Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
15-139 - David Evans & Associates - Design 3 Major Bridge Maintenance
Washington State Department of Transportation 15-139(f) Council Approval N/A Supplemental Agreement Number 6 Organization and Address David Evans and Associates. Inc. 14432 SE Eastgate Way. Suite 400 Bellevue, WA 98007 Phone: 425-519-6500 Original Agreement Number 15-139 ( ',, Project Number BHM-1274(009) BHM-1288(005) BHOS-1320(004) Execution Date July 23, 2015 Completion Date December 31, 2019 Project Title Major Maintenance on Three Bridges New Maximum Amount Payable $893,269.22 Description of Work Construction engineering support services for the Major Maintenance of Three Bridges project. The Local Agency of City of Tukwila desires to supplement the agreement entered in to with David Evans and Associates, Inc. and executed on July 23, 2015 and identified as Agreement No 15-139 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: Date change only; no change in scope. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change4„ r days -for-completion of the—work--to—read. to change the completion date to December 31, 2019. 111 Section V, PAYMENT, shall be amended as follows: No change in payment. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By; Patrick Montemerlo, PE Consultant Signat re\ DOT Form 140-063 Revised 09/2005 By' // 141(1.6.n EKb- YYtc j���/i Approving Auth La -(0 ity Signature 1>r Date S 15-139(e) Contract Approval N/A jJIjWashington State Department of Transportation Supplemental Agreement Number 5 Organization and Address David Evans and Associates, Inc. 1115 West Bay Drive NW, Suite 301 Olympia, WA 98502 Phone: 360-705-2185 Original Agreement Number 15-139 (e) Project Number BHM-1274(009) BHM-1288(005) BHOS-1320(004) Execution Date i. July 23, 2015 Completion Date December 31, 2018 V Project Title Major Maintenance on Three Bridges New Maximum Amount Payable / $893,269.22 1// Description of Work Construction engineering support services for the Major Maintenance of Three Bridges project. The Local Agency of City of Tukwila desires to supplement the agreement entered in to with David Evans and Associates, Inc. and executed on July 23, 2015 and identified as Agreement No 15-139 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: 1 Section 1, SCOPE OF WORK, is hereby changed to read: Date change only; no change in scope. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the completion date to December 31, 2018. 111 Section V, PAYMENT, shall be amended as follows: No change in payment. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Rich Hovde, PE DOT Form 140-063 Revised 09/2005 onsTltant nature;-(,., pp • g Au hority Signature Vn� 6th -J to -2—r— Date j7) Washington State Department of Transportation 15- 139(d) Council Approval N/A Supplemental Agreement Number 4 Organization and Address David Evans and Associates, Inc. 1115 West Bay Drive NW, Suite 301 Olympia, WA 98502 Phone: 360- 705 -2185 Original Agreement Number 15 -139 C �� Project Number Fed. Aid Nos. B1HM- 1274(009) BHM- 1288(005) BHOS-1320(004) Execution Date July 23, 2015 Completion Date 03/31/2018 Project Title City of Tukwila -Major Maintenance of Three Bridges New Maximum Amount Payable $893269.22 1/ Description of Work Additional Design and Bid Support Services for the Major Maintenance of Three Bridges project, as described in Exhibit A -1, Scope of Services. The Local Agency of City of Tukwila desires to supplement the agreement entered in to with David Evans and Associates. Inc. and executed on July 23, 2015 and identified as Agreement No 15 -139 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: See Exhibit A -1, Scope of Services. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read. no change. 111 Section V, PAYMENT, shall be amended as follows: Payment shall be increased by $19,122.00 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. By: Richard Hovde P.E. Associat 71,4■11-44# ■ Con ultant ':*rtlinv DOT Form 140 -063 Revised 09/2005 By. 1P, I1► E t.Cheri ty-Sig ture Date / 5d a or a 016//1/7)-(S Exhibit A Summary of Payments Agreement No. 15 -139 Basic Agreement Supplement #1 Supplement #2 Supplement #3 Supplement #4 Total Direct Salary Cost 127,752.00 2,530.00 date change only 25,012.00 5,488.00 160,782.00 Overhead 343,368.00 46,769.00 68,887.94 4,420.00 463,444.94 (Including Payroll Additives) 232,483.00 4,604.00 45,476.81 9,978.00 292,541.81 Direct Non -Salary Costs (includes Subconsultant charges) 290,407.00 38,876.00 60,417.81 2,010.00 391,710.81 Fixed Fee 38,326.00 759.00 7,503.60 1,646.00 48,234.60 Management Reserve Fund 249,061.00 0.00 60,659.84 14,702.00 0.00 Total 688,968.00 46,769.00 0.00 138,410.22 19,122.00 893,269.22 Basic Agreement Supplement #1 Supplement #2 Supplement #3 Supplement #4 Total Frank Zepp Bridge No. 91510406.1000.100 343,368.00 46,769.00 68,887.94 4,420.00 463,444.94 Grady Way Bridge No. 91510407.1000.100 96,539.00 0.00 8,862.43 105,401.43 Beacon Ave. S Bridge No. 91510408.1000.100 249,061.00 0.00 60,659.84 14,702.00 324,422.84 Management Reserve Fund 0.00 0.00 0.00 0.00 Total 688,968.00 46,769.00 0.00 138,410.22 19,122.00 893,269.22 EXHIBIT A -1 CITY OF TUKWILA MAJOR MAINTENANCE ON THREE BRIDGES ADDITIONAL DESIGN AND BID SUPPORT SERVICES Scope of Services Supplement No. 4 Prepared by: David Evans and Associates, Inc. 415 118th Avenue SE Bellevue, WA 98005 APRIL 2017 TABLE OF CONTENTS BACKGROUND 2 Task 4.8 BEACON AVENUE (ADDITIONAL DESIGN SERVICES) 2 Task 7.1 ASSISTANCE DURING BID PERIOD (ADDITIONAL ADVERTISEMENT) 2 City of Tukwila 2 Scope of Services Major Maintenance on Three Bridges, Supplement 4 April 19, 2017 BACKGROUND The City of Tukwila (AGENCY) has requested additional services from David Evans and Associates, Inc. (CONSULTANT) to modify the Plans, Specifications and Estimate (PS &E) for the Major Maintenance of Three Bridges project (PROJECT) for a second advertisement May 2, 2017. Tasks anticipated to prepare the PS &E for re- advertisement are shown below in this Scope of Services (SCOPE). Task 4.8 BEACON AVENUE (ADDITIONAL DESIGN SERVICES) This work element provides for additional design efforts performed due to the need for Seattle Public Utilities (SPU) to access their water line for maintenance and repair. Tasks performed for this work element: • Attend meetings with the AGENCY and SPU • Address SPU comments • Modify Plans and Specifications per SPU comments, including removal of backwall modifications, which require changes to the expansion joints and other elements Task 7.1 ASSISTANCE DURING BID PERIOD (ADDITIONAL ADVERTISEMENT) 7.1.1: Revision of PS &E Package This work element provides for efforts to update the PS &E package for re- advertisement May 2, 2017. CONSULTANT shall perform the following tasks: • Provide additional project management efforts for updating the PS &E package for re- advertisement May 2, 2017 o Attend meetings with the AGENCY staff as required to deliver the project o Invoicing o Provide a quality control review to the additional AD -Ready plans, specifications, and estimate • General revisions (DEA) shall include: o Developing alternate bid schedule for each bridge plus the Frank Zepp trail lighting o Revise specifications to reflect the latest addenda and General Special Provisions o Verify that the estimate is still reflective of the current bidding market o Review and modify specification language based upon Contractor feedback • Grady Way (DEA): o No changes are recommended • Beacon Avenue (DEA) revisions shall include: o Removal of the polyester overlay on sidewalks o Removal of bridge closure window ending by the first day of school o Including language to notify Contractor to submit alternative traffic control plans to AGENCY if required o Revise language and quantities for unknown condition of steel superstructure o Revise language and quantities for cleaning, prepping, and painting steel superstructure • Frank Zepp (TranTech) revisions include: o A one -time 9 -day closure for Contractor to complete; • The seismic retrofit / bearing repair City of Tukwila 2 Scope of Services Major Maintenance on Three Bridges, Supplement 4 April 19, 2017 • Install west approach slab • Replace expansion joints • Repair deck and install polyester deck overlay o Revise traffic control plans for Frank Zepp Bridge to include the one -time 9 -day full closure and temporary closures of each outside lane 7.1.2: Assistance During Bid Period (Additional Advertisement) CONSULTANT shall perform the following tasks: • DEA Project Manager and DEA Structural Task Lead shall attend one Beacon Avenue pre -bid conference with potential bidders to assist the AGENCY in responding to questions and inquiries • Prepare one addendum to the contract documents during the bid period • Review the proposal of the apparent low bidder to assist the AGENCY in recommendation of awarding the Contract by: o Reviewing unit bid costs in the proposal, comparing them with unit costs of other bidders, and noting whether any major discrepancies are present o Calling references listed on the apparent low bidders "Statement of Qualifications" o Asking references a pre - prepared list of questions, documenting their responses, and sending responses to the AGENCY for review • Prepare a pre -award letter and a letter of recommendation to award a contract to the lowest responsible bidder Deliverables: 1. Updated Ad -Ready PS &E Package (electronic) 2. Respond to up to 5 bidder questions and develop up to 1 bid document addendum 3. Review of Contractor's unit bid proposal 4. Prepare reference list of questions S. Prepare pre -award letter 6. Prepare letter of recommendation to award bid GENERAL ASSUMPTIONS The following assumptions are basis for this SCOPE: 1. Project is placed on AD May 2, 2017 2. Out -of -scope services beyond these limits will be provided as Extra Work including an increase in fee. CONSULTANT reserves the opportunity to shift budget between work tasks and between labor and expenses. City of Tukwila 3 Scope of Services Major Maintenance on Three Bridges, Supplement 4 April 19, 2017 Exhibit D Prime Consultant Cost Computation City of Tukwila Major Maintenance of Three Bridges Contract No. 15 -139 David Evans and Associates, Inc. Direct Classification Hrs. x Rate = Cost 1 Engineering Manager (ENGM) 0 $ 88.00 $0 2 Project Manager (PMGR) 18 $ 65.02 $1,170 3 Executive Administrator (EXAD) 2 $ 37.64 $75 4 Managing Prof Engineer (MGPE) 10 $ 72.00 $720 5 Design Engineer (DEEN) 3 $ 30.20 $91 6 Senior Bridge Engineer (SBEN) 31 $ 62.46 $1,936 7 Bridge Engineer (BREN) 16 $ 46.26 $740 8 Senior CADD Technician (SCAD) 6 $ 42.44 $255 9 CADD Technician (CADD) 0 $ 30.00 $0 10 Construction Manager (CONM) 3 $ 69.56 $209 17 Project Administrator (PADM) 9 $ 32.40 $292 18 0 $0 Total Hrs. 98 Salary Cost Salary Escalation Cost (estimated) Escalation - % of Labor Cost Total Salary Cost Overhead Cost @ Net Fee @ Total Overhead & Net Fee Cost 0% per year @ 0 year(s) 181.82% of Direct Labor 30.0% of Direct Labor $ 5,488 $0 $ 5,488 $ 9,978 $ 1,646 $ 11,624 Direct Expenses No. Unit Each Cost Reproduction Costs Copies 0 pages @ $0.20 /page $ Reports 0 reports @ $15 /report $ Plans 0 sets @ $2 /set $ Parking 0 @ $8 $ P20 Scanner 0 @ $650 $ Mileage 0 miles @ $0.535 /mile $ Subtotal David Evans and Associates Total Subconsultants Trantech, LLC W /DBE M /DBE Hrs $ Total 19 $ 2,010 Total 0.0% 0.0% 0.0% 19 Subconsultant Total 0% Direct Expenses Sub -Total (including Subconsultants) $ 2,010 $ 2,010 $ 19,122 $ 19,122 Total Costs Management Reserve Fund Total for Supplement 4 Page 1 of 1 \ \blvfsl \ project\ t \TUKA00000014 \000000N \0020Pre- Contract \Supplement 4 \20170418 -T3B- Suppl. 4 -JM W I.xls Printed: 4/21/2017, 6:27 AM City of Tukwila Exhibit D Major Maintenance of Three Bridges Prime Consultant Cost Computation • Contract No. 15 -139 Budget No. 104.98.595.800.41.00 David Evans and Associates, Inc. 2 3 4 5 6 7 8 9 10 17 y, o e Total I Hours o O 0 o e o e c N Q O R N N O W 1. N N *Al O C ri W tu Total I $ 1 CO m EC) M N CO 0 EA CO W (O to Et, N N EA 1-- Cr) EA co N 67, f M FD ff/ ri ri ri e" I a W p — O O Total $ w/ separate esc. ccoo o EA O M N o EA CO 4A $3,5161 O N_ Ef> CO T EA o N_ EA Of N. W r♦ 1-1 ri in o O F t 7 N N co r n d (Wand) Jole.asiuiwpv pa(oad Total Total Total " Total - Total Total Total Total Total Total hrs hrs hrs hrs hrs • hrs hrs hrs hrs hrs v N N 18 2 10 3 31 16 6 3 9 CO (WNOO) . Ja6eueW uogofJisuo3 - (aa`da) ueioiuyoal aava m 0 (avos) N ueioiuyoal aavo Aoivas a (Na) 2ia Jaaui6u3 a6pps 6 N "' (N38s) Jaaw6u3 96ppe _topes (N33a) Jeau!6u3 u6isea ° co `f (3d€W) iaaui6u3 iad 6ui6eue A 1 1 (ahn3) Jo}eJ1s!uiwpy angnoax3 v , M v v (NJWd),Ia6euew 30a10ad Beacon Avenue (Additional Design Services) Meetings with CITY, SPU and DEA Address SPU comments Redesign of Beacon Avenue Assistance During Bid Period (Additional Advertisement) Revision of PS &E Package Beacon Avenue Frank Zepp ;Assistance During Bid Period, Prebid Meeting Beacon Avenue Frank Zepp - PRIME COMPENSATION FOR SUB. COST EXPENSES SALARY ESCALATION PROJECT WORK ELEMENTS TOTALS • • Work Element direct rates: O v 1- r I: N n t C d O 3 m w Printed: 4/21/2017, 6:28 AM • 0 a ca 0) a, i 4 a 0. • in m M • H c6 0 0 O c m E n n 0 0 O U a` � a 0 0 0 Z 0 U 0 0 0 0 v 0 0 0 0 0 Q0 N fl City of Tukwila Major Maintenance of Three Bridges Contract No. 15 -139 Exhibit E Subconsultant Cost Computation Trantech, LLC Direct Classification Hrs. x Rate = Cost 1 Project Manager 4 $ 59.00 $236 8 Senior Traffic Engineer 5 $ 46.00 $230 9 Senior CADD Technician 3 $ 36.00 $108 10 CADD Technician 5 $ 37.00 $185 11 Project Administrator 0 $ 28.00 $0 12 Administrative Assistant 2 $ 20.00 $40 Total Hrs. 19 Salary Cost $ 799 Salary Escalation Cost (estimated) Escalation - % of Labor Cost 0% per year @ 0 year(s) $0 Total Salary Cost $ 799 Overhead Cost @ 123.06% of Direct Labor $ 983 Net Fee @ 28.5% of Direct Labor $ 228 • Total Overhead & Net Fee Cost $ 1,211 Current Remaining Budget Amount remaining in design budget Trantech, LLC Total Page 1 of 1 \ \blvfs1 \ project\ t \TUKA00000014 \000000N \0020Pre- Contract \Supplement 4\20170418 -T3B- Suppl. 4 -JMW I.xls $ 2,010 Printed: 4/21/2017, 6:29 AM Exhibit E City of Tukwila Subconsultant Cost Computation Major Maintenance of Three Bridges Contract No. 15 -139. Trantech, LLC 1 e 9 10 11 12 _ Work Element# Work Element Project Manager Senior Traffic Engineer Senior CADD Technician CADD Technician Project Administrator Administrative Assistant Trantech, LLC Trantech, LLC % of direct rates: $59.00 $46.00 $36.00 $37.00 $28.00 520.00 Total Total Total Total Total Total hrs hrs hrs hrs hrs hrs Total hrs Total $ Total Hours 16 3 19 84.21% 15.79% 100.00% 7.1 Assistance During Bid Period (Additional Advertisement) 7.1.1 Revision of PS &E Package Frank Zepp 2 4 3 5 2 $1,597 7.1.2 Assistance During Bid Period, Prebid Meeting Frank Zepp 2 1 $413 I Work Element 7.1 Total 4 5 3 5 2 $2,010 Work Element 7.1 Total CURRENT BUDGET REMAINING SA LARY ESCALATION PROJECT WORK ELEMENTS TOTALS 4 5 3 5 2 19 $2,010 100.00% \ \blvfst\ project\ t \TUKA00000014 \000000N \0020Pre- Contract \Supplement4 \20170418- T3B- SupPa4alMtNt1xls Printed: 4/21/2017, 6:31 AM 15-13g(c) Council Approval 2/21/17 Aft Washington State Department of Transportation Supplemental Agreement Organization and Address Number 3 David Evans and Associates, Inc. 1115 West Bay Drive NW, Suite 301 Original Agreement Number 15-139 Olympia, WA 98502 Phone: 360-705-2185 Project Number Fed. Aid Nos. Execution Date Completion Date BI1M_I 274(009) BHM-1288(005) BHOS-1 320(004) July 23, 2015 03/31/2018 Project Title New Maximum Amount Payable C��y of Tukwila-Major Maintenance of Three Bridges $874,147.22 Description of Work Construction Engineering Support Services for the Major Maintenance of Three Bridges project, as described in Exhibit A-], Scope of Services. The Local Agency of City of Tukwila desires to supplement the agreement entered in to with David Evans and Associates, Inc. and executed on July 23, 2015 and identified ao Agreement No. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described oafollows: Section 1. SCOPE OF WORK, kmhereby changed to read: See Exhibit A- 1, Scope of Services. 88 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work toread: new completion date is 03/31/2018. III Section V, PAYMENT, shall be amended as follows: See Exhibit D. Prime Consultant Cost Computations. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. Signature DOT Form 140-063 Revised 09/2005 � � Summary of Payments Agreement No. 15 -139 Basic Agreement Supplement #1 Supplement #2 Supplement #3 Total Dtrect Salary Cost 127,752.00 2,530.00 25,012.00 155,294.00 Overhead {'Including Payroll Additives) 232,483.00 4,604.00 date change only 45,476.81 282,563.81 Direct Non -Salary Costs )includes Subconsultant charges) 290,407.00 38,876.00 60,417.81 389,700.81 Fixed Fee 38,326.00 759.00 7,503.60 46,588.60 Management Reserve Fund 0.00 Total 688,968.00 46,769.00 0.00 138,410.22 874,147.22 Basic Aereement Supplement #1 Supplement #2 Supplement #3 Total Frank Zepp Bridge No. 91610406.1000.100 343,368.00 46,769.00 date change only 68,887. 459,024.94 Grady Way Bridge No. 91510407.1000.100 96,539.00 0.00 8,862.43 105,401.43 Beacon Ave. S Bridge No. 91510408.1000.100 249,061.00 0.00 1 60,659.84 309,720.84 Total 688,968.00 0.00 1 138,410.22 874,147.22 � I CITY OF TUKWILA CONSTRUCTION ENGINEERING SUPPORT SERVICES Scope of Services Supplement No. 3 Prepared by: David Evans and Associates, Inc. 415 118th Avenue SE Bellevue, WA 98005 FEBRUARY 2017 TABLE OF CONTENTS TASK 7.0 ASSISTANCE DURING BID PERIOD �~�,�.,�~.�2 TASK 8.0 CONSTRUCTION ENGINEERING SUPPORT SERVICES ........................................................... 2 8.01 FRANK 28P9(S18OT8 STREET) CONSTRUCTION ENGINEERING SUPPORT SERVICES % G.U1.D1 Project Management -(DBA TASK) .................................................................................................................................... 2 8.O1.O3 Construction Office Support Services- Frank Zepp(7ran7ecb) ........................................................................... 3 8.01.O3 Construction Field Support Services [Tran7nch]......................................................................................................... 3 (iU1J)4 As-Built Record Drawings [TranTcc6] .............................................................................................................................. 4 O.O2 BEACON AVENUE CONSTRUCTION ENGINEERING SUPPORT SERVICES ................................................................... 8.OZ.O1 Project Management .................................................................................................................................................................. 4 &O2.O2 Construction Office Support Services - Beacon Avenue ............................................................................................ S KO3J)3 Construction Field Support Services ...-------------........-.5 8.O2.O4 As-Built Record Drawings - Beacon Avenue .................................................................................................................. 6 E.O3GDADY WAY CONSTRUCTION ENGINEERING SUPPORT SERVICES ............................................................................. 6 8.O3.01 Project Management - Grady Way ...................................................................................................................................... 6 [iO3.O2 Construction Office Support Services - Grady Way ..................................................................................................... 7 &O3.O3 Construction Field Support Services .................................................................................................................................. 7 City of Tukwila 2 Scope of Services Major Maintenance on Three Bridges, Construction Engineering Support Services February 1, 2017 The deliverables in Task 7.0 are revised as follows: 1. Prepare responses up to 10 bidder questions and develop up to I bid document addendum 2. Review of contractor's unit bid proposal 3. Prepare Reference check forms 4. Prepare pre-award letter 5. Prepare Letter ofrecommendation to award bid The intent of Task 7.0 was to provide support during the project bid period; pre-construction meetings occur after the bid period. TASK 8.0 CONSTRUCTION ENGINEERING SUPPORT SERVICES This work element provides for engineering design support and load rating services during the construction phase of the project. David Evans and Associates, Inc. (DEA) is also providing Construction Management Support Services as part of a separate Agreement. The Construction Management Support Services will be referenced as"CK8"in this Scope. 8.01 FRANK ZEPP (S 180TH STREET) CONSTRUCTION ENGINEERING SUPPORT SERVICES &O1.01 Project Management -(0EATASK) Direction ofCONSULTANT staff and review of their work over the course of the project shall beprovided. This work element includes preparing monthly progress reports that include the status of individual work elements, number ofmeetings attended, outstanding information required, and work items planned for the following month. Monitoring of CONSULTANT'S budget will occur over the course of the project. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions may include formal requests for increases, modifications, or reductions in scope and/or budget. Drawings and documents received and generated over the course of the project require review, coordination, and file management. The status of requested information will be maintained. * 9U8CUNSULTANTComrdoa1ioo The following SUBCONSULTANT is anticipated to be used on this PROJECT: CONSULTANT shall provide direction of the SUBCONSULTANT over the course of the project. Monthly monitoring of SUBCONSULTANT's budget will occur over the course of the project. Status and projections will be developed. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions could include formal requests for increases, modifications, or reductions in scope and/or budget. City of Tukwila 2 Scope of Services Major Maintenance on Three Bridges, Construction Engineering Support Services February 1, 2017 0 Monthly Invoices/Progress Reports Monthly invoices will beprepared by CONSULTANT for work activities for the prior month per AGENCY reporting requirements. These invoices shall also include SUBCONSULTANT work and will be accompanied by monthly progress reports. Invoices will include back-up material for all expenses and will show approved budget and amount expended tudate. Deliverables: 1. Monthly invoices and progress reports (12 assumed, time split among all three bridges). 8.Ol,02 Construction Office Support Services- Frank Zepp( TraoTech) The CONSULTANT shall provide Construction Office Support Services onan^on-ca|l" basis at the [[R"s request during the construction phase of the project. Construction Office Support Services may include the following: A. Pre-Construction Meetings: The CONSULTANT will attend one (1) pre-construction meeting. This may include the general pre-construction meeting with the prime contractor and subcontractors. B. Construction Meetings: The CONSULTANT will attend construction meetings as requested. This task assumes up to three (3) meetings attended by 2 to 3 staff depending on meeting agenda and Contractor's schedule ofwork. C. Rewiam, Selected Shop Drawings and Material Submittals: The CONSULTANT will review and recommend action on selected Contractor materials submittals, shop drawings, and material test reports as requested by the CITY. The effort for this task is for input/support of the review of shop drawings and materials submittals by the Contractor to the CITY. D. Requests for Information (0Fks): At the [|TYs request, the CONSULTANT may be asked toprovide assistance tn the CITY in answering the Contractor's RF|s. E. Change Orders (COs): At the CITY's request, the CONSULTANT may be asked to provide assistance to the CITY in reviewing change order proposals, preparing independent change order cost estimate, and developing required information for COs. Work may include preparation of drawings and supporting information. F. Load Rating of Repaired Structure: The CONSULTANT will perform load rate calculations for the structure after work is completed and prepare a load rating report. Assumptions: 1. Material testing services are not included in this Scope ofWork. l The CONSULTANT level of effort for Review of Shop Drawings, Material Submittals, RR'sand Change Orders is limited to hours shown in the fee proposal. Deliverables: 1. Shop drawing and material submittal reviews. 3. Responses toRHs. 3. Drawings, calculations, and specifications required for change orders. 4. Load rating report and calculations. (hard copy and PDF copy with appropriate stamped, signed bridge rating summary sheet) 0.U1.OD Construction Field Support Services (TrauTecb) The CONSULTANT shall provide Construction Field Support Services on an "on-call" basis at the [|TY's request during the construction phase of the project. City of Tukwila 3 Scope of Services Major Maintenance on Three Bridges, Construction Engineering Support Services February 1, 2017 A. The CONSULTANT will assist the CITY with any requests where field construction modifications or additions require field investigation and the written recommendation of a professional engineer. This task assumed four (4) modifications oradditions. The Pavement Engineer will provide on-call pavement assistance as requested by the CITY. It is anticipated that this may include engineering support related to excavations for full-depth pavement repairs. This task assumes one (1) field visit. Post Repair Inventory Inspection: The CONSULTANT will perform an inventory inspection ofthe bridge after repairs are completed and will update the VV5B|S database with inspection findings. The CONSULTANT will prepare an inspection report with photographs, inspection findings and repair recommendations. DeVverables: 1 Drawings, sketches, field notes, calculations, engineer reports, and other records as required. 2. Post repair inventory inspection report. 3. Update of information into WSDOT's WSBIS Bridge Management System program. 8.O1.O4 As-Built Record Drawings [TranTedd The CONSULTANT shall prepare as-built record drawings at the completion of the project. The CITY will provide Contractor-prepared marked-up drawings, inspector's field notes and other available information. The CONSULTANT shall use these materials to prepare the as-built record drawings. As-built record drawings shall be prepared in accordance with the CITY's "As-built Record Drawing Requirements." Deliverables: 1. As-built Record Drawings for Engineering Review (11"x17" bond [1copy] and electronic pdf) 2. As-built Record Drawings, full size set, per CITY requirements &O2.O1ProjectManagement Direction of CONSULTANT staff and review of their work over the course of the project shall beprovided. This work element includes preparing monthly progress reports that include the status of individual work elements, number of meetings attended, outstanding information required, and work items planned for the following month. Monitoring of CONSULTANT'S budget will occur over the course of the project. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions may include formal requests for increases, modifications, or reductions in scope and/or budget. Drawings and documents received and generated over the course of the project require review, coordination, and file management. The status of requested information will be maintained. 0 Mootb}yIuvoimea/ProgremsRcports - QeacooAvcoue Monthly invoices will be prepared by CONSULTANT for work activities for the prior month per AGENCY reporting requirements. These invoices shall also include SUBCONSULTANT work and will be accompanied by monthly progress reports. Invoices will include back-up material for all expenses and will show approved budget and amount expended todate. 1. Monthly invoices and progress reports (12 assumed, time split among all three bridges). City of Tukwila 4 Scope of Services Major Maintenance nn Three Bridges, Construction Engineering Support Services February 1, 2017 8.02.02 Construction Office Support Services - Beacon Avenue The CONSULTANT shall provide Construction Office Support Services onan"on-caU"basis at the [[H^s request during the construction phase of the project. Construction Office Support Services may include the following: A. Meetings: The CONSULTANT will attend up to two (2) pre-construction meetings. These may include the general pre-construction meeting with the prime contractor and subcontractors, and also a pre-construction meeting that is dedicated to the discussion of curb ramp and sidewalk construction. The CONSULTANT will prepare a draft agenda and submit draft notes. The CONSULTANT shall finalize the meeting notes. B. Construction Meetings: The CONSULTANT will attend construction meetings as requested. This task assumes upto three (3)meetings. This task assumes that DEA's[K4 team will prepare meeting agendas, and finalize the draft meeting notes and distribute them. C. Review Selected Shop Drawings and Material Submittals: The CONSULTANT will review and recommend action on selected Contractor materials submittals, shop drawings, and material test reports as requested by the CITY. The effort for this task is for input/support of the review ofshop drawings and materials submittals by the Contractor to the CITY. D. Requests for Information (RHs): At the C|TY's request, the CONSULTANT will review RF|'s and provide assistance to the CITY in answering the Contractor's RF|s. E. Change Orders (COs): At the CITY's request, the CONSULTANT may be asked to provide assistance to the CITY in reviewing change order proposals and developing required information for COs. Work may include preparation of drawings and supporting information. F. Load Rating of Repaired Structure: The CONSULTANT will load rate the structure after work is completed and prepare a load rating report. Assumptions: 1. Material testing services are not included inthis Scope of Work. 2. The CONSULTANT level of effort for Review of Shop Drawings, Material Submittals, RF|'sand Change Orders b limited to hours shown in the fee proposal. Deliverables: 1. Draft meeting notes. 2. Shop drawing and material submittal reviews. 3. Responses toRF|s. 4. Drawings, calculations, and specifications required for change orders. 5. Load rating report and calculations. (hard copy and PDF copy with appropriate stamped, signed bridge rating summary sheet) 8.02.03 Construction Field Support Services The CONSULTANT shall provide Construction Field Support Services on an "on-call" basis at the [|Tys request during the construction phase of the project. A. Field Investigations: the CONSULTANT will assist the CITY with any requests where field construction modifications or additions require field investigation and the written recommendation ofa professional engineer orsurveyor. City ofTukwila 5 Scope ofServices Major Maintenance un Three Bridges, Construction Engineering Support Services February 1,Z017 B. Structural Inspections: 1. Inspection of Steel Superstructure: Following the asphalt deck removal, CONSULTANT will inspect the steel superstructure in order to evaluate the condition of the stringers and f|oorbeams that were not visible during earlier inspections. CONSULTANT will catalogue the locations where deficiencies exist and create a repair list. This task assumes (1) field visit. Inventory Inspection, Post Construction: the CONSULTANT will perform an inventory inspection of the bridge after repairs are completed and will update the BridgeWorks database with inspection findings. The CONSULTANT will prepare an inspection report with photographs, inspection findings and repair recommendations. This task assumes (1) field visit. Deliverables: 1. Drawings, sketches, field notes, calculations, engineer reports, and other records as required. 2. Inspection memorandum and repair list for condition inspection of steel superstructure 3. Post construction inventory inspection report 8.02.04 As-Built Record Drawings - Beacon Avenue The CONSULTANT shall prepare as-built record drawings at the completion of the project. DEA'sONteam will provide contractor-prepared marked-up drawings, inspector's field notes, and other available information to CONSULTANT staff. The CONSULTANT shall use these materials to prepare the as-built record drawings. As-built record drawings shall be prepared in accordance with the OTTs "As-built Record Drawing Requirements." Deliverables: 1. As-built Record Drawings for Engineering Review (11"x17" bond [1 copy] and electronic pdf) 2. As-built Record Drawings, full set per CITY requirements 8.03.01 Project Management - Grady Way Direction of CONSULTANT staff and review of their work over the course of the project shall beprovided. This work element includes preparing monthly progress reports that include the status of individual work elements, number of meetings attended, outstanding information required, and work items planned for the following month. Monitoring of CONSULTANT'S budget will occur over the course of the project. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions may include formal requests for increases, modifications, or reductions in scope and/or budget. Drawings and documents received and generated over the course of the project require review, coordination, and file management. The status of requested information will be maintained. 0 Monthly Invoices/Progress Reports Monthly invoices will be prepared by CONSULTANT for work activities for the prior month per AGENCY reporting requirements. These invoices shall also include SUBCONSULTANT work and will be accompanied by monthly progress reports. Invoices will include back-up material for all expenses and will show approved budget and amount expended todate. Deliverables: 1. Monthly invoices and progress reports (12 assumed, time split among all three bridges). City ofTukwila 6 Scope of Services Major Maintenance on Three Bridges, Construction Engineering Support Services February 1, 2017 0L03,02 Construction Office SoppurtServices - Grady Way The CONSULTANT shall provide Construction Office Support Services onon"on-caU" basis at the [[H^s request during the construction phase of the project. Construction Office Support Services may include the following: A. Meetings: The CONSULTANT will attend up to two (2) pre-construction meetings. This may include the general pre-construction meeting with the prime contractor and subcontractors, and also a pre-construction meeting that is dedicated to the discussion of curb ramp and sidewalk construction. The CONSULTANT will prepare a draft agenda and submit draft notes. The CONSULTANT shall finalize the meeting notes. B. Construction Meetings: The CONSULTANT will attend construction meetings as requested. This task assumes three (3) meetings. This task assumes that DEA/s [K4 team will prepare meeting agendas, and finalize the draft meeting notes and distribute them. C. Review Selected Shop Drawings and Material Submittals: The CONSULTANT will review and recommend action on selected Contractor materials submittals, shop drawings, and material test reports as requested by the CITY. The effort for this task is for input/support of the review of shop drawings and materials submittals by the Contractor to the CITY. D. Requests for Information (RF|s): At the [|TY's request, the CONSULTANT may be asked toprovide assistance in answering the Contractor's RF|s. E. Change Orders (COs): At the CITY's request, the CONSULTANT may be asked to provide assistance to the CITY in reviewing change order proposals and developing required information for COs. Work may include preparation of drawings and supporting information. Assumptions: 1. Material testing services are not included inthis Scope ofWork. 2. The CONSULTANT level of effort for Review of Shop Drawings, Material Submittals, RF|'sand Change Orders is limited to hours shown in the fee proposal. Deliverables: 1. Shop drawing and material submittal reviews. 2. Responses toRFb. ]. Drawings, calculations, and specifications required for change orders. 8.Q3.O3 Construction Field Support Services The CONSULTANT shall provide Construction Field Support Services on an "on-call" basis at the C|TYs request during the construction phase of the project. A. Field the CONSULTANT will assist the CITY with any requests where field construction modifications or additions require field investigation and the written recommendation of a professional engineer or surveyor. This task assumes one (1) modification or addition. 1. Drawings, sketches, field notes, calculations, engineer reports, and other records asrequired. 8.O3.O4 As-Built Record Drawings The CONSULTANT shall prepare as-built record drawings at the completion of the project. DEA's[K8team will provide contractor-prepared marked-up drawings, inspector's field notes, and other available City of Tukwila 7 Scope of Services Major Maintenance on Three Bridges, Construction Engineering Support Services February 1, 2017 information to CONSULTANT staff. The CONSULTANT shall use these materials to prepare the as-built record drawings. As-built record drawings shall be prepared in accordance with the [ITY's "As-built Record Drawing Requirements." Deliverables: 1. As-built Record Drawings for Engineering Review (11"x17" bond [1 copy] and electronic pdf) 2. As-built Record Drawings, full set per CITY requirements GENERAL ASSUMPTIONS 1. The duration of Task 8.0 is assumed to be 12 months. Work performed beyond this duration may be considered Extra Work to be covered in a future supplement. City of Tukwila 8 Scope of Services Major Maintenance on Three Bridges, Construction Engineering Support Services February 1, 2017 Exhibit D Prime Consultant Cost Computations Supplement 3 City of Tukwila Major Maintenance of Three Bridges, Construction Engineering Support Services Contract No.15-139 Budget No. 104.98.595.800.41.00 Summary of Construction Support (PE Support) Services Total Construction Support Services (PE Support) FEE Frank Zepp $68,887.94 Beacon Avenue $60,659.84 Grady Way $8,862.43 TOTAL CONSTRUCTION SUPPORT $138,410.22 SERVICES (PE SUPPORT) ALL THREE BRIDGES Exhibit D1 City of Tukwila Major Maintenance of Three Bridges, Construction Engineering Support Services FRANK ZEPP Contract No. 15 -139 Budget No. 104.98.595.800.41.00 David Evans and Associates, Inc. 2 3 11 13 17 Work Element # Work Element Project Manager (PMGR) Executive Administrator (EXAD) Senior Scientist (SSCI) Survey Manager (SVYM) Project Administrator (PADM) vvyyye �- DEA, �y RPH GAwi Doug \ \\ direct rates: $66.00 $38.00 $48,00 $65.00 $34.00 -v` � �� \ \� ��\-.o \ \, \ \� v - .\\- � 1 \ \ \ \\ \ . € . . =mss_ �\ - _�- 8.01 Construction En g. Su pport Svcs, Frank Zepp � � v \\ -y � $8,762 8.01.01 Project Management (DEA- includes construction mtgs) 20 6 6 20 8.01.02 Office Support (see TranTech Hrs) 8.01.03 Field Support (see TranTech Hrs) NM ME _ #1111114 ) 1 PI 101i irm+ I i i YV1111/4)Iii I 8.01.04 As -Built Record Drawings (see TranTech Hrs) -; \\ Sl1l}consu[tant Fee (TranTech) _ b\ �5 \ \� o $59,900 EXPENSES $226 SALARY ESCALATION 1111111 1111111 PROJECT WORK ELEMENTS TOTALS 20 6 4 6 20 56 100.0O% City of Tukwila Major Maintenance of Three Bridges, Construction Engineering Support Services FRANK ZEPP Contract No. 15-139 David Evans and Associates, Inc. Classification Hrs. x Each Direct Rate = Cost 1 Engineering Manager (ENGM) 0 $ 66.00 0.6-0 2 Project Manager (PMGR) 20 $ 66.00 1,320.00 3 Executive Administrator (EXAD) 6 $ 38.00 228.00 4 Managing Prof Engineer (MGPE) 0 $ 68.00 0.00 5 Professional Engineer (PFEN) 0 $ 44.00 0.00 6 Senior Bridge Engineer (SEEN) 0 $ 62.00 0.00 7 Bridge Engineer (BREN) 0 $ 47.00 0.00 8 Senior CADD Technician (SCAD) 0 $ 44.00 0.00 9 CADD Technician (CADD) 0 $ 30.00 0.00 10 Construction Manager (CONM) 0 $ 69.00 0.00 11 Senior Scientist (SSCI) 4 $ 48.00 192.00 12 Scientist (SCIT) 0 $ 34.00 0.00 13 Survey Manager (SVYM) 6 $ 65.00 390.00 14 Project Land Surveyor (PLSU) 0 $ 42.00 0.00 15 Instrument Person (INST) 0 $ 26.00 0.00 16 Administrative Assistant (ADMA) 0 $ 22.00 0.00 17 Project Administrator (PADM) 20 $ 34.00 680.00 18 0 0.00 Total Hrs. 56 Salary Cost 2,810.00 Salary Escalation Cost (estimated) Escalation - % of Labor Cost 0% per year @ 0 year(s) 0.00 Total Salary Cost 2,810.00 Overhead Cost @ Net Fee @ Total Overhead & Net Fee Cost Direct Expenses Reproduction Costs Copies Reports Plans Parking P20 Scanner Mileage Subtotal 181.82% of Direct Labor 30.0% of Direct Labor No. Unit Each Cost 200 pages @ $0.06 /page $ 12.00 0 reports @ $15 /report $ - 0 sets @ $2 /set $ - 0 @ $8 $ 0 @ $650 $ 400 miles @ $0.535 /mile $ 214.00 Prime Compensation for Subconsultant Cost David Evans and Associates Total Subconsultants 5,109.14 843.00 5,952.14 226.00 8,988.14 - VWDBE M/DBE Hrs $ Total Trantech, LLC 486 59,899.80 Total 0.0% 0.0% 0.0% 486 Subconsultant Total 0% 59,899.80 Direct Expenses Sub-Total (including Subconsultants) 60,126.80 Total Costs 68,887.94 Page 1 of I k\blvfslXproject\t\TUKAOOOODO14kGOOOCON\002OPre-Contract\Supplement 3MB-Suppl. 3-Fee DRAFT-3 Bridges- 2017- 01 -11- Review MASTER.Winted: 2/1/2017, 8:33 AM Exhibit E1 City of Tukwila Major Maintenance of Three Bridges, Construction Engineering Support Services FRANK ZEPP Contract No 15 -139 Trantech, LLC 1 2 2 4 6 a v r e 10 11 12 �i��r/ i'fiftf w ea Work Work Element dlruCl $a9 W $5450 VA OD Moo S50.00 73 $30 $:%1 W $50 $37M 536 Otl 1rmi)(} %r/� f� nntech, LL 1� / rafliS f ifs /i/ f /0f r/ % % /�'e;���>/ �% � f ,00 /i,l� ,00 8.01 Frank Zepp (180th Street) Construetian 6.01.01 8.01._0_2_ Project a a ement IDEA Task)— Office Support Services _ �f - -- Pre.Construction and ConstrucOon Meetings ___ Shop Dravan Review, RFrs and Change Orders 16 16 4 16 4 48 30 2 14 _ 16 2 6 4 20 2 8 - �- 2 14 4 4 / o $5155 (� $23,530 t __ 8.01.03 Load Rating of Repaired Structure _ Field Support Services 8 4 8 30_ a ) $5,845 �f Field lnvesti ations 8 8 16 8 4 4 4 16 4 16 8 4 j/ $11,948 ��. $2,634 i 8.01.04 Post Repair Inventory Inspection As Buift Record Drawn s 8 16 4 16 16 8 2 32 2 / $10 559 �fl, , /ii/ f /mil/ �% ,. Fi // // f/'81H % % /r /ll /l✓ / /( /�lG /�. /;, tr�/,^f / 4 i. /�Jf /,Y,t' /l 9]ii NSES SALARY ESCALATION "PROJECT WORK ELEMENTS TOTALS 77777777772 S2 92 76 20 20 12 40 &' SB ` 24 14 4S5 $59,900 100. 1 2 3 4 5 6 7 8 9 10 11 12 Exhibit El City of Tukwila Major Maintenance of Three Bridges, Construction Engineering Support Services FRANK ZEPP Contract No. 15-139 Trantech, LLC Direct Expenses Reproduction Costs Copies Reports Plans Parking Mail/Deliveries/Fed Ex Mileage Subtotal Trantech, LLC Total No. Unit Each Cost 0 Total Hrs. 486 $0.06 Direct Salary Cost Classification Hrs. X 22,154 Rate = Cost Project Manager 72 $ 59.00 $4,248 Senior Structural Engineer 52 $ 54.50 $2,834 Project Structural Engineer 92 $ 50.00 $4,600 Staff Structural Engineer 76 $ 36.00 $2,736 Senior Civil Engineer 20 $ 50.00 $1,000 Staff Civil Engineer 20 $ 30.00 $600 Senior Drainage Engineer 12 $ 50.00 $600 Senior Traffic Engineer 40 $ 50.00 $2,000 Senior CADD Technician 8 $ 40.00 $320 CADD Technician 56 $ 37.00 $2,072 Project Engineer 24 $ 36.00 $864 Administrative Assistant 14 $ 20.00 $280 Direct Expenses Reproduction Costs Copies Reports Plans Parking Mail/Deliveries/Fed Ex Mileage Subtotal Trantech, LLC Total No. Unit Each Cost 0 Total Hrs. 486 $0.06 /page Salary Cost 0 $ 22,154 Salary Escalation Cost (estimated) $ - 0 sets @ Escalation - % of Labor Cost 0% per year @ 0 year(s) $ - $0 Total Salary Cost $8 $ 22,154 Overhead Cost @ 140.85% of Direct Labor $ 31,204 Net Fee @ 28.5% of Direct Labor $ 6,314 Total Overhead & Net Fee Cost $ 108.00 $ 37,518 Direct Expenses Reproduction Costs Copies Reports Plans Parking Mail/Deliveries/Fed Ex Mileage Subtotal Trantech, LLC Total No. Unit Each Cost 0 pages @ $0.06 /page $ - 0 reports @ $15 /report $ - 0 sets @ $2 /set $ - 10 @ $8 $ 80.00 2 @ $20 $ 40.00 200 miles @ $0.540 /mile $ 108.00 Page 5 of 9 228 69,900 Washington State W/Ap Department of Transportation Lynn Peterson February 10, 2016 TranTech Engineering, LLC 12011 NE 1st Street NE, Suite 305 Bellevue, WA 98005 Exhibit El Certification of Final Indirect Costs TranTech, LLC Transportation Building 310 Maple Park Avenue S, E. P.O. Box 47300 Olympia, WA 98504-7300 360-705-7000 TTY. 1-800-833-6388 www.wsdot.wa.gov Subject: Acceptance FYE 2015 ICR — Risk Assessment Review Dear Mr. Nikzad Khashayer: Based on Washington State Department of Transportation's (WSDOT) Risk Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed FYE 2015 ICR of 140.85%. This ICR acceptance is in accordance with 23 CFR 172.7 and must be updated on an annual basis. This rate may be subject to additional review if considered necessary by WSDOT and will be applicable for: Z WSDOT Agreements Z Local Agency Contracts in Washington State only Costs billed to agreements/contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705-7104 or via email consultantrates@wsdot.wa.gov. Regards; *N 4J N Nd Manager, Consultant Services Office EKJ:rck Acceptance ICR Risk Assessment Review Ankh, GVloqhl�glonstate 0 080ar nen tof Transportation February 3, 2016 Exhibit El Certification of Final Indirect Costs TranTech, LLC Memorandum TO: Erik Jonson, Contracting Services Manager FROM; Schatzie Harvey, Agreement Compliance Audit ManagSr� SUBJECT: Tran Tech Engineering, LLC Indirect Cost Rate - for Fiscal Year Ended December 31, 2015 We are accepting the Tran Tech Engineering proposed rate of 140.85% of direct labor for the above referenced fiscal year based on our risk assessment process. Tran Tech Engineering provided a FHWA Certificate of Final Indirect Costs indicating all costs included in the indirect cost rate schedule are in compliance with Federal Acquisition Regulations (FAR), Subpart 31. We did not complete a review for this firm. Costs billed to agreements will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the Indirect Cost Rate. If you have any questions, feel free to call me at (360) 705-7006, or via email. at .barveys@wsdot.wa.gov cc: Steve McKerney File DOT Form 7oo-ow EF R.vised 5199 I Exhibit El' Certification of Final Indirect Costs TranTech, LLC Certification of Final Indirect Costs Firm Name: TranTech Engineering LLC Indirect Cost Rate Proposal: 140,85% Date of Proposal Preparation (mm/dd/yyyy): 1i8/2m Fiscal Period Covered (Mmldd/yyyy to mm/dd/yyyy): 1!1/=5 to 1213112o15 1, the,undersigned, certify that i have reviewed the proposal to establish final Indirect cost rates for the fiscal period as spectfied above and to the best of my knowledge and ballef • 1.) All costs included in this proposal to establish final Indirect cost rates are allowable In accordance with the cost principles of the Federal Acquisition Regulations (FAR) of title 48, Code of Federal Regulations (CFR), part 31. 2.) This proposal does not Include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31. All known material transactions or events that have occurred affecting the tZrm's ownership, organization and Indirect cost rates have been disclosed. Signature: Name of Certify1rig—Offbial* (Print)—: L V Xd-LZ;? Title: t'10-11 Date of Certification (mm/ddlyyyy): *The "Certifying Official" must be an Individual executive or financial officer of the firm at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has the authority to represent the financial Information utilized to establish the indirect cost rate for use under Agency contracts. Ref. FHWA Directive 4470.1A available on line at: littp://www.fhwa.dol.aov/lensrecisidirectives/ordersL4,el7Ol a.htm O/H Certification; Nov 2010 Exhibit D2 City of Tukwila Major Maintenance of Three Bridges, Construction Engineering Support Services BEACON AVENUE Contract No.15 -139 Budget No. 104.98.595.800.41.00 David Evans and Associates, Inc. 2 4 6 7 8 11 13 17 Element # Work Element Project Manager (PMGR) Managing Prof Engineer (MGPE) Senior Bridge Engineer (SBEN) Bridge Engineer (WREN) Senior CADD Technician (SCAD) oentor ocienrisr tpaut) Survey Manager (SVYM) Project Administrator (PADM) -\ \\ , ` \\ �� � DEA �� � -� _ RPH PDMO Diana Gray Doug JMWI �� A ��� direct rates 566.04 $68.00 $62.00 w4 7A0 u�44.00 $46.00 X65.00 X34.00 �� ;\ �a .\ � Z � l'--!'-,.- \� , g- . - . „ \ \ _ 4 .- P , -, \.. @ce- � . - € ; :,, -- -, - :rt \; \ IMIIIIIIIIIIIIIIIIIMIIMMIIIIIIIIMMIIIIIIIIIMIIIMI 8.02 Construction Eng. Support Services, Beacon Avenue _ '''-':,--,-K'----'-'-'--- IIMIIIM - 18 W,y' $5,613 613 8.02.01 Project Management 18 �� 8.02.02 Construction Office Support Services �_ \,` Pre Construction and Construction Meetings 20 20 ���� $7 983 ., ����� $10346 $5,070 Shop Drawing Review, RFI's and Change Orders 2 1 10 20 10 22 20 Ell Load Ratin. of Re.aired Structure 8.02.03 Construction Field Sus sort Services M�I��II� \ `� A - Field Investi +ations Structural Inspections a_ 24 20�����,-k 16 \` ti $5,794 \� �o� $15,466 8.02.04 As Built Record Drawings g 2 � 10 36 20 \vim $10215 a�- ,1-1--,, �� v 4 ,: y � y v v - y y �y y 4. .� y v A � vv � ,_ yv yy , vy vvy v v _ v�_- ._� y v �,* , ,-- $173 PRIME COMPENSATION FOR SUB. COST MO SALARY ESCALATION -__ c PROJECT WORK ELEMENTS TOTALS 68 10 80 122 36 2 16 24 358 60 ¢66 100.00 Exhibit D2 City of Tukwila Major Maintenance of Three Bridges, Construction Engineering Support Services BEACON AVENUE Contract No. 15-139 David Evans and Associates, Inc. Direct Expenses Classification Unit Hrs. x Direct Rate = Cost 1 Engineering Manager (ENGM) 0 $ 66.00 0.00 2 Project Manager (PMGR) /page 68 $ 66.00 4,488.00 3 Executive Administrator (EXAD) $ - 0 $ 38.00 0.00 4 Managing Prof Engineer (MGPE) Parking 10 $ 68.00 680.00 5 Professional Engineer (PFEN) 0 0 $ 44.00 0.00 6 Senior Bridge Engineer (SBEN) miles @ 80 $ 62.00 4,960.00 7 Bridge Engineer (BREN) 122 $ 47.00 5,734.00 8 Senior CADD Technician (SCAD) 36 $ 44.00 1,584.00 9 CADD Technician (CADD) 0 $ 30.00 0.00 10 Construction Manager (CONM) 0 $ 69.00 0.00 11 Senior Scientist (SSCI) 2 $ 48.00 96.00 12 Scientist (SCIT) 0 $ 34.00 0.00 13 Survey Manager (SVYM) 16 $ 65.00 1,040.00 14 Project Land Surveyor (PLSU) 0 $ 42.00 0.00 15 Instrument Person (INST) 0 $ 26.00 0.00 16 Administrative Assistant (ADMA) 0 $ 22.00 0.00 17 Project Administrator (PADM) 24 $ 34.00 816.00 Total Hrs. 358 Salary Cost 19,398.00 Salary Escalation Cost (estimated) Escalation - % of Labor Cost 0% per year @ 0 year(s) 0.00 Total Salary Cost 19,398.00 Overhead Cost @ 181.82% of Direct Labor 35,269.44 Net Fee @ 30.0% of Direct Labor 5,819.40 Total Overhead & Net Fee Cost 41,088.84 Direct Expenses No. Unit Each Cost Reproduction Costs Copies 200 pages @ $0.06 /page $ 12.00 Reports 0 reports @ $15 /report $ - Plans 0 sets @ $2 /set $ - Parking 0 @ $8 $ - P20 Scanner 0 @ $650 $ - Mileage 300 miles @ $0.535 /mile $ 160.50 Subtotal Prime Compensation for Subconsultant Cost David Evans and Associates Total Subconsultants; 173.00 60,669.84 - W/DBE M/DBE Hrs $ Total Trantech, LLC 0 0.00 Total 0.0% 0.0% 0.0% 0 Subconsultant Total 0% 0.00 Direct Expenses Sub-Total (including Subconsultants) 173.00 Total Costs 60,659.84 Page 1 of 1 k\blvfsl\projectkt\TUKA00000014\OOOOCON\002OPre-Contract\Supplement 3XT3 &Suppl. 3-Fee DRAFT-3 Bndges-2017-01-1 1-Review MASTERAPrinted: 2/1/2017, 8:37 AM Exhibit D3 City of Tukwila Major Maintenance of Three Bridges, Construction Engineering Support Services GRADY WAY Contract No.15 -139 Budget No. 104.98.595.800.41.00 David Evans and Associates, Inc. 2 4 6 7 s 11 17 Work Element # Work Element Project Manager (PMGR) Managing Prof Engineer (MGPE) Senior Bridge Engineer (SEEN) Bridge Engineer (BREN) Senior CADD Technician (SCAD)! Senior Scientist (SSCI) Project Administrator (PADM) \\ \\ Ay �\\ \\ \ \\ \ \\ \ DEAD \- �y� - \\ \\ \\ RPH MLF PDMO MCF Diana Gray JMWI direct rates: $66.00 $68.00 $62.00 $47.00 $44.00 $4 8.00 $34.00 _\ ate\ \..� \. \\ : \ \� \ \ .� \ ..\ \ \ \.. \.. \ \ - . \.. \_ \ \ \. \ \ \. \ ,.� _ \ � � .. \- _ \ \ \.. motg-� �\. -. \ \ \� � �\. '.. .\ \,,--,-.: _. \ . �\ _.\ \\ \ �� __ \ \ \ \\ \ \ \` \ \� 1 \`t �_ a ..� 8.03 Construction Support Services, Grady Way lEng. s Pro ect 3 $935 8.03.02 Office Support Pre - Construction and Construction Meetings 1 \\ $352 $2,457 -_ ue \\ Shop Drawing Review, RFI's and Change Orders 1 © 2 2 2 2= v 8.03.03 Construction Field Support Services 3 \ �y \?\ 3440 8.03.04 As Built Record Drawings 5 10 14 $4.559 \ �\\\\\\ k\ w„\ \ \� \ \ \ \ \ \ \ \\. \., \ \�\������ \ \`\=.�\ � \ \ �\\\ \ \ \ \ \� \\ '' .,,,._\7--,..,,,,, \ ��� .tea MEM PRIME COMPENSATION FOR SUB. COST Mill. EXPENSES $119,l_L��\ SALARY ESCALATION PROTECT WORK ELEMENTS TOTALS 5 5 7 16 14 2 5 55 $ . 862 100.0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 Exhibit D3 City of Tukwila Major Maintenance of Three Bridges, Construction Engineering Support Services GRADY WAY Contract No. 15-139 GRADY WAY David Evans and Associates, Inc. Salary Escalation Cost (estimated) Escalation - % of Labor Cost Total Salary Cost Overhead Cost @ Net Fee @ Total Overhead & Net Fee Cost Direct Expenses Reproduction Costs Copies Reports Plans Parking P20 Scanner Mileage Subtotal 0% per year @ 0 year(s) 181.82% of Direct Labor 30.0% of Direct Labor No. Unit Each Cost 200 pages @ $0.06 Direct 0 Classification Hrs. x /report $ Rate = Cost Engineering Manager (ENGM) 0 $ 66.00 0.0_0_ Project Manager (PMGR) 6 $ 66.00 396.00 Executive Administrator (EXAD) 0 $ 38.00 0.00 Managing Prof Engineer (MGPE) 5 $ 68.00 340.00 Professional Engineer (PEEN) 0 $ 44.00 0.00 Senior Bridge Engineer (SBEN) 7 $ 62.00 434.00 Bridge Engineer (BREN) 16 $ 47.00 752.00 Senior CADD Technician (SCAD) 14 $ 44.00 616.00 CADD Technician (CADD) 0 $ 30.00 0.00 Construction Manager (CONM) 0 $ 69.00 0.00 Senior Scientist (SSCI) 2 $ 48.00 96.00 Scientist (SCIT) 0 $ 34.00 0.00 Survey Manager (SVYM) 0 $ 65.00 0.00 Project Land Surveyor (PLSU) 0 $ 42.00 0.00 Instrument Person (INST) 0 $ 26.00 0.00 Administrative Assistant (ADMA) 0 $ 22.00 0.00 Project Administrator (PADM) 5 $ 34.00 170.00 Total Hrs. 55 Salary Cost 2,804.00 Salary Escalation Cost (estimated) Escalation - % of Labor Cost Total Salary Cost Overhead Cost @ Net Fee @ Total Overhead & Net Fee Cost Direct Expenses Reproduction Costs Copies Reports Plans Parking P20 Scanner Mileage Subtotal 0% per year @ 0 year(s) 181.82% of Direct Labor 30.0% of Direct Labor No. Unit Each Cost 200 pages @ $0.06 /page $ 0 reports @ $15 /report $ 0 sets @ $2 /set $ 0 @ $8 $ 0 @ $650 $ 200 miles @ $0.535 /mile $ Prime Compensation for Subconsultant Cost David Evans and Associates Total Subconsultants 107.00 0.00 2,804.00 6,098.23 841.20 6,939.43 119.00 8,862.43 M/DBE Hrs $ Total Trantech, LLC 0 0.00 Total 0.0% 0.0% 0.0% 0 Subconsultant Total 0% 0.00 Direct Expenses Sub-Total (including Subconsultants) 119.00 Total Costs 8,862.43 Page 1 of I k\blvfsl\project\t\TUKA00000014\OOGOCON\002OPre-Contract\Supplement 3MB-Suppl. 3-Fee DRAFT-3 Bridges- 2017 -01 -11- Review MASTERrinted: 2/1/2017, 8:40 AM Exhibit D Prime Consultant Cost Computations CERTIFICATION OF INDIRECT COSTS MVAM Washington State David Evans and Associates, Inc. Department of Transportation Memorandum May 19, 2016 TO: Erik Jonson, Contracting Services Manager FROM: Scbatzie Harvey, Agreement Compliance Audit ManageT---- SUBJECT: David Evans & Associates, Inc. Indirect Cost Rate for Fiscal Year Ended October 31, 2015 The Oregon Department of Transportation (ODOT) has concluded their cognizant review of David Evans & Associates for the above referenced fiscal year. ODOT is the Cognizant State for David Evans & Associates. As such, ODOT has performed its cognizant review and accepted the audit performed by Grant Thornton, LLP, with some minor exceptions. Based on ODOT's acceptance of the David Evans & Associates Indirect Cost Rate, we are issuing this memo establishing the David Evans & Associates rate for the fiscal year ended October 31, 2015 at 181.82% of direct labor (rate includes 0.33% Facilities Cost of Capital). Costs billed to agreements will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement. If you have any questions, feel free to call me at (360) 705-7006, or via email at harveys 0imsdot.wa.uov Attachment cc: Steve McKerney File DOT Form 700.DO8 EF Revised 5199 Exhibit D Prime Consultant Cost Computations CERTIFICATION OF INDIRECT COSTS David Evans and Associates, Inc. Certification of Final Indirect Costs Firm Name: David Evans and Associates, Inc. Indirect Cost Rate Proposal: 181.49 OH +.33 FCCM = 181.82 Date of Proposal Preparation (mmlddlyyyy): 04/28/2016 Fiscal Period Covered (mm/dd/yyyy to mm/dd/yyyy): 11/2/2014 to 10/31/2015 /, the undersigned, certify that / have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief. 1.) All costs included in this proposal to establish final indirect cost rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of title 48, Code of Federal Regulations (CFR), part 31. 2.) This proposal does not include any costs which are expressly unallowabie under the cost principles of the FAR of 48 CFR 31. All known material transactions or events that have occurred affecting the firm's ownership, organization and indirect cost rates have been disclosed. Signature: 11�1- Name of Certifying Official* (Print): Ryan Randall Title: controller Date of Certification (mmlddlyyyy): o5/19/2o16 *The "Certifying Official" must be an individual executive or financial officer of the firm at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has the authority to represent the financial Information utilized to establish the indirect cost rate for use under Agency contracts, Ref. FHWA Directive 4470.1A available on line at: fittp:llwww.fhwa.dat.gov/1e.qsregs/directives/orders/4470'1a.litm O/H Certification; Nov 2010 April 28, 2016 uregon Kate Brown, (kivernor The Board of Directors and Stockholders David Evans and Associates, Inc. (DEA) Prime Consultant Cost Computations CERTIFICATION OF INDIRECT COSTS David Evans and AssOr-WAS Inc. RE: David Evans and Associates, Inc. Schedule of Indirect Cost Rate, Fiscal Year Ended October 31, 2015 Department of Transportation Central Services — Audit Services 355 Capitol St. NE — MS52 Salem, OR 97301-2528 (503)986-3213 We have perfornied a cognizant review of documentation and the working papers Of your independent CPA firm, Grant Thornton (GT), of their audit of the Schedule of Indirect Cost Rate for David Evans and Associate's (DEA) Fiscal Year Ended October 31, 2015 in accordance with our role as Cognizant Agency as defined in 23 U.S.C. 112(b)(2)(c) an([ 23 CFR 172.3 and 172.7. Our cognizant review was performed in accordance with the AASHTO Review Pi-ogram for CPA Audits of Consulting Engineers' Indirect Cost Rates. We were provided with a copy of GT's audit report dated January 28, 2016, copies of their working papers and additional documentation front DEA. Based on our review, we accepted the revised Schedule of Indirect Cost Rate and this letter of concurrence establishes DEA's Schedule of Indirect Cost Rate for the fiscal year ended October 31, 2015 at 181.49% of direct labor and a Facilities Capital Cost of Money factor of 0.33% of direct labor. A copy of this letter will be forwarded to the appropriate ODOT contracting offices. If you or any representative of DEA has any questions, please contact nic at (503) 986-3213 or Ruth Wit it (503) 986-4003. Sincerel / 17i Margai; /Cole, CP External Audit Manager Oregon Department of ransportation CC: Marcus McGarity, Chief inancial Officer, David Evans and Associates, Inc. Tony Parke, Partner, Grant Thornton Exhibit D Prime Consultant Cost Computations David Evans and Associates, Inc. CERTIFICATION OF INDIRECT COSTS Statement of Direct Labor, Fringe Benefits, and General Overhead David Evans and Associates, Inc. For the Fiscal Year Ended October 31, 2015 DEA only Proposed General Ledger Direct Disallowed Company Acct Number Description Account Balance Costs Costs wide DIRECT LABOR DIRECT LABOR $ 28,526,415 $ 28,526,415 $ $ 28,526,415 FRINGE BENEFITS GENERAL OVERHEAD Indirect Labor Occupancy Communications Supplies and NonCap Equipment Service Contracts Publications and Memberships Computer Hardware - NonCap Computer Software - Noncap Computer Supplies Repairs & Maintenance Vehicle Expense General and Administrative Public Relations Selling Expense Training Expense Employee Recruiting and Retention Professional Services Business Insurance Taxes, Licenses and Fees Depreciation and Amortization Bad Debt Expense Contributions Misc Expenses 401k Matching & ESOP Contribut Profit Sharing Expense (Bonus) Reserves and Settlements - Non Ops Interest Expense (net of Interest Income) Gain /Loss on Sale of Fixed Ass Dividend Income Deferred Compensation Misc Other Income /Expense /Penalties Grp Med Insur Reimbursement Gain /Loss on Investments Rental Income-External Federal Income Tax State Income Tax Support Services Allocation TOTAL GENERAL OVERHEAD TOTAL INDIRECT COSTS & OVERHEAD RATE DEEI Allocation (Home Office) DEA Corp Allocation to Onsite TOTAL AFTER ALLOCATIONS $ 17,937,448 $ $ (425,434) a,b $ 17,512,014 $ 17,599,330 $ (442,582) $ (1,161,826) $ 7,033,717 $ $ (566,009) $ 823,801 $ $ (44,930) $ 512,521 $ (182,429) $ $ 631,971 $ $ - $ 265,857 $ $ (350) $ 166,324 $ 611,675 $ 1,398 $ 63,309 $ 1,956,033 (459,555) (9,844) $ 727,861 $ $ (55,822) $ 242,501 $ $ (242,501) $ 511,438 (19,814) $ 345,003 $ $ (25,223) $ 579,696 $ $ (360,981) $ 691,832 $ $ $ 1,122,388 $ $ (6,694) $ 650,542 $ $ $ 1,686,740 $ $ $ 110,076 $ $ (110,076) $ 192,554 $ $ (192,554) $ (6,017) $ 3,881,031 $ $ (449,841) $ 324,122 $ (324,122) $ 214,304 $ $ (214,384) $ (28,107) - $ (146,246) $ $ - $ (832) $ $ (556) $ (4,406) $ 1,507,362 (1,507,362) $ 284,704 (284,704) $ (200,432) $ 41,850,184 $ (582,699) $ (5,577,593) 59,787,632 $ (582,699) $ (6,003,027) a, b,c d d f,g g,h b g,h g,h h, i a,t k m n,o $ 15,994,923 $ 6,467,708 $ 778,871 $ 330,092 $ 631,971 $ 265,507 $ 166,324 $ 611,675 $ 1,398 $ 63,309 $ 1,486,634 $ 672;039 $ 491,624 $ 319,780 $ 218,715 $ 691,832 $ 1,115,694 $ 650,542 $ 1,686,740 $ (6,017) $ 3,431,190 $ (80) $ (28,107) $ (146,246) $ (1,388) $ (4,406) $ (200,432) $ 35,689,891 53,201,906 $ 1,198,142 $ $ (434,191) (q) $ 763,952 $ (2,437,484) $ $ 244,738 (r) $ (2,192,747) 58,548,289 (582,699) (6,192,480) 51,773,110 TOTAL INDIRECT COSTS & OVERHEAD RATE AFTER ALLOCATIONS 205.24% FCCM (Facilities Capital Cost of Money) COMBINED INDIRECT COSTS & OVERHEAD RATE FAR References and Notes (a) 31.205 -6 and 31.201 -4 Compensation and Allocability 181.49% 0.33% 181.82% 1: M all TPI Prime Consultant Cost Computations CERTIFICATION OF INDIRECT COSTS (b) 31. 205 -1 Public Relations Costs (including directly associated costs) David Evans and Associates, Inc. (c ) 31.205 -6(p) Excess Executive Compensation (d) 31.205 -36 & 31.205 -17 Rental Costs & Idle Facilities /Idle Capacity Costs (including directly associated costs) (e) 31.205 -14 Entertainment Costs (f) 31.202: Excluded direct project costs (both billable & non billable costs) from indirect cost pool (g) 31.205 -46 Travel Costs (h) 31.205 -51 Costs of Alcoholic Beverages (i) 31.205 -13 Employee Morale 0) 31.205 -19 Insurance and Indemnification (k) 31.205 -3 Bad Debts (1) 31.205 -8 Contributions or Donations (m) 31.205 -20 Interest and Other Financial Costs (n) Miscellaneous Revenue (o) 31.205 -15 Fines, Penalties and Mischarging Costs (p) 31.205 -41 Taxes (q) See DEEI Office Allocatin Worksheet (r) See Corp Allocation DEA to Onsite (s) Remove Special Equip costs for use in Billable Equipment Rate (t) 31.205 -27 Organization Costs . Exhibit D Prime Consultant Cost Computations CERTIFICATION OF INDIRECT COSTS David Evans and Associates, Inc. David Evans and Associates, Inc. SCHEDULE OF INDIRECT COSTS Year ended October 31, 2015 Facilities Capital Cost of Money Rate 0.33% Combined Overhead Expense and Facilities Capital Cost of Money Rate 182.13% The accompanying notes are an integral part of this schedule. 5 Direct Unallowable Costs Cost Costs Net of FAR Description Total Cost eliminations elminations chninations reference Labor Burden: Holiday Pay $ 1,411,046 $ $ 1,411,046 Sick Pay 1,041292 1,041,292 Vacation Paid 3,650,381 3,650,381 Termination/Severance 58,837 58,837 New Employee Signing Pay 80,679 (80,679) - 15 Vacation Accrual (858,064) (858,064) Vacation Cash Out 658,940 658,940 DOL Compliance Labor 55,545 55,545 PTO 203,260 203,260 Group Medical 5,416,091 5,416,091 Group Life Ins 23,088 23,088 Workers' Comp Ins. 269,727 269,727 FICA & PR. Taxes 3,781,014- 3,781,014 SUTA & State PR Taxes 763,004 763,004 Union Benefits 705,196 705,196 Civic Duty Labor 20,876 20,876 Officer Supp Comp 577,538 577,538 Other Payroll Related Costs 79,000 - 79,000 Public Relations Calculated Fringe Elimination 344,755) (344,755) 1 FRINGE BENEFITS 17,937,448 (425,434) 17,512,014 GENERAL OVERHEAD Indirect Labor 18,460,494 (449,653) (1,115,646) 16,895,194 1,9 Salary Variance (861,163) 7,071 41,912 (812,180) 1 Occupancy 7,033,717 - (566,009) 6,467,708 10,16 Communications 823,801 - (44,930) 778,871 16 Equipment (501,867) 501,867 - Supplies 512,521 (182,429) 330,092 18 Service Contracts 631,971 - 631,971 Publications and Memberships 265,857 (350) 265,507 12 Computer and Printer Costs 842,706 - 842,706 Vehicle Expense 1,956,033 (459,555) (9,844) 1,486,634 4,17 General and Administrative 727,861 (54,887) 672,974 3,4 Public Relations 242,501 (242,501) - 1 Selling Expense 511,438 (19,029) 492,410 3,4,12 Training Expense 345,003 (24,720) 320,282 3,4 Employee Recruiting and Retention 579,696 (360,981) 218,715 2,3 Professional Services 691,832 691,832 Business Insurance 1,122,388 (6,694) 1,115,694 7 Taxes, Ij tenses and Fees 650542 650,542 Depreciation and Amortization 1,686,740 1,686,740 Bad Debt Expense 110,076 (110,076) - 6 Contributions 192,554 (192,554) - 5 Misc Expenses (6,017) (6,017) Profit. Sharing Expense 774,694 (449,841) 324,843 8 401K and ESOP Contributions 3,106,347 3,106,347 Reserves and Settlements 324,122 (324,122) - 6 Interest Expense 210,658 (210,658) - 11 Discounts Taken (80) (80) Finance Charges 3,727 (3,727) - 11 Gain /Loss on Sale of Fixed Assets (28,107) (28,107) Deferred Compensation (146,246) - (146,246) Misc Other Income/Expense (832) (556) (1,388) 14 Rental Income- External (4,406) (4,406) Income Taxes 1,792,066 (1,792,066) - 13 Support Services Allocation (200,132) (200,432) Total General Overhead Expense 41,850,184 35,780,205 Labor Burden and General Overhead Expense Before Allocation $ 59,787,632 $ (582,699) $ (5,912,713) $ 53,292-220 DEEIAllocation (Home Office) 1,198,142 (434,191) 763,952 1,3,5,7 DEA Corp Allocation to Onsite (2,437,484) -------- 241,056 (2,196,429) -tbor Burden and General Overhead Expense $ 58548,289 $ 51,859,743 Direct Labor 28526,415 28,526,415 Overhead Expense Raw 205.24% 181.80% Facilities Capital Cost of Money Rate 0.33% Combined Overhead Expense and Facilities Capital Cost of Money Rate 182.13% The accompanying notes are an integral part of this schedule. 5 Exhibit D Prime Consultant Cost Computations CERTIFICATION OF INDIRECT COSTS David Evans and Associates, Inc. David Evans and Associates, Inc. COMMENTS ON SCHEDULE OF INDIRECT COSTS Year ended October 31, 2015 r 1. Public Relations and Advertising - FAR 31.205-1 r 2. Employee morale - FAR 31.205-13 r 3. Alcohol - FAR 31.205-51 r 4. Excess travel costs - FAR 31.205-46 V 5. Contributions or donations - FAR 31.205-8 V 6. Bad debt - FAR 31.205-3 r 7. Officers" life insurance - FAR 31,205-19 r 8. Bonuses paid not in accordance with established plan - FAR 31.205-6(o r 9. Compensation for personal services - FAR 31.205-6(p) V 10. Gains on sale of capital assets - FAR 31.205-16 r 11. Interest and other financial costs - FAR 31.205-20 r 12. Entertainment - FAR 31.205-14 r 13. Income taxes - FAR 31.205-41 r 14. Fines, penalties and mischarging costs - FAR 31.205-15 V 15. Signing bonuses - FAR 31.205-6(o and FAR 31.201-4 r 16. Rent, idle facilities and idle capacity costs (including directly associated costs) - FAR 31-205-36, FAR 31.205-17 V 17. Personal mileage expenses - FAR 31.205-46 V 18. Excluded direct project costs (both billable and non-billable) from indirect cost pool - FAR 31.202 The accompanying notes are an integral part of this schedule. 6 Exhibit D Prime Consultant Cost Computations CERTIFICATION OF INDIRECT COSTS David Evans and Associates, InDavid Evans and Associates, Inc. NOTES TO SCHEDULE OF INDIRECT COSTS - CONTINUED October 31, 2015 NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES, Continued Pension Plans The Company has a 401(k) pension plan, meeting the requirements of FAR 31.205-6(j), to which it makes annual contribution at the discretion of the board of directors. The amount of the Company's 401(k) contribution included in the overhead pool for the current year was $1,242,604 Facilities Capital Cost of Money (ECC4 The cost-of-money rate has been calculated in accordance with FAR 31.205-10, using average net book values of equipment and facilities multiplied by the average treasury rate for the applicable period. Equipment and facilities include furniture and fixtures, computer equipment, vehicles and leasehold improvements. The numbers represented below relate only to the DEA division. The calculation was made as follows: Net book value of fixed assets $4,313,867 Average treasury rate 2.19% Computed facilities capital 94,258 Direct labor base 28,524,415 Cost of money rate: 0.330% NOTE 2 - FEDERAL ACQUISITION REGULATIONS ELIMINATIONS Public Relations and Advertisin Certain costs incurred for public relations and advertising were eliminated from the schedule of indirect costs pursuant to FAR section 31.205-1. The costs are comprised of $931,708 of non-project labor, $344,755 of payroll taxes and fringe benefits related to public relations, and $242,501 of public relations and advertising expenses. Travel and Entertainment The schedule of indirect costs includes an elimination of $117,285 for travel specifically related to entertainment, alcohol expenses, and excess travel costs which are disallowed pursuant to FAR sections 31.205-14, 31.205-51, and 31.205-46, respectively. Executive Compensation The Company evaluates compensation paid to senior executives to ensure any excess of FAR 31.205-6(p) is not included in the overhead rate. The Company compares executive compensation against a comparable benchmark in accordance with the American Association of State Highway and Transportation Officials ("AASHTO") Accounting Guide. Based on this comparison, the amount of $183,938 was disallowed in the Schedule of Indirect Costs. � Washington State 1I/ Department of Transportation 15- 139(b) Council Approval N/A Supplemental Agreement Number 2 Organization and Address David. Evans and Associates, Inc. 1115 West Bay Drive NW, Suite 301 Olympia, WA 98502 Phone: 360 628 -5025 Original Agreement Number 15-139 ( h) Project Number 91510406, 91510407, 9150408, DEA #TUKA0000 -0014 Execution Date Completion Date 12/31/2017 Project Title Major Maintenance of 3 Bridges New Maximum Amount Payable $ 735,737'00 Description of Work This supplement is for a time extension only. The project has experienced delays due to the NEPA modifications and change of City staffing during design. Additional time has been included for technical support during the construction phase. The Local Agency of City of Tukwila desires to supplement the agreement entered in to with David Evans and Associates, Inc. and executed on 07/23/2015 and identified as Agreement No. 15 -139 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: 1 Section 1, SCOPE OF WORK, is hereby changed to read: No change of scope. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read' Time for completion is revised to December 31, 2017. 111 Section V, PAYMENT, shall be amended as follows: No change to payment as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, ple ;e si. n, • e Appropriate spaces below and return to this office for final action. By: Manuel Feliberti, Senior Associate 7// DOT Form 140 -063 Revised 09/2005 Consultant Signature By Mayo Approving Authority Signature 1 -/� Date / 59 di a 02/6-/Ars &17•"411111:11 %Washington State T// Deportment of Wanspertation 15- 139(a) Council Approval 12/14/15 Supplemental Agreement pp g Number 1 Organization and Address David Evans and Associates, Inc. 1115 West Bay Drive NW, Suite 301 Olympia WA 98502 Phone: 360 - 628 -5025 Original Agreement Number 15 -139 Ca) Project Number DEA Project No. TUKA0000 -0014 Execution Date Completion Date 12/31/2016 Project Title Major Maintenance of Three Bridges New Maximum Amount Payable $ 735,737.00 Description of Work West Approach Slab design, trail lighting "and Survey for the Frank Zepp Bridge. No. 91510406.1000.100. The Local Agency of City of Tukwila desires to supplement the agreement entered into with David Evans and Associates, Inc. and executed on 7 -23 -2015 and identified as Agreement No. 15 -139 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: See Exhibit A, attached 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: no changf 111 Section V, PAYMENT, shall be amended as follows: Added S46 769 for a maximum amount payable of 5735,717 as set forth in the attached Summary of Payments, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: HQnueI F /i bed' Assoc-itie By: (l Ort75)1 Pal DOT Form 140 -063 EF Revised 9/2005 Consultant Signature / /Approving /A / , Signature Date Summary of Payments Agreement No. 15 -139 Basic Agreement Supplement #1 Total Direct Salary Cost 127,752.00 2,530.00 130,282.00 Overhead (Including Payroll Additives) 232,483.00 4,604.00 237,087.00 Direct Non - Salary Costs (includes Subconsultant charges) 290,407.00 38,876.00 329,283.00 Fixed Fee 38,326.00 759.00 39,085.00 Management Reserve Fund 0.00 Total 688,968.00 46,769.00 735,737.00 Basic Agreement Supplement #1 Total Frank Zepp Bridge No. 91510406.1000.100 343,368.00 46, 769.00 390,137.00 Grady Way Bridge No. 91510407.1000.100 96,539.00 0.00 96,539.00 Beacon Ave. S Bridge No. 91510408.1000.100 249,061.00 0.00 249,061.00 Total 688,968.00 0.00 735,737.00 EXHIBIT A CITY OF TUKWILA MAJOR MAINTENANCE ON THREE BRIDGES Scope of Services Supplement 1 Prepared by: David Evans and Associates, Inc. 415 118th Avenue SE Bellevue, WA 98005 November 17, 2015 TABLE OF CONTENTS INTRODUCTION 1 TASK 3.0 FRANK ZEPP BRIDGE MAINTENANCE 1 3.02.S1 Structural Analysis 1 3.02.02.S1 Geotechnical Pier Isolation Recommendations 1 3.03.01.51 West Approach Slab Design and PS &E 2 3.03.02.S1 Additional Engineering Assessment 2 3.03.03.S1 Under -deck Trail Lighting Design and PS &E 2 3.08.S1 Survey 3 TASK 5.0 GRADY WAY BRIDGE MAINTENANCE 3 5.02.51 Structural Analysis 3 TIME FOR PERFORMANCE 4 City of Tukwila i Scope of Services, Supplement 1 Major Maintenance on 3 Bridges November 17, 2015 INTRODUCTION The City of Tukwila (AGENCY) and David Evans and Associates, Inc. (CONSULTANT) entered into a professional services agreement on July 23`d, 2015 with for development of bridge repairs and construction contract documents for the following: 08561400 TUKWILA-02 FRANK ZEPP BRIDGE 07996800 TUKWILA -13 BEACON AVENUE BRIDGE 08543600 TUKWILA -08 GRADY WAY BRIDGE During the design development, a number of items were discovered that were not anticipated during the initial scoping. They include: • Settlement of the roadway in the vicinity of Pier 1 of the Frank Zepp Bridge. This settlement is potentially attributed to combined seismic and vehicular induced settlements. To counter this settlement, design and construction of a west approach slab is recommended for two reasons: to provide a transition from the hard bridge surface to a softer soil supported roadway facility to the west, and to provide seismic resistance benefits, including friction resistance to longitudinal bridge movements. • Pier 2 of the Frank Zepp Bridge has a slight tilt toward the Green River channel. It is thought that this tilt is caused by additional lateral forces induced by the trail running underneath the Span 1 of the bridge. Additional engineering analysis and assessment is recommended to study the information provided by the surveying activities and geotechnical investigations regarding the Pier 2 condition. • The trail running underneath Span 1 of the bridge is not lit. This task will provide design for installation of lighting on the bridge deck soffit and on top of the trail to ensure a lit and safe trail for the trail users. The following Scope of Services (SCOPE) describes the work to be performed for this Supplement (Supplement #1). TASK 3.0 FRANK ZEPP BRIDGE MIAINTENANCE 3.02.S1 Structural Analysis Bullet Point 1 in original Scope of Services is amended to read: • Seismic Analysis: CONSULTANT shall use the seismic design criteria developed to perform seismic analysis and determine required capacity to strengthen bridge to achieve Level 1 Life using sound engineering judgment and experience to meet the requirements of the Performance Level 0 (PLO) criteria. 3.02.02.51 Geotechnical Pier Isolation Recommendations CONSULTANT shall prepare pier isolation recommendations at Pier 2 relative to the trail loading on the pier. Pier isolation concepts may include removal and replacement of the existing earth fill with lightweight materials such as expanded polystyrene (geofoam) or pier wall jacketing. Recommendations will be prepared for design and construction of the preferred isolation concept and included in the final geotechnical report for the project. Assumptions: City of Tukwila 1 Scope of Services, Supplement 1 Major Maintenance on Three Bridges November 17, 2015 1. No field explorations or laboratory testing of soils will be performed. The recommendations for pier isolation will be developed using existing information and simplified, conservative design assumptions. Attendance at not more than one design team meeting at DEA's Bellevue office is assumed. Deliverables: 1. Draft design and construction recommendations for Pier 2 isolation will be transmitted to the design team in electronic format with the final recommendations incorporated in the final geotechnical report deliverable. 3.03.0151 West Approach Slab Design and PS &E CONSULTANT shall prepare concept and final designs, construction plans, engineer's estimate, and special provisions (PS &E) for the installation of an approach slab on the west approach to the FRANK ZEPP BRIDGE. This slab task is recommended for seismic enhancement of the west abutment and its immediate vicinity. Currently the abutment and its vicinity is experiencing settlement. This task involves creating two structural sheets that show a plan view and structural details of this slab and its connection to the west abutment. CONSULTANT shall prepare 90% and 100% AD Ready Plans, Specifications, & construction Opinion of Cost Estimates (PS &E) for this task. The PS &E for this task will be incorporated into the Project PS &E deliverables. Current City of Tukwila Infrastructure Design and Construction Standards shall be followed throughout the design process. Deliverables: 1. 90% and 100% AD Ready PS &E documents for the West Approach Slab 3.03.02S1 Additional Engineering Assessment CONSULTANT shall review any additional survey and geotechnical data required for the seismic assessment and retrofit design of the Frank Zepp Bridge per Level 0 (PLO) Performance criteria. The geotechnical data pertains to the assessment of the effects of the installed trail adjacent to Pier 2 of the Frank Zepp Bridge and its associated lateral pressures on the pier. 3.03,03.51 Under -deck Trail Lighting Design and PS &E CONSULTANT shall prepare concept and final designs, construction plans, engineer's estimate, and special provisions (PS &E) for the installation of under deck lighting over the trail under the west end of the Frank Zepp Bridge. The installation of lighting will conform to vandal resistant fixtures lighting the pathway to 1.0 FC and 4:1 uniformity with fixtures having low maintenance, high efficiency, and a wavelength of between 4,000 and 4,300 wave length. An illumination report will represent the design. The power source will be either the existing signal installation at Sperry Avenue and S 180`h Street or an alternate source selected by the AGENCY. Lighting will remain on at all hours unless otherwise directed. Deliverables: City of Tukwila 2 Scope of Services, Supplement 1 Major Maintenance on Three Bridges November 17, 2015 1. 90% and 100% AD Ready PS &E documents for under -deck lighting. 3.08.S1 Survey During recent site visits, CONSULTANT staff determined that Pier 2 is not plumb. This could be due settlement at and around Pier 1 as a result of recent seismic activity or additional Toads created by installation of the trail under Span 1. In order to investigate these observations in further detail and compare measured elevations with the as -built information, a survey is recommended. CONSULTANT shall survey bridge to determine current elevations and geometry, and compare these to as -built conditions to determine if bridge has settled, shifted, or rotated. Deliverables: 1. One plan sheet showing elevations and planar coordinates for as -built condition, current condition, and table listing the changes. TASK 5.0 GRADY WAY BRIDGE MAINTENANCE 5.02.S1 Structural Analysis Bullet Point 1 is amended to read: • Seismic Analysis: CONSULTANT shall use the seismic design criteria developed to perform seismic analysis and determine required capacity to strengthen Piers 2, 3, 10 and 11te- achieve using sound engineering judgment and experience that meets the requirements of the Performance Level 0 (PLO) criteria. Table 1 shows the Plans, Specifications and Estimate submittal items included in this supplement. • Table 1. Sheet Name Maximum Assumed Number of Sheets PS &E Submittal Phase 90% 100% S1: FRANK ZEPP West Approach Slab 2 X X 51: FRANK ZEPP Survey Points for Comparison to As- Builts 1 X X 51: Engineer's Estimate (to be included in Project estimate) X X 51: Special Provisions (to be included in Project Special Provisions) X X City of Tukwila Major Maintenance on Three Bridges 3 Scope of Services, Supplement 1 November 17, 2015 TIME FOR PERFORMANCE The estimated project milestone submittal schedule is amended as follows: CONSULTANT Notice -to- Proceed July 20, 2015 Kick -Off Meeting August 3, 2015 30% Design Submittal September 14, 2015 90% PS &E Submittal December 14, 2015 January 19, 2016 100% PS &E Submittal January 5, 2016 March 1, 2016 Project Advertisement Fcbr nary 6, 20 6 March 29, 2016 City of Tukwila 4 Scope of Services, Supplement 1 Major Maintenance on Three Bridges November 17, 2015 City of Tukwila Major Maintenance of Three Bridges Contract No. 15 -139 David Evans and Associates, Inc. Direct Classification Hrs. x Rate = Cost 1 Engineering Manager (ENGM) 0 $ 88.00 $0 2 Project Manager (PMGR) 2 $ 61.00 $122 3 Executive Administrator (EXAD) 0 $ 36.00 $0 4 Managing Prof Engineer (MGPE) 2 $ 64.00 $128 5 Professional Engineer (PFEN) 0 $ 42.00 $0 6 Senior Bridge Engineer (SBEN) 0 $ 58.00 $0 7 Bridge Engineer (BREN) 0 $ 40.00 $0 8 Senior CADD Technician (SCAD) 0 $ 41.00 $0 9 CADD Technician (CADD) 0 $ 28.00 $0 10 Construction Manager (CONM) 0 $ 68.00 $0 11 Senior Scientist (SCCI) 0 $ 44.00 $0 12 Scientist (SCIT) 0 $ 34.00 $0 13 Survey Technician (SVTE) 40 $ 32.00 $1,280 14 Project Land Surveyor (PLSU) 10 $ 42.00 $420 15 Instrument Person (INST) 20 $ 26.00 $520 16 Administrative Assistant (ADMA) 0 $ 22.00 $0 17 Project Administrator (PADM) 2 $ 30.00 $60 18 0 $0 Total Hrs. 76 Salary Cost Salary Escalation Cost (estimated) Escalation - % of Labor Cost Total Salary Cost Overhead Cost @ Net Fee @ Total Overhead & Net Fee Cost 0% per year @ 0 year(s) 181.98% of Direct Labor 30.0% of Direct Labor $ 2,530 $0 $ 2,530 $ 4,604 $ 759 $ 5,363 Direct Expenses No. Unit Each Cost Reproduction Costs Copies 0 pages @ $0.06 /page $ Reports 0 reports @ $15 /report $ Plans 0 sets @ $2 /set $ Parking 0 @ $8 $ P20 Scanner 1 @ $650 $ 650.00 Frank Zepp Mileage 75 miles @ $0.575 /mile $ 43.13 Frank Zepp Subtotal $ 693 David Evans and Associates Total Subconsultants $ 8,586 - W/DBE M/DBE Hrs $ Total Trantech, LLC 312 $ 35,470 PanGEO, Inc. 24 $ 2,713 Total 0.0% 0.0% 0.0% 336 Subconsultant Total 0% $ 38,183 Direct Expenses Sub -Total (including Subconsultants) $ 38,876 Total Costs $ 46,769 Page 1 of 1 I PROJECT WORK ELEMENTS TOTALS cr. o N O wo0001A o co MP" -. w w o inmrnin� w w' o w o —"M° w N O o ro w • o ro o m FD-. 2 O O » a City of Tukwila Major Maintenance of Three Bridges Contract No. 15 -139 Budget No, 104.98.595.800,41.00 David Evans and Associates, Inc. 1 2 3 4 6 a 7 s e 10 11 12 13 14 15 18 17 Work Element direct rates: F EXPENSES SALARY ESCALATION PRIME COMPENSATION FOR SUB. COST Work Element 6.0 Total Grady Way Brldgo Maintenance Structural Analysis (lengusgo rovision, no hours) Work Element 3,0 Total Survoy 1 Undor -Dock Trail Lighting PS &E a a' o 0 p m b 3 a D m m, 3 ° 3 West Approach Slab PS &E c O 3 A m O pr o 0 D 0 0 3 3 m 0 a m m in 2 m 3 m W r 3 m ° m 0 3 o = °c ., Frank Zopp BNdgo Melntenanco Work Element 1,0 Total Project Management of Supplement 1 teaks 2 2 40 10 20 2 Total Total Total Total Total Total Total Total Total Total Total Total Total Total Total Total Total hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs Engineering Manager (ENGM) o Project Manager (PMGR) 11 -. r- r, Executive Administrator o (EXAD) '1', ' a Managing g Managing Prof Engineer '1 HIHI N Professional Engineer (PFEN) II 111111 m Senior Bridge Engineer g (SBEN) II 11111 P Bridge Engineer (BREN) 0 111111 g Senior CADD Technician g (SCAD) '� 11111 m CARD Technician (CADD) 111 Hill m (CONM) Construction Manager o (CONM) II 11 Senior Scientist (SCCI) ' 11111 o Scientist (SCR) o Survey Technician (SVTE) 11 111111 c ° Project Land Surveyor (PLSU) 1 11111 O by o InsWment Person (INST) 11 111111 Al o N Adminialrative Assistant °o (ADMA) III 1111 $ Project Administrator (PADM) rr LT a m N CIO tri 00 at w '. r a. m 69 v al -... Total $ O h• O.am' 0 w ° m ♦ A m m r. N o e o S .I C O a s e - City of Tukwila Major Maintenance of Three Bridges Contract No. 15 -139 Trantech, LLC Exhibit E -1 Supplement 1 Direct Classification Hrs. x Rate = Cost 1 Project Manager 16 $ 59.00 $944 2 Senior Structural Engineer 48 $ 54.50 $2,616 3 Project Structural Engineer 40 $ 50.00 $2,000 4 Staff Structural Engineer 40 $ 36.00 $1,440 5 Senior Civil Engineer 16 $ 50.00 $800 6 Staff Civil Engineer 0 $ 28.00 $0 7 Senior Drainage Engineer 0 $ 46.00 $0 8 Senior Traffic Engineer 94 $ 46.00 $4,324 9 Senior CADD Technician 0 $ 36.00 $0 10 CADD Technician 48 $ 37.00 $1,776 11 Project Administrator 0 $ 28.00 $0 12 Administrative Assistant 10 $ 20.00 $200 Total Hrs. 312 Salary Cost Salary Escalation Cost (estimated) Escalation - % of Labor Cost Total Salary Cost Overhead Cost @ Net Fee @ Total Overhead & Net Fee Cost 0% per year @ 0 year(s) 123.06% of Direct Labor 28.5% of Direct Labor $ 14,100 $0 $ 14,100 $ 17,351 $ 4,019 $ 21,370 Direct Expenses No. Unit Each Reproduction Costs Copies 0 pages @ $0.06 /page $ Reports 0 reports @ $15 /report $ Plans 0 sets @ $2 /set $ Parking 0 @ $8 $ Mail /Deliveries /Fed Ex 0 @ $20 $ Mileage 0 miles @ $0.575 /mile $ Cost Subtotal $ Trantech, LLC Total $ 35,470 Exhibit E -1 Supplement 1 City of Tukwila Major Maintenance of Three Bridges Contract No. 15-139 Trarttech, LLC 1 : s s e i e _ 6 10 11 +2 Work Element a Work Element Project Manager Senior Structural Engineer Project Structural Engineer Staff Structural Engineer Senior Civil Engineer Staff Civil Engineer -- Senior Drainage Engineer Senior Traffic Engineer Senior CADD Technician CADD Technician Project Administrator Administrative Assistant Trent,ch, LLC Trantech, LLC % of direct rates: 559.00 354.50 550.00 536.00 350.00 528.00 546.00 546.00 536.00 537.00 528.00 320.00 Total Total Total Total Total Total Total Total Total Total Total Total hrs hrs hrs hrs . hrs hrs hrs hrs hrs hrs hrs hrs Total hrs Total $ Total Hours 242 20 50 312 77.56% 6.41% 16.03% 1011.00% 3.0 Frank Zepp Bridge Maintenance 3.02.S1 Structural Analysis (language revision, no hours) 3.02.02.S1 Geotedm,cat Pier Isolation Recommendations 3.03.01.S1 West Approach Slab PS&E 10 40 40 40 16 bit 32 2 $27,888 3.03.02.S1 Additional Engineering Assessment 4 8 8 $2,093 3.03.03.S1 Under -Deck Trail lighting PS&E 2 32 16 65,489 3.08.S1 Survey Work Element 3.0 Total 16 48 40 40 16 94 48 10 $35,476 IN EXPENSES SALARY ESCALATION PROJECT WORK ELEMENTS TOTALS 16 48 40 40 16 94 48 10 312 $35,470 100.00% City of Tukwila Major Maintenance of Three Bridges Contract No. 15 -139 PanGEO, Inc. Exhibit E -2 Supplement 1 Direct Classification Hrs. x Rate = Cost 1 Principal Geotechnical Engineer 0 $ 72.15 $0 2 Geotechnical Project Manager 6 $ 62.05 $372 3 Project Engineer 12 $ 38.45 $461 4 Senior Geologist 4 $ 40.39 $162 5 Administrative Assistant 2 $ 28.85 $58 6 0 $0 7 0 $0 8 0 $0 Total Hrs. 24 Salary Cost Salary Escalation Cost (estimated) Escalation - % of Labor Cost Total Salary Cost Overhead Cost @ Net Fee @ Total Overhead & Net Fee Cost 0% per year @ 0 year(s) 126.55% of Direct Labor 30.0% of Direct Labor $ 1,053 $0 $ 1,053 $ 1,333 $ 316 $ 1,648 Direct Expenses No. Unit Each Cost Reproduction Costs Copies 0 pages @ $0.06 /page $ Reports 0 reports @ $15 /report $ Plans 0 sets @ $2 /set $ - Parking 0 @ $8 $ Mail /Deliveries /Fed Ex 0 @ $20 $ - Mileage 20 miles @ $0.575 /mile $ 11.50 Subtotal $ 12 PanGEO, Inc. Total $ 2,713 Exhibit E -2 City of Tukwila Supplement 1 Major Maintenance of Three Bridges Contract No. 15-139 PanGEO, Inc. 1 2 3 4 5 Work Element# Work Element Principal Geotechnical Engineer Geotechnical Project Manager Project Engineer Senior Geologist Administrative Assistant PanGEO, Inc. PanGEO, Inc. % of direct rates: $72.15 $62.05 $38.45 $40.39 $28.85 Total Total Total Total Total hrs hrs hrs hrs hrs Total hrs Total $ Total Hours 24 24 100.00% 100.00% 3.0 Frank Zepp Bridge Maintenance 3.02.S1 Structural Analysis (language revision, no hours 6 12 4 2 $2,701 3.02.02.51 Geotechnical Pier Isolation Recommendations 3.03.01.S1 West Approach Slab PS&E ■ 3.03.02.S1 Additional Engineering Assessment 3.03.03.S1 Under -Deck Trail Lighting PS&E 3.08.S1 Survey Work Element 3.0 Total 6 12 4 2 $2,701 1 EXPENSES 1 $12 SALARY ESCALATION 1 PROJECT WORK ELEMENTS TOTALS 6 12 4 2 24 $2,713 100.00% Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Agreement Number: Does this Require DES tiling? ( Yes Firm /Organization Legal Name (do not use dba's): 15-139 David Evans and Associates, Inc. Council Approval 7/20/15 Address 1 115 W. Bay Drive NW Ste 301, Olympia WA 98502 Federal Aid Number BHM- 1274(009) BHM- 1288(005) BHOS - 1320(004) UBI Number 600 227 608 Federal TIN or SSN Number 93- 0661195 . Execution Date Completion Date December 31st, 2016 1099 Form Required Federal Participation El Yes jJ No Yes No Project Title City of ,Tukwila - Major Maintenance on Three Bridges Description of Work Preparation of Plans, Specifications, and Cost Estimates for the repair and maintenance of the Frank Zepp, Beacon Avenue, and Grady Way Bridge. Total Amount Authorized: $688,968.00 Management Reserve Fund: 0 Maximum Amount Payable: $688,968.(K) Yes % DI No DBE Participation El Yes % g No MBE Participation IS Yes % El No WBE Participation �-t Yes % E No SBE Participation Index of Exhibits Exhibit A Exhibit 13 Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Exhibit l Exhibit J Scope o f Work DI3E Participation Preparation and Delivery of Electronic Engineering and Other Data Prime Consultant Cost Computations Sub - consultant Cost Computations Title VI Assurances Certification Documents Liability Insurance increase Alleged Consultant Design Error Procedures Consultant Claim Procedures Agreement Number: - -Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14 Revised 4/10/2015 THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the City of Tukwila hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1) of this AGREEMENT and hereafter called the " SERV[CES;" and does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary SERVICES; and WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish consulting services to the AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: 1. General Description of Work The work under this AGREEMENT shall consist of the above - described SERVICES as herein defined, and necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor, and related equipment and, if applicable, sub - consultants and subcontractors necessary to conduct and complete the SERVICES as designated elsewhere in this AGREEMENT. 11. General Scope of Work The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed utilizing performance based contracting methodologies. 111. General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and /or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress, and presentation meetings with the AGENCY and /or such State, Federal, Community, City, or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days' notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the SERVICES in sufficient detail so that the progress of the SERVICES can easily be evaluated. The CONSULTANT, any sub - consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14 Revised 4/10 /2015 Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26 shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made part of this AGREEMENT. If the Prime CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY'S "DBE Program Participation Plan" and perform a minimum of 30% of the total amount of this AGREEMENT. It is recommended, but not required, that non -DBE Prime CONSULTANTS perform a minimum of 30% of the total amount of this AGREEMENT. The CONSULTANT, on a monthly basis, is required to submit DBE Participation of the amounts paid to all DBE firms invoiced for this AGREEMENT. All Reports, PS &E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C — Preparation and Delivery of Electronic Engineering and other Data." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below: If to AGENCY: Name: Grant Griffin, PE Agency: City of Tukwila Address: 6300 Southcenter Blvd. City: Tukwila State: WA Zip: 98188 Email: grant.griffin @tukwila.wa.gov Phone: 206.431.2446 Facsimile: If to CONSULTANT: Name: Rich Hovde, PE Agency: David Evans and Associates, Inc. Address: 1115 West Bay Drive NW Ste. 301 City: Olympia State: WA Zip: 98502 Email: rph @deainc.com Phone: 360.628 -5025 Facsimile: IV. Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. This AGREEMENT may require filing with the Department of Enterprise Services (DES) pursuant to RCW 39.26.140. If such approval is required by DES, this AGREEMENT shall not bind the AGENCY until approved by DES. If the AGREEMENT must be approved by DES, work cannot begin, nor payment made until ten (10) or more working days following the date of filing, and, until approved by DES. Any subsequent SUPPLEMENTAL AGREEMENT may also be subject to filing and /or approval from DES. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT titled "Completion Date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established completion time. 11 Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 3 of 14 Revised 4/10/2015 V. Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES, specified in Section II, "Scope of Work ". The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits "D" and "E" and by this reference made part of this AGREEMENT. A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, indirect cost rate, and direct non -salary costs. 1. Direct (RAW) Labor Costs: The Direct (RAW) Labor Cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Indirect Cost Rate (ICR) Costs: ICR Costs are those costs, other than direct costs, which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the ICR rates shown in attached Exhibits "D" and "E" of this AGREEMENT. Total ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits "D" and "E ", attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT (prime and all sub - consultants) will submit to the AGENCY within six (6) months after the end of each firm's fiscal year, an ICR schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the ICR rate for billings received and paid during the fiscal year represented by the ICR schedule. It shall also be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's ICR cost to reflect the actual rate. The ICR schedule will be sent to Email: ConsultantRates @wsdot.wa.gov. Failure to supply this information by either the prime CONSULTANT or any of their sub - consultants shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required information is received and an overhead rate for billing purposes is approved. The AGENCY's Project Manager and /or the Federal Government may perform an audit of the CONSULTANT'S books and records at any time during regular business hours to determine the actual ICR rate, if they so desire. 3. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub - consultants. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the WSDOT' Accounting Manual M 13 -82, Chapter 10 — Travel Rules and Procedures, and revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205 -46 "Travel Costs." The billing for Direct Non -Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14 4evised 4/10 /2015 4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in attached Exhibits "D" and "E" of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person -hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement." 5. Management Reserve Fund (MRF): The AGENCY may desire to establish a MRF to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the MRF is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII, "Changes of Work." 6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIII, "Changes of Work." No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section 1I1, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct (RAW) Labor, Direct Non - Salary, and allowable ICR Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, Direct (RAW) Labor rates, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent, if applicable, upon receipt of all PS &E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit; all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14 Revised 4/10 /2015 D. Inspection of Cost Records: The CONSULTANT and their sub - consultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the State Auditor, WSDOT's Internal Audit Office and /or at the request of the AGENCY's Project Manager. VI. Sub - Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub - consultant, any contract or any other relationship. Compensation for this sub - consultant SERVICES shall be based on the cost factors shown on Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. The SERVICES of the sub - consultant shall not exceed its maximum amount payable identified in each sub - consultant cost estimate unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non -salary costs and fixed fee costs for the sub - consultant shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be memorialized in a final written acknowledgement between the parties. All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require each sub - consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With respect to sub - consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE's Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT, sub - recipient, or sub - consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the recipient deems appropriate. VII. Employment and Organizational Conflict of Interest The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14 ° ^"ised 4/10/2015 Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly retired employees, without written consent of the public employer of such person if he /she will be working on this AGREEMENT for the CONSULTANT. VIII. Nondiscrimination During the performance of this AGREEMENT, the subcontractors and successors in interest, agrees to • Title VI of the Civil Rights Act of 1964 (42 U.S.C. Chapter 21 Subchapter V § 2000d through 2000d -4a) • Federal -aid Highway Act of 1973 (23 U.S.C. Chapter 3 § 324) • Rehabilitation Act of 1973 (29 U.S.C. Chapter 16 Subchapter V § 794) • Age Discrimination Act of 1975 (42 U.S.C. Chapter 76 § 6101 et. seq.) CONSULTANT, for itself, its assignees, sub - consultants, comply with the following laws and regulations: • Civil Rights Restoration Act of 1987 (Public Law 100 -259) • American with Disabilities Act of 1990 (42 U.S.C. Chapter 126 § 12101 et. seq.) • 23 CFR Part 200 • 49 CFR Part 21 • 49 CFR Part 26 • RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in every sub - contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX. Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non - salary costs incurred up to the time of termination of this AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14 Revised 4110/2015 date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth in paragraph two (2) of this section. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default clauses listed previously. The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member, partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and /or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s) of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT as set forth in the second and third paragraphs of this section. Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X. Changes of Work The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY This work shall be considered as Extra Work and will be paid for as herein provided under section XIII "Extra Work." XI. Disputes Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within 10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J." In the event that either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14 aaqsed 4/10/2015 XII. Legal Relations The CONSULTANT, any sub - consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall defend, indemnify, and hold the State of Washington (STATE) and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their agents, officers, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT's agents, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally liable, and (b) the STATE and /or AGENCY, their agents, officers, employees, sub - consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and /or AGENCY may be legally liable, the defense and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub - consultant, subcontractor and vendor, of any tier. The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know -how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's agents, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or communicated to STATE and /or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT; provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know -how, copyright rights or inventions resulting from STATE and /or the AGENCY's, their agents', officers' and employees' failure to comply with specific written instructions regarding use provided to STATE and /or the AGENCY, their agents, officers and employees by the CONSULTANT, their agents, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees or its agents against the STATE and /or the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated by the Parties. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14 Revised 4/10/2015 Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable supplemental AGREEMENT, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the aggregate for each policy period. C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for any "Auto" (Symbol 1) used in an amount not Tess than a one million dollar ($1,000,000.00) combined single limit for each occurrence. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub - consultant and /or subcontractor as an additional insured (the "Als "), with no restrictions or limitations concerning products and completed operations coverage. This coverage shall be primary coverage and non - contributory and any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured coverage required hereunder. The CONSULTANT's and the sub - consultant's and/or subcontractor's insurer shall waive any and all rights of subrogation against the Als. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to: Name: Grant Griffin, PE Agency: City of Tukwila Address: 6300 Southcenter Road City: Tukwila State: WA Zip: 98188 Email: grant.grifftn @tukwila.wa.gov Phone: 206.431.2446 Facsimile: No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the authorized AGREEMENT amount or one million dollars ($1,000,000.00), whichever is greater, unless the limit of liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14 _ Revised 4/10/2015 The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party, and no third party beneficiary is intended or created by the execution of this AGREEMENT. The AGENCY will pay no progress payments under section V "Payment Provisions" until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIII. Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (I) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as "CLAIM," under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XIV. Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XV. Federal Review The Federal Highway Administration shall have the right to participate in the review or examination of the SERVICES in progress. XVI. Certification of the Consultant and the AGENCY Attached hereto as Exhibit "G -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "G -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "G -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "G -4" Certificate of Current Cost or Pricing Data. Exhibit "G -3" is required only in AGREEMENT's over one hundred thousand dollars ($100,000.00) and Exhibit "G -4" is required only in AGREEMENT's over five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General Requirements" prior to its performance of any SERVICES under this AGREEMENT. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14 Revised 4/10/2015 J XVI1. Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement to this AGREEMENT. XVIII. Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and AGREEMENT's contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. XIX. Protection of Confidential Information The CONSULTANT acknowledges that some of the material and information that may come into its possession or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state or federal statutes ( "State's Confidential Information "). The "State's Confidential Information" includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data, law enforcement records (or any other information identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security data, non - public Specifications, STATE and AGENCY non - publicly available data, proprietary software, STATE and AGENCY security data, or information which may jeopardize any part of the project that relates to any of these types of information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence and not to make use of the State's Confidential Information for any purpose other than the performance of this AGREEMENT, to release it only to authorized employees, sub - consultants or subcontractors requiring such information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent or as provided by law. The CONSULTANT agrees to release such information or material only to employees, sub - consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized access to the State's Confidential Information. Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential Information; or (ii) returned all of the State's Confidential Information to the AGENCY; or (iii) take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information. As required under Executive Order 00 -03, the CONSULTANT shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which the State's Confidential Information was received; who received, maintained and used the State's Confidential Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall be subject to inspection, review, or audit upon reasonable notice from the AGENCY. The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or investigating may include, but is not limited to, salting databases. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14 °evised 4/10 /2015 Violation of this section by the CONSULTANT or its sub - consultants or subcontractors may result in termination of this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties. It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which is proprietary and /or confidential during the term of this AGREEMENT. The parties agree to maintain the confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing such proprietary and /or confidential information shall be clearly identified and marked as "Confidential" and shall be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT. The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such confidential or proprietary material is developed. "Proprietary and /or confidential information" is not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party; (iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT. The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/ or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a public disclosure request is made to view materials identified as "Proprietary and /or confidential information" or otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the AGENCY will release the requested information on the date specified. The CONSULTANT agrees to notify the sub - consultant of any AGENCY communication regarding disclosure that may include a sub - consultant's proprietary and /or confidential information. The CONSULTANT notification to the sub- consultant will include the date that such records will be released by the AGENCY to the requester and state that unless the sub - consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure the AGENCY will release the requested information. If the CONSULTANT and /or sub - consultant fail to obtain a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages, liabilities, or costs associated with the AGENCY's said disclosure of sub - consultants' information. XX. Records Maintenance During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all "documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such documents. "Documents" shall be retained until all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past the six (6) year retention period. For purposes of this AGREEMENT, "documents" means every writing or record of every type and description, including electronically stored information ( "ESI "), that is in the possession, control, or custody of the CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENT `s, appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings, Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14 Revised 4/10/2015 tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. For purposes of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media of any kind, including "Native Files ", that are stored in any medium from which it can be retrieved and examined, either directly or after translation into a reasonably useable form. ESI may include information and/or documentation stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe Acrobat, SQL databases, or any other software or electronic communication programs or databases that the CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any personal devices used by the CONSULTANT or any sub - consultant at home. "Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is normally created, viewed, and /or modified. The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in relation to this AGREEMENT and bind the sub - consultant to its terms, unless expressly agreed to otherwise in writing by the AGENCY prior to the execution of such subcontract. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. Date Date 7 / /4AoiS- 771/10/,c- Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement P ndcnd 4 /1n /9n1S Page 14 of 14 EXHIBIT A CITY OF TUKWILA MAJOR MAINTENANCE ON THREE BRIDGES Scope of Services Prepared by: David Evans and Associates, Inc. 415 118th Avenue SE Bellevue, WA 98005 July 14, 2015 TABLE OF CONTENTS TASK 1.0 PROJECT DESCRIPTION, DESIGN CRITERIA, AND DELIVERABLES 1 1.01 Project Description 1 1.02 Design Criteria 1 1.03 Project Deliverables Furnished by CONSULTANT 1 1.04 Responsibilities and Services Provided by AGENCY 1 1.05 General Project Assumptions 1 TASK 2.0 PROJECT MANAGEMENT AND QUALITY CONTROL 3 2.01 Project Management 3 2.03 Develop Project Schedule 3 2.04 Monthly Invoices /Progress Reports 3 2.05 Change Management 4 2.06 PS &E Cover Sheets 4 2.07 Project Kick -Off Meeting 4 TASK 3.0 FRANK ZEPP BRIDGE MAINTENANCE 4 3.01 FRANK ZEPP BRIDGE Environmental Documentation 4 3.02 FRANK ZEPP BRIDGE Structural Analysis 5 3.03 FRANK ZEPP BRIDGE Plans Preparation 6 3.04 FRANK ZEPP BRIDGE Specifications 7 3.05 FRANK ZEPP BRIDGE Construction Cost Estimate 8 3.06 FRANK ZEPP BRIDGE QA /QC 8 3.07 FRANK ZEPP BRIDGE Project Meetings and Site Visits 8 TASK 4.0 BEACON AVENUE BRIDGE MAINTENANCE 8 4.01 BEACON AVENUE BRIDGE Environmental Documentation._ 8 4.02 BEACON AVENUE BRIDGE Structural Analysis 9 4.03 BEACON AVENUE BRIDGE Plans Preparation 10 4.04 BEACON AVENUE BRIDGE Specifications 11 4.05 BEACON AVENUE BRIDGE Construction Cost Estimate 11 4.06 BEACON AVENUE BRIDGE Quality Assurance /Quality Control 11 4.07 BEACON AVENUE BRIDGE Project Meetings and Site Visits 12 TASK 5.0 GRADY WAY BRIDGE MAINTENANCE 12 5.01 GRADY WAY BRIDGE Environmental Documentation 12 5.02 GRADY WAY BRIDGE Structural Analysis 13 5.03 GRADY WAY BRIDGE Plans Preparation 14 5.04 GRADY WAY BRIDGE Specifications 15 5.05 GRADY WAY BRIDGE Construction Cost Estimate 15 5.06 GRADY WAY BRIDGE Quality Assurance /Quality Control 15 5.07 GRADY WAY BRIDGE Project Meetings and Site Visits 15 City of Tukwila i Scope of Services Major Maintenance on 3 Bridges July 14, 2015 TASK 6.0 ASSEMBLY AND REVIEW OF SUBMITTAL PACKAGE 16 TASK 7.0 ASSISTANCE DURING BID PERIOD 16 TASK 8.0 CONSTRUCTION ADMINISTRATION AND ENGINEERING SERVICES 16 TASK 9.0 POST - CONSTRUCTION LOAD RATING 17 TIME FOR PERFORMANCE 17 City of Tukwila ii Scope of Services Major Maintenance on 3 Bridges July 14, 2015 TASK 1.0 PROJECT DESCRIPTION, DESIGN CRITERIA, AND DELIVERABLES 1.01 Project Description The City of Tukwila (AGENCY) is requesting professional services from David Evans and Associates, Inc. (CONSULTANT) for development of bridge repairs and construction contract documents for the following: 08561400 TUKWILA -02 FRANK ZEPP BRIDGE 07996800 TUKWILA-13 BEACON AVENUE BRIDGE 08543600 TUKWILA -08 GRADY WAY BRIDGE The major features of the project include: • Structural design and seismic analysis • Civil design and maintenance of traffic • Environmental permitting and coordination • Plans, Specifications, and Estimate (PS &E) Preparation 1.02 Design Criteria The design will be based on the requirements of the City of Tukwila Infrastructure Design and Construction Standards, AASHTO's Load Resistant Factor Rating (LRFD), AASHTO's Manual for Bridge Evaluation (MBE), WSDOT's Bridge Design Manual (BDM), and FHWA's DRAFT Bridge Maintenance Reference Manual. 1.03 Project Deliverables Furnished by CONSULTANT CONSULTANT shall maintain a project file for pertinent work items. AGENCY review sets will be returned with each subsequent revision, illustrating that each review comment has been addressed as stated, or how /why, it was not addressed. 1.04 Responsibilities and Services Provided by AGENCY AGENCY will: • Provide all available existing as -built plans, right -of -way plans, geotechnical reports, horizontal and vertical monument information, GIS maps, and other mapping information. • Review all submittals made to AGENCY within 10 working days, or as agreed in writing, and return them to CONSULTANT with consolidated written comments regarding changes or revisions requested. 1.05 General Project Assumptions • Drawings will be prepared in AutoCAD 2012 format and utilizing CONSULTANT's CADD standards. Only 11 "x17" paper plans will be developed for this Scope of Services (SCOPE). • The project duration is assumed nine months from NTP to bid opening. • CONSULTANT shall use AGENCY's GIS and aerial photograph as the basis for traffic control and detour plans. No additional field survey is included. • AGENCY will perform public relations tasks in notifying business owners and traveling public of bridge closures and restrictions. City of Tukwila 1 Scope of Services Major Maintenance on Three Bridges July 14, 2015 • CONSULTANT assumes that all three bridges of this project will require reconnaissance level of recordation and evaluation for listing in the King County Landmarks Register (KCLR), Washington Heritage Register (WHR), and /or National Register of Historic Places (NRHP). Upon conclusion of fieldwork, CONSULTANT will prepare three Historical Property Information (HPI) forms. • The Plans, Specifications and Estimate for the three bridges will be combined into one construction contract document. The contract provisions will include three bid schedules, one schedule for each bridge. • The following table (Table 1) shows items to be included at each PS &E submittal. Table 1. Plans, Specifications and Estimate Submittal Items SheetName ri E`z ).N .. .. k. .... ..,. Maximum Assumed Nu b r` o Sheets )sac �(� , PS &E ti MT ittal Phase U t ...� k r � J a �,9.,1� PS &E Cover Sheets 4 X X X FRANK ZEPP General Notes 1 X X - FRANK ZEPP Bridge Layout 1 X X X FRANK ZEPP Construction Sequencing 2 X X FRANK ZEPP Bridge Cross Section 1 X X X FRANK ZEPP TESC Plans 1 X X FRANK ZEPP Drainage Plans 2 X X FRANK ZEPP Utility Relocation 1 X X FRANK ZEPP Traffic Control (MOT) Plans 7 X X FRANK ZEPP Deck Repair Plans 10 X X FRANK ZEPP Paint Repair Plans 3 X X FRANK ZEPP Seismic Details Plans 5 X X BEACON AVENUE General Notes 1 X X BEACON AVENUE Bridge Layout 1 X X X BEACON AVENUE Construction Sequencing 2 X X BEACON AVENUE Bridge Cross Section 1 X X X BEACON AVENUE TESC Plans 1 X X BEACON AVENUE Drainage Plans 1 X X BEACON AVENUE Traffic Control (MOT) Plans 4 X X BEACON AVENUE Deck Replacement Plans 11 X X BEACON AVENUE Paint Repair Plans 5 X X z GRADY WAY General Notes 1 X X GRADY WAY Bridge Layout 2 X X X GRADY WAY Construction Sequencing 1 X X GRADY WAY Bridge Cross Section 1 X X X GRADY WAY TESC Plans 1 X X GRADY WAY Traffic Control Plans (MOT) 2 X X • GRADY WAY Seismic Retrofit Details 4 X X Engineer's Estimate X X X Special Provisions X X City of Tukwila Major Maintenance on Three Bridges 2 Scope of Services July 14, 2015 TASK 2.0 PROJECT MANAGEMENT AND QUALITY CONTROL 2.01 Project Management Direction of CONSULTANT staff and review of their work over the course of the project shall be provided. This work element includes preparing monthly progress reports that include the status of individual work elements, number of meetings attended, outstanding information required, and work items planned for the following month. Monitoring of CONSULTANT'S design budget will occur over the course of the project. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions may include formal requests for increases, modifications, or reductions in scope and /or budget. Drawings and documents received and generated over the course of the project require review, coordination, and file management. The status of requested information will be maintained. 2.02 SUBCONSULTANT Coordination The following SUBCONSULTANTS are anticipated to be used on this PROJECT: • TranTech Engineering LLC — Bridge Engineering • PanGeo, Inc. — Geotechnical Engineering • Historical Research Associates — Historical Evaluation and Cultural Resources CONSULTANT shall provide direction of the SUBCONSULTANT over the course of the project. Monthly monitoring of SUBCONSULTANT's design budget will occur over the course of the project. Status and projections will be developed. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions could include formal requests for increases, modifications, or reductions in scope and /or budget. 2.03 Develop Project Schedule CONSULTANT and AGENCY will jointly develop an overall project schedule showing major and supportive activities. The schedule shall be prepared to reflect a 9 -month completion of the design project to bid opening. The schedule shall be arranged to meet key target dates. CONSULTANT shall update the schedule monthly to reflect the status of the project. Deliverables: 1. Project schedule and monthly updates. 2.04 Monthly Invoices /Progress Reports Monthly invoices will be prepared by CONSULTANT for work activities for the prior month per AGENCY reporting requirements. These invoices shall also include SUBCONSULTANT work and will be accompanied by monthly progress reports. Invoices will include back -up material for all expenses and will show approved budget and amount expended to date. Expenses common to all three projects will be divided apportioned to their BRAC Awards to the total award for all three projects. Deliverables: 1. Monthly invoices and progress reports (10 total). City of Tukwila 3 Scope of Services Major Maintenance on Three Bridges July 14, 2015 2.05 Change Management Team members will work within the defined project scope, schedule, and budget. When issues, actions, or circumstances occur that could cause a change in scope, personnel, cost, or schedule, team members must communicate potential changes to CONSULTANT Project Manager as early as possible. AGENCY and CONSULTANT Project Managers are responsible for managing changes to the scope and schedule and will determine whether the potential change issue will lead to a change in scope, cost, or schedule. AGENCY Project Manager is responsible for the authorization of any changes to the scope, budget, and /or schedule. CONSULTANT shall obtain written authorization from AGENCY before implementing any change to this Scope of Services, schedule, or budget. All changes shall be documented using the WSDOT Project Change Order Form or other applicable WSDOT form as agreed to by CONSULTANT and AGENCY. 2.06 PS &E Cover Sheets CONSULTANT will develop one cover page and up to three index sheets for contract documents. 2.07 Project Kick -Off Meeting Project Managers for AGENCY and CONSULTANT and task leaders for CONSULTANT shall attend a combined project Kick -Off Meeting for all three bridges within two weeks of Notice to Proceed. Kick -Off meeting will review processes, procedures, roles, and responsibilities with attendees. Fee assumes that up to 16 CONSULTANT staff will attend the Kick -Off meeting. TASK 3.0 FRANK ZEPP BRIDGE MAINTENANCE 3.01 FRANK ZEPP BRIDGE Environmental Documentation CONSULTANT shall prepare the following environmental documents: • WSDOT Categorical Exclusion Documentation (CED) Form for purposes of NEPA clearance. Document shall include "no effect determination" AGENCY comments; a draft for WSDOT review will be prepared. After incorporation of WSDOT comments, a final version in electronic (.pdf) and paper form will be prepared and submitted to AGENCY. • Shoreline Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets City shoreline exemption criteria. A draft will be provided to AGENCY in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to AGENCY. • SEPA Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets SEPA exemption criteria. A draft will be provided to AGENCY in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to AGENCY. • If FRANK ZEPP Bridge is determined to be eligible for historic designation, CONSULTANT will conduct the following activities: o Prepare of map of the Area of Potential Effect (APE) and a work plan. Both documents shall be submitted to AGENCY, WSDOT, and Washington State Department of Archeological and Historic Preservation (DAHP) for approval. City of Tukwila 4 Scope of Services Major Maintenance on Three Bridges July 14, 2015 o Conduct a records search of the DAHP archives, CONSULTANT reference library and local repositories. o Conduct an archaeological pedestrian survey of each APE. CONSULTANT will excavate up to six archeological shovel probes at each bridge to assess the probability for buried cultural materials. Any findings will be documented on site inventory forms and with photographs and handheld GPS locations. o Prepare a brief cultural resources technical report summarizing results of the fieldwork. A draft report will be prepared for electronic review by AGENCY and WSDOT. Assumptions: 1. No separate documentation will be prepared for listed species outside the CED form. 2. No separate documentation or fieldwork will be necessary to adhere to the City's critical areas ordinance. 3. CONSULTANT team will have complete property access to APE. 4. No more than one archaeological site will be encountered at each bridge. 5. APEs will only include area immediately adjacent to the bridges, where repair and maintenance work is proposed. 6. Formal consultation with Native American tribes is not included. 7. No evaluation of the bridges as historic structures will be provided. Deliverables: 1. CED Form. Two review Drafts in electronic form and one Final in .pdf and paper form 2. Shoreline Exemption Memorandum — one Draft and one Final 3. SEPA Exemption Memorandum — one Draft and one Final 4. Cultural APE Exhibit (map and work plan) — one Draft and one Final 5. Cultural APE map and work plan — draft and final 6. Cultural Technical Report- one Draft and one Final 3.02 FRANK ZEPP BRIDGE Structural Analysis CONSULTANT shall perform the following tasks as basis for structural design: • Seismic Analysis: CONSULTANT shall use the seismic design criteria developed to perform seismic analysis and determine required capacity to strengthen bridge to achieve Level 1 Life - Safety performance criteria. CONSULTANT will submit up to three conceptual designs to AGENCY for their review and approval. • Geotechnical Services: CONSULTANT shall perform the following tasks: o Review existing available geologic and geotechnical information in the vicinity of the bridge and conduct a visual site reconnaissance of the bridge site. o Based on the information review, conduct a seismic hazard analysis, including liquefaction potential evaluation. Develop seismic design criteria in accordance with AASHTO LRFD Bridge Design Specifications, 7th Edition. Develop lateral pile analysis parameters (p -y response) for use with LPILE software or similar. o Based on review of preliminary plans developed by other members of the design team, prepare geotechnical constructability considerations. City of Tukwila 5 Scope of Services Major Maintenance on Three Bridges July 14, 2015 o Prepare and submit for review and comment a draft geotechnical report summarizing the findings and conclusions of the data review and seismic hazard analysis. o Prepare and submit a final report addressing responses to review comments received on the draft report submittal. • Load Rating: CONSULTANT shall prepare a draft load rating report using LRFR rating methods using HL -93 loading and SHV loading. The DRAFT Toad rating will be performed using dimensions and material weights of existing bridge together with final design drawings and weights of the completed project. The Toad rating will be finalized after construction and as -built drawings are completed as part of a supplement to this AGREEMENT. Assumptions: 1. AGENCY will furnish CONSULTANT with existing geotechnical data. It is assumed that existing geotechnical data is sufficient to develop seismic design parameters used in seismic analysis. 2. The existing subsurface information for the Frank Zepp Bridge is sufficient for the above scope items. Borings and field explorations are not included for this phase of work. If additional field explorations are deemed necessary based on the outcomes of the work they will be completed under a supplemental scope of work for a future phase of the project. 3. The geotechnical report will be a combined deliverable for the Frank Zepp Bridge, the Beacon Avenue Bridge and the Grady Way Bridge. Deliverables: 1. One Draft and one Final Seismic Analysis 2. Up to three conceptual engineering sketches of seismic retrofit design 3. One Draft and one Final Geotechnical Report 4. One Draft Load Rating Calculations and one Draft Summary Sheet 3.03 FRANK ZEPP BRIDGE Plans Preparation CONSULTANT shall prepare concept and final designs and construction plans for the FRANK ZEPP BRIDGE repair and maintenance. Plans to be prepared include: • General Plans: General plans will include the following elements: General Notes CONSULTANT shall prepare one page that will list all relevant design criteria, material specifications, and construction notes. Construction Sequence /Staging Plans CONSULTANT shall prepare Construction Sequence /Staging Plans showing the general construction sequence. It is assumed that up to two phases may be necessary. One (1) General Site Plan will be used for each phase. Information from the construction sequencing plans will also be used to develop the temporary traffic control / detour plans. Bridge Layout & Cross Section CONSULTANT shall produce drawings to contain sufficient details to identify location of work, critical clearances and identify items of interest to the contractor where identified by CONSULTANT. City of Tukwila 6 Scope of Services Major Maintenance on Three Bridges July 14, 2015 Temporary Erosion and Sedimentation Control (TESC) Plan CONSULTANT shall produce Temporary Erosion and Sedimentation Control Plan and TESC detail drawings. The plans and details will incorporate Best Management Practices (BMPs) as outlined in the Department of Ecology's "Stormwater Management Manual for Western Washington Volume II, 2005 edition ". Drainage Plans and Profiles Drainage Plans will show the locations and approximate size of the drainage facility; the conveyance system including direction of flow, approximate pipe sizes and outfall location; locations of easements. Utility Relocation and Coordination CONSULTANT shall prepare a utility relocation plan and coordinate with utility providers to identify locations of existing utilities and relocations necessary to perform PROJECT work. • Maintenance of Traffic (MOT) Plans CONSULTANT shall prepare Maintenance of Traffic (MOT) Plans that include up to two (2) concepts for traffic control plans, a detour route, and pedestrian access. • Deck Repair Plans CONSULTANT shall prepare deck repair plans that include a concrete defect map layout, overlay limits, expansion joint replacement and /or construction, approach demolition and improvements, and striping plans. •• Paint Repair Plans CONSULTANT shall prepare paint repair plans that include a defect map layout for the rail and girders. • Seismic Detail Plans CONSULTANT shall prepare seismic detail plans that include design of seismic restraints, bearing replacement, and a jacking plan. A detailed list of the assumed plan sheets to be included in each milestone submittal is shown in Table 1. Deliverables: 1. FRANK ZEPP 30 %, 90% and 100% Plans 3.04 FRANK ZEPP BRIDGE Specifications CONSULTANT shall prepare 90% and 100% Specifications and Special Provisions for FRANK ZEPP BRIDGE and combine them with the other two bridges special provisions into one contract special provisions package. Assumptions: Specifications will follow WSDOT /APWA Standard Specifications 2014 and the City of Tukwila's General Special Provisions. City of Tukwila 7 Scope of Services Major Maintenance on Three Bridges July 14, 2015 Deliverables: 1. 90% and 100% Specifications and Special Provisions for FRANK ZEPP BRIDGE 2. 90% and 100% Specifications and Special Provisions -one combined contract special provisions 3.05 FRANK ZEPP BRIDGE Construction Cost Estimate CONSULTANT shall prepare an Engineer's Opinion of Probable Cost (Cost Estimate) at 30 %, 90% and 100% for FRANK ZEPP BRIDGE to combine with the other two bridges for a complete construction cost estimate of all three bridges. Assumptions: Deliverables: 1. 30 %, 90% and 100% Cost Estimate for FRANK ZEPP BRIDGE 2. 30 %, 90% and 100% Cost Estimate for construction of all three bridges 3.06 FRANK ZEPP BRIDGE QA /QC CONSULTANT shall perform QA /QC in compliance with the established PROJECT Quality Plan for each milestone submittal. 3.07 FRANK ZEPP BRIDGE Project Meetings and Site Visits This work element provides for the preparation, attendance, follow -up, and documentation of meetings during the length of the project. These meetings will be the forums for agencies to provide input and guidance for the direction of the project. They will also be used to discuss project issues, approve submittals, and develop potential solutions. CONSULTANT shall prepare for, attend, and document up to nine meetings with an average of four DEA staff, with AGENCY staff. Meetings will be required for coordination with AGENCY and other affected agencies. CONSULTANT will attend one meeting every month with AGENCY's project manager for the duration of the project. The meetings will be held in a location acceptable to AGENCY and CONSULTANT. For budgeting purposes, we have assumed half the meetings at AGENCY office and half at CONSULTANT Olympia office. CONSULTANT shall perform one site visit to verify existing bridge dimensions, verify quantity of repairs, determine design and constructability issues, and determine construction impacts. Assumptions: 1. AGENCY will perform public relations tasks in notifying business owners and traveling public of bridge closures and restrictions. Deliverables: 1. Project meeting notes (up to nine total for all three bridges) TASK 4.0 BEACON AVENUE BRIDGE MAINTENANCE 4.01 BEACON AVENUE BRIDGE Environmental Documentation CONSULTANT shall prepare the following environmental documents: City of Tukwila 8 Scope of Services Major Maintenance on Three Bridges July 14, 2015 • WSDOT Categorical Exclusion Documentation (CED) Form for purposes of NEPA clearance. Document shall include "no effect determination" for listed species. DEA shall prepare a draft for AGENCY review. After incorporation of AGENCY comments, a draft for WSDOT review will be prepared. After incorporation of WSDOT comments, a final version in electronic (.pdf) and paper form will be prepared and submitted to AGENCY. • SEPA Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets SEPA exemption criteria. A draft will be provided to AGENCY in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to AGENCY. • If BEACON AVENUE Bridge is determined to be eligible for historic designation, CONSULTANT will conduct the following activities: o Prepare of map of the Area of Potential Effect (APE) and a work plan. Both documents shall be submitted to AGENCY WSDOT, and Washington State Department of Archeological and Historic Preservation (DAHP) for approval. o Conduct a records search of the DAHP archives, CONSULTANT reference library and local repositories. o Conduct an archaeological pedestrian survey of each APE. CONSULTANT will excavate up to six archeological shovel probes at each bridge to assess the probability for buried cultural materials. Any findings will be documented on site inventory forms and with photographs and handheld GPS locations. o Prepare a brief cultural resources technical report summarizing results of the fieldwork. A draft report will be prepared for electronic review by AGENCY and WSDOT. Assumptions: 1. No separate documentation will be prepared for listed species outside the CED form. 2. No separate documentation or field work will be necessary to adhere to AGENCY's critical areas ordinance 3. CONSULTANT team will have complete property access to APE 4. No more than one archaeological site will be encountered at each bridge S. APEs will only include area immediately adjacent to the bridges where repair and maintenance work is proposed. 6. Formal consultation with Native American tribes is not included. 7. No evaluation of the bridges as historic structures will be provided. Deliverables: 1. CED Form. Two review Drafts in electronic form and one Final in .pdf and paper form. 2. SEPA Exemption Memorandum — one Draft and one Final 3. Cultural APE Exhibit (map and work plan) — one Draft and one Final 4. Cultural Technical Report- one Draft and one Final 4.02 BEACON AVENUE BRIDGE Structural Analysis CONSULTANT shall perform the following tasks as basis for structural design: • Structural Analysis on New Superstructure (Value Engineering): At the approval and direction of AGENCY, CONSULTANT shall prepare a cost estimate for replacing the existing superstructure with one alternate new superstructure using scoping level of effort to calculate superstructure replacement cost. CONSULTANT will present this estimate and cost comparison to AGENCY. City of Tukwila 9 Scope of Services Major Maintenance on Three Bridges July 14, 2015 • Geotechnical Services: CONSULTANT shall perform the following geotechnical tasks: o Review existing available geologic and geotechnical information in the vicinity of the bridge and conduct a visual site reconnaissance of the bridge site. o Prepare recommendations for geotechnical aspects of bridge maintenance, including repair and /or rehabilitation of bridge approaches and earthwork construction considerations. • Load Rating: CONSULTANT shall prepare a draft load rating report using LRFR rating methods using HL -93 loading and SHV loading. The DRAFT load rating will be performed using dimensions and material weights of the existing bridge together with final design drawings and weights of the completed project. The load rating will be finalized after construction and as -built drawings are completed as part of a supplement to this AGREEMENT. Assumptions: 1. Borings and field explorations are not planned for this phase of work. If additional field explorations are deemed necessary based on the outcomes of this phase of work they will be completed under a supplemental scope of work for a future phase of the project. 2. The geotechnical report will be a combined deliverable for the Frank Zepp Bridge, the Beacon Avenue Bridge and the Grady Way Bridge. 3. A seismic analysis is not required for this bridge. Deliverables: 1. One cost comparison between BRAC funded repairs and superstructure replacement 2. One Draft and one Final Geotechnical Report 3. One Draft Load Rating Calculations and one Draft Summary Sheet 4.03 BEACON AVENUE BRIDGE Plans Preparation CONSULTANT shall prepare concept and final designs and construction plans for BEACON AVENUE BRIDGE repairs and maintenance. Plans to be prepared: • General Plans: General plans for the BEACON AVENUE BRIDGE will include the following elements: Construction Sequence /Staging Plans CONSULTANT shall prepare Construction Sequence /Staging Plans showing the general construction sequence. It is assumed that up to two phases may be necessary. One General Site Plan will be used for each phase. Information from the construction sequencing plans will also be used to develop the temporary traffic control / detour plans. Bridge Layout & Cross Section CONSULTANT shall produce drawings to contain sufficient details to identify location of work, critical clearances and identify items of interest to the contractor where identified by CONSULTANT. Temporary Erosion and Sedimentation Control (TESC) Plan CONSULTANT shall produce Temporary Erosion and Sedimentation Control Plan and TESC detail drawings. The plans and details will incorporate Best Management Practices (BMPs) as outlined in the Department of Ecology's "Stormwater Management Manual for Western Washington Volume II, 2005 edition ". City of Tukwila 10 Scope of Services Major Maintenance on Three Bridges July 14, 2015 Drainage Plan Drainage Plan will show the locations and approximate size of the drainage facility; the conveyance system including direction of flow, approximate pipe sizes and outfall location; locations of easements. • Maintenance of Traffic (MOTs Plans CONSULTANT shall prepare Maintenance of Traffic (MOT) Plans that include traffic control, a detour route, and pedestrian access. • Deck Replacement Plans CONSULTANT shall prepare deck replacement plans that include a demolition plan, deck replacement details, expansion joint installation, approach roadway and backwall repair details, steel tube rail and curb installation details. • Paint Repair Plans Paint repair plans will include a defect map and paint preparation layout. A detailed list of the assumed plan sheets to be included in each milestone submittal is shown in Table 1. Deliverables: 1. BEACON AVENUE 30 %, 90% and 100% Plans 4.04 BEACON AVENUE BRIDGE Specifications CONSULTANT shall prepare 90% and 100% Specifications and Special Provisions for BEACON AVENUE BRIDGE and combine them with the other two bridges special provisions into one contract special provisions package. Assumptions: 1. Specifications will follow WSDOT /APWA Standard Specifications 2014 and the City of Tukwila's General Special Provisions. Deliverables: 1. 90% and 100% Specifications and Special Provisions for BEACON AVENUE BRIDGE 2. 90% and 100% Specifications and Special Provisions as one combined contract Special provisions 4.05 BEACON AVENUE BRIDGE Construction Cost Estimate CONSULTANT shall prepare an Engineer's Opinion of Probable Cost (Cost Estimate) at 30 %, 90% and 100% for BEACON AVENUE BRIDGE to combine with the other two bridges for a complete construction cost estimate of all three bridges. Deliverables: 1. 30 %, 90% and 100% Cost Estimate for BEACON AVENUE BRIDGE 2. 30 %, 90% and 100% Cost Estimate for construction of all three bridges 4.06 BEACON AVENUE BRIDGE Quality Assurance /Quality Control CONSULTANT shall perform QA /QC in compliance with the established PROJECT Quality Plan for each milestone submittal. City of Tukwila 11 Scope of Services Major Maintenance on Three Bridges July 14, 2015 4.07 BEACON AVENUE BRIDGE Project Meetings and Site Visits This work element provides for the preparation, attendance, follow -up, and documentation of meetings during the length of the project. These meetings will be the forums for agencies to provide input and guidance for the direction of the project. They will also be used to discuss project issues, approve submittals, and develop potential solutions. CONSULTANT shall prepare for, attend, and document up to nine meetings with an average of four DEA staff, with AGENCY staff. Meetings will be required for coordination with AGENCY and other affected agencies. CONSULTANT will attend one meeting every month with AGENCY's project manager for the duration of the project. The meetings will be held in a location acceptable to AGENCY and CONSULTANT. For budgeting purposes, we have assumed half the meetings at AGENCY office and half at CONSULTANT Olympia office. CONSULTANT shall perform one site visit to verify existing bridge dimensions, verify quantity of repairs, determine design and constructability issues, and determine construction impacts. Assumptions: 1. AGENCY will perform public relations tasks in notifying business owners and traveling public of bridge closures and restrictions. Deliverables: 1. Project meeting notes (up to 9 total for all three bridges) TASK 5.0 GRADY WAY BRIDGE MAINTENANCE 5.01 GRADY WAY BRIDGE Environmental Documentation CONSULTANT shall prepare the following environmental documents: 1. WSDOT Categorical Exclusion Documentation (CED) Form for purposes of NEPA clearance. Document shall include "no effect determination" for listed species. DEA shall prepare a draft for AGENCY review. After incorporation of AGENCY comments, a draft for WSDOT review will be prepared. After incorporation of WSDOT comments, a final version in electronic (.pdf) and paper form will be prepared and submitted to AGENCY. 2. SEPA Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets SEPA exemption criteria. A draft will be provided to AGENCY in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to AGENCY. 3. If GRADY WAY Bridge is determined to be eligible for historic designation, CONSULTANT will conduct the following activities: o Prepare of map of the Area of Potential Effect (APE) and a work plan. Both documents shall be submitted to AGENCY, WSDOT, and Washington State Department of Archeological and Historic Preservation (DAHP) for approval. o Conduct a records search of the DAHP archives, CONSULTANT reference library and local repositories. o Conduct an archaeological pedestrian survey of each APE. CONSULTANT will excavate up to six archeological shovel probes at each bridge to assess the probability for buried cultural materials. Any findings will be documented on site inventory forms and with photographs and handheld GPS locations. City of Tukwila 12 Scope of Services Major Maintenance on Three Bridges July 14, 2015 o Prepare a brief cultural resources technical report summarizing results of the fieldwork. A draft report will be prepared for electronic review by AGENCY and WSDOT. Assumptions: 1. No separate documentation will be prepared for listed species outside the CED form. 2. No separate documentation or fieldwork will be necessary to adhere to AGENCY's critical areas ordinance. 3. CONSULTANT team will have complete property access to APE. 4. No more than one archaeological site will be encountered at each bridge. 5. APEs will only include area immediately adjacent to the bridges where repair and maintenance work is proposed. 6. Formal consultation with Native American tribes is not included. 7. No evaluation of the bridges as historic structures will be provided. Deliverables: 1. CED Form. Two review drafts in electronic form and one final in .pdf and paper form 2. SEPA Exemption Memorandum — one draft and one final 3. Cultural APE Exhibit (map and work plan) — one draft and one final 4. Cultural APE map and work plan — draft and final 5. Cultural Technical Report- one draft and one final 5.02 GRADY WAY BRIDGE Structural Analysis CONSULTANT shall perform the following tasks as basis for structural design: • Seismic Analysis: CONSULTANT shall use the seismic design criteria developed to perform seismic analysis and determine required capacity strengthening at Piers 2, 3, 10, and 11 to achieve Level 1 Life - Safety performance criteria. • Geotechnical Services: CONSULTANT shall perform the following geotechnical tasks: o Review existing available geologic and geotechnical information near the bridge and conduct a visual site reconnaissance of the bridge site. o Based on the information review, conduct a seismic hazard analysis, including liquefaction potential evaluation. Develop seismic design criteria in accordance with AASHTO LRFD Bridge Design Specifications, 7th Edition. Develop lateral pile analysis parameters (p -y response) for use with LPILE software or similar. o Prepare and submit a one page executive summary on seismic hazards, liquefaction potential, and seismic design criteria. City of Tukwila 13 Scope of Services Major Maintenance on Three Bridges July 14, 2015 Assumptions:, 1. AGENCY will furnish CONSULTANT with existing geotechnical data. It is assumed that the existing subsurface information for the Grady Way Bridge or the adjacent 1 -405 bridge is available and is sufficient for the above scope items. 2. No borings or field explorations are planned for this phase of work. If additional field explorations are deemed necessary based on the outcomes of this phase of work they will be completed under a supplemental scope of work for a future phase of the project. 3. The geotechnical report will be a combined deliverable for the Frank Zepp Bridge, the Beacon Avenue Bridge and the Grady Way Bridge. 4. Pier 11 is similar to Pier 2 and Pier 3 is similar to Pier 10 so that cross section of piers can fit on one plan sheet. Deliverables: 1. One draft and one final seismic analysis 2. One draft and one final Geotechnical Executive Summary in electronic (pdf) format 3. One draft Load Rating Calculations and one draft Summary Sheet 5.03 GRADY WAY BRIDGE Plans Preparation CONSULTANT shall prepare conceptual and final design and construction plans for the GRADY WAY BRIDGE seismic retrofit using CONSULTANT's existing conceptual retrofit plan and seismic forces determined in Section 5.02. Plans will be submitted to AGENCY for review and approval as listed in Table 1. Plans to be included: • General Plans: General plans for the GRADY WAY BRIDGE will include the following elements: Construction Sequence /Staging Plan CONSULTANT shall prepare Construction Sequence /Staging Plan showing the general construction sequence. It is assumed that one phase will be necessary. Two (2) General Site Plans will be used for construction sequencing. Information from the construction sequencing plans will be used to develop the temporary traffic control / detour plans. Bridge Layout & Cross Section CONSULTANT shall produce typical bridge layout and cross sections of Piers 2, 3, 10, and 11. Plans will contain details to identify location of work. Temporary Erosion and Sedimentation Control (TESC) Plans CONSULTANT shall produce Temporary Erosion and Sedimentation Control Plans and TESC detail drawings. The plans and details will incorporate Best Management Practices (BMPs) as outlined in the Department of Ecology's "Stormwater Management Manual for Western Washington Volume 11, 2005 edition ". • Maintenance of Traffic (MOT) Plans CONSULTANT shall prepare Maintenance of Traffic (MOT) Plans that include traffic control plans, a detour route, and pedestrian access. • Seismic Detail Plans Seismic detail plans will include design of seismic restraints and shear key repair details at piers 2, 3,'10, and 11. A detailed list of the assumed plan sheets to be included in each milestone submittal is shown in Table 1. City of Tukwila 14 Scope of Services Major Maintenance on Three Bridges July 14, 2015 Assumptions: 1. Although seismic retrofit is near railroad lines, it is not anticipated that railroad flagging will be needed and is not included in this SCOPE. 2. The seismic retrofit will be designed for Level 1 Life Safety performance criteria. 3. The City of Renton will approve the design. Deliverables: 1. GRADY WAY 30%, 90% and 100% Plans 5.04 GRADY WAY BRIDGE Specifications CONSULTANT shall prepare 90% and 100% Specifications and Special Provisions for GRADY WAY BRIDGE and as one document for all three bridges. Assumptions: 1. Specifications will follow WSDOT /APWA Standard Specifications 2014 and the City of Tukwila's General Special Provisions. Deliverables: 1. 90% and 100% Specifications and Special Provisions for GRADY WAY BRIDGE 2. 90% and 100% Specifications and Special Provisions as one document for all three bridges 5.05 GRADY WAY BRIDGE Construction Cost Estimate CONSULTANT shall prepare an Engineer's Opinion of Probable Cost (Cost Estimate) at 30%, 90% and 100% for GRADY WAY BRIDGE to combine with the other two bridges for a complete construction cost estimate of all three bridges. Deliverables: 1. 30 %, 90% and 100% Cost Estimate for GRADY WAY BRIDGE 2. 30 %, 90% and 100% Cost Estimate for construction of all three bridges 5.06 GRADY WAY BRIDGE Quality Assurance /Quality Control CONSULTANT shall perform QA /QC in compliance with the established PROJECT Quality Plan for each milestone submittal. 5.07 GRADY WAY BRIDGE Project Meetings and Site Visits This work element provides for the preparation, attendance, follow -up, and documentation of meetings during the length of the project. These meetings will be the forums for agencies to provide input and guidance for the direction of the project. They will also be used to discuss project issues, approve submittals, and develop potential solutions. CONSULTANT shall prepare for, attend, and document up to nine (9) meetings with an average of four DEA staff, with AGENCY staff. Meetings will be required for coordination with AGENCY and other affected agencies. CONSULTANT will attend one meeting every month with AGENCY's project manager for the duration of the project. The meetings will be held in a location acceptable to AGENCY and CONSULTANT. For budgeting purposes, we have assumed half the meetings at AGENCY office and half at CONSULTANT Olympia office. City of Tukwila 15 Scope of Services Major Maintenance on Three Bridges July 14, 2015 CONSULTANT shall perform one site visit to verify existing bridge dimensions, verify quantity of repairs, determine design and constructability issues, and determine construction impacts. Deliverables: 1. Project meeting notes (up to nine total for all three bridges) TASK 6.0 ASSEMBLY AND REVIEW OF SUBMITTAL PACKAGE This work element provides for the assembly, compilation and final review of each submittal package. CONSULTANT shall perform this task at each milestone submittal (30 %, 90 %, 100 % -Ad -Ready per Table 1. CONSULTANT shall assemble bid documents for AGENCY's review and comment. Comment form will be agreeable to both AGENCY and CONSULTANT. AGENCY review period will be two weeks after CONSULTANT's milestone submission. TASK 7.0 ASSISTANCE DURING BID PERIOD CONSULTANT shall provide bid support and assist AGENCY in answering questions from prospective bidders during the bid process. After the construction contract has been awarded, CONSULTANT shall attend the preconstruction conference. CONSULTANT shall attend a pre -bid conference with potential bidders to assist the CITY in responding to questions and inquiries. CONSULTANT shall prepare addendums to the contract documents during the bid period. This task is limited to 10 total hours. CONSULTANT shall review the proposal of the apparent low bidder and check references to assist the AGENCY in awarding the Contract. CONSULTANT shall review the unit bid costs in the proposal, compare them with unit costs of other bidders, and note whether any major discrepancies are present. CONSULTANT shall call the references listed on the apparent low bidders "Statement of Qualifications ". CONSULTANT shall prepare a list of questions to ask the references, and document their responses. The responses shall be sent to the CITY for their review. CONSULTANT shall prepare a pre -award letter and a letter of recommendation to award a contract to the lowest responsible bidder. Deliverables: 1. Attend and participate in one pre- construction meeting 2. Attend and participate in pre- construction meeting 3. Prepare responses up to 10 bidder questions and develop up to 1 bid document addendum 4. Review of contractor's unit bid proposal 5. Prepare Reference check forms 6. Prepare pre -award letter 7. Prepare Letter of recommendation to award bid TASK 8.0 CONSTRUCTION ADMINISTRATION AND ENGINEERING SERVICES AGENCY may, at its discretion, supplement this AGREEMENT to include Section 8.0 Construction Administration and Construction Engineering Services. Since the level of effort is unknown at this time, it will be negotiated as a supplement to this AGREEMENT. City of Tukwila 16 Scope of Services Major Maintenance on Three Bridges July 14, 2015 TASK 9.0 POST - CONSTRUCTION LOAD RATING AGENCY may, at its discretion, supplement this AGREEMENT to include Section 9.0 Post Construction Load Rating. Since the level of effort is unknown at this time, it will be negotiated as a supplement to this AGREEMENT. TIME FOR PERFORMANCE Within two weeks of Notice -to- Proceed, a detailed schedule will be prepared based on AGENCY and CONSULTANT feedback. An estimated PROJECT milestone submittal schedule is listed below. CONSULTANT Notice -to- Proceed July 20, 2015 Kick -Off Meeting August 3, 2015 30% Design Submittal September 14, 2015 90% PS &E Submittal • December 14, 2015 100% PS &E Submittal January 5, 2016 Project Advertisement February 16, 2016 City of Tukwila 17 Scope of Services Major Maintenance on Three Bridges July 14, 2015 Exhibit C Preparation and Delivery of Electronic Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: I. Surveying, Roadway Design & Plans Preparation Section A. Survey Data The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. B. Roadway Design Files The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. C. Computer Aided Drafting Files The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. Agreement Number: WSDOT Form 140 -089 EF Exhibit C Revised 10/30/2014 Page 1 of 4 D. Specify the Agency's Right to Review Product with the Consultant Agency will provide review comments on all milestone deliverables, as identified in Exhibit A, Scope of Work. E. Specify the Electronic Deliverables to Be Provided to the Agency The electronic deliverables are identified in Exhibit A, Scope of Work. F. Specify What Agency Furnished Services and Information Is to Be Provided Agency- furnished services and information is outlined throughout Exhibit A, Scope of Work. Agreement Number: WSDOT Form 140 -089 EF Exhibit C T- Revised 10/30/2014 Page 2 0/4 11. Any Other Electronic Files to Be Provided The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. 111. Methods to Electronically Exchange Data Email, FTP site, CD, DVD and flash drive. WSDOT Form 140 -089 EF Exhibit C Revised 10/30/2014 Page 3 of 4 A. Agency Software Suite- The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. B. Electronic Messaging System Email (Outlook) C. File Transfers Format The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. WSDOT Form 140-089 EF Exhibit C Page 4 of 4 Revised 10/30/2014 Exhibit D Prime Consultant Cost Computations City of Tukwila Major Maintenance of Three Bridges Contract Cost Summary Direct Salary Cost, David Evans and Associates $ 127,752 Overhead $ 232,483 Fixed Fee $ 38,326 Direct Non -Salary Costs $ 1,329 Subconsultant Costs: Trantech, LLC $ 261,974 Historical Research Associates, Inc. $ 10,478 Pangeo, Inc. $ 16,627 Contract Total $ 688,968 City of Tukwila Major Maintenance of Three Bridges DEA's COST FRANK ZEPP $ 101,463 BEACON AVENUE $ 212,546 GRADY WAY $ 85,881 TOTAL 3 BRIDGES $ 399,890 LEGEND PROJECT SUMMARIES TOTAL SHEET COUNT DATA ENTRY OKAY COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES 78 $ 5,127 2,775 1,329 Task Cost PROJECT MANAGEMENT PERCENTAGE PROJECT TA$K, a i o3t „•: 12.94% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit D Prime Consultant Cost Computations DEA DIRECT LABOR 5127,752 DEA OVERHEAD 5232,483 DEA FEE $38,326 DEA DIRECT EXPENSES $1.329 DEA TOTAL COSTS 5399,890 PM CIVIL STRUCTURAL CN CADD ENV 8 ag" `nu a18 F n 26w aI 8 ENGM PMGR EXAD PADM MGPE PFEN MGPE SBEN BREN CORM SCAD CADD SSCI SCIT 30% 30% 30% 30% 30% 30% 309. 30% 30% 30% 3016 30% 30% 3016 181.9816 181.98% 181.96% 181.98% 181.88% 181.98% 161.90% 161.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 890.00 964.00 030.00 130.00 064,00 942.50 884.00 858,00 $40.00 808,00 941.00 528.00 844.00 534.00 17 263 19 208 206 7 126 367 413 91 260 438 180 180 shat Count tOJECT j!Al1[il 0041004(11 GOOD DEUVERA $ 12,180 2.01.1 FRANKZEPP Tam 48 16 $ 11,631 2.01.2 BEACON AVENUE 2 48 16 $ 2,246 2.01.3 GRADY WAY 4 $ .: 81099; $ 6,926 2.02.1 FRANK ZEPP ?d 30 10 $ 687 2.02.2 BEACON AVENUE 2 2 $ 587 2.02.3 GRADY WAY 2 2 S :; 4,97,9; 2•• tiEVELD-a:Pi OVEttad tOOLE 27 10 0 e0 $ 2,552 2.03.1 FRANKZEPP -" td•,,'vti,��,",•yy Schedule 10 3 $ 1,860 2.03.2 BEACON AVENUE Schedule 2 $ 767 2.03.3 GRADY WAY 's.55.. :tiY4pyifs'= Schedule 2 $ .:1:':' 8i798, 2,d4'c u10NTFIIX91 ICESlpRdGRtSS PORl' , 0 � 0 $ 4,193 2.04.1 FRANK ZEPP '4 ^« 3 tc ' Monthly Invoice & Report 12 6 12 $ 3,794 2.04.2 BEACON AVENUE t"= 21284'4 y Monthly Invoice & Report 10 6 12 $ 811 2.04.3 GRADY WAY "1..8x;=•; ', Monthly Invoice & Report 2 2 2 $ '; 3,636' 2s$„,. CFfANGEMII�iAGEM�ENT,.:i��`'�TM' '' 10' $ 1,535 2.05.1 FRANK ZEPP $ 1,535 2.05.2 BEACON AVENUE $ 568 2.05.3 GRADY WAY $ 4,224 2.06 PS&E COVER SHEET $ 3,238 2.07 PROJECTS KICK -OFF MEETING $ 51;581 3, PA BRIDG1r MAINTENt Manage change 2 4 2 Manage change 2 4 2 jz;:' •01:1- ; Manage change 4 M.,0041,1 Cover Sheet 4 4 2 10 15 2 2 2 2 2 2 2 2 2 $ 21,901 _3 g1Pi`X ,,, 3.01.01 Environmental Permh Coordination 3.01.02 $ 512 3.01.03 5 3.02.01 3.02,02 3.02.03 Archaeological/Cultural (HRA) Area of Potential Effect (APE) Exhibit 1 ST1tDE FURAL. 44ALY is' r . Seismic Analysis Geotechnical Seismic Variables Load Rating (Draft) $. EANPPEPA1903N,*6- "30,101 ,I:i1GENEF,t4L PL°.NS- ; ��xfetT„ 1,i1,4141R w,gig:l4N Environmental Permits 90 90 Exhibit 4 01 0 Seismic Report Geo Seismic Report Draft Load Rating D a 0; v 0 m 0 ?, $ 3,03.01.1 General Notes 1 Plan Sheet 3.03.01.2 Bridge Layout Plan Sheet $ 3,03.01.3 Construction Sequencing 2 Plan Sheet 3.03.01.4 Bridge Cross Section 1 3.03.01.5 $ 3.03.01.6 $ 3.03.01.7 Temporary Erosion and Sediment Control (TESC) Drainage Plans r Profiles Utility Relocation/ Coordination "MAINT61AN0E of3RAFFIC"(M01 PLANE - Plan Sheet *; Plan Sheet 2 .7; 1 °:;t;, Plan Sheet Plan Sheet 70 City of Tukwila Major Maintenance of Three Bridges DEA's COST FRANK ZEPP $ 101,463 BEACON AVENUE $ 212,548 GRADY WAY $ 85,881 TOTAL 3 BRIDGES $ 399,890 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES 78 6 5,127 2,775 1,329 PROJECT MANAGEMENT PERCENTAGE 12.94% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit D Prime Consultant Cost Computations DEA DIRECT LABOR $127,752 DEA OVERHEAD 5232,483 DEA FEE $38,326 DEA DIRECT EXPENSES 51.329 DEA TOTAL COSTS $399,890 PM CIVIL STRUCTURAL CN CADD ENV ENGM Tr3 PMGR e EXAD PADM a 2s I MGPE PFEN gaii Z o 4 3 MGPE SBEN c 1 BREN Si CORM 0 H SCAD CADD 4 SSCI 4 SCIT 30% 30% 30% 30% 30% 30% 30% 30% 30% 3014 30% 30% 30% 30% 181.98% 181.98% 181.96% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% saa.00 584.00 838.00 630.00 304.00 042.00 864.00 558.00 $40.00 088.00 641.00 528.00 844.00 034.00 17 263 19 208 208 7 128 387 413 91 280 438 180 180 Task Cost TA, s" NOVI 3.03.02.1 3.03.02.2 3.03.02.3 0710100:50t Traffic Control '4r'41Ir1['ri1 Tut¢ Hd4re 3^ Plan Sheet rcY - rY. "9 .. Y ,let _F.a 4yaF•5. ,` Detour Routes Plan Sheet Pedestrian Access ; ? oeos-RLPtiRTPLrtiN5 , s;";a S - $ • $ • 5,966 S 27,485 $ 5,728 3.03.03.1 3.03.03.2 3.03.03.3 3.03.034 3.03.03.5 3.03.03.6 3.03.03.7 3.03.03.8 ..3,IiT01- •. -. j 3.03.04.1 �• 3.03.04.2 3.03.04.3 Concrete Defect Map Layout & Repair 2 �F. Plan Sheet im Plan Sheet Overlay Limits / Sequence Plan Sheet Expansion Joint Replacement fegggaMil Plan Sheet Expansion Joint Steel Finger Construction Plan Sheet Expansion Joint Compression Seal Replacement Plan Sheet Approach Demoltion Plan Sheet Approach Improvements 2 ;fig i6? y Plan Sheet Striping Plans Plan Sheet sc Defect Map Layout - Girders :i�7t.T , 01, ._2, 'sF1: 0 07. ;cA %FOpr`�.•.�v 418.0fatf Plan Sheet Defect Map Layout • Rail Plan Sheet Temporary Platform & Containment Plan Sheet sc v5 ae—s �? fi j($, O wA,; x;'5.707* 1 3.03.05.1 3.03.05.2 3.03.05.3 3.04 3.05 3.00 3.07 Seismic Restraints 2 MOM Plan Sheet Bearing Replacement 2 Plan Sheet Jacking Plan Plan Sheet SPECIFICATIONS Special Provisions 8 24 2 CONSTRUCTION COST ESTIMATE Cost Estimate QUALITY ASSURANCE / QUALITY CONTROL 30 40 30 20 30 PROJECT MEETINGS & SITE VISITS 24 10 ;3 _:- :*14344 .3_ $ f'r.,' +i:2. ''fr.i Pt 10,950 4.01.01 - 4.01.02 390 4.01.03 _17.;839, . 4 624{4 4 6,352 4.02.31 EAty�`"("1 rA�Cr�NUE'�wraaR D�Et A�1�Et�l1iJE Environmental Permit Coordnation Archaedoglcal/Cusural (HRA) 44 ( 48: ..k(gIEWg , y7,r� Y y�.6/q�•Fj� �= ...,;.OY.,..e ...s.;1T,i ;a, •a �,�a:i;�0"+:�ti s; �.Oa_.v E15tt Environmental Permits 45 .44K. 45 -n 45 Area of Potential Effect (APE) Exhibit Exhibit 3 >a6T,RUC,TUEWAYAC'ES(6SA.i1 •”. ,-'`,s mM*t ',4Y;. ",T 1oI.,;,i a�s•?�ii 3 10 Structural Analysis on New Superstructure (VE) VE sue tamenf(OPTIONAL) 30 $ 961 4.02.02 $ 10,526 4.02.03 '$ -, 1.141605 1vd03._')156. „, ,: r3 590.... 4:d3i01 Geotechnical Services In abutment area 2 2 Load Rating (Graft) P,LAtJ P.REPtiRaTEON"`ti3TY�s�r�* off^ mom .i< X229• Draft Load Rating 2 10 45 1Ye a;sf�aQs•`r>4 4 att4 t4 r26, a A WAWA "414? DQLY'. A TP,,7fi %• r8,1t3+ ,`.M24 -PyWet40: Aq tit �'�•„BZi�.{7 $ 7,849 4.03.01.1 $ 5,921 4.03.01.2 S 7,644 4.03.01.3 S 3,862 4.03.01.4 S 1,657 4.03.01.6 S 1,857 4.03.01.6 General Notes Plan Sheet 4 6 8 20 4 16 Bridge Layout Plan Sheet 2 6 14 a 22 Construction Sequencing 2 Plan Sheet 2 9 16 4 20 Bridge Cross Section Plan Sheet 2 4 6 14 Temporary Erosion and Sediment Control (TESC) 15x.3 Plan Sheet 2 3 10 Drainage Plans Plan Sheet 2 3 10 City of Tukwila Major Maintenance of Three Bridges DEA's COST FRANK ZEPP $ 101,463 BEACON AVENUE $ 212,546 GRADY WAY $ 85,881 TOTAL 3 BRIDGES $ 399,890 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT COST PER SHEET $ TOTAL STAFF HOURS DIRECT EXPENSES 78 5,127 2,775 1,329 PROJECT MANAGEMENT PERCENTAGE 12.941/. Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit D Prime Consultant Cost Computations DEA DIRECT LABOR $127,752 DEA OVERHEAD $232,483 DEA FEE $38,328 DEA DIRECT EXPENSES $1,329 DEA TOTAL COSTS $399,890 PM CIVIL STRUCTURAL CN CADD ENV gf >;6 $Q 8 Iy qY ENGM PMGR EXAD PADM MGPE PEEN MGPE SEEN BREN CONM SCAD CADD SSCI SCIT 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 181.68% 181.98% 181,98% 161.98% 181.08% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 688.00 564.00 530.00 030.00 064.00 042.00 064.00 058.00 540.00 588.00 541.00 028.00 044.00 534.00 17 283 19 208 208 7 126 387 . 413 91 260 438 180 180 Task Cost •$7•''`9,364 -:'4 011021, btlE,GTTAtSK AINTENANCE of7RAEEIC LMOT),PL :!Ashoa . Eourd.4 0. $ 4,393 4.03.02.1 Traffic Control 2 Plan Sheet 3 10 0: 20 $ 2,496 4.03.02.2 Detour Routes Plan Sheet 3 8 10 $ 2,496 4.03.02.3 Pedestrian Access Plan Sheet 3 8 10 $? ?62,015 L"P:C ECK F3EFyEMENT PLAN: ei :, r14,. ; ' s;49A,0 0. 6,.`217" €... '4 "56'_ . '0 $ 12,710 4.03.03.1 Demolition Plan 2 Plan Sheet 2 4 20 32 10 30 $ 17,084 4.03.03.2 Deck Replacement Details 2 Plan Sheet 2 22 38 20 12 25 $ 5,148 4.03.03.3 Expansion Joint Installation 2 Plan Sheet 2 10 8 18 $ 16,572 4.03.03.4 Approach Roadway Settlement / Backwan Repair detail! 3 ;;Plan Sheet 16 4 16 36 16 36 $ 10,501 4.03.03.5 Rail and Curb Installation Details (Steel Tube) 2 Plan Sheet 2 18 32 10 18 f ,.12�zb $ 14,170 403.04.1 Defect Map / Paint Prep Layout 5 Plan Sheet 4 12 24 30 50 $ 15,736 4.04 SPECIFICATIONS Special Provisions 4 24 32 2 14 10 10 S 12,192 4.05 CONSTRUCTION COST ESTIMATE W1k:7,3• Cost Estimate 4 4 18 4 10 25 $ 961 4.08 QUALITY ASSURANCE / QUALITY CONTROL 2 6 $ 10,926 4.07 PROJECT MEETINGS & SITE VISITS PAM 18 10 10 4 4 4 10 2 011%707 p glD't o 111NTEkoie rt ,: 0 . ,fix S -- 11,340..:501 ",. ENV1L20NMEVal4,s,4.:QS. t.r f. 5f-.4,%01.570: i0 $ 10,960 6.01.01 Environmental Permit Coordination $ 5.01.02 Archaeological/Cultural (HRA) Environmental Permits 45 45 $ 390 5.01.03 Area of Potential Effect (APE) Exhibit $ '':, ' ;SiRUCT F Al4ANNLY8.1, :, :aa ,- 111_ Exhibit 3 ri M. %0. 0 $ 16,597 5.02.01 Seismic Analysis Seismic Report 10 60 30 $ 2,696 5.02.02 Geotechnical Seismic Variables Geo Seismic Report 2 8 rerA IRelMk7115N'° -.-'`7 $'�- 19,680. 60101.',: :: =_ "GENERALPL=J54S,, , .:rdrr General Notes $ y3b 146s .,3R 04fx $ 3,220 5.03.01.1 13:1 $ 4,873 5.03.01.2 Bridge Layout 2 Plan Sheet `0 2 5d .s u<��'',�7 u'sl ✓n wzlw :WOW 3 2 8 Plan Sheet 3 3 4 24 $ 4,181 5.03.01.3 Construction Sequencing 2 Plan Sheet 2 4 12 4 12 $ 3,107 5.03.01.4 Bridge Cross Section Plan Sheet 2 9 2 9 $ 1,179 5.03.01.5 Temporary Erosion and Sediment Control (TESC) Plan Sheet 2 2 6 1$ 5(8861)5' =.02. INTEliO.V O bt T1WF10:00T)aG s $ 3,132 5.03.02.1 Traffic Control Zigigo.f.7N 0 Plan Sheet 12 $ 2,733 5.03.02.2 Pedestrian Access $ :..12,719 „ _,:6:03 61 G 8. SEI9MIGPE;TAlli3:PLAN8V4 4aro 16%+l'�,tt Plan Sheet 6 12 $ 10,270 5.03.03.1 Seismic Restraints 3 Plan Sheet 25 10 10 30 $ 2,449 5.03.03.2 Shear Key Repair details Plan Sheet 3 5 3 8 $ 5,329 5.04 SPECIFICATIONS 6 10 3 $ 5,666 5.05 CONSTRUCTION COST ESTIMATE 2 4 2 3 6 11 5 $ 187 5.08 QUALITY ASSURANCE / QUALITY CONTROL 2 $ 1,834 5.07 PROJECT MEETINGS 8 SITE VISITS 2 2 2 City of Tukwila Major Maintenance of Three Bridges DEA's COST FRANK ZEPP $ 101,463 BEACON AVENUE $ 212,548 GRADY WAY $ 85,881 TOTAL 3 BRIDGES $ 399,890 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 78 COST PER SHEET $ 5,127 TOTAL STAFF HOURS 2,775 DIRECT EXPENSES 1,329 PROJECT MANAGEMENT PERCENTAGE 12.94% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit D Prime Consultant Cost Computations DEA DIRECT LABOR $127,752 DEA OVERHEAD $232,483 DEA FEE $38,326 DEA DIRECT EXPENSES $1,329 DEA TOTAL COSTS $399,890 PM CIVIL STRUCTURAL CN CADD ENV 8 n `u4P 8'r i Haw gE o ms4L SduS 3w uH 1 a ENGM PMGR EXAD PADM MGPE PFEN MGPE SBEN DREN CONM SCAD CADD SSCI SCIT 30% 30% 3010 30% 30% 30% 30% 30% 30X 30% 30% 3044 30% 30% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.9814 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 988.00 584.00 838.00 830.00 864.00 $42.00 $84.00 058.00 940.00 968.00 541.00 928.00 544.00 934.00 17 263 19 208 206 7 126 367 413 91 260 438 180 180 Task Cost] ROJECt TAS I�513�MBLtY:B': 30 °6790 °I° /1 OQh rElRl�L'Er�s $ 2,958 6.01 FRANK ZEPP 4 4 $ 1,778 6.02 BEACON AVENUE 2 2 2 $ 802 6.03 GRADY WAY 2 ASSISTANCE DURINGAD PERIODq x f?rf �o y $ 4,517 7.01 FRANK ZEPP ra RFI 2 10 5 4 $ 5,023 7.02 BEACON AVENUE RFI 2 2 10 8 4 2 3 2 $ 1,111 7.03 GRADY WAY doNs7R At5FI ko ENGRSEgYfg.s,,1P010101,0x W0' RFI 2 2 tV 8.01 FRANK ZEPP CM and CE services 8.02 BEACON AVENUE CM and CE services 8.03 GRADY WAY CM and CE services ,PDSTr -CD STRO.0.10 0AD, 01.611E (iliplI fFlO 0.w 1!=.5.70" =.': $ 9.01 FRANK ZEPP Final Load Rating 9.02 BEACON AVENUE Final Load Rating Direct Expenses Reproduction Costs No. Unit Each Cost Copies 2500 pages @ 00.06 /page S 150.00 Reports 12 reportsga 515 /report 5 180.00 Plans 12 sets @ 52 /set 5 24.00 Parking 0 © 58 $ - Mail/Deliveries /Fed Ex 20 @ 520 $ 400.00 Mileage 1000 miles ® 50.575 /mile $ 575.00 Subtotal $ 1,329 June 29, 2015 Oregon Kate Brown, Governor The Board of Directors and Stockholders David Evans and Associates, Inc (DEA) Exhibit D Prime Consultant Cost Computations Department of Transportation Central Services —Audit Services 355 Capitol St. NE — MS52 Salem, OR 97301 -2528 (503)986 -3213 RE: David Evans and Associates, Inc. Schedule of Indirect Cost Rate, Fiscal Year Ended November 1, 2014 We have performed a cognizant review of documentation and the working papers of your independent CPA firm, Grant Thornton (GT), of their audit of the Schedule of Indirect Cost Rate for David Evans and Associate's (DEA) Fiscal Year Ended November 1, 2014 in accordance with our role as Cognizant Agency as defined in 23 U.S.C. 112(b)(2)(c) and 23 CFR 172.3 and 172.7. Our cognizant review was performed in accordance with the AASHTO Review Program for CPA Audits of Consulting Engineers' Indirect Cost Rates. We were provided with a copy of GT's audit report dated March 25, 2015, copies of their working papers and additional documentation from DEA. Based on our review, we accepted the Schedule of Indirect Cost Rate and this letter of concurrence establishes DEA's Schedule of Indirect Cost Rate for the fiscal year ended November 1, 2014 at 181.64% of direct labor and a Facilities Capital Cost of Money factor of 0:34% of direct labor.. A copy of this letter will be forwarded to the appropriate ODOT contracting offices. If you or any representative of DEA has;any questions, please contact me at (503) 986 -3213 or Ruth Wu at (503) 986 -4003. Margaret Cole, CPA External Audit manger Oregon Department of Transportation CC: Marcus McGarity, Chief Financial Officer, David Evans and Associates, Inc. Tony Parke, Partner, Grant Thornton Exhibit D Prime Consultant Cost Computations DAVID EVANS AND ASSOCIATES, INC. Schedule of Indirect Costs Year ended November 1, 2014 Direct Unallowable cost cost Costs, net FAR Description Total costs eliminations eliminations of eliminations Reference Labor Burden: Holiday Pay $ 1,245,194 $ 1,245,194 Sick Pay 1,037,093 1,037,093 Vacation Paid 3,362,400 - 3,362,400 Termination/Severance 33,810 33,810 New Employee Signing Pay 46,017 (46,017) - 15 Vacation Accrual (908,907) (908,907) Vacation Cash Out 444,554 444,554 DOL Compliance Labor 44,693 - 44,693 Group Medical 4,263,577 4,263,577 Group Life Ins 89,922 89,922 Workers' Comp Ins. 212,240 - 212,240 FICA & PR Taxes 3,029,783 3,029,783 SUTA & State PR Taxes 791,499 791,499 Union Benefits 335,440 335,440 Civic Duty Labor 22,266 22,266 Other Payroll Related Costs 175,176 175,176 Officer Supp Comp 523,450 523,450 Public Relations Calculated Fringe Elimination - (391,278) (391,278) 1 Total Labor Burden 14,748,207 (437,295) 14,310,912 General Overhead: Indirect Labor 14,491,011 (76,788) (1,089,879) 13,324,344 I, 9 Salary Variance (747,930) 60,119 (687,811) 1 Occupancy 6,651,897 (649,145) 6,002,752 16 Communications 620,468 - (1,082) 619,386 16 Equipment 83,897 (83,897) Supplies 286,761 (71,295) 215,466 18 Service Contracts 609,895 609,895 Publications and Memberships 248,706 (641) 248,065 12 Computer and Printer Costs 705,213 - - 705,213 Vehicle Expenses 1,856,906 (422,433) (36,981) 1,397,492 4, 17 General Administrative 476,859 (39,390) 437,469 3, 4 Public Relations Expense 157,482 (157,482) - 1 Selling Expense 419,357 (16,916) 402,441 3, 4, 12 Training Expenses 245,508 (21,203) 224,305 3,4 Employee Recruiting and Retention 406,798 (254,746) 152,052 2, 3 Professional Services 702,878 - 702,878 6 Business Insurance 1,268,681 1,268,681 7 Taxes, Licenses and Fees 434,803 434,803 Depreciation and Amortization 1,555,455 1,555,455 Bad Debt Expenses 14,890 (14,890) - 6 Contributions 154,513 (154,513) - 5 Miscellaneous Expenses 159 - 159 401K and ESOP Contributions 1,216,000 - 1,216,000 Profit Sharing Expenses 290,145 (36,145) 254,000 8 Reserves and Settlements 229,400 (229,400) - Interest Expense 127,903 (127,903) - 11 Discounts Taken (62) - (62) Finance Charges 7,705 (7,705) - 11 Gain or Loss on Sale of Fixed Assets (42,028) - (42,028) Deferred Compensation Expense (28,188) - (28,188) Miscellaneous Other Income/Expense 278 (278) 14 Rentallncome- External (2,498) - (2,498) Income Taxes 976,445 (976,445) 13 Support Services Allocation (184,110) (184,110) Total General Overhead Expense 33,235,197 (654,413) (3,754,625) 28,826,159 Labor Burden and General Overhead Expense Before Allocation S 47,983,404 $ (654,413) 6 (4,191,920) 6 43,137,071 DEEM (Home Office) Allocation 641,334 88,642 729,976 1,3,5,7 DEA Corp Allocation to ONS /Segment (1,927,880) 168,423 (1,759,457) Total Labor burden and general overhead expense S 46,696,858 $ (654,413) $ (3,934,855) $ 42,107,590 Direct Labor $ 23,181,897 $ 23,181,897 Overhead Expense Rate 201.44% 181.64 Facilities Capital Cost of Money Rate 0.34% Combined Overhead Expense and Facilities: Capital Cost of Money Rate 181.98% The accompanying notes are an integral part of this schedule. 4 City of Tukwila Major Maintenance of Three Bridges TRANTECH's COST FRANK ZEPP $ 229,339 BEACON AVENUE $ 28,172 GRADY WAY $ 4,462 TOTAL 3 BRIDGES $ 261,974 LEGEND PROJECT SUMMARIES TOTAL SHEET COUNT 76 DATA ENTRY OKAY COST PER SHEET $ 3,447 TOTAL STAFF HOURS 2,188 DIRECT EXPENSES 809 PROJECT MANAGEMENT PERCENTAGE 4.25% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit E Subconsultant Cost Computations TRANTECH DIRECT LABOR $101,504 TRANTECH OVERHEAD $130,733 TRANTECH FEE $28,928 TRANTECH DIRECT EXPENSES $809 TRANTECH TOTAL COSTS $281,974 PM STRUCTURAL CIVIL CAD 4 V 'E PIC 23.5% 123.06% 359.00 162 PM 28.5% 123.06% 359.00 216 O .8 ADMIN 28.5% 123.06% 520.00 52 `s$.1 5rhu5 4 N I E ;N ffi fn W .4 .5 A h5 A o1E A3 a 30 L I 0 0 SSE 28.5% 123.06% 054.50 PSE 28.514 123.06% 050.00 SSE2 SCE STE SDE SCE2 ST 28.5% 28.6% 28.5% 20.5% 28.5% 20.5% 123.06% 123.0514 123.06% 123.06% 123.06% 123.06% 338.00 050.00 043.00 046.00 323.00 536.00 SCT 28.5% 166.41% 137.00 CCT 28.5% 166.41% 337.00 315 326 248 106 232 85 62 38 279 68 Task Cast. O�JEC1 shoot 3 C01ii & ELIVERAB t 227 •;Skis' B,Q5,1 2 $0,"r�'± #47ea �yMAI 70.010ENT,an 0a:t gg,.:1 2:11eraS:. b'<.,',•' PIiQJEC7 :MiORdtiiVEN3'�',�'-.:1- Z11 k aM. b s .A.: . ?s J 129a 2``sr2�l;�t Hk�12 -� :ti ?4:ek �Uerj �ym��r yy atria E.::051 r '3 A !:5 6,551 2.01.1 FRANK ZEPP 24 12 24 $ 2.01.2 BEACON AVENUE $ 2.01.3 GRADY WAY $ 2.02.1 �..:. iU ]rt.43:W - "453. � Y..., by .: ' �vr .S�ls @'baSUItYANT,.000Rd117AT�0 ... �a�,..,�, ..a-.� �.r�..a,.,'�i Val) 0-§Io =64 Oa - 3>! 4ed nag rt noii FRANK ZEPP 2.02.2 BEACON AVENUE 2.02.3 GRADY WAY O'intt n 1O',-[SE ISPIPROJECT;SCItiIE0O E;,'. 1,187 2.03.1 FRANK ZEPP $ 2.03.2 BEACON AVENUE $ 2.03.3 GRADY WAY .`.2:udiTf;� ls�z NjOf,JI't�( >` INS/ 0") GES ;'J�FiOGffESSREP'0[iTSi;_:`r:�t: ?'f $ 604 2.04.1 FRANK ZEPP $ 2.04.2 BEACON AVENUE 2.04.3 GRADY WAY .S u xr,�r,a ,'.n,r � 206'; -..rrr- 2:...: - ' AN �'M��!NlR- EIrA , i� 2.05.1 FRANK ZEPP 2.05.2 BEACON AVENUE $ 2.05.3 GRADY WAY $ 407 2.06 PS&E COVER SHEET 4 $ 1,274 2.07 PROJECTS KICK-OFF MEETING , .2:18722, 311)8°; ` ='� OftlikWORIPTANALIM i4r.4 ?sf�'DA '4 WAIPM WORM ,✓ $ $ 9,119 $ $ 10,817 7,8,886x 3.01.01 3.01.02 3.01.03 3.02.01 3.02.02 3.02.03 Environmental Permit Coordination Archaeological/Cultural (HRA) Area of Potential Effect (APE) Exhibit FAr Schedule Schedule Schedule 4 4 "'`,0 r5.1 �ifti >n0y.. Or , Monthly Invoice & Report Monthly Invoice 8 Report Monthly Invoice & Report 1 '+ Manage change Manage change Manage change Cover Sheet 12 ,t#0741,1 2 2 2 gari2 t 192 1; :OM N 26 S ,r ,of . 5:00 k i 1 zafi 2 2 WOK' 230. MOM *Val 2 g ...ris €mss WV* 2'7249ki '5^gn .fit` S7i2C3GTD117kC�AI7VY9f6rf tSig,'��x' XiVAa,t Seismic Analysis Geolechnical Seismic Variables Load Rating (Draft) Environmental Permits Exhibit ERWANOSTM Seismic Report 10 40 30 criS Meg Geo seismic Report Draft Load Rating 50 MAN ,;;214'' x24 ;a; Our, . NMS2;;^ �,r,-8, . �1 ,,.b........ ....^�!: .... .ofi. .,� -. ,r r~ ...�......_C lei 50 .L4n: 2:.. r"Y v-. as-im t r - VaCiR WAVP mom n S2 ti� .a 0 City of Tukwila Major Maintenance of Three Bridges TRANTECH's COST FRANK ZEPP $ 229,339 BEACON AVENUE $ 28,172 GRADY WAY $ 4,462 TOTAL 3 BRIDGES $ 261,974 LEGEND RQLUP- DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 3,447 TOTAL STAFF HOURS 2,188 DIRECT EXPENSES 809 PROJECT MANAGEMENT PERCENTAGE 4.25% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS TRANTECH DIRECT LABOR $101,504 TRANTECH OVERHEAD $130,733 TRANTECH FEE $28,928 TRANTECH DIRECT EXPENSES $809 TRANTECH TOTAL COSTS $261,974 PM STRUCTURAL CIVIL CAD t) PIC I A PM ADMIN I SSE E PSE g E SSE2 r. I .g. SCE a A E STE SDE t SCE2 8 ST 0 SCT ,"! 0 0 CCT 28.0% 28.5% 25.5% 28.6% 2L5% 28.5% 28.6% 28.5% 28.5% 211.6% 28.5% 28.5% 28.6% 123.06% 1236615 123.08% 123.08% 123.08% 123.08% 123L8% 123.00% 123.06% 12368% 123.06% 188A1% 168.41% 059.00 559.00 020.00 554.60 550.00 138.00 550.00 545.00 546.00 528.00 336.00 S37.00 537.00 162 215 62 315 326 248 106 232 85 62 38 279 68 Task Cost . • PROJECT • „ - • • . " • " • • - ••• • - TiolilBogra DELIVERABLE, •.• $ 5,004 $ 7,362 $ 5,679 $ 3,938 $ 2,947 $ 6,980 $ 2,932 $ 31,657 $ 3,888 $ 2,680 $ 10,576 3.03.03.1 3.03.01.1 3.03.01.2 3.03.01.3 3.03.01.4 3.03.01.5 3.03.01.8 3.03.01.7 W,1•538,5381.R. 3.03.02.1 3.03.02.2 3.03.02.3 General Notes 1 Bridge Layout Construction Sequencing Plan Sheet 4 8 8 4 4 4 8 Plan Sheet 4 16 16 8 2 2 2 2 6 4 Plan Sheet 4 16 16 8 Bridge Cross Section 1 .17%.ROC•VM Plan Sheet 4 8 8 4 8 Temporary Erosion and Sediment Control (TESC) 1 Plan Sheet 4 4 8 8 Drainage Plans / Profiles 2 Plan Sheet 4 40 16 Utility Relocation/ Coordination 1 gIPMAIRili.9C.1181.08,510.CTFAFFI'9A,A011Pwl:... Plan Sheet 8 16 8 Traffic Control 5 Detour Routes 1 OA,411A Plan Sheet MOIFORAPZ 8 •;••:-....20.,„•••T?•/•••2: 8 16 160 32 60 Plan Sheet 4 16 8 8 Pedestrian Access 1 Concrete Defect Map Layout & Repair 2 inftwA 432 4V88 ,la Plan Sheet 4 8 4 8 TPIAT P lan shem NWn 8 24 w-1094vA 16 16 24 $ 4,300 3.03.03.2 Overlay Limits / Sequence 1 Plan Sheet 4 8 8 8 8 $ 4,300 3.03.03.3 Expansion Joint Replacement 1 'IlFP748P4W Plan Sheet 4 8 8 8 8 $ 6,920 3.03.03.4 Expansion Joint Steel Finger Construction 1 Plan Sheet 4 16 16 4 16 $ 4,300 3.03.03.5 Expansion Joint Compression Seal Replacement 1 Plan Sheet 4 8 8 8 8 $ 5,970 3.03.03.6 Approach Demolition 1 P lan Sheet 4 8 8 8 4 8 $ 13,390 3.03.03.7 Approach Improvements 2 W1.1:1W: Plan Sheet 8 16 16 16 16 16 8 16 $ 2,479 3.03.03.8 Striping Plans RI-5113141-,16 Plan Sheet 4 8 8 Ont.VIV: ,if2. 41:4 ;SAW If.52:4a4; f5.44:1 $ 5,618 3.03.04.1 Defect Map Layout - Girders 1 '8',14.858A Plan Sheet 8 8 8 8 8 $ 5,618 3.03.04.2 Defect Map Layout - Rail 1 Plan Sheet 8 8 8 8 8 8 $ 5,818 3.03.04.3 Temporary Platform & Containment 1 MX,81v1 Plan Sheet 8 8 8 8 8 8 1, • 5009'l ENPV 410A3,' 0.;a4.0:1 WA075. $ 13,494 3.03.05.1 Seismic Restraints 2 Plan Sheet 16 24 24 24 24 $ 13,494 3.03.06.2 Bearing Replacement 2 $ 7,721 3.03.05.3 Jacking Plan 1 Plan Sheet 16 24 24 24 24 Plan Sheet 8 16 16 16 8 $ 7,878 3.04 SPECIFICATIONS $ 6,541 3.05 CONSTRUCTION COST ESTIMATE Special Provisions 16 16 8 8 8 8 4 Cost Estimate 4 8 8 8 8 8 4 8 $ 3.06 QUALITY ASSURANCE / QUALITY CONTROL .:;L3(1-Mel $ 7,703 3.07 PROJECT MEETINGS & SITE VISITS V=.W,15,8f:IW 28 16 4 4 3 3 00gOff004001Wri034010WOM Clifn wata WriiII4tAiJiL'i:if 124 114 Ffl!.-kk P74.02 MOAN, W4 4,:i.44csse; AV07,,T1 AFA": OgcliiCr.eZPAk,A: City of Tukwila Major Maintenance of Three Bridges TRANTECH's COST FRANK ZEPP $ 229,339 BEACON AVENUE $ 28,172 GRADY WAY $ 4,462 TOTAL 3 BRIDGES $ 261,974 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 3,447 TOTAL STAFF HOURS 2,188 DIRECT EXPENSES 809 PROJECT MANAGEMENT PERCENTAGE 4.26% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS TRANTECH DIRECT LABOR S101,504 TRANTECH OVERHEAD $130,733 TRANTECH FEE $28,928 TRANTECH DIRECT EXPENSES $809 TRANTECH TOTAL COSTS $261,974 PM STRUCTURAL CIVIL CAD a 4 1 PIC 9 PM a aa ADMIN SSE E N D PSE N SSE2 s SCE s STE s6 1 oE .9 .5C SDE = e »u5 SCE2 9 ST 0 SCT °a 10 CCT 28.5% 25.5% 25.5% 28.5% 28.5% 28.6% 28.5% 28.5% 28.5% 28.5% 28.5% 20.6% 25.5% 123.06% 123.06% 123.06% 123.061'. 123.06% 123.04% 123.06% 123.06% 123.06% 123.06% 123.06% 168.41% 168.41% 659.00 559.00 020.00 $54.50 550.00 536.00 550.00 048.00 540.00 525.00 836.00 037.00 537.00 162 215 62 316 326 248 106 232 86 62 38 279 68 Task Cost 40.1 ASK . ` �C urdcst* TS IIOUf4 $ 4.01.01 Environmental Permit Coordination j3 •DELIVERABL Environmental Permits 4.01.02 Archaeological /Cultural (HRA) 4.01.03 Area of Potential Effect (APE) Exhibit Exhibit s'TRr,OTLrRaargilrSrs. - ksr CK'i:S:'.v`'. w'�ei�oAi j 4.02.01 Structural Analysts on New Superstructure {VE) VE assessment (OPTIONAL.) 4.02.02 Geotechnical Services in abutment area 4.02.03 Load Rating (Draft) Draft Load Rating 41,42:04.PREPARfiiTQil y`.. ZMX.Z. Z27 >`rs x7, -:ze.4 03;01,,, •. GE Eft .PttAfYS 'sM0 YijXceW ra=h Al KC41,O. A 4.03.01.1 General Notes 1 Plan Sheet 4.03.01.2 Bridge Layout 1 o Plan Sheet 4.03.01.3 Construction Sequencing 2 Plan Sheet 4.03.01.4 Bridge Cross Section 1 Plan Sheet 4.03.01.5 Temporary Erosion and Sediment Control (TESC) MAW.. Plan Sheet 4.03.01.8 Drainage Plans 1 Plan Sheet MAMtF JPN,GEtpGT;RApF(IMO"n'P1 N5 ` 4.A411 FMK . 12' $ 4.03.02.1 Traffic Control 2 Plan Sheet 4.03.02.2 Detour Routes 1 Plan Sheet $ 4.03.02.3 Pedestrian Access 1 M:031-% Plan Sheet WPM WO A 4.03.03.1 Demolition Plan 2 Plan Sheet 4.03.03.2 Deck Replacement Details 2 Plan Sheet 4.03.03.3 Expansion Joint Installation 2 Plan Sheet $ 4.03.03.4 Approach Roadway Settlement / Backwall Repair detail 3 Plan Sheet 4.03.03.5 Rail and Curb Instafatlon Details (Steel Tube) 2 tziattwo Plan Sheet .ter - ,s.!10304,. , 7„ al T< 4P N P N RE . ItF .LA S jigFONA ^i ydt�:i WPM `uat�%si3 4.03.04.1 Defect Map / Paint Prep Layout 5 Plan Sheet $ 3,773 4.04 SPECIFICATIONS Special Provisions 30 $ 4.05 CONSTRUCTION COST ESTIMATE Cost Estimate $ 23,441 4.06 QUALITY ASSURANCE / QUALITY CONTROL 118 24 24 $ 4.07 PROJECT MEETINGS & SITE VISITS 4 350 -.• D`7�Vt/ Y`BFtID'GE � AIN EN' - C JtA J T /�N O •J Y '•5:b1 . ''" s` E'( 1VIR' O<; 1N�t�A' l�. �lt�i�S +i`�:,L1�4`:`�y;•;;,e��ni -a� 4-414MAVANO RfeWAgm. ;ma •-• zt 1� 104§Ati OAR u[p��0.Ut , n� i %1i r� v $ - 5.01.01 Environmental Permit Coordination Environmental Permits City of Tukwila Major Maintenance of Three Bridges TRANTECH's COST FRANK ZEPP $ 229,339 BEACON AVENUE $ 28,172 GRADY WAY $ 4,462 TOTAL 3 BRIDGES $ 261,974 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 3,447 TOTAL STAFF HOURS 2,188 DIRECT EXPENSES 809 PROJECT MANAGEMENT PERCENTAGE 4.26% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS TRANTECH DIRECT LABOR $101,504 TRANTECH OVERHEAD $130,733 TRANTECH FEE $28,928 TRANTECH DIRECT EXPENSES $809 TRANTECH TOTAL COSTS $261,974 PM STRUCTURAL CIVIL CAD '0 F 0. V PIC I PM 0 ADMIN t Aar SSE I ej . PSE e N W SSE2 `o c AA' SCE e A g STE 0 o6 X a5 SDE g SCE2 ,�0 0 4 ST 0 141- SCT 0 u CCT 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.6% 28.5% 28.0% 29.5% 28.5% 28.6% 28.5% 123.06% 123.0054 123.06% 123.08% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 168.41'1, 168.41% 659.00 569.00 620.00 651.50 950.50 530.00 050.00 045.00 548.00 520.00 538.00 937.00 537.00 162 215 52 315 326 248 106 232 86 62 38 279 68 Task Cost ROJECT;TASK Count:'; TasKHO3` ►s LIVERABLE $ 5.01.02 Archaeological /Cultural (HRA) WJW 5.01.03 Area of Potential Effect (APE) Exhibit Exhibit iS 0 5.02.01 Seismic Analysis Seismic Report 5.02.02 Geotechnical Seismic Variables Geo Seismic Report z1663'�, PLA . ;;PREP!ARATfON : .: .tws'xka 6361 P' 00168a 15LA` Isis i's. fit. ,4b' 5.03.01.1 General Notes Plan Sheet $ 5.03.01.2 Bridge Layout 2 Plan Sheet 6.03.01.3 Construction Sequencing Plan Sheet $ 5.03.01.4 Bridge Cross Section Plan Sheet 5.03.01.5 Temporary Erosion and Sediment Control (TESC) Plan Sheet ` bl� iRri J'A`TJCE oYY12 F10`(tMRLANSp $ 5.03.02.1 Traffic Control cgcatog Plan Sheet $ 5.03.02.2 Pedestrian Access Plan Sheet $ 6, 4: 6.03.03.1 Seismic Restraints 3 Plan Sheet 5.03.03.2 Shear Key Repair details <r Plan Sheet $ 5.04 SPECIFICATIONS $ 6.05 CONSTRUCTION COST ESTIMATE $ 4,350 5.06 QUALITY ASSURANCE f QUALITY CONTROL 16 8 4 4 $ 6.07 PROJECT MEETINGS & SITE VISITS AEsEMOK RKvt~EVv,. o 00"Art d.04/�ct dr 6,01 FRANK ZEPP 6.02 BEACON AVENUE 6.03 GRADY WAY O;n. Mc..t.a' Vii:: 857', AAtti AWC MGMOA.0I0A $ 857 7.01 FRANK ZEPP RFI 3 3 $ 7.02 BEACON AVENUE RFI $ 7.03 GRADY WAY RFI $6 CONSTR"ADMIN =SING SERVICES(OPTIOI 8.01 FRANK ZEPP CM and CO services 8.02 BEACON AVENUE 8.03 GRADY WAY CM and CE services CM and CE services City of Tukwila Major Maintenance of Three Bridges TRANTECH's COST FRANK ZEPP $ 229,339 BEACON AVENUE $ 28,172 GRADY WAY $ 4,462 TOTAL 3 BRIDGES $ 261,974 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 78 COST PER SHEET $ 3,447 TOTAL STAFF HOURS 2,188 DIRECT EXPENSES 809 PROJECT MANAGEMENT PERCENTAGE 4.25% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS TRANTECH DIRECT LABOR $101,504 TRANTECH OVERHEAD $130.733 TRANTECH FEE $28,928 TRANTECH DIRECT EXPENSES $809 TRANTECH TOTAL COSTS . $261,974 PM STRUCTURAL CIVIL CAD 4 PIC i 2e PM 8 A v ADMIN e$ 21 imw SSE .0 PSE e = cc NW SSE2 u � 3 C�C W SCE c .8 a 6 STE o SDE T„ SCE2 H .B ST u 2 3. SCT 0 4, CCT 26.5% 28.5% 28.5% 28.5% 28.5% 28.014 28.5% 28.6% 28.5°/. 28.6% 28.5% 28.5% 28.5% 123.06% 123.05% 123.06% 123.08% 123.06% 123.08°/. 123.06% 123.06% 123.06% 123.06% 123.06% 168.41% 168.41% 859.00 859.00 820.00 854.60 950.00 036.00 850.00 540.00 846.00 828.00 036.00 937.00 337.00 162 215 52 315 326 248 106 232 85 62 38 279 68 Task Cost S OJECTIASK'.. Shoat Count Task Hours DELIVERABLE PO ST,CONSTRWCaTI., LbAD FEAroctotroALy $ 9.01 FRANK ZEPP Final Load Rating 9.02 BEACON AVENUE Final Load Rating Direct Expenses No. Unit Each Reproduction Costs Cost Copies 2000 pages @ $0.06 /page $ 120.00 Reports 10 reports @ $15 /report $ 150.00 Plans 12 sets @ $2 /set $ 24.00 Parking 0 @ $B $ - MaiVDellveries /Fed 20@ $20 $ 400.00 Mileage 200 miles @ $0.575 /mile $ 115.00 Subtotal 809 Exhibit E Subconsultant Cost Computations 6'10'4 it Washington State VA/ Department of Transportation Lynn Peterson Secretary of Transportation ,»r July 2, 2015 TranTech Engineering, LLC 12011 NE 1s` Street, Suite 305 Bellevue, WA 98005 Subject: Acceptance FYE_2014 ICR - Negotiated Dear Mr. Khashayar Nikzad: Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 08504 -7300 360-7054000 1Th 1- 800 -833 -6388 www.wsdotwa.gov We have negotiated and accepted your firms FYE 2014 Indirect Cost Rate (ICR) of 12106 %. This ICR acceptance is in accordance with 23 CFR 172.7 and must be updated on an annual basis. This rate will be applicable for: ❑ WSDOT Agreements ® Local Agency Contracts in Washington State only Costs billed to agreements /contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705 -7104 or via email consultantrates@wsdot.wa.gov. Regards; ERIK K. JONSON Manager, Consultant Services Office EKJ:kal 'Acceptance ICR Negotiated City of Tukwila Major Maintenance of Three Bridges Historical Research Associates, Inc. FRANK ZEPP $ 3,953 BEACON AVENUE $ 3,425 GRADY WAY $ 3,100 TOTAL 3 BRIDGES $ 10,478 LEGEND `DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 138 TOTAL STAFF HOURS 140 DIRECT EXPENSES 187 PROJECT MANAGEMENT PERCENTAGE 5.71% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit E Subconsultant Cost Computations HRA DIRECT LABOR $3,772 HRA OVERHEAD $5,407 HRA FEE $1,132 HRA DIRECT EXPENSES $167 HRA TOTAL $10,478 HRA Associates a f. 9 N a` a y 3 T V N N 6 8. 4 1- 4 RA PA SA CSS PA2 PA3 AA PS FT 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 024.18 $23.25 838.02 $34.30 $25.46 028.52 019.00 029.00 021.00 6 6 9 2 2 77 8 6 24 Task�Cci►t JECTI Sheet'3' .uCouni�.5`: Ta ,r: fi 1.•r L {NER�BLE:�t zoo „ C3J €C`_I' f 1GEMM0NT andCC ORDIfigt r 71 MEM s :w wig` x s� kH�2R . ,.:.MAN..G. N.. 1M...., . , . � .. ,.,..+.. ;�,;�._.- .k•"�ls+'a1.. 1.1.9 ap,F;,O�'r.% ':!'t SOFT 2.01.1 FRANK ZEPP 2.01.2 BEACON AVENUE 2.01.3 GRADY WAY a q, "2:02:. u.. - s�S`��G^�:i3N'�IILST'Ah"I,G�O, ON>%• .,.._, ..... _,...._ 2.02.1 FRANK ZEPP Watktaik EIMM 2.02.2 BEACON AVENUE %11..951E0 2.02.3 GRADY WAY $ 2.03.1 FRANK ZEPP Ja:nQ.L'•Y:La.3 w..k.1MST 'Y.,CSQ o;l Schedule $ 2.03.2 BEACON AVENUE Schedule $ 2.03.3 GRADY WAY Schedule :$.71;-73M ONT,it,Y.,.NVO EES PFiO�i, ESSAtlO.R, S0We:,-,a,.: S 104 2.04.1 FRANK ZEPP � �s6 ve Monthly Invoice & Report 2 $ 104 2.04.2 BEACON AVENUE Monthly Invoice & Report 2 $ 104 2.04.3 GRADY WAY Monthly Invoice & Report 2 $ 2.05.1 FRANK ZEPP Manage change $ 2.05.2 BEACON AVENUE Manage change $ 2.05,3 GRADY WAY mI+aQ Manage change $ 2.06 PS&E COVER SHEET 4 a Cover Sheet $ 156 2.07 PROJECTS KICK -OFF MEETING 2 YS�'H�n�u3 66�� 310,0 FR NKIEPI?iBi (15'( E'111 ITEJJ`A0dt ` NV(RQT4tot; 3.01.01 Environmental Permit Coordination Environmental Permits $ 3,665 3.01.02 Archaeological/Cultural (HRA) WARM 2 2 3 1 1 29 1 2 8 $ 3.01.03 Area of Potential Effect (APE) Exhibit tT.1.3 ita Arr', Exhibit 3.02.01 Seismic Analysis -[ .0 4+a ..� fig.. � _...4:1 wom Seismic Report $ 3.02.02 Geotechnical Seismic Variables Geo Seismic Report City of Tukwila Major Maintenance of Three Bridges Historical Research Associates, Inc. FRANK ZEPP $ 3,953 BEACON AVENUE $ 3,425 GRADY WAY $ 3,100 TOTAL 3 BRIDGES $ 10,478 LEGEND PROJECT SUMMARIES TOTAL SHEET COUNT DATA ENTRY OKAY COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES 76 $ 138 140 167 PROJECT MANAGEMENT PERCENTAGE 5.71% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS HRA DIRECT LABOR $3,772 HRA OVERHEAD $5,407 HRA FEE $1,132 HRA DIRECT EXPENSES $167 HRA TOTAL $10,478 HRA Associates A c 8 N 0 x m oaf U es rs LL RA PA SA CSS PA2 PA3 AA PS FT 30.00% 30.00% 30.0091 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% $24.16 823.26 038.02 $34.30 $26.46 $26.52 819.00 $29.00 $21.00 6 6 9 2 2 77 8 6 24 Task'Cost :WB; • PROJECT^TA sn.ec: Counti.,-. 7ask'Wours DELIVERABLE $ 3.02.03 Load Rating (Draft) Draft Load Rating 3.03.01.1 General Notes 1 •u Plan Sheet $ 3.03.01.2 Bridge Layout 1 Plan Sheet $ 3.03.01.3 Construction Sequencing 1 Plan Sheet 3.03.01.4 Bridge Cross Section 1 Plan Sheet $ 3.03.01.5 Temporary Erosion and Sediment Control (TESC) 1 Plan Sheet $ 3.03.01.6 Drainage Plans / Profiles 2 Plan Sheet 3.03.01.7 Utility Relocation/ Coordination 1 Plan Sheet `N1Aih1Y (}dNG vis7#?APgiOs tjAp Vi1.; NsV _.. r, ,; 4; $ 3.03.02.1 Traffic Control 5 AMU Plan Sheet 3.03.02.2 Detour Routes 1 Plan Sheet 3.03.02.3 Pedestrian Access 1 Plan Sheet $ OTS $ 3.03.03.1 Concrete Defect Map Layout & Repair 3.03.03.2 Overlay Limits / Sequence $ 3.03.03.3 Expansion Joint Replacement $ 3.03.03.4 Expansion Joint Steel Finger Construction $ 3.03.03.5 Expansion Joint Compression Seal Replacement $ 3.03.03.6 Approach Demolition 3.03.03.7 Approach Improvements $ 3.03.03.8 Striping Plans PAW1 Alfi U±NS "; 3.03.04.1 Defect Map Layout - Girders $ 3.03.04.2 Defect Map Layout- Rail 3.03.04.3 2 1 1 1 1 1 2 1 1 Temporary Platform & Containment tEl$J!111� fSETA�4SgPLi�IS.,� ;;' 1 r't Plan Sheet Plan Sheet Plan Sheet Plan Sheet Plan Sheet Plan Sheet •i Plan Sheet Plan Sheet Plan Sheet Plan Sheet Plan Sheet 3.03.05.1 3.03.05.2 3.03.05.3 3.04 Seismic Restraints Bearing Replacement Jacking Plan SPECIFICATIONS 2 2 1 Plan Sheet Plan Sheet Plan Sheet Special Provisions City of Tukwila Major Maintenance of Three Bridges Historical Research Associates, Inc. FRANK ZEPP $ 3,953 BEACON AVENUE $ 3,425 GRADY WAY $ 3,100 TOTAL 3 BRIDGES $ 10,478 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 138 TOTAL STAFF HOURS 140 DIRECT EXPENSES 187 PROJECT MANAGEMENT PERCENTAGE 5.71% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS HRA DIRECT LABOR $3,772 HRA OVERHEAD $5,407 HRA FEE $1,132 HRA DIRECT EXPENSES 5167 HRA TOTAL $10,478 HRA Associates a 0 e5 a N 4' N as a o G a Up, e 0 a a LL RA PA SA C S S PA2 PA3 AA PS FT 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 024.15 623.20 538.02 034.30 025.46 528.52 515.05 029.00 821.00 6 6 9 2 2 77 8 6 24 TasteCost Oil Ean. teet'w, ounl3k Task Roma LIVERABEE ...xs 3.05 CONSTRUCTION COST ESTIMATE $ 3.06 QUALITY ASSURANCE / QUALITY CONTROL Cost Estimate 3.07 PROJECT MEETINGS & SITE VISITS �3rt`}7fi. 3gOO J :VENUE: R Q(3E,MAIN1f 1 -#4. t9id.n ", ' 311,97 L 1 4.01.01 KOV(ROfJf Environmental Permit Coordination $ 3,197 4.01.02 Archaeological/Cultural (HRA) z. Environmental Permits iitalkag .‘"g6:0 i.5 to ,23 f rt;l, te1 2 2 3 1 1 23 1 2 8 4.01.03 Area of Potential Effect (APE) Exhibit Exhibit .$ -:;fmss Rif nzTo_ ::. ar°r ^tTi` &V? i}g`b11 g $ 4.02.01 Structural Analysis on New Superstructure (VE) $ 4.02.02 Geotechnical Services in abutment area VE assessment (OPTIONAL) 5 4.02.03 Load Rating (Draft) Draft Load Rating $. )0,. :4ii31 w °e Tre -e49110 1rr0xxz `bE FIERNIRLAN5 '^ -MT `J $ 4.03.01.1 General Notes 1 Plan Sheet 4.03.01.2 Bridge Layout 1 Plan Sheet 4.03.01.3 Construction Sequencing 2 Plan Sheet 4.03.01.4 Bridge Cross Section 1 Plan Sheet $ 4.03.01.5 Temporary Erosion and Sediment Control (TESC) 1 :arra Plan Sheet $ 4.03.01.6 Drainage Plans 1 .tea, Plan Sheet YAM r of; EtVWOE liftAFfG" NiOT'PiAN$s smon s41,�0*!y . 17,5W3AR 4.03.02.1 Traffic Control 2 Plan Sheet 5 4.03.02.2 Detour Routes 1 Plan Sheet $ 4.03.02.3 Pedestrian Access 1 Plan Sheet 14:03 {03 ; .3...,: - - anti- �r. 74, �Jhv; QEG1K '.f?�P,.LACi�M1AENTI,G?I.ANS,� r'ra;.c:f,`.,�.C':kk•.�, 432.1t): g:' 0Sx ''. . '3 MOM WORig • 0 4.03.03.1 Demolition Plan 2 Plan Sheet 4.03.03.2 Deck Replacement Details 2 Mang Plan Sheet $ 4.03.03.3 Expansion Joint Installation 2 Plan Sheet $ 4.03.03.4 Approach Roadway Settlement / Backwall Repair details 3 Plan Sheet $ 4.03.03.5 Rail and Curb Installation Details (Steel Tube) 2 Plan Sheet vey. 14y 'f a "."J4tiD.}ti.l �r:�= nCgz>rFa,� r� City of Tukwila Major Maintenance of Three Bridges Historical Research Associates, Inc. FRANK ZEPP $ 3,953 BEACON AVENUE $ 3,425 GRADY WAY $ 3,100 TOTAL 3 BRIDGES $ 10,478 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 138 TOTAL STAFF HOURS 140 DIRECT EXPENSES 167 PROJECT MANAGEMENT PERCENTAGE 5.71% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS HRA DIRECT LABOR $3,772 HRA OVERHEAD $5,407 HRA FEE $1,132 HRA DIRECT EXPENSES $167 HRA TOTAL $10,478 HRA Associates K o - a < a N 0 E ,g o 8 V N N E Q � gin 0. N LL RA PA SA CSS PA2 PA3 AA PS FT 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% $24.18 $23.25 538.02 834.30 025.46 025.52 019.00 $29.00 021.00 6 6 9 2 2 77 8 6 24 Task Cost WBS: MEc TASK Sheet: TaskHours DELIVERAB 4.03.04.1 Defect Map / Paint Prep Layout 5 Plan Sheet $ 4.04 SPECIFICATIONS $ 4.05 CONSTRUCTION COST ESTIMATE Special Provisions Cost Estimate 4.06 QUALITY ASSURANCE / QUALITY CONTROL 4.07 PROJECT MEETINGS & SITE VISITS I2� 50 FF�1VlRONAAENTA 5.01.01 Environmental Permit Coordination Environmental Permits $ 2,982 5.01.02 Archaeological/Cultural (HRA) 2 2 3 23 2 8 5.01.03 Area of Potential Effect (APE) Exhibit Exhibit noon $ 5.02.01 Seismic Analysis Seismic Report 5.02.02 Geotechnical Seismic Variables Geo Seismic Report ;PLAN, PREPAftkai0 5.03.01.1 General Notes Plan Sheet $ 5.03.01.2 Bridge Layout 2 Plan Sheet $ 5.03.01.3 Construction Sequencing Plan Sheet 5.03.01.4 Bridge Cross Section Plan Sheet $ 5.03.01.5 Temporary Erosion and Sediment Control (TESC) Plan Sheet 1.41M i ca, IEYAI•FVNIO7 FLAN$ $ 5.03.02.1 Traffic Control Plan Sheet 5.03.02.2 Pedestrian Access Plan Sheet 8618A 0 DEIAII ITANS , : 5.03.03.1 Seismic Restraints 3 Plan Sheet $ 5.03.03.2 Shear Key Repair details Plan Sheet 5.04 SPECIFICATIONS 6.05 CONSTRUCTION COST ESTIMATE $ 6.06 QUALITY ASSURANCE / QUALITY CONTROL $ 6.07 PROJECT MEETINGS & SITE VISITS ASSEMELY &,REvfBW 10/490/di004/4)AD City of Tukwila Major Maintenance of Three Bridges Historical Research Associates, Inc. FRANK ZEPP $ 3,953 BEACON AVENUE $ 3,425 GRADY WAY $ 3,100 TOTAL 3 BRIDGES $ 10,478 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 138 TOTAL STAFF HOURS 140 DIRECT EXPENSES 167 PROJECT MANAGEMENT PERCENTAGE 5.71% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS HRA DIRECT LABOR $3,772 HRA OVERHEAD $5,407 HRA FEE $1,132 HRA DIRECT EXPENSES $167 HRA TOTAL $10,478 HRA Associates 4 0 q a 4 4` 41 3 6 y mq O li U h h 44 4 C 6 4 p b G 5 LL RA PA SA CSS PA2 PA3 AA PS FT 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.331'. 143.33% 143,33% 824.18 023.25 838.02 834.30 925.46 828.52 019.00 829.00 921.00 6 6 9 2 2 77 8 6 24 Task-Cost ROJE TASIt, Sfreet ,;Count'.... ITask Hburs .DELIVERABL 6.01 FRANKZEPP 6.02 BEACON AVENUE 6.03 GRADY WAY bOI g tikakiRifiG 13jb,P 'I $ 7.01 FRANKZEPP .g4 RFI 7.02 BEACON AVENUE RFI 7.03 GRADY WAY RFI 810 db -iibt 151017` - 0-011EMettWTICINA $ 8.01 FRANKZEPP MAMA CM and CE services 8.02 BEACON AVENUE $ 8.03 GRADY WAY CM and CE services CM and CE services POST gCONSTi24 IKI. LOAD,MTI(4G j0.71_ $ 9.01 FRANK ZEPP Final Load Rating $ 9.02 BEACON AVENUE Final Load Rating Direct Expenses Reproduction Costs No. Unit Each Cost Copies 200 pages @ $0.06 /page S 12.00 Reports 0 reports @ $15 /report $ - Plans 0 sets @ $2 /set $ - Parking 5 @ $8 $ 40.00 Mail /Deliveries /Fed Ex 0 © $20 $ - Mileage 200 miles @ $0.575 /mile $ 115.00 Subtotal 167 Exhibit E Subconsultant Cost Computations TWashingtOn State Department of Wansportation Lynn Peterson Secretary of Transportation June 24, 2015 Historical Research Associates, Inc. PO Box 7086 Missoula, MT 59804 Subject: Acceptance FYE 2014 ICR — Cognizant Review Dear Ms. Reidun L. Johnston: Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504 -7300 360 - 705 -7000 TTY 1- 800 - 833 -6388 www.wsdotwa.gov We have accepted your firms FYE 2014 Indirect Cost Rate (ICR) of 143.33% based on the "Cognizant Review" from the Montana Department of Transportation. Your ICR acceptance is in accordance with 23 CFR 172.7 and must be updated on an annual basis. This rate will be applicable for: • WSDOT Agreements ® Local Agency Contracts in Washington State only Costs billed to agreements /contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705 -7104 or via email consultantrates@a,wsdot.wa.gov. Regards; Manager, Consultant Services Office EKJ:kal Acceptance ICR Cognizant Review Certification of Final Indirect Costs Firm Name: Historical Research Associates, Inc. Indirect Cost Rate Proposal:.143.3351, Date of Proposal Preparation (mm/dd /yyyy}: 06/24/2015 Fiscal Period Covered (mm /ddtyyyy to mm /ddfyyyy): 01/01/2014- 12/31/2014 I, the undersigned, certify that 1 have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above end to the best of my knowledge and belief: 1.) All costs included in this proposal to establish final indirect cost rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of title 48, Code of Federal Regulations (CFR), part 31, 2.) This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31. All known material transactions or events that have occurred affecting the fines ownership, organization and indirect cost rates have been disclosed. Signatur Name of Certifying Official" (Pri : Reldun L Johnston Title: Controller /CFO Date of Certification (mmidd /yyyy): 06/24/2015 '`The "Certifying Official" must be an individual executive or financial officer of the firm at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has the authority to represent the financial Information utilized to establish the indirect cost rate for use under Agency contracts. Ref. FHWA Directive 4470.1A available on line at http ://www.fhwa. dot. aov/1eosreos /directives /orders /44701 a.htm O/H Certification: Nov 2010 Historical Research Associates, Inc. Schedule of Direct Labor, Fringe and Overhead Rates for Federal and State Clients For the Year Ended December 31, 2014 Total Disallowed Net %Direct Destoiption Reported Cost FAR Reference Allowable Labor Direct Labor S 2.425.597 S 2.425,597 100.00% Fringe Benefits Payroll Trues S 369,300 (19,553) (1) FAR 31201- 6(c)(2) 5 349,747 Group Insurance 364,295 364,295 Workers' Compensation Insurance 37.850 37,850 Retirement 167.374 (5,228) (2) FAR 31.201- 6(e)(2) 162.146 lineation, Holiday and Sick Pay 296,905 296,905 Other Employee Benefits 44,326 (44,326) (3) FAR 31.2014(c) & 31.205 -14 Bonuses 396.111 396,111 Total Fringe Benefits 1,676,161 (69,107) 1,607,054 66125% General Overhead Indirect Labor 1,043,922 (174.269) (4) FAR 3l 201- 6(c)(2) 869,653 Legal & Accounting 17.750 (4,363) (5) FAR 31.201-4 13,387 Supplies 63,207 63,207 Computer - Training and Maintenance 90,266 90,266 Repairs & Maintenance 14,459 14,459 Reproduction 155 155 Dues & Subscriptions 3,761 3,761 Travel 42,101 42,101 Shipping & Postage 14,202 14,202 Rent 471,285 471,285 Depreciation 46,110 46,110 Temps/Consultants 24,555 24,555 Insurance 49,622 (9,818) (6) FAR 31.205- 19(c)(2)(v) 39,804 Professional Development/Training 40.216 40,216 Telephone 45,134 45,134 Internet 13,893 13,893 Recruitment costs 1,533 1,533 Proposal costs 9,070 9,070 Board of Directors Meetings 12.000 12,000 Charitable Contributions 500 (500) (7) FAR 31205 -8 & 31.205-13(b) - Markcting Costs 105,096 (105,096) (8) FAR 31.205-1 - Interest 37,642 (37,642) (9) FAR 31.205-20 - Bank Chargcs 590 590 Settlement Expenses 76,628 (76,628) (10) FAR 31.205.47 - Property & Revenue Taxes 54,272 54,272 Total General Overhead 2,277,969 (408,316) 1,869,653 77.08% Total indirect Costs S 3,954,130 S (477,423) The accompanying notes arc an integral part of this schedule. 3 5 3,476,707 143.33% Historical Research Associates, Inc. Criteria Description for FAR References For the Year Ended December 31, 2014 (1) 31201- 6(e)(2) Marketing labor and related payroll tax expenses are disallowed. (2) - 31.201- 6(e)(2) Marketing labor and related retirement benefits are disallowed. (3) 3L201 -4(c) Cost of employee parking is not considered necessary to the overall operations of the business. A direct relationship to any particular cost objective cannot be shown. 31.205 -14 Travel, meals, and entertainment as part of public relations, employee relations, or company celebrations are disallowed. (4) 31.201- 6(e)(2) Marketing labor associated with unallowable activities is disallowed. (5) 31.201 -4 Income tax preparation fees are considered personal expenses of the shareholders and are disallowed. (6) 31.205- 19(e)(2)(v) Officer's life insurance is disallowed. (7) 31.205 -8 & 31.205 -13(b) Contributions and gifts are disallowed. (8) 31.205 -1 Advertising and marketing costs to promote general services are disallowed. (9) 31.205 -20 Costs of financing and interest on borrowings are disallowed. (10) 31.205 -47 Certain legal costs are not allowed. 4 L� City of Tukwila Major Maintenance of Three Bridges PANGEO's COST FRANK ZEPP $ 8,612 BEACON AVENUE $ 4,918 GRADY WAY $ 3,096 TOTAL 3 BRIDGES $ 16,627 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 219 TOTAL STAFF HOURS 142 DIRECT EXPENSES 229 PROJECT MANAGEMENT PERCENTAGE 5.63% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit E Subconsultant Cost Computations PANGEO DIRECT LABOR $6,392 PANGEO OVERHEAD $8,089 PANGEO FEE $1,918 PANGEO DIRECT EXPENSES $229 PANGEO TOTAL COSTS $16.627 GEOTECHNICAL a5 aU ui D C n' c ( � W dm 6 c N W ec i 6 d �o c 0 ao E PGE GPM SGE SEG SPE PE PG Adman 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 126.55% 126.55% 126.66% 126.56% 126.56% 126.66% 126.55% 126.55% $72.15 562.05 550.75 840.39 545.20 538.45 536.05 528.55 4 32 14 12 0 64 0 16 Task:* �'aekHdtils I L DELIVERi1BLEi '+ Y c.bN�.':Jxt O � ` Ea •`f`Al1AN%�G��N'itl�bC�RQIN;4Tl0 -.r*T, [,>- ?ROJrG`, 1'' 1�' A[ �AGaigNi ;fih.',.•....�.- `'�sf_ts�,.��:.. y3iY>��.eh?ro= pry- VigIONIV %`. fi Vin;: Xiy:116 uz p viii v NOMA oft 2.01.1 FRANK ZEPP 2.01.2 BEACON AVENUE 2.01.3 GRADY WAY Aam :, Ra/M%1=' ittrtfEON44JLTANT°6 b §Di1AT,f60 ;.ni .- } . ^ s•r Rae 2.02.1 FRANK ZEPP 2.02.2 BEACON AVENUE $ 2.02.3 GRADY WAY ; :,(ii, '- �"*;.:,;:• =° ` DE•%Ektiffp..I20JEra96:HEDUI:rI '`f4Mt..i3;14,e.,_g AVIMP n 2.03.1 FRANK ZEPP fib= <:• Schedule 2.03.2 BEACON AVENUE Schedule $ 2.03.3 GRADY WAY Schedule 21.0,,:+'WaiTi ; ,. ,g,far YJNVofGtwRQGRESS itiforT;twa- a W M010.11T.',1 iw $ 148 2.04.1 FRANK ZEPP Monthly Invoice & Report 2 $ 148 2.04.2 BEACON AVENUE $ 148 2.04.3 GRADY WAY _taT'simem Ntgitra Monthly Invoice & Report 2 ,y�,x,,r_••�•. _ — cs�,..<<x,�;rm...;, = a-z:�z:x �rzvn,:, -e•. GE, f�A�IAGErME�1T� ,t4;�,.5:=t.,;,.,t�. t. s�1< ....�ti. �.��..��•,. ittOM Monthly Invoice & Report ZOIM 2 WORgiA $ 2.05.1 FRANK ZEPP Manage change FROM, $ 2.05.2 BEACON AVENUE Manage change 2.05.3 GRADY WAY Manage change 2.06 PS &E COVER SHEET 4 Cover Sheet $ 318 2.07 PROJECTS KICK -OFF MEETING BRATA 2 >$ 81fi27i00�'`� a , %1, . ^uxo m rkVi l T RIAGE M%1N't NF uIRt7,hIHMENTAlga, 'ey`7''� MIOra WAWA 3.01.01 Environmental Permit Coordination 'at 'a,yfi'�3i;0 :71ca,, IRSAISIV Environmental Permits $ 3.01.02 Archaeological /Cultural (HRA) 1y;ert'i' $ 3.01.03 Area of Potential Effect (APE) Exhibit AlEiR Exhibit 8.810; 1=UFfA17ANAL ..ai ccY > ?36:- NJ 30 3.02.01 Seismic Analysis =0ageF Seismic Report 8,152 3.02.02 Geotechnical Seismic Variables w?w-:72M Geo Seismic Report 2 12 6 12 36 4 City of Tukwila Major Maintenance of Three Bridges PANGEO's COST FRANKZEPP $ 8,612 BEACON AVENUE $ 4,918 GRADY WAY $ 3,096 TOTAL 3 BRIDGES $ 16,627 LEGEND ROL41'UPs; ir..,. DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 219 TOTAL STAFF HOURS 142 DIRECT EXPENSES 229 PROJECT MANAGEMENT PERCENTAGE 5.63% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS PANGEO DIRECT LABOR $6,392 PANGEO OVERHEAD $8,089 PANGEO FEE $1,918 PANGEO DIRECT EXPENSES $229 PANGEO TOTAL COSTS $16,627 GEOTECHNICAL a0 6 L C 0 O m � f t O_ `E � w N a` d C y w t E w 5 PGE GPM SGE SEG SPE PE PG Admln 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 126.55% 128.55% 126.55% 126.55% 126.53% 126.55% 126.55% 126.55% 872.15 86205 050.75 540.39 545.20 938.45 536.05 528.56 4 32 14 12 0 64 0 16 Task'Cost: PROJECT:TA Sheet Task Hou'r's LIVERABLE . :: 3.02.03 Load Rating (Draft) Draft Load Rating :4:41.;001 g3;03 ;01 N PREPARATION ai 1:%44's 3.03.01.1 General Notes 1 Plan Sheet 3.03.01.2 Bridge Layout 1 Plan Sheet 3.03.01.3 Construction Sequencing 1 Plan Sheet 3.03.01.4 Bridge Cross Section 1 Plan Sheet 3.03.01.5 Temporary Erosion and Sediment Control (TESC) 1 Plan Sheet 3.03.01.6 Drainage Plans / Profiles 2 Plan Sheet 3.03.01.7 Utility Relocation/ Coordination 1 Plan Sheet 3'33.02 . . ;1a AINttliO,PN:of TRAFFIC (MOT) „F?L 4 f $ 3.03.02.1 Traffic Control 5 Plan Sheet $ 3.03.02.2 Detour Routes 1 Plan Sheet 3.03.02.3- Pedestrian Access 1 dit Plan Sheet 4 3.03.03.1 Concrete Defect Map Layout & Repair 2 Plan Sheet 3.03.03.2 Overlay Limits / Sequence 1 Plan Sheet $ 3.03.03.3 Expansion Joint Replacement 1 AY. Plan Sheet $ 3.03.03.4 Expansion Joint Steel Finger Construction 1 Plan Sheet 3.03.03.5 Expansion Joint Compression Seal Replacement 1 Plan Sheet $ 3.03.03.6 Approach Demolition 1 Plan Sheet $ 3.03.03.7 Approach Improvements 2 Plan Sheet 3.03.03.8 Striping Plans 1 Plan Sheet 3.03.04.1 Defect Map Layout - Girders 1 Plan Sheet 3.03.04.2 Defect Map Layout - Rail 1 Plan Sheet $ 3.03.04.3 Temporary Platform & Containment 1 Plan Sheet tar' y�. 3.03.05.1 Seismic Restraints 2 Plan Sheet $ 3.03.05.2 Bearing Replacement 2 Plan Sheet 3.03.05.3 Jacking Plan 1 Plan Sheet City of Tukwila Major Maintenance of Three Bridges PANGEO's COST FRANK ZEPP $ 8,612 BEACON AVENUE $ 4,918 GRADY WAY $ 3,096 TOTAL 3 BRIDGES $ 16,627 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 219 TOTAL STAFF HOURS 142 DIRECT EXPENSES 229 PROJECT MANAGEMENT PERCENTAGE 5.63% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS PANGEO DIRECT LABOR $6,392 PANGEO OVERHEAD $8,089 PANGEO FEE $1,918 PANGEO DIRECT EXPENSES $229 PANGEO TOTAL COSTS $16,627 GEOTECHNICAL I I s Z.- PGE GPM SGE SEG SPE PE PG AdmIn 30.00% 30.00• 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 128.55% 128.65% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% 572.15 $62.05 850.75 $40.39 845.20 538.45 536.06 $28.65 4 32 14 12 0 64 0 16 Tarik •Corit s PROJECT TASK Courie: 3.04 SPECIFICATIONS Special Provisions $ 3.05 CONSTRUCTION COST ESTIMATE Metab& Cost Estimate 3.06 QUALITY ASSURANCE / QUALITY CONTROL $ 3.07 PROJECT MEETINGS & SITE VISITS 14W1 040.7 .ftigfifipcav-NWEOW'' IP38 gij;LTF-Inlz7 M.Ng:4:W ;411t1E7-''',7))7 nEW11, FiCIWARKINIA:2Wgq:KaRIMSPIMM kitgaf•-,7 r.$1570.kg Environmental Permits kW *co* 16 T,(77.431Mqi, VIAN Wity.v-R.;4 $ 4.01.01 Environmental Permit Coordination 4.01.02 Archaeological/Cultural (HRA) 4.01.03 Area of Potential Effect (APE) Exhibit M: Exhibit TRUIcTQW444A10gag" $ 4.02.01 Structural Analysis on New Superstructure (VE) 7.:M404-gt4t:f3-8-1-N VE assessment (OPTIONAL) mwa $ 4,560 4.02.02 Geotechnical Services in abutment area 4.02.03 Load Rating (Draft) $1.1N*110g4 WONE.R611 'f.)))4i8:8gAR, J.,2,2FISgi0..sjj;•;;I Draft Load Rating oggsm Plan Sheet 2 8 8 16 4 k'ir5tfff-qt? FTWOW VAO" FnIANa 4.03.01.1 General Notes 1 4.03.01.2 Bridge Layout 1 4.03.01.3 Construction Sequencing 2 OftAM14 Plan Sheet Plan Sheet $ 4.03.01.4 Bridge Cross Section 1 Plan Sheet 4.03.01.5 Temporary Erosion and Sediment Control (TESC) 1 IZICA.F.,:g Plan Sheet $ 4.03.01.6 Drainage Plans 1 WafiraT,ii Plan Sheet 4WiPi%g 101N1WAOWYWNOMOT1A V7WIN 4.03.02.1 Traffic Control 2 4.03.02.2 Detour Routes 1 MAIMURV3M-MMOPA;,--1 E'56: Plan sheet ..eXittIM;, Plan Sheet 4.03.02.3 Pedestrian Access 1 cingli4311XX =MOW WiWte=== tg,T43:1P.Mi Plan Sheet ai,3:8Mirg. Plan Sheet ,sr7qtYPIM 4.03.03.1 Demolition Plan 2 4.03.03.2 Deck Replacement Details 2 SRMA Plan Sheet 4.03.03.3 Expansion Joint Installation 2 TriliWi3Ot5 Plan Sheet 4.03.03.4 Approach Roadway Settlement / Backwall Repair detailf 3 MOATM Plan Sheet 4.03.03.5 Rall and Curb Installation Details (Steel Tube) 2 raitOWA Plan Sheet City of Tukwila Major Maintenance of Three Bridges PANGEO's COST FRANK ZEPP 8,612 BEACON AVENUE $ 4,918 GRADY WAY $ 3,096 TOTAL 3 BRIDGES $ 16,627 LEGEND PROJECT SUMMARIES DATA ENTRY OKAY TOTAL SHEET COUNT 76 COST PER SHEET $ 219 TOTAL STAFF HOURS 142 DIRECT EXPENSES 229 PROJECT MANAGEMENT PERCENTAGE 5.63% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS PANGEO DIRECT LABOR $6,392 PANGEO OVERHEAD $8,089 PANGEO FEE $1,918 PANGEO DIRECT EXPENSES $229 PANGEO TOTAL COSTS $16,627 GEOTECHNICAL k I. 3 .5 I rt I .43.5 0 f PGE GPM SGE SEG SPE PE PG Admln 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 126.55% 126.65% 126,557. 126.55% 126.55% 126.55% 126.55% 126.65% 572.16 562.06 660.76 640.39 545.20 538.45 536.05 925.05 4 32 14 12 0 64 0 16 TaSkoit WBS PROjECT-TASK. Task Pggagg 0 0. felM0.7,0. 4.03.04.1 Defect Map / Paint Prep Layout 5 Plan Sheet 4.04 SPECIFICATIONS 77,76.33nct,= Special Provisions $ 4.05 CONSTRUCTION COST ESTIMATE Cost Estimate 4.06 QUALITY ASSURANCE / QUALITY CONTROL 4.07 PROJECT MEETINGS & SITE VISITS WtA JAB dt 0. 'TeltriV $ --EitAkAk- 0 0 ZglE,Ogail gr.; 5.01.01 Environmental Permit Coordination Environmental Permits $ 5.01.02 Archaeological/Cultural (HRA) 5.01.03 Area of Potential Effect (APE) Exhibit 44:02t$70.4A 16T,P,PATAWAL7ANALY8:19'!..."71'n:::•,:MIVWCM, 41.5iit&tjg MehlOtA 24 Exhibit Vgld_WA 7g7,7:ffirmsc-gm iciga0ViN V;;38ig:',NE $ 5.02.01 Seismic Analysis Seismic Report $ 2,924 5.02.02 Geotechnical Seismic Variables grAditOtn 04040145aYtiLYM 4%124' Z ma#EAV.Vi Geo Seismic Report 10 12 2 MADIslif3 elMAA2ii RAIROMi-74? ,IMR.SACE MT:.61:41;# NO5,04:R; 4041 $ 5.03.01.1 General Notes 1 Plan Sheet 5.03.01.2 Bridge Layout 2 N,M1M Plan Sheet 5.03.01.3 Construction Sequencing 1 6.03.01.4 Bridge Cross Section 1 $ 5.03.01.5 'Clat'jfig4 Temporary Erosion and Sediment Control (TESC) 1 0 Plan Sheet Plan Sheet Plan Sheet Tr,MA'Solokii,s44;;gg 5.03.02.1 Traffic Control 1 AUNY-W Plan Sheet 5.03.02.2 Pedestrian Access 1 Plan Sheet MVia41 5,',7Z0W1 'RT-55:01M 0 5.03.03.1 Seismic Restraints 3 Plan Sheet 5.03.03.2 Shear Key Repair details 1 TWo.,:AR Plan Sheet 5.04 SPECIFICATIONS 5.05 CONSTRUCTION COST ESTIMATE 5.06 QUALITY ASSURANCE / QUALITY CONTROL 5.07 PROJECT MEETINGS & SITE VISITS City of Tukwila Major Maintenance of Three Bridges PANGEO's COST FRANK ZEPP $ 8,612 BEACON AVENUE $ 4,918 GRADY WAY $ 3,096 TOTAL 3 BRIDGES $ 16,627 LEGEND DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 219 TOTAL STAFF HOURS 142 DIRECT EXPENSES 229 PROJECT MANAGEMENT PERCENTAGE 5.63% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS PANGEO DIRECT LABOR $6,392 PANGEO OVERHEAD $8,089 PANGEO FEE $1,918 PANGEO DIRECT EXPENSES $229 PANGEO TOTAL COSTS $16,627 GEOTECHNICAL 8 1 6 g. 1,7 .1 9 4 PGE GPM SGE SEG SPE PE PG Adm in 30,00% 30.00% 30.00% 30.00% 30.00% 30.00°,6 30.00% 30.00% 126.55% 126,55% 126.55% 125.55% 126.55% 126.55% 126.55% 126.55% 572.15 862.05 550.75 540.35 845.20 026.45 836.05 526.86 4 32 14 12 0 64 0 16 Task COit WBS $ Taik Hours 7,,71707M r517.1177 u:77,077-1 Mr• 6.01 FRANK ZEPP $ 6,02 BEACON AVENUE 4g1030A 0- 6.03 GRADY WAY As.01.47-ANtEttgl310.0310..R.E. M2i9eaii $ 7.01 FRANK ZEPP RFI 7.02 BEACON AVENUE RFI 7.03 GRADY WAY RFI ttialliVA011011:tifdtdtititatt0; F.,74•54:tV,-4;7,1 c1;71,j,§%•2,77, 0 8.01 FRANK ZEPP CM and CE services 8.02 BEACON AVENUE CM and CE services $ 8.03 GRADY WAY CM and CE services $ cor (ipt:t.gp VTRUdIfoll-LOA ATING (OPTIONAL) 9.01 FRANK ZEPP Final Load Rating 9.02 BEACON AVENUE Final Load Rating Direct Expenses Reproduction Costs No. Unit Each Cost Copies 0 pages @ $0.06 /page $ - Reports 2 reports @ $15 /report $ 30.00 Plans 9 sets @ $2 /set $ 18.00 Parking 0 @ $8 $ - Mail/Deliveries/Fed Ex 1 @ $20 $ 20.00 Mileage 280 miles @ $0.575 /mile $ 161.00 Subtotal 229 Washington State Mr Department of Transportation Lynn Peterson Secretary of Transportation June 9, 2015 PanGEO, Inc. 3213 Eastlake Avenue E, Suite B Seattle, WA 98102 Subject: Acceptance FYE 2014. ICR - Negotiated Dear Ms. Kristin Kimmerling: Exhibit E Subconsultant Cost Computations Transportation Building 310 Maple Park Avenue SE P.O. Box 47300 Olympia, WA 98504 -7300 360 - 705 -7000 TTY 1- 800 -833 -6388 www.wsdotwa.gov We have negotiated and accepted your firms FYE 2014 Indirect Cost Rate (ICR) of 126.55 %. This ICR acceptance is in accordance with 23 CFR 172.7 and must be updated on an annual basis. This rate will be applicable for El WSDOT Agreements ® Local Agency Contracts in Washington State only Costs billed to agreements /contracts will still be subject to audit of actual costs, based. on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705 -7104 or via . email consultantrates @wsdot.wa.gov. Regards; SO Manager, Consultant Services Office EKJ:rck Acceptance ICR Negotiated Exhibit F Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS "), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non - discrimination: The CONSULTANT, with regard to the work performed during this AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub - consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when this AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub - consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub - contract, including procurement of materials or leases of equipment, each potential sub - consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this AGREEMENT and the REGULATIONS relative to non - discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the AGENCY, the STATE, or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, the STATE, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non - compliance: In the event of the CONSULTANT's non - compliance with the non- discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE, or the FHWA may determine to be appropriate, including, but not limited to: • Withholding of payments to the CONSULTANT under this AGREEMENT until the CONSULTANT complies, and /or; • Cancellation, termination, or suspension of this AGREEMENT, in whole or in part. 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub - consultant or procurement as the STATE, the AGENCY, or FHWA may direct as a means of enforcing such provisions including sanctions for non - compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub - consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY enter into such litigation to protect the interests of the STATE and /or the AGENCY and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Agreement Number: WSDOT Form 140 -089 EF Exhibit F Page 1 of 1 Revised 10/30/2014 Exhibit G Certification Documents Exhibit G- 1 (a) Exhibit G- 1 (b) Exhibit G -2 Certification of Consultant Certification of CAI o f Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions Tu.k w; lam Exhibit G -3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying Exhibit G -4 Certificate of Current Cost or Pricing Data Agreement Number: WSDOT Form 140 -089 EF Exhibit G Page 1 of 1 enizni2n1a Exhibit G -1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of David Evans and Associates, Inc. whose address is 1115 West Bay Drive NW, Suite 301, Olympia WA 98502 and that neither the above firm nor I have: a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this AGREEMENT; b) Agreed, as an express or implied condition for obtaining this contract, to employ or-retain the services of any firm or person in connection with carrying out this AGREEMENT; or c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. David Evans and Associates, Inc. Consultant (Firm Name) • Signature (Apt orized Official of Consultant) V//t, OPC Date 7frAD/J Agreement Number: WSDOT Form 140 -089 EF Exhibit G aoi.icar/ 1A/4A/9/11A Page 1 of 1 Exhibit G -1(b) Certification of City of Tukwila I hereby certify that I am the: B' Senior Program Manager Other of the City of Tukwila , and the City of Tukwila or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: a) Employ or retain, or agree to employ to retain, any firm or person; or b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Signature �. -(5----/5 / Date Agreement Number: WSDOT Form 140 -089 EF Exhibit G Ras/icod 1!1/41)/9/11d Page 1 of 1 Exhibit G -2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State anti -trust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and D. Have not within a three (3) year period preceding this application / proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. David Evans and Associates, Inc. Consultant (Firm Name) Signature (Authori e /Official of Consultant) WQ! (//yam Date 7//tVzioir Agreement Number: WSDOT Form 140 -089 EF Exhibit G Pat/Icnrl 111/111/2 fl 1 Page 1 of 1 Exhibit G -3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, a officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment, or modification of Federal contract, grant, loan or cooperative AGREEMENT. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00, for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier sub - contracts, which exceed $100,000, and that all such sub - recipients shall certify and disclose accordingly. David Evans and Associates, Inc. Consultant (Firm Name) 1. L� Signature (Authorize fficial of Consultant) ✓!�'{� fr(PGi Date 7 /%`F /ofJ Agreement Number: WSDOT Form 140 -089 EF Exhibit G Pauicarl 111/11)/2111.1 Page 1 of 1 Exhibit G -4 Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4) submitted, either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's representative in support of Major Maintenance on Three Bridges * are accurate, complete, and current as of 7 -13 -15 ** This certification includes the cost or pricing data supporting any advance AGREEMENT's and forward pricing rate AGREEMENT's between the offer or and the Government that are part of the proposal. Firm: David Evans and Associates, Inc. Signature Date of Execution * * *: fief till vat a)t t Title *Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project title.) * *Insert the day, month, and year, when price negotiations were concluded and price AGREEMENT was reached. ** *Insert the day, month, and year, of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. Agreement Number: WSDOT Form 140 -089 EF Exhibit G P ,,icnr/ 1Il /2n /9fl1A Page 1 of 1 Exhibit H Liability Insurance increase To Be Used Only If Insurance Requirements Are Increased The professional liability limit of the CONSULTANT to the AGENCY identified in Section XIII, Legal Relations and Insurance of this Agreement is amended to $ The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of $ Such insurance coverage shall be evidenced by one of the following methods: • Certificate of Insurance. • Self - insurance through an irrevocable Letter of Credit from a qualified financial institution. Self- insurance through documentation of a separate fund established exclusively for the payment of professional liability claims, including claim amounts already reserved against the fund, safeguards established for payment from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those funds. Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed $1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit. If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional professional liability insurance required. Notes: Cost of added insurance requirements: $ • Include all costs, fee increase, premiums. • This cost shall not be billed against an FHWA funded project. • For final contracts, include this exhibit. Agreement Number: WSDOT Form 140 -089 EF Exhibit H Revised 10/30/2014 Page 1 of 1 Exhibit I Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and /or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manger and any personnel (including sub - consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: • It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. • It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Agreement Number: WSDOT Form 140 -089 EF Exhibit I Page 1 of 2 Revised 10/30/2014 Step 5 Forward Documents to Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. • If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. • If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Agreement Number: WSDOT Form 140 -089 EF Exhibit 1 Page 2 of 2 Revised 10/30/2014 Exhibit J Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and /or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Agreement Number: WSDOT Form 140 -089 EF Exhibit J Revised 10/30/2014 Page 1 of 2 Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; • Explanation regarding those areas in which the Agency does /does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s): Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and /or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. Agreement Number: WSDOT Form 140 -089 EF Exhibit J Revised 10/30/2014 Page 2 of 2