Washing-
ton, situated in the county the AGENCY is located in.
The parties hereto agree that all questions shall be
resolved by application of Washington law and that
the parties to such action shall have the right of appeal
from such decisions of the Superior court in accor-
dance 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 in.
XIII
LEGAL RELATIONS AND INSURANCE
The CONSULTANT shall comply with all Federal,
State, and local laws and ordinances applicable to the
work to be done under this AGREEMENT This
AGREEMENT shall be interpreted and construed in
accord with the laws of Washington.
The CONSULTANT shall indemnify and hold the
AGENCY and the STATE, and their officers and
employees harmless from and shall process and
defend at its own expense all claims, demands, or
suits at law or equity arising in whole or in part from
the CONSULTANT's nealiaence or breach of any of
its obligations under this AGREEMENT provided
that nothing herein s�iall require a CONSULTANT to
indemnify the AGENCY and the STATE against and
hold harmless the AGENCY and the STATE from
claims, demands or suits based solely upon the
conduct of the AGENCY and the STATE, their
agents, officers and employees and provided further
that if the claims or suits are caused by or result from
the concurrent negligence of (a) the
CONSULTANT's agents or employees and (b) the
AGENCY and the STATE, their agents, officers and
employees, this indemnity provision with respect to
(1) claims or suits based upon such negligence, (2) the
costs to the AGENCY and the STATE of defending
such claims and suits, etc. shall be valid and enforce-
able only to the extent of the CONSULTANT's
negligence or the negligence of the CONSULTANT's
agents or employees.
The CONSULTANT's relation to the AGENCY shall
be at all times as an independent contractor
The CONSULTANT specifically assumes potential
liability for actions brought by the CONSULTANT's
own employees against the AGENCY and, solely for
the purpose of this indemnification and defense, the
CONSULTANT specifically waives any immunity
under the state industrial insurance law, Title 51
RCW The CONSULTANT recognizes that this
waiver was specifically entered into pursuant to the
provisions of RCW 4.24 115 and was the subject of
mutual negotiation.
Unless otherwise specified in the AGREEMENT, the
AGENCY shall be responsible for administration of
construction contracts, if any, on the project. Subject
to the processing of an acceptable, supplemental
agreement, the CONSULTANT shall provide on-call
assistance to the AGENCY during contract adminis-
tration. By providing such assistance, the
CONSULTANT shall assume no responsibility for'
proper construction techniques, job site safety, or any
construction contractor s failure to perform its work
in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force
during the terms of the AGREEMENT, or as other-
wise required, the following insurance with
companies or through sources approved by the State
Insurance Commissioner pursuant to RCV' , 48
Page 5 of 8
Insurance Coverage
A. Worker's compensation and employer's liability
insurance as required by the STATE.
B. General commercial liability insurance in an
amount not less than a single limit of one million
and 00/100 Dollars ($1,000,000 00) for bodily
injury, including death and property damage
per occurrence
Excepting the Worker's Compensation insurance and
any professional liability insurance secured by the
CONSULTANT, the AGENCY will be named on all
certificates of insurance as an additional insured. 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
14 days of the execution of this AGREEMENT to
the AGENCY
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 shall be limited to the amount payable
under this AGREEMENT or one million dollars,
whichever is the greater unless modified by
Exhibit H. In no case shall the CONSULTANT's
professional liability to third parties be limited in
any way
The AGENCY will pay no progress payments
under Section V until the CONSULTANT has fully
complied with this section. This remedy is not exclu-
sive, and the AGENCY and the STATE may take
such other action as is available to them under other
provisions of this AGREEMENT, or otherwise in law
XIV
EXTRA WORK
A. The AGENCY may at any time, by written order,
make changes within the general scope of the
AGREEMENT in the services to be performed.
B. If any such change causes an increase or decrease
in the estimated cost of, or the time required for,
performance of any part of the work under this
AGREEMENT, whether or not changed by the
order, or otherwise affects any other terms and
conditions of the AGREEMENT, the AGENCY
shall make an equitable adjustment in the
(1) maximum amount payable, (2) delivery or
completion schedule, or both, and (3) other
affected terms and shall modify the AGREE-
MENT accordingly
C The CONSULTANT must submit its "request
for equitable adjustment" (hereafter referred to
as claim) under this clause within 30 days from
the date of receipt of the written order However,
if the AGENCY decides that the facts justify it,
the AGENCY may receive and act upon a claim
submitted before final payment of the
AGREEMENT
D Failure to agree to any adjustment shall be a
dispute under the Disputes clause. However
nothing in this clause shall excuse the CON-
SULTANT from proceeding with the
AGREEMENT as changed.
E. Notwithstanding the terms and condition of
paragraphs (a) and (b) above, the maximum
amount payable for this AGREEMENT, shall
not be increased or considered to be increased
except by specific written supplement to this
AGREEMENT
XV
ENDORSEMENT OF PLANS
The CONSULTANT shall place his endorsement on
all plans, estimates or any other engineering data
furnished by him
Page 7 of 8
XVI •
• XVIII
FEDERAL AND STATE REVIEW COMPLETE AGREEMENT
The Federal Highway Administration and the
Washington State Department of Transportation
shall have the right to participate in the review or
examination of the work in progress
XVII
CERTIFICATION OF THE CONSULTANT
AND THE AGENCY
Attached hereto as Exhibit "A-1", are the
Certifications of the Consultant and the Agency,
Exhibit "A-2" Certifbation regarding debarment,
suspension and other responsibility matters - primary
covered transactions, Exhibit "A-3" Certifbation
regarding the restrictions of the use of Federal funds
for lobbying, and Exhibit "A-4" Certifcate of Current
Cost or Pricing Data. Exhibits "A-3" and "A-4" are
only required in Agreements over $100,000
This document and referenced attachments contains
all covenants, stipulations and provisions agreed upon
by the parties. No agent, or representative of either
party has authority to make, and the parties shall not
be bound by or be liable for, any statement, represen-
tation, promise or agreement not set forth herein. No
changes, amendments, or modifications of the terms
hereof shall be valid unless reduced to writing and
signed by the parties as an amendment to this
AGREEMENT
XIX
EXECUTION AND ACCEPT ANCE
This AGREEMENT may be simultaneously executed
in several counterparts, each of which shall be
deemed to be an original having identical legal effect.
The CONSULTANT does hereby ratify and adopt all
statements, representations, warranties, covenants,
and agreements contained in the proposal, and the
supporting materials submitted by the CONSULT-
ANT, and does hereby accept the AGREEMENT and
agrees to all of the terms and conditions thereof
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first
above written.
f\Ai\/ .%&9 v-'1
Agency Mayor, City of Tukwila
Pace 8 of 8
• •
Exhibit A-1
Certification Of Consultant
I hereby certify that I am P. Joseph Giacobazzi
representative of the film of KPG, Inc
753 9th Avenue North, Seattle, WA 98109
firm I here represent has:
(a)
Project No.
Local Agency Tukwila
and duly authonzed
whose address is
and that neither I nor the above
Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any
firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to
solicit or secure this contract.
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or to retain the services of
any firm or person in connection with carrying out the contract.
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely
for me or the above CONSULTANT) any fee, cpintribution donation or consideration of any kind for, or in
connection with procuring or carrying out the contract; except as here expressly stated (if any):
I further certify that the firm I hereby represent isauthorized to do business in the State of Washington and
that the firm is in full compliance with the requirements of the board of Professional Registration.
I acknowledge that this certificate is to be available to the State Department of Transportation and the
Federal Highway Administration, U.S. Department of Transportation, in connection with this contract
involving participation of Federal aid funds and is subject to applicable State and Federal laws, both criminal
and civil.
di ii
/Date
)
Certification of Agency Official
I hereby certify that I am the AGENCY Official of the Local Agency of City of Tukwila Washington
and that the above consulting firm or their representative has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this contract to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Pay or agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of
any kind, except as here expressly stated (if any).
I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department
of Transportation, in connection with this contract involving participation of Federal aid highway funds and it
subject to applicable Stat and Federal laws, both criminal and civil.
Date
Signature
• •
Exhibit A-2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters -Primary Covered Transactions
1. The prospective primary participant certifies to the best of its 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-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission or 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 antitrust statues or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal,
state, or local) with commission of any of the offenses enumerated in paragraph 1.b. of this certification;
and
(d) Have not within a three-year period preceding this application/proposal had one or more public
transactions (federal, state, or local) terminated for cause or default.
2. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): KPG, Inc
(Date)
ident op',Q{uthorized Official of Consultant
• •
Exhibit A-3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any federal agency, a member of
Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with
the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any 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 L obbying," 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, T itle 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 and not more than $100,000 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 subcontracts which exceed $100,000 and
that all such subrecipients shall certify and disclose accordingly.
Consultant (Finn): KPG, Inc
(D te) (Sig orized Official of Consultant
• •
Exhibit A-4
Certificate of Current Cost or Pricing Data
This is to verify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 of the Federal 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 Exhibit D-1
* are accurate, complete, and current as of November 11, 2004 **. This certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Government that are part of the proposal.
Firm KPG, Inc
Name P. Joseph Giacobazzi, KPG
Title Principal
Date of Execution***
[1 //1 Joi
* Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate identifying number (e.g., RFP No.).
** Insert the day, month, and year when price negotiations were concluded and price agreement
was reached.
*** Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.
• EXHIBIT B •
CITY OF TUKWILA
IN i'bRURBAN AVENUE SOUTH
S. 143RD STREET TO FORT DENT WAY
KPG, Inc.
Scope of Work
October 27, 2004
A. PROJECT DESCRIPTION
The City of Tukwila intends to improve Interurban Avenue South between South 143`d
Street and Fort Dent Way. Recent funding for this project includes the preparation of
plans, specifications and estimate, and right-of-way plans to improve the corridor.
Improvements will include:
• Minor widening to provide for standard lane widths.
■ Installation of curb, gutter and sidewalk on both sides of the road
• Pavement rehabilitation and overlay
• New lighting
• Interconnect and CCTV
• Signal modifications as necessary at Fort Dent Way
• Aerial utility undergrounding
• Storm drainage improvements including detention and water quality treatment
• Landscaping and irrigation
■ Slope stabilization of the exposed scarp above the road near Fort Dent Way
• Possible retaining walls to contain the wider roadway section
• New channelization and signing
Project design and right-of-way plans will comply with federal funding requirements
outlined in the WSDOT Local Agency Guidelines Manual. It is anticipated the project will
require an Environmental Classification Summary and that the project will fall under the
NEPA Categorical Exclusion (CE) with documentation. This scope of work assumes that
the documented CE will meet NEPA requirements.
In addition it is anticipated that the project will require SEPA approval, Shoreline
Approval and a Biological Assessment.
B. DELIVERABLES
The Consultant shall provide the following deliverables with this project:
• Digital files of base mapping
■ 2 copies preliminary geotechnical report
• 2 copies final geotechnical report
• 2 copies of draft pavement report
Page 1 of 6
• EXHIBIT B •
• 2 copies of final pavement report
■ File copy of SEPA checklist
• File copy of all permit applications
• 5 copies Drainage Design Report
• 10 copies 30% plans and estimate (11"x17")
■ 10 copies 60% plans, specifications, and estimate (11"x17")
■ 10 copies 90% plans, specifications, and estimate (11"x17")
■ 2 copies preliminary right-of-way needs plans (11"x17")
■ File copy of Final right-of-way plan (22"x34" Mylar)
• Digital copies of all deliverables, in requested format
The City of Tukwila shall provide the following:
• GIS aerial mapping information in digital format
• Existing survey and right-of-way information
■ Any required traffic counts
■ Previous roadway design studies
• Plan reviews, comments, and approvals
• Property owner mailings, if required
■ Meeting room arrangements
■ Survey right -of -entries, if required
■ Environmental Classification Summary
• Biological Assessment
C. SCOPE OF WORK
TASK 1 - MANAGEMENT / COORDINATION / ADMINISTRATION
1.1 The Consultant shall provide continuous project management for the project
duration (estimate 12 months).
1.2 The Consultant shall prepare a comprehensive schedule and provide updates as
necessary.
1.3 The Consultant shall prepare monthly progress reports identifying work in
progress, upcoming work elements, and a reporting of any delays, problems or
additional information needs.
1.4 The Consultant shall provide management and administration of all subcontractors
included in this scope of work.
1.5 The Consultant shall prepare for and attend coordination meetings with City staff
at regular intervals in the design process to discuss key issues and track progress
(estimate 10 meetings).
Page 2 of 6
• ,.
• EXHIBIT B •
1.6 The Consultant shall provide quality assurance/quality control (QA/QC) reviews
of all work products prior to submittal for City review.
TASK 2 - SURVEY AND BASE MAPPING
2.1 The Consultant shall prepare design base maps of the corridor that includes the
100 year floodplain and two river cross sections of the Duwamish River and the
slope scarp near Fort Dent Way. EarthTech will provide survey, base mapping and
right of way plans.
2.2 The Consultant shall coordinate field locates of all existing utilities in the corridor
for incorporation into the updated base maps. Field locates will be prepared by
APS, Inc. A budget of $4,000 is included for use in field locates and potholing.
Potholing needs will be identified following completion of the 30% design and
City review.
TASK 3 - PUBLIC INVOLVEMENT
3.1 The Consultant shall prepare for and attend one (1) community open house
meeting. Meeting locations will be secured by the City.
3.2 The Consultant shall attend one-on-one meetings with affected property owners
along the corridor to discuss the project, private property impacts and/or right-of-
way and easement needs (estimate 6 meetings).
3.3 The Consultant shall prepare one newsletter to invite residents to community open
house meeting. Preparation of distribution lists and mailing will be by the City.
TASK 4 - WSDOT COORDINATION
4.1 The Consultant shall attend one coordination meeting with WSDOT to obtain
review and approval of the project design at the Fort Dent Way intersection.
4.2 The Consultant shall prepare, submit, and respond to WSDOT comments for plan
reviews.
4.3 The Consultant shall document meeting notes and phone correspondence with
WSDOT.
Page 3 of 6
EXHIBIT B •
TASK 5 - UTILITY COORDINATION
5.1 The Consultant shall distribute mailings and preliminary plans to franchise utility
purveyors along the corridor in order to facilitate relocation and adjustment
coordination
5.2 The Consultant shall coordinate with franchise utilities to incorporate the
necessary relocations, adjustments or upgrades into the project design.
5.3 The Consultant shall coordinate with Seattle City Light and PSE for utility
undergrounding improvements along the corridor (estimate 2 meetings).
5.4 The Consultant shall complete undergrounding civil conversion design based on
conduit, vault and slab information provided by the utility purveyors. This scope is
based on the assumption that the Seattle City Light system will be transferred over
to PSE and that the utility undergrounding electrical design will be completed by
PSE.
5.5 The Consultant shall document meeting notes and phone correspondence with all
franchise utility purveyors.
TASK 6 - GEOTECHNICAL INVESTIGATION
6.1 The Consultant shall obtain previous geotechnical information from past studies
that may have been prepared by the City, METRO, WSDOT or others in the
project vicinity.
6.2 Based on previous studies and field reconnaissance, the Consultant shall prepare a
preliminary geotechnical review of the project. Preliminary geotechnical review will
be performed by Landau Associates.
6.3 The Consultant shall complete field explorations to support pipeline design, slope
stabilization, retaining wall design and pavement design based on the approved
30% plans. Field exploration will be under the supervision of Landau Associates.
Existing pavement sections will be confirmed by roto -hammer exploration at up to
8 locations.
6.4 The Consultant shall compile previous geotechnical findings with the results of
field explorations to develop geotechnical engineering results and conclusions.
Geotechnical analysis will be performed by Landau Associates in accordance with
this scope of work.
Page 4ol6
• EXHIBIT B •
TASK 7 - PAVEMENT INVESTIGATION
7.1 The Consultant shall field test the existing pavement section using a falling weight
deflectometer and existing pavement data to develop a pavement
reconstruction/overlay plan for the corridor based on traffic composition data
provided by the City.
7.2 The Consultant shall compile the results of field explorations to develop a
pavement reconstruction report. Pavement testing and report preparation will be
performed by Pavement Engineers.
TASK 8 - PERMITTING
8.1 The Consultant shall coordinate with the King County Flood District for
acceptance of the project scope (estimate 2 meetings).
8.2 The Consultant shall prepare and submit a SEPA checklist for review and
processing by the City.
8.3 The Consultant shall Prepare and submit a Shoreline Permit for review and
processing by the City.
8.4 The Consultant shall document all meeting notes and phone correspondence with
resource agencies.
TASK 9 - PREPARE PLANS, SPECIFICATIONS AND ESTIMATE
9.1 The Consultant shall review alignment options and recommend minor variations
to the alignment, channelization, median locations, etc. as appropriate. The
variations will be prepared in collaboration with City staff with the preferred
alternative used for the basis of final design.
9.2 The Consultant shall prepare 30% plans based on the preferred alternative for City
review and approval.
9.3 The Consultant shall prepare a Drainage Report for the project that outlines
drainage basins, flow rates, detention and water quality facilities.
9.4 The Consultant shall prepare structural design based on the preferred alternative.
Structural design will be by CivilTech. It is assumed that the project structural
elements will include 4,000± square feet of structural wall and 25,000± square feet
of soil stabilization slope covering.
Page 5 01-'6
• EXHIBIT B •
9.5 The Consultant shall prepare 60% plans and cost estimate for the roadway
corridor. The plans shall be in sufficient detail to allow review and confirmation of
planned roadway, pedestrian, channelization, drainage, and illumination system by
the City during review.
9.6 The Consultant shall prepare 90% Plans (estimate 90 sheets) for review and
approval by the City. Plans shall be formatted to provide sufficient detail for
convenient field layout of all proposed facilities. City standard details and WSDOT
standard plans will be supplemented with project specific details as required. Plan
information shall include:
• Centerline control information
• Limits of construction
■ Typical sections and details
• Roadway plan and profiles
• Temporary erosion and sediment control plans
• Drainage system plan and profiles
• Wall plan and profiles, and slope stabilization plans and details
• Channelization and Signing plans
• Signal modification plans and details
■ Illumination plans
• Civil undergrounding design
• Urban Design plans and details
• Landscape/restoration plans
■ Irrigation plans and details
9.7 The Consultant shall prepare 60% (outline only) and 90% specifications for review
and approval by the City. Specifications shall be based on 2002 WSDOT / APWA
standard specifications, using contract boilerplate and general special provisions
provided by the City.
9.8 The Consultant shall calculate quantities and prepare a construction cost estimate
in support of the 30%, 60% and 90% plans and specifications.
TASK 10 - RIGHT-OF-WAY
10.1 The Consultant shall prepare preliminary right-of-way plans to document existing
conditions based on existing Assessor and WSDOT information.
10.2 The Consultant shall finalize right-of-way plans based on the 60% design. The final
right-of-way plans will identify all necessary easements and right-of-way acquisition.
Page 6 of 6
• •
Exhibit C-2
Payment
(Cost Pius Fixed Fee)
The CONSUL TANT shall be paid by the AGE NCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed or
services rendered and for all labor, materials, equipment, and incidentals necessary to complete the work
specified in Section II, "Scope of W ork." The CONSULTANT shall conform with the applicable portion of 48
CFR 31.
A. Actual Costs
Payment for all consulting services for this project shall be on the basis of the CONSUL TANT's actual cost
plus a fixed fee. T he actual cost shall include direct salary cost, overhead, and direct nonsalary cost.
1. Direct Salary Costs
The direct salary cost is the direct salary paid to principals, professional, technical, and clerical personnel
for the time they are productively engaged in work necessary to fulfill the terms of this AGRE EMENT.
2. Overhead Costs
Overhead costs are those costs other than direct costs which are included as such on the books of the
CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the
rate shown in the heading of this AGRE EMENT, under "Overhead Progress Payment Rate." T otal
overhead payment shall be based on the method shown in the heading of the AGRE EMENT. The three
options are explained as follows:
a. Actual Cost Not T o Exceed Maximum Percent: If this method is indicated in the heading of this
AGREEMENT, the AGENCY agrees to reimburse the CONSUL TANT at the actual overhead rate
verified by audit up to the maximum percentage shown in the space provided. Final overhead payment
when accumulated with all other actual costs shall not exceed the total maximum amount payable
shown in the heading of this AGRE EMENT.
b. Fixed Rate: If this method is indicated in the heading of the AGRE EMENT, the AGENCY agrees to
reimburse the CONSUL TANT for overhead at the percentage rate shown. T his rate shall not change
during the life of the AGRE EMENT.
A summary of the CONSUL TANT's cost estimate and the overhead computation are attached hereto as
Exhibit D-1 and by this reference made part of this AGRE EMENT. When an Actual Cost method, or the
Actual Cost Not T o Exceed method is used, the CONSUL TANT (prime and all subconsultants) will
submit to the AGE NCY within three months after the end of each firm's fiscal year, an overhead
schedule in the format required by the AGE NCY (cost category, dollar expenditures, etc.) for the purpose
of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress
payments during the following year and for retroactively adjusting the previous year's overhead cost to
reflect the actual rate.
Failure to supply this inform ation by either the prim e consultant or any of the subconsultants shall
cause the agency to withhold paym ent of the billed overhead costs until such tim e as the required
information is received and an overhead rate for billing purposes is approved.
• •
The STATE and/or the Federal Government may perform an audit of the CONSUL TANT's books and
records at any time during regular business hours to determine the actual overhead rate, if they so desire.
3. Direct Nonsalary Costs
Direct nonsalary costs will be reimbursed at the actual cost to the CONSUL TANT. These charges may
include, but are not limited to the following items: travel, printing, long distance telephone, supplies,
computer charges, and fees of subconsultants. Air or train travel will only be reimbursed to economy
class levels unless otherwise approved by the AGE NCY. Automobile mileage for travel will be
reimbursed at the current rate approved for AGE NCY employees and shall be supported by the date and
time of each trip with origin and destination of such trips. Subsistence and lodging expenses will be
reimbursed at the same rate as for AGE NCY employees. T he billing for nonsalary cost, directly
identifiable with the Project, shall be an itemized listing of the charges supported by copies of original
bills, invoices, expense accounts, and miscellaneous supporting data retained by the CONSUL TANT.
Copies of the original supporting documents shall be provided to the AGE NCY upon request. All of the
above charges must be necessary for the services to be provided under this AGRE EMENT.
4. Fixed Fee
The fixed fee, which represents the CONSUL TANT's profit, is shown in the heading of this
AGREEMENT under Fixed Fee. This amount does not include any additional fixed fee which could be
authorized from the Management Reserve Fund. T his fee is based on the scope of work defined in this
AGREEMENT and the estimated man -months required to perform the stated scope of work. In the event
a supplemental agreement is entered into for additional work by the CONSUL TANT, the supplemental
agreement may include provisions for the added costs and an appropriate additional fee. T he 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 invoices.
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, T ermination of Agreement.
5. Management Reserve Fund
The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement
Administrator the flexibility of authorizing additional funds to the AGRE EMENT for allowable
unforeseen costs, or reimbursing the CONSUL TANT for additional work beyond that already defined in
this AGRE EMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $50,000
or 10% of the Total Amount Authorized as shown in the heading of this AGRE EMENT. The amount
included for the Management Reserve Fund is shown in the heading of this agreement. T his fund may be
replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of
the "Management Reserve Fund" shall be made in accordance with Section XIV, "E xtra Work."
6. Maximum Total Amount Payable
The maximum total amount payable, by the AGE NCY to the CONSUL TANT under this AGRE EMENT,
shall not exceed the amount shown in the heading of this AGRE EMENT.
The Maximum Total Amount Payable is comprised of the T otal Amount Authorized, which includes the
Fixed Fee and the Management Reserve Fund. T he Maxim,,,,, Total a,im cunt doPc not include
payment for extra work as stipulated in Section XIV, "E xtra
• •
B. Monthly Progress P ayments
The CONSULTANT may submit invoices to the AGE NCY for reimbursement of actual costs plus the
calculated overhead and fee not more often than once per month during the progress of the work. Such
invoices shall be in a format approved by the AGE NCY and accompanied by the monthly progress reports
required under Section III, General Requirements, of this AGRE EMENT. The invoices will be supported by
an itemized listing for each item including direct salary, direct nonsalary, and allowable overhead costs to
which will be added the prorated Fixed Fee. T o provide a means of verifying the invoiced salary costs for
CONSULTANT employees, the AGE NCY may conduct employee interviews. T hese interviews may consist
of recording the names, titles, and present duties of those employees performing work on the PROJE CT at the
time of the interview.
C. Final Payment
Final payment of any balance due the CONSUL TANT of the gross amount earned will be made promptly
upon its verification by the AGE NCY after the completion of the work under this AGRE EMENT,
contingent upon receipt of all PS&E , plans, maps, notes, reports, and other related documents which are
required to be furnished under this AGRE EMENT. Acceptance of such final payment by the
CONSULTANT shall constitute a release of all claims for payment which the CONSUL TANT may have
against the AGE NCY unless such claims are specifically reserved in writing and transmitted to the
AGENCY by the CONSUL TANT prior to its acceptance. Said final payment shall not, however, be a bar
to any claims that the AGE NCY may have against the CONSUL TANT or to any remedies the AGE NCY
may pursue with respect to such claims. T he payment of any billing will not constitute agreement as to the
appropriateness of any item and that 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 AGE NCY within ninety (90)
days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSUL TANT for
any claims relating to the validity of a finding by the AGE NCY of overpayment.
D. Inspection of Cost Records
The CONSULTANT and the subconsultants shall keep available for inspection by representatives of the
AGENCY and the United States, for a period of three years after final payment, the cost records and
accounts pertaining to this AGRE EMENT 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
contract is initiated before the expiration of the three-year period, the cost records and accounts shall be
retained until such litigation, claim, or audit involving the records is completed.
EXHIBIT D-1
HOUR AND FEE ESTIMATE
0
0
u-
0
0
CO
C LC)
1c1 -
LO LO
EA*
0
O
(0
E
13
0
C
0
.130
0
0
E
0
(a
2
co
1-
. •
44-I d- I
CO O
CO
V CDII r 0
S I co (0 N. N- N Ln
M,MIM co p -
C N CLC -
O)'r-IN N N
1
EA 69- fa
69 EA -
O
ti
O
N
O
CO
O
O
O
O
O
O 0
O
O
O
O
O
O
O
O
N
N
N
O
CO
O CO
0
•a
O
c
0
0
C6
0
a)
a)
U
,N
0
0
C
0
0
X
co a)
0
0—
O
0'0
O
O
N
'CC
0 CD CO
CO
N
O
O
0)
ti rn o Or.
N,CO 00
0) Vii LC) Lc )
CO CO CA 1"--
"a-
V CO C),"71-
N -
O N (O
I
EA- fR69-169-
40.
V 0 V
CO
CO O'OI
co
CO 0 0,
CO
O,�
0
N
V
N
CO
(n
ca
a)
0
O
c
0
ca:a
-0 O
0
U fn
N
(6
ti V-MIOl
ViCO COIO ti
N CO 'O tO
fO . CO co 0)
V coILO, co N
r- t7
EA- EA -1 69-1E9
CDINI'c'
I I
0 a010
CO
O
CO 0
O
N
VIN
CO
N N
N,
CO
lu)
cu
Tc a)
> 0 -0
C6 O
c' E c
c6 0
o-- �-a
•5 0 ,Y
0,0) 0
cm
a)1 0' W N
'
Co "17)1U) Cn 1-
w O C6 O I to
O
t0 C .. 0 C
C p) 0
.O 0 .0 I X
OE, w 0 0
oo12E,s
(6
~ oj0
o a'', 0I 0' 0
LE,
Q SIE
o. m oa)
Ula Cit'
Y , N' Ch
R V• V -u-
1-
0_
1-
0
EXHIBIT D-1
HOUR AND FEE ESTIMATE
CI)
d
LL
0
a)
a)
LL
(6
U
L
U
0
H
0)
M
CD
H4
O O
C (0
U O co
O • O
2 c
C
* W (9
0 O V
O00
2 c
0_ alr
CO I CO CD 0) O D)
CD N I`I r:Ost
LI; to N CD M I to is:
(1) In (O !
N CA C01M'Nr
r (N -
69-
!
Ee
CO O O
O
N
O
CCI
O
co
O
O
(b
co
0:
CO
CO
O
N
CO
O
E
ate)
0
"C3
N
a)
2 (n
0)
a a)
O N p
0 173 0
c
(n 0 O
-o .0 Y
C
al0 EvI N
c E •N .0
o c a)
a o aa))
c 0)
U
O c .0 (n
N 'a w N
a) o > C C
Eo L UO •0) EQ..
c 0' p) O
m
Ta
O
F
(▪ 6w
H
'M CO N O
N'(.0 Oi0
O I r N' CO' N
0IN'a0 V CO
'0)!(D ,a-_1
N
4- M
N
E9- 69 -
ti
O)
CD
N
N
1
N
0 0100
O
V
O CO
O O
O
O
V
V
V
O
N
N
V
0
� o
N c
O 0 .2 O
N .Ifs
• 'U O N
-C x E n
(n 0 0 E
U O - OU
a) a) !
0) Li=rn
N
a) (• (6 .U_ U C
O C C C
0 U
a) ITU
0
O O• a)
a'0 a) —'
u) 0) 0)a)
5a-1((0
0 001
C N! a)
aQ4
0
_oIE
0 o E' E.._
.0,0 0 o'a)
O N UIUIU
SICO CO
CO. COCoi(0
L a
a) a)
•
0)
.(0
a)
a
0
c
cn0
O
O • Q)
CO 0 a)
C , (n
O ca) O ,
(n
R N ;
C
w C 0)
m E0la) a
w • 0 -as O
c 0!a cd
m
E• ca)10
Q; .0
0- • 0 0 FE—)
U1U1�
ti
Y N
co
1—
0 CD' CO 1 00)) N 00)) (0 0 CD
CV Cn OV N- V 0) 0) N
CC) V 0 I Cn N to 0 (C) CO
(D to >n 10)1 N' 0) CO� 0)
(D . ' 4- O (D
N
64 Eft EPr 69- 40)
O O
O O
10,V
0 0I
0 O
O
V
V' VIV
CO
er
N
V
N
U)
a)
0
_ 0
c
V) E3
i d 1
Y
<
Elta o 0�
Wit, Y
O (n 10) w d)
to;
O N' C
cu
.0Q F-
c �1 a)
0 0 u)
O c c
O (0 (0 0 a)
0 (0I (C) C a
aaa) a)
C O O ' E _
�—!�• 0- (DCL 0
-0 m m c (�
O
• c; CI0
o -'- E E
1c
0 0 0 0 a)
000ix
CO V tn, CO
00 CO CO CO
EXHIBIT D-1
HOUR AND FEE ESTIMATE
a)
O
a)
d
I
O
F—
c L0)
• Lo69
a)
• O
C LO
C
5N M
N•
C N
d •ac
*EA-
C
0
.Q
0
d
Cl
•
24 0 $ 4,692.80
200 0 $ 36,969 49
60 4 $ 10,040 54
40 0 $ 5,97513
364 12 $ 68,946.83
300 12 $ 59,588 07
0 20 $ 11,459 48
)er
)oo
- co
� M
)Lp
"er c
YE
$ 2,346 34
$ 2,919 34
RRRRnn
)oo
)co
)O
� O
i
v -
O O
co
E
O
r
CO
'-
O
N
(0
M
O
40
CD
CO
O
N
CO
794
Task 10 - Right -of -Way
O
CO
O
f
0
r
N
12
164
COO N
572
CO
CO
CO
40
OCC)
8
40
NNN
(0
r
d-
CV
CO
9 1 Review previous studies and recommend alignment/slope
stabilization/storm drainage
9.2 _ Prepare 30% plans for preferred alternatives
9 3 Prepare Drainage Report
9 4 Identify/coordinate structural design elements
9 5 Prepare 60% Plans
9 6 Prepare 90% Plans
9.7 Prepare project specifications
9 8 Quantity calculations and cost estimating
Reimbursable expenses - see breakdown for details
Task Total
10.1 Prepare preliminary right-of-way plans -
10.2 Finalize right-of-way plans
Reimbursable expenses - see breakdown for details
Task Total
•
CO
rn
C
ti
C0
Col
EA -
Total Estimated Fee:
Hourly rates are based on the following
*
EA
CO
O
N
LO
O
CO
M
ER
EXHIBIT D-1
HOUR AND FEE ESTIMATE
N
O
0
ation/administration
caio
oI0 0
filo ti
r
En -
• .
0 0 0 0 0
000Ololo
Lei 00001.6
'O O CD o 1ti
O OIOIx-
NINId
CO ICO
Ef3
EFr
o CD To
O U 0)
H O C
s>
I 12
.0
U?I(n
mDIaN
W Q«Q Y
N
co
F-
ER
C
O
0 w
O
O
a)
O
F-
N
R
1-
CD 010
,O10
0 0
LID O LO
NIM
69169 *A
oiolo
oiOoO
tf) 10
Ln I ti CO
10 I, -
I M C"1
N N
69169169 63
691ER 169IEA
O)
C
H:
coC
E
a)
co
0
o1o1o1olo
O;o.o'olo
10),0!0)
LC) 11.010 .O I aO
'N ICOICA IO)
rY'lo)
69169 EA IE9109
EXHIBIT D-1
HOUR AND FEE ESTIMATE
O
U
0
a
ML
d
L
E
.03
re
0
O O
O1.6
ug
0 00 0
O O O O
tt)O O to
M 0 0 CI
O 0 CO
En-
c
O O
Total Reimbursable Costs: $
•
EXHIBIT D-1
HOUR AND FEE ESTIMATE
N
1—
• •
CO O) "ct O ti N CO CO
Ln 00 1� d' O O CO CO CO 0)
• Cfl 4 CO I` CO N N N O
N O O !-- N lC) CO O h
I-- (NA I) (NI Lf) C ) — f0
• a0 co- co- ti ti Lr O L(7
N CO — N N �— C7
CN
Ef 6464 fa En- Ea E4 En- Ea Ea 69
-a
c
)
N
U
O -c 0 a)
ca a i6 c a
c ca c g).2
o
E '� c ai .� c
U CII • co > d 0 co >,
_0 > Oo (0 N as
-c)
O • O .� C4_ -_,E ca c 1— O- a) -c a) O
>, 0
U U
c j o -?--.• o f a.c
v o)
�ina�Dc.Daoa�
1 1 1 1 1 1 1 1 O
N M •c:t LC) CO I` CO CD ,--
Y-. Y 1 Y -- Y.. Y s'
V) U CO CO V) CO WCi) W
HHHHHF-Hf—I— I—
Total Estimated Fee
Exhibit E
STATEMENT OF DIRECT LABOR, FRINGE BENEFITS, AND GENERAL OVERHEAD
Based on year end December 31, 2004
KPG, INC. P.S.
DESCRIPTION
% Of
2003
1
Adjustments
2003
% Of
Direct
Expense
Expense
Direct
Labor
Labor
Total 2002 Salary
$1,997,125
DIRECT LABOR
$ 1,118,277
$0
$ 1,118,277
FRINGE BENEFITS
Payroll Taxes
12.1%
135,370
135,370
12.1%
Insurance - Medical/Dental/Disability
8 1%
90,273
90,273
8 1%
Paid Leave Vacation/ Holiday/ Sick
13 8%
154,564
154,564
13 8%
401K
5 8%
64,815
64,815
5 8%
Employee Bonus
13.2%
147,522
147,522
13.2%
TOTAL FRINGE BENEFITS
53.0%
$ 592,544
$0
$ 592,544
53.0%
GENERAL OVERHEAD
Indirect Labor
25 6%
286,304
286,304
25 6%
Legal & Accounting Services
1 4%
16,081
16,081
1 4%
Automotive & Travel Expenses
1 4%
15,661
15,661
1 4%
Payroll Service
0.2%
2,577
2,577
0 2%
Donations
0 1%
1,025
(1,025 00)-
0 0%
Conferences
0.5%
6,131
6,131
0 5%
Training/ Education
0 6%
7,239
7,239
0 6%
Organizations
0 4%
4,940
4,940
0 4%
Publications
0 1%
1,452
1,452
0 1%
Business Retreat
0 9%
10,067
10,067
0 9%
Employee Recruitment
0 1%
1,008
1,008
0 1%
Employee Services
0 6%
7,262
7,262
0 6%
Interest Expense
0 0%
352
(352.00)
-
0 0%
Equipment Support
9.2%
103,270
103,270
9 2%
Professional Licensing
0 2%
2,080
2,080
0 2%
Meals & Entertainment
1 6%
18,384
(9,192.00)
9,192
0 8%
Off Road Vehicle
0 0%
-
-
0 0%
Office Supplies
6 7%
75,229
75,229
6 7%
Postage/Shipping
0 3%
3,116
3,116
0 3%
Printing/ Reprographics
2.8%
31,197
31,197
2.8%
Reimbursed Office Expense
0 1%
1,497
(1,497 00)
-
0 0%
Subconsultants
0 0%
-
-
0 0%
Rent
18 5%
206,640
206,640
18 5%
Repairs & Maintenance
7 3%
81,917
81,917
7 3%
Business Taxes & Insurance
10 3%
115,731
115,731
10 3%
Communications
1 8%
20,211
20,211
1 8%
Utilities
0 8%
8,519 -
8,519
0 8%
Depreciation
5 1%
57,037
57,037
5 1%
Cost of Money
0 4%
4,472
4,472
0 4%
Self Insurance
4 5%
50,000
50,000
4 5%
TOTAL GENERAL OVERHEAD
101.9%
$ 1,139,399
($12,066)
$ 1,127,333
100.8%
TOTAL OVERHEAD -EXPENSE
154.88%
$1,731,943
($12,066)
$1,719,877
1.53.80%
i •
Exhibit F
Payment Upon Termination of Agreement
By the Agency Other Than for
Fault of the Consultant
(Refer to Agreement, Section IX)
Lump Sum Contracts
A final payment shall be made to the CONSUL TANT which when added to any payments previously made shall
total the same percentage of the L ump Sum Amount as the work completed at the time of termination is to the
total work required for the PROJE CT. In addition, the CONSUL TANT shall be paid for any authorized extra
work completed.
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSUL TANT which when added to any payments previously made, shall
total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is
to the total work required for the Project. In addition, the CONSUL TANT shall be paid for any authorized extra
work completed.
Specific Rates of Pay Contracts
A final payment shall be made to the CONSUL TANT for actual hours charged at the time of termination of this
AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGRE EMENT.
Cost Per Un it of Work Contracts
A final payment shall be made to the CONSUL TANT for actual units of work completed at the time of
termination of this AGRE EMENT.
Exhibit G
Subcontracted Work
The AGENCY permits subcontracts for the following portions of the work of this AGRE EMENT:
EarthTech - Survey
Landau Associates - Geotechnical / Environmental
. _.. I
Civiltech - Structural Engineering
APS - TTtility Locates / Potholing