Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
KPFF Consulting Engineers Center Road MP 3.23 Culvert Replacement - 081125
PROFESSIONAL SERVICES AGREEMENT FOR Engineering Services for Culvert Replacement Center Road MP 3.23, Jefferson County WA THIS PROFESIONAL SERVICES AGREEMENT ("this Agreement") is entered into between the County of Jefferson, a municipal corporation ("the County"), and KPFF Consulting Engineers ("the Consultant"), in consideration of the mutual benefits, terms, and conditions specified below. 1. Project Designation. The Consultant is retained by the County to perform engineering services for a culvert replacement project at Center Road MP 3.23, including preliminary and final design, and permitting. 2. Scope of Services. Consultant agrees to perform the services identified on Exhibit"A" attached hereto including the provision of all labor. 3. Time for Performance. Work under this Agreement shall commence upon the giving of written notice by the County to the Consultant to proceed. The Consultant shall perform all services and provide all work products required pursuant to this Agreement on the dates listed on Exhibit"A". Time is of the essence in the performance of this Agreement. 4. Payment. The Consultant shall be paid by the County for completed work and for services rendered under this Agreement as follows: a. Payment for the work provided by Consultant shall be made as provided on Exhibit`B"attached hereto,provided that the total amount of payment to Consultant shall not exceed$501,378.00 without express written modification of the'Agreement signed by the County. b. The Consultant may submit invoices to the County once per month during the progress of the work for partial payment for project completed to date. Such vouchers will be checked by the County, and upon approval thereof,payment will be made to the Consultant in the amount approved. Payment of Consultant invoices shall be within 30 days of receipt by the County for any services not in dispute based on the terms of this Agreement. c. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the County after the completion of the work under this Agreement and its acceptance by the County. d. Payment as provided in this section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and . incidentals necessary to complete the work. e. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the County and state for a period of three (3) years after final payments. Copies shall be made available upon request. Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 1 of 10 5. Ownership and Use of Documents. All documents, drawings, specifications, and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the County whether the project for which they are made is executed-or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Consultant's endeavors. Consultant shall not be held liable for reuse of documents or modifications thereof, including electronic data, by County or its representatives for any purpose other than the intent of this Agreement. 6. Compliance with laws. Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the County, its officers, officials, employees, agents and volunteers (and-their marital communities) harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the County. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the County, its officers, officials, employees, agents and volunteers (and their marital communities)the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance,Title 51 RCW, solely for the purposes of this indemnification. This waiver has-been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. Prior to commencing work, the Consultant shall obtain at its own cost and expense the following insurance coverage specified below and shall keep such coverage in force during the terms of the Agreement. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non-owned vehicles assigned to or used in the performance of the work for a combined single limit of not less than $500,000 each occurrence with the County named as an additional insured in connection with the Consultant's performance of this Agreement. This insurance shall indicate on the certificate of insurance the following coverage: (a) Owned automobiles; (b)Hired automobiles; and,(3)Non-owned automobiles. Commercial General Liability Insurance in an amount not less than a single limit of one million dollars ($1,000,000)per occurrence and an aggregate of not less than two (2) times the occurrence amount($2,000,000.00 minimum) for bodily injury, including death and property damage, unless a greater amount is specified in the contract specifications. Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 2 of 10 • The insurance coverage shall contain no limitations on the scope of the protection provided and include the following minimum coverage: a. Broad Form Property Damage, with no employee exclusion; b. Personal Injury Liability, including extended bodily injury; c. Broad Form Contractual/Commercial Liability—including coverage for products and completed operations; d. Premises—Operations Liability(M&C); e. Independent Contractors and subcontractors; f. Blanket Contractual Liability. Professional Liability Insurance. The Consultant shall maintain professional liability insurance against legal liability arising out of activity related to the performance of this Agreement, on a form acceptable to Jefferson County Risk Management in the amounts of not less than $1,000,000 Each Claim and$2,000,000 Aggregate. The professional liability insurance policy should be on an "occurrence"form. If the professional liability policy is "claims made,"then an extended reporting period coverage (tail coverage) shall be purchased for three (3)years after the end of this Agreement, at the Consultant's sole expense. The Consultant agrees the Consultant's insurance obligation to provide professional liability insurance shall survive the completion or termination of this Agreement for a minimum period of three (3)years. The County shall be named as an "additional named insured"under all insurance policies required by this Agreement, except Professional Liability Insurance when not allowed by the insurer. Such insurance coverage shall be evidenced by one of the following methods: (a) Certificate of Insurance; or, (b) Self-insurance through an irrevocable Letter of Credit from a qualified financial institution. The Consultant shall furnish the County with properly executed certificates of insurance that, at a minimum, shall include: (a)The limits of overage; (b) The project name to which it applies; (c) The certificate holder as Jefferson County, Washington and its elected officials, officers, and employees with the address of Jefferson County Risk Management, P.O. Box 1220, Port Townsend, WA 98368, and, (d)A statement that the insurance policy shall not be canceled or allowed to expire except on thirty(30) days prior written notice to the County. If the proof of insurance or certificate indicating the County is an"additional insured"to a policy obtained by the Consultant refers to an endorsement(by number or name)but does not provide the full text of that endorsement, then it shall be the obligation of the Consultant to obtain the full text of that endorsement and forward that full text to the County. Certificates of coverage as required by this section shall be delivered to the County within fifteen (15) days of execution of this Agreement. Failure of the Consultant to take out or maintain any required insurance shall not relieve the Consultant from any liability under the Agreement,nor shall the insurance Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 3 of 10 , requirements be construed to conflict with or otherwise limit the obligations concerning indemnification of the County. The Consultant's insurers shall have no right of recovery or subrogation against the County(including its employees and other agents and agencies), it being the intention of the parties that the insurance policies, with the exception of Professional Liability Insurance, so affected shall protect both parties and be primary coverage for all losses covered by the above described insurance. Insurance companies issuing the policy or policies shall have no recourse against the County(including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of policy. All deductibles in the above described insurance policies shall be assumed by and be at the sole risk of the Consultant. Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of this Agreement by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self-insured retention, or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Insurance companies issuing the Consultant's insurance policy or policies shall have no recourse against the County(including its employees and other agents and agencies) for payment of any premiums or for assessments under any form of insurance policy. Any judgments for which the County may be liable, in excess of insured amounts required by this Agreement, or any portion thereof, may be withheld from payment due, or to become due, to the Consultant until the Consultant shall furnish additional security covering such judgment as may be determined by the County. Any coverage for third party liability claims provided to the County by a"Risk Pool" created pursuant to Ch. 48.62 RCW shall be non-contributory with respect to any policy of insurance the Consultant must provide in order to comply with this Agreement. The County may,upon the Consultant's failure to comply with all provisions of this Agreement relating to insurance, withhold payment or compensation that would otherwise be due to the Consultant. The Consultant's liability insurance provisions shall be primary and noncontributory with respect to any insurance or self-insurance programs covering the County, its elected and appointed officers, officials, employees, and agents. Any failure to comply with reporting provisions of the insurance policies shall not affect coverage provided to the County, its officers, officials, employees, or agents. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 4 of 10 The Consultant shall include all subconsultants as insured under its insurance policies or shall furnish separate certificates and endorsements for each subconsultant. All insurance provisions for subconsultants shall be subject to all the requirements stated herein. The insurance limits mandated for any insurance coverage required by this Agreement are not intended to be an indication of exposure nor are they limitations on indemnification. The Consultant shall maintain all required insurance policies in force from the time services commence until services are completed. Certificates, insurance policies, and endorsements expiring before completion of services shall be promptly replaced. All the insurance policies required by this Agreement shall provide that thirty(30) days prior to cancellation, suspension, reduction or material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt requested. The Consultant shall place insurance with insurers licensed to do business in the State of Washington and having A.M. Best Company ratings of no less than A-,with the exception that excess and umbrella coverage used to meet the requirements for limits of liability or gaps in coverage need not be placed with insurers or re-insurers licensed in the State of Washington. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. 9. Worker's Compensation (Industrial Insurance). If and only if the Consultant employs any person(s) in the status of employee or employees separate from or in addition to any equity owners, sole proprietor,partners, owners or shareholders of the Consultant, the Consultant shall maintain workers' compensation insurance at its own expense, as required by Title 51 RCW, for the term of this Agreement and shall provide evidence of coverage to Jefferson County Risk Management, upon request. Worker's compensation insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage shall extend to any subconsultant that does not have their own worker's compensation and employer's liability insurance. The Consultant expressly waives by mutual negotiation all immunity and limitations on liability, with respect to the County, under any industrial insurance act, disability benefit act, or other employee benefit act of any jurisdiction which would otherwise be applicable in the case of such claim. If the County incurs any costs to enforce the provisions of this subsection, all cost and fees shall be recoverable from the Consultant. Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 5 of 10 10. Independent Contractor. The Consultant and the County agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. The Consultant specifically has the right to direct and control Consultant's own activities, and the activities of its subconsultants, employees, agents, and representatives, in providing the agreed services in accordance with the specifications set out in this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties. Neither Consultant nor any employee of Consultant shall be entitled to any benefits accorded County employees by virtue of the services provided under this Agreement, including, but not limited to: retirement, vacation pay; holiday pay; sick leave pay; medical, dental, or other insurance benefits; fringe benefits; or any other rights or privileges afforded to Jefferson County employees. The County shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Consultant, or any employee of Consultant. 11. Subcontracting Requirements. The Consultant is responsible for meeting all terms and conditions of this Agreement including standards of service, quality of materials and workmanship, costs, and schedules. Failure of a subconsultant to perform is no defense to a breach of this Agreement. The Consultant assumes responsibility for and all liability for the actions and quality of services performed by any subconsultant. Every subconsultant must agree in writing to follow every term of this Agreement. The Consultant must provide every subconsultant's written agreement to follow every term of this Agreement before the subconsultant can perform any services under this Agreement. The County Engineer or their designee must approve any proposed subconsultant in writing. Any dispute arising between the Consultant and any subconsultant or between subconsultant must be resolved without involvement of any kind on the part of the County and without detrimental impact on the Consultant's performance required by this Agreement. 12. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that he 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, gifts, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty,the County shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission,percentage, brokerage fee, gift, or contingent fee. 13. Discrimination Prohibited. The Consultant,with regard to the work performed by it under this Agreement,will not discriminate on the grounds of race, color, national origin, Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 6 of 10 religion, creed, age, sex, or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 14. No Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the County. Assignment does not include printing or other customary reimbursable expenses that may be provided in an agreement. 15. Non-Waiver. Waiver by the County of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 16. Termination. a. The County reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. b. In the event of the death of a member,partner, or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the County. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the County, if the County so chooses. 17. Notices. All notices or other communications which any party desires or is required to give shall be given in writing and shall be deemed to have been given if hand-delivered, sent by facsimile, email, or mailed by depositing in the United States mail,prepaid to the party at the address listed below or such other address as a party may designate in writing from time to time. Notices to the County shall be sent to the following address: Jefferson County Public Works 623 Sheridan Street Port Townsend, WA 98368 Notices to Consultant shall be sent to the following address: KPFF Consulting Engineers 640 Woodland Square Loop SE, Suite 100 Lacey, WA 98503 18. Integrated Agreement. This Agreement together with attachments or addenda, represents the entire and integrated Agreement between the County and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No representation or promise not expressly contained in this Agreement has been made. This Agreement supersedes all prior or simultaneous representations, discussions, negotiations, and agreements, whether written or oral, by the County within the scope of this Agreement. The Consultant ratifies and adopts all statements, representations, warranties, covenants, and agreements contained in its proposal, and the supporting Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 7 of 10 material submitted by the Consultant, accepts this Agreement and agrees to all of the terms and conditions of this Agreement. 19. Modification of this Agreement. This Agreement may be amended only by written instrument signed by both County and Consultant. 20. Disputes. The Parties agree to use their best efforts to prevent and resolve disputes before they escalate into claims or legal actions. 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 County Engineer, whose decision in the matter shall be final, but shall be subject to judicial review. If either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this Agreement, each party in such action shall bear the cost of its own attorney's fees and court costs. Any legal action shall be initiated in the Superior Court of the State of Washington for Jefferson County. The parties 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 for Jefferson County. 21. Section Headings. The headings of the sections of this Agreement are for convenience of reference only and are not intended to restrict, affect, or be of any weight in the interpretation or construction of the provisions of the sections or this Agreement. 23. Limits of Any Waiver of Default. No consent by either party to, or waiver of, a breach by either party, whether express or implied, shall constitute a consent to,waiver of, or excuse of any other, different, or subsequent breach by either party. 24. No Oral Waiver. No term or provision of this Agreement will be considered waived by either party, and no breach excused by either party, unless such waiver or consent is in writing signed on behalf of the party against whom the waiver is asserted. Failure of a party to declare any breach or default immediately upon the occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. 25. Severability. Provided it does not result in a material change in the terms of this Agreement, if any provision of this Agreement or the application of this Agreement to any person or circumstance shall be invalid, illegal, or unenforceable to any extent, the remainder of this Agreement and the application this Agreement shall not be affected and shall be enforceable to the fullest extent permitted by law. 26. Binding on Successors, Heirs and Assigns. This Agreement shall be binding upon and inure to the benefit of the parties' successors in interest, heirs, and assigns. 27. No Assignment. The Consultant shall not sell, assign, or transfer any of rights obtained by this Agreement without the express written consent of the County. Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 8 of 10 28. No Third-party Beneficiaries. The parties do not intend, and nothing in this Agreement shall be construed to mean, that any provision in this Agreement is for the benefit of any person or entity who is not a party. 29. Signature in Counterparts. The parties agree that separate copies of this Agreement may be signed by each of the parties and this Agreement shall have the same force and effect as if all the parties had signed the original. 30. Facsimile and Electronic Signatures. The parties agree that facsimile and electronic signatures shall have the same force and effect as original signatures. 31. Arms-Length Negotiations. The parties agree that this Agreement has been negotiated at arms-length, with the assistance and advice of competent, independent legal counsel. 32. Public Records Act. Notwithstanding the provisions of this Agreement to the contrary, to the extent any record, including any electronic, audio,paper or other media, is required to be kept or indexed as a public record in accordance with the Washington Public Records Act, Chapter 42.56 RCW, as may hereafter be amended,the Consultant agrees to maintain all records constituting public records and to produce or assist the County in producing such records, within the time frames and parameters set forth in state law. The Consultant further agrees that upon receipt of any written public record request, Consultant shall, within two business days, notify the County by providing a copy of the request per the notice provisions of this Agreement. Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 9 of 10 Exhibit A Scope of Work Center Road MP 3.23 Culvert Replacement: Preliminary Design Report, PS&E, & Environmental Permitting OBJECTIVE The objective of this Agreement is to provide professional services necessary to develop and analyze alternatives for replacement of two side-by-side fish passage barrier culverts at milepost (MP) 3.23 on Center Road in Jefferson County. The potential solutions for culvert replacement could include replacement of the culvert with a new bridge,or a large three-sided box culvert. Temporary road closure during construction is not likely to be an option at this site so a temporary bypass or phased construction will need to be part of the plan. The Preliminary Design Report will summarize alternative analysis, technical analysis, list pros and cons, recommend the most appropriate and cost-effective approach for culvert replacement, and include an engineer's estimate for each option. This project has funding from the Brian Abbott Fish Barrier Removal Board(FBRB)and will comply with the Recreation and Conservation Office Manual 22: Fish Barrier Removal Board Grant Program, October 2023 edition. The preferred alternative will need to be reviewed and approved by their Technical Review Team. Following selection of a preferred alternative, the Consultant will proceed with developing the Plans, Specifications, and Estimates,and obtaining the necessary permits and environmental clearances to construct the project. DURATION Tasks associated with developing the preliminary design report are estimated to require six to nine months from Notice to Proceed to completion. The FBRB review process could lengthen this timeline. After completing the preliminary design report,the remaining tasks to complete PS&E and permitting are anticipated to require twelve to eighteen months,depending on permitting timelines. SERVICES The Consultant will perform all services and furnish all materials necessary to accomplish the following work items: TASK 1—PROJECT MANAGEMENT This task includes all necessary work to plan and manage the project for eighteen months resulting in a quality product on-time and within budget.Task items include: 1.1 Project Schedule The Consultant will complete a project schedule within 10 days after Notice to Proceed.The schedule will detail individual work elements of the project scope, and schedule requirements incorporating both internal and external milestones. The schedule will extend from project inception through final PS&E,and Center Road MP 3.23 Exhibit A-Scope of Work Page 1 of 18 incorporate the grant agency requirements and deadlines, as laid out in the Request for Qualifications. The schedule will be developed by a critical path method. Deliverables:Project Schedule. 1.2 Startup Meeting The Consultant will conduct a startup meeting with Agency staff at the project site. The purpose of the meeting is to introduce all significant members of the project team, concur on goals and milestones for the project, and agree on the project schedule and work products. Field Assessment of the stream will take place concurrently with the startup meeting. Anticipated attendees: Project Manager(KPFF) Structural Engineer(KPFF) Transportation Engineer(KPFF) H&H (WSE) Stream Designer(KPFF) Geotechnical Engineer(Geosyntec Consultants, Inc.formerly Aspect Consulting) Environmental (Landau) Relevant project stakeholders including representatives from WDFW,Tribes,and RCO. Deliverables:Agenda and Meeting Minutes. 1.3 Progress Meetings Progress meetings will be held periodically to coordinate work activities and keep the Agency informed of progress to date,via phone call or video meeting with the Agency's project manager. The Consultant will prepare agendas and meeting minutes from all meetings for distribution to the project team. In addition to periodic coordination meetings with the Agency, the following meetings, in virtual format, are anticipated: • Initial Investigation Meeting (virtual): Summary of geotechnical and hydraulic investigations and a preliminary discussion of structure concepts to explore in the subsequent alternatives analysis. Attendees include: Project Manager, H&H Engineer, Civil Engineer, Structural Engineer, and the Agency. • Selection of Preferred Alternative Meeting(virtual):The objective of this meeting is to review the alternative structure types and sizes with the Agency and arrive at a preferred alternative. Attendees include: Project Manager, H&H Engineer, Civil Engineer, Structural Engineer, and the Agency. • Alternatives Analysis Review Meeting(virtual): Meeting with the Agency and project stakeholders to provide an overview of the alternative analysis and the selection of the preferred alternative. Attendees include: Project Stakeholders, Project Manager, H&H Engineer, Civil Engineer, Structural Engineer,and the Agency. Center Road MP 3.23 Exhibit A-Scope of Work Page 2 of 18 Deliverables:Agendas, Meeting Minutes, and relevant exhibits. 1.4 Progress Reports and Billings The Consultant will coordinate work activities with the Agency and the Subconsultants and ensure that work products are delivered on time and meet team quality standards. The Consultant will include brief monthly progress reports along with monthly invoices.Progress reports will contain information on major activities,anticipated actions,and outstanding issues to be resolved.The Agency may request updates to the schedule periodically to reflect major changes in project timelines. Monthly invoices shall include the following: a) Name of each employee that worked on the project in the billing period b) Each employee's job classification c) Each employee's hours worked d) Each employee's hourly wage rate e) Each invoice will also include all direct non-salary costs and copies of supporting invoices or bills. The Agency will disallow all or part of any claimed cost, which is not adequately supported by documentation. Deliverables: Monthly Progress Reports and invoices. Billing tasks will be the key tasks shown in the fee estimate. 1.5 Managing Subconsultants The Consultant will arrange and manage all Subconsultant contracts.Contracts will be solely between the Consultant and the Subconsultant. The Consultant will be responsible for coordinating all Subconsultant activities, and ensuring that the Subconsultant remains on schedule and provides a quality product. 1.6 Quality Assurance Reviews The Consultant will conduct quality assurance reviews of all reports and other significant work products at the preliminary level and prior to final issuance at the Alternatives Analysis, 30%, 60%, 90% and Final PS&E submittals. TASK 2—GEOTECHNICAL ANALYSIS Center Road MP 3.23 Exhibit A-Scope of Work Page 3 of 18 Geotechnical analysis will be provided by Geosyntec, to perform a ,geotechnical investigation and analyses necessary to evaluate the various culvert replacement alternatives and to inform the design of the preferred alternative.Task items include: 2.1 Subsurface Explorations The Consultant will coordinate and execute a 2-day subsurface exploration program at the site. Explorations will consist of two (2)drilled soil borings strategically located to inform the probable culvert replacement alternatives and shallow exploration will be advanced near the upstream and downstream ends of the existing culvert with hand tools. Prior to drilling,the Consultant will provide the County with the exploration plan and will use the public one-call utility locating service and subcontract with a private utility locating service to clear the proposed areas of the borings for underground utilities.The Consultant will subcontract a traffic control firm to develop a traffic control plan and administer traffic control services in accordance with the approved traffic control plan during the drilling. The borings will be advanced using mud-rotary drilling techniques and samples will be obtained in accordance with Standard Penetration Test (SPT) methods, and possibly Shelby tubes in soft soils at our discretion. Each boring will be drilled to a depth of 50 feet or 20 feet into glacially consolidated soil, whichever comes first. The drilling approach also includes the contingency to core bedrock should it be encountered in the upper 50ft. Rock coring would be completed at the Consultant's discretion based on data acquired and the drilling objectives. Assumptions: • Right-of-entry, coordination with adjacent landowners(s), and right-of-way permits to be provided by Jefferson County, if necessary. • Jefferson County will mark the proposed exploration locations in white and provide photos of the site conditions a minimum of three days prior to subsurface explorations. • Jefferson County will provide any available drawings or records related to utility locations and details at the site.The Consultant does not assume responsibility for the cost of repairing utilities that are unmarked or incorrectly marked. • The borings will be drilled at locations accessible by truck-mounted equipment. • Mobilization and drilling can be accomplished during normal daylight work hours. • Drill cuttings will be discretely spread into the underbrush in a specific area at the site as identified for disposal by Jefferson County. • The borings will be backfilled per Washington State regulations and patched to match the surrounding conditions. Deliverable:Subsurface Exploration Plan for Jefferson County Review and Approval. 2.2 Laboratory Testing Soil samples retrieved from the soil borings will be retained for further examination and visual/manual classification.Selected soil samples will then undergo geotechnical engineering testing to determine index and engineering properties. Laboratory tests will likely include natural moisture content, grain size distribution,Atterberg Limits,and possibly one-dimensional consolidation tests. 2.3 Geotechnical Engineering Analyses and Alternatives Evaluation Support Center Road MP 3.23 Exhibit A-Scope of Work Page 4 of 18 The Consultant will conduct geotechnical engineering analyses in support of the culvert replacement alternatives starting with an interpreted geologic profile along the existing culvert alignment. Analyses will be conducted with respect to liquefaction susceptibility, foundation alternatives and general design parameters,temporary excavations and shoring,feasible construction dewatering concepts,and general earthwork considerations. The consultant will meet with the design team to discuss the result of the geotechnical analysis and subsequent recommendations that will be presented in a written report (Task 2.4). Assumptions: • Up to (2) culvert replacement alternatives/scenarios including a 3-sided box culvert and single- span bridge will be considered for the project. • Preliminary geotechnical analyses will be used to inform the preferred culvert replacement alternative. • The project design will be in general accordance with the applicable Washington State Department of Transportation (WSDOT) and American Association of State Highway and Transportation Officials(AASHTO) criteria. • Additional detailed geotechnical engineering analyses may be required for final design depending on the preferred culvert replacement alternative. Deliverable: Preliminary analyses results via email, Final analyses summarized in final Geotechnical Engineering Report under Task 2.4. 2.4 Geotechnical Reporting The Consultant will prepare and submit a draft geotechnical engineering report presenting the results of the reconnaissance,explorations, preliminary analyses and recommendations.After receiving comments on the draft geotechnical engineering report and direction related to the preferred culvert replacement alternative,the Consultant will develop a final geotechnical engineering report supporting the design of the preferred alternative to the extent the preliminary data will allow.The final Geotechnical Report shall be stamped and signed by a Professional Engineer registered in the state of Washington. Assumptions: • Up to(2) culvert replacement alternatives/scenarios will be considered for the project. • Preliminary geotechnical analyses will be used to inform the preferred culvert replacement alternative. • Detailed geotechnical analyses and design will only be completed for the preferred culvert replacement alternative.This will inform recommendations and conclusions regarding: o Structure foundations including;foundation type, depth, service and nominal (ultimate) bearing resistances, bearing elevations at each abutment,and anticipated settlements associated with service bearing resistances. o Seismic design requirements and liquefaction hazard analysis(if applicable). o Retaining wall design recommendations that may include design assumptions for contractor-provided wall designs or coordination with KPFF structural engineers for specific wall designs. o Construction recommendations such as for MSE embankments and staged construction concepts. • Data gaps and/or additional studies required to support design of the preferred culvert replacement alternative will be identified (if needed). Center Road MP 3.23 Exhibit A-Scope of Work Page 5 of 18 Deliverables:Draft and Final Geotechnical Engineering Report TASK 3 - HYDRAULIC ANALYSIS Hydraulic analysis will be performed by Watershed Science and Engineering (WSE). The general focus of this task will be to analyze the existing condition of the project site, and the project-condition hydraulic analysis of the stream channel and flow characteristics in order to develop design alternatives for the new stream crossing structures.Scour and stability concerns shall be evaluated.The hydrologic, hydraulic and geomorphologic information developed in this task shall be adequate to inform structure selection.The analysis shall be presented in a Hydraulic Analysis Report that is incorporated into the discussion of alternatives in the Preliminary Design Report and Final Design Report. The report shall be stamped and signed by a Professional Engineer registered in the state of Washington. 3.1 Data Collection and Review The Consultant will collect and review existing data for the site. This will include but not be limited to: historical aerials, ground photographs, topographic and/or LiDAR data, County inspection and maintenance records including photographs, County stream and road survey data, relevant County GIS data, and flow data for neighboring streams. 3.2 Site Inspection The Consultant will inspect the crossing and stream. They will examine the characteristics of the crossing and its interaction with the stream channel. They will gather data that will help identify the geomorphic and hydraulic processes that are active within the stream and that influence the performance of the crossing. They will visually examine the stability of the longitudinal profile and the lateral stability of the stream channel to determine if grade control and/or erosion protection countermeasures should be included in the preliminary design. While in the field, they will also discuss alternative crossing designs and the need for channel stabilization and/or erosion control features. 3.3 Hydrology The crossing will need to be designed in accordance with all applicable WSDOT design standards,including but not limited to the WSDOT Design Manual, Hydraulics Manual and Highway Runoff Manual. The Consultant will discuss the design requirements with Jefferson County to make sure the correct standards are used. Flow records may or may not be available for the stream;therefore,discharges may need to be determined and cross-checked using different methods,such as USGS regional regression equations,and discharge records from neighboring streams that have similar basin characteristics -- assuming suitable records are available. If the two methods produce significantly different results, the Consultant will recommend/select the final design values. 3.4 Hydraulic Analysis At a minimum, the Consultant will analyze the flow characteristics using a simple HEC-RAS computer model of the channel and adjacent floodplain,which will be constructed using the new survey data. The Center Road MP 3.23 Exhibit A-Scope of Work Page 6 of 18 Consultant will use engineering judgment to refine model parameters. The model will be used to evaluate the performance of up to three different culvert replacement options. 3.5 Alternative Concept Support The Consultant will support analysis of up to three possible structure alternative crossing concepts to provide hydraulic conveyance and fish passage. Each design will not only adhere to state fish passage requirements but will also consider other environmental regulatory requirements so as to avoid potential pit falls associated with permit approvals. 3.6 Hydraulic Report The Consultant will prepare a single concise technical report that will document the methods and results of the hydraulic stream channel investigation. The Consultant will submit a draft report to the County for review. Upon receipt of comments,the Consultant will prepare a final report.The Hydraulic Report will be incorporated into the RCO Manual 22 Preliminary and Final Design reports as an appendix. 3.7 Project Meetings During the course of the project,there will be the need for members of the consultant team to meet with County and agency personnel. The following meetings will likely be required. Project Kick-off Meeting:On site meeting with the Agency and project team (Task 1.2 above) Initial Investigation Meeting: Meeting with the Agency to summarize initial findings and discuss potential alternatives. Selection of Preferred Alternative Meeting(Task 1.3 above):The Consultant will participate in a meeting with the County to present the alternatives and select the preferred alternative. It is assumed that the meeting will be via video conference. Alternatives Analysis Review Meeting(Task 1.3 above): The Consultant will participate in a meeting with the County and project stakeholders to present the alternatives analysis and preferred alternative. 3.8 Scour Analysis As part of the Hydraulic Report, the Consultant will provide a scour analysis for the bridge/structure foundation, and confirm that the structure is "not scour critical". The consultant will determine and provide the correct scour code to be entered into the WSBIS bridge inspection database. Deliverable: Hydraulic Analysis — Technical Memorandum, with WSBIS scour code (hard copy and PDF electronic file). TASK 4—NATURAL RESOURCE PERMITTING REVIEW Center Road MP 3.23 Exhibit A-Scope of Work Page 7 of 18 Natural resource permitting review will be provided by Landau. The objective of the natural resource permitting review task is to review and analyze available information to identify and evaluate constraints, issues and other requirements that relate to both project design and subsequent acquisition of necessary permits.The Consultant will collect sufficient existing information on habitat, wetlands, soils, species distribution, and other pertinent biological, and design information to adequately evaluate the potential impacts of environmental concerns to each design alternative and corresponding project activities and schedules. Following data collection and review, an on-site assessment will be conducted to document the existing conditions of the site, identify, and map the extent of any regulated natural resources. 4.1 Site Assessment National Wetland Inventory(NWI) maps indicate the high potential for palustrine forested and palustrine scrub/shrub wetlands to occur within the project area.The existence of wetlands within the project area could influence project design and construction methods and have implications for project permitting. The consultant will complete a site visit to identify and map the extents of the Ordinary High-Water Mark (OHWM)of Chimacum Creek and determine the presence or;absence of wetlands within the project area. If present, wetlands will be formally delineated and flagged in the field. Notes on dominant vegetation, soils, hydrology, and other characteristics of the site will be documented to assist the design team in developing restoration plans if required. Deliverables:Recorded locations of wetlands/waters in.shp and.dwg format. 4.2 Wetland Determination/Delineation Report Depending on the results of the field assessment, the consultant shall prepare a wetland determination or a wetland delineation report. If no wetlands are not present the report will document their absence, summarize the environmental conditions of the site and provide a map of the OHWM of Chimacum Creek. If wetlands are present within the project area, a formal wetland delineation report containing all of the pertinent information required by the USACE and ECY will be completed. Deliverables: Wetland Determination/Delineation Report(PDF electronic file) Work Products:Environmental Issues Report(hard copy and PDF electronic file). TASK 5—TOPOGRAPHIC/LAND SURVEY Survey services will be provided by KPFF.This work consists of completing surveying and mapping to prepare a base map depicting existing topography and roadway features. Work will also include determining the existing County right of way and depicting it on the base map. The information will be used by The Consultant and Jefferson County to develop and analyze alternatives for bridge replacement, and subsequently to develop plans,specifications,and estimates. 5.1 Existing Conditions Topographic Base Map Center Road MP 3.23 Exhibit A-Scope of Work Page 8 of 18 Topographic and Base Map work shall include: 1. Develop topographic data within the following described area: Center Road mapping will extend along the roadway centerline approximately 600 ft.from each end of the culvert crossing (total of 1,200 ft.), and extend approximately 25 feet on each side of the paved surface. Within 150 ft. in each direction from the culvert crossing,measured along the roadway centerline, mapping shall extend approximately 75 feet on each side of the paved surface. Mapping will be at sufficient densities to generate 2-foot contours on slopes less than 10%and 5-foot contours on steeper slopes. Mapping of the streambed will extend approximately 150 ft.upstream of the existing culvert and 150 ft.downstream of the existing culvert,and extend approximately 35 ft. on either side of the stream centerline. Stream Thalweg will be mapped an additional 150 feet past the topography survey limits for a total stream thalweg of 600 ft. Approximately 9 channel cross sections will be collected, including top of bank, toe of bank, thalweg, and 5-6 intermediate shots to capture channel shape and slope transitions. The Consultant shall call for utility locate prior to mapping, in order to map locations of underground utilities. 2. Coordination with the Hydrology/Hydraulics consultant in order to map the ordinary high water line. 3. Mapping will include all substantial features including edges of paving, edges of gravel, break lines, striping, structures, culverts, above and below ground utilities, channels, and trees with a dbh of 6" or larger. 4. Depending on the level of effort required, establish a grid tied, or an assumed horizontal and vertical control within the project area. Four local control points shall be established in areas where disturbance from road maintenance activities will not occur and where they can be easily reoccupied for later work and construction staking as necessary. 5. Prepare hard copies of the existing conditions plan drawing depicting project control,topography (contours), and other features listed in this scope. Plans shall be prepared in general accordance with the WSDOT Plans Preparation Manual. 6. Upon Agency request, provide all data electronically and compatible with current Agency software—Autodesk/Civil3D 2021. • Deliverables: Topographical survey hard copy and PDF,Autodesk/Civil3D drawing file with TIN surface of existing ground. 5.2 Determine Existing County Right of Way This task will consist of the following items of work: Center Road MP 3.23 Exhibit A-Scope of Work Page 9 of 18 1. Perform field work and research necessary to establish the existing County right of way and adjacent ownerships for the following locations: Extending 600 ft. from each end of the Milepost 3.23 culvert crossing on Center Road, along the roadway centerline(for a total roadway length of approximately 1,200 ft.). Jefferson County will provide available road records and deeds for Center Road.The County will also provide parcel title reports for adjacent properties. 2. Combine the right of way and ownership data with the existing topographical survey prepared under Task 1. 3. Coordinate with Jefferson County to determine if additional permanent and/or temporary right of way is needed in order to construct the bridge replacement. Provide exhibits and legal descriptions for up to four temporary easements. Deliverables: • Existing County right of way and adjacent ownerships shown on the topographical survey, hard copy and PDF. • TCE Exhibits and legal descriptions TASK 6—ALTERNATIVES ANALYSIS MEMO The Consultant will review the site information, geotechnical information, and hydraulics to evaluate options for culvert replacement. The Consultant will prepare a memo evaluating up to three design alternatives, construction issues and the estimates of probable construction costs.The alternatives shall be developed to a conceptual level and evaluated for cost, constructability, and long-term performance. The Consultant shall make a recommendation for the preferred alternative, including discussions of pros and cons of each alternative and cost estimates for each alternative evaluated. Traffic issues shall be considered with each alternative. The alternatives shall be depicted with a concept level plan/profile drawing.The preferred alternative will be advanced to 30%design during Task 8. The Consultant will work closely with the Agency through the meetings identified in Task 1.3 to identify likely solutions (project alternatives) and through engineering analysis, cost estimating, life-cycle cost evaluation, and constructability review to narrow the alternatives to a single recommended project. 6.1 Alternatives Analysis Memo and Exhibits Up to three alternatives shall be developed to a conceptual level and evaluated for cost,constructability, and long-term performance.The Consultant shall make a recommendation for the preferred alternative, including discussions of pros and cons of each alternative and cost estimates for each alternative evaluated.Traffic issues and maintenance of traffic shall be considered for each alternative. Each of the recommended alternatives shall be depicted with a concept level plan/profile and structure cross section drawing(2 sheets per alternative). Center Road MP 3.23 Exhibit A-Scope of Work Page 10 of 18 Deliverable:Alternative Concept Drawings and Alternative Analysis memo 6.1.1 Preliminary Structural Design The consultant's structural engineers will review the draft hydraulic engineering report from Task 3, and coordinate with the civil engineers to establish the necessary structure spans and preliminary structure alternatives based on stream and grading requirements.Calculations will be performed on the preliminary structure alternatives and the structural engineers will provide estimated structure weights to the geotechnical engineer and coordinate the feasibility of various foundation options for the preliminary structure alternatives. The span length and structure type will be verified and/or chosen based on a concept that is appropriate for the required opening. Design elements that will streamline the construction schedule, keep construction and life/cycle costs low, and minimize future maintenance will be considered,as well as other project priorities identified by the Agency at the preliminary discussion of options meeting. 6.1.2 Preliminary Transportation Design The Consultant shall develop up to three(3)alternatives for the roadway that will be centered around the construction phasing and maintenance of traffic.Alternatives may evaluate options such as an alignment shifted from the current that may offer advantages to construction, a temporary bypass that maintains traffic with one or two lanes of traffic at all times during construction, or a potentially a full closure. Specific alternatives to be evaluated will be determined through coordination with the Owner. The Consultant shall coordinate with the stream and structural engineers to validate the feasibility of the alternatives and provide designs based on geometry meeting the applicable standards. TASK 7-- PLANS, SPECIFICATION AND ESTIMATE (PS&E) The consultant shall not proceed with Task 7, 8, and 9 until they receive written authorization from the Agency. The general focus of this task will be preparation of the plans,specifications,and estimates of construction costs for the culvert replacement. Culvert replacement plans shall be prepared in general conformance with the WSDOT Design Manual,and the WSDOT Plans Preparation Manual.The Consultant will complete these elements of the bid package and stamp the appropriate plan sheets and specifications. The Consultant shall provide a Design Report for Agency review at each design submittal meeting RCO Manual 22 requirements.The project schedule shall accommodate an Agency review period of at least two weeks for draft work products.The Design Report shall incorporate summary information and results from Tasks 2 through 5 above, as well as include the alternatives analysis and each specific report generated under Tasks 2 through 5 among the Appendices. 7.1 Structural Design KPFF will provide structural engineering services for PS&E document preparation for the culvert replacement. (For the purpose of Initial Scoping) It is anticipated that the existing culvert will be replaced Center Road MP 3.23 Exhibit A-Scope of Work Page 11 of 18 by a prestressed concrete girder bridge approximately 60-80ft long. It is assumed for this site that wide flange deck girders with a 5" CIP topping slab will be used to expedite construction and save on construction costs. Structural design and PS&E document preparation will be in accordance with the WSDOT Bridge Design Manual 2024, the AASHTO LRFD Bridge Design Specifications, 10th Edition, the Jefferson County Design Standards, and the Washington State Standard Specifications, Amendments and General Special Provisions,current edition.Structures will be designed for the AASHTO HL-93 vehicular live load. 7.1.1 30%and 60%Structural Design Preliminary Structural design is performed under section 7.1.1 to assist with the development of the Preliminary Design Report. Once the preferred alternative is established at the conclusion of the preliminary design phase, 30% plans will be developed based on expanding the Preliminary Design.This will include a Bridge Layout sheet,Typical Section,and Foundation Plan.This task also includes refinement of the engineers estimated for the preferred alternative. For the 60% Design submittal, structural engineers will prepare a draft technical specifications outline, revised engineers estimate, and an expanded plan set. It is assumed that draft versions of a minimum of 9 of the 12 structural sheets will be included in this submittal. 7.1.2 Final Structural Design KPFF will prepare the final structural design documents for this project. Structural plans, specifications, and engineer's cost estimate will be prepared.The hours under this task include preparation of documents for the structural components of the project. Structural technical specifications will be prepared to supplement the 2025 Washington State Department of Transportation (WSDOT) Standard Specifications for Road, Bridge, and Municipal Construction. KPFF will provide all specifications required for the structural elements of the project. KPFF will provide structural drawings as necessary for the project. A total of 12 drawings are assumed, including: 1. General Structural Notes(1 sheet) 2. Structure Plan and Elevation (1 sheet) 3. Foundation Plan (1 sheet) 4. Typical Abutment Layout Sheet(1 sheet) 5. Typical Abutment Details Sheet(1 sheet) 6. Framing Plan&Typical Section (1 sheet) 7. Girder Details(3 sheets) 8. Bridge Barrier(2 sheets) 9. Bar List(1 sheet) 7.2 Civil Design The Consultant shall develop and produce plans, specifications and an engineer's estimate finalizing the construction scope of the project and verifying the selected alternative from the Concept Development phase. Center Road MP 3.23 Exhibit A-Scope of Work Page 12 of 18 The 30%plans will be developed utilizing the base map,design criteria document,and other data collected in all previous tasks to date. The consultant will perform the civil engineering analysis necessary to ensure that the roadway and roadside features meet all applicable standards and requirements of Jefferson County standards and the WSDOT Design Manual. The plans will include plan, profile and cross sections for the roadway. The Consultant shall update planning level construction cost estimates and schedule, with contingencies, at each design stage milestone based on County or WSDOT bid items and unit costs from recent bids on similar projects. The civil roadway plans will contain the following anticipated list of sheets: 1. Site Preparation Plan (2 sheets) 2. Typical Roadway Section (1 sheet) 3. Roadway Plan and Profile (up to 2 sheets) 4. Drainage Plan, Profile and Details(up to 3 sheets) 5. Utility Relocation Plan (1 sheet) 6. Temporary Traffic Detour or Bypass Plan and Profile (up to 3 sheets) 7. Temporary Erosion and Sediment Control Plan and Details(up to 3 sheets) 8. Right-of-Way Plan (1 sheet)depicting the existing ROW and TCE locations. Assumptions: • County will lead coordination with utility franchise holders. • Utility relocations to be designed by respective utility owner. KPFF will identify the final location of affected utilities and accommodations for attaching to structure, etc. 7.3 Stormwater Design The consultant will prepare the preliminary and final stormwater report,as well as the design of the stormwater facilities needed for the selected bridge replacement alternative and associated roadway improvements. Stormwater design tasks include: 1. Prepare a preliminary stormwater drainage report based on the preferred bridge replacement option: a) Prepare preliminary designs of BMPs for LID and water quality. Flow control will not be required for these improvements. b) Determine design storm for conveyance calculations and sizing. c) Document findings in preliminary stormwater report. 2. Prepare final stormwater drainage report: a) Update stormwater drainage report to include changes made for the 90%PS&E. Center Road MP 3.23 Exhibit A-Scope of Work Page 13 of 18 b) Prepare SWPPP. c) Prepare Final Maintenance Plan. Assumptions: • Compost Amended Vegetated Filter Strips(CAVFS)will be the BMP of choice to address water quality and 6PPD Quinone. Evaluation of other stormwater alternatives is not included in this scope. • The footprint of impervious surface to match existing. No flow control will be required. Deliverables: Preliminary and Final Storm water Drainage Report,pdf file 7.4 Stream Design The consultant will perform the engineering analysis necessary to ensure that the structure and stream restoration features meet all applicable standards and requirements of the WSDOT Hydraulics Manual and WDFW Water Crossing Design Guidelines using either the confined/unconfined bridge criteria or stream simulation criteria. The Stream Design will include,design of habitat elements such as natural stream alignment, pools, streambed material design and large woody material (LWM)design. LWM design will follow the USFS Rafferty design methodology typical of WSDOT projects.The volume of wood provided will meet Fox&Bolton requirements for the number of key pieces for the 75th percentile. Stability analysis will be provided for up to five log types. The plan set will be led and compiled by the stream design team, preparing the following anticipated list of sheets: 1. Cover/Vicinity Map (1 sheet) 2. Survey/Existing Conditions(1 sheet) 3. Temporary Stream Diversion Plan (1 sheet) 4. Stream &Structure Plan View(1 sheet) 5. Stream &Structure Profile View(1 sheet) 6. Stream Details(2 sheets) 7. LWM Details(2 sheets) 8. Restoration/Planting Plan (1 sheet) 9. Planting Details(1 sheet) Assumptions: • The WDFW stream simulation design approach will be utilized.Alternative design methods such as roughened channel design are not included. • A single review meeting will be required at each submittal, that will include attendees from the County, WDFW, Tribes and other stakeholders. Deliverables: Draft and Final Design Report,pdf file Center Road MP 3.23 Exhibit A-Scope of Work Page 14 of 18 7.5 Plans,Specifications and Estimate The consultant will prepare plans for the construction of the culvert replacement in general conformance with the WSDOT plans preparation manual. The consultant will be responsible for preparing the Project Specific Special Provisions(Division 2 thru 9). The Agency will prepare the Division 1 Special Provisions, boiler plate documents, and perform the final assembly of the bid package. WSDOT General Special Provisions (GSP's) will be used where applicable. Special Provisions specific to this project will be provided if the Standard Specifications and GSP's do not adequately address construction requirements. The consultant will provide an Engineers estimate of construction costs, and will fill in bid items and quantities on an agency-provided bid proposal form.The cost estimate will be broken down using WSDOT Standard Bid Items and Standard Bid Item numbers. Deliverables: 1. 30 Percent PS&E Submittal: o Preliminary drawings—pdf 11x17 electronic file o Draft Preliminary Design Report o ROM Cost Estimate • 60 Percent PS&E Submittal: o Updated drawings—pdf 11x17 electronic file o Preliminary specifications--electronic,word format o Final Preliminary Design Report o Cost estimate —electronic,excel spreadsheet format o Civil 3d/Autocad files upon request • 90 Percent PS&E Submittal(Draft Final Construction Documents): o Updated drawings—pdf 11x17 electronic file o Draft Final specifications--electronic,word format o Draft Final Design Report o Cost estimate —electronic,excel spreadsheet format • 100 Percent PS&E Submittals(Final Construction Documents): o Stamped Drawings— pdf 11x17 electronic file,electronic Autocad file o Stamped Specifications—electronic,word format,and stamped cover sheet in PDF format o Final Design Report o Cost estimate—electronic,excel spreadsheet format o Bid item list—electronic,excel spreadsheet or word format • USACE JARPA Drawings o Stamped Drawings meeting USACE JARPA standards. 7.6 Submittal Review and Review Meetings The consultant will coordinate a design submittal review meeting, in a virtual format, at each of the milestones described in Task 8.5 above.The consultant will be responsible for: • Providing submittal materials to meeting attendees,allowing for a total of 2 weeks to review and provide comment.The submittal review meeting may take place during the 2 week review period. Center Road MP 3.23 Exhibit A-Scope of Work Page 15 of 18 • Scheduling the meeting with the Agency and project stakeholders including the WDFW TRT and Tribes. • Providing a meeting agenda. • Taking notes during the meeting, distributing notes for comments,and distributing final notes to meeting attendees. • Compiling comments received into one document with the consultants response to each comment. Revisions resulting from comments received will be address in the subsequent submittal. Assumptions: • A single review meeting will be required at each submittal,that will include attendees from the County,WDFW,Tribes and other stakeholders. Deliverables: • Meeting agendas and notes. • Comment summary and responses. TASK 8-- ENVIRONMENTAL PERMITTING Environmental Permitting will be provided by Landau.The focus of this task will be to obtain environmental clearances and permits necessary for the intended work.Some permits and clearances will be obtained by the Agency and/or funding agencies(see below). Under Task No. 5 the Consultant will have determined the permits,environmental documents,and clearances required. It is anticipated that the required permits and clearances that the Consultant is responsible for will include, but may not be limited to: USACE Section 404 Permit DOE 401 Water Quality Certification WDFW Hydraulic Project Approval It is anticipated that the project will be classified as a Fish Habitat Enhancement Project,and therefore be exempt from local permits and SEPA. This project has funding from the Brian Abbott Fish Barrier Removal Board,which is managed through the Washington Recreation and Conservation Office(RCO). RCO will conduct Cultural Resources review and compliance, in coordination with the Agency. No work is anticipated by the Consultant for Cultural Resources compliance,other than potentially some minor coordination. This project has federal funding from the U.S. Fish and Wildlife (USFW) National Fish Passage Program. USFW will conduct project review under the National Environmental Policy Act(NEPA) and the Endangered,Species Act(ESA), and will obtain compliance. No work is anticipated by the Consultant for NEPA and ESA compliance,other than potentially some minor coordination. Center Road MP 3.23 Exhibit A-Scope of Work Page 16 of 18 8.1 Species and Habitat Information The consultant will obtain current species and habitat information from National Marine Fisheries Service (NMFS), U.S. Fish and Wildlife Service(USFWS),Washington Department of Fish and Wildlife (WDFW), and WDNR, as necessary for preparing the permit applications. 8.2 Impact Assessment/Restoration plans The consultant will evaluate the proposed project plans to determine the extent of temporary and permanent impacts to regulated wetlands and waters. If required to address temporary impacts, the consultant will assist the design team in developing restoration activities.These will likely include seeding and native plantings. It is assumed that the project will be self-mitigating and formal mitigation activities and monitoring will not be required. 8.3 Draft Documents and Permits The consultant will work with the design team to facilitate the production of project plans that are in the correct format for permit submittal.These plan sheets will detail the extent of in-water work, proposed permanent and temporary impacts,and restoration methods if applicable. 9.3.1 Joint Aquatic Resource Permits Application (JARPA) The consultant will prepare a draft JARPA form for review and comment by the Agency. 8.3.2 Fish Habitat Enhancement Project Hydraulic Project Approval(HPA)Supplement The consultant will prepare a draft fish habitat enhancement project HPA supplement for review and comment by the Agency. 8.4 Coordination with USFWS and RCO Consultant will coordinate with the USFWS and Washington state RCO to ensure that the completion of NEPA concurrence and Section 106 archaeological assessments coincide with the submission of the JARPA to the USACE and WDFW. This will ensure that the USACE can keep-to stated permit timeframes and not be delayed due to factors outside their control. 8.5 Final Documents The consultant will revise the JARPA,and HPA application as appropriate and submit the applications as the applicant's agent. The consultant will respond to comments and questions from the resource agencies as necessary. Deliverables: 1. Draft and final JARPA (pdf)for USACE and DOE 2. Draft and final HPA Fish Habitat Enhancement Project supplemental application (pdf) TASK 9—LOAD RATING The CONSULTANT shall perform a load rating for the structure in accordance with the latest edition of the AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating(LRFR)of Highway Center Road MP 3.23 Exhibit A-Scope of Work Page 17 of 18 Bridges,and the latest WSDOT requirements. The load rating will include rating factors for all ASSHTO trucks,Single Unit vehicles, Emergency vehicles,and the WA 105 truck. Deliverables: 1. Load Rating Report FUTURE TASKS THAT THE CONSULTANT MAY BE CONSIDERED FOR: 1. Construction support services 2. Fish Exclusion 3. As-Built Drawings GENERAL ASSUMPTIONS & EXCLUSIONS 1. Any scope of work requested or required that is not specifically identified in one of the tasks above may be considered an additional service. Prior to completing any such work, KPFF will discuss with you the need and impact on the scope and fee. 2. KPFF will be allowed unrestricted access to the project sites during the course of the project. KPFF will coordinate on site work with the Agency prior to work taking place. 3. Overhead power and telecom are present at the site; presence of buried utilities is unknown. Utility coordination efforts are to be provided by the County and is not included in this scope. 4. Cultural Resources Review will be provided by others. 5. Construction will be funded with state or local monies and the improved roadway will be limited to the existing footprint or an equivalent area.As such,this project will not be required to treat runoff for 6PPD-quinone. 6. Title report analysis for private properties adjacent to the project area are not part of this scope of work. Boundary survey and property line staking are not included. 7. The right of way shown by this survey will be based on best available record information and ties to local monuments. Property corners will not be set, and a record of survey is not part of this scope of work. 8. Permanent Easement modifications are not anticipated. If a Right of Way plan is required, it will be provided by the County. 9. Brush cutting may be necessary to complete this survey. Efforts to minimize brush cutting will be made, however line of sight between points is essential and can cause concern from occupants of the site.These efforts are a normal occurrence when surveying densely vegetated areas and are unavoidable. 10. Agency will provide Division 00 and 01 of the project manual. Center Road MP 3.23 Exhibit A-Scope of Work Page 18 of 18 EXHIBIT B I LACEY-ADMIN LACEY-BURN LACEY-ENGR I SEA-CIVIL BTRANSPORTATION I SEA-STRUC ADMIN Survey Senior CADD Senior CADD Senior Structural Structural Sr.Project Project Survey CADD Project Project Design Design SEA Senior Design Design Structural Structural Project Design Structural Ravi 1 Principal Associate Surveyor Surveyor Crew Technician Manager Engineer Engineer Technician Principal Engineer Engineer Technician Principal Engineer Engineer Engineer Drafter Admin Hours Total 6-5-25 Direct Salary $81.73 $63.47 $56.00 $45.70 $71.50 $40.00 $53.08 $42.69 $37.50 538.35 $85.81 $63.38 $44.83 I $59.60 $82.50 $71.25 $60.01 $47.70 $67.51 $36.50 Audited 0/H 149.22% I 149.22% 149.22%)149.22%I 149.22%I 149.22% 149.22%I 149.22%I 149.22%I 149.22% 149.22%I 149.22% I 149.22% I 149.22% 149.22%I 149.22%I 149.22%I 149.22%I 149.22% 149.22% Fixed Fee 1 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% Billing Rate $228.21 $177.22 $156.36 $127.60 $199.64 $111.69 $148.21 $119.20 $104.71 $101.50 $239.60 $176.91 $125.17 $166.42 $230.38 $198.94 $167.56 $133.19 $188.50 _ $101.92 ENT 1 2 r $387 de) 6/ 1 $1,33 10183 Billings 9 / 18 $3,ants 18 190429 views 10 S / $1,772 Task Total 0 77 0 0 0 0 1 2' 0 0 0 0 0 0 0 0 0 0 28 108 $16,828 ri(5%)INEERING(GEOSYNTEC) ji!/i /G%/L/1/���� !!/l Gf/i'/// �j $2.629 •(5%) Task Total 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $55,202 •IS(WSE) ////// �� $1,784 (5%) Task Total 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 $37,470 E iding ReviewNG REVIEW(LANDAU) / # Z# / /// $1 824 (5%) Task Total 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $17,304 r SURVEY(LACEY) •••raphic Base Map $0 8 80 32 j $20,963 •lies 2 16 4 $3,995 ontrol 4 8 $2,306 (signed) 4 8 $1,808 4 as ttpof WaylfCE's(4) 2 8 40 24 20 8 / $5,255 parcels) Task Total 6 26 40 24 156 52 0 0 0 0 0 0 0 0 0 0 0 0 0 0 304 $52,246 • YSIS 8,MEMO(LACEY) j i nierRemovalBoardTechnicalReviewTeam 6 TaskTotal 0 16 0 0 0 0 0 32 40 0 0 0 0 0 0 0 0 100 • YSIS ME Board TAe STRUCTURAL)eviewT ������/���/�����/������/�������//���������������/��/�������/������ L%jj 2 12 32 20 510.880 mo 8 Exhibits j ���/// /8 $398 rtier Removal Board Technical Review Team 2 Task Total 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 14 0 32 20 0 68 511,278 ALYSIS MEMO(SEA TRANSPORTATION) �� 4 12 18 6 j /�!/ ��� 51.855 mo and Exhibits 'er er R Remoo val Board Technicall Review Team 1 8 Task Total 0 0 0 0 00 1i 0 0 0 0 0 5 20 18 8 0 OI 0 0 0 0 49 $7.988 ON AND ESTIMATE(PSS.E)(LACEY) l!i / i $O PS&E) Page 1 Center Rd Fee Estimate(Audited Rates)7-3-25.xlsx EXHIBIT B i Survey Senior CADD Senior CADD Senior Structural Structural Sr.Project Project Survey CADD Project Project Design Design SEA Senior Design Design Structural Structural Project Design Structural Rev1 Principal Associate Surveyor Surveyor Crew Technician Manager Engineer Engineer Technician Principal Engineer Engineer Technician Principal Engineer Engineer Engineer Drafter Admin Hours Total 6-5-25 Direct Salary $81.73 $63.47 $56.00 $45.70 $71.50 $40.00 $53.08 $42.69 $37.50 $36.35 $85.81 $63.36 $44.83 $59.60 $82.50 $71.25 $60.01 $47.70 $87.51 $38.50 Audited Ohi 149.22% 149.22% 149.22%I 149.22%I 149.22%I 14922% 149.22% 149.22% 149.22% 149.22% 149.22%I 14922% I 149.22% 149.22% 149.22%I 149.22%I 149.22%I 149.22%I 149.22% 149.22% Fixed Fee 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% Billing Rate $228.21 $177.22 $156.36 $127.60 $199.64 $111.69 $148.21 $119.20 $104.71 $101.50 $239.60 $178.91 $125.17 $166.42 $230.36 $198.94 $167.58 $133.19 $188.50 $101.92 ) _ $0 ap 1 2 4 451,240 Conditions 1 6 4 51,211 re Plan View 4 8 12 16 $4,543 ure Profile 4 8 12 16 $4,543 _ 2 2 6 $1,173 ring Plan 1 4 14 $$279 _ 2 4 8 M=Il $1,669 esign Report 2 4 8' - -- $1,6699 $0 2 2 $412 Conditions 2 2 $412 m Diversion(TSD)Plan 2 4 2 $976 ure Plan View 4 2 10 4 11111111.1.11 $2,400 re Profile 4 2 10 4 $2,400 2 Sheets)) 2 2 8 8 EMI. $2,242 ti�cn Plan 1 2• 1 430 1 $101 lions Outline 2 2 $564 2 42 8±p $1.221 °rt 4 4• 8• 24 NMI= $4,459 1111111111.111 - $0 onditions 2 $203 +m Diversion(TSD)Plan 1 2 $380 re Plan View $412 re Profile 2 2 IIIIIII $412 •Sheets) 1 2 _ 2 MEMO $590 •heets) 4 4 12. 4 11111.1.11 $2,848 h'n�c Plan 1 2 MI 322 1 $101 lions 6 4 12 8- $3,612 eport 2 2 4 - - - 1= $1,114 •ns 1 4 148 16 2-_ $2.227 9°6 2 2 //j/ $593 2- $1 eview Meetings / 2 // Task Total 0 71 0 • 0 01, 0 74 190 134 0 0 0 0 0 0 0 0 0 14 483 $56,325 TION AND ESTIMATE(PS&E)(SEA STRUCTURAL) 1 8 28 12 160 92j $48,076 j 4 16 8 96 52 $28,033 1 4 16 $3,911 •Estimate 2 $3,309 view Meetings / 4 18 8 4 $2,657 Task Total 0 0 0 0 0 0 0 0 0 O1 0 0 0` 0 17 68 20 280 148 0 533 $85,986 ON AND ESTIMATE(PS8E)(SEA TRANSPORTATION !I - __ � _ - $0 //////7/ (2 sheets) 2 6 8 8 $3,873 'on(1 sheet) 1 2 4 3 $1,593 /j :tails(up to 3 sheets) / 3 8 11 10 / $5,175 Page 2 Center Rd Fee Estimate(Audited Rates)7-3-25.xlsx EXHIBIT B • Survey Senior CADD Senior CADD Senior Structural Structural Sr.Project Project Survey CADD Project Project Design Design SEA Senior Design Design Structural Structural Project Design Structural Rev1 Principal Associate Surveyor Surveyor Crew Technician Manager Engineer Engineer Technician Principal Engineer Engineer Technician Principal Engineer ,Engineer Engineer Drafter Admin Hours Total 6-5-25 Direct Salary $81.73 $63.47 " $56.00 $45.70 $71.50 $40.00 $53.08 $42.69 $37.50 $36.35 $85.81 $83.36 $44.83 $59.60 $82.50 $71.25 $60.01 $47.70 $87.51 $36.50 Audited OM 149.22% I 149.22% 149.22%1149.22%1149.22% I 149.22%, 149.22%1149.22%1149.22% I 149.22% 149.22%I.149.22% 1149.22%. 149.22%' 149.22%1149.22% 1149.22%1149.22%1149.22% 149.22% , Fixed Fee " 30% 30%. 30% 30% ,30% 30% 30% 30% 30% 30% 30% 30% 30% ' ' 30% .. 30% 30% 30% 30% 30% 30% Billing Rate $228.21 $177.22 $156.36 $127.60 $199.64 $111.69 $148.21 $119.20 $104.71 $101.50 $239.60 $176.91 $125.17 $166.42 .$230.36 $198.94 $167.56 $133.19 $188.50 $101.92 'Ian 1 sheet j 1 3 3 j $1,645 Detour or Bypass Plan and Profile(up to 3 sheets) 5 14 19 16 $8,716 4 and Sediment Control Plan and Details(up to 3 sheets) 4 9 13 11 $6,008008 nment Plan(1 sheet) 4 9 12 12 $6,050 17 44 60 52 $28,021 12 28 40 35 $18,660 6 14 20 20 $9,746 2 6 10 imateRevie Meed Report tings 90) A 10 35 400 4 A/±ii 12 Task Total 0 0 0 0 0 0 0 0 0 0 82 202 287 184 0 0 0 0 0 0 755 $121,929 9MITTING(LANDAU) jG%//�l/ l �!/����j���j/l//%'///��j/����/ jj��I�/��j���jj���jj/jjjj�/jj�j�j��jjj/j�jjjjjj�jj��jji $1$6707 (5%) Task Total 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $14,070 TRUCTURAL) / � �� 2 6. 8 -- - 32 0 V������������������������ $7,257 Task Total 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 6 8 32 0 0 48 $7,257 PROJECT TOTALS: _ _ 6 190 40 24 156 52 0 107 236 142 87 222 305 190 21 88 28 344 168 42 2448 $495,953 $500 RT Miles $/mi #trips Total $4,800 ' 180 $0.64 4 $460.80 _ $125 96 $0.64 2 $122.88 _ $0 $0 $ - -0 $5,425 / AA(PH 1) Task 1 $16,828 1 Task 2 $55,202 $501,378 Task 3 $37,470 Task 4 $17,304 Task 5 $52,246 Task 6 $12,069 ' $11,278 lary+Direct Salary'(Audited OM+Fixed Fee) $7,988 to(2023-2024) _ PS&E(PH 2) Task 7 $56,325 ' , $85,986 $121,929 Task 8- $14,070 Task 9 $7,257 I _ $495,953 without reimbursable budget - Page 3 Center Rd Fee Estimate(Audited Rates)7-3-25.xlsx EXHIBIT B Task 2 Subconsultant Center Road MP 3.23 Culvert Replacement Project Management Plan Job Number. Date Authorized: TBD Project Manager. AJH Budget: $ 52,573 Overhead Rate 208.20% Target Completion Date: 12/31/26 Profit 30.00% Labor Budget Basis in Hours Project Sr.Staff Technical Project Tide Principal Professional Professional Designer Editor Analyst Other Total Direct Labor Rate $75.23 $60.40 $45.31 $44.95 $40.04 $46.15 Labor Charges Task Work Element AII-Inrhsive Race -3354.13E -$G427` :1:153.24_ $152.02.', $.135.42, ;5156.08.`: Budget (ODC) Subs Task 2-Geotechnical Analysis 2.1 Subsurface Emloradons 7 16 42 2 4 $ 12,414 $ 530 $ 17.917 2.2 Laboratory Testing 0.5 I 2 $ 638 $ 1.630 2.3 Geotechnical Engineering Analyses and Alternatives Evaluation Support 12.5 19 I 1 2 $ 9.059 2.4 Geotechnical Reporting 9.5 24 14 4 2 $ 10.385 Subtotals ;,295-.. �60: < .:6R .;..{6 'I -, (`8 , ,. �'32.4% $ 531Y $ .i.'19,547' Total Subs include:Driller-$12,989;Traffic Control-$4.400;Private Utility Locator-$528;Lab Testing-$1.630 ODCs include:Field vehicle,field equipment,I night lodging.I day per diem Geosyntec Consultants,Inc Pate I of 4VoNend_Pmjem1202SProjeeaWWGeoXX-fely a County Center ncoAConvomMopa,dMnc.cMcpea PMP Template-,er Grarynnnl nnu..br EXHIBIT B Task 4 Subconsultant Project Number: Save as new file _ , If there Is a carrying charge multiplier for Subcontractors,enter the multiplier In shaded cell AM11 In the following Project Name: Center road Culvert Schedule format:1.025 if the multiplier is 2.5%(1.120 Is the default-use 1.000 If there Is no multiplier);sub charges will Prepared By: Nicole Foster Standard Ratos Compensation 5chedu3ofor.2025. sum in hidden column AL;the carrying charge will calculate In"Subcont.Total"in column AK. Reviewed By: 8MB ADD,RENAME,and COLOR CODE Non-Labor.Analytical Lab,ODC,and other tabs per task.as appropriate.In accurately r Date: 3/17/2025 LINK TAB EXPENSE TOTALS to their respective task and be sure to sum up Non-Labor tabs Red highlighted cell Indicates that there is a summation error in this task.Check any added rows for missing or erron Wean hlghugmed ceti malcates mat mere is no summauon error. Other Direct Costs:Add additional ODC,as necessary.Includes all external project rentals,disposables,and hardware.If it g LAI Cost Development Tools/Example Sub Quo X:1000 COST DEVELOPMENT TOOLS INTERNAL COSTS EXTERNAL COSTS TOTAL Landau Labor(hours) SubconsultantslSubcontractors/Other Direct Co tither Senior Senior Senior GIS Analyst/ Staff/ Data CAD/ Prof Assistant/ Supper Total Taal Non-Labor Non-Labor Landau Ut0ily Geephys Analytical Direct Subeord. Task Prinn Penn Assoc Assoc Senior Project Project CAD Design Sr Staff Sr Tech II Specialist GIS Tech Coord Sr Tech I Technician Staff Lbr Hrs Lbr$ Equip 8 Disposable Per Diem Total$ Driller Locate Survey Lab Cosa Total Total Iasi( !fang Hate: SJ/s $39d SLcU SA/ 4,22a 0u1e9 Sl t6 slut slot 9194 $12r blab Slob 5135 51U5 Slus Umce 5 A O PE I E - . _ .. _-_. _. __ ►_... _•__. _.,__ . 5.1 Site Assessment 10 10 2 $4,788 _$180 $300 $5,288 $0 S0. SO $5,288 5.2 Wetland Determinalien/Delineation Report 4 30 4 3 $7,713 $7,713 SO $7,713 5.3 General PM 2 8 8 1 52.991 $2,991 $0" $2,991 1.4 $0 $0 SO $O 1.5 S0 SO SO SO 1.8 El SO $0 SO Subtotal Task 1 0 0 18 0 0 48 0 0 0 0 0 0 4 0 8 0 7 $15,491 $180 $300 $15,972 SO $0 $0 $0 $0 SO 515,972 9 ENVIRONMENTAL PERMITTING _ 9.1 Species end Habitat Information 1 $199" $199 $0 E199 9.2 Impact Assessment/Restoration pans 2 _ - 8 $1,754 $1.751 _ S0 $1,754 9.3 Draft Documents and Permits 2 1 9 $1,909 $1,908 SO $1,909 9.3 JARPA/SPIFF 6 4 16 $3,493 $3,493 50 $3,493 9.4 Fish Habitat Enhancement Praiect HPA supplement 2 8 $1,754 _ _ $1,751 $0 $1,754 8.3 Coordination with USFWS end RCO 2 8 $1,754 __ $1,754 $0 $1,754 9.3 Final Documents 2 1 - 12 $2,550 $2,550 $0 $2,550 Subtotal Task 2 0 0 16 0 0 4 0 0 0 0 0 0 5 0 0 0 82 $13,414 $0 S0 813,414 $0 $0 $0 $0 $0 S0 613,414 3. 3.1 $0 S0 S0 SO 3.2 $0 ,$0 $0- _ $0 3.3 $0 SO SO 5a 3.4 _ $0 SO so SO 3.5 $0 SO _ $0 SO 3.6 $0 $0 SO SO Subtael Task 3 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 $0 $0 $0 $O S0 $0 $0 $0 SO SO $0 TOTAL ALL TASKS o 0 32 0 0 89 0 0 0 0 0 0 9 0 ' 8 0 138 $28,905 $180 $300 $29,385 $0 $0 $0 $0 $0 $29,385 • 7n¢025 el:Waredecwoopepeealaenplalelcenlerroadree SchedWe A-202s Landau Associates �R` EXHIBIT B _Accounting Page 1 of 2 Task 4 Subconsultant ASSOCIATES Landau Associates,Inc.Field Equipment!Supply Billing Record Project Name Project Number Week Ending EQUIPMENT Rate($) Enter How Many Item Code (Rental cost as of December 2024) D: Week Month 3-Months 6-Months Da Week Month 3-Months 6-Months Chan• Daily Field Equipment Charges(Misc.tools/supplies) 32 96 288 IIIIIII . 5284 $0.00 Daily Vehicle Usage Charges(excluding meeting transport 60 M 5141 $0.00 Air Velocity Meter 50 150 450 5247 $0.00 Meter-Dwyer Manometer series 475 Mark III 20 60 180 5275 $0.00 TEl VelociCalc Thermal Anemometer 20 60 180 5508 $0.00 Anderson Sampler 70 210 630 5278 $0.00 Flow Reslrictor 15 45 135 5224 $0.00 A Magnehelic Gage Set 30 90 270 5250 $0.00 Moisture Meter 30 90 270 5222 $0.00 R Hydrophone Kit(CRIA) 500 1500 4500 5322 $0.00 / 1111 SolarArra 175 500 5520 $0.00 N LD Lxt Sound Level Meter 200 600 1800 4,000 6,000 5514 $0.00 o I B&K Sound Level Meter 300 900 2700 6,000 9,000 5516 $0.00 S Vibration Meter 200 600 1800 4,000 6,000 5517 $0.00 E Data Dashboard 0 100 350 5518 $0.00 CadNA(software,PER PROJECT) 300 5515 $0.00 E Air Meter-GasCheck G2-Helium Gas 80 240 720 5316 $0.00 Q Sub-Slab Sampling Vapor Pin Kit and Shroud 50 150 450 5005 $0.00 u'Rotohammer Milwaukee(Large) 70 210 630 5006 $0.00 1 Rotohammer DeWalt(Small) 40 120 360 5007 $0.00 p Angle Grinder(including grinding wheels) 20 60 120 5511 $0.00 Driver-% Impact(Cordless DeWalt) 30 90 270 5010 $0.00 Cordless Drill 15 45 135 5011 $0.00 Pump-Hi Volume Pump(Air)Thomas and GAST 20 60 180 5267 $0.00 Air Corrosivily Test Kits(cabinet,solar panel,controller-4 availablM 65 200 5323 $0.00 Rotometer(1 to 20 LPM) 5 15 45III 5219 $0.00 Air Compressor 50 150 450 5202 $0.00 Bailer-Stainless Steel/PVC 10 30 90 5206 $0.00 Groundwater-Datalo..ers/TransducersBarologger-Day/Wk/Mo 20 60 150 300 600 5226 $0.00 B Water Test Kit(Hach-Iron,H202,Chrome)(Each Test 5 5232 $0.00 R Meter-DO(dissolved oxygen) 55 165 495 5242 $0.00 Meter-ORP(Cole Parmer)8 Turbid.(HACH) 55 165 495 5259 $0.00 N Meter-Cole Parmer(pH/cond/temp) 55 165 495 5245 $0.00 D Meter-YSI(flow cells is a separate charge) 150 350 650 5256 $0.00 W Flow Cell-Low Flow Groundwater 20 50 180 5239 $0.00 A Meter-Turbidity(MicroTPW,geotech or HACH) 75 185 500 _ _ 5215 8n nn T Mixer-55 gallon Drum Mixer 95 300 900 5145 $0.00 ROil-Water Interface Indicator 65 195 585 5252 $0.00 / Poly-Tank or Drum(30 gal.) 10 30 90 5304 $0.00 R Pump-Portable Bladder(QED) 60 180 540 5260 $0.00 E Pump Controller-Bladder(QED MP-10) 110 300 850 5261 $0.00 N Pump Controller-Bladder(QED MP-10H) 200 500 1300 5521 $0.00 E Pump Controller-Bladder(QED MP-15) 120 320 950 5522 $0.00 A Pump-Honda 1" 30 90 270 5317 $0.00 T Pump-Honda 1.5" 40 120 360 5265 $0.00 I Pump-Honda 3" 55 165 495 _ 5004 $0.00 0 Pump-Peristaltic 40 120 360 5264 $0.00 N Pump-Purge 12 Volt-whaler 15 45 135 5271 $0.00 E Pump-Purge 12 Volt-Proactive(Typhoon,Monsoon) 70 160 480 5008 $0.00 I7 Pump-Wattera Actuator-Hydrous 2 100 300 900 5012 $0.00 u Redi Flow 2 Controller ONLY 80 160 600 5270 $0.00 I Surge Blocks 3 10 30 5236 $0.00 P Water Level Indicator 30 90 270 5225 $0.00 .-IJn'ection IQ 225 675 2025 5200 $0.00 Bladder Tank 225 675 2025 5201 $0.00 AMS Drive Point Well Screen Kit(damaged screens paid for by pr 150 450 1350 5512 $0.00 Meter-HAZ-DUST 1 Particulate Monitor 100 300 900 5244 $0.00 Landtec GEM 5000 Landfill Gas Meter 290 650 1900 5009 $0.00 Meter Multi-Gas _ 95 285 _ 855 5240 $0.00 Meter-PIDs 140 300 _ 900 5248 $0.00 P Meter-Noise Level(H&S use only) 30 90 270 _ 5203 $0.00 P Pump-Draeger or MSA Hand Pump 25 _ 75 225_ 5263 $0.00 E•Respirator 5 15 45 5210 $0.00 Traffic Cones(per set of 10) 15 40 120 5216 $0.00 No Parking Signs(each) 10 30 90 5309 $0.00 Traffic Signs Rollup(3 sets of 3)Road/Shoulder/Closed 50 150 450 5217 $0.00 Weather Station 60 150 _ 450 5144 $0.00 Waders 10 30 90 5303 $0.00 D Forage Fish Egg Gravity Separator(i.e.Blue Bowl,etc) - 50 150 400 5030 $0.00 I'EkmanGrab 45 135 405 5282 $0.00 EI Fathometer 20 60 180 5258 $0.00 N Water Sampler-Wildco Horizontal 35 75 150 5280 $0.00 T Sediment-Piston Corer 80 240 720 5306 $0.00 Sludge Judge 50 150 450 5146 $0.00 E Stream Flow Meter(Pygmy Flow Meter) 50 150 450 5273 $0.00 Q Surber Benthic Sampler . 50 150 450 5279 $0.00 u Surface Water Sampler Pole 25 75 225 5300 $0.00 i Wetland Field Kit(Munsell,shovel,ID guides,etc.) 30 90 270 5307 $0.00 Bentonite Mud Balance and Sand Content 5 15 45 5230 $0.00 : Ens Field Test Kit-PCB/TPH 100 300 900 5238 $0.00 r LANDAU EXHIBIT B _Accounting Page 1 of 2 x ASSOCIATES Task 4 Subconsultant Landau Associates,Inc.Field Equipment/Supply Billing Record Project Name Project Number Week Ending Scale for Soil-Field Gram and Pound 10 30 90 5231 $0.00 E Soil Auger-AMS 2"solid flight&puller(wo/elect gen&rotoham) 180 540 1620 5020 $0.00111 G Soil Hand-Auger Equipment 35 100 300 5288 $0.00 U-UV Lamp 15 45 135 5229 $0.00 ,,Water Flow Meter 60 150 450 5249 $0.00 Camera-Video 35 100 300 5294 $0.00 Camera,Digital 10 30 90 5302 $0.00 Camera-Digital Endoscope/Downhole Well Camera(50') 100 250 500 5523 $0.00 Drone Survey(equipment only,labor additional$) 100 ® 5290 $100.00 GoPro-Downhole Digital Camera(waterproof-Bluetooth) 45 135 400 5295 $0.00 Verizon-Broadband Computer Internet Card 8 24 72 5143 $0.00 Canopy-10'x 10' Pop-Up 50 150 450 5212 $0.00 Computer,Portable 35 100 300 5507 $0.00 Autolevel with Tripod and Rod 80 240 720 5204 $0.00 Generator-Honda EZ3500orEU2000i 60 180 540 5214 $0.00 GPS-Trimble R1 with tablet or ProXRS/GeoXT/GeoXH 85 255 765 5237 $0.00 GPS-Trimble DA2 160 480 1470 0.5 5524 $80.00 GPS-Trimble DA2 High Accuracty Setting(per hours used) 100 5525 $0.00 Hand Level 5 15 45 5205 $0.00 Shop Vacuum 20 60 180 5142 $0.00 Weed Whacker/Brush Cutter 40 120 360 5310 $0.00 Magnetic Metal Detector - 45 135 405 5318 $0.00 Jon Boat with Outboard Motor(nay waters) 1250 2500 7500 5325 $0.00 Jon Boat without Outboard Motor 250 750 2250 5326 $0.00 Canoe with Outri••ers 125 375 1125 5324 $0.00 Rental Equipment Subtotal ',180.00 Enter DISPOSABLES Rate 'Now _ 'temCode• -�,Ch_a_rges Notes . Many - ' . - - Absorbent Pads(18"by 18") 0.75 each 5297 $0.00 Gloves,Nit rile 0.30 each 5299 $0.00 A L A N D A U EXHIBIT B Accounting Page 1 of 2 ASSOCIATES Task 4 Subconsultant Landau Associates,Inc.Field Equipment/Supply Billing Record Project Name Project Number Week Ending Gloves,Atlas&Scorpio 6.50 pair 5299 $0.00 Gloves,Solvex-Elbow 10.00 pair 5299 $0.00 'Gloves,SolVex-Standard 8 pair 5299 $0.00 Protective Suit,Saranex 19.00 each 5299 $0.00 Protective Suit,Tyvek 9.00 each 5299 $0.00 Protective Boot Cover,Tyvek 1.00 pair 5299 $0.00 Protective Boot Cover,PVC 6.00 pair 5299 $0.00 Respirator Cartridges Organic Vapor+P100 35.00 pair 5297 $0.00 Respirator Cartridges Organic Vapor ONLY 20.00 pair 5299 $0.00 Cassette Media MCE(pcm) - 1.00 each 5299 $0.00 Zefon Spore Trap Media 10.00 each 5299 $0.00 Ice(per bag) 6.00 bag 5297 $0.00 'Air-O-Cell Mold Sampling Cartridge 6.00 each 5297 $0.00 Asbestos Drywall Cutter Sleeve 3.00 each 5297 $0.00 . ,Bailer-Rope 0.10 foot 5297 $0.00 .'Bladder QED Disposable 7.00 each 5297 $0.00 Brass Locks 12.00 each 5297 $0.00 .Buckets 5.00 each 5297 $0.00 Disposable Bailer-1.6"diam,1 L 5 each 5297 $0.00 Disposable Bailer-0.5"diam 5 each 5297 $0.00 Easy Draw Syringe 2.25 . each 5297 $0.00 Encore Sampler 9.50 each 5297 $0.00 Free Product Sampler 3.00 each 5297 $0.00 •Locking Well 2'MWSS J-Plug 23.00 each 5297 $0.00 ht.Locking Well Seal(2-inch) 13.00 each 5297 $0.00 I.Groundwater Filter(45 micron) 19.00 each 5297 $0.00 S Peristaltic-Fittings 2.30 each 5297 $0.00 C Peristaltic-Master Flex Tubing 5.00 foot 5297 $0.00 .'LDPE"Poly"Tubing 5/8 inch 0.45 foot 5297 $0.00 LDPE"Poly"Tubing 1/2 inch 0.35 foot 5297 $0.00 S LDPE"Poly"Tubing 3/8 inch 0.30 foot 5297 $0.00 U.LOPE"Poly'Tubing 1/4 inch 0.25 foot 5297 $0.00 P HDPE"High Density Poly'Tubing 5/8 inch 0.60 foot 5297 $0.00 P'Teflon Tubing 1/4"OD 2.60 foot 5297 $0.00 L Qwater Well Developer 32.00 each 5297 $0.00 I.Spray Marking Paint 6.00 each 5297 $0.00 E;Soil Sample Chip Trays 4.00 each 5297 $0.00 S Survey Flagging 3.00 each 5297 $0.00 Survey Stakes 0.70 each 5297 $0.00 Tedlar Bags 1 Liter 16.00 each 5297 $0.00 i Helium Gas(vapor pin and shroud testing) 15.00 test 5297 $0.00 '" Shroud Fittings 30.00 test 5297 $0.00 Vapor Pin Sleeve and Cap 2.25 each 5297 $0.00 Wattera Foot Valve(Lg,D-25) 25.00 each 5297 $0.00 'Wattera Foot Valve(small) 12.00 each 5297 $0.00 Wattera Surge Block(2"-attachment to Watterra Foot Valve) 13.00 each 5297 $0.00 _ Wetland Stake 0.20 each 5297 $0.00 .YeastExtract(perpound) 8.00 pound 5297 $0.00 Yeast Extract(per bag) 300.00 each 5297 $0.00 'DVD 2.00 each 5412 $0.00 CD-ROM 2.00 each 5408 $0.00 Disposables Subtotal $ - Total Supply Billing: $180.00 *Note: •Daily units to be charged in 1/2 day increments. Daily rates will be charged unless specified weekly or monthly. Signature Date Fully updated on 12/5/24 by DSB&KJR. Additions as necessary through the year. \\edmdata02\Data\Sharedoc\000Field\000 Budgets\Equipment Rental Rate Adiustments Supply Billing Form\2020+ Equipment Rate Comparisons-December 2019.xisx s • EXHIBIT B Updated 12/6/24 Task 4 Subconsultant OFFICE Rate Unit How:Many : Charges Copies—B&W 0.12 Page $0.00 Copies—Color 0.50 Page $0.00 CDs/DVDs 2.00 Each $0.00 VEHICLES Mileage 0.700 Mile 429 $300.30 Per Diem Projects Lodging (location dependent) 150.000 Per Night $0.00 Non-Per Diem Projects ` . Lodging 150.000 Per Night $0.00 i-ooa (I'M aeciaes wnat is acceptable, min 75.00 Per Day $0.00 TOTAL LANDAU OFFICE-MILEAGE-LODGING -FOOD' $300.30 EXHIBIT B Task 3 Subconsultant WATERSHED Estimate of Professional Services SCIENCE & ENGINEERING Prepared for: KPFF 506 2nd Avenue, Suite 2700 Project: Chimacum Creek Center Road Seattle, WA 98104 Jefferson County, WA Tel. (206) 521-3000 Date: 6/7/2025 Prepared By: Chris Frei Hours TASK DESCRIPTION Sr.Prof. Sr.Eng.I 3taff Enginee Junior Eng I ontract Admi Totals 3. Hydraulic Analysis 3.1 Data Collection and Review 2 4 $1,089 3.2 Site Inspection 8 8 $3,109 3.3 Hydrology 2 8 $1,270 3.4 Hydraulic Analysis 8 60 12 $12,645 3.5 Alternative Concept Support 2 16 24 4 $8,436 3.6 Hydraulic Report 2 8 20 $5,471 3.7 Project Meetings/Admin 10 4 6 $3,509 Total Labor $35,529 Total Hours 4 52 122 24 6 Direct Labor plus 1.4686 OH and 0.30 Profit $246.25 $232.94 $155.73 $119.80 $92.75 Direct Expense Detail Units Rate Cost Travel 225 $0.700 $157.50 Total $157.50 Cost Summary Total Labor $35,529 Total Direct Expenses $158 Total I $35,686 Department of Public Works O Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Josh Peters, County Administrator From: Monte Reinders, P.E., Public Works Director/County Engineer Agenda Date: August 11, 2025 Subject: Professional Services Agreement with KPFF Consulting Engineers for Center Road MP 3.23 Culvert Replacement, County Project No. 18020990 Statement of Issue: Professional Services Agreement with KPFF Consulting Engineers of Lacey, Washington for engineering services for Center Road MP 3.23 Culvert Replacement. Analysis/Strategic Goals/Pro's Et Con's: Center Road MP 3.23 Culvert Replacement is a transportation improvement project included in the officially adopted 2025-2029 Transportation Improvement Program (TIP) as Item No. 21. The project will replace the fish barrier culverts at this location with a new fish-passable structure. Jefferson County secured funding from the Fish Barrier Removal Board (FBRB) and the National fish Passage Program for project design in 2024. This Professional Services Agreement is for civil, structural, geotechnical, and hydraulic engineering services, surveying, permitting, and preparation of preliminary and final design. Fiscal Impact/Cost Benefit Analysis: The maximum amount payable under this agreement is $501,378.00. The total grant funding is $640,192 ($524,792.FBRB and $115,400 NFPP) and this will provide 100% funding for the consultant agreement. Recommendation: Public Works recommends that the Board execute the two (2) attached originals of the Professional Services Agreement with KPFF Consulting Engineers, and return one (1) original to Public Works for further processing. Department Contact: Mark Thurston, P.E., Project Manager, 385-9160. Reviewed By: r © - i a( Josh eters, County Administrator Date CONTRACT REVIEW FORM Clear Form (INSTRUCTIONS ARE ON THE NEXT PAGE) CONTRACT WITH: KPFF Consulting Engineers Contract No: PW2025-063 Contract For: Center Road MP 3.23 Culvert Replacement Term: COUNTY DEPARTMENT: Public Works Contact Person: Mark Thurston,Chris 3pall Contact Phone: 'Ext.210,Ext.206 Contact email: mthurston@co.jefferson.wa.us,cspall@co.jefferson.wa.us AMOUNT: $501,378.00 PROCESS: — Exempt from Bid Process Revenue: 180000010.33402.73,18000010.33115.06 Cooperative Purchase Expenditure: 1eo.000.010.59500.41 _ Competitive Sealed Bid Matching Funds Required: Small Works Roster Sources(s) of Matching Funds RCO-FBRB,NFPP — Vendor List Bid Fund# — RFP or RFQ Munis Org/Obj • Other: Consultant Selection APPROVAL STEPS: STEP 1:DEPARTMENT CERTIFIES COMPLIANCE WITH JCC 3.55.080 AND CHAPTER 42.23 RCW. CERTIFIED: E N/A:® =� ,,,e 7- 3- z 5' Signature Date STEP 2: DEPARTMENT CERTIFIES THE PERSON PROPOSED FOR CONTRACTING WITH THE COUNTY (CONTRACTOR) HAS NOT BEEN DEBARRED BY ANY FEDERAL, STATE, OR LOCAL AGENCY. CERTIFIED: 1 '" . N/A: E l; 7—3-as— Signature Date STEP 3: RISK MANAGEMENT REVIEW(will be added electronically through Laserfiche): Electronically approved by Risk Management on 7/10/2025. STEP 4:PROSECUTING ATTORNEY REVIEW (will be added electronically through Laserfiche): ‘/ Electronically, approved as to form by PAO on 7/10/2025. Pre-approved PSA county contract. No PAO signature needed. STEP 5: DEPARTMENT MAKES REVISIONS & RESUBMITS TO RISK MANAGEMENT AND PROSECUTING ATTORNEY(IF REQUIRED). STEP 6: CONTRACTOR SIGNS STEP 7: SUBMIT TO BOCC FOR APPROVAL 1