Loading...
HomeMy WebLinkAbout091619_ca03 Department of Public Works O Consent Agenda Page 1 of 1 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Philip Morley, County Administrator From: Monte Reinders, P.E., Public Works Director/County Engineer ,f4 Agenda Date: September 16, 2019 Subject: Professional Services Agreement with KPFF Consulting Engineers for Thorndyke Road MP 4.71 Culvert Replacement, County Project No. 18020580 Statement of Issue: Professional Services Agreement with KPFF Consulting Engineers of Lacey, Washington for engineering services for Thorndyke Road MP 4.71 Culvert Replacement. Analysis/Strategic Goals/Pro's Et Con's: Thorndyke Road MP 4.71 Culvert Replacement is a transportation improvement project included in the officially adopted 2019-2024 Transportation Improvement Program (TIP) as Item No. 11. 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) for project design in July 2019. This Professional Services Agreement is for civil, structural, and geotechnical engineering services, and will include geotechnical investigation and report, hydrology/hydraulics analysis and report, permitting review, and preparation of a preliminary design report/alternatives analysis. Fiscal Impact/Cost Benefit Analysis: The maximum amount payable under this agreement is $100,550.00. The FBRB grant amount is $198,313 and will fund 100% of this Agreement. Recommendation: Public Works recommends that the Board execute all three (3) originals of the Professional Services Agreement with KPFF Consulting Engineers, and return two (2) originals to Public Works for further processing. Department Contact: Mark Thurston, P.E., Project Manager, 385-9160. eview- 2 ;4z , /' I\ 0 219 ' 0 //2 ilip Mork , Co my Admini - • Date PROFESSIONAL SERVICES AGREEMENT FOR Engineering Services for Culvert Replacement Thorndyke Road MP 4.71,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 Thorndyke Road MP 4.71. Services will include civil and structural engineering, geotechnical engineering, hydrology and hydraulic analysis, and environmental permitting assistance. The primary purpose of the project is to correct a fish passage barrier. 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 $100,550.00 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. Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 1 of 10 1 t 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. 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. Consultant shall indemnify and hold harmless the County, its officers, and employees, from and against all claims, losses or liability, or any portion thereof, including reasonable attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Consultant's own employees, or damage to property occasioned by a negligent act, omission or failure of the Consultant. Consultant shall be liable only to the extent of Consultant's proportional negligence. The Contractor specifically assumes potential liability for actions brought against the County by Contractor's employees, including all other persons engaged in the performance of any work or service required of the Contractor under this Agreement and, solely for the purpose of this indemnification and defense, the Contractor specifically waives any immunity under the state industrial insurance law, Title 51 R.C.W. The Contractor recognizes that this waiver was specifically entered into pursuant to provisions of R.C.W. 4.24.115 and was subject of mutual negotiation. 8. Insurance. Prior to commencing work, the Contractor 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 Professional Services Agreement, Contract B, Version I, Risk Legal Review Date 04/30/2018 Page 2 of 10 1 � and property damage, unless a greater amount is specified in the contract specifications. 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 Contractor 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 Contractor's sole expense. The Contractor agrees the Contractor'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 Contractor 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. Professional Services Agreement, Contract B, Version I, Risk Legal Review Date 04/30/2018 Page 3 of IO 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 requirements be construed to conflict with or otherwise limit the obligations concerning indemnification of the County. The Contractor'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 Contractor'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 Contractor until the Contractor 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 Contractor'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. Professional Services Agreement. Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 4 of 10 • The Contractor'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. The Consultant shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors 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 Contractor 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 Contractor 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 Contractor 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 subcontractor that does not have their own worker's compensation and employer's liability insurance. The Contractor 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. Professional Services Agreement, Contract B. Version I, Risk Legal Review Date 04/30/2018 Page 5 of 10 If the County incurs any costs to enforce the provisions of this subsection, all cost and fees shall be recoverable from the Contractor. 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 Contractor specifically has the right to direct and control Contractor's own activities, and the activities of its subcontractors, 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 Contractor 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 subcontractor to perform is no defense to a breach of this Agreement. The Contractor assumes responsibility for and all liability for the actions and quality of services performed by any subcontractor. Every subcontractor must agree in writing to follow every term of this Agreement. The Contractor must provide every subcontractor's written agreement to follow every term of this Agreement before the subcontractor can perform any services under this Agreement. The County Engineer or their designee must approve any proposed subcontractors in writing. Any dispute arising between the Contractor and any subcontractors or between subcontractors must be resolved without involvement of any kind on the part of the County and without detrimental impact on the Contractor'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 Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 6 of 10 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, 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 Countyreserves the right to terminate this Agreement at anytime bygiving g 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 612 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 Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 7 of 10 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 • 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. Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 8 of 10 27. No Assignment. The Contractor shall not sell, assign, or transfer any of rights obtained by this Agreement without the express written consent of the County. 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 Contractor 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 Contractor further agrees that upon receipt of any written public record request, Contractor 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 I, Risk Legal Review Date 04/30/2018 Page 9 of 10 DATED this day of , 20 JEFFERSON COUNTY BOARD OF COMMISSIONERS K/'FF C,S615,4ter S Name of Consultant Kate Dean, District I /t'6/ A S/ee,' Consultant Representative lease int) David Sullivan, District 2 (Signature) Greg Brotherton, District 3 /-7/1) Title f f-17 Date Approved as to form only: PRE-APPROVED CONTRACT FORM(111\ Philip C. Hunsucker Date Chief Civil Deputy Prosecuting Attorney C ?' 5 ' 7 Mo einders, P.E. Dat Public Works Director/County Engineer Professional Services Agreement. Contract B, Version I. Risk Legal Review Date 04/30/2018 Page 10 of 10 • Client#:25326 KPFFINCO DATE(MM/DD/YYYY) ACORD, CERTIFICATE OF LIABILITY INSURANCE 6/18/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Katie Kresner NAME: Greyling Ins.Brokerage/EPIC PHONE (A/C,No,Ext):770.552.4225 FAX (AIC,No): 866.550.4082 3780 Mansell Road,Suite 370 E-MAIL SS: Katie.Kresner@greyling.com Katie.Kresner lin com ADDREy Alpharetta,GA 30022 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:National Union Fire Ins.Co. 19445 INSURED INSURER B:The Continental Insurance Company 35289 KPFF, Inc. INSURER C:New Hampshire Ins.Co. 123841 1601 5th Ave Lloyds of London INSURER D: Y Suite 1600 INSURER E: Seattle,WA 98101 INSURER F: COVERAGES CERTIFICATE NUMBER: 19-20 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP WLIMITS LTR INSR VD POLICY NUMBER (MM/DD/YYYYL(MMIDD/YYYYL -- A X COMMERCIAL GENERAL LIABILITY 5268336 04/01/2019 04/01/2020 EACH OCCURRENCE $1,000,000 DD CLAIMS-MADE X OCCUR PREMISES Eaoccurrence) $500,000 MED EXP(Any one person) $25,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 7 POLICY X JECT LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY 9775930 04/01/2019 04/01/2020 deDn INGLELIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) $ B X UMBRELLA LIAB X OCCUR 6050399824 04/01/2019.04/01/2020 EACH OCCURRENCE $10,000,000 x EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$0 $ C WORKERS COMPENSATION 022298245(AOS) 04/01/2019 04/01/2020 X STATUTE ERH _ AND EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVEIY/N 022298244(CA) 04/01/2019 04/01/2020 E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Professional/ B0146LDUSA1804384 10/10/2018 10/10/2019 Per Claim $10,000,000 Pollution Liab Aggregate$10,000,000 SIR$250,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: Jefferson County,Thorndyke Road MP 4.71. Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof,we will endeavor to provide 30 days'written notice(except 10 days for nonpayment of premium)to the Certificate Holder. CERTIFICATE HOLDER CANCELLATION Jefferson CountyDepartment of SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE p THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 623 Sheridan Street Port Townsend,WA 98368 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1643927/M1488491 KKRE 1 • Exhibit A Scope of Work Thorndyke Road MP 4.71 Culvert Replacement: Preliminary Design Report OBJECTIVE The objective of this Agreement is to provide professional services to Jefferson County (the County) necessary to develop alternatives and determine a preferred road alignment for the replacement of two side-by-side fish passage barrier culverts at milepost(MP)4.71 on Thorndyke 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 an option at this site so a temporary bypass will need to be part of the plan. This Agreement (Phase 1) includes geotechnical investigation, hydrology/hydraulics analysis, environmental permitting review, and preparation of a Preliminary Design Report which will summarize technical evaluation, list pros and cons, recommend the most appropriate and cost-effective approach for culvert replacement, and include an engineer's rough order of magnitude (ROM) estimate for each option. Following selection of a preferred alternative, Jefferson County may select KPFF Consulting Engineers (KPFF) and execute a contract supplement to proceed with (Phase 2) developing the Plans, Specifications, and Estimates, and obtaining the necessary permits and environmental clearances to construct the project. KPFF's evaluation in Phase 1 will rely on available data provided by the county and on-line, visual observation of the site and technical Geotechnical and Hydraulic Reports provided as part of this contract, as well as KPFF's past experiences at other projects. KPFF's conceptual designs and Rough Order of Magnitude(ROM) cost estimates will rely heavily on prior professional experiences to develop opinions and magnitudes of scale to best evaluate selected alternatives and selection of a preferred alternative. DURATION Tasks associated with developing the Preliminary Design Report are estimated to require three months from Notice-to-Proceed to completion. SERVICES KPFF, with subconsultants, will oversee and manage services necessary to accomplish the scope of work for the following efforts: Phase 1: • Task 1—Project Management • Task 2—Geotechnical Engineering Investigation,Analysis,and Design, by Aspect Consulting(Aspect) • Task 3—Hydraulic Analysis, by Watershed Science& Engineering(WSE) • Task 4—Environmental Permitting Review • Task 5—Topographic/Land Survey • Task 6—Preliminary Design Report Thorndyke Road MP 4.71 Exhibit A Scope of Work Page 1 of 9 PHASE 1—ALTERNATIVES ANALYSIS TASK 1—PROJECT MANAGEMENT This task includes necessary work to plan and manage the project resulting in a quality product on-time and within budget. Task items include the following sections: 1.1 Project Schedule KPFF 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. Even though this Agreement does not include preparation of PS&E, the schedule will extend from project inception through final PS&E, and incorporate the grant agency (Fish Barrier Removal Board) requirements and deadlines, as laid out in the Request for Qualifications, or agreed upon between the County and KPFF.. The schedule will be developed by a critical path method. Deliverables:Project Schedule 1.2 Startup Meeting KPFF will conduct a startup meeting with County staff at the County's office and/or the project site. The purpose of the meeting is to introduce significant members of the project team, concur on goals and milestones for the project, and agree on the project schedule and work products. Anticipated KPFF team members attending the startup meeting include the Project Manager and Design Manager. Deliverables:Agenda and Meeting Minutes 1.3 Progress Meetings Progress meetings will be held periodically to coordinate work activities and keep the County informed of progress to date. Every two weeks the County will be informed of current progress. This will be done by a phone call from KPFF's project manager to the County's project manager. Approximately two meetings will be held at the County's office at key points in the project to discuss the findings of the geotechnical and hydraulic investigation, preliminary discussion of options, and final selection of options. KPFF will prepare agendas and meeting minutes from all meetings for distribution to the project team. Deliverables:Agendas and Meeting Minutes 1.4 Progress Reports and Billings KPFF will coordinate work activities with the County and the Subconsultants and ensure that work products are delivered on-time and meet team quality standards. KPFF 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 County 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 Thorndyke Road MP 4.71 Exhibit A Scope of Work Page 2 of 9 e) Each invoice will also include all direct non-salary costs and copies of supporting invoices or bills. The County 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 KPFF will arrange and manage all Subconsultant contracts. Contracts will be solely between KPFF and the Subconsultant. KPFF 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 KPFF will conduct Principal level quality assurance reviews of all significant work products at each delivery milestone to the County. TASK 2—GEOTECHNICAL ENGINEERING INVESTIGATION, ANALYSES, AND DESIGN Aspect will 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 Site Reconnaissance Aspect will coordinate and execute a 1-day geologic reconnaissance to observe the current site and near-site conditions as well as to plan the subsurface explorations for the project. Prior to the reconnaissance, Aspect will complete a detailed data review of the site that will include available published geology maps, geologic hazard maps, local well logs, soil surveys, light detection and ranging (LiDAR), aerial imagery, and topographic maps for the site area. The reconnaissance will be performed by traversing the accessible portions of the site and near-site areas and noting the slope and embankment inclinations and visible geologic features such as outcrops, scarps, vegetation patterns, drainage characteristics, erosion and landslide characteristics, and springs. Shallow explorations will be advanced near the upstream and downstream ends of the existing culvert with hand tools. Subsurface exploration locations will be marked in white paint or flagging, and a subsurface exploration plan will be developed and delivered for review and approval by Jefferson County. Assumptions: • Right-of-entry and coordination with adjacent landowner(s) to be provided by Jefferson County, if necessary. Deliverable:Subsurface Exploration Plan for Jefferson County Review and Approval 2.2 Subsurface Explorations Aspect will coordinate and execute a 1-day subsurface exploration program at the site. Explorations will consist of two drilled soil borings strategically located to inform the probable culvert replacement alternatives. Prior to drilling, Aspect will use the public one-call utility locating service and also subcontract with a private utility locating service to clear the proposed areas of the borings for underground utilities. The borings will be advanced using mud rotary techniques and samples will be obtained in accordance with Standard Penetration Test (SPT) methods. Each boring will be drilled to a depth of 50-feet or 20-feet into glacially consolidated soil,whichever comes first. Thorndyke Road MP 4.71 Exhibit A Scope of Work Page 3 of 9 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 provide any available drawings or records related to utility locations and details at the site. Aspect 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. • Traffic control and flagging, if required,to be provided by Jefferson County. • Drill cuttings will be drummed and hauled away, unless a specific area at the site is identified for disposal by Jefferson County. • The borings will be backfilled per Washington State regulations and patched to match the surrounding conditions. 2.3 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,compaction characteristics(proctors), and Atterberg Limits. 2.4 Geotechnical Engineering Analyses and Alternatives Evaluation Support Aspect 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. Assumptions: • Up to(3)culvert replacement alternatives/scenarios 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 analysis 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 in Task 2.5. 2.5 Geotechnical Reporting Aspect 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, Aspect will develop a final Geotechnical Engineering Report supporting the design of the preferred alternative to the extent the preliminary data will allow. Assumptions: Thorndyke Road MP 4.71 Exhibit A Scope of Work Page 4 of 9 • At least three culvert replacement alternatives/scenarios will be considered for the project. A maximum of three options will be advanced to the Preliminary Design Report. • 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. • Data gaps and/or additional studies required to support design of the preferred replacement alternative will be identified (if needed). Deliverables:Draft and Final Geotechnical Engineering Reports TASK 3—HYDRAULIC ANALYSIS The general focus of this task is for Watershed Science and Engineering (WSE) 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 Technical Memorandum and be incorporated into the discussion of alternatives in the Preliminary Design Report. 3.1 Data Collection and Review WSE 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. It is anticipated that the County will be able to help find or provide many of these items. 3.2 Site Inspection WSE will complete a site inspection to examine the characteristics of the crossing and its interaction with the stream channel. They will: • Walk the channel upstream and downstream from the crossing to identify the geomorphic and hydraulic processes that are active within the stream and that influence the performance of the crossing. • 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 design. • Document bed material characteristics by conducting (where possible) a substrate particle size analysis using standard pebble count procedures. • Hand measure the channel bankfull top width of the active channel in at least 10 locations. The bankfull width is required to determine the replacement structure width required to meet Washington State Department of Fish and Wildlife(WDFW)"Stream Simulation"culvert design criteria. 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 WSE will determine annual instantaneous peak flood frequency design discharges using available stream gaging flow records (if they exist), flow data from a neighboring stream with similar basin characteristics transposed to the project stream, or published USGS regional regression equations. It is assumed that the crossing will need to be designed to meet WSDOT design standards which call for culverts to safely pass the 25-year annual instantaneous peak discharge and to accommodate the 100-year event without sustaining significant damage to the road or culvert. WSE will discuss the design requirements with Jefferson County to make sure the correct standards are used. Thorndyke Road MP 4.71 Exhibit A Scope of Work Page 5 of 9 3.4 Hydraulic Analysis WSE will construct a HEC-RAS model of the road crossing, channel and adjacent floodplain to evaluate existing hydraulic conditions. Model development will be based on channel survey supplemented with LiDAR, and model parameters will be refined using site observations and engineering judgment. WSE will modify the model to test up to three culvert replacement configurations to determine the optimal size and shape that meets fish passage and hydraulic capacity design requirements. Model results will also be used to aid in the assessment of channel stability and scour potential, and in the design of scour and erosion countermeasures if they are required. 3.5 Alternative Concept Identification and Comparison WSE and KPFF will work together to identify three potential culvert alternative crossing concepts to provide hydraulic conveyance and fish passage. Each design will adhere to state fish passage requirements and consider other environmental regulatory requirements to avoid potential pit falls associated with permit approvals. 3.6 Hydraulic Report WSE will prepare a single concise technical report that will document the methods and results of the hydraulic stream channel investigation including recommendations for culvert replacement type and configuration, channel cross section dimensions, streambed material type and gradation, and grade control features. WSE will submit a draft report to the County for review. Upon receipt of comments,WSE will prepare a final report. 3.7 Project Meetings During the course of the project, there will be the need for members of WSE team to meet with the County and County personnel. The following meetings will likely be required. Presentation of Conceptual Alternatives: WSE will participate in a meeting to discuss the conceptual alternatives with the County. It is assumed that the meeting will be held in Port Townsend. 3.8 Scour Analysis As part of the Hydraulic Report, WSE will provide a scour analysis for the bridge/structure foundation and confirm that the structure is"not scour critical". WSE 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—ENVIRONMENTAL PERMITTING REVIEW KPFF will review available information in order to identify and evaluate constraints, issues and requirements. KPFF will develop aquatic and terrestrial federal threatened and endangered species list, and state species of concern list in the area of potential effect. At this Phase, staff will use existing habitat data, wetland inventories, soils surveys, species distribution data, and other pertinent biological, cultural and design information to provide a baseline characterization. As the design progresses analysts will evaluate the potential impacts of environmental concerns to each design alternative and corresponding project activities and schedules. 4.1 Desktop Analysis Conduct Desktop Analysis using readily available data of critical resources to make early determination of site constraints. 4.2 Permit Consultation Conduct early consultation with state and federal regulators to determine permit pathways and concurrence with initial potential effects and species list. Thorndyke Road MP 4.71 Exhibit A Scope of Work Page 6 of 9 4.3 Team Coordination Provide relevant information to the design team that may influence structure design parameters. Assumptions: • A critical areas report will not be provided during alternatives analysis. However, critical areas will be identified. Work Products:Environmental Issues Report(hard copy and PDF electronic file). GIS Maps, Critical Areas Ordinance Reporting as required, Propose NEPA/SEPA determination in light of Preferred Alternative TASK 5—TOPOGRAPHIC/LAND SURVEY The County intends to contract separately for a site topographical and land survey, and will provide this data to KPFF. Time is allotted for KPFF to review the survey and confirm the survey is compatible with KPFF's design software. TASK 6—ALTERNATIVE ANALYSIS & PRELIMINARY DESIGN REPORT KPFF shall review the site information including roadway geometry, property ownership,geotechnical information, and hydraulics data to evaluate options for replacement of the existing culverts. KPFF shall perform investigations into roadway standards, potential structure types, and ROM costs to determine the most feasible geometry and structure for type, size, and location of the proposed culvert replacement. This investigation includes development, refinement, and evaluation of up to three structure design alternatives. Primary areas of consideration shall include roadway alignment, culvert or bridge type and configuration, foundation type, environmental impact and constraints, property takes, long term performance and relative cost. The analysis shall also evaluate the relative complexity of constructability, staging areas, and maintaining traffic flow during construction between the alternatives based on prior experience on similar projects. Detailed traffic control plans or phasing plans will not be provided. The roadway geometric concepts will include: • Roadway centerline alignment • Lane configuration and edge of pavement • Cut/Fill limits,and estimate of quantities • Depiction of required stormwater needs The stream restoration concepts will include: • Bankfull width, required bedwidth, and minimum structure width/span • Stream restoration limits and construction easement limits, as needed • Cross section of the restored stream • Recommendations for grade control and bank stabilization,as needed The structural design concepts will include: • The type,size, and location of the proposed structure KPFF shall prepare a report evaluating up to three the design alternatives, construction issues and the ROM estimates of relative construction costs. Due to the limited analysis, KPFF will estimate only major cost centers for each alternative and include a 30% contingency to account for lower cost items and incidentals in order to Thorndyke Road MP 4.71 Exhibit A Scope of Work Page 7 of 9 establish a comparison between alternatives. This report will contain a design criteria table defining all relevant criteria for the roadway geometrics. The County will provide input and assist in prioritizing the scoring criteria to account for local factors. KPFF shall make a recommendation for the preferred solution, including discussions of pros and cons of each alternative and ROM cost estimates for each alternative evaluated. Traffic control and temporary traffic revisions shall be addressed. The recommended alternatives shall be depicted with a concept level plan/profile drawing for each alternative. KPFF will work closely with the County through the meetings identified in Task 1.3 to identify likely solutions (project alternatives) and through high-level engineering best practices, ROM cost estimating, consideration of long term maintenance costs, and constructability review to narrow the alternatives to a single recommended project. The Preliminary Design Report shall incorporate summary information and results from Tasks 2 through 5 above, as well as include each specific report generated under Tasks 2 through 5 among the Appendices. Assumptions: • For right-of-way acquisition, all cost estimating, preparation of exhibits or plans, and negotiation is by the County. Upon request, KPFF is available to assist in exhibit preparation. • The Preliminary Design Report will undergo a single round of review by the County with revisions made by KPFF. • Drawings will be limited to concept level plans,similar to the example provided by email. • Roadway alignment options will be presented to the county and a preferred alignment will be selected by the County prior to structure alternatives analysis. • Additional survey, if required,will be provided by the County. 6.1 Draft Preliminary Design Report KPFF shall provide a draft version of the Preliminary Design Report for County review. The project schedule shall accommodate the County review period of at least two weeks for draft work products. KPFF shall respond to all comments from the County prior to submitting the Draft Preliminary Design Report to the Fish Barrier Review Board. Work Products:Draft Preliminary Design Report for County review including concept level plans(hard copy and PDF electronic file) 6.2 Meet with Fish Barrier Removal Board staff in Olympia If requested by FBRB staff, Jefferson County and KPFF will meet with the FBRB in Olympia to review the preliminary design and address comments and questions. 6.3 Final Preliminary Design Report At the conclusion of the FBRB review of the draft Preliminary Design Report, KPFF shall revise and furnish a final Preliminary Design Report to the County and the FBRB,addressing comments provided by the County and FBRB. Work Products:Final Preliminary Design Report(hard copy and PDF electronic file) FUTURE TASKS THAT KPFF MAY BE CONSIDERED FOR: 1. Plans, Specifications, and Estimate(PS&E) 2. Environmental Permitting Thorndyke Road MP 4.71 Exhibit A Scope of Work Page 8 of 9 3. Load Rating 4. Bidding support 5. Construction support services 6. Wetland Delineation and Functional Assessment Report 7. Fish exclusion 8. Monitoring of stream bypass, if required by permit Thorndyke Road MP 4.71 Exhibit A Scope of Work Page 9 of 9 Exhibit B l<Pfif Thorndyke Road MP 4.71 Culvert Replacement SUBCONSULTANT FEES Task Description Task Total Subconsultant Fee Total(including expenses) PHASE 1 1 Project Management $ 14,314 1 Aspect Consulting(Aspect) $ 31,110 2 Geotechnical Engineering Investigation,Analyses,and Design $ 31,110 2 Watershed Science&Engineering(WSE) $ 19,768 3 Hydraulic Analysis $ 19,768 4 Environmental Permitting Review $ 2,630 Subtotal $ 50,878 5 Topographic/Land Survey $ 541 Mark-up for B&O Tax,Invoicing,and Management(5%) $ 2,544 6 Alternative Analysis&Preliminary Design Report $ 29,643 Total $ 53,422 Phase 1 Subtotal $ 98,006 Mark-up for B&O Tax,Invoicing(5%) $ 2,544 on subconsultants only Phase 1 Total $ 100,550 Page 1 of 7 Exhibit B Thorndyke Road MP 4.71 Culvert Replacement 1q7ffi Project Senior Associate Project Engineer Structural Principal (SEA) Manager (LACEY) Engineer Admin Task 1 Project Management(Phase 1 -4 month duration) 1.1 Project Schedule 1 2 1 $469 1.2 Startup Meeting 3 8 8 $2,792 1.3 Progress Meetings/Coordination(8 bi-weekly+2 in-person) 8 28 16 10 $8,725 1.4 Progress Reports and Billings 4 4 $1,004 1.5 Managing Subconsultants(2 hr x 6 weeks)-in 5%Markup $0 1.6 Quality Assurance Reviews 4 $824 Task Total 4 11 41 2 25 14 $13,814 KPFF Reimbursables Travel/Mileage $500 Courier $0 Reproduction $0 Reimbursable total: $500 Total all tasks: $14,314 Rates(2.50 multiplier) Total Rate Principal-in-Charge $206.00 Associate(SEA) $170.00 Project Manager $146.00 Project Engineer(SEA) $120.00 Project Engineer(Lacey) $92.00 Administration $105.00 Senior Structural Engineer $139.21 Page 2 of 7 Exhibit B Thorndyke Road MP 4.71 Culvert Replacement l<Pff Task 2 Geotechnical Engineering Investigation,Analyses,and Design 2.1 Site Reconnaissance $880 2.2 Subsurface Explorations $3,468 2.3 Laboratory Testing $1,813 2.4 Geotechnical Engineering Analyses and Alternatives Evaluation Support $7,908 2.5 Geotechnical Reporting $6,315 Project Management $3,210 Task total $23,594 KPFF Reimbursables Travel/Mileage $210 Field Equipment $200 Reproduction $0 Private Utility Locator Subcontractor $403 Drilling Subcontractor $5,444 Lab Testing Subcontractor $1,259 Reimbursable total: $7,516 Total all tasks: $31,110 Page 3 of 7 s. Exhibit B Thorndyke Road MP 4.71 Culvert Replacement 1<riff Task 3 Hydraulic Analysis 3.1 Data Collection and Review $845 3.2 Site Inspection $2,119 3.3 Hydrology $1,387 3.4 Hydraulic Analysis $3,405 3.5 Alternative Concept Identification and Comparison $4,035 3.6 Hydraulic Report $3,809 3.7 Project Meetings $1,476 3.8 Scour Analysis $1,262 Admin $1,156 Task Total $19,494 KPFF Reimbursables Travel/Mileage $131 Ferry $94 Reproduction $50 Reimbursable total: $274 Total all tasks: $19,768 Page 4 of 7 Exhibit B Thorndyke Road MP 4.71 Culvert Replacement kil3ff Senior Ecologist Biologist Task 4 Environmental Permitting Review 4.1 Desktop Analysis 2 16 $1,726 4.2 Permit Consultation 2 4 $634 4.3 Team Coordination 2 $270 Task Total 6 20 $2,630 KPFF Reimbursables Travel/Mileage $0 Courier $0 Reproduction $0 Reimbursable total: $0 Total all tasks: $2,630 Rates (2.50 multiplier) Total Rate Senior Ecologist $135.00 Biologist $91.00 Environmental Engineers $90.00 Page 5 of 7 Exhibit B Thorndyke Road MP 4.71 Culvert Replacement Senior Project Project Structural Manager Engineer Engineer Task 5 Topographic/Land Survey 5.1 Review Survey/Topo 2 1 1 $541 Task Total 2 1 1 $541 KPFF Reimbursables Travel/Mileage $0 Courier $0 Reproduction $0 Reimbursable total: $0 Total all tasks: $541 Rates (2.50 multiplier) Total Rate Project Manager(LACEY) $146.00 Project Engineer(LACEY) $92.00 Senior Structural Engineer(SEA) $139.21 • Page 6 of 7 Exhibit B ` I e Thorndyke Road MP 4.71 Culvert Replacement SEATTLE- LACEY SEATTLE CIVIL LACEY STRUCTURAL Project Project Project Senior CAD Principal Manager Engineer Associate Engineer Design Design Tech Senior Senior Structural LACEY LACEY LACEY Admin SEA (SEA) Engineer (SEA) Ecologist Engineer Task 6 Alternative Analysis&Preliminary Design Report 6.1 Draft Preliminary Design Report 6.1.1 Review Subconsultant Reports Coordination for Geo Report/Field Work 1 $139 Reviewing Geo Report 1 2 $370 Coordination for Hydraulic Report/Field Work 1 $92 Reviewing Hydraulic Report 1 1 $231 Coordination for Survey 1 $92 Environmental Coordination 2 $184 6.1.2 Concept Development Alternate Roadway Alignments Coordination/Review(2 Total) Pat 12 18 12 $4,740 Structure Development(3 Alternatives) Josh 16 $2,227 Fish Passage Concepts Development Lacey 2 4 $660 Stream Restoration Site Work Lacey 4 $368 Writing PDR Lacey Lead 8 4 4 6 24 6 16 $7,833 Review 8 Revise PDR per County Comments Lacey Lead 2 4 1 2 2 $1,706 Concept Drawings of Alternatives(up to 3) Lacey Lead 6 20 16 $4,943 Cost Estimates Lacey Lead 3 12 2 8 8 $3,636 6.2 Meet with Fish Barrier Removal Board Staff in Olympia Matt 4 $584 6.3 Final Preliminary Design Report Lacey Lead 1 2 2 2 2 2 1 2 $1,835 Task Total 3 29 53 6 24 2 50 12 7 64 $29,643 PROJECT TOTALS: $618 $4,234 $4,876 $480 $4,080 $240 $4,000 $1,260 $945 $8,910 $29,643 KPFF Reimbursables Travel/Mileage $0 Courier $0 Reproduction $0 Reimbursable total: $0 Total all tasks: $29,643 • • • Rates(2.50 multiplier) Total Rate Principal-in-Charge $206.00 Project Manager $146.00 Project Engineer $92.00 Administration $80.00 Associate(SEA) $170.00 Project Engineer(SEA) $120.00 • • Design Engineer(SEA) $80.00 • Senior CAD Design Technician $105.00 Senior Ecologist $135.00 Senior Structural Engineer $139.21 Page 7 of 7