Loading...
HomeMy WebLinkAboutContractPage 1 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Agreement Number: Does this Require DES filing? Yes No Firm/Organization Legal Name (do not use dba’s): Address Federal Aid Number UBI Number Federal TIN Execution Date Completion Date 1099 Form Required Yes No Federal Participation Yes No Project Title Description of Work Yes % No DBE Participation Yes % No MBE Participation Yes % No WBE Participation Yes % No SBE Participation Maximum Amount Payable: 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: Page 2 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 THIS AGREEMENT, made and entered into as shown in the “Execution Date” box on page one (1) of this AGREEMENT, between the , hereinafter called the “AGENCY,” and the “Firm/Organization Name” referenced on page one (1) of this AGREEMENT, hereinafter called the “CONSULTANT.” WHEREAS, the AGENCY desires to accomplish the work referenced in “Description of Work” on page one (1) of this AGREEMENT and hereafter called the “SERVICES;” and does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary SERVICES; and WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish consulting services to the AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I.General Description of Work The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor, and related equipment and, if applicable, sub-consultants and subcontractors necessary to conduct and complete the SERVICES as designated elsewhere in this AGREEMENT. II.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 Scope of Work was developed utilizing performance based contracting methodologies. III.General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress, and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days’ notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit “A.” The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the SERVICES in sufficient detail so that the progress of the SERVICES can easily be evaluated. The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. Agreement Number: Page 3 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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 absence of a mandatory UDBE, the Consultant shall continue their outreach efforts to provide SBE firms maximum practicable opportunities. The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms involved with this AGREEMENT into the wsdot.diversitycompliance.com program. Payment information shall identify any DBE Participation. Non-minority, woman owned DBEs does not count towards UDBE goal attainment. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit “C – Preparation and Delivery of Electronic Engineering and other Data.” All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below: If to AGENCY: Name: Agency: Address: City: State: Zip: Email: Phone: Facsimile: If to CONSULTANT: Name: Agency: Address: City: State: Zip: Email: Phone: Facsimile: IV.Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. This AGREEMENT may require filing with the Department of Enterprise Services (DES) pursuant to RCW 39.26.140. If such approval is required by DES, this AGREEMENT shall not bind the AGENCY until approved by DES. If the AGREEMENT must be approved by DES, work cannot begin, nor payment made until ten (10) or more working days following the date of filing, and until approved by DES. Any subsequent SUPPLEMENTAL AGREEMENT may also be subject to filing and/or approval from DES. 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: Page 4 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). A. Hourly Rates: Hourly rates are comprised of the following elements - Direct (Raw) Labor, Indirect Cost Rate, and Fee (Profit). The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates shown in Exhibits “D” and “E” attached hereto and by reference made part of this AGREEMENT. These negotiated hourly rates will be accepted based on a review of the CONSULTANT’s direct labor rates and indirect cost rate computations and agreed upon fee. The accepted negotiated rates shall be memorialized in a final written acknowledgment between the parties. Such final written acknowledgment shall be incorporated into, and become a part of, this AGREEMENT. The initially accepted negotiated rates shall be applicable from the approval date, as memorialized in a final written acknowledgment, to 180 days following the CONSULTANT’s fiscal year end (FYE) date. The direct (raw) labor rates and classifications, as shown on Exhibits “D” and “E” shall be subject to renegotiations for each subsequent twelve (12) month period (180 days following FYE date to 180 days following FYE date) upon written request of the CONSULTANT or the AGENCY. The written request must be made to the other party within ninety (90) days following the CONSULTANT’s FYE date. If no such written request is made, the current direct (raw) labor rates and classifications as shown on Exhibits “D” and “E”, will remain in effect for the twelve (12) month period. Conversely, if a timely request is made in the manner set forth above, the parties will commence negotiations to determine the new direct (raw) labor rates and classifications that will be applicable for the twelve (12) month period. Any agreed to renegotiated rates shall be memorialized in a final written acknowledgement between the parties. Such final written acknowledgement shall be incorporated into, and become a part of, this AGREEMENT. If requested, the CONSULTANT shall provide current payroll register and classifications to aid in negotiations. If the parties cannot reach an agreement on the direct (raw) labor rates and classifications, the AGENCY shall perform an audit of the CONSULTANT’s books and records to determine the CONSULTANT’s actual costs. The audit findings will establish the direct (raw) labor rates and classifications that will be applicable for the twelve (12) month period. The fee as identified in Exhibits “D” and “E” shall represent a value to be applied throughout the life of the AGREEMENT. The CONSULTANT shall submit annually to the AGENCY an updated indirect cost rate within 180 days of the close of its fiscal year. An approved updated indirect cost rate shall be included in the current fiscal year rates under this AGREEMENT, even if/when other components of the hourly rate are not renegotiated. These rates will be applicable for the twelve (12) month period. At the AGENCY’s option, a provisional and/or conditional indirect cost rate may be negotiated. This provisional or conditional indirect rate shall remain in effect until the updated indirect cost rate is completed and approved. Indirect cost rate costs incurred during the provisional or conditional period will not be adjusted. The CONSULTANT may request an extension of the last approved indirect cost rate for the twelve (12) month period. These requests for provisional indirect cost rate and/or extension will be considered on a case-by-case basis, and if granted, will be memorialized in a final written acknowledgement. The CONSULTANT shall maintain and have accessible support data for verification of the components of the hourly rates, i.e., direct (raw) labor, indirect cost rate, and fee (profit) percentage. The CONSULTANT shall bill each employee’s actual classification, and actual salary plus indirect cost rate plus fee. Agreement Number: Page 5 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 B. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the actual cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the WSDOT’S Accounting Manual M 13- 82, Chapter 10 – Travel Rules and Procedures, and all revisions thereto. Air, train and rental card 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 these SERVICES. 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. C. Maximum Amount Payable: The Maximum Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT on page one (1.) The Maximum 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. D. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized in A and B above. The monthly billings shall be supported by detailed statements for hours expended at the rates established in Exhibit “D,” including names and classifications of all employees, and billings for all direct non- salary expenses. To provide a means of verifying the billed salary costs for the CONSULTANT’s employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the SERVICES at the time of the interview. E. 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 SERVICES under this AGREEMENT, contingent 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. Per the WSDOT’s “Audit Guide for Consultants,” Chapter 23 “Resolution Procedures,” 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. F. 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. Agreement Number: Page 6 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 VI.Sub-Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit “A” attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub-consultant, any contract or any other relationship. Compensation for this sub-consultant SERVICES shall be based on the cost factors shown on Exhibit “E” attached hereto and by this reference made part of this AGREEMENT. The SERVICES of the sub-consultant shall not exceed its maximum amount payable identified in each Task Order unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non-salary costs and 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 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. Agreement Number: Page 7 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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 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 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 in accordance with the termination for other than default clauses listed previously. Agreement Number: Page 8 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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. 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), 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 Agreement Number: Page 9 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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/or 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 the AGENCY, its agents, officers, employees, sub-consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and/or the 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, its 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’s and/or the AGENCY’s, their agents’, officers’ and employees’ failure to comply with specific written instructions regarding use provided to STATE and/or the 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 by the Parties. 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 CONSULT ANT 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. Agreement Number: Page 10 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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: Agency: Address: City: State: Zip: Email: Phone: 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 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. 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. Agreement Number: Page 11 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 XIII.Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. C. The CONSULTANT must submit any “request for equitable adjustment,” hereafter referred to as “CLAIM,” under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI “Disputes” clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XIV.Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XV.Federal Review The Federal Highway Administration shall have the right to participate in the review or examination of the SERVICES in progress. XVI. Certification of the Consultant and the AGENCY Attached hereto as Exhibit “G-1(a and b)” are the Certifications of the CONSULTANT and the AGENCY, Exhibit “G-2” Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit “G-3” Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit “G-4” Certificate 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. 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. Agreement Number: Page 12 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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 and AGENCY 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. 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. Agreement Number: Page 13 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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. XIX.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, 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. Agreement Number: Page 14 of 14 Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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. Signature Date Mayor Armondo Pavone Date Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General. Agreement Number: 5/26/2022 Attest: Jason A. Seth, City Clerk Exhibit A - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 1 of 1 Exhibit A Scope of Work Project No. Agreement Number: Exhibit B - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Exhibit B DBE Participation Plan Agreement Number: Exhibit C - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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 B. Roadway Design Files C. Computer Aided Drafting Files Agreement Number: Exhibit C - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 2 of 4 D. Specify the Agency’s Right to Review Product with the Consultant E. Specify the Electronic Deliverables to Be Provided to the Agency F. Specify What Agency Furnished Services and Information Is to Be Provided Agreement Number: Exhibit C - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 3 of 4 II. Any Other Electronic Files to Be Provided III. Methods to Electronically Exchange Data Exhibit C - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 4 of 4 A. Agency Software Suite B. Electronic Messaging System C. File Transfers Format Exhibit D - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 1 of 1 Exhibit D Prime Consultant Cost Computations Agreement Number: Exhibit E - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 1 of 1 Exhibit E Sub-consultant Cost Computations There isn’t any sub-consultant participation at this time. The CONSULTANT shall not sub-contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. Refer to section VI “Sub-Contracting” of this AGREEMENT. Agreement Number: Agreement Number ____________ Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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: 1.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. Agreement Number ____________ Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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). Exhibit G - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 1 of 1 Exhibit G Certification Documents Exhibit G-1(a) Certification of Consultant Exhibit G-1(b) Certification of _______________________________ 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: Exhibit G - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 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 whose address is 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 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. Consultant (Firm Name) Signature (Authorized Official of Consultant)Date Agreement Number: ExhibitG-1(b)CertificationofCityofRentonIherebycertifythatIamthe:CertificationAuthority(CA)OtheroftheCityofRenton,andMoorelacofanoGoltsrnan,Inc.oritsrepresentativehasnotbeenrequired,directlyorindirectlyasanexpressorimpliedconditioninconnectionwithobtainingorcanyingoutthisAGREEMENTto:a)Employorretain,oragreetoemploytoretain,anyfirmorperson;orb)Pay,oragreetopay,toanyfirm,person,ororganization,anyfee,contribution,donation,orconsiderationofanykind;exceptasherebyexpresslystated(ifany):IacknowledgethatthiscertificateistobefurnishedtotheCityofRentonandthefederalHighwayAdministration,U.S.DepartmentofTransportation,inconnectionwiththisAGREEMENTinvolvingparticipationofFederal-aidhighwayfunds,andissubjecttoapplicableStateandfederallaws,bothcriminalandcivil.11/1Oi’202ISignatureDateAgreementNumber:CAG-22-084ExhibitG-LocalAgencyProfessionalServicesNegotiatedHourlyRateConsultantAgreementRevised03/30/2021Page1ofI Exhibit G - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 1 of 1 Exhibit G-2   Certification Regarding Debarment, Suspension and Other  Responsibility Matters - Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and D. Have not within a three (3) year period preceding this application / proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Consultant (Firm Name) Signature (Authorized Official of Consultant)Date Agreement Number: Exhibit G - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 1 of 1 Exhibit G-3  Certification Regarding the Restrictions of the Use of Federal Funds  for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment, or modification of Federal contract, grant, loan or cooperative AGREEMENT. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00, for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier sub-contracts, which exceed $100,000, and that all such sub-recipients shall certify and disclose accordingly. Consultant (Firm Name) Signature (Authorized Official of Consultant)Date Agreement Number: Exhibit G - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 1 of 1 Exhibit G-4  Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer’s representative in support of * are accurate, complete, and current as of **. 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: Signature Title Date of Execution***: *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: Exhibit H - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 1 of 1 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 $. The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of $. Such insurance coverage shall be evidenced by one of the following methods: • Certificate of Insurance. • Self-insurance through an irrevocable Letter of Credit from a qualified financial institution. Self-insurance through documentation of a separate fund established exclusively for the payment of professional liability claims, including claim amounts already reserved against the fund, safeguards established for payment from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those funds. Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed $1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit. If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional professional liability insurance required. Notes: Cost of added insurance requirements: $. • Include all costs, fee increase, premiums. • This cost shall not be billed against an FHWA funded project. • For final contracts, include this exhibit. Agreement Number: Exhibit I - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 1 of 2 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: Exhibit I - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 2 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: Exhibit J - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 1 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 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement’s scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency’s project manager. The consultant’s claim must outline the following: • Summation of hours by classification for each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant’s Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency’s project manager. The project manager will review the consultant’s claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project’s funding, forward a copy of the consultant’s claim and the Agency’s recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA (if applicable) agree with the consultant’s claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant’s claim, proceed to step 3 of the procedures. Agreement Number: Exhibit J - Local Agency Professional Services Negotiated Hourly Rate Consultant Agreement Revised 03/30/2021 Page 2 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: Exhibit A Scope of Work August 3, 2021 Page 1 of 21 City of Renton Renton Connector Preliminary and Final Design INTRODUCTION Project Background On January 8, 2018, the Renton City Council adopted the Renton Downtown Civic Core Vision and Action Plan (Plan). This work was the result of a year-long series of community meetings and online input and provides recommendations to take advantage of the future possibilities and opportunities for Renton’s Downtown. As the signature element of this Plan, the Renton Connector (Project) provides a new greenway connecting Burnett Linear Parks North and South. This greenway will improve connections for people walking and biking downtown to the Cedar River, City Hall, existing and future transit centers, and to regional trail systems. The Renton Connector is also one of the foundational elements to provide an active, engaging corridor for residents and visitors to explore and enjoy the downtown core. Specific design recommendations for the Renton Connector that are documented in the Plan include the reconfiguration and reconstruction of Burnett Ave S between S 2 nd St and S 5th St to:  provide a multi-use path and protected bike lane for people biking and walking that is separated from the roadway and connects with the Lake to Sound and Cedar River Trails and regional transit connections,  provide opportunities to incorporate art, play spaces, and resting areas along the project corridor,  incorporate green stormwater infrastructure, to the extent feasible, to filter stormwater runoff before it reaches to the Cedar River, and  reconfigure existing parking to align with City and community goals. The City applied for and was successful in obtaining a STP Federal Grant for the design of the Renton Connector; the City’s project description noted: “The Renton Connector project will install a continuous non-motorized facility along Burnett Ave S. between S. 2nd St and S. 5th St via separated walkways, protected bicycle lanes (cycle track) and a multi-use path. This project will also include landscaped medians, reconfigured public parking areas, curb ramp upgrades to ADA standards, and traffic signalization improvements.” Design Process This project will design the project as described in the City’s TIP and grant description. The design process for this Project will occur in two distinct phases:  Phase 1 – Preliminary Design: The purpose of this phase is to identify, develop and document proposed improvements along the Renton Connector, communicating the extents of the Project that will be constructed and showing forward compatibility with the Downtown Vision and Action Plan, for the public, project stakeholders, City staff, and City Council. This phase will include: o developing a Street Concept Plan for the full project corridor, Exhibit A Scope of Work August 3, 2021 Page 2 of 21 o developing a 10% Design and documenting the scope of proposed improvements to meet the City’s grant requirements including anticipated project construction costs for City budgeting, and o developing a preliminary engineering Design Report to support final design. The work included in this phase includes the following tasks: o Task 1 – Project Management, Coordination, and Administration o Task 2 – Due Diligence and Document Review o Task 3 – Topographic Survey and Base Mapping o Task 4 – Traffic Operating Plan and Parking Evaluation o Task 5 – Active Transportation Design o Task 6 – Urban Design Study and Street Concept Plan o Task 7 – Geotechnical Investigation o Task 8 – Preliminary Stormwater Analysis o Task 9 – 10% Design and Design Report o Task 10 – Public Outreach o Task 16 – Greenroads Documentation Support  Phase 2 – Final Design: This phase will develop the 10% Design identified in Phase 1 that meets the City’s grant requirements into final PS&E documents for construction bidding. This phase will also include: o maintaining and updating the project Risk Register, o completing stormwater and ADA documentation, o supporting the City’s development and submittal of the Project Prospectus, and o facilitating a constructability review. The work included in this phase includes the following tasks:  Task 1 – Project Management, Coordination, and Administration  Task 10 – Public Outreach  Task 11 – Permitting Support  Task 12 – Right-of-Way Documentation Support  Tasks 13-15 – 50%, 100% and Bid Set Plans, Specifications and Estimate  Task 16 – Greenroads Documentation Support Bidding and construction support services are not included in this contract and will be part of a Phase 3 scope of work, which will be developed in coordination with the City upon confirmation of construction funding and prior to bid advertisement. PROJECT DURATION The estimated project duration is 18 months upon receiving notice to proceed from the City. Based on our current understanding, Phase 1 is anticipated to last approximately 10 months. Phase 2 will begin Exhibit A Scope of Work August 3, 2021 Page 3 of 21 upon authorization from the City following the completion of Task 9 - 10% Design and Design Report, receipt of City comments on the 10% Design, and concurrence on scope for final design. PROJECT ASSUMPTIONS The following assumptions were identified to support the development of this scope of work:  The project is funded through a combination of local and federal funds, which include a Federal Surface Transportation Program (STP) grant.  The Consultant will use procedures outlined in the WSDOT Local Agency Guidelines (LAG Manual) during the development of the project.  The City will prepare and submit documentation to WSDOT Local Programs for required submittals except as noted in the scope below.  The project includes a 10% UDBE Goal.  Scope assumes a retrofit of Burnett Ave S from S 2nd St to S 5th St, to provide continuous non- motorized facilities as documented in the City’s TIP/grant project description. It is assumed work on the east side of Burnett Ave S will be limited to retrofits to meet ADA requirements. For scoping the following is assumed for providing non-motorized facilities along each block segment: o S 2nd St to S 3rd St: The existing sidewalks will be maintained. A two-way separated bike facility will be provided at street grade along the west edge of the roadway. o S 3rd St to S 4th St: The existing sidewalks will be maintained; however, the western sidewalk is not considered adequate for a public sidewalk given the setback from the roadway (i.e. due to its location west of the existing off-street parking lot). A new western sidewalk and two-way separated bike facility, or shared use path, will be provided to the west of the existing road. o S 4th St to S 5th St: The existing sidewalks will be maintained. A two-way separated bike facility or shared use path will be provided through the existing bays of parking between the northbound and southbound travel lanes. o Traffic signals will be modified at the following intersections for compatibility with the retrofit along Burnett Ave S: S 2nd St, S 3rd St, and S 4th St/Houser Way S. The full scope of the traffic signal modifications will be developed upon the conclusion of the traffic operations analysis (Task 4). It is anticipated that up to two (2) traffic signal poles may be replaced at each project intersection, traffic signal phasing and signal devices may be modified or replaced, pedestrian signals including push buttons may be replaced, and up to one (1) traffic signal cabinet (controller cabinet) may be replaced. Vehicle detection may need to be modified, replaced, or new detection added at various locations within the project corridor.  NEPA documentation required for this project will be completed by the City’s Environmental Permitting consultant with support from the Consultant as noted in this scope of work.  ROW acquisition is not required for project implementation; it is also anticipated temporary construction easements will not be necessary for project implementation.  Utility main upgrades and relocations are not included as part of this project. SCOPE OF WORK TASK 1 (PHASE 1 & 2) – PROJECT MANAGEMENT, COORDINATION, AND ADMINISTRATION Exhibit A Scope of Work August 3, 2021 Page 4 of 21 1.1 Provide continuous project management – Includes coordination with City staff and consultant team and monthly invoices and progress reports for the project’s duration. Monthly progress reports, submitted with invoices, will identify work completed in the previous month, work in progress, upcoming work, and report schedule delays, project issues, or additional project information. 1.2 Develop and Update Project Schedule – Prepare initial project schedule in Microsoft (MS) Excel and update schedule at key project milestones (assume 4 times). 1.3 Meetings with City – Prepare for and attend bi-weekly project management or coordination meetings with City staff for the project duration; assume one meeting per month will be held at Renton City Hall and the other via phone/video conference. 1.4 Develop, Update and Track Project Issues – Consultant will prepare a project specific issues list to track and discuss outstanding design and coordination items with the City. Task 1 Deliverables:  Monthly invoice and progress reports (Task 1.1)  Project schedule and schedule updates (Task 1.2)  Meeting notes documenting project management/coordination meetings submitted via email in MS Word format (Task 1.3)  Formatted Issues List followed by monthly updates for tracked issues (Task 1.4) TASK 2 (PHASE 1) – DUE DILIGENCE AND DOCUMENT REVIEW 2.1 Kickoff Meeting – prepare for, attend, and provide notes for a 2-hour kickoff meeting with Public Works staff. Meeting to include key design team members and City staff to confirm the scope of this project ; City staff may include members from Public Works, Community & Economic Development, and Community Services (Parks Planning & Development, Parks & Trails, Urban Forestry). Meeting to include:  Project overview (scope, roles and responsibilities, etc.)  Roundtable discussion to initiate departmental collaboration and discuss real and perceived concerns across City departments related to this project and COVID-19 impacts  Brainstorming to identify potential technical, business, property and community stakeholders for design focus groups and targeted outreach during the development of the 10% Design. 2.2 Regulatory and Jurisdictional Requirements – coordinate with the City to gather and review applicable regulatory and jurisdictional information to document how requirements may inform the design of proposed improvements. (e.g. City engineering design standards, City Surface Water Design Standards, BNSF railway). 2.3 Document Review and Project Context – the Consultant will review existing local and regional documents and plans to verify project context and identify potential gaps and questions for City staff and project stakeholders. Findings and outcomes from this effort will capture how the Renton Connector sits within the local and regional context and support the development of the Exhibit A Scope of Work August 3, 2021 Page 5 of 21 Street Concept Plan and 10% Design for elements designed for construction. Documents to review include, but are not limited to, Downtown Civic Core Vision and Action Plan, Downtown Streetscape Design Standards and Guidelines, local and regional active transportation plans and maps. This task will also include coordination with City staff across various departments to identify planned projects, public and private, to understand potential impacts to proposed improvements. 2.4 Existing Tree Evaluation – Landscape architect to conduct site visit and high level review of existing trees for the development of the Street Concept Plan. Tree evaluation by arborist will be conducted after the completion of 10% Design to review trees that may be impacted by the construction of proposed improvements to document health, retainment value, risk potential and recommendations for proposed improvements. Task 2 Assumptions:  City to provide design team with electronic copies of applicable documents and plans for review. Task 2 Deliverables:  Notes from kickoff meeting (Task 2.1)  Technical memorandum summarizing findings and how this information will be used to inform future tasks (Tasks 2.2 and 2.3).  Arborist report and table of trees (Task 2.4). TASK 3 (PHASE 1) – TOPOGRAPHIC SURVEY AND BASE MAPPING 3.1 Establish Survey Control – Establish horizontal and vertical control points along the corridor for field topographic survey; basis of control will be the City of Renton Datum (Horizontal NAVD 83/ 91, Vertical NAVD 88) using the City of Renton Survey Control Network. Using the Washington State plane coordinate system, the Consultant will locate, field survey, and calculate positions for monuments and control points throughout the project limits, which are depicted in Figure 1 attached. Conventional and/or GPS surveying methods will be used on this project. The Consultant will develop survey basemap sheets and construction control sheets to be included in bid documents. 3.2 Field Survey – Includes complete field survey of planimetric, topographic, and utilities features within the project limits along Burnett Ave S. from S. 2 nd St. to S. 5th St. and as depicted in Figure 1 attached.  Planimetric survey shall include all surface and above grade features including tree trunk (4” and above), tree canopies, and building overhangs.  Topographic mapping will be taken at approximately 25 feet intervals along typical street sections to provide 1 foot vertical contours to zero lot line buildings along the corridor, root crowns of existing trees, visible grade breaks/flow paths, etc. For existing companion curb ramps, on the north side of S. 2nd St. and south side of S. 5th St. survey shall verify slopes at the top and bottom landings and on the ramp surface. Exhibit A Scope of Work August 3, 2021 Page 6 of 21  Utilities shall include all surface features and observations, and measure downs for storm manholes and catch basins within the project area, including the immediate upstream and downstream structures for gravity conveyance systems. For utility structures, the approximate size and size and location of pipes will be made from the surface to the extent practical. For water mains, the pipe size and material shall be incorporated based on available City of Renton GIS files. Utilities shall also include overheard lines (distribution and service drops), signal loops, and other underground signal, lighting, and franchise infrastructure. 3.3 Establish Existing Right-of-Way (R/W) – Research available records to establish existing R/W including verifying existing BNSF railroad R/W to the extent feasible based on available records as provided by City and BNSF. R/W to be incorporated into AutoCAD survey. Parcel lines to be incorporated into the AutoCAD file from City GIS lines. 3.4 Additional Survey Support – Includes up to 2 field days of field crew time to support any additional survey pick-ups that may be needed post initial basemap creation to support the design team efforts. Task 3 Assumptions:  Survey will be prepared in AutoCAD 2018 format using APWA CAD Standards, and topographic surface will be generated by survey spot elevations.  R/W plans and acquisition are not required; if needed, design team can supply, but the City of Renton will contract separately for this work.  Parcel lines for the final survey will be based on City GIS records.  Temporary construction easement (TCE) documentation is not anticipated and, if needed, will be developed the City’s Right-of-Way Consultant under a separate contract managed by the City.  Right-of-Entry’s (ROE) will be procured by the City of Renton if survey is needed on private properties.  The Consultant will scan and survey all available data from the R/W on private properties, if additional data is needed a ROE will be required from the City of Renton.  Trees 4 inches in diameter and above will be surveyed. Trees will be labeled with trunk and dripline diameter and will only be classified as coniferous or deciduous as far as the tree species unless directed otherwise.  Manholes over 25 feet deep or full of debris/water may not be as-built since they may require confined space entry to access the manhole in order to accurately measure the depth (if required).  Title block and necessary information for survey basemap sheets will be supplied by the City of Renton.  Underground utilities will be marked by 811 Locate Services. The Consultant will hire a private underground utility marking vendor will be used to mark and confirm utilities not covered by the 811 service. Exhibit A Scope of Work August 3, 2021 Page 7 of 21  The City of Renton will provide the Consultant with all available R/W, utility records, and GIS files one (1) week prior to field work.  CCTV and potholing of existing utilities is not part of the survey scope. Task 3 Deliverables:  The Consultant will provide two (2) AutoCAD 2018 drawings (.dwg) files that contain the following: o 2D basemap containing all 2D elements including R/W calculations that will be flattened to zero elevation. o 3D surface DTM containing all breaklines and points to create site contours at 1’ intervals.  Survey basemap sheet of survey and construction control sheets will be signed and stamped for inclusion in project bid documents (.pdf). Task 4 (PHASE 1) – Traffic Operating Plan and Parking Evaluation 4.1 Circulation Analysis – Define the traffic operations analysis study area, which is anticipated to focus on the project corridor and include up to 5 intersections on Burnett Ave S between S 2 nd St and S 5th St. Collect traffic data for the analysis study area, including weekday AM and PM peak hour traffic volumes, transit routing and volumes, pedestrian and bicycle volumes, and heavy vehicle percentages. Historical data with calibration may be used in-lieu of new data collection if issues are encountered with collecting reliable traffic volume data. The Consultant will analyze up to 5 study intersections using the Synchro traffic analysis software for weekday AM and PM peak hour traffic. Analyze up to 4 scenarios as part of this task, including 2020 Existing conditions, Future year (TBD) baseline, and up to 2 future year (TBD) alternatives. 4.2 Signal Operations and Intersection Channelization – Conduct field review and document the existing signal hardware, intersection geometry, and operations at up to 5 study intersections. Existing pedestrian crosswalks, bike lanes, transit facilities, and multi-use facilities will be inventoried as part of this task. Develop conceptual channelization and signal design plans based upon the results of tasks 4.1 and 4.2. 4.3 Parking Evaluation – The Consultant will evaluate and provide recommendations on the future parking conditions associated with the project. The consultant will perform the following steps to evaluate parking impacts and recommend mitigation as necessary:  Define the physical limits of the parking evaluation area and document the existing public parking including on- and off-street. Exhibit A Scope of Work August 3, 2021 Page 8 of 21  The Consultant will collect the on-street and off-street public parking capacity and document only legal parking stalls.  Document the existing public parking utilization within the evaluation area. The Consultant will use the parking occupancy documented in the Parking and Active Transportation Baseline Evaluation Executive Summary (Fehr & Peers, March 28th, 2017) as a basis of existing parking occupancy due to foreseen challenges with collecting data in the near future.  The Consultant will review the Downtown Civic Core Vision and Action Plan to identify and document the parking strategies associated with project. The Consultant will use the approved concept plan and those strategies as the baseline for project parking modifications and impacts.  The Consultant will evaluate the design concepts for feasibility of accommodating the baseline parking impacts. If challenges are encountered with meeting the baseline directly on the project corridor then the Consultant will develop strategies to accommodate additional parking on adjacent streets or nearby City owned off-street parking. The Consultant will consider accepted guidelines and recommended best practices for walking distances to adjacent parking. 4.4 BNSF Coordination – Coordinate with BNSF to document past peak use, current railroad use, and anticipated future use to understand how railroad requirements will inform proposed improvements. Coordination will include a determination of parameters for railroad signal modifications, traffic signal preemption, signing, and pavement markings at the intersection of Burnett Ave S, Houser Way S and S 4th St. Includes up to three (3) meetings with BNSF and City staff to develop requirements and potential modifications; assumes one meeting on site and other meetings at the City. 4.5 Transit Coordination – Coordinate with the City and King County Metro to understand short term and long-term transit planning in order to integrate transit stop locations, layover areas, headways, and geometric considerations into the intersection operations and circulation analyses. Includes up to three (3) meetings with King County Metro and City staff to develop the integration of transit modifications and improvements into the project. Task 4 Assumptions:  Legal parking stalls to be based on City and State laws for parking such as setbacks from intersections, driveways, fire hydrants, etc.  The Consultant include the parking study summary and recommendations in the project community outreach (Task 10).  The Consultant will document the traffic operational analysis results in a technical memorandum.  The City will provide the Consultant with Synchro files from previous downtown studies for their reference and use on Tasks 4.1 and 4.2. Task 4 Deliverables:  Site map with legal parking stalls numbered and totaled by block.  Technical memorandum documenting the results of the traffic operations analysis Exhibit A Scope of Work August 3, 2021 Page 9 of 21  Conceptual traffic signal exhibits for three (3) signalized intersections on the project corridor  Technical memorandum documenting the outcomes of BNSF and Transit coordination and direction for final design. TASK 5 (PHASE 1) – ACTIVE TRANSPORTATION DESIGN 5.1 Programming – This task is focused on verifying the origins and destinations, routing and, preferred, desirable and minimum accommodation for each mode of travel. a. The spatial relationships between different travel modes and site uses will be verified based on the City’s assumptions for retrofitting Burnett Ave S to provide facilities for people walking and biking (see Project Assumptions for description). b. Coordination with traffic operations to establish desired motor vehicle channelization and accommodations. c. Criteria for evaluating the constraints and benefits will be established. d. Dimension ranges will be established from preferred (the most generous and beneficial), to desirable (a compromise acknowledging various constraints), to the minimum (least beneficial allowed by best practice design guidance under constrained conditions). 5.2 Concept Alternatives, Intersections – This task will address the options for crossing roadways, railroads, and driveways in the study area, and making transitions to the transportation network beyond the project boundaries. a. Develop up to two alternatives for each intersection encountered in the study area. Alternatives will include options for reducing crossing distances, separation or combination of active transportation modes, signal and striping alternatives, roadway surface treatments, and lane configurations. b. Evaluate intersection treatment scenarios. 5.3 Concept Alternatives, Segments – This task includes development of up to two alternatives and evaluation of each segment between intersections. a. Alternatives could include options for reducing separation or combining active transportation modes and accommodating existing improvements in the right-of-way to document forward compatibility for future street improvements. b. Alternatives for crossing and connection to transit stops, waiting areas and appurtenances will be developed. c. Evaluate segment design alternatives. 5.4 Evaluation and Recommendation of Preferred Action – This task includes matching the preferred design alternatives for intersections, transitions and segments into a cohesive scenario for the entire corridor for further development in preliminary and final design. Task 5 Deliverables:  Technical memorandum summarizing programming findings and approach for evaluating alternatives (Task 5.1).  Intersection treatment and transition options and evaluation (Task 5.2).  Segment design alternatives and evaluation (Task 5.3). Exhibit A Scope of Work August 3, 2021 Page 10 of 21  Technical memorandum documenting the preferred design alternative for the corridor with supporting narrative, plan, and cross-sections (Task 5.4). TASK 6 (PHASE 1) – URBAN DESIGN STUDY AND STREET CONCEPT PLAN 6.1 Urban Design Study – This study will identify opportunities to develop and incorporate character-defining street elements to understand the look, feel, materiality, and experience of the Renton Connector, one of the City’s “Civic Streets” (Downtown Streetscape Design Standards and Guidelines). Opportunities will be developed in coordination with City staff as outlined below. Outcomes will inform and support the development of the Street Concept Plan (Task 6.2). Specific topics to be studied with opportunities presented and recommendations made to City staff and the public, through public outreach tasks, include:  Park and Streetscape Activation and Programming – includes one meeting with City staff to discuss approaches for programming available park spaces and to create pedestrian interest including integration with the Piazza site.  Integration with the Piazza  Landscape Design – includes up to two meetings with City staff to discuss opportunities and design considerations for incorporating landscape elements into the design  Art Integration – this includes up to two meetings with City staff to discuss potential approaches for integrating art into the Streetscape Concept Plan.  Materials for Paving and Hardscape  Street Furniture 6.2 Street Concept Plan – A Street Concept Plan will be developed to solidify the vision for the Renton Connector with the goal of maximizing forward compatibility for the final design developed in Phase 2 of this project. It is anticipated the Street Concept Plan can be used as a vehicle for discussion within the City to guide future CIP projects and in coordination with developer permit applicant’s about the appropriate streetscape elements, character and operational needs of the Renton Connector. The plan will include a dimensioned and annotated plan and three typical sections, one for each block along the project corridor. Supporting documentation will document streetscape elements such as design considerations for paving materials, street furniture, public art, signage, street trees and landscape design, small plaza/gathering areas and transit stops. Work includes developing up to 3 perspective renderings of the Street Concept Plan. Task 6 Assumptions:  Illumination design will follow City design standards/guidance. No street lighting (illumination) analysis will be provided and pedestrian lighting is not required. Task 6 Deliverables:  Technical memorandum summarizing urban design opportunities and recommendations (Task 6.1).  Street Concept Plan including rendered plan and typical section and supporting streetscape documentation (Task 6.2).  Three perceptive renderings of the Street Concept Plan (Task 6.2). Exhibit A Scope of Work August 3, 2021 Page 11 of 21 TASK 7 (PHASE 1) – GEOTECHNICAL INVESTIGATION 7.1 Project Coordination Meetings – GeoEngineers will attend project coordination meetings with the design team and City. Assumes one meeting with the design team and City staff and two internal design coordination meetings. 7.2 Field Explorations – GeoEngineers will prepare and submit an exploration plan to the Consultant and City. The purpose of the explorations is to evaluate subgrade conditions for signal and lighting poles. The exploration plan will include proposed traffic control plans developed in accordance with MUTCD standards and will be submitted for the ROW permit. GeoEngineers will mark boring locations and will contact the One Call utility locate service prior to beginning the borings. GeoEngineers will also hire a subcontracted private utility locater to clear boring locations for underground utility conflicts. GeoEngineers will hire subcontracted drilling and traffic control services to complete the borings; this scope assumes 3 borings. One boring will be drilled per signalized intersection to a minimum depth of approximately 20 feet (assumes up to 100 feet of total drilling). The borings will be observed by a representative from GeoEngineers who will measure existing pavement section thicknesses, classify the soils encountered, obtain representative samples of the soils, and develop detailed logs for each boring. The borings will be backfilled in accordance with the Washington State Department of Ecology requirements. The borings will be patched with concrete to the level of the surrounding pavement at the time of drilling; no sawcutting or hot mix asphalt pavement patching is included in our scope. 7.3 Laboratory Testing – GeoEngineers will complete geotechnical laboratory tests on samples obtained from the borings. Laboratory tests will include moisture content determination, Atterberg limits (plasticity), grain size distribution and hydrometer analysis, and California Bearing Ratio (subgrade evaluation), as appropriate. 7.4 Geotechnical Engineering Analyses and Report – Based on the borings and experience, GeoEngineers will prepare a geotechnical report with conclusions and recommendations for design and construction of the project including earthwork, pavement, and traffic and signal pole foundations. The report will be issued in draft form and will be finalized to include review comments from the Consultant and the City. 7.5 Review of Construction Documents – GeoEngineers will review the geotechnical aspects of the project plans and specifications and will provide review comments to the Consultant. Task 7 Assumptions:  It is assumed that the City will be the permitting agency and any permit will be provided without fee.  It is assumed that the borings will be patched at the time of drilling using concrete. If pavement patching using hot mix asphalt is required per the terms of the ROW permit, an additional mobilization with traffic control and paving will be required, which is not included in this scope. Exhibit A Scope of Work August 3, 2021 Page 12 of 21 Task 7 Deliverables:  Exploration Plan  Draft Geotechnical Report  Final Geotechnical Report TASK 8 (PHASE 1) – PRELMINARY STORMWATER ANALYSIS 8.1 Stormwater Analysis – This task includes documenting stormwater requirements for proposed improvements in accordance with the 2017 City of Renton Surface Water Design Manual (Manual). The Consultant will review and document applicable stormwater requirements, review existing stormwater facilities within the project area, delineate threshold discharge areas, and document areas of new and replaced hard surface for the proposed retrofit. 8.2 Preliminary Design for On-site BMPs – Evaluate the feasibility for implementing On-site BMPs, Core Requirement #9 for new and replaced impervious surfaces. Preliminary design will be developed were BMPs are feasible for incorporation in the 10% Design (Task 10). Task 8 Assumptions:  The project requires a Full Drainage Review.  The project site is located in the following drainage basins: o Sites areas north of S 3rd St, including the intersection at S 3rd St: Lower Cedar River drainage basin within the Cedar River/Lake Washington watershed o Sites areas south of S 3rd St: Black River drainage basin within the Duwamish-Green River watershed  The project is located within Wellhead Protection Zone 1 (a.k.a. 1-Yr Wellfield Capture Zone; Manual Reference Map 15-B), except for the southern ~100ft of the project area, north of S 5th St, which is located in Wellhead Protection Zone 2. It is assumed infiltrating stormwater runoff is not desired/feasible for on-site BMPs; final design approach will be coordinated with City staff based on findings from geotechnical investigations and City preferences (e.g. City may prefer to not infiltrate from on-site areas).  The existing downstream conveyance system has capacity to convey runoff from proposed improvements.  Flow control and water quality treatment will not be required. Task 8 Deliverables:  Stormwater technical memorandum documenting findings and outcomes of Task 8, draft and final. TASK 9 (PHASE 1) – 10% DESIGN AND DESIGN REPORT Note: Prior to the start of this task the Consultant will coordinate with the City to confirm a budget range for the construction of proposed improvements. 9.1 Draft Plans – the Consultant will prepare and submit 10% Design plans and typical sections documenting outcomes of previously completed tasks and studies. Plans will fit on six (6) 11x17 plan sheets I" = 40' scale. Annotated plans will document curb alignment, curb return radii, lane/sidewalk widths, channelization, and landscape areas. Plans will be used as a basis for Exhibit A Scope of Work August 3, 2021 Page 13 of 21 developing detailed plans in the PS&E phase of the project and to confirm the construction budget based on the opinion of probable construction costs (Task 9.2). 9.2 Draft Cost Estimate – the Consultant will prepare and submit opinion of probable construction cost estimate for the proposed improvements based on the plans and information documented in the Design Report . The opinion of cost will be based on unit prices and incorporate a 35% contingency to account for the level of completeness of plan preparation, and to reflect past experience on similar projects within the region. 9.3 Draft Design Report – the Consultant will prepare a draft and a final Design Report for the project. The draft Design Report will be circulated to City staff for review and comment; City staff will provide a consolidated list of comments for response by the Consultant. The Consultant will review comments and participate in a review meeting with City staff to discuss comments and proposed responses prior to making report revisions. The Consultant will then revise and submit a final report including responses to City comments. The Design Report will document and summarize preliminary design information for the final design of the proposed improvements. The report will identify the project' s design criteria on elements such as lane widths, design and posted speeds, intersection configuration, and stormwater criteria. Technical memorandums developed under other tasks will be included as appendices. The report will also document the public involvement process. The report will consist of:  Main sections: o Executive summary describing proposed improvements o Project Background, Purpose, and Objectives o Design Criteria, including design year, posted speed, design speed, design vehicle, geometric features o Summary of stormwater analysis o Summary of traffic operations and circulation o Summary of parking evaluation o Summary of approach for transit design o Summary of active transportation design (pedestrian and bicycle facilities) o Description of proposed improvements  Typical roadway sections  Intersection configuration including railroad crossing improvements  Signals  Utilities  Illumination  Landscape Design o Anticipated design deviations o Public Outreach o Considerations for Final Design 9.4 10% Design and Design Report – following receipt of City comments on the draft 10% Design plans, cost estimate and design report the Consultant will prepare comments responses and Exhibit A Scope of Work August 3, 2021 Page 14 of 21 participate in one (1) review meeting with City staff to review and reconcile outstanding comments. After the meeting, the Consultant will prepare and submit a final set of plans, opinion of probable construction cost estimate, and design report. Task 9 Assumptions:  City to provide one compiled set of non-contradictory review comments.  Illumination design will follow City design standards/guidance. No street lighting (illumination) analysis will be provided and pedestrian lighting is not required. Task 9 Deliverables:  10% Design Plans, draft and final to be submitted in half-size (11x17) PDF format (Tasks 9.1 and 9.4)  10% Design Opinion of Probable Construction Costs, draft and final (Tasks 9.2 and 9.4)  Design Report, draft and final (Tasks 9.3 and 9.4)  Response to City review comments (Task 9.4) TASK 10 (PHASE 1 & 2) – PUBLIC OUTREACH Note: any of the tasks outlined below may be conducted online to comply with current social distancing guidelines or recommendations. The Consultant will coordinate with the City in advance of outreach meetings and events to discuss and verify an appropriate path forward for each meeting/event. 10.1 Business and Stakeholder Meetings (Phase 1) —The Consultant shall coordinate with the City to identify up to six individual or small group meetings to be interviewed by the Consultant. The goal of these meetings is to engage people who could have a significant influence on the project, either directly as adjacent land or business owners. The stakeholder meetings may include representatives from the City departments, the Renton Downtown Association, Chamber of Commerce, adjacent businesses, local neighborhood and community groups, to be determined by City and the consultant team. The City will lead the scheduling of these meetings. Interviews are anticipated to take up to an hour each and will be documented with notes from each meeting prepared by Consultant and combined into one summary document. 10.2 Design Focus Groups (Phase 1) – Consultant will prepare for and facilitate up to four focus groups to vet the major design elements of the project. Consultant will prepare for, attend and facilitate meetings. Consultant will summarize the results of each meeting. Potential focus groups could include:  Arts groups  Parks, pedestrian and bicycle advocacy groups  Chamber of Commerce and Downtown Association  King County Metro and key technical representatives 10.3 Public Event—Concepts Input and Design – Upon completion of Tasks:  Task 4 – Traffic Operating Plan and Parking Evaluation,  Task 5 – Active Transportation Design, and  Task 6 – Urban Design Study and Street Concept Plan Exhibit A Scope of Work August 3, 2021 Page 15 of 21 Consultant will plan for and facilitate an open house and online event that presents the project’s concepts and preliminary design for the early implementation project to be completed as part of the City’s Local Community Project grant. Posters will provide brief project summaries, graphics illustrating the potential design options, and general timeline of expected next steps. The outcomes of this meeting will inform Task 10 to develop the 10% Design. Following the event, Consultant will summarize the results. 10.4 Public Event—10% Design – MIG will develop materials for an online and in person open house that describes the key elements of the 10% Design, final design for the early implementation project, and amenities and specific design treatments. Consultant shall prepare a summary memo or presentation. 10.5 Committee of the Whole Coordination – Consultant will attend up to three meetings with elected officials. MIG will assist the City in preparing for these meetings. Consultant assumes that these meetings could be held individually or as part of the City’s Committee of the Whole (COW). Consultant will prepare, present, and facilitate these meetings. 10.6 Project Landing Page Content – Consultant will coordinate with the City to update the project website as new project information becomes available during the project, particularly at major milestones and events. 10.7 Public Engagement Summary – Upon completion of the public engagement tasks, Consultant will summarize the public input in a Public Engagement Summary Memorandum. The summary will identify the key information from meetings and events, with appendices, as needed, with supporting materials. Task 10 Deliverables:  Stakeholder meeting attendance, facilitation and summary memorandum  Public Event—Concepts and Design Input  Public Event—Recommended Alternative  Arts Commission Outreach and Public Art Plan (Draft and Final plans)  Planning Commission/City Council/COW Coordination (attendance at up to three meetings)  Project Landing Page Content (assumes up to 4 updates)  Draft and Final Public Engagement Summary TASK 11 (PHASE 2) – PERMITTING SUPPORT 11.1 Permit Support – includes 40 hours for the Consultant to coordinate with and provide design support to the City and the City’s Environmental Consultant. The Consultant shall provide documentation as requested to support the development of applicable permits, which may include NEPA, NPDES, Section 106, and hazardous materials reports. The Consultant shall coordinate with the City’s Environmental Consultant to determine the method and timing of the delivery of project information. Anticipated documentation may include, but are not limited to maps, figures, quantities, and project descriptions. Task 11 Assumptions:  Preparation and submittal of required permits will be by others. Exhibit A Scope of Work August 3, 2021 Page 16 of 21 Task 11 Deliverables:  Supporting permitting documentation will be coordinated with the City and deliverables confirmed prior to start of task. TASK 12 (PHASE 2) – RIGHT OF WAY DOCUMENTATION SUPPORT 12.1 Right-of-Way Documentation Support – incudes 60 hours for the Consultant to coordinate with and provide design support to the City and the City’s Right-of-Way Consultant, including developing sketches and figures based on the proposed improvements, in order to communicate proposed improvements to staff and/or adjacent property owners. Task 12 Assumptions:  Right-of-Way acquisition is not required.  Right of way documentation and plans by others.  Temporary construction easements are not required. Task 12 Deliverables:  Supporting right-of-way documentation will be coordinated with the City and deliverables confirmed prior to start of task. TASK 13 (PHASE 2) – 50% PS&E Task 13 will begin upon authorization from the City following the completion of Task 9 - 10% Design and Design Report, receipt of City comments on the 10% Design, and concurrence on scope for final design. 13.1 Plans, Specifications and Estimate – Prepare 50% Design documents for review by the City. Design will incorporate City review comments from the 10% Design submittal; City to provide a compiled, non-contradictory log of comments to the Consultant prior to the start of 50% Design. Documents to be submitted include:  Plans,  Draft special provisions,  Opinion of probable construction costs,  Responses to City comments Building on outcomes of Task 6 the PS&E documents will consider forward compatibility with the future buildout of the full Renton Connector corridor. Design includes layout and details for paving, basic site furnishings (i.e. bench and garbage receptacle locations), and identifying locations for wayfinding signage; this scope does not include design for wayfinding signage. 13.2 Design Reporting – Prepare draft Stormwater Technical Information Report (TIR) and draft Engineering Report. Stormwater TIR shall be in accordance with City of Renton Surface Water Design Manual and build on outcomes documented in the preliminary stormwater analysis (Task 8). A draft Engineering Report will be compiled to document the basis of design and will include:  Design deviations and other required WSDOT Lag Manual reporting  ADA accessibility analysis  Outcomes of construction sequencing and traffic control - consultant will meet with City staff to discuss opportunities, constraints, and design approaches to develop temporary Exhibit A Scope of Work August 3, 2021 Page 17 of 21 traffic control plans. Following the meeting the Consultant will prepare a preliminary construction sequencing and traffic routing exhibit.  Current risk register  Constructability workshop outcomes – workshop to include design team, city staff and CM Consultant 13.3 BNSF Coordination – the Consultant will coordinate with BNSF to develop the design, including up to two (2) meetings based on outcomes of Phase 1. Work shall include coordination and documentation with BNSF for impacts and resolution for rail operations. 13.4 Constructability Workshop – Prepare for and participate in a constructability workshop with the project team, including design team members, City staff, and design team’s Construction Management consultant. 13.5 Structural Design – the Consultant will design one (1) signal pole foundation and one (1) street light pole foundation. Each design will be applied to all structures of the same type along project corridor. Submittal will include drawings with sections and details, special provisions, and opinion of probable construction cost. Task 13 Assumptions:  Plans - see sheet list in Task 15 anticipated sheet list for final bid set; an edited version of that list will be developed for the 50% Design in coordination with the City.  City to prepare Project Prospectus  Drainage design approach and draft TIR to be confirmed by City prior to start of Task 14 – 100 PS&E.  Structural design will be developed in accordance with the following: o City of Renton Municipal Code o City of Renton Standard Details o WSDOT Design Manual, M 22-01, September 2019 o WSDOT Standard Plans, M 21-01, September 2019 o WSDOT 2020 Standard Specifications, M 41-10, September 2019 o WSDOT Bridge Design Manual, M 23-50, July 2019 o AASHTO LRFD Bridge Design Specifications, 8th Edition, with May 2018 Errata o AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, 6th Edition, with 2020 Interim Revisions Task 13 Deliverables:  50% Design Plans, Draft Special Provisions, and Opinion of Probable Construction Cost to be completed in half-size (11x17) PDF format (Tasks 13.1 and 13.5)  Response to City 10% Design review comments (Task 13.1)  Draft Stormwater TIR (Task 13.2)  Draft Engineering Report (Task 13.2)  Meeting notes from Constructability Workshop (Task 13.4) Exhibit A Scope of Work August 3, 2021 Page 18 of 21 TASK 14 (PHASE 3) – 100% PS&E 14.1 Plans, Specifications and Estimate – Prepare 100% Design documents for review by the City. Design will incorporate City review comments from the 50% Design submittal; City to provide a compiled, non-contradictory log of comments to the Consultant prior to the start of 100% Design. Documents to be submitted include:  Plans,  Draft project manual,  Opinion of probable construction costs,  Responses to City comments 14.2 Design Reporting – Prepare final Stormwater Technical Information Report (TIR) and Engineering Report in response to City comments at 50% Design and design updates. Engineering Report will be compiled to document the basis of design and will include:  Design deviations and other required WSDOT Lag Manual reporting  ADA MEF documentation  Current risk register  Constructability workshop outcomes – workshop to include design team, city staff and CM Consultant 14.3 BNSF Coordination – Work shall include coordination and documentation with BNSF to develop the design and impacts and resolution for rail operations. 14.4 Constructability Workshop – Prepare for and participate in a constructability workshop with the project team, including design team members, City staff, and design team’s Construction Management consultant. 14.5 Structural Design – finalize signal pole foundation and street light pole foundation designs. Documents to be submitted include:  Drawings (sections and details)  Design Calculations  Special Provisions  Opinion of Probable Construction Cost Task 14 Assumptions:  Plans - see sheet list in Task 15 anticipated sheet list for final bid set; an edited version of that list will be developed for the 100% Design in coordination with the City.  Final TIR to be approved by City prior to start of Task 15 – Bid Set PS&E.  See Task 14 for Structural Design Assumptions. Task 14 Deliverables:  100% Design Plans, Draft Project Manual, and Opinion of Probable Construction Cost; plans to be submitted half size (11x17) in PDF format (Tasks 14.1 and 14.5)  100% Structural calculations to be submitted in PDF format (Task 14.5)  Response to City 50% Design review comments (Task 14.1)  Final Stormwater TIR in PDF format (Task 14.2) Exhibit A Scope of Work August 3, 2021 Page 19 of 21  Final Engineering Report (Task 14.2)  Meetings notes from Constructability Workshop (Task 14.4) TASK 15 (PHASE 3) – BID SET PS&E 15.1 Draft Bid Set – the Consultant shall prepare a draft bid set for WSDOT Northwest Region review incorporating all comments from the City' s 100% Design. Submittal shall include the following:  plans, project manual, and cost estimate  completed Public Interest Finding (PIF) for all agency supplied and sole sourced materials  maximum extent feasible (MEF) documentation in accordance with WSDOT requirements  WSDOT Checklist 15.2 Final Bid Set – the Consultant shall prepare final PS&E documents for construction bidding. This task includes one round of minor edits to the draft bid documents to address WSDOT comments. Task 15 Assumptions:  Only one review by WSDOT will be required.  Draft bid documents for WSDOT review and final bid documents will be stamped, signed and dated by a licensed professional engineer in the State of Washington.  The anticipated sheet list for final Bid Documents has been estimated based on the project length, assuming 350 linear feet per sheet, and presentation at 20 scale (1”=20’) to provide 6 plan sheets per discipline (e.g. Site Preparation and TESC Plans, Drainage, Utility, Paving and Grading, etc.): o 1 – Cover o 4 – Sheet index alignment, survey control, legend o 4 – General notes o 3 – Typical Sections o 6 – Traffic Control Plans o 2 – Traffic Control Details o 6 – Site Preparation and TESC Plans o 2 – Site Preparation and TESC Details o 6 – Utility Plans o 2 – Utility Details and Catch Basin Profiles o 6 – Paving and Grading Plan and Profile o 8 – Curb Ramp Details o 4 – Paving Details o 3 – Signalization Plans o 3 – Signalization Detection Plans o 13 – Signalization Notes, Wiring Diagram, and Details o 6 – Channelization and Signage Plans o 6 – Illumination and Signalization Interconnect Plans o 8 – Illumination, Notes, Schedules, Wiring Schematics, and Details o 3 – Streetscape Enlargements and Details o 7 – Planting and Restoration Plans o 1 – Planting and Restoration Details Exhibit A Scope of Work August 3, 2021 Page 20 of 21 o 4 – Structural Sheets (General notes, inspections, and sheet for each detail) o 108 – Total Sheets Task 15 Deliverables:  Draft bid documents for WSDOT review including Plans, Project Manual, and Opinion of Probable Construction Cost; plans to be submitted half size (11x17) in PDF format (Task 15.1)  Completed WSDOT checklist (Task 15.1)  Public Interest Finding (PIF) documentation (if required) for agency supplied and sole sourced materials for WSDOT approval (Task 15.1)  ADA MEF documentation for WSDOT concurrence (Task 15.1)  Final bid documents for WSDOT review including Plans, Project Manual, and Opinion of Probable Construction Cost; plans to be submitted half size (11x17) in PDF format (Task 15.1)  Final AutoCAD 2018 design files TASK 16 (PHASE 1 & 2) – DOCUMENTATION FOR GREENROADS RATING 16.1 Coordination with City for Project Approach – Achieving Greenroads certifications requires documentation to meet 12 mandatory Project Requirements and achieve a minimum of 40 points, 30% of the total available points through Core Credits. The Consultant will participate in up to 3 meetings with the City to discuss the approach for conducting a Greenroads evaluation for achieving Greenroads certification. Prior to the first meeting, which will occur at the end of Phase 1, the City will review the Greenroads v2.0 Rating System and document a preliminary approach for achieving certification to discuss with the Consultant. The purpose of the meetings will be to:  review the City’s preliminary approach for achieving certification,  discuss the 12 mandatory Project Requirements and anticipated Core Credits (40 points minimum to achieve certification) that will be applicable to the project based on the scope of proposed improvements,  discuss the City’s process for submitting documentation to Greenroads, and  discuss the City’s plan for addressing and obtaining documentation for Project Requirements and Core Credits that will be addressed during construction. 16.2 Documentation for Project Requirements and Core Credits – this task includes 320 hours for the Consultant to coordinate with the City and develop documentation for the City to include in the City’s submittal to Greenroads. Task 16 Assumptions:  City to conduct a preliminary review of the Greenroads v2.0 Rating System to identify a proposed approach for achieving certification.  City to lead documentation and coordination with Greenroads including submittal of documentation. Exhibit A Scope of Work August 3, 2021 Page 21 of 21  This scope does not include documentation for construction related activities/requirements; the City will manage coordination with the Contractor during construction for documentation associated with construction related Project Requirements and Core Credits.  Mandatory Project Requirements: o the scope includes 80 hours to support the city document mandatory Project Requirement; assumes 10 hours per requirement for each of the eight design related Project Requirements o four of the 12 mandatory Project Requirements are construction related.  Core Credits (scoring points): o Assumes 30 of the 40 points required to achieve the minimum level certification (Bronze Level) will come from design related Core Credits and the remaining 10 points will come from construction related credits. o Assumes 15 Core Credits will be documented to achieve 30 points focused on design related credits; assumes 16 hours per credit to develop documentation Task 16 Deliverables:  Documentation for Project Requirements and Core Credits. TASK 17 (PHASE 3) – BIDDING SUPPORT AND CONSTRUCTION SUPPORT SERVICES 17.1 Bidding Support – this scope will be developed as a part of Phase 3 prior to bid advertisement and upon confirmation of construction funding. 17.2 Construction Support – this scope will be developed as a part of Phase 3 prior to bid advertisement and upon confirmation of construction funding. Exhibit B DBE Participation Plan City of Renton Renton Connector Preliminary and Final Design This project has a mandatory UDBE goal of 10 percent. A core practice of MIG is collaborative teaming and for the Renton Connector Project we are teaming with Concord Engineering, a DBE certified partner, who we have a strong history working with. Concord Engineering will support our team with traffic analysis, signal design, lighting design, and traffic control design. We work with Concord Engineering on many projects because we enjoy working with them, they do great work, and they constantly provide on-time and accurate work products. Concord is critical to our team in providing several core services on this contract. As shown in Exhibits D and E the estimated work effort for UDBE firms is approximately 15% of the overall contract value ($1,244,284):  Concord 15% ($193,777) We anticipate exceeding the mandatory contract UDBE goal of 10 percent and will track and monitor UDBE participation using our Deltek Vision software and will include reporting on monthly project invoices. Upon receipt of payment from the City, MIG, Inc. intends to make prompt payment to subconsultants within the allowable timeframe and will enter information into the WSDOT DMCS (wsdot.diversitycompliance.com) each month. Each UDBE partner will also confirm payments. Local Agency A&E Professional Services Agreement Number ____________ Negotiated Hourly Rate Consultant Agreement Revised 01/01/2020 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 B.Roadway Design Files C.Computer Aided Drafting Files Local Agency A&E Professional Services Agreement Number ____________ Negotiated Hourly Rate Consultant Agreement Revised 01/01/2020 D.Specify the Agency’s Right to Review Product with the Consultant E.Specify the Electronic Deliverables to Be Provided to the Agency F.Specify What Agency Furnished Services and Information Is to Be Provided Local Agency A&E Professional Services Agreement Number ____________ Negotiated Hourly Rate Consultant Agreement Revised 01/01/2020 II.Any Other Electronic Files to Be Provided III.Methods to Electronically Exchange Data Local Agency A&E Professional Services Agreement Number ____________ Negotiated Hourly Rate Consultant Agreement Revised 01/01/2020 A.Agency Software Suite B.Electronic Messaging System C.File Transfers Format Exhibit D-1 Consultant Fee Determination: Summary Sheet Project: Renton Connector Client: City of Renton All Inclusive Hourly Billing Rate : Classification Hours = All Inclusive Hourly Billing Rate = Cost Principal X $283.34 $0.00 Principal 201 X $241.85 $48,611.60 Principal X $213.21 `$0.00 Principal 82 X $210.36 `$17,249.22 Principal Landscape Architecture X $168.86 `$0.00 Director Urban Strategy and Development X $250.45 $0.00 Senior Engineer VII X $208.93 $0.00 Senior Engineer VI 1116 X $188.18 $210,009.61 Engineer VI 360 X $168.86 $60,790.51 Engineer V X $160.29 $0.00 Engineer V 48 X $160.29 $7,693.92 Engineer V X $158.86 $0.00 Engineer IV 750 X $145.62 $109,211.45 Engineer I X $87.30 $0.00 Engineer I 962 X $88.02 $84,673.38 Engineer I X $87.81 $0.00 Landscape Architect V 398 X $158.15 $62,942.41 Landscape Architect IV 58 X $133.08 $7,718.86 Landscape Architect IV X $126.65 $0.00 Landscape Architect III 758 X $99.45 $75,381.74 Landscape Architect I X $98.02 $0.00 Landscape Designer II X $88.73 $0.00 Landscape Designer II X $77.27 $0.00 Landscape Intern X $71.44 $0.00 CAD Senior X $126.65 $0.00 CAD Mid/Senior 951 X $108.76 $103,435.48 Office Manager 36 X $128.08 $4,610.99 Office Associate X $82.30 $0.00 Project Assistant X $98.97 $0.00 Director Planning Services 146 X $154.84 $22,607.04 Sr Project Manager 40 X $124.51 $4,980.45 Sr Project Associate 128 X $87.30 $11,174.87 Associate Planner 64 X $78.88 $5,048.31 Project Associate 24 X $83.34 $2,000.28 All Inclusive Hourly Billing Rate Cost Total = $838,140.10 Page 1 of 2 Exhibit D-1 Consultant Fee Determination: Summary Sheet Project: Renton Connector Client: City of Renton Reimbursable Estimate :units at Cost Arborist Tree Evaluation 1 $7500 $7,500.00 Mileage - $0.56/mi 1500 $0.56 $840.00 Reprographics Estimate 10 $250 $2,500.00 Courier/FedEx 10 $100 $1,000.00 Car Rental/Car Share 2 $175 $350.00 Taxi/Ride Share Trips 20 $25 $500.00 Airfare (from MIG Portland, OR office)6 $300 $1,800.00 Per Diem 10 $300 $3,000.00 Reimbursable Estimate Total $17,490.00 Subconsultant Costs (See Exhibit E) Concord Engineering $193,777.74 Furtado & Associates $115,988.71 MLA $18,883.25 GeoEngineers $37,174.88 Alta Planning + Design $22,828.99 Subconsultant Total $388,653.57 Contract Total Summary Negotiate Hourly Rate Cost $838,140.10 Reimbursable Expenses $17,490.00 Subconsultants $388,653.57 CONTRACT TOTAL $1,244,283.67 Prepared By: MIG Date:10/28/2021 Page 2 of 2 Exhibit D-2: Consultant Fee Determination - Renton ConnectorHours @$241.85Hours @$188.18Hours @$168.86Hours @$160.29Hours @$145.62Hours @$88.02Hours @$108.76Hours @$210.36Hours @$158.15Hours @$99.45Hours @$133.08Hours @$128.08Hours @$154.84Hours @$124.51Hours @$87.30Hours @$78.88Hours @$83.341Project Management, Coordination and Administration1.1Provide continuous project managament 18 $4,353.30 180 $33,872.40 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 36 $4,610.88 $0.00 $0.00 $0.00 $0.00 $0.00 234$42,836.581.2Develop and Update Project Schedule 4 $967.40 24 $4,516.32 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 28$5,483.721.3Meetings with City18 $4,353.30 144 $27,097.92 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 162$31,451.221.4Develop, Update and Track Project Issues 8 $1,934.80 80 $15,054.40 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 88$16,989.20Subtotal48 $11,608.80 428 $80,541.04 0 $0.00 0 $0.000 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 36 $4,610.88 0 $0.000 $0.00 0 $0.00 0 $0.00 0 $0.00 512 $96,760.722Due Diligence and Document Review2.1Kickoff Meeting3 $725.55 8 $1,505.44 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 4 $632.60 $0.00 $0.00 $0.00 6 $929.04 $0.00 $0.00 $0.00 $0.00 21$3,792.632.2Regulatory and Jurisdictional Requirements 2 $483.70 8 $1,505.44 16 $2,701.76 $0.00 16 $2,329.92 $0.00 $0.00 $0.00 4 $632.60 12 $1,193.40 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 58$8,846.822.3Document Review and Project Context 1 $241.85 4 $752.72 4 $675.44 $0.00 $0.00 12 $1,056.24 $0.00 $0.00 6 $948.90 12$1,193.40 $0.00 $0.00 2 $309.68$0.00 $0.00 $0.00 $0.00 41$5,178.232.4Existing Tree Evaluation $0.00 1 $188.18 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 6 $948.90 6 $596.70 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 13$1,733.78Subtotal6 $1,451.10 21 $3,951.78 20 $3,377.20 0 $0.00 16 $2,329.92 12 $1,056.24 0 $0.00 0$0.00 20 $3,163.00 30 $2,983.50 0 $0.000 $0.00 8 $1,238.72 0 $0.00 0 $0.00 0 $0.00 0 $0.00133$19,551.463Project Survey and Base Mapping3.1Establish Survey Control$0.00 4 $752.72 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 4$752.723.2Field Survey $0.00 4 $752.72 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 4$752.723.3Establish Existing Right-of-Way (R/W)$0.00 4 $752.72 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 4$752.723.4Additional Survey Support$0.00 2 $376.36 $0.00 $0.00 4 $582.48 $0.00 4 $435.04 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 10$1,393.88Subtotal0 $0.00 14 $2,634.52 0 $0.00 0 $0.00 4$582.48 0 $0.00 4 $435.04 0 $0.00 0 $0.000 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 22 $3,652.044Evaluation4.1Circulation Analysis$0.00 4 $752.72 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 4$752.724.2Signal Operations and Intersection Channelization $0.00 4 $752.72 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 4$752.724.3Parking Evaluation 2 $483.70 8 $1,505.44 $0.00 $0.00 8 $1,164.96 $0.00 4 $435.04 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 22$3,589.144.4BNSF Coordination4 $967.40 16 $3,010.88 $0.00 $0.00 8 $1,164.96 $0.00 4 $435.04 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 32$5,578.284.5Transit Coordination 4 $967.40 16 $3,010.88 $0.00 $0.00 8 $1,164.96 $0.00 4 $435.04 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 32$5,578.28Subtotal10 $2,418.50 48 $9,032.64 0 $0.00 0 $0.0024 $3,494.88 0 $0.00 12 $1,305.12 0 $0.000 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.0094$16,251.145Active Transportation Design`5.1Programming 2 $483.70 8 $1,505.44 $0.00 $0.00 20 $2,912.40 16 $1,408.32 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 46$6,309.865.2Concept Alternatives, Intersections4 $967.40 16 $3,010.88 $0.00 $0.00 32 $4,659.84 $0.00 $0.00 $0.00 $0.00 24 $2,386.80 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 76$11,024.925.3Concept Alternatives, Segments3 $725.55 8 $1,505.44 $0.00 $0.00 24 $3,494.88 $0.00 $0.00 $0.00 $0.00 24 $2,386.80 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 59$8,112.675.4Evaluation and Recommendation of Preferred Action 2 $483.70 8 $1,505.44 $0.00 $0.00 8 $1,164.96 $0.00 $0.00 $0.00 $0.00 16 $1,591.20 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 34$4,745.30Subtotal11 $2,660.35 40 $7,527.20 0 $0.00 0 $0.0084 $12,232.08 16 $1,408.32 0 $0.00 0 $0.000 $0.00 64 $6,364.80 0 $0.00 0 $0.00 0$0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 215 $30,192.756Urban Design Study and Street Concept Plan6.1Urban Design Study 2 $483.70 16 $3,010.88 8 $1,350.88$0.00 $0.00 $0.00 $0.00 $0.00 40$6,326.00 84 $8,353.80 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 150$19,525.266.2Renderings (x3)$0.00 12 $2,258.16 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 8 $1,265.20 40 $3,978.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 60$7,501.366.2Street Concept Plan6 $1,451.10 24 $4,516.32 $0.00 $0.00 40$5,824.80 20 $1,760.40 60 $6,525.60 $0.00 30 $4,744.50 60 $5,967.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 240$30,789.72Subtotal8 $1,934.80 52 $9,785.36 8 $1,350.88 0$0.00 40 $5,824.80 20 $1,760.40 60 $6,525.60 0 $0.00 78 $12,335.70 184 $18,298.80 0$0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00450$57,816.347Geotechnical Investigation7.1Project Coordination Meetings 2 $483.70 8 $1,505.44 8 $1,350.88 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 18$3,340.027.2Field Explorations $0.00 $0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 0$0.007.3Laboratory Testing$0.00 $0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 0$0.007.4Geotechnical Engineering Analyses and Report1 $241.85 $0.00 4 $675.44 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 5$917.297.5Review of Construction Documents 1 $241.85 2 $376.36 4 $675.44 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 7$1,293.65Subtotal4 $967.40 10 $1,881.80 16 $2,701.76 0 $0.000 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.0030$5,550.968Preliminary Stormwater Analysis8.1Stormwater Analysis 2 $483.70 2 $376.36 6 $1,013.16 $0.00 $0.0018 $1,584.36 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 28$3,457.588.2Preliminary Design for On-site BMPs $0.00 2 $376.36 12 $2,026.32 $0.00 $0.00 24$2,112.48 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 38$4,515.16Subtotal2 $483.70 4 $752.72 18 $3,039.48 0 $0.00 0 $0.00 42 $3,696.84 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0$0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.0066$7,972.74910% Design and Design Report9.1Draft Plans 12 $2,902.20 36 $6,774.48 24 $4,052.648 $1,282.32 68 $9,902.16 68 $5,985.3680 $8,700.80 8 $1,682.88 20 $3,163.0028 $2,784.60 8 $1,064.64 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 360$48,295.089.2Draft Cost Estimate2 $483.70 4 $752.72 $0.00 $0.00 12 $1,747.44 24 $2,112.48 4 $435.04 2 $420.72 4 $632.60 8 $795.60 2$266.16 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 62$7,646.469.3Draft Design Report 6 $1,451.10 8 $1,505.44 16 $2,701.76 $0.00 8 $1,164.96 40 $3,520.80 $0.00 4$841.44 4 $632.60 8 $795.60 2 $266.16 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 96$12,879.869.410% Design and Design Report6 $1,451.10 12 $2,258.16 8 $1,350.884 $641.16 24 $3,494.88 24 $2,112.48 40$4,350.40 4 $841.44 8 $1,265.20 16 $1,591.20 2 $266.16 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 148$19,623.06Subtotal26 $6,288.10 60 $11,290.80 48 $8,105.28 12 $1,923.48 112 $16,309.44 156 $13,731.12 124 $13,486.24 18 $3,786.48 36$5,693.40 60 $5,967.00 14 $1,863.12 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00666$88,444.46QA/QC Reviewer(Landscape Architect IV)Vanessa HostetterProject Engineer(Engineer V)Dave Rodgers Nathan PolanskiProject Engineer(Engineer VI)Lolly KunklerPrincipal EngineerProject Manager(Senior Engineer VI)Kim HoukalProject Engineer(Engineer IV)Sr Project AssistantJordan LewisLandscape ArchitectSakaru TsuchiyaMIG StaffKathy Gwilym Melanie DaviesHours TotalAll Inclusive Hourly Billing Rate CostTotalQA/QC Reviewer(Principal Engineer) Landscape Architect VBatseba FukurEngineer IJennifer AndersonCAD TechnicianAlex DupeyDirector Planning ServicesRyan MottauSenior Project ManagerCasey HowardSr Project AssociateLauren Scott Patrick WareAssociate Planner Project AssociateJustin Martin Exhibit D-2: Consultant Fee Determination - Renton ConnectorHours @$241.85Hours @$188.18Hours @$168.86Hours @$160.29Hours @$145.62Hours @$88.02Hours @$108.76Hours @$210.36Hours @$158.15Hours @$99.45Hours @$133.08Hours @$128.08Hours @$154.84Hours @$124.51Hours @$87.30Hours @$78.88Hours @$83.34QA/QC Reviewer(Landscape Architect IV)Vanessa HostetterProject Engineer(Engineer V)Dave Rodgers Nathan PolanskiProject Engineer(Engineer VI)Lolly KunklerPrincipal EngineerProject Manager(Senior Engineer VI)Kim HoukalProject Engineer(Engineer IV)Sr Project AssistantJordan LewisLandscape ArchitectSakaru TsuchiyaMIG StaffKathy Gwilym Melanie DaviesHours TotalAll Inclusive Hourly Billing Rate CostTotalQA/QC Reviewer(Principal Engineer) Landscape Architect VBatseba FukurEngineer IJennifer AndersonCAD TechnicianAlex DupeyDirector Planning ServicesRyan MottauSenior Project ManagerCasey HowardSr Project AssociateLauren Scott Patrick WareAssociate Planner Project AssociateJustin Martin10Public Outreach10.1Business and Stakeholder Meetings (Phase 1 )$0.00 12 $2,258.16 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 12 $1,897.80$0.00 $0.00 $0.00 16 $2,477.44$0.00 $0.00 8 $631.04 $0.00 48$7,264.4410.2Design Focus Groups (Phase 1)$0.00 12 $2,258.16 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 12 $1,897.80$0.00 $0.00 $0.00 24 $3,716.16 $0.00 24 $2,095.20 $0.00 $0.00 72$9,967.3210.3Public Event #1 - Concepts Input and Design$0.00 6 $1,129.08 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 12 $1,897.80 $0.00$0.00 $0.00 24 $3,716.16 20 $2,490.2040 $3,492.00 8 $631.04 12 $1,000.08 122$14,356.3610.4Public Event #2 - 10% Design$0.00 6 $1,129.08 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 8 $1,265.20 $0.00$0.00 $0.00 24 $3,716.16 20 $2,490.2040 $3,492.00 8 $631.04 12 $1,000.08 118$13,723.7610.5Committee of the Whole Coordination4 $967.40 12 $2,258.16 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 8 $1,265.20 $0.00 $0.00 $0.00 36 $5,574.24 $0.00 $0.00 $0.00 $0.00 60$10,065.0010.6Project Landing Page Content $0.00 2 $376.36 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 2 $316.30 $0.00$0.00 $0.00 8 $1,238.72 $0.00 24$2,095.20 24 $1,893.12 $0.00 60$5,919.7010.7Public Engagement Summary $0.00 2 $376.36 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 2 $316.30 $0.00 $0.00 $0.00 6$929.04 $0.00 $0.00 16 $1,262.08 $0.00 26$2,883.78Subtotal4 $967.40 52 $9,785.36 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 56 $8,856.400 $0.00 0 $0.00 0 $0.00 138 $21,367.92 40$4,980.40128$11,174.4064$5,048.3224$2,000.16506$64,180.3611Permitting Support11.1Permit Support 2 $483.70 16 $3,010.88 $0.00 $0.00 8 $1,164.96 $0.00 8 $870.08 $0.00 6 $948.90 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 40$6,478.52Subtotal2 $483.70 16 $3,010.88 0 $0.00 0 $0.00 8$1,164.96 0 $0.00 8 $870.08 0 $0.00 6$948.90 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.0040$6,478.5212Right of Way Documentation Support12.1Right-of-Way Documentation Support4 $967.40 16 $3,010.88 $0.00 $0.00 16 $2,329.92 $0.00 24 $2,610.24 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 60$8,918.44Subtotal4 $967.40 16 $3,010.88 0 $0.00 0 $0.00 16$2,329.92 0 $0.00 24 $2,610.24 0 $0.00 0$0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.0060$8,918.441350% PS&E13.1Plans, Specifications and Estimate 8 $1,934.80 86 $16,183.48 64 $10,807.04 8 $1,282.32 164 $23,881.68 206 $18,132.12 295 $32,084.20 24 $5,048.64 87$13,759.05 180 $17,901.00 16 $2,129.28 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1138$143,143.6113.2Design Reporting 8 $1,934.80 24 $4,516.32 24 $4,052.6416 $2,564.64 $0.00 56 $4,929.12 $0.00$0.00 2 $316.30 8 $795.60 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 138$19,109.4213.3BNSF Coordination 4 $967.40 8 $1,505.44 $0.00 $0.00 16 $2,329.92 $0.00 8 $870.08 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 36$5,672.8413.4Constructability Workshop 4 $967.40 8 $1,505.44 8 $1,350.88 $0.00 4$582.48 $0.00 $0.00 $0.00 4 $632.60 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 28$5,038.8013.5Structural Design2 $483.70 8 $1,505.44 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 10$1,989.14Subtotal26 $6,288.10 134 $25,216.12 96 $16,210.56 24 $3,846.96 184 $26,794.08 262 $23,061.24303 $32,954.28 24 $5,048.64 93$14,707.95 188 $18,696.60 16 $2,129.28 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.001350$174,953.8114100% PS&E14.1Plans, Specifications and Estimate 5 $1,209.25 73 $13,737.14 66 $11,144.76 4 $641.16 132 $19,221.84 200 $17,604.00 284 $30,887.84 24 $5,048.64 78 $12,335.70 176 $17,503.20 16 $2,129.28 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1058$131,462.8114.2Design Reporting 4 $967.40 24 $4,516.32 16 $2,701.76 8$1,282.32 $0.00 32 $2,816.64 $0.00 $0.00 1 $158.15 4 $397.80 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 89$12,840.3914.3BNSF Coordination 2 $483.70 8 $1,505.44 $0.00 $0.00 12 $1,747.44 $0.00 4 $435.04 $0.00 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 26$4,171.6214.4Constructability Workshop 4 $967.40 8 $1,505.44 8 $1,350.88 $0.00 4$582.48 $0.00 $0.00 $0.00 4 $632.60 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 28$5,038.8014.5Structural Design1 $241.85 8 $1,505.44 $0.00 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 9$1,747.29Subtotal16 $3,869.60 121 $22,769.78 90 $15,197.40 12 $1,923.48 148 $21,551.76 232 $20,420.64288 $31,322.88 24 $5,048.64 83$13,126.45 180 $17,901.00 16 $2,129.28 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.001210$155,260.9115Bid Set PS&E15.1Draft Bid Set 4 $967.40 32 $6,021.76 40 $6,754.40 $0.00 24 $3,494.88 40 $3,520.80 80 $8,700.80 12 $2,524.32 16 $2,530.40 32 $3,182.40 8 $1,064.64 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 288$38,761.8015.2Final Bid Set 4 $967.40 16 $3,010.88 24 $4,052.64 $0.00 12 $1,747.44 32 $2,816.64 40 $4,350.40 4 $841.44 4 $632.60 12 $1,193.40 4$532.32 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 152$20,145.16Subtotal8 $1,934.80 48 $9,032.64 64 $10,807.040 $0.00 36 $5,242.32 72 $6,337.44 120$13,051.20 16 $3,365.76 20 $3,163.00 44$4,375.80 12 $1,596.96 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00440$58,906.9616Greenroads Documentation Support16.1Coordination with City for Greenroads Rating Approach6 $1,451.10 12 $2,258.16 $0.00 $0.00 8 $1,164.96 $0.00 $0.00 $0.00 2 $316.30 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 28$5,190.5216.2Document for Project Requirements and Core Credits20 $4,837.00 40 $7,527.20 $0.00 $0.0070 $10,193.40 150 $13,203.00 8 $870.08 $0.00 4 $632.60 8 $795.60 $0.00 $0.00$0.00 $0.00 $0.00 $0.00 $0.00 300$38,058.88Subtotal26 $6,288.10 52 $9,785.36 0 $0.00 0 $0.0078 $11,358.36 150 $13,203.00 8 $870.08 0 $0.00 6 $948.90 8 $795.60 0 $0.00 0 $0.000 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00328$43,249.40201 $48,611.85 1116 $210,008.88 360 $60,789.60 48 $7,693.92 750 $109,215.00 962 $84,675.24 951 $103,430.76 82 $17,249.52 398 $62,943.70 758 $75,383.10 58 $7,718.64 36 $4,610.88 146 $22,606.64 40 $4,980.40 128 $11,174.40 64 $5,048.32 24 ######## 6,122 $838,140.10ALL INCLUSIVE HOURLY BILLING RATE COST$838,140.10TOTAL CONSULTANT ALL INCLUSIVE HOURLY RATE COST$838,140.10Professional Time and Costs Subtotal Overhead NTE* Fixed Fee NTE 167.66% 30.00% Principal $95.19 $159.60 $28.56 $283.34 Principal $81.25 $136.22 $24.38 $241.85 Principal $71.63 $120.09 $21.49 $213.21 Principal $70.67 $118.49 $21.20 $210.36 Principal Landscape Architecture $56.73 $95.11 $17.02 $168.86 Director Urban Strategy and Development $84.14 $141.07 $25.24 $250.45 Senior Engineer VII $70.19 $117.68 $21.06 $208.93 Senior Engineer VI $63.22 $105.99 $18.97 $188.18 Engineer VI $56.73 $95.11 $17.02 $168.86 Engineer V $53.85 $90.28 $16.16 $160.29 Engineer V $53.85 $90.28 $16.16 $160.29 Engineer V $53.37 $89.48 $16.01 $158.86 Engineer IV $48.92 $82.02 $14.68 $145.62 Engineer I $29.33 $49.17 $8.80 $87.30 Engineer I $29.57 $49.58 $8.87 $88.02 Engineer I $29.50 $49.46 $8.85 $87.81 Landscape Architect V $53.13 $89.08 $15.94 $158.15 Landscape Architect IV $44.71 $74.96 $13.41 $133.08 Landscape Architect IV $42.55 $71.34 $12.77 $126.65 Landscape Architect III $33.41 $56.02 $10.02 $99.45 Landscape Architect I $32.93 $55.21 $9.88 $98.02 Landscape Designer II $29.81 $49.98 $8.94 $88.73 Landscape Designer II $25.96 $43.52 $7.79 $77.27 Landscape Intern $24.00 $40.24 $7.20 $71.44 CAD Senior $42.55 $71.34 $12.77 $126.65 CAD Mid/Senior $36.54 $61.26 $10.96 $108.76 Office Manager $43.03 $72.14 $12.91 $128.08 Office Associate $27.65 $46.36 $8.30 $82.30 Project Assistant $33.25 $55.75 $9.98 $98.97 Director Planning Services $52.02 $87.22 $15.61 $154.84 Sr Project Manager $41.83 $70.13 $12.55 $124.51 Sr Project Associate $29.33 $49.17 $8.80 $87.30 Associate Planner $26.50 $44.43 $7.95 $78.88 Project Associate $28.00 $46.94 $8.40 $83.34 Agreement: General Services Office Rate MIG, Inc. Job Classifications Direct Labor Hourly  Billing Rate NTE All Inclusive Hourly Billing  Rate NTE February 24, 2021 MIG, Inc. 615 2nd Avenue #280 Seattle, WA 98104 Subject: Acceptance FYE 2019 ICR – Risk Assessment Review Dear Fredia Flowers: Based on Washington State Department of Transportation’s (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2019 ICR of 167.66% (rate includes 0.82% Facilities Capital Cost of Money). This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email consultantrates@wsdot.wa.gov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah Exhibit E Subconsultant Fee Determination - Summary Sheet: Alta Planning + Design Project: Renton Connector All Inclusive Hourly Billing Rate: Classification Hours = All Inclusive Hourly Billing Rate = Cost Principal Planner 106 X $213.54 $22,635.24 Engineer Level I $122.76 $0.00 Senior Engineer $133.97 $0.00 Principal $233.84 $0.00 All Inclusive Hourly Billing Rate Cost Total = $22,635.24 Reimbursable Estimate: See fee determination worksheet for summary $193.75 Reimbursable Estimate Total $193.75 Total $22,828.99 Prepared By: Alta Planning + Design Date:10/26/2021 Page 1 of 1 Exhibit E-2: Consultant Fee Determination Project: Renton Connector ALTA PLANNING + DESIGN - Fee Determination Worksheet Hours @ $213.54 2 Due Diligence and Document Review 2.1 Kickoff Workshop 4 $854.16 4 $854.16 2.2 Regulatory and Jurisdictional Requirements $0.00 0 $0.00 2.3 Document Review and Project Context 8 $1,708.32 8 $1,708.32 2.4 Existing Tree Evaluation $0.00 0 $0.00 Subtotal 12 $2,562.48 12 $2,562.48 5 Active Transportation Design ` 5.1 Programming 8 $1,708.32 8 $1,708.32 5.2 Concept Alternatives, Intersections 18 $3,843.72 18 $3,843.72 5.3 Concept Alternatives, Segments 24 $5,124.96 24 $5,124.96 5.4 Evaluation and Recommendation of Preferred Action 8 $1,708.32 8 $1,708.32 Subtotal 58 $12,385.32 58 $12,385.32 9 10% Design and Design Report 9.1 Draft Plans 16 $3,416.64 16 $3,416.64 9.2 Draft Cost Estimate $0.00 0 $0.00 9.3 Draft Design Report $0.00 0 $0.00 9.4 10% Design and Design Report $0.00 0 $0.00 Subtotal 16 $3,416.64 16 $3,416.64 10 Public Outreach 10.1 Business and Stakeholder Meetings (Phase 1 )$0.00 0 $0.00 10.2 Design Focus Groups (Phase 1)4 $854.16 4 $854.16 10.3 Public Event #1 - Concepts Input and Design 4 $854.16 4 $854.16 10.4 Public Event #2 - 10% Design 4 $854.16 4 $854.16 10.5 Committee of the Whole Coordination $0.00 0 $0.00 10.6 Project Landing Page Content $0.00 0 $0.00 10.7 Public Engagement Summary $0.00 0 $0.00 Subtotal 12 $2,562.48 12 $2,562.48 13 50% PS&E 13.1 Plans, Specifications and Estimate 8 $1,708.32 8 $1,708.32 13.2 Design Reporting $0.00 0 $0.00 13.3 BNSF Coordination $0.00 0 $0.00 13.4 Constructability Workshop $0.00 0 $0.00 13.5 Structural Design Subtotal 8 $1,708.32 8 $1,708.32 106 $22,635.24 106 $22,635.24 TOTAL CONSULTANT DIRECT SALARY COST $22,635.24 DIRECT EXPENSES ESTIMATE Parking ($10/trip)5 trips $50.00 Mileage - $0.575/mi 250 miles $143.75 TOTAL $193.75 Professional Time and Costs Subtotal Steve Durrant Principal Planner Alta Planning + Design Staff Hours Total Direct Salary Cost (DSC) Total Overhead NTE* Fixed Fee NTE 176.28% 30.00% Principal Planner $69.72 $122.90 $20.92 $213.54 Engineer Level I $40.08 $70.65 $12.02 $122.76 Senior Engineer $43.74 $77.10 $13.12 $133.97 Principal $76.35 $134.59 $22.91 $233.84 Agreement: General Services Office Rate Alta Planning + Design Job Classifications Direct Labor Hourly Billing Rate NTE All Inclusive Hourly Billing Rate NTE Exhibit E Subconsultant Fee Determination - Summary Sheet: Concord Engineering Project: Renton Connector All Inclusive Hourly Billing Rate : Classification Hours = All Inclusive Hourly Billing Rate = Cost Senior Engineer 272 $130.26 $35,430.72 Senior Engineer 98 $150.83 $14,781.34 Senior Engineer 68 $185.11 $12,587.48 Principal Engineer 12 $187.39 $2,248.68 Associate Engineer 462 $100.55 $46,454.10 Assistant Engineer 406 $85.70 $34,794.20 Assistant Engineer 530 X $89.13 $47,238.90 All Inclusive Hourly Billing Rate Cost Total = $193,532.74 Reimbursable Estimate : See fee determination worksheet for summary $245.00 Reimbursable Estimate Total $245.00 Total $193,777.74 Prepared By: Concord Engineering Date:10/28/2021 Page 1 of 1 Exhibit E-2: Consultant Fee Determination Project: Renton Connector CONCORD ENGINEERING - Fee Determination Worksheet Hours @ $130.26 Hours @ $150.83 Hours @ $185.11 Hours @ $187.39 Hours @ $100.55 Hours @ $89.13 Hours @ $85.70 Hours @ $89.13 2 Due Diligence and Document Review 2.1 Kickoff Workshop 10 $1,303 $0 $0 $0 10 $1,006 $0 $0 $0 20 $2,308 2.2 Regulatory and Jurisdictional Requirements $0 $0 $0 $0 $0 $0 $0 $0 0 $0 2.3 Document Review and Project Context $0 $0 $0 $0 $0 $0 $0 $0 0 $0 2.4 Existing Tree Evaluation $0 $0 $0 $0 $0 $0 $0 $0 0 $0 Subtotal 10 $1,303 0 $0 0 $0 0 $0 10 $1,006 0 $0 0 $0 0 $0 20 $2,308 4 Evaluation 4.1 Circulation Analysis 18 $2,345 $0 26 $4,813 $0 90 $9,050 $0 18 $1,543 $0 152 $17,750 4.2 Signal Operations and Intersection Channelization 18 $2,345 $0 36 $6,664 $0 96 $9,653 $0 44 $3,771 $0 194 $22,432 4.3 Parking Evaluation 18 $2,345 $0 $0 $0 44 $4,424 $0 44 $3,771 $0 106 $10,540 4.4 BNSF Coordination 12 $1,563 8 $1,207 $0 $0 12 $1,207 $0 22 $1,885 $0 54 $5,862 4.5 Transit Coordination 18 $2,345 $0 6 $1,111 $0 34 $3,419 $0 $0 $0 58 $6,874 Subtotal 84 $10,942 8 $1,207 68 $12,587 0 $0 276 $27,752 0 $0 128 $10,970 0 $0 564 $63,457 9 10% Design and Design Report 9.1 Draft Plans 26 $3,387 8 $1,207 $0 2 $375 36 $3,620 86 $7,665 $0 $0 158 $16,253 9.2 Draft Cost Estimate 2 $261 2 $302 $0 $0 6 $603 16 $1,426 $0 $0 26 $2,592 9.3 Draft Design Report 2 $261 2 $302 $0 $0 10 $1,006 4 $357 $0 $0 18 $1,924 9.4 10% Design and Design Report 2 $261 2 $302 $0 $0 4 $402 $0 $0 $0 8 $964 Subtotal 32 $4,168 14 $2,112 0 $0 2 $375 56 $5,631 106 $9,448 0 $0 0 $0 210 $21,733 13 50% PS&E 13.1 Plans, Specifications and Estimate 54 $7,034 28 $4,223 $0 4 $750 54 $5,430 214 $19,074 148 $12,684 $0 502 $49,194 13.2 Design Reporting $0 $0 $0 $0 $0 $0 $0 $0 0 $0 13.3 BNSF Coordination $0 $0 $0 $0 $0 $0 $0 $0 0 $0 13.4 Constructability Workshop $0 $0 $0 $0 $0 $0 $0 $0 0 $0 13.5 Structural Design 4 $521 2 $302 $0 $0 $0 $0 $0 $0 6 $823 Subtotal 58 $7,555 30 $4,525 0 $0 4 $750 54 $5,430 214 $19,074 148 $12,684 0 $0 508 $50,017 MIG, Inc. Senior Engineer Assistant Engineer Aaron King Concord Engineering Staff Brennan Niehoff Hours Total All Inclusive Hourly Billing Rate Cost Total Assistant Engineer Assistant Engineer Yilin Wang Associate Engineer Steve Diebol Tony Woody Principal Engineer Xiaoping Zhang Senior Engineer Syed Rahman Senior Engineer Page 1 of 2 Exhibit E-2: Consultant Fee Determination Project: Renton Connector CONCORD ENGINEERING - Fee Determination Worksheet Hours @ $130.26 Hours @ $150.83 Hours @ $185.11 Hours @ $187.39 Hours @ $100.55 Hours @ $89.13 Hours @ $85.70 Hours @ $89.13 Senior Engineer Assistant Engineer Aaron King Concord Engineering Staff Brennan Niehoff Hours Total All Inclusive Hourly Billing Rate Cost Total Assistant Engineer Assistant Engineer Yilin Wang Associate Engineer Steve Diebol Tony Woody Principal Engineer Xiaoping Zhang Senior Engineer Syed Rahman Senior Engineer 14 100% PS&E 14.1 Plans, Specifications and Estimate 54 $7,034 36 $5,430 $0 4 $750 42 $4,223 168 $14,974 88 $7,542 $0 392 $39,952 14.2 Design Reporting $0 $0 $0 $0 $0 $0 $0 $0 0 $0 14.3 BNSF Coordination $0 $0 $0 $0 $0 $0 $0 $0 0 $0 14.4 Constructability Workshop $0 $0 $0 $0 $0 $0 $0 $0 0 $0 14.5 Structural Design 4 $521 2 $302 $0 $0 $0 $0 $0 $0 6 $823 Subtotal 58 $7,555 38 $5,732 0 $0 4 $750 42 $4,223 168 $14,974 88 $7,542 0 $0 398 $40,775 15 Bid Set PS&E 15.1 Draft Bid Set 22 $2,866 4 $603 $0 $0 16 $1,609 30 $2,674 30 $2,571 $0 102 $10,323 15.2 Final Bid Set 8 $1,042 4 $603 $0 2 $375 8 $804 12 $1,070 12 $1,028 $0 46 $4,923 Subtotal 30 $3,908 8 $1,207 0 $0 2 $375 24 $2,413 42 $3,743 42 $3,599 0 $0 148 $15,245 272 $35,431 98 $14,781 68 $12,587 12 $2,249 462 $46,454 530 $47,239 406 $34,794 0 $0 1,848 193,533 TOTAL CONSULTANT ALL INCLUSIVE HOURLY BILLING RATE SALARY COST $193,532.74 DIRECT EXPENSES Parking ($10/trip)5 trips $50 Carshare (3 hr/trip @ $13 hr = $39)5 trips $195 TOTAL $245.00 Professional Time and Costs Subtotal Page 2 of 2 Overhead NTE* Fixed Fee NTE 98.53% 30.00% Senior Engineer $57.00 $56.16 $17.10 $130.26 Senior Engineer $66.00 $65.03 $19.80 $150.83 Senior Engineer $81.00 $79.81 $24.30 $185.11 Associate Engineer $82.00 $80.79 $24.60 $187.39 Assistant Engineer $44.00 $43.35 $13.20 $100.55 Associate Engineer $37.50 $36.95 $11.25 $85.70 Assistant Engineer $39.00 $38.43 $11.70 $89.13 Agreement: General Services Office Rate Concord Engineering, Inc. Job Classifications Direct Labor Hourly Billing Rate NTE All Inclusive Hourly Billing Rate NTE October 27, 2021 Concord Engineering 1109 1st Avenue, Suite 212 Seattle, WA 98101 Subject: Acceptance FYE 2020 ICR - Provisional Dear Xiaoping Zhang: We have provisionally accepted your firms FYE 2020 Indirect Cost Rate (ICR) of 98.53% based on the economic hardship determined by WSDOT Audit Office. This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate is effective 180 days following your current fiscal year end and per terms and conditions of applicable agreements. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email consultantrates@wsdot.wa.gov. Regards; ERIK K. JONSON Contract Services Manager EKJ:ah Exhibit E Subconsultant Fee Determination - Summary Sheet Project: Renton Connector Subconsultant: Furtado & Associates, Inc. (formerly Lin & Associaes) All Inclusive Hourly Billing Rate: Classification Hours = All Inclusive Hourly Billing Rate =Cost Principal-In-Charge 24 X $267.32 $6,415.78 Survey Manager 104 X $178.68 $18,582.50 Sr. Suvey Tech 260 X $114.96 $29,890.46 Chief of Parties 170 X $113.58 $19,308.29 Survey Tech 170 X $90.72 $15,423.09 Field Surveyor 170 X $77.57 $13,186.15 Sr. Project Admin 20 X $128.12 $2,562.44 All Inclusive Hourly Billing Rate Cost Total =$105,368.71 Reimbursable Estimate:units at Cost Survey Vehicle Usage $60/day, per vehicle 27 60 $1,620.00 Parking 2 15 $30.00 Copies 200 0.1 $20.00 3D Scanner $600/day 5 600 $3,000.00 Traffic Control $100/hour 12 100 $1,200.00 APS Potholing $2,330/pothole 0 2330 $0.00 APS Underground Locates $95/hour 50 95 $4,750.00 Reimbursable Estimate Total $10,620.00 Total $115,988.71 Prepared By: Joel Yeager Date:6/8/2021 Page 1 of 1 Exhibit E-2: Consultant Fee Determination Project: Renton Connector FURTADO & ASSOCIATES (Formerly LIN & ASSOCIATES) Hours @ $267.32 Hours @ $178.68 Hours @ $114.96 Hours @ $113.58 Hours @ $90.72 Hours @ $77.57 Hours @ $128.12 3 Project Survey and Base Mapping 3.1 Establish Survey Control 2 $535 20 $3,574 10 $1,150 10 $1,136 10 $907 10 $776 6 $769 68 $8,845 3.2 Field Survey 8 $2,139 28 $5,003 140 $16,094 140 $15,901 140 $12,701 140 $10,860 6 $769 602 $63,467 3.3 Establish Existing Right-of-Way (R/W)12 $3,208 52 $9,291 96 $11,036 $0 $0 $0 6 $769 166 $24,304 3.4 Additional Survey Support 2 $535 4 $715 14 $1,609 20 $2,272 20 $1,814 20 $1,551 2 $256 82 $8,752 24 $6,416 104 $18,583 260 $29,890 170 $19,309 170 $15,422 170 $13,187 20 $2,562 918 $105,368 24 $6,416 104 $18,583 260 $29,890 170 $19,309 170 $15,422 170 $13,187 20 $2,562 918 $105,369 TOTAL CONSULTANT ALL INCLUSIVE HOURLY BILLING RATE SALARY COST $105,368.71 Professional Time and Costs Subtotal Alfonso Manalo Chief of Parties Richard Reis Earl Bone Sr. Survey Tech Darryn MacDougall Principal in Charge Survey Manager Survey Tech Colin Sweany Furtado & Associates Staff Peter Goode Jessica Goldsberry Hours Total All Inclusive Hourly Billing Rate Cost Total Field Surveyor Sr. Project Admin Overhead NTE* Fixed Fee NTE 147.02% 30.00% Principal‐In‐Charge $96.50 $141.87 $28.95 $267.32 Survey Manager $64.50 $94.83 $19.35 $178.68 Sr. Suvey Tech $41.50 $61.01 $12.45 $114.96 Chief of Parties $41.00 $60.28 $12.30 $113.58 Survey Tech $32.75 $48.15 $9.83 $90.72 Field Surveyor $28.00 $41.17 $8.40 $77.57 Sr. Project Admin $46.25 $68.00 $13.88 $128.12 Agreement: General Services Office Rate Furtado & Associates, Inc. (formerly Lin & Associaes) Job Classifications Direct Labor Hourly  Billing Rate NTE All Inclusive Hourly Billing  Rate NTE August 6, 2021 Furtado & Associates, Inc. formerly Lin & Associates, Inc. 901 Fifth Avenue, Suite 2710 Seattle, WA 98164 Subject: Acceptance FYE 2020 ICR Audit Office Review Dear Jessica Goldsberry: 20 Indirect Cost Rate (ICR) as follows: Home Office: 147.02% of direct labor Field Office: 111.69% direct labor This rate will be applicable for WSDOT Agreements and Local Agency Contracts in Washington only. This rate may be subject to additional review if considered necessary by WSDOT. Your ICR must be updated on an annual basis. Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7019 or via email consultantrates@wsdot.wa.gov. Regards; ERIK K. JONSON Contract Services Manager EKJ:mya Exhibit E‐1 Subconsultant Fee Determination ‐ Summary Sheet Project: Renton Connector Subconsultant: GeoEngineers, Inc. All Inclusive Hourly Billing Rate: Classification Hours = All Inclusive Hourly Billing  Rate = Cost Geotech Principal 13 X $322.05 $4,186.65 Geotech Senior Engineer 48 X $207.88 $9,978.47 Geotech Project Engineer 48 X $144.46 $6,933.90 Staff Geologist 14 X $110.86 $1,552.05 Admin 12 X $115.24 $1,382.93 Accounting 2 X $91.69 $183.38 All Inclusive Hourly Billing  Rate Cost Total = $24,217.38 Reimbursable Estimate:units at Cost Mileage ‐ $0.56/mi (Task 8) 100 $ 0.575 $57.50 Laboratory Testing (Task 8) 1 2500 $2,500.00 Subcontracted Drilling (Task 8) 1 $ 8000 $8,000.00 Subcontracted Utility Locate (Task 8) 1 $ 200 $200.00 Subcontracted Traffic Control (Task 8) 1 $ 2200 $2,200.00 Reimbursable Estimate Total $12,957.50 Total $37,174.88 Prepared By:    Timothy D. Bailey, PE Date: 6/23/2021 Page 1 of 1 Exhibit E-2: Consultant Fee DeterminationProject: Renton ConnectorGEOENGINEERS - Fee Determination WorksheetHours @ $322.05 Hours @ $207.88 Hours @ $144.46 Hours @ $110.86 Hours @ $115.24 Hours @ $91.697Geotechnical Investigation7.1Project Coordination Meetings 3 $966 9 $1,871 $0 $0 $0 $0 12$2,8377.2Field Explorations 2 $644 8 $1,663 8 $1,156 12 $1,330 4 $461 1 $92 35$5,3467.3Laboratory Testing$0 1 $208 2 $289 2 $222 2 $230 $0 7$9497.4Geotechnical Engineering Analyses and Report6 $1,932 12 $2,495 24 $3,467 $0 6 $691 1 $92 49$8,6777.5Review of Construction Documents 2 $644 4 $832 4 $578 $0 $0 $0 10$2,053Subtotal13 $4,187 34 $7,068 38 $5,489 14 $1,552 12 $1,383 2 $183113$19,86216Greenroads Documentation Support16.1Coordination with City for Greenroads Rating Approach$0 4 $832 $0 $0 $0 $0 4$83216.2Document for Project Requirements and Core Credits$0 10 $2,079 10 $1,445 $0 $0 $0 20$3,523Subtotal 0 14 10 0 0 0 $4,35513 $4,187 48 $8,523 48 $6,212 14 $1,552 12 $1,383 2 $183 125 $24,217TOTAL CONSULTANT ALL INCLUSIVE HOURLY BILLING RATE SALARY COST$24,217.38Professional Time and Costs SubtotalWade WorthingStaff GeologistShaun Stauffer Timothy BaileyGeotech Project EngineerKatherine BookerGeotech Principal Geotech Senior Engineer AdminNina DuforeGeoEngineers StaffValerie SpencerHours TotalAll Inclusive Hourly Billing Rate Cost TotalAccounting Overhead NTE* Fixed Fee NTE 197.12% 30.00% Geotech Principal $98.45 $194.06 $29.54 $322.05 Geotech Senior Engineer $63.55 $125.27 $19.07 $207.88 Geotech Project Engineer $44.16 $87.05 $13.25 $144.46 Staff Geologist $33.89 $66.80 $10.17 $110.86 Admin $35.23 $69.45 $10.57 $115.24 Accounting $28.03 $55.25 $8.41 $91.69 Agreement: General Services Office Rate GeoEngineers, Inc. Job Classifications Direct Labor Hourly  Billing Rate NTE All Inclusive Hourly Billing  Rate NTE Exhibit E Subconsultant Fee Determination - Summary Sheet Project: Renton Connector Subconsultant: MLA All Inclusive Hourly Billing Rate: Classification Hours = All Inclusive Hourly Billing Rate =Cost Principal 27 X $189.42 $5,114.33 Design Engineer 80 X $144.52 $11,561.71 Sr CAD Technician 26 X $79.05 $2,055.21 All Inclusive Hourly Billing Rate Cost Total =$18,731.25 Reimbursable Estimate:units at Cost Parking 4 $10 $40.00 Mileage - $0.56/mi 200 $0.56 $112.00 Reimbursable Estimate Total $152.00 Total $18,883.25 Prepared By: Serena Baxter Date:8/3/2021 Page 1 of 1 Exhibit E-2: Consultant Fee Determination Project: Renton Connector MLA - Fee Determination Worksheet Hours @ $189.42 Hours @ $144.52 Hours @ $79.05 13 50% PS&E 13.5 50% Plans (4 sheets) 4 $757.68 15 $2,168 12 $949 31 $3,874.08 13.5 50% Calculations 6 $1,136.52 20 $2,890 $0 26 $4,026.92 13.5 50% Specifications 2 $378.84 6 $867 $0 8 $1,245.96 QC 2 $378.84 3 $434 1 $79 6 $891.45 13.5 50% Cost Estimate Review 1 $189.42 2 $289 $0 3 $478.46 Subtotal 15 $2,841.30 46 $6,648 13 $1,028 74 $10,516.87 14 100% PS&E 14.5 100% Plans 3 $568.26 8 $1,156 8 $632 19 $2,356.82 14.5 100% Calculations 2 $378.84 8 $1,156 $0 10 $1,535.00 14.5 100% Specifications 2 $378.84 4 $578 $0 6 $956.92 QC 2 $378.84 3 $434 1 $79 6 $891.45 14.5 100% Cost Estimate Review 1 $189.42 1 $145 $0 2 $333.94 Subtotal 10 $1,894.20 24 $3,468 9 $711 43 $6,074.13 15 BID SET PS&E 15.1 Draft Bid Set 1 $189.42 5 $723 2 $158 8 $1,070.12 15.2 Final Bid Set 1 $189.42 5 $723 2 $158 8 $1,070.12 Subtotal 2 $378.84 10 $1,445 4 $316 16 $2,140.24 27 $5,114.34 80 $11,562 26 $2,055 133 $18,731.25 TOTAL CONSULTANT ALL INCLUSIVE HOURLY BILLING RATE SALARY COST $18,731.25 DIRECT EXPENSES ESTIMATE Parking ($10/trip)$40.00 Mileage - $0.56/mi $112.00 TOTAL $152.00 Professional Time and Costs Subtotal Michael Leonard Serena Baxter Sr CAD Technician Allan Bongolan Principal Design Engineer MLA Staff Hours Total All Inclusive Hourly Billing Rate Cost Total Overhead NTE* Fixed Fee NTE 113.22%30.00% Principal $77.88 $88.18 $23.36 $189.42 Design Engineer $59.42 $67.28 $17.83 $144.52 Sr CAD Technician $32.50 $36.80 $9.75 $79.05 Agreement: General Services Office Rate MLA Job Classifications Direct Labor Hourly Billing Rate NTE All Inclusive Hourly Billing Rate NTE