HomeMy WebLinkAbout17-166 - Berger ABAM - Strander Boulevard Phase 3 DesignA►
Washington State
Department of Transportation
17-166(a)
Council Approval N/A
Supplemental Agreement
Organization and Address
Number I
BergerABAM Inc.
33301 Ninth Avenue S., Suite 300
Original Agreement Number
Federal Way, WA 98003
17-166
J
Phone: 206-431-2300
Project Number
Execution Date
Completion Date
98610403
9/20/2017
12/31/2020
Project Title
New Maximum Amount Payable
Strander Boulevard/Southwest 27th Street Extension
$4,147,328.00 (no change)
Description of Work
Supplement No. I is a no -cost supplement to add WSP as a subconsultant on this contract. Attached to this supplement is WSP's
ANTE table and WSDOT ICR letter.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with BergerABAM Inc.
and executed on 9/20/2017 and identified as Agreement No. 17-166
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
No change.
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
III
Section V, PAYMENT, shall be amended as follows:
No change.
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: BergerABAM Inc.
Oot ignatuie
DOT Form 140-063
Revised 09/2005
By: City of Tuk 'la
A Ilan e-K�, Approving A ature
m�iv+ G
Date
6 /A44_S
AM
Washington State
Department of Transportation
June 25, 2018
WSP USA
One Penn Plaza
250 West 34th Street
New York, NY 10119
Subject: Acceptance FYE 2017 ICR — CPA Report
Dear Mr. Christopher Kidd:
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
We have accepted your firms FYE 2017 Indirect Cost Rate (ICR) for WSP USA Inc.
as follows:
Home Office: 140.48% of direct labor (rate includes 0.55% FCCM)
Field Office: 109.18% of direct labor (rate includes 0.29% FCCM)
This acceptance is based on the "Independent CPA Report," prepared by Deloitte &
Touche, LLP. This rate will be applicable for WSDOT Agreements and Local Agency
Contracts in Washington only. This rate may be subject to additional review if
considered necessary by WSDOT. Your ICR must be updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with the firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via
email consultantratesAwsdot.wa.gov.
Regards;
ERIK K. JONSON
Manager, Consultant Services Office
EKJ:rck
Acceptance ICR CPA Report
ACTUALS NOT TO EXCEED TABLE (ANTE) - GSO RATES
WSP USA Inc.
999 3rd Avenue, Suite 3200
Strander Boulevard/Southwest 27th Extension Seattle, WA 98104
BILLING CLERK I
A-04
Direct
GSO
Fixed
All Inclusive
HUMAN RESOURCES ASST I
Alphanumeric
Labor
Overhead
Fee
Hourly Billing
Job Classification / Title
Grade
Rate
NTE
NTE**
Rate
RECEPTIONIST II
A-04
NTE*
140.48%
30.0%
NTE
BILLING CLERK I
A-04
$21.57
J3U33
;1D.40
HUMAN RESOURCES ASST I
A-04
$21.59
$30.33
$6.48
$58.40
JR ACCOUNTING CLERK
A-04
$21.59
$30.33
$6.48
$58.40
RECEPTIONIST II
A-04
$21.59
$30.33
$6.48
$58.40
SR CLERK
A-04
$21.59
$30.33
$6.48
$58.40
WORD PROCESSING OPERATOR I
A-04
$21.59
$30.33
$6.48
$58.40
ACCOUNTING CLERK I
A-05
$24.71
$34.71
$7.41
$66.83
ADMIN ASST I
A-05
$24.71
$34.71
$7.41
$66.83
BILLING CLERK II
A-05
$24.71
$34.71
$7.41
$66.83
HUMAN RESOURCES ASST II
A-05
$24.71
$34.71
$7.41
$66.83
OFFICE ASST I
A-05
$24.71
$34.71
$7.41
$66.83
PAYROLL ASST I
A-05
$24.71
$34.71
$7.41
$66.83
SECRETARY I
A-05
$24.71
$34.71
$7.41
$66.83
WORD PROCESSING OPERTOR II
A-05
$24.71
$34.71
$7.41
$66.83
ACCOUNTING CLERK II
A-06
$30.91
$43.42
$9.27
$83.60
ADMIN ASST II
A-06
$30.91
$43.42
$9.27
$83.60
ADMIN SUPV I
A-06
$30.91
$43.42
$9.27
$83.60
ASST INFORMATION COORDINATOR
A-06
$30.91
$43.42
$9.27
$83.60
ASST PROJECT ADMIN
A-06
$30.91
$43.42
$9.27
$83.60
BILLER I
A-06
$30.91
$43.42
$9.27
$83.60
BILLING CLERK III
A-06
$30.91
$43.42
$9.27
$83.60
HUMAN RESOURCES ASST III
A-06
$30.91
$43.42
$9.27
$83.60
MARKETING ASSISTANT I
A-06
$30.91
$43.42
$9.27
$83.60
OFFICE ASST II
A-06
$30.91
$43.42
$9.27
$83.60
PAYROLL ASST II
A-06
$30.91
$43.42
$9.27
$83.60
SECRETARY II
A-06
$30.91
$43.42
$9.27
$83.60
SR WORD PROCESSING OPERATOR
A-06
$30.91
$43.42
$9.27
$83.60
ADMIN SUPV II
A-07
$40.98
$57.57
$12.29
$110.84
BILLER II
A-07
$40.98
$57.57
$12.29
$110.84
HUMAN RESOURCES ASST IV
A-07
$40.98
$57.57
$12.29
$110.84
INFORMATION COORDINATOR I
A-07
$40.98
$57.57
$12.29
$110.84
MARKETING ASSISTANT II
A-07
$40.98
$57.57
$12.29
$110.84
MKT COORDINATOR
A-07
$40.98
$57.57
$12.29
$110.84
PAYROLLASST III
A-07
$40.98
$57.57
$12.29
$110.84
PROJECT ADMIN I
A-07
$40.98
$57.57
$12.29
$110.84
PROPOSAL COORDINATOR I
A-07
$40.98
$57.57
$12.29
$110.84
SR ACCOUNTING CLERK
A-07
$40.98
$57.57
$12.29
$110.84
SR ADMIN ASST
A-07
$40.98
$57.57
$12.29
$110.84
SR OFFICE ASST
A-07
$40.98
$57.57
$12.29
$110.84
SR SECRETARY
A-07
$40.98
$57.57
$12.29
$110.84
ADMIN SUPV III
A-08
$50.09
$70.37
$15.03
$135.49
EXEC ASST I
A-08
$50.09
$70.37
$15.03
$135.49
EXEC SECRETARY
A-08
$50.09
$70.37
$15.03
$135.49
HUMAN RESOURCES COORDINATOR
A-08
$50.09
$70.37
$15.03
$135.49
INFORMATION COORDINATOR II
A-08
$50.09
$70.37
$15.03
$135.49
MARKETING ASSISTANT III
A-08
$50.09
$70.37
$15.03
$135.49
MKT COORDINATOR II
A-08
$50.09
$70.37
$15.03
$135.49
PROJECT ADMIN II
A-08
$50.09
$70.37
$15.03
$135.49
PROPOSAL COORDINATOR II
A-08
$50.09
$70.37
$15.03
$135.49
SR BILLER
A-08
$50.09
$70.37
$15.03
$135.49
SR PAYROLL ASST
A-08
$50.09
$70.37
$15.03
$135.49
EXEC ASST II
A-09
$59.69
$83.85
$17.91
$161.45
ACCOUNTANT I
P-06
$30.91
$43.42
$9.27
$83.60
EDITOR I
P-06
$30.91
$43.42
$9.27
$83.60
FINANCIAL PLANNER/ANALYST 1
P-06
$30.91
$43.42
$9.27
$83.60
TECHNICAL SPECIALIST IN TRAINING
P-06
$30.91
$43.42
$9.27
$83.60
ACCOUNTANT II
P-07
$40.98
$57.57
$12.29
$110.84
ADMIN MGR I
P-07
$40.98
$57.57
$12.29
$110.84
ASSOCIATE CONSULTANT I
P-07
$40.98
$57.57
$12.29
$110.84
ASST APPLICATIONS DEVELOPER
P-07
$40.98
$57.57
$12.29
$110.84
ASSTARCHITECT
P-07
$40.98
$57.57
$12.29
$110.84
ASSTAUDITOR
P-07
$40.98
$57.57
$12.29
$110.84
ASST CADD APPLICATIONS DEVELOPER
P-07
$40.98
$57.57
$12.29
$110.84
ASST COMMISSIONING AGENT
P-07
$40.98
$57.57
$12.29
$110.84
ASST COMPUTER SYSTEMS COOR
P-07
$40.98
$57.57
$12.29
$110.84
ASST CONSTRUCTION ENGINEER
P-07
$40.98
$57.57
$12.29
$110.84
ACTUALS NOT TO EXCEED TABLE (ANTE) - GSO RATES
WSP USA Inc.
999 3rd Avenue, Suite 3200
Strander Boulevard/Southwest 27th Extension Seattle, WA 98104
ASST ENGINEER
P-07
Direct
GSO
Fixed
All inclusive
ASST ENVIRONMENTAL ENGINEER
Alphanumeric
Labor
Overhead
Fee
Hourly Billing
Job Classification / Title
Grade
Rate
NTE
NTE**
Rate
ASST GEOLOGIST
P-07
NTE*
140.48%
30.0%
NTE
ASST ENGINEER
P-07
$40.98
$5/.5/
:�1LL7
,111V.O4
ASST ENVIRONMENTAL ENGINEER
P-07
$40.98
$57.57
$12.29
$110.84
ASST ENVIRONMENTAL SCIENTIST
P-07
$40.98
$57.57
$12.29
$110.84
ASST GEOLOGIST
P-07
$40.98
$57.57
$12.29
$110.84
ASST INTERIOR DESIGNER
P-07
$40.98
$57.57
$12.29
$110.84
ASST NETWORK ADMINISTRATOR
P-07
$40.98
$57.57
$12.29
$110.84
ASST OFFICE ENGINEER
P-07
$40.98
$57.57
$12.29
$110.84
ASST PLANNER
P-07
$40.98
$57.57
$12.29
$110.84
ASST TECHNICAL SPECIALIST
P-07
$40.98
$57.57
$12.29
$110.84
ASST TELECOMMUNICATIONS ANALYST
P-07
$40.98
$57.57
$12.29
$110.84
EDITOR II
P-07
$40.98
$57.57
$12.29
$110.84
FINANCIAL PLANNER/ANALYST II
P-07
$40.98
$57.57
$12.29
$110.84
ACCOUNTANT III
P-08
$50.09
$70.37
$15.03
$135.49
ACCOUNTING SUPV I
P-08
$50.09
$70.37
$15.03
$135.49
ADMIN MGR II
P-08
$50.09
$70.37
$15.03
$135.49
APPLICATIONS DEVELOPER 1
P-08
$50.09
$70.37
$15.03
$135.49
ARCHITECT 1
P-08
$50.09
$70.37
$15.03
$135.49
ASSOCIATE CONSULTANT II
P-08
$50.09
$70.37
$15.03
$135.49
AUDITOR I
P-08
$50.09
$70.37
$15.03
$135.49
CADD APPLICATIONS DEVELOPER 1
P-08
$50.09
$70.37
$15.03
$135.49
COMMISSIONING AGENT I
P-08
$50.09
$70.37
$15.03
$135.49
COMPUTER GRAPHICS SPECIALIST III
P-08
$50.09
$70.37
$15.03
$135.49
COMPUTER SYSTEMS COORDINATOR 1
P-08
$50.09
$70.37
$15.03
$135.49
CONSTRUCTION ENGINEER 1
P-08
$50.09
$70.37
$15.03
$135.49
CONTRACT ADMIN 1
P-08
$50.09
$70.37
$15.03
$135.49
DOCUMENT CONTROL COORDINATOR I
P-08
$50.09
$70.37
$15.03
$135.49
EDITOR III
P-08
$50.09
$70.37
$15.03
$135.49
ENGINEER 1
P-08
$50.09
$70.37
$15.03
$135.49
ENVIRONMENTAL ENGINEER I
P-08
$50.09
$70.37
$15.03
$135.49
ENVIRONMENTAL SCIENTIST
P-08
$50.09
$70.37
$15.03
$135.49
ESTIMATOR 1
P-08
$50.09
$70.37
$15.03
$135.49
FINANCIAL PLANNER/ANALYST III
P-08
$50.09
$70.37
$15.03
$135.49
GEOLOGIST 1
P-08
$50.09
$70.37
$15.03
$135.49
HUMAN RESOURCES ADMIN I
P-08
$50.09
$70.37
$15.03
$135.49
INTERIOR DESIGNER I
P-08
$50.09
$70.37
$15.03
$135.49
MKT ANALYST
P-08
$50.09
$70.37
$15.03
$135.49
NETWORK ADMINISTRATOR 1
P-08
$50.09
$70.37
$15.03
$135.49
OFFICE ENGINEER 1
P-08
$50.09
$70.37
$15.03
$135.49
PARTY CHIEF I
P-08
$50.09
$70.37
$15.03
$135.49
PLANNER 1
P-08
$50.09
$70.37
$15.03
$135.49
PROJECT ACCOUNTANT 1
P-08
$50.09
$70.37
$15.03
$135.49
SCHEDULER 1
P-08
$50.09
$70.37
$15.03
$135.49
SYSTEMS ANALYST I
P-08
$50.09
$70.37
$15.03
$135.49
TECHNICAL SPECIALIST
P-08
$50.09
$70.37
$15.03
$135.49
TELECOMMUNICATIONS ANALYST I
P-08
$50.09
$70.37
$15.03
$135.49
ACCOUNTANT IV
P-09
$59.69
$83.85
$17.91
$161.45
ACCOUNTING SUPV II
P-09
$59.69
$83.85
$17.91
$161.45
ADMIN MGR III
P-09
$59.69
$83.85
$17.91
$161.45
APPLICATIONS DEVELOPER II
P-09
$59.69
$83.85
$17.91
$161.45
ARCHEOLOGIST 11
P-09
$59.69
$83.85
$17.91
$161.45
ARCHITECT 11
P-09
$59.69
$83.85
$17.91
$161.45
ASSOCIATE CONSULTANT III
P-09
$59.69
$83.85
$17.91
$161.45
ASST DATA BASE ADMIN
P-09
$59.69
$83.85
$17.91
$161.45
ASST PROJECT CONTROL SPECIALIST
P-09
$59.69
$83.85
$17.91
$161.45
AUDITOR 11
P-09
$59.69
$83.85
$17.91
$161.45
BILLING SUPERVISOR
P-09
$59.69
$83.85
$17.91
$161.45
CADD APPLICATIONS DEVELOPER 11
P-09
$59.69
$83.85
$17.91
$161.45
CADD SUPV 1
P-09
$59.69
$83.85
$17.91
$161.45
COMMISSIONING AGENT 11
P-09
$59.69
$83.85
$17.91
$161.45
COMPUTER GRAPHICS SPECIALIST IV
P-09
$59.69
$83.85
$17.91
$161.45
COMPUTER SYSTEMS COORDINATOR II
P-09
$59.69
$83.85
$17.91
$161.45
CONSTRUCTION ENGINEER II
P-09
$59.69
$83.85
$17.91
$161.45
CONTRACT ADMIN 11
P-09
$59.69
$83.85
$17.91
$161.45
EDITOR IV
P-09
$59.69
$83.85
$17.91
$161.45
ENGINEER It
P-09
$59.69
$83.85
$17.91
$161.45
ACTUALS NOT TO EXCEED TABLE (ANTE) - GSO RATES
WSP USA Inc.
999 3rd Avenue, Suite 3200
IStrander Boulevard/Southwest 27th Extension Seattle, WA 98104
ENVIRONMENTAL ENGINEER II
P-09
Direct
GSO
Fixed
All Inclusive
ENVIRONMENTAL SCIENTIST II
Alphanumeric
Labor
Overhead
Fee
Hourly Billing
Job Classification / Title
Grade
Rate
NTE
NTE**
Rate
FINANCIAL PLANNER/ANALYST IV
P-09
NTE*
140.48%
30.0%
NTE
ENVIRONMENTAL ENGINEER II
P-09
$59.69
>253.255
71/.71
?101.'+7
ENVIRONMENTAL SCIENTIST II
P-09
$59.69
$83.85
$17.91
$161.45
ESTIMATOR II
P-09
$59.69
$83.85
$17.91
$161.45
FINANCIAL PLANNER/ANALYST IV
P-09
$59.69
$83.85
$17.91
$161.45
GEOLOGIST II
P-09
$59.69
$83.85
$17.91
$161.45
HUMAN RESOURCES ADMIN II
P-09
$59.69
$83.85
$17.91
$161.45
INFORMATION COORDINATOR III
P-09
$59.69
$83.85
$17.91
$161.45
INTERIOR DESIGNER II
P-09
$59.69
$83.85
$17.91
$161.45
MKT COORDINATOR III
P-09
$59.69
$83.85
$17.91
$161.45
NETWORK ADMIN II
P-09
$59.69
$83.85
$17.91
$161.45
OFFICE ENGINEER II
P-09
$59.69
$83.85
$17.91
$161.45
PARTY CHIEF II
P-09
$59.69
$83.85
$17.91
$161.45
PAYROLL ADMINISTRATOR
P-09
$59.69
$83.85
$17.91
$161.45
PLANNER II
P-09
$59.69
$83.85
$17.91
$161.45
PROJECT ACCO UNTANTII
P-09
$59.69
$83.85
$17.91
$161.45
PROJECT ADMIN III
P-09
$59.69
$83.85
$17.91
$161.45
PROPOSAL COORDINATOR III
P-09
$59.69
$83.85
$17.91
$161.45
SCHEDULER II
P-09
$59.69
$83.85
$17.91
$161.45
SR MKT ANALYST
P-09
$59.69
$83.85
$17.91
$161.45
SUPERINTENDENT II
P-09
$59.69
$83.85
$17.91
$161.45
SYSTEMS ANALYST II
P-09
$59.69
$83.85
$17.91
$161.45
TECHNICAL SPECIALIST II
P-09
$59.69
$83.85
$17.91
$161.45
TELECOMMUNICATIONS ANALYST II
P-09
$59.69
$83.85
$17.91
$161.45
ACCOUNTING SUPV III
P-10
$66.78
$93.81
$20.03
$180.62
ADMIN MGR IV
P-10
$66.78
$93.81
$20.03
$180.62
CADD SUPV II
P-10
$66.78
$93.81
$20.03
$180.62
COMPUTER OPERATIONS MGR
P-10
$66.78
$93.81
$20.03
$180.62
CONSULTANT I
P-10
$66.78
$93.81
$20.03
$180.62
CONTRACTADMIN III
P-10
$66.78
$93.81
$20.03
$180.62
DATA BASE ADMIN
P-10
$66.78
$93.81
$20.03
$180.62
HUMAN RESOURCES ADMIN III
P-10
$66.78
$93.81
$20.03
$180.62
MKT SPECIALIST
P-10
$66.78
$93.81
$20.03
$180.62
PAYROLLSUPV
P-10
$66.78
$93.81
$20.03
$180.62
PROJECT ADMIN IV
P-10
$66.78
$93.81
$20.03
$180.62
PROJECT CONTROL SPECIALIST
P-10
$66.78
$93.81
$20.03
$180.62
SR ACCOUNTANT
P-10
$66.78
$93.81
$20.03
$180.62
SR APPLICATIONS DEVELOPER
P-10
$66.78
$93.81
$20.03
$180.62
SR ARCHITECT
P-10
$66.78
$93.81
$20.03
$180.62
SR AUDITOR
P-10
$66.78
$93.81
$20.03
$180.62
SR CADD APPLICATIONS DEVELOPER
P-10
$66.78
$93.81
$20.03
$180.62
SR COMMISSIONING AGENT
P-10
$66.78
$93.81
$20.03
$180.62
SR COMPUTER GRAPHICS SPECIALIST
P-10
$66.78
$93.81
$20.03
$180.62
SR COMPUTER SYSTEMS COOR
P-10
$66.78
$93.81
$20.03
$180.62
SR CONSTRUCTION ENGINEER
P-10
$66.78
$93.81
$20.03
$180.62
SR EDITOR
P-10
$66.78
$93.81
$20.03
$180.62
SR ENGINEER
P-10
$66.78
$93.81
$20.03
$180.62
SR ENVIRONMENTAL ENGINEER
P-10
$66.78
$93.81
$20.03
$180.62
SR ENVIRONMENTAL SCIENTIST
P-10
$66.78
$93.81
$20.03
$180.62
SR ESTIMATOR
P-10
$66.78
$93.81
$20.03
$180.62
SR FINANCIAL PLANNER/ANALYST
P-10
$66.78
$93.81
$20.03
$180.62
SR GEOLOGIST
P-10
$66.78
$93.81
$20.03
$180.62
SR INFORMATION COORDINATOR
P-10
$66.78
$93.81
$20.03
$180.62
SR INTERIOR DESIGNER
P-10
$66.78
$93.81
$20.03
$180.62
SR MKT COORDINATOR
P-10
$66.78
$93.81
$20.03
$180.62
SR NETWORK ADMINISTRATOR
P-10
$66.78
$93.81
$20.03
$180.62
SR OFFICE ENGINEER
P-10
$66.78
$93.81
$20.03
$180.62
SR PARTY CHIEF
P-10
$66.78
$93.81
$20.03
$180.62
SR PLANNER
P-10
$66.78
$93.81
$20.03
$180.62
SR PROJECT ACCOUNTANT
P-10
$66.78
$93.81
$20.03
$180.62
SR PROPOSAL COORDINATOR
P-10
$66.78
$93.81
$20.03
$180.62
SR SCHEDULER
P-10
$66.78
$93.81
$20.03
$180.62
SR SUPERINTENDENT
P-10
$66.78
$93.81
$20.03
$180.62
SR SYSTEMS ANALYST
P-10
$66.78
$93.81
$20.03
$180.62
SR TELECOMMUNICATIONS ANALYST
P-10
$66.78
$93.81
$20.03
$180.62
SUPV MKT/BUSINESS SVC
P-10
$66.78
$93.81
$20.03
$180.62
ACTUALS NOT TO EXCEED TABLE (ANTE) - GSO RATES
WSP USA Inc.
999 3rd Avenue, Suite 3200
Strander Boulevard/Southwest 27th Extension Seattle, WA 98104
TECHNICAL SPECIALIST III
P-10
Direct
GSO
Fixed
All lnclusive
ASST MGR ENGINEERING SUPPORT
Alphanumeric
Labor
Overhead
Fee
Hourly Billing
Job Classification / Title
Grade
Rate
NTE
NTE**
Rate
ASST MGR SYSTEMS DEV
P-11
NTE*
140.48%
30.0%
NTE
TECHNICAL SPECIALIST III
P-10
$66.78
$93.81
j20.03
>-Lbu.uz
ASST MGR ENGINEERING SUPPORT
P-11
$77.91
$109.45
$23.37
$210.73
ASST MGR PROGRAM DEV
P-11
$77.91
$109.45
$23.37
$210.73
ASST MGR SYSTEMS DEV
P-11
$77.91
$109.45
$23.37
$210.73
ASST MGR TELECOMMUNICATIONS
P-11
$77.91
$109.45
$23.37
$210.73
BILLING MANAGER
P-11
$77.91
$109.45
$23.37
$210.73
CADD MGR I
P-11
$77.91
$109.45
$23.37
$210.73
CONSULTANT II
P-11
$77.91
$109.45
$23.37
$210.73
HUMAN RESOURCE MGR
P-11
$77.91
$109.45
$23.37
$210.73
LEAD ACCOUNTANT
P-11
$77.91
$109.45
$23.37
$210.73
LEAD APPLICATIONS DEVELOPER
P-11
$77.91
$109.45
$23.37
$210.73
LEAD ARCHITECT
P-11
$77.91
$109.45
$23.37
$210.73
LEAD AUDITOR
P-11
$77.91
$109.45
$23.37
$210.73
LEAD COMMISSIONING AGENT
P-11
$77.91
$109.45
$23.37
$210.73
LEAD COMPUTER GRAPHICS SPEC
P-11
$77.91
$109.45
$23.37
$210.73
LEAD COMPUTER SYSTEMS COOR
P-11
$77.91
$109.45
$23.37
$210.73
LEAD CONSTRUCTION ENGINEER
P-11
$77.91
$109.45
$23.37
$210.73
LEAD ENGINEER
P-11
$77.91
$109.45
$23.37
$210.73
LEAD ENVIRONMENTAL ENGINEER
P-11
$77.91
$109.45
$23.37
$210.73
LEAD ENVIRONMENTAL SCIENTIST
P-11
$77.91
$109.45
$23.37
$210.73
LEAD ESTIMATOR
P-11
$77.91
$109.45
$23.37
$210.73
LEAD FINANCIAL PLANNER/ANALYST
P-11
$77.91
$109.45
$23.37
$210.73
LEAD GEOLOGIST
P-11
$77.91
$109.45
$23.37
$210.73
LEAD INTERIOR DESIGNER
P-11
$77.91
$109.45
$23.37
$210.73
LEAD NETWORK ADMINISTRATOR
P-11
$77.91
$109.45
$23.37
$210.73
LEAD PARTY CHI EF
P-11
$77.91
$109.45
$23.37
$210.73
LEAD PLANNER
P-11
$77.91
$109.45
$23.37
$210.73
LEAD SCHEDULER
P-11
$77.91
$109.45
$23.37
$210.73
LEAD SUPERINTENDENT
P-11
$77.91
$109.45
$23.37
$210.73
LEAD SYSTEMS ANALYST
P-11
$77.91
$109.45
$23.37
$210.73
LEAD TELECOMMUNICATIONS ANALYST
P-11
$77.91
$109.45
$23.37
$210.73
MGR BUSINESS DEV SUP
P-11
$77.91
$109.45
$23.37
$210.73
MGR MKT/BUSINESS SVC
P-11
$77.91
$109.45
$23.37
$210.73
PAYROLL MANAGER
P-11
$77.91
$109.45
$23.37
$210.73
SR ADMIN MGR
P-11
$77.91
$109.45
$23.37
$210.73
SR CONTRACT ADMIN
P-11
$77.91
$109.45
$23.37
$210.73
SR DATA BASE ADMIN
P-11
$77.91
$109.45
$23.37
$210.73
SR HUMAN RESOURCES ADMIN
P-11
$77.91
$109.45
$23.37
$210.73
SR PROJECT ADMIN
P-11
$77.91
$109.45
$23.37
$210.73
SR PROJECT CONTROL SPECIALIST
P-11
$77.91
$109.45
$23.37
$210.73
SR SUPV MKT/BUSINESS SVC
P-11
$77.91
$109.45
$23.37
$210.73
SR TECHNICAL SPECIALIST
P-11
$77.91
$109.45
$23.37
$210.73
SUPV PROJECT ACCOUNTANT
P-11
$77.91
$109.45
$23.37
$210.73
APPLICATIONS DEVELOPER SPEC
P-12
$93.49
$131.33
$28.05
$252.87
AREA MGR I
P-12
$93.49
$131.33
$28.05
$252.87
AUDIT SUPV
P-12
$93.49
$131.33
$28.05
$252.87
CADD MGR II
P-12
$93.49
$131.33
$28.05
$252.87
COMPUTER SYSTEMS SPECIALIST
P-12
$93.49
$131.33
$28.05
$252.87
CONSULTANT III
P-12
$93.49
$131.33
$28.05
$252.87
ENVIRONMENTAL HEALTH AND SAFETY MGR
P-12
$93.49
$131.33
$28.05
$252.87
FINANCIAL PLANNER SPECIALIST
P-12
$93.49
$131.33
$28.05
$252.87
MGR APPLICATIONS SUPPORT
P-12
$93.49
$131.33
$28.05
$252.87
MGR ENGINEERING/TECHNICALSUPP
P-12
$93.49
$131.33
$28.05
$252.87
MGR GENERAL ACCOUNTING
P-12
$93.49
$131.33
$28.05
$252.87
MGR PROGRAM DEV
P-12
$93.49
$131.33
$28.05
$252.87
MGR PROGRAM SYSTEMS DEV
P-12
$93.49
$131.33
$28.05
$252.87
MGR PROJECT CONTROL
P-12
$93.49
$131.33
$28.05
$252.87
MGR SYSTEMS DEV
P-12
$93.49
$131.33
$28.05
$252.87
MGR TELECOMMUNICATIONS
P-12
$93.49
$131.33
$28.05
$252.87
MKT MGR
P-12
$93.49
$131.33
$28.05
$252.87
NETWORK ADMIN SPECIALIST
P-12
$93.49
$131.33
$28.05
$252.87
OPERATIONS MGR
P-12
$93.49
$131.33
$28.05
$252.87
PRIN ENGINEER
P-12
$93.49
$131.33
$28.05
$252.87
PRIN TECHNICAL SPECIALIST
P-12
$93.49
$131.33
$28.05
$252.87
PURCHASING MGR
P-12
$93.49
$131.33
$28.05
$252.87
ACTUALS NOT TO EXCEED TABLE (ANTE) - GSO RATES
WSP USA Inc.
999 3rd Avenue, Suite 3200 I
IStrander Boulevard/Southwest 27th Extension Seattle, WA 98104
SAFETY MGR
P-12
Direct
GSO
Fixed
All lnclusive
SR ASSOCIATE COUNSEL I
Alphanumeric
Labor
Overhead
Fee
Hourly Billing
Job Classification / Title
Grade
Rate
NTE
NTE**
Rate
SR SUPV ACCOUNTANT
P-12
NTE*
140.48%
30.0%
NTE
SAFETY MGR
P-12
$93.49
>131.33
>28.05
SR ASSOCIATE COUNSEL I
P-12
$93.49
$131.33
$28.05
$252.87
SR HUMAN RESOURCES MGR
P-12
$93.49
$131.33
$28.05
$252.87
SR SUPV ACCOUNTANT
P-12
$93.49
$131.33
$28.05
$252.87
SR SUPV PROJECT ACCOUNTANT
P-12
$93.49
$131.33
$28.05
$252.87
SUPV ADMIN MGR
P-12
$93.49
$131.33
$28.05
$252.87
SUPV ARCHAEOLOGIST
P-12
$93.49
$131.33
$28.05
$252.87
SUPV ARCHITECT
P-12
$93.49
$131.33
$28.05
$252.87
SUPV COMMISSIONING AGENT
P-12
$93.49
$131.33
$28.05
$252.87
SUPV CONSTRUCTION ENGINEER
P-12
$93.49
$131.33
$28.05
$252.87
SUPV CONTRACT ADMINISTRAT
P-12
$93.49
$131.33
$28.05
$252.87
SUPV ENGINEER
P-12
$93.49
$131.33
$28.05
$252.87
SUPV ENVIRONMENTAL ENGR
P-12
$93.49
$131.33
$28.05
$252.87
SUPV ENVIRONMENTAL SCIENTIST
P-12
$93.49
$131.33
$28.05
$252.87
SUPV ESTIMATOR
P-12
$93.49
$131.33
$28.05
$252.87
SUPV GEOLOGIST
P-12
$93.49
$131.33
$28.05
$252.87
SUPV PLANNER
P-12
$93.49
$131.33
$28.05
$252.87
SUPV PROJECT CONTROL SPECIALIST
P-12
$93.49
$131.33
$28.05
$252.87
SUPV SCHEDULER
P-12
$93.49
$131.33
$28.05
$252.87
SYSTEMS SPECIALIST
P-12
$93.49
$131.33
$28.05
$252.87
AREA MGR II
P-13
$104.09
$146.23
$31.23
$281.55
ASST CONTROLLER
P-13
$104.09
$146.23
$31.23
$281.55
CADD MGR III
P-13
$104.09
$146.23
$31.23
$281.55
DEPUTY REGIONAL MGR
P-13
$104.09
$146.23
$31.23
$281.55
ENGINEERING MGR
P-13
$104.09
$146.23
$31.23
$281.55
INTERNALAUDIT MGR
P-13
$104.09
$146.23
$31.23
$281.55
MGR BUSINESS DEV
P-13
$104.09
$146.23
$31.23
$281.55
MGR CONTRACTS & ADMIN
P-13
$104.09
$146.23
$31.23
$281.55
MGR FINANCIAL OPERATIONS
P-13
$104.09
$146.23
$31.23
$281.55
MGR FINANCIAL PLANNING
P-13
$104.09
$146.23
$31.23
$281.55
MGR SYSTEMS APPLICATIONS
P-13
$104.09
$146.23
$31.23
$281.55
MGR TECHNICAL SERVICES
P-13
$104.09
$146.23
$31.23
$281.55
PRINCIPAL CONSULTANT
P-13
$104.09
$146.23
$31.23
$281.55
PROJECT ACCOUNTING OPERATIONS MANAGER
P-13
$104.09
$146.23
$31.23
$281.55
REGIONAL MGR PBCS
P-13
$104.09
$146.23
$31.23
$281.55
SR APPLICATIONS DEVELOPER SPEC
P-13
$104.09
$146.23
$31.23
$281.55
SR ASSOCIATE COUNSEL II
P-13
$104.09
$146.23
$31.23
$281.55
SR COMPUTER SYSTEMS SPECIALIST
P-13
$104.09
$146.23
$31.23
$281.55
SR MGR APPLICATIONS DEV
P-13
$104.09
$146.23
$31.23
$281.55
SR MGR ENGINEERING/TECH SUPP
P-13
$104.09
$146.23
$31.23
$281.55
SR MGR INFORMATION TECHNOLOGY
P-13
$104.09
$146.23
$31.23
$281.55
SR MGR MKT/BUSINESS SVC
P-13
$104.09
$146.23
$31.23
$281.55
SR MGR SYSTEMS DEV
P-13
$104.09
$146.23
$31.23
$281.55
SR MGR TELECOMMUNICATIONS
P-13
$104.09
$146.23
$31.23
$281.55
SR MKT MGR
P-13
$104.09
$146.23
$31.23
$281.55
SR NETWORK ADMIN SPECIALIST
P-13
$104.09
$146.23
$31.23
$281.55
SR PRIN ENGINEER
P-13
$104.09
$146.23
$31.23
$281.55
SR PRIN TECHNICAL SPECIALIST
P-13
$104.09
$146.23
$31.23
$281.55
SR PROJECT CONTROL MANAGER
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV ADMIN MGR
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV ARCHITECT
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV COMMISSIONING AGENT
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV CONSTRUCTION ENGINEER
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV ENGINEER
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV ENVIRONMENTAL ENGINEER
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV ENVIRONMENTAL SCIENTIST
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV ESTIMATOR
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV GEOLOGIST
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV HUMAN RESOURCES MANAGER
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV PLANNER
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV PROJ CONTROL SPECIALIST
P-13
$104.09
$146.23
$31.23
$281.55
SR SUPV SCHEDULER
P-13
$104.09
$146.23
$31.23
$281.55
SR SYSTEMS SPECIALIST
P-13
$104.09
$146.23
$31.23
$281.55
SR TELECOMMUNICATIONS SPECIALIST
P-13
$104.09
$146.23
$31.23
$281.55
AO PRINC SPECIALIST ADMIN
P-14
$133.86
$188.05
$40.16
$362.07
ACTUALS NOT TO EXCEED TABLE (ANTE) - GSO RATES
WSP USA Inc.
999 3rd Avenue, Suite 3200
Strander Boulevard/Southwest 27th Extension Seattle, WA 98104
ASST TO CEO
P-14
Direct
GSO
Fixed
All Inclusive
ASST TO OPERATING CO PRESIDENT
Alphanumeric
Labor
Overhead
Fee
Hourly Billing
Job Classification / Title
Grade
Rate
NTE
NTE**
Rate
BUSINESS MANAGER
P-14
NTE*
140.48%
30.0%
NTE
ASST TO CEO
P-14
$133.86
$188.05
$40.16
$362.0/
ASST TO OPERATING CO PRESIDENT
P-14
$133.86
$188.05
$40.16
$362.07
BUSINESS DEVELOPMENT MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
BUSINESS MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
CLIENT RELATIONS MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
CONTROLLER (CORPORATE)
P-14
$133.86
$188.05
$40.16
$362.07
DESIGN MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
DIR HUMAN RESOURCES
P-14
$133.86
$188.05
$40.16
$362.07
DIR INFORMATION SERVICES
P-14
$133.86
$188.05
$40.16
$362.07
DIR MKT/BUSINESS SVC
P-14
$133.86
$188.05
$40.16
$362.07
DIR OF INTERNAL AUDIT
P-14
$133.86
$188.05
$40.16
$362.07
ENVIRONMENTAL MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
FINANCE MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
MANAGER OF GOVERNMENT RELATIONS
P-14
$133.86
$188.05
$40.16
$362.07
MANAGER OF SAFETY
P-14
$133.86
$188.05
$40.16
$362.07
MGR OF OPERATIONS
P-14
$133.86
$188.05
$40.16
$362.07
OPERATIONS MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
PLANNING MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
PRINCIPAL CONSULTANT II
P-14
$133.86
$188.05
$40.16
$362.07
REGIONAL BUSINESS MGR
P-14
$133.86
$188.05
$40.16
$362.07
REGIONAL MGR PBCS
P-14
$133.86
$188.05
$40.16
$362.07
SENIOR LOCAL BUSINESS EXECUTIVE
P-14
$133.86
$188.05
$40.16
$362.07
SR ARCHITECTURAL MGR
P-14
$133.86
$188.05
$40.16
$362.07
SR AREA MGR
P-14
$133.86
$188.05
$40.16
$362.07
SR ASSOCIATE COUNSEL III
P-14
$133.86
$188.05
$40.16
$362.07
SR CONSTRUCTION ENGINEERING MGR
P-14
$133.86
$188.05
$40.16
$362.07
SR ENGINEERING MGR
P-14
$133.86
$188.05
$40.16
$362.07
SR MGR BUSINESS DEV
P-14
$133.86
$188.05
$40.16
$362.07
SR MGR CORPORATE COMMUNICATIONS
P-14
$133.86
$188.05
$40.16
$362.07
SR PLANNING MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
STAFF MGR
P-14
$133.86
$188.05
$40.16
$362.07
TECHICAL RESOURCE CENTER MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
TECHNICAL MGR
P-14
$133.86
$188.05
$40.16
$362.07
TECHNICAL RESOURCE CENTER MANAGER
P-14
$133.86
$188.05
$40.16
$362.07
TREASURER (CORPORATE)
P-14
$133.86
$188.05
$40.16
$362.07
BUSINESS MANAGER
P-15
$163.30
$229.40
$48.99
$441.69
CLIENT RELATIONS MANAGER II
P-15
$163.30
$229.40
$48.99
$441.69
CLIENT RELATIONS MGR
P-15
$163.30
$229.40
$48.99
$441.69
CONSTRUCTION MGR
P-15
$163.30
$229.40
$48.99
$441.69
CONSTRUCTION SERVICE MANAGER
P-15
$163.30
$229.40
$48.99
$441.69
DISTRICT MANAGER
P-15
$163.30
$229.40
$48.99
$441.69
MANAGER OF IT
P-15
$163.30
$229.40
$48.99
$441.69
MANAGER OF PROJECTS
P-15
$163.30
$229.40
$48.99
$441.69
MANAGER OF PROJECTS
P-15
$163.30
$229.40
$48.99
$441.69
PRESIDENT (SUB)
P-15
$163.30
$229.40
$48.99
$441.69
PRINCIPAL AREA MGR
P-15
$163.30
$229.40
$48.99
$441.69
PRINCIPAL CONSULTANT III
P-15
$163.30
$229.40
$48.99
$441.69
REGIONAL MGR
P-15
$163.30
$229.40
$48.99
$441.69
REGIONAL MGR PBCS
P-15
$163.30
$229.40
$48.99
$441.69
SEVICE LINE DIRECTOR
P-15
$163.30
$229.40
$48.99
$441.69
SR AREA MGR
P-15
$163.30
$229.40
$48.99
$441.69
SR ASSOCIATE COUNSEL IV
P-15
$163.30
$229.40
$48.99
$441.69
SR MGR (SUB)
P-15
$163.30
$229.40
$48.99
$441.69
SR MGR OF GOVERNMENT RELATIONS
P-15
$163.30
$229.40
$48.99
$441.69
SR REGIONAL BUSINESS MGR
P-15
$163.30
$229.40
$48.99
$441.69
SR STAFF MGR
P-15
$163.30
$229.40
$48.99
$441.69
SR TECHNICAL MGR
P-15
$163.30
$229.40
$48.99
$441.69
BUSINESS MANAGER II
P-16
$207.41
$291.37
$62.22
$561.00
CHRMN PBQD/DEPUTY DIR CORP DEVEL
P-16
$207.41
$291.37
$62.22
$561.00
DIRECTOR OF ADMINISTRATION
P-16
$207.41
$291.37
$62.22
$561.00
DISTRICT MANAGER
P-16
$207.41
$291.37
$62.22
$561.00
EXEC TECHNICAL MGR
P-16
$207.41
$291.37
$62.22
$561.00
PRINCIPAL REGIONAL BUSINESS MGR
P-16
$207.41
$291.37
$62.22
$561.00
PRINCIPAL STAFF MGR
P-16
$207.41
$291.37
$62.22
$561.00
SERVICE LINE DIRECTOR
P-16
$207.41
$291.37
$62.22
$561.00
ACTUALS NOT TO EXCEED TABLE (ANTE) - GSO RATES
WSP USA Inc.
999 3rd Avenue, Suite 3200
Strander Boulevard/Southwest 27th Extension Seattle, WA 98104
SR PRINCIPAL CONSULTANT
P-16
Direct
GSO
Fixed
All Inclusive
SR REGIONAL MGR
Alphanumeric
Labor
Overhead
Fee
Hourly Billing
Job Classification / Title
Grade
Rate
NTE
NTE**
Rate
ASST TECHNICIAN I
T-04
NTE*
140.48%
30.0%
NTE
SR PRINCIPAL CONSULTANT
P-16
$207.41
$291.37
$62.22
$5b1.UU
SR REGIONAL MGR
P-16
$207.41
$291.37
$62.22
$561.00
SUBSIDIARY PRESIDENT
P-16
$207.41
$291.37
$62.22
$561.00
ASST TECHNICIAN I
T-04
$21.59
$30.33
$6.48
$58.40
CHAINMAN I
T-04
$21.59
$30.33
$6.48
$58.40
DRAFTER I
T-04
$21.59
$30.33
$6.48
$58.40
ENGINEERING AIDE II
T-04
$21.59
$30.33
$6.48
$58.40
INSPECTOR AIDE II
T-04
$21.59
$30.33
$6.48
$58.40
OPERATIONS/MAINTENANCE TECH III
T-04
$21.59
$30.33
$6.48
$58.40
SURVEYOR I
T-04
$21.59
$30.33
$6.48
$58.40
ASST INSPECTOR
T-05
$24.71
$34.71
$7.41
$66.83
ASST SYSTEMS OPERATOR
T-05
$24.71
$34.71
$7.41
$66.83
ASST TECHNICIAN II
T-05
$24.71
$34.71
$7.41
$66.83
CADD DESIGNER I
T-05
$24.71
$34.71
$7.41
$66.83
CADD OPERATOR I
T-05
$24.71
$34.71
$7.41
$66.83
CHAINMAN II
T-05
$24.71
$34.71
$7.41
$66.83
DRAFTER II
T-05
$24.71
$34.71
$7.41
$66.83
ENGINEERING AIDE III
T-05
$24.71
$34.71
$7.41
$66.83
INTERNI
T-05
$24.71
$34.71
$7.41
$66.83
SR OPERATIONS/MAINTENANCE TECH
T-05
$24.71
$34.71
$7.41
$66.83
SURVEYOR II
T-05
$24.71
$34.71
$7.41
$66.83
CADD DESIGNER II
T-06
$30.91
$43.42
$9.27
$83.60
CADD OPERATOR II
T-06
$30.91
$43.42
$9.27
$83.60
CHAINMAN III
T-06
$30.91
$43.42
$9.27
$83.60
COMPUTER GRAPHICS SPECIALIST I
T-06
$30.91
$43.42
$9.27
$83.60
CONSTRUCTION COORDINATOR I
T-06
$30.91
$43.42
$9.27
$83.60
DRAFTER III
T-06
$30.91
$43.42
$9.27
$83.60
ENGR IN TRAINING
T-06
$30.91
$43.42
$9.27
$83.60
INSPECTOR I
T-06
$30.91
$43.42
$9.27
$83.60
INTERN II
T-06
$30.91
$43.42
$9.27
$83.60
LEAD OPERATIONS/MAINTENANCE TECH
T-06
$30.91
$43.42
$9.27
$83.60
PLANNER IN TRAINING
T-06
$30.91
$43.42
$9.27
$83.60
SURVEYOR III
T-06
$30.91
$43.42
$9.27
$83.60
SYSTEMS OPERATOR I
T-06
$30.91
$43.42
$9.27
$83.60
TECHNICIAN I
T-06
$30.91
$43.42
$9.27
$83.60
ASST SYSTEMS ANALYST
T-07
$40.98
$57.57
$12.29
$110.84
CADD DESIGNER III
T-07
$40.98
$57.57
$12.29
$110.84
CADD OPERATOR III
T-07
$40.98
$57.57
$12.29
$110.84
COMPUTER GRAPHICS SPECIALIST II
T-07
$40.98
$57.57
$12.29
$110.84
CONSTRUCTION COORDINATOR II
T-07
$40.98
$57.57
$12.29
$110.84
INSPECTOR II
T-07
$40.98
$57.57
$12.29
$110.84
INSTRUMENT OPERATOR
T-07
$40.98
$57.57
$12.29
$110.84
SR DRAFTER
T-07
$40.98
$57.57
$12.29
$110.84
SR SURVEYOR
T-07
$40.98
$57.57
$12.29
$110.84
SYSTEMS OPERATOR II
T-07
$40.98
$57.57
$12.29
$110.84
TECHNICIAN II
T-07
$40.98
$57.57
$12.29
$110.84
INSTRUMENT OPERATOR II
T-08
$50.09
$70.37
$15.03
$135.49
SR CADD DESIGNER I
T-08
$50.09
$70.37
$15.03
$135.49
SR CADD OPERATOR I
T-08
$50.09
$70.37
$15.03
$135.49
SR CONSTRUCTION COORDINATOR
T-08
$50.09
$70.37
$15.03
$135.49
SR INSPECTOR
T-08
$50.09
$70.37
$15.03
$135.49
SR TECHNICIAN
T-08
$50.09
$70.37
$15.03
$135.49
SUPV CADD OPERATOR
T-08
$50.09
$70.37
$15.03
$135.49
SUPV DRAFTER
T-08
$50.09
$70.37
$15.03
$135.49
SYSTEMS OPERATOR III
T-08
$50.09
$70.37
$15.03
$135.49
SR CADD DESIGNER II
T-09
$59.69
$83.85
$17.91
$161.45
SR CADD OPERATOR II
T-09
$59.69
$83.85
$17.91
$161.45
SR SUPV DRAFTER
T-09
$59.69
$83.85
$17.91
$161.45
SR SYSTEMS OPERATOR
T-09
$59.69
$83.85
$17.91
$161.45
SUPERVISING SURVEYOR
T-09
$59.69
$83.85
$17.91
$161.45
SUPV COMPUTER OPERATIONS
T-09
$59.69
$83.85
$17.91
$161.45
SUPV CONSTRUCTION COORDINATOR
T-09
$59.69
$83.85
$17.91
$161.45
SUPV INSPECTOR
T-09
$59.69
$83.85
$17.91
$161.45
SUPV TECHNICIAN
T-09
$59.69
$83.85
$17.91
$161.45
PRIN TECHNICIAN
T-10
$66.78
$93.81
$20.03
$180.62
ACTUALS NOT TO EXCEED TABLE (ANTE) - GSO RATES
WSP USA Inc.
999 3rd Avenue, Suite 3200
IStrander Boulevard/Southwest 27th Extension Seattle, WA 98104
SR CADD DESIGNER III
T-10
Direct
GSO
Fixed
All Inclusive
SR CADD OPERATOR III
Alphanumeric
Labor
Overhead
Fee
Hourly Billing
Job Classification / Title
Grade
Rate
NTE
NTE**
Rate
SR SUPV CONSTRUCTION COORDINATOR
T-10
NTE*
140.48%
30.0%
NTE
SR CADD DESIGNER III
T-10
$66.78
$93.81
$20.03
$1250.62
SR CADD OPERATOR III
T-10
$66.78
$93.81
$20.03
$180.62
SR SUPERVISING SURVEYOR
T-10
$66.78
$93.81
$20.03
$180.62
SR SUPV CONSTRUCTION COORDINATOR
T-10
$66.78
$93.81
$20.03
$180.62
SR SUPV INSPECTOR
T-10
$66.78
$93.81
$20.03
$180.62
PRIN SUPV CONSTRUCTION COORD
T-11
$77.91
$109.45
$23.37
$210.73
PRINCIPAL SUPERVISING SURVEYOR
T-11
$77.91
$109.45
$23.37
$210.73
PRINCIPAL SUPV INSPECTOR
T-11
$77.91
$109.45
$23.37
$210.73
* Note: Escalation shall NOT be included.
** Actual fee to be negotiated
17-166
Contract Appoval 9/18/17
Local Agency A&E Professional Services
Cost Plus: Fixed Fee Consultant Agreement
Agreement Number:
I"7-1o(o
Firm/Organization Legal Name (do not use dba's):
BergerABAM Inc.
Address
33301 Ninth Ave S Ste 300, Federal Way, WA 98003
Federal Aid Number
STPUL-1276(007)
UBI Number
601110595
Federal TIN or SSN Number
91-1422812
Execution Date
Completion Date
12/31/2020
1099 Form Required
Federal Participation
❑ Yes i No
i Yes ❑ No
Project Title
Strander Boulevard/Southwest 27 Street Extension
Description of Work
Provide preliminary engineering design and right-of-way services to construct a grade separated crossing under
a freight rail line and an extension of Strander Blvd. from SR 181 to SW 27th Street. For additional description
of the scope of work, see Exhibit A. •
Total Amount Authorized: $4,047,328.00
Management Reserve Fund: $100,000.00
Maximum Amount Payable: $4,147,328.00
Yes 9% ❑ No DBE Participation
❑ Yes i No MBE Participation
❑ Yes i No WBE Participation
❑ Yes 1 No SBE Participation
Index of Exhibits
Exhibit A
Exhibit B
Exhibit C
Exhibit D
Exhibit E
Exhibit F
Exhibit G
Exhibit H
Exhibit I
Exhibit J
Scope of Work
DBE Participation
Preparation and Delivery of Electronic Engineering and Other Data
Prime Consultant Cost Computations
Sub -consultant Cost Computations
Title VI Assurances
Certification Documents
Liability Insurance Increase
Alleged Consultant Design Error Procedures
Consultant Claim Procedures
Agreement Number: ( , — 1(PtiP
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement/ 64 / or,6,4644sPage 1 of 14
Revised 3/11/2016 6
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 "SERVICES;" and does not have sufficient staff to meet the required
commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide
the necessary SERVICES; and
WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating
to professional registration, if applicable, and has signified a willingness to furnish consulting services to
the AGENCY.
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein,
or attached and incorporated and made a part hereof, the parties hereto agree as follows:
I. General Description of Work
The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and
necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor,
and related equipment and, if applicable, sub -consultants and subcontractors necessary to conduct and complete the
SERVICES as designated elsewhere in this AGREEMENT.
1I. 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.
III. General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall
receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or
individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress,
and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials,
groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT
sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days'
notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A."
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will
outline in written and graphical form the various phases and the order of performance of the SERVICES in
sufficient detail so that the progress of the SERVICES can easily be evaluated.
The CONSULTANT, any sub -consultants, and the AGENCY shall comply with all Federal, State, and local laws,
rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under
this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State
of Washington.
Agreement Number: { 1 — 1 (0 (p
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14
Revised 3/11/2016
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: Steve Carstens
Agency: City of Tukwila
Address: 6300 Southcenter Blvd., Suite 100
City: Tukwila State: WA Zip: 98188
Email: steve.carstens@tukwilawa.gov
Phone: 206-431-2446 x. 1646
Facsimile:
If to CONSULTANT:
Name: Robert L. Fernandes
Agency: BergerABAM Inc.
Address: 33301 Ninth Avenue S., Suite 300
City: Federal Way State: WA Zip: 98003
Email: bob.fernandes@abam.com
Phone: 206-431-2333
Facsimile: 206-431-2250
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. All work under this AGREEMENT shall be completed by the date shown in the heading of this
AGREEMENT titled "Completion Date."
The established completion time shall not be extended because of any delays attributable to the CONSULTANT,
but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of
unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the
CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established
completion time.
Agreement Number: 1 1 — i (p IO
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 3 of 14
Revised 3/11/2016
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 WSDOT's 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: 1 — 1 L
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14
Revised 3/11/2016
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 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,
"Extra 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, "Extra 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 III, "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:
h-I(Lp
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14
Revised 3/11/2016
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: V] _ (�
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14
Revised 3/11/2016
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 CONSULTANT, for itself, its assignees, sub -consultants,
subcontractors and successors in interest, agrees to comply with the following laws and regulations:
• Title VI of the Civil Rights Act of 1964
(42 U.S.C. Chapter 21 Subchapter V § 2000d
through 2000d -4a)
• Federal -aid Highway Act of 1973
(23 U.S.C. Chapter 3 § 324)
• Rehabilitation Act of 1973
(29 U.S.C. Chapter 16 Subchapter V § 794)
• Age Discrimination Act of 1975
(42 U.S.C. Chapter 76 § 6101 et. seq.)
• Civil Rights Restoration Act of 1987
(Public Law 100-259)
• American with Disabilities Act of 1990
(42 U.S.C. Chapter 126 § 12101 et. seq.)
• 23 CFR Part 200
• 49 CFR Part 21
• 49 CFR Part 26
• RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F"
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in
every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations
or directives issued pursuant thereto.
IX. Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten
(10) days written notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the
CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged 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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14
Revised 3/11/2016
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:
11- I(o(a
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14
Revised 3/11/2016
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 AGENCY's, their agents', officers' and employees' failure to comply
with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and
employees by the CONSULTANT, its agents, employees, sub -consultants, subcontractors or vendors, of any tier, or
any other persons for whom the CONSULTANT may be legally liable.
The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor.
Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole
discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and
examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or
any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT.
The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own
employees or its agents against the STATE and /or the AGENCY and, solely for the purpose of this indemnification
and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51
RCW. This waiver has been mutually negotiated between the Parties.
Agreement Number: L 1 — 1 (o (p
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14
Revised 3/11/2016
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 less than a one million dollar ($1,000,000.00) combined single
limit for each occurrence.
Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and
AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub -
consultant and/or subcontractor as an additional insured (the "AIs"), with no restrictions or limitations concerning
products and completed operations coverage. This coverage shall be primary coverage and non-contributory and
any coverage maintained by the AIs shall be excess over, and shall not contribute with, the additional insured
coverage required hereunder. The CONSULTANT's and the sub -consultant's and/or subcontractor's insurer shall
waive any and all rights of subrogation against the AIs. The CONSULTANT shall furnish the AGENCY with
verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to
require complete, certified copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance company authorized to do business in the State of Washington.
The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the
execution of this AGREEMENT to:
Name: Steve Carstens
Agency: City of Tukwila
Address: 6300 Southcentler Blvd., Suite 100
City: Tukwila State: WA Zip: 98188
Email: steve.carstens@tukwilawa.gov
Phone: 205-431-2446 x. 1646
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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14
Revised 3/11/2016
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: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms
and shall modify this AGREEMENT accordingly.
C. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as "CLAIM,"
under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY
decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final
payment of this AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing
in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for
this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement
to this AGREEMENT.
XIV. Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering
data furnished by them.
XV. Federal Review
The Federal Highway Administration shall have the right to participate in the review or examination of the
SERVICES in progress.
XVI. Certification of the Consultant and the Agency
Attached hereto as Exhibit "G -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit
"G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered
Transactions, Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
and Exhibit "G-4" Certificate of Current Cost or Pricing Data. Exhibit "G-3" is required only in AGREEMENT's
over one hundred thousand dollars ($100,000.00) and Exhibit "G-4" is required only in AGREEMENT's over
five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and
submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General
Requirements" prior to its performance of any SERVICES under this AGREEMENT.
Agreement Number: ' — 1 L
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14
Revised 3/11/2016
XVII. Complete Agreement
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or
be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or
modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement
to this AGREEMENT.
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
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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14
Revised 3/11/2016
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: 11 _
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14
Revised 3/11/2016
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.
,q4te617--
Date
Signature
11 a. 11 81c.i — enOr—
Date
br 02.0 11
Any modification, change, or re or on of this AGREEMENT shall require approval as to form by the Office
of the Attorney General.
Agreement Number: [7 - ((p(P
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14
Revised 3/11/2016
Exhibit A
Scope of Work
See attached Exhibit A-1.
Project No.
Agreement Number:
LI- l tato
WSDOT Form 140-089 EF Exhibit A Page 1 of 1
Revised 10/30/2014
EXHIBIT A-1 - SCOPE OF WORK FOR PRELIMINARY DESIGN, ENVIRONMENTAL
DOCUMENTATION, AND RIGHT-OF-WAY PLANNING
CITY OF TUKWILA STRANDER BOULEVARD/SOUTHWEST 27TH STREET EXTENSION
PROJECT BACKGROUND
The cities of Renton and Tukwila have been working in partnership to complete a connection of
Strander Boulevard in the City of Tukwila with Southwest 27th Street in the City of Renton. As
lead agency for the first two phases of the project, the City of Renton completed an
undercrossing of the BNSF Railway in 2014, connecting Southwest 27th Street with the Tukwila
Sound Transit Station. The City of Tukwila will complete Phase 3 of the project as shown in
Figure 1.
Figure 1 - Project Phasing
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 1 of 60
In order to reduce the cost of the first two phases of the project, the BNSF undercrossing was
completed by installing a pump station to pump both stormwater and groundwater entering
the roadway excavation from the surrounding area. This was envisioned as an interim
condition until construction of a full, four -lane arterial connection of Strander to Southwest
27th. The full build -out was anticipated to require the construction of watertight walls and a
bottom seal for the underpasses.
PROJECT IMPLEMENTATION
This scope of work defines the effort required to complete the design of Phase 3, as described
above. It also defines the effort required to reevaluate and update the project's National
Environmental Protection Agency (NEPA) document, acquire right-of-way (ROW), and secure
approvals from both BNSF and Union Pacific Railroad (UPRR) for temporary and permanent
modifications to their facilities. Construction phase services are not included in this scope of
work, but will be provided as supplemental services when required.
PROPOSED BASIS OF DESIGN
Phase 3 of the Strander Grade Separation Project will place Strander Boulevard beneath the
UPRR tracks by extending the excavation for the BNSF underpass to the west and under the
UPRR. The undercrossing will utilize the pumping system constructed in Phase 2 of the project
to pump stormwater for the proposed Phase 3 extension to the existing pond. The existing
pump station will need to be modified and the pond will need to be enlarged and modified to
function in accordance with the latest water quality standards. Groundwater will be separated
from the stormwater and an additional, new groundwater pumping system will be used to
pump groundwater to an outfall in the Green River. The discharge location has yet to be
determined. The roadway section will be established in consultation with the City of Tukwila
(hereinafter referred to as CITY) and is anticipated to be similar to the roadway section
established by the CITY during the planning of the project. Other features of the project include
modifications to access several businesses located to the west of UPRR, and utility relocations,
permanent or interim, and/or protection.
SCHEDULE
The target dates for completing all work are shown on the attached schedule. These target dates
assume that the notice to proceed (NTP) for Phase 3 is provided on 26 September 2017.
SUBCONSULTANTS
The following subconsultants will participate in the delivery of this scope of work as follows.
• Fehr & Peers - Traffic Engineering
• Hanson Professional Services - Railroad Track Design
• Shannon & Wilson - Geotechnical Engineering
• 1 Alliance - Surveying
• Abeyta & Associates — Right -of -Way Services
• Bright Engineering — Structural Engineering
• R & W — Pump Station Electrical Engineering and Control Systems
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 2 of 60
• Widener & Associates - Environmental Documentation and Permitting
PROJECT ASSUMPTIONS
The following list is included to confirm the understanding between the CITY and
BergerABAM (hereinafter referred to as CONSULTANT) and will be used to guide the work.
Additional assumptions are provided with each specific project task.
1. Throughout this scope of work, it is understood that the CITY will provide the
CONSULTANT with one set of consolidated review comments for each draft review
round. The CONSULTANT will respond to the comments and incorporate the agreed-
upon resolution into the final document(s).
2. It is anticipated that the roadway typical section will be a four -lane arterial and that the
key design features will be based on the design report prepared by CONSULTANT for
the City of Renton during the planning of the project and the Stormwater System
Conceptual Design Report prepared by BergerABAM for the City of Tukwila, dated
7 April 2017.
3. The underpass will be watertight and it is assumed that the small amount of
groundwater from the underpass can be combined with treated stormwater and
discharged to the Green River through a new outfall.
4. UPRR may require a separate utility agreement for the new discharge line described
above. The costs for obtaining this are not included in the scope of work.
5. It is assumed the City of Renton and the Washington State Department of
Transportation (WSDOT) will allow the CITY to use the Springbrook Creek wetland
mitigation bank constructed by the City of Renton and WSDOT.
6. Stormwater treatment will comply with the King County Surface Water Design Manual
(KCSWDM), recently updated to be consistent with the 2014 Washington State
Department of Ecology's (WDOE) Stormwater Management Manual for Western
Washington.
7. The CITY will need to establish a preliminary engineering agreement with the Union
Pacific Railroad (UPRR) and BNSF Railway (BNSF) to reimburse UPRR and BNSF for
their review time.
8. It is assumed that CONSULTANT will design the new UPRR overpass, as well as the
proposed shoofly. It is assumed that UPRR will provide comments to the
CONSULTANT in a timely manner to facilitate the CONSULTANT's design of project.
9. It is assume the extension of the BNSF bridge foundations, to allow the existing bridge
to be widened in the future, will be the same as the existing foundations. Widening of
the superstructure is not in the scope of work.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 3 of 60
10. Utility relocation and reconstruction plans for power, gas, and communication
purveyors will be prepared by the respective utility. The CONSULTANT will coordinate
directly with the utility companies and the CITY.
11. It is assumed that design for relocation of the King County sanitary sewer will be
completed by King County and the plans incorporated into the construction contract for
the Strander Boulevard/Southwest 27th Street Extension. The CONSULTANT will
coordinate directly with King County and will provide assistance with routing the sewer
through the project site.
12. It is assumed that enough monumentation still exists to determine the necessary
boundaries for this project's efforts. If additional work, such as exhaustive title research
and complete section breakdown work is required, a portion of that work may be
needed to be completed as a supplemental service.
13. Public utility locating services provided by callbeforeyoudig.org will be utilized to do an
initial location of utilities in the public ROW. A private utility locating company is
included in this proposal, to provide complete information to verify the location of
publicly and privately owned buried utilities (sanitary, storm, water, power, gas,
telecommunications, etc.) with painted locate marks.
14. Additional support for vacations of existing ROW or boundary line adjustments (BLA)
of resulting parcels is not included in this proposal as it cannot be determined until the
design is finalized. If these services are required, those services will be provided as
supplemental service.
15. The CITY will provide rights -of -entry onto private lands prior to field survey crew
visitation, environmental explorations, and geotechnical investigations. The
CONSULTANT will provide a list of private property access that will be required The
CITY will be responsible for making all initial contact and subsequent legal
arrangements, if required, for rights -of -entry to private property. The CONSULTANT
will subsequently be responsible for notifying both the C1'1'Y and the property owner
regarding the timing of the work
16. Coordinate mapping values will be based upon a "project datum" being a ground
realization of state plane grid coordinates.
17. Preparing and recording a Record of Survey (ROS) is not included in this proposal. If
additional work is required, this work will be provided as supplemental service.
SCOPE OF WORK AND LEVEL OF EFFORT
To facilitate management of the project in an efficient manner, Phase 3 work will be broken into
the tasks listed below.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 4 of 60
Task 1.0 Project Management
Task 2.0 Directed Services
Task 3.0 Independent Constructability Review
Task 4.0 Survey and Base Mapping
Task 5.0 Utilities
Task 6.0 Traffic Engineering, Illumination, and Signal Design
Task 7.0 Right -of -Way
Task 8.0 Environmental Documentation and Permitting
Task 9.0 Railroad Engineering and Design
Task 10.0 Structural Engineering
Task 11.0 Geotechnical Engineering
Task 12.0 Drainage Design
Task 13.0 Pump Station Design
Task 14.0 Roadway Design
The level of effort associated with providing these services is shown in Exhibits D and E. The
estimated level of effort is based upon the assumptions and task descriptions provided below.
Efforts to complete these tasks can vary from the effort assumed for the preparation of the level
of effort shown in Exhibits D and E. Some budget items may cost more and others may cost less.
The CONSULTANT shall monitor total costs expended under this agreement and shall notify
the CITY if funds need to be reallocated between tasks.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 5 of 60
TASK 1.0 PROJECT MANAGEMENT
Subtask 1.1 Project Coordination
BergerABAM (hereinafter referred to as CONSULTANT) shall provide project management and
communications between the CONSULTANT team and the City of Tukwila (hereinafter
referred to as CITY). The CONSULTANT shall perform project administration and management
tasks as follows.
• Prepare and submit monthly invoices, including a tabulation of hours expended, broken
down by each major task.
• Prepare monthly progress reports summarizing the status of the budget, identifying trends,
and taking corrective actions if necessary.
• Prepare and update project schedule periodically as circumstances require or as requested
by the CITY. The project schedule shall be developed using Microsoft Project.
• Prepare subconsultant agreements and perform ongoing subconsultant coordination.
• Maintain all contract -required documentation.
• It is anticipated that the Phase 3 effort will last approximately two years (24 months).
Subtask 1.2 Quality Assurance
The CONSULTANT shall provide quality assurance/quality control (QA/QC) for all design
work in accordance with the CONSULTANT's QA/QC standards.
Subtask 1.3 Meetings
Project Team Meetings
The CONSULTANT shall facilitate biweekly internal project team coordination meetings during
Phase 3. A total of 52 team meetings are anticipated over a period of two years. Meetings shall
be approximately 1 hour in duration and shall be attended by an average of five
CONSULTANT team members, including three of the CONSULTANT's project management
and/or project engineering staff and two other CONSULTANT discipline specialists.
Progress Meetings with CITY Staff
The CONSULTANT shall facilitate monthly progress/project meetings with CITY staff. A total
of 24 CITY meetings are anticipated over a period of two years. Meetings shall be
approximately 4 hours in duration, including preparation and travel time and shall be attended
by an average of four CONSULTANT team members, including two of the CONSULTANT's
project management and/or project engineering staff and two other CONSULTANT discipline
specialists.
Deliverable(s)
• Monthly progress report and invoice (one copy)
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 6 of 60
• Updated project schedules if required (one copy)
• Updated contract forms and certifications
• Meeting notes for all meetings
• QA/QC documentation for all design work will be made available to the CITY upon request
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 7 of 60
TASK 2.0 DIRECTED SERVICES
This task is intended to cover project activities that are likely to be required, but for which the
scope and level of effort cannot accurately be defined. These activities are currently not
included in the scope of services but will be provided as a supplemental service if required.
Subtask 2.1 Public Involvement
If requested by the CITY, the CONSULTANT shall conduct two public open houses during the
design of the project. The purpose of these open houses would be to provide the general public
information about the status of the project. This information is expected to include the purpose
and need for the project, provide responses to frequently asked questions, and provide
information about the funding status and schedule for the project. It is anticipated that the CITY
will receive input on the project at these meeting and that the input will generally be supportive
of the project. Up to two CONSULTANT technical staff will attend to answer questions about
the project. It is anticipated that one open house will be held early in the design and the second
would be held when it becomes clear that the project is in a position to move into construction.
Written responses to comments received are not anticipated, but can be provided as a
supplementary service. Additional stakeholder involvement in the planning of the project is
included in other project tasks where necessary.
Deliverable(s)
• Up to five exhibits
• One hundred notices for mailing
• Written summary of comments received
Subtask 2.2 Value Engineering
If requested by the CITY, the CONSULTANT shall participate in a value engineering (VE)
review of the project. The CITY may elect to contract directly with a VE workshop facilitator or
may request the CONSULTANT provide this service. Other services to be provided by the
CONSULTANT include the preparation of the presentation to the VE workshop participants, a
written response to VE team recommendations, and modifications to the project's design
required to implement VE team suggestions that are acceptable to the CITY. It is assumed that
the VE workshop would be conducted at the 30 percent design level so that any
recommendations to be incorporated in the project can be implemented early in the design,
when the effort to incorporate them is minimal and can be accomplished as part the submittal
review process.
Deliverable(s)
• An initial presentation of the project to the VE team
• Review and response to the VE team recommendations
• VE recommendations accepted by the CITY will be incorporated in future design submittals
Subtask 2.3 Ad, Bid, and Award Services
The CONSULTANT shall provide additional bid period engineering services for the Strander
Boulevard/Southwest 27th Street Extension - Phase 3 project. The CONSULTANT shall answer
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 8 of 60
questions from bidders that are forwarded through the CITY. The answers shall be returned to
the CITY for distribution by the CITY to respective parties.
Subconsultant Coordination
The CONSULTANT will coordinate with internal resources, including the project geotechnical
and environmental engineers, as required, to assist in answering bidder questions. This may
involve coordinating resources to draft revised special provisions and/or plan sheets.
Plan Modifications, Addendums, and Clarifications
The CONSULTANT will furnish technical input to the CITY in response to bidder requests for
clarification of bid documents. If warranted, the CONSULTANT will provide technical
assistance necessary for preparing addendums that may include revised plan sheets and/or
revised special provisions. Assume up to 25 unique requests averaging 2 hours of response time
for each request. Assume up to three addenda and up to 16 hours of preparation for each
addendum.
Deliverable(s)
• Email responses to CITY for bidder questions
• One electronic copy of new special provisions or revised special provisions for each
addendum in Microsoft Word format
• One electronic copy of revised bid quantities for each addendum
• One half sized (11x17) print of revised plan sheets for each addendum
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 9 of 60
TASK 3.0 INDEPENDENT CONSTRUCTABILITY REVIEW
Ott -Sakai (hereinafter referred to as SUBCONSULTANT), under a separate subconsultant
agreement with CONSULTANT, shall facilitate an independent constructability review of the
project. This effort shall be completed at the 30 percent design level so that any
recommendations to be incorporated in the project can be implemented early in the design,
when the effort to incorporate them is minimal and can be accomplished as part the submittal
review process. It is assumed that this review will require a minimum of three constructability
workshops/meetings. SUBCONSULTANT will also provide an independent construction cost
estimate at the 30 and 60 percent design levels.
The proposed constructability review is anticipated to focus primarily on the development of
alternative methods of constructing the bottom seal. The alternative methods are not well-
defined, but are anticipated to include use of tremie methods, in combination with some
dewatering. The goal is to minimize the amount of dewatering. The CONSULTANT will
develop preliminary design concepts and submit/present to SUBCONSULTANT for review and
comment. A memorandum will be written to summarize the alternative bottom seal work
access needs, including temporary walls to facilitate construction. SUBCONSULTANT will use
plan sheets provided by CONSULTANT and superimpose the equipment locations, crane size,
and pick radius needed for the work. The work will also include formulating a conceptual level
cost estimate and a review of the construction schedule provided by the CONSULTANT.
Deliverable(s)
• An initial presentation of the project to SUBCONSULTANT
• SUBCONSULTANT will prepare a draft and final memorandum of the work described
above
• Up to two other meetings, with meeting minutes, to discuss and resolve issues identified by
the review
• An independent review of the construction cost at the 30 and 60 percent design submittals
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 10 of 60
TASK 4.0 SURVEY AND BASE MAPPING
One Alliance (hereinafter referred to as SUBCONSULTANT), under a subconsultant agreement
with the CONSULTANT, will provide existing site condition data in addition to the preparation
of existing condition documents for this project's design. This will include existing conditions
topographical survey and ROW, and parcel boundary document research, field work and base
mapping preparation, including any traffic control and or safety compliance requirements.
Surveying services shall be performed under the direction of a professional land surveying
licensed to practice in the state of Washington.
Subtask 4.1 Record Research and Survey Control
The SUBCONSULTANT shall provide geodetic survey control to support the project. Surveying
services shall be performed under the direction of a professional land surveyor licensed to
practice in the state of Washington. The survey control network will be based on CITY and
other jurisdictions' published control, as well as survey control established in previous phases
of this project.
Horizontal and vertical datums will conform to the datums established by Phase 1 of the
Stander Boulevard Extension Project.
Horizontal Datum - NAD83/91 Washington State Planes, North Zone, US Survey Feet
Vertical Datum - North American Vertical Datum of 1988 (NAVD 88), US Survey Feet
Survey control will be set out of the expected project extents to ensure a good basis for this
project's future construction.
Cadastral monumentation local to the site, as available, will be tied into this survey, to aid in
resolution of the ROW in the project area.
Subtask 4.2 Topographic Survey
The mapping provided, as shown in Figure 2, will be in support of the design of improvements
to design the roadway extension of Southwest 27th Avenue to Strander Boulevard, and the
associated sidewalks, utilities, and underpass beneath the existing railroad tracks.
The topographic mapping will cover approximately 39 acres and will include the following.
• Locate overhead utilities, including "sag" locations/elevations of all overhead lines crossing
the proposed Strander extension. All utility poles, including transmission poles north and
south of the proposed Strander extension, will also be located.
• Topo for United Pacific Railroad (UPRR) embankment and tracks, with elevations of top of
both rails, for 1,000 feet north of, and 1,000 feet south of, the crossing of Strander. Track
survey shall be at 50 -foot intervals in curves and 100 -foot intervals in tangent track.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 11 of 60
King County iMap
1 Alliance Geomatics
Surveying and Mapping Limits and Priorities
23 August 2017
City of Tukwila
Strander Blvd Extension
BergerABAM, neer
Approx location
of Southern Outfall
Survey OFiWM
200 ft South of
Outfall
la King Canty
GIS CENTER
Figure 2.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 12 of 60
• Topo BNSF Railway(BNSF) undercrossing, (abutments, low chord, top of track, and
roadway features below), as well as embankment and top of both rails for 100 feet north and
100 feet south of undercrossing.
• Buildings and structure envelopes and fence envelopes for areas secured by fencing.
• Striping and channelization for existing roadways. West Valley Highway and businesses
with limits shown in Figure 2.
• Concrete, asphalt, gravel, curbs, paths.
• Drainage courses, swales.
• Inlet and outlet of found culverts, including those shown in Figure 2.
• Visible utilities and painted underground utility locations marked by a utility location
company.
• Up to 40 potholes (20 by APS and 20 by Olympic Pipeline).
• Ground elevations and all breaklines sufficient to create 1 -foot contours.
• Trees 6 inches DBH and larger.
• Pipe invert elevations and descriptions of storm/sanitary sewer structures.
• Locate Ordinary High Water Mark along the Green River from Strander Boulevard to 200
feet south of the southern outfall.
• SUBCONSULTANT will apply for a UPRR "PERMIT TO BE ON RAILROAD PROPERTY
FOR NONINTRUSIVE CIVIL ENGINEERING SURVEY." CITY will assist, if necessary, in
obtaining this permit.
• SUBCONSULTANT will obtain UPRR and BNSF badges, as well as obtain adequate
railroad insurance prior to entering railroad property.
Subtask 4.3 Utility Locate Services
The SUBCONSULTANT will provide underground utility location information on existing site
condition documents. A private utility locating company will be utilized to initiate utility
marking with 811 Utility Locate Services and to mark utilities not covered by the 811 service.
All utility marks will be located as part of the topographic survey.
Subtask 4.4 Right -of -Way and Parcel Resolution
SUBCONSULTANT will resolve existing ROW and adjacent parcel boundaries and existing
easements on the adjacent parcels within the project area. It is estimated that 22 title reports will
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 13 of 60
be needed to determine the CITY's ROW boundaries, as well as determine potential ROW
acquisition areas, easements, and permits.
ROW and boundary resolution that was performed for previous phases of the project will be
utilized and expanded upon to generate a ROW base map for the project.
Subtask 4.5 Easements and Exhibits
SUBCONSULTANT will prepare and deliver legal descriptions and exhibits for up to 22 parcels
(ownerships) for ROW takes and easements. Up to 40 easements (temporary or permanent) and
exhibits will be prepared with up to three revisions per parcel.
Subtask 4.6 Wetlands and Pond
SUBCONSULTANT will map the detention pond and adjoining wetlands as shown as area 4 in
Figure 2. Mapping will include two days of a three-person crew (or three days of a two -person
crew), for locating wetland flags as set by others.
Assumption(s)
• SUBCONSULTANT shall obtain title reports with underlying documents for up to
22 parcels.
• SUBCONSULTANT shall obtain right -of -entry (ROE) for UPRR and BNSF properties.
• SUBCONSULTANT will coordinate access and entry onto railroad properties.
• SUBCONSULTANT cannot warranty that adequate access to any properties will be granted
and will notify the CITY if problems with access are experienced.
• ROE to 22 adjacent properties will be required and obtained by the CITY.
SUBCONSULTANT will coordinate and schedule work with the client and CITY to ensure
proper notification of property owners.
• Traffic control, if required, to be provided by SUBCONSULTANT.
• Tree tags and driplines are not a part of the scope of services.
• Wetland and OHWM flags to be set by others. Sketched maps of the wetland and OHWM
flag locations will be provided to SUBCONSULTANT prior to the wetland mapping. The
estimate for wetland flag locating is for three 8 -hour days for normal two -person crew.
• Estimate for potholes is an estimate only and may change based on actual costs, including
potholing OPL pipelines. SUBCONSULTANT has no control over this work or the price for
this work and does not warranty either the price or the quality of the work itself.
• Estimate for underground utility locates is subject to change. SUBCONSULTANT has no
control over this work or the price for this work and does not warranty either the price of
the quality of the work itself.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 14 of 60
• Price for title reports is an estimate only. SUBCONSUTLANT has no control over this price.
It may be higher.
Deliverable(s)
• Topographic survey and ROW base map (electronic copy), 1 -foot contour intervals
• AutoCAD surfaces (DTM Files) (electronic copy)
• Copy of field survey books (electronic copy)
• ASCII file of control points
• Construction control plans
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 15 of 60
TASK 5.0 UTILITIES
The CONSULTANT shall coordinate with the utility companies during the conceptual design
process in order to determine the necessary impacts to their systems, staging alternatives,
upgrades to utilities, and to assess any utility relocation costs.
Subtask 5.1 Existing Utility Data
The CONSULTANT shall contact all utilities within the corridor to obtain and review available
as-builts and construction record drawings for the existing utilities. A private utility locate
service will determine the location of all the underground utilities. This work is included in
Task 4 - Surveying and Base Mapping. As -built information and other information obtained
from the utility companies will be incorporated into the project base map. The CONSULTANT
shall provide the CITY with an APWA color -coded Existing Utility Map Exhibit. Utilities
known to exist in the project area, and anticipated to be affected by construction of the project
include the following.
• Olympic Pipe petroleum gas lines (12 -inch and 14 -inch)
• PSE overhead power (transmission and distribution)
• PSE substation
• Fiber optic (AT&T, Level 3, and Sprint located in UPRR ROW)
• King County sanitary sewer
• Sixty -inch Seattle Public Utilities (SPU) waterline to the north, perpendicular to UPRR.
Affected by shoofly
• Utilities in vicinity of West Valley, including PSE gas communications, and water, sewer,
and power services, all of which may or may not be affected
• City of Renton lighting system installed August 2017 (located along north side of sidewalk
from BNSF to intersection of Naches Avenue)
The CONSULTANT shall identify options for maintaining sewer service during the project and
for relocating or replacing the permanent utilities. The following research work will need to be
completed for this task.
• Collect and review available paper and electronic as-builts and construction record
drawings for the existing utilities and associated equipment, including valves, structures,
and other features.
• Collect and review available sanitary system masterplan, hydraulic model, and any reports
from King County, with an emphasis on the design criteria used for the existing sanitary
force main line.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 16 of 60
Deliverable(s)
• Draft existing utility map exhibit (color 34x22 roll plot)
Subtask 5.2 Preliminary Coordination with Utilities
The CONSULTANT will facilitate the coordination efforts with both the public and private
utilities within the corridor. The CONSULTANT will coordinate directly with the utility
companies.
The CONSULTANT shall attend a utility kick-off coordination meeting with each of the utility
companies, which will be held at the CITY. The CONSULTANT will endeavor to reduce the
number of meetings by meeting with more than one at a time. The purpose of the kick-off
meeting is to inform them of the project, discuss impacts to the utilities based on the
preliminary conceptual construction staging, discuss utility upgrades, determine existing utility
easements, and to get initial feedback on the utilities' concerns and their anticipated level of
effort for the project.
Based on utility company feedback from the utility coordination meeting, the CONSULANT
shall develop utility construction staging and relocation concepts. The concepts will be
incorporated into the draft utility relocation/protection conceptual design for CITY and utility
review. All comments will be consolidated into a single set of comments by the CONSULTANT.
As part of the effort described above, the CONSULTANT will facilitate one additional
coordination meeting with each of the utility companies, which will be held at the CITY. The
purpose of this coordination meeting is to present the proposed utility relocation plan and to
get final feedback on the utilities' concerns and their anticipated level of effort for the project.
Because it may not be possible to have all the utilities present at one time, an allowance has
been made for at least one separate meeting with each utility.
It is assumed the respective utility owners will provide timely concurrence on relocation plans
for all utilities and will provide design of the relocation to the CITY and CONSULTANT in
subsequent phases of the project. The CONSULTANT shall assist the CITY in preparing any
necessary agreements by providing a memorandum documenting proposed relocation plans
and including meeting minutes and other correspondence generated by the utility coordination
effort.
Assumptions(s)
• Final utility relocation/protection conceptual design will be used by the CITY in their Utility
Memorandum of Understanding.
Deliverable(s)
• Draft utility relocation/protection conceptual design (11x17 electronic copies)
— Construction phase relocation/protection
— Final condition relocation/protection
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 17 of 60
• Consolidated comments (Excel electronic format)
• Final utility relocation/protection conceptual design (11x17 electronic copies)
— Construction phase relocation/protection
— Final condition relocation/protection
Subtask 5.3 Coordination with Utilities for Final Design
The CONSULTANT shall attend two meetings with utility representatives and the CITY, one
before and one after the preliminary design (30 percent PS&E) submittal. Decisions from these
meetings will be documented in the meeting minutes and incorporated into the plans. The
CONSULTANT will provide exhibits and the minutes for these meetings. Meetings for the
water main and sanitary sewer force main will be held separately and are included under
Subtask 5.3.
Assumptions(s)
• Two utility coordination meetings.
• One round of comments from CITY and utilities on the preliminary design submittal.
• CONSULTANT will compile comments from utilities into the utility coordination log.
Deliverable(s)
• Consolidated set of utility comments for the preliminary design submittal in MS Excel
format
• Meeting minutes in MS Word electronic format
• Hard copy of plans (11x17) for each individual utility at each meeting and a full-size set for
use in discussions at each meeting
• Hard copy roll plot (22x34) depicting all utility relocations will be provided to each utility at
a 30 percent design level
Subtask 5.4 SPU Waterline Monitoring Plan
The CONSULTANT shall propose a plan to the CITY to monitor SPUs waterline for settlement
or other movement.
Deliverable(s)
• One PDF of a draft waterline monitoring plan
• One round of comments from King County and CITY on the preliminary design submittal
• CONSULTANT will compile comments from CITY and King County into the utility
coordination log
• If applicable, the CONSULTANT will coordinate and obtain written concurrences from the
County on any requested deviation from the County's standards prior to the beginning of
construction of the Interceptor Adjustment Work
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 18 of 60
Deliverable(s)
• Consolidated set of sanitary sewer comments for the preliminary design submittal in MS
Excel format
• Meeting minutes in MS Word electronic format
Subtask 5.5 King County Sanitary Sewer Relocation
A new sanitary sewer pump station will be required to divert flow from a portion of a King
County owned sanitary sewer trunk line that will be impacted by this project. The
CONSULTANT shall present options to relocate the King County sanitary sewer interceptor
(between existing County Manhole No. R-18-16 located at the northwest corner of the Tukwila
property and intersection of Southwest 27th Street/Naches Avenue). The CONSULTANT shall
coordinate with King County on the route and document decisions agreed to in meeting
minutes. It is assumed King County will design the relocation and provide final plans,
specifications, and estimates to the CONSULTANT to include in the construction contract for
the Strander Boulevard/Southwest 27th Street Extension project.
Key components of the relocation design will include duplex submersible solids handling
pumps, wet well, valves, valve vault, discharge piping, controls, CMU block building to house
the controls, and standby generator. The wet well and valve vault will be precast concrete. It is
assumed that King County will evaluate the need for odor and corrosion mitigation and
incorporate required mitigation into the design if deemed necessary.
Deliverable(s)
• Meeting minutes documenting design coordination with King County
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 19 of 60
TASK 6.0 TRAFFIC ANALYSIS AND ILLUMINATION (SUBCONSULTANT)
Subtask 6.1 Develop Assumptions and Methods for Traffic Analysis
SUBCONSULTANT (hereinafter referred to as SUBCONSULTANT), under a separate
subconsultant agreement with CONSULTANT, will collect, review, evaluate, and synthesize
prior traffic analyses prepared for the Strander Boulevard extension and other projects in the
study area (Northwest Arena DEIS, Southcenter Subarea Plan EIS, Transportation Element
Update, etc.). In addition, SUBCONSULTANT will coordinate with partner
agencies/jurisdictions to understand expectations for the project. The primary purpose of this
task will be to gather additional background information required to complete the traffic
analysis and design of the extension project.
Specific tasks include the following.
• Coordinate with WSDOT, Renton, and Tukwila to obtain and review relevant traffic studies.
• Review the analyzed scenarios, including traffic forecasts and horizon years associated with
phasing the project.
• Coordinate with the CITY to determine the roadway cross section and active transportation
access needs to analyze in Phase 3 and the appropriate horizon years to analyze.
Deliverable(s)
• Summary of prior reports/studies
• Preliminary construction cost estimates for anticipated signal modifications
Subtask 6.2 Traffic Study/Operation Analysis for Environmental Documentation and
30 Percent Design
SUBCONSULTANT will prepare a traffic study to verify the intersection/roadway geometrics
that satisfies environmental documentation requirements. This process will consist of the
following.
Data Collection
PM peak period traffic counts and traffic signal timing plans will be collected within the study
area that will be defined as part of Phase 3. For the purpose of budgeting, it is assumed that the
following intersections will be analyzed.
• Strander Boulevard and West Valley Highway
• South 180th Street and West Valley Highway
• Southwest Grady Way and West Valley Highway
• Strander Boulevard and Andover Park West
• Longacres Way and West Valley Highway
• South 156th Street and West Valley Highway
• Fort Dent Way and Interurban Avenue South
• Strander Boulevard. and Naches Avenue SW
• Strander Boulevard./Southwest 27th Street and Oakesdale Avenue SW
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 20 of 60
Relatively recent traffic counts during the PM peak hour may have been collected as part of the
Northwest Arena EIS project. To the extent that relevant traffic counts are available, those
counts will be used.
Twenty -four-hour tube counts with vehicle classification and average speed for up to
20 locations will also be collected for the noise and air quality analysis.
The rationale behind the relatively large study area is to understand how traffic patterns will
shift with the completion of the Strander Boulevard extension, understand if any traffic signal
timing modifications are warranted at nearby intersections, and to fully capture the potential
environmental impacts of the new traffic pattern.
Traffic Operations Analysis
PM peak hour intersection level of service will be evaluated for the above intersections
according to the Highway Capacity Manual 2010 standards. Traffic operations will be evaluated
using Synchro/SimTraffic software. Scenarios evaluated include existing conditions, the design
concept, and future no -action scenarios. A field visit during the peak hours will be conducted to
verify model results.
Operations will be evaluated for existing conditions, year of opening, and a horizon year
determined through coordination with CITY staff. The build and no -build scenarios will be
evaluated for the opening and horizon year. One option for the horizon year analysis is to
increase traffic volumes until the interim design begins to experience level of service
degradation. Based on growth rates from the City of Tukwila Travel Demand Forecasting
model, a "year of failure" can be identified to determine at which point the full widening
project would be warranted. Traffic signal warrants will be prepared for the Strander
Boulevard/Tukwila Station Access Road loop ramp intersection for submittal with the traffic
signal permit. SUBCONSULTANT will complete the traffic signal permit and submit to
WSDOT for review. They will address WSDOT comments and process the permit for approval.
SUBCONSULTANT will prepare a traffic signal warrant analysis in accordance with the
procedures stated in the WSDOT Design Manual, July 2017, and the current MUTCD.
The future no -action scenario is included for environmental documentation purposes. As an
optional task, additional scenarios can also be evaluated to determine potential design
modifications to accommodate events at the Northwest Arena.
The new traffic operations analysis and findings will be incorporated into an update of the
Technical Transportation Discipline (TDR) report completed in 2004. The TDR update will
utilize the Traffic Study Report and will only include the build alternative and no -build
alternative at opening and horizon year. Minimal budget and effort are included. The scope
and budget include reforecasted future traffic volumes and growth rates using data from the
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 21 of 60
Traffic Study Report. SUBCONSULTANT will also refine impacts to rail, transit, trail, and
freight.
Additional data will be documented for the build and no -build scenarios to support the noise
and air quality analysis. This includes documenting assumed roadway characteristics, vehicle
speeds, vehicle classification, traffic volumes, and traffic signal characteristics.
Recognizing that this project will seek competitive grant funding, SUBCONSULTANT will also
propose a greenhouse gas (GHG) emissions/vehicle-miles of travel analysis. This type of
analysis can demonstrate how reduced congestion and less circuitous vehicle circulation can
reduce vehicle emissions and improve area connectivity.
Deliverable(s)
• Memo describing the traffic analysis methods and assumptions
• Traffic Study Report
• Intersection/signal/channelization design recommendations
• Coordination to incorporate traffic analysis into environmental noise and air quality
analysis
• Focused updated Transportation Technical Discipline Report
• WSDOT traffic signal permit
• WSDOT/MUTCD signal warrant analysis
Subtask 6.3 Preliminary Illumination and Signal Design (30 percent PS&E)
SUBCONSULTANT will prepare 30 percent design plans and construction cost estimates for
illumination within the project area, a traffic signal modification at the Strander Boulevard/West
Valley Highway intersection, and traffic signal installation at the Strander Boulevard/Tukwila
Station Access Road loop ramp intersection. It is assumed that others will provide the as -built
design plans and geometric base drawings. As part of the design process, a site visit will be
conducted to verify existing conditions, including observable utility locations, sight lines, traffic
detection infrastructure, and existing signal and illumination equipment. The 30 percent plans
will identify required changes to signal phasing, existing traffic signal equipment, and proposed
signal and lighting equipment locations. The plans will also help to identify potential impacts to
ROW and to determine if other design measures are needed to accommodate the project.
SUBCONSULTANT will develop construction cost estimates based on the 30 percent design
plans. SUBCONSULTANT will address one round of comments from the CITY and submit
revised 30 percent plans and estimates.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 22 of 60
Deliverable(s)
• Thirty percent plans and construction cost estimates for signal modification at Strander
Boulevard/West Valley Highway, signal installation at Strander Boulevard/Tukwila Station
Access Road loop ramp intersection, traffic signal installation at Strander Boulevard/Naches
Avenue, and illumination within the study area (on Strander Boulevard between West
Valley Highway and Naches Avenue, the new pedestrian bridge, the new vehicular bridge
over Strander Boulevard, and the UPRR bridge)
Subtask 6.4 Final Illumination and Signal Design (60, 90, and 100 percent PS&E)
SUBCONSULTANT will prepare final plans, specifications, and construction cost estimates for
illumination within the project area, a traffic signal modification at the Strander Boulevard/West
Valley Highway intersection, and traffic signal installation at the Strander Boulevard/Tukwila
Station Access Road loop ramp intersection. The design will also include traffic signal
interconnect on Strander Boulevard from West Valley Highway to Naches Avenue. It is
assumed that the soil bearing pressure for traffic signal foundation designs will be provided to
SUBCONSULTANT by others. It is anticipated that submittals will be required at 60, 90, and
100 percent completion levels. The construction cost estimates will be updated for each
submittal. SUBCONSULTANT will address one round of comments from the CITY for each
submittal.
SUBCONSULTANT will prepare a Public Interest Finding (PIF) Form if proprietary traffic
signal or illumination equipment is required. They will submit the PIF to WSDOT for approval.
Deliverable(s)
• Sixty, 90, and 100 percent plans, specifications, and construction cost estimates for a signal
modification at Strander Boulevard/West Valley Highway, signal installation at Strander
Boulevard/Tukwila Station Access Road loop ramp intersection, and traffic signal at
Strander Boulevard/Naches Avenue, and illumination within the study area (on Strander
Boulevard between West Valley Highway and Naches Avenue, the new pedestrian bridge,
the new vehicular bridge over Strander Boulevard, and the UPRR bridge)
• Public Interest Finding (PIF) Form for WSDOT approval of proprietary signal and
illumination equipment
Anticipated drawing list:
• Traffic signal plans for the three intersections described above — 5 sheets/each for a total of
15 sheets
- Traffic Signal Plan
— Traffic Signal Wiring Schedule and Breaker Schedule
— Traffic Signal Wiring Diagram
- Traffic Signal Standard Detail Chart
— Traffic Signal Input File Layout
Illumination Plan —1 sheet
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 23 of 60
TASK 7.0 RIGHT-OF-WAY PLANNING AND PROJECT FUNDING ESTIMATE
Subtask 7.1 Local Business Access Design
This task involves engineering, design, and coordination required to reconfigure access to the
Taco Bell and Jack-in-the-Box restaurants located at the intersection of Strander Boulevard and
West Valley Highway. This work may involve potential revisions to the parking configuration
at a conceptual design level. The level of effort for this task assumes up to three meetings each
with these businesses; one to confirm operations, a second to present potential solutions, and a
third follow-up meeting, if required, to be determined in consultation with the CITY. This work
is to be completed in coordination with the roadway design effort described in Task 14.
Assumptions(s)
• One round of CITY review comments
Deliverable(s)
• Preliminary conceptual design of revised access to Taco Bell and Jack-in-the-Box, required
modifications to parking, and other changes as may be agreed to with each business
• Conceptual design to be included in the 30 percent plans
Subtask 7.2 Right -of -Way Plan
ROW required for the project has not yet been determined. For the purpose of budgeting this
task, the CONSULTANT has assumed a minimal level of effort for coordinating with potential
affected property owners. It is assumed that any significant effort required to address property
owner concerns, as required to facilitate the acquisition process, would be provided as
supplemental service during the ROW acquisition phase of the project. It is assumed that ROW
plans will not be required to support the preparation of the Project Funding Estimate (PFE). It is
assumed that up five ROW drawings/exhibits will need to be prepared, in WSDOT required
format, to illustrate the project's ROW needs and impacts.
Deliverable(s)
• Coordination meeting minutes
• ROW drawings/exhibits as required to support the preparation of the PFE
Subtask 7.3 Project Funding Estimate
The CONSULTANT will identify real property rights (permanent and temporary) required for
the project and evaluate the potential acquisition impacts as they may relate to preliminary
ROW acquisition costs and timeline to complete the ROW acquisition process. Based on the
work described above, the CONSULTANT shall prepare a Project Funding Estimate (PFE) to be
used to obligate ROW funds.
BID PROPOSAL
Abeyta (hereinafter referred to as SUBCONSULTANT), under a subconsultant agreement with
CONSULTANT, shall perform the following services.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 24 of 60
This scope of work entails Pre-acquisition services for the construction of the Strander Grade
Separation Intersection Project. These services will be furnished in accordance with city, state
and federal guidelines and regulations, including the policies and procedures of the Uniform
Relocation Act.
The overall ROW acquisition objectives are
• Prepare a PFE report
• Provide support to CONSULTANT and the CITY in preliminary evaluation of property
acquisition impacts
A specific list of performance objectives is outlined in the following paragraphs.
Specific Objectives
The key objectives for this project include the following.
1. Inspect and prepare a preliminary survey report for each parcel (22 parcels)
2. Provide a PFE/AOS report with WSDOT approval — a total of 22 parcels
3. Provide support to CONSULTANT to evaluate schedule, financial, and risk estimates
for obtaining real property acquisitions, including appraisal and valuations for possible
property acquisitions to support cost estimates — a maximum of 20 hours
Assumption(s)
• ROW needs will be provided by CONSULTANT
• CONSULTANT will provide direction that defines the level of effort for requested support
• CONSULTANT will coordinate property research with SUBCONSULTANT
Deliverable(s)
• PFE (draft and final)
• Electronic versions of all documents as compiled PDFs and two hard copies
Deliverable(s)
• Preliminary cost estimates for anticipated ROW acquisitions and easements. Input to the
project schedule regarding the timeline for completing and certifying the project ROW
• PFE for completing the ROW acquisition
Subtask 7.4 Right -of -Way Acquisition
These services are not included in the scope of work.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 25 of 60
TASK 8.0 ENVIRONMENTAL DOCUMENTATION AND PERMITTING (Widener &
Associates)
Currently, the project has approved NEPA and SEPA documentation. However, this
documentation needs updating, and the project's NEPA and SEPA determinations need to be
updated, prior to the next federal action.
Widener & Associates (hereinafter referred to as SUBCONSULTANT), under a separate
subconsultant agreement with CONSULTANT, will provide design assistance and early agency
coordination during Phase 3 of the project. Early input into the formation of project alternatives
will be provided to ensure each alternative includes provisions to minimize impacts to the
surrounding environment. This coordination within the various design elements of the project
will identify and incorporate minimization measures early in the alternative development phase
of the project and will ensure that an appropriate range of stormwater and groundwater
management alternatives are developed prior to agency coordination.
Task 8 requires the following tasks to document the reevaluation of the project's currently
approved NEPA and SEPA documents. Depending on the outcome of updated traffic modeling,
amendments/supplements to existing environmental documentation will be required for noise,
air, Section 106, wetlands and wetland bank use, hazardous materials, and CITY permits. New
documents are required for the biological assessment (BA), the Joint Aquatic Resource Permit
Application (JARPA), and environmental justice.
Subtask 8.1 Design Assistance and Early Agency Coordination
The CONSULTANT, with assistance from SUBCONSULTANT, will assist the CITY in
presenting the alternatives to both the state and federal permitting agencies to identify the
regulatory issues associated with each alternative. Potential minimization measures for each
alternative will also be identified during the coordination with agency representatives. All
permitting issues and the recommended permitting process for the preferred alternative will be
documented in the project design report. It is assumed that this effort will be accomplished with
graphics and design drawings required to complete the design report and to conduct the open
houses, and that no other special presentation materials are required.
Deliverable(s)
• SUBCONSULTANT will prepare meeting minutes and memoranda documenting the
coordination activities with state and federal agencies, as required
Subtask 8.2 Prepare the Area of Potential Effect (APE)
The CONSULTANT will coordinate with SUBCONSULTANT and provide support for
updating the APE if required.
Deliverable(s)
• Draft APE for the project
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 26 of 60
Subtask 8.3 Section 106 Report (Cultural and Historic Resources)
This work would include the preparation of the Section 106 report amendment in accordance
with the State Historic Preservation Office standards and guidelines for any new areas that
maybe impacted. The work will include the following.
1. Pertinent literature on the archaeology, ethnography, and history of the project area will
be reviewed to determine the existence of archaeological sites and to refine the
probability of archaeological resources and traditional cultural places in the project
areas.
2. The SUBCONSULTANT will maintain contact with the local tribes for any information
on historic Indian use of the project area.
3. A systematic field reconnaissance will be conducted to identify previously recorded
and/or unrecorded archaeological sites for the proposed project where ground -
disturbing activities are expected to take place. Field reconnaissance will consist of the
traverse of pedestrian transects at varying intervals, depending on terrain throughout
the proposed project area. Shovel probes (digging a hole with a shovel) will be
excavated, as deep as feasible, and in areas expected to have a high probability for
cultural resources. Shovel probes will be augmented through auger probes to explore
the deepest possible deposits. Shovel probes will be screened in highly probable areas
and in soil matrixes too dense to identify small chipping debris.
4. All new sites will be mapped, photographed, and recorded on Washington State
Archeological Inventory forms and submitted to the state Office of Archeological and
Historic Preservation (OAHP) for Smithsonian numbers. Every effort will be made to
include Tribal cultural resources personnel in assisting the field effort. Rights -of -entry
will be provided by the CITY.
Deliverable(s)
• Three copies of a draft Section 106 Report will be prepared to describe cultural resources
identified in the project area to meet state and federal standards for reporting as outlined in
the guidelines provided by the OAHP. The report will include summary background
information appropriate to a cultural resources assessment of the project area, including
environment, previous cultural resources studies, ethnography/ethno history, and history.
A discussion of agency and Tribal consultation, methodology, the results of the
investigation, and a map of located archaeological sites will be provided. Recommendations
will also be extended to any cultural resources that may be significant. Monitoring of
construction excavation recommendations may also be included. The historic structures
inventory form and/or archaeological site inventory form will be attached to the report as an
appendix
• Three copies of a revised draft Section 106 report incorporating CITY comments
• Three copies of a final Section 106 report incorporating WSDOT comments
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 27 of 60
Subtask 8.4 Noise Study
The SUBCONSULTANT will prepare a traffic noise report to evaluate traffic noise levels at
sensitive receptors near the project that would be potentially affected by traffic noise and to
identify potential mitigation measures. The traffic noise report will be developed in accordance
with WSDOT's Environmental Procedures Manual.
Sound Level Measurements
After review of the proposed project alternatives, the SUBCONSULTANT shall visit the project
area to identify potentially sensitive noise receivers and to take measurements of existing sound
levels. The SUBCONSULTANT will measure existing noise levels during the peak hours to be
used in calibrating the noise model. Measurements will be undertaken in accordance with
WSDOT and Federal Highway Administration (FHWA) guidelines, and will be made with a
Type 1 sound level meter. During these measurements, sources of existing noise and
topographical features will be noted and traffic speeds and vehicle numbers and mix will be
noted.
Construction Noise Impact Evaluation
The noise analysis will evaluate potential short-term impacts of noise from construction
activities. Construction noise on nearby sensitive receptors will be evaluated based on estimates
published by the U.S. Environmental Protection Agency (EPA) of maximum noise levels of
typical construction equipment in conjunction with simple distance attenuation. Computer
modeling of construction noise levels will not be performed.
Traffic Noise Impact Evaluation
The SUBCONSULTANT will evaluate traffic noise impacts using the FHWA Traffic Noise
Model (TNM) to estimate future traffic noise levels for the worst-case build alternative. The
worst-case scenario will be selected from among the build alternatives, and will be chosen
based on expected future traffic volumes and the location of the alignment relative to sensitive
receivers. The noise modeling will predict PM peak -hour Leq noise levels from traffic at a
maximum of 15 receptor locations that could be affected by the proposed project and will
consider existing conditions and design year conditions. Modeling to calculate noise contour
lines is not included.
Mitigation Analysis
The SUBCONSULTANT will identify mitigation measures to reduce noise levels during
construction. If predicted long-term traffic noise levels from operation of the project would
cause noise impacts, mitigation measures will be developed in cooperation with the lead agency
and design engineers. Mitigation analysis, if required, will include evaluation of the
effectiveness and general size and location of natural and man-made noise barriers using the
TNM model.
Deliverable(s)
• Three copies of a draft traffic noise analysis report for review by CITY with accompanying
draft special provisions if required
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 28 of 60
• Three copies of a draft traffic noise analysis report, incorporating the CITY's comments, for
submittal to FHWA/WSDOT
• Three copies of a revised draft traffic noise analysis report, incorporating comments by
FHWA/WSDOT, for submittal for approval
Subtask 8.5 Hazardous Material Memorandum
The SUBCONSULTANT will prepare a hazardous materials memo to evaluate the presence, or
likely presence, of potential hazardous substances within the physical limits of the project that
would have an effect on the overcrossing project. Sites with potential for environmental
issues/impacts include those that indicate current or past uses as service stations, battery shops,
dry cleaners, chemical storage, or manufacturing facilities; sites with fuel or chemical storage
tanks or drums present; or those with strong pungent or noxious odors. The scope of services
for this study will include
1. A review of the results of a federal, state, and local environmental database search
provided by an outside environmental data service for listings of known or suspected
environmental problems at the sites or nearby properties within the search distances
specified by WSDOT.
2. A review of historical aerial photographs, fire insurance maps, city directories, chain -of -
title reports, and tax assessor records, as available and appropriate, to identify past
development history on the parcels relative to the possible use, generation, storage,
release, or disposal of hazardous substances. An attempt to identify uses of the sites
from the present to the time that records show no apparent development of the site, or
to 1940, whichever is earlier.
3. Conduct of a visual reconnaissance of the parcels and adjacent properties to identify
visible evidence of potential sources of contamination.
4. A letter report that will summarize the results of this study. The letter report will briefly
discuss the project activities and include a table ranking the parcels (low, moderate,
high) by their potential for contamination from either on-site or off-site sources. A draft
letter report will be provided for review and comment. Upon receiving comments, the
letter will be modified as appropriate and made final.
Deliverable(s)
• Three copies of the draft hazmat memo will be provided
• Three copies of the hazmat memo will be provided incorporating CITY comments
• Three copies of the final hazmat memo will be provided incorporating WSDOT/FHWA
comments if required. It is assumed that WSDOT/FHWA comments will not alter the basic
conclusion of the documentation or require further alternative studies
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 29 of 60
Subtask 8.6 Biological Assessment (BA)
A BA (NO EFFECT LETTER) will be prepared for the preferred alternative in accordance with
WSDOT guidelines. The following subtasks will be undertaken in preparation of the project BA
(NO EFFECT LETTER).
1. Collect available documentation concerning the project activities and pertinent
biological information. Biological information will include priority habitat and species
data from the Washington State Department of Fish and Wildlife, along with rare plant
and high-quality ecosystem data from Washington State Department of Natural
Resources (WDNR). This information will be reviewed and a consultation strategy will
be developed.
2. Check with United States Fish and Wildlife Service (USFWS) and National
Oceanographic and Atmospheric Administration (NOAA) Fisheries to verify lists of
endangered, threatened, proposed, and candidate species.
3. Conduct a field reconnaissance to investigate on-site habitat conditions.
4. Make telephone contact with the appropriate resource agency staff for input on species
occurrence, habitat use, and potential project impacts.
5. Prepare a draft BA (NO EFFECT LETTER) addressing listed species, proposed species,
candidate species, species of concern, and critical habitat. The BA (NO EFFECT LETTER)
will include a project description, a list of species, a description of the species and their
habitat, an analysis of project effects, and mitigation recommendations.
6. Provide the draft BA (NO EFFECT LETTER) to the CITY for review and approval.
7. Revise the BA (NO EFFECT LETTER), as appropriate, and submit the final BA (NO
EFFECT LETTER) to WSDOT for their approval.
Deliverable(s)
• One electronic copy of a draft BA (NO EFFECT LETTER) for review by CITY
• One electronic copy of a draft BA (NO EFFECT LETTER), incorporating the CITY's
comments, for submittal to WSDOT
• Three copies of a final BA (NO EFFECT LETTER) that incorporates WSDOT comments
Subtask 8.7 Air Quality Analysis
The purpose of the air quality report is to identify any significant impacts and necessary
mitigation measures, and to determine conformity with pertinent air quality rules. The air
quality modeling assessment will meet the requirements of federal and state conformity
regulations and the procedures in EPA's Guidelines for Modeling Carbon Monoxide from
Roadway Intersections (1992), and will provide a project -level conformity determination for the
project.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 30 of 60
1. After review of the proposed project alternatives and the results of the traffic analysis,
the SUBCONSULTANT will select intersections for project -level air quality modeling.
The SUBCONSULTANT will visit the project area to assess the presence of potentially
sensitive receivers and to measure the physical parameters of the selected intersections.
2. Traffic Impact Evaluation: The SUBCONSULTANT will conduct an air quality impact
analysis using approved regulatory models and modeling techniques. This analysis will
include use of the latest MOBILE series emission factor prediction model and Version 2
of the CAL3QHC dispersion model. In this process, the SUBCONSULTANT will
coordinate as necessary with the appropriate regulatory agencies. The modeling will
calculate carbon monoxide (CO) concentrations near each intersection for the following
scenarios: (1) existing conditions; (2) opening and design year no action; and (3)
opening and design of the build alternative.
3. Mitigation Analysis: In the event the impact analysis modeling indicates the project
would cause significant air quality impacts, it will be necessary to quantitatively
consider mitigation measures for each of the intersections where impacts are expected.
For purposes of estimating a budget, the SUBCONSULTANT will assume modeling
mitigation measures are necessary at all four affected intersections for the worst-case of
the build alternatives, and will allow one day for the iterative process of WASIT or
CAL3QHC and available traffic modeling.
4. Air Quality Technical Study: The SUBCONSULTANT will prepare a draft technical air
quality report to document the methods and the results of the impact and mitigation
analyses, and to provide a conformity statement for the project. The Cl'1'Y will review
the draft report and prepare consolidated comments. The SUBCONSULTANT will
incorporate the CITY's comments into a final technical report
Deliverable(s)
• Three copies of the draft will be provided
• Three copies of the final air conformity analysis report will be provided to WSDOT/FHWA
incorporating CITY comments
• Three copies of the final air conformity will be incorporating WSDOT/FHWA comments
Subtask 8.8 NEPA Environmental Classification Summary Update
Services will be provided to prepare the ECS form by reviewing technical reports related to the
project, applying project -specific data to the form and coordinating approval for the project by
both WSDOT.
Deliverable(s)
• Three copies of the draft ECS will be provided
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 31 of 60
• Three copies of the final ECS documentation will be provided incorporating CITY
comments
• Three copies of the final ECS documentation will be provided incorporating WSDOT/
FHWA comments if required. It is assumed that WSDOT/FHWA comments will not alter
the basic conclusion of the documentation or require further alternative studies
Subtask 8.9 Wetland and Critical Areas Study
The purpose of this report is to identify jurisdictional wetland within the project corridor and
critical areas, as well as provide mitigation if necessary. The SUBCONSULTANT will develop,
implement, and complete field surveys to identify and delineate wetlands in the project area
using the appropriate methods described in the U.S. Army Corps of Engineers (USACE)
Wetlands Delineation Manual (Environmental Laboratory, 1987), Wetlands Research, Technical
Report Y-87-1, January 1987. The SUBCONSULTANT will delineate wetlands within 200 feet of
the project area.
The SUBCONSULTANT will prepare a comprehensive report that includes detailed wetland
maps, documentation of survey methods, results, potential impacts from project actions, and
recommendations for wetland protection and mitigation. The report also will contain
appropriate forms for wetland identification, delineation, and function assessment required by
USACE. The information in this report is intended for use in compliance with Section 404 of the
Clean Water Act. The final report and associated documents will be in a format acceptable to
USACE.
Delineated wetland boundaries will be identified on the ground with flagging. The delineated
wetland boundaries will be mapped with accuracy acceptable to USACE.
Deliverable(s)
• An electronic copy of a draft wetland delineation for review by the CITY with
accompanying critical areas provisions if required
• An electronic copy of a draft wetland delineation, incorporating the CITY's comments, for
submittal to USACE and DOE
• An electronic copy of a final wetland delineation, incorporating comments by USACE and
DOE
Subtask 8.10 Wetland Mitigation Use Plan
A wetland mitigation plan will be prepared for the development of the CITY owned properties.
The plan will be completed to meet the requirements of USACE and DOE. The following
subtasks will be undertaken in preparation for the project mitigation use plan.
1. Condition assessment of the proposed mitigation site.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 32 of 60
2. Analysis of the proposed impacts and the proposed mitigation site to show how the
mitigation site comply with USACE and DOE regulations.
3. Complete a draft of the wetland mitigation use plan which will include a narrative
describing the proposed mitigation site, a vicinity map, a plan view and/or detail maps
of the proposed mitigation and other informational maps as required by the permitting
agencies.
4. Revise the plan based on agency comments
Deliverable(s)
• Three copies of a draft mitigation use plan for review by the CITY with accompanying draft
special provisions if required
• Three copies of a draft mitigation use plan, incorporating the CITY's comments, for
submittal to USACE and DOE
• Three copies of a revised draft mitigation plan, incorporating comments by USACE and
DOE
Subtask 8.11 SEPA
The SUBCONSULTANT shall complete appropriate SEPA documentation, including all needed
studies, modeling, and analysis in accordance with State Environmental Policy Act (RCW
43.21C) and SEPA Rules (WAC 197-11). The SUBCONSULTANT will coordinate with the CITY
to address comments on the SEPA Checklist and provide support for the SEPA process.
Deliverable(s)
• SEPA Checklist
Subtask 8.12 State and Federal Permits
SUBCONSULTANT will assemble and organize all necessary environmental permit
applications to a standard acceptable by the permitting agencies. Anticipated permits include
the following.
• Section 404 Permit
• Section 401 Permit
• Shorelines Permit
Permit applications shall include all requested information, such as application forms, all
necessary permit drawings, an attachment describing project location, project purpose and
need, alternatives considered, and a summary of project impacts. The SUBCONSULTANT shall
also provide a draft transmittal letter for submittal of the application by the CITY. Draft
applications, including supporting information, shall be submitted to the CITY for review and
comment. Revised permit applications shall be provided to the CITY for signature and
submittal to permitting agencies. The SUBCONSULTANT shall perform the necessary
coordination to obtain the permits.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 33 of 60
Deliverable(s)
• Three copies of the draft JARPA for review by the CITY
• Three copies of the revised draft JARPA incorporating CITY comments
• Three copies of the final JARPA will be prepared incorporating agency comments
Subtask 8.13 CITY Permits
SUBCONSULTANT will assemble and organize all necessary environmental permit
applications to a standard acceptable by the permitting agencies. Anticipated permits include
the following.
• Critical Area Permit
• Fill and Grade permit
Permit applications shall include all requested information, such as application forms, all
necessary permit drawings, an attachment describing project location, project purpose and
need, alternatives considered, and a summary of project impacts. The SUBCONSULTANT shall
also provide a draft transmittal letter for submittal of the application by the CITY. Draft
applications, including supporting information, shall be submitted to the CITY for review and
comment. Revised permit applications shall be provided to the CITY for signature and
submittal to permitting agencies. The SUBCONSULTANT shall perform the necessary
coordination to obtain the permits.
Deliverable(s)
• Two draft copies of the permit applications
• Two final copies of the permit applications
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 34 of 60
TASK 9.0 RAILROAD ENGINEERING AND DESIGN (Hanson Professional Services)
Hanson Professional Services (hereinafter referred to as SUBCONSULTANT), under a separate
subconsultant agreement with CONSULTANT, will provide the following tasks.
Subtask 9.1 Project Coordination
Deliverable(s)
• None. SUBCONSULTANT will manage/administer Task 9.0 and coordinate with others as
appropriate for the various project phases.
Subtask 9.2 10 Percent Railroad Shoofly Plan
1. Conduct a site review concurrent with the topographic survey and prepare a one-page
field technical memorandum of rail weight, tie type, rail weight transitions, insulated
joints, culvert locations, and general observations. The purpose of this item is to collect
required track and tie information and to provide the track designers with first-hand
knowledge of the project site. Topographic survey to be provided by others.
2. Prepare 10 percent shoofly track plans suitable for developing an opinion of probable
cost of construction (OPCC), per the requirements stated in the checklist contained in the
UPRR 'Public Projects — Plan Submittal Guidelines', Rev. 8/04/2017 (available upon
request).
— 10 percent plans will be based on the previous Strander Boulevard project base
mapping
3. An OPCC will be developed using current industry track costs and civil costs from
WSDOT unit bid prices. See Limitations and Assumptions.
Deliverable(s)
• Brief field technical memorandum of rail weight, tie type, transitions, photos, and
observations
• 10 percent shoofly design plans (11x17) PDF format
• OPCC of construction for 10 percent track plans
Subtask 9.3 25 Percent Railroad Shoofly and Phasing Plan
1. Further the 10 percent shoofly horizontal and vertical design to 25 percent per the
requirements stated in the checklist contained in the UPRR 'Public Projects — Plan
Submittal Guidelines', Rev. 8/04/2017 (available upon request). The approximate tasks
and plan list to be developed from the UPRR requirements are as follows:
— Plans will include responses to the UPPR 10 percent design comments.
— Plans will be updated with new base mapping (by others). See Limitations and
Assumptions.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 35 of 60
- Prepare a phasing plan schematic - (no scale 11x17 — up to two sheets) and prepare a
brief phasing narrative technical memorandum. See Limitations and Assumptions.
- Shoofly plan and profile sheets (three sheets) to cover at least 200 feet beyond the
end of the shoofly (1"=100' 1/2 Size 11x17).
— Shoofly typical section sheets (four sheets) to include continuous stationing and
potential embankment pre -loading (no scale 11x17).
— Curve data sheet with shoofly coordinates (one sheet) (no scale 11x17).
- Prepare civil/track detail sheet (two sheets) (no scale 11x17).
- Earthwork model (Civil 3D 2017) by phases in Civil 3D based on UPRR standards
and geotechnical report recommendations.
- Shoofly cross section sheets (minimal annotation) by phase (12 sheets) (1"=20' 1/2 Size
11x17).
- Review geotechnical report for subgrade and slope recommendations.
- Provide utility review for UPRR guideline conformance. Utility casing and extension
design is not included in the scope of services. See Limitations and Assumptions.
- Design shoofly track to accommodate positive railway drainage. Hydraulic and
hydrologic (H&H) analysis and report are not included in this scope of services. See
Limitations and Assumptions.
- Prepare quantity summary table directly on the plan sheets to delineate those
quantity items by contractor and UPRR.
- Prepare an engineering design technical memorandum to record design
methodologies, decisions, and assumptions.
- Start preparations of track specifications — UPRR standard construction
specifications will be considered the primary specifications for the track
construction; however, other technical specifications will be developed as necessary.
2. Update the OPCC for track and embankment to 25 percent level.
3. Prepare PDFs for submittal.
4. Schedule and attend a site visit with a UPRR project representative.
Deliverable(s)
• Updated phasing plan — schematic format with phasing narrative
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 36 of 60
Subtask 9.7 100 Percent Railroad Shoofly Plans — Including Bid Support through
Contractor Award
Update the 90 percent shoofly design plans to 100 percent per the requirements stated in the
checklist contained in the UPRR 'Public Projects — Plan Submittal Guidelines', Rev. 8/04/2017
(available upon request). This phase will consist primarily of updating the shoofly design plan
set from commentary provided by UPRR on the 90 percent submittal and the UPRR site visit.
Review and add text as necessary to the final construction project handbook (construction
project handbook by others).
• Verify bid item list pertaining to the shoofly track to be provided by the contractor.
• Respond to contractor and CITY RFIs. See Limitations and Assumptions.
• Attend prebid meeting (one meeting). See Limitations and Assumptions.
Deliverable(s)
• Updated phasing plan — schematic forma with phasing narrative
• One hundred percent shoofly design plan set
• OPCC for 100 percent track plans
• Finalized specifications and bid item list
• Final engineering design technical memorandum
• Responses to Contractor and CITY RFIs (up to six)
Limitations and Assumptions
• CADD work in this scope of services will be in AutoCAD/Civil 3D 2017 with line -styles, symbols,
etc. conforming to UPRR CADD Standards. Conversion to other CADD platforms is not in this
scope of services. Should CADD conversion be required, it would be considered as an additional
service.
• Base mapping updates (by others) to be in AutoCAD/Civil 3D 2017 at a compatible datum with
previous Strander Boulevard design efforts.
• General shoofly plan development is per UPRR 'Public Projects — Plan Submittal Guidelines', Rev.
8/04/2017
• UPRR's disposition towards this grade separation project will be more clearly known after the
submittal of the preliminary engineering agreement. It is assumed that should significant changes be
required they would be considered as an additional service(s).
• Separate H&H analysis and report for the shoofly is not included in this scope of services.
• UPRR utility casing extension design, and review of non-UPRR utility design is not included in this
scope of services.
• Bidding support is included in 100 percent phase through contractor award. Construction
management (CM) is not included in this scope of services.
• OPCC costs will use current railway industry and WSDOT cost data. Final construction cost for
UPRR supplied labor and materials to be provided by UPRR with C&M Agreement.
• The design process will employ the Hanson Professional Services Inc. QC Review process.
• Should a 60 percent submittal be required by UPRR, a supplemental scope and fee will be submitted
at that time.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 38 of 60
• Railway signal additions by UPRR, including signal berms are not anticipated. Significant signal
grading improvements beyond track walkways including a separate grading plan are not included in
this proposal and will be considered as an additional service.
• Railway parallel railroad maintenance and access roads deemed necessary by UPRR are not
anticipated, because there are none in the existing condition. Parallel railroad maintenance and access
track access road design is not included in this proposal and will be considered as an additional
service. Submitting a list of construction materials to the CITY for separate analysis and assistance
with that analysis effort is not included in this scope of services and will be considered as an
additional service.
• It is assumed the specifications provided in this scope of services are for the shoofly track
construction, shoofly bid items, and language linking the railway specifications to the 'front end'. The
'front end' sections of bid documents are by others.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 39 of 60
TASK 10.0 STRUCTURAL ENGINEERING
This task includes the structural engineering required to develop conceptual layouts, coordinate
design efforts, and complete construction documents for structural elements identified herein
for the Strander undercrossing of the BNSF and UPRR railroad tracks.
The following design codes will be used to conduct the design and analyses.
1. WSDOT Bridge Design Manual LRFD, version M 23-50.17, June 2017
2. AASHTO LRFD Bridge Design Specifications, 7th Edition, and interims
3. AASHTO Guide Specifications for LRFD Seismic Bridge Design 2nd Edition (2011)
4. WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (2016)
5. BNSF-UPRR Guidelines for Railroad Grade Separation Projects (1/24/2007)
6. AREMA Manual for Railway Engineering (2017)
Assumption(s)
• Shoofly for UPRR Railroad tracks will be constructed to the east. A temporary shoring wall
will be designed and included in the contract to accommodate the construction of the UPPR
bridge. A temporary shoring wall will not be required to extend the BNSF bridge
foundation. The UPRR bridge undercrossing will be constructed adjacent to the temporary
shoring wall and completed in one stage, including an extension of the bridge foundation to
the west for a future track.
• Vehicular and pedestrian access to the existing Sound Transit Station, from Southwest 27th
Street, will be closed during construction of the walls, seal, and bridges east of the UPRR
tracks.
• Vehicular bridge for access to Sound Transit Station will be normal to undercrossing
alignment, a single -span structure (no interior pier required), and the approach grading will
accommodate alignment and profile effects. Sound Transit parking may be extended
towards this structure and this access will be coordinated through the CITY, as required.
• Seal will be constructed with open excavation, coffer cell, and tremie placement of concrete.
A structural seal and fascia wall elements will be incorporated to seal and strengthen the
undercrossing. Temporary struts may be required during construction, but permanent
struts are not assumed to be incorporated into the design.
• Sheet pile wall with whalers and ground anchors will be used as the structural wall system,
in place of secant pile wall designs.
• Dead -man (buried anchor) walls will be utilize to limit extension of permanent ground
anchors (PGAs) along project, where possible.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 40 of 60
Bridge Service and Strength Analysis
Service and strength load combination analyses of the proposed new bridge structures will be
conducted to demonstrate that the proposed structure meets the performance requirements per
AASHTO or AREMA, as applicable.
Bridge Extreme Analysis
Extreme load combination analysis of the proposed new bridge structure will be conducted to
demonstrate that the proposed structure meets the performance requirements per AASHTO or
AREMA, as applicable.
Bridge Capacity Analysis and Design
Component capacity calculations will be completed and designs will be prepared for the bridge
components based on the controlling design forces as determined from the service, strength,
and extreme analyses.
Wall Service, Strength, and Extreme Analysis
Analysis of the walls will be based on service, strength, and extreme load combinations to
demonstrate that the proposed structures meet the performance requirements per AASHTO or
AREMA, as applicable.
Subtask 10.1 BNSF Railroad Bridge and Walls
The CONSULTANT shall review the as -built drawings for the existing BNSF underpass
structure, review geotechnical data, coordinate with geotechnical engineer, develop design
parameters, design elements, meet with the CITY and BNSF, and prepare the following
submittals to meet the requirements of Table 3-2 of the BNSF-UPRR Guidelines for Railroad
Grade Separation Projects (1/24/2007).
1. Prepare bridge substructure extension concept design plans and pictures for the BNSF
bridge over Strander and will be used in establishing a preliminary engineering
agreement with BNSF. The bridge will be similar to existing BNSF substructure, which is
a pile -supported footing extending full width of underpass with abutments and an
interior pier wall.
2. Develop the applicant response to the BNSF comments to the conceptual design and
prepare a type selection report (30 percent submittal), including design plans and
construction phasing.
3. Integrate the bridge concept with adjacent permanent or temporary retaining wall
designs, if necessary. Coordinate with the geotechnical engineer to design ground
improvement procedures between the structure foundation and the seal.
4. Coordinate with the civil design for roadway section, drainage, and utilities within the
underpass.
5. Develop the applicant response to the BNSF comments to the 30 percent submittal and
prepare a 60 percent design submittal, including design plans and calculations;
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 41 of 60
geotechnical report (see Task 11); project specifications and special provisions (see
Subtasks 10.9, 14.5 and 14.6); drainage report and plan (see Task 12); and construction
phasing.
6. Develop the applicant response to the BNSF comments to the 60 percent submittal and
prepare a final design submittal (CITY's 90 percent submittal), including design plans
and calculations; geotechnical report (see Task 11); project specifications and special
provisions (see Subtasks 10.9, 14.5 and 14.6); drainage report and plan (see Task 12); and
construction phasing.
The CONSULTANT shall update and coordinate design efforts for contract documents based
on WSDOT and CITY review of final design. See Subtasks 10.9, 14.5 and 14.6 for specials and
estimate.
Deliverable(s)
• BNSF concept submittal (11x17 PDF format)
• BNSF 30 percent submittal (11x17 PDF format)
• BNSF 60 percent submittal (11x17 PDF format)
• BNSF final submittal (11x17 PDF format and 11x17 hard copy)
• CITY and WSDOT review package (11x17 PDF format)
• Contract documents (11x17 PDF format and 11x17 hard copy)
Subtask 10.2 Union Pacific Railway Bridge and Walls
The CONSULTANT shall review the site conditions for the existing UPRR underpass structure,
review geotechnical data, coordinate with geotechnical engineer, develop design parameters,
design elements, meet with the Cl'1'Y and UPRR, and prepare the following submittals to meet
the requirements of Table 3-2 of the BNSF-UPRR Guidelines for Railroad Grade Separation
Projects (1/24/2007).
1. Prepare bridge superstructure and substructure concept design plans and pictures for
UPRR bridge over Strander and will be used in establishing a preliminary engineering
agreement with UPRR. Bridge to be similar to adjacent BNSF structure, which is steel
plate girder with pile -supported footing extending full width of underpass with
abutments and an interior pier wall.
2. Develop the applicant response to the UPRR comments to the conceptual design and
prepare a type selection report (30 percent submittal), including design plans,
construction phasing, and shoofly (see Task 9).
3. Prepare staging options at bridge. Integrate bridge concept with adjacent permanent or
temporary retaining wall designs. Coordinate with the geotechnical engineer to design
ground improvement procedures between the structure foundation and the seal.
Coordinate track and ballast design with rail engineer. See Subtask 10.3 for temporary
shoring wall design.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 42 of 60
4. Prepare concepts for utility conduits on bridge and design components to integrate the
utilities. Coordinate with the civil design for roadway section, drainage, and utilities
within the underpass.
5. Develop the applicant response to the UPRR comments to the 30 percent submittal and
prepare a 60 percent design submittal, including design plans and calculations;
geotechnical report (see Task 11); project specifications and special provisions (see
Subtasks 10.9, 14.5 and 14.6); drainage report and plan (see Task 12); shoofly design (see
Task 9); and construction phasing.
6. Develop the applicant response to the UPRR comments to the 60 percent submittal and
prepare a final design submittal (CITY's 90 percent submittal), including design plans
and calculations; geotechnical report (see Task 11); project specifications and special
provisions (see Subtasks 10.9, 14.5 and 14.6); drainage report and plan (see Task 12);
shoofly design (see Task 9); and construction phasing.
The CONSULTANT shall update and coordinate design efforts for contract documents based
on WSDOT and CITY review of final design. See Subtasks 10.9, 14.5 and 14.6 for specials and
estimate.
Deliverable(s)
• UPRR concept submittal (11x17 PDF format)
• UPRR 30 percent submittal (11x17 PDF format)
• UPRR 60 percent submittal (11x17 PDF format)
• UPRR final submittal (11x17 PDF format and 11x17 hard copy)
• CITY and WSDOT review package (11x17 PDF format)
• Contract documents (11x17 PDF format and 11x17 hard copy)
Subtask 10.3 Union Pacific Railway Temporary Shoring Wall
The CONSULTANT shall prepare a concept and design of the temporary shoring wall required
to stage construction between the shoofly and the UPRR bridge. This wall shall be included in
the contract documents, reviewed, and approved by UPRR as part of the requirements of
Table 3-2 of the BNSF-UPRR Guidelines for Railroad Grade Separation Projects (1/24/2007). The
submittals will be incorporated into those listed in Task 10.2.
Subtask 10.4 Sound Transit Vehicular Bridge
The CONSULTANT shall prepare a concept and design of a vehicular bridge that connects the
loop ramp intersection from the undercrossing to the Sound Transit Station as a single span
precast -prestressed concrete girder bridge. The foundations will be constructed with a pile -
supported footing and abutment walls, similar to the existing BNSF bridge. Retaining walls and
shoring will be coordinated with the undercrossing structure and civil design. Ground
improvements will be evaluated and designed, as required, at the interface of the foundation
and the seal.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 43 of 60
Special provisions, quantities, and estimates will be included in Subtask 10.9.
Deliverable(s)
• Thirty percent CITY submittal (11x17 PDF format)
• Sixty percent CITY submittal (11x17 PDF format)
• 90 percent CITY submittal (11x17 PDF format)
• WSDOT/CITY contract submittal (11x17 PDF format and 11x17 hard copy)
Subtask 10.5 Retaining Walls
The CONSULTANT shall prepare a concept and design of the permeant retaining walls for the
undercrossing, maintenance access for local utilities, business access, and integration of
pedestrian and vehicle traffic throughout the project. The retaining walls for the undercrossing
will be constructed with a sheet pile wall system utilizing permanent ground anchors (PGA)
and buried anchor (dead -man) walls. Cantilever soldier pile walls and cast -in-place walls will
be integrated where applicable. Geosynthetic retaining walls and moment slabs will be required
to grade up to the required profile for the pedestrian bridge, and possibly the vehicular bridge,
spanning the undercrossing. See Figure 3 for preliminary retaining wall layout.
Figure 3 - Preliminary Retaining Wall Layout
Retaining wall and shoring staging will be coordinated with the adjacent structures and civil
design. The structural seal is integrated with the undercrossing walls, but is separated out as
Subtask 10.6. Special provisions, quantities, and estimates will be included in Subtask 10.9.
Deliverable(s)
• Thirty percent CITY submittal (11x17 PDF format)
• Sixty percent CITY submittal (11x17 PDF format)
• 90 percent CITY submittal (11x17 PDF format)
• WSDOT/CITY contract submittal (11x17 PDF format and 11x17 hard copy)
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 44 of 60
Subtask 10.6 Seal and Fascia Walls
The CONSULTANT shall prepare a concept and design of the undercrossing structural seal and
fascia walls. The staging of the seal shall be coordinated with the construction of the shoofly
and temporary shoring walls, and integrate the BNSF, vehicular, and UPRR bridge foundations.
The seal depth will vary along the length of the project to counter buoyancy effects of the
permanent and temporary excavations. The seal, in conjunction with the reinforced concrete
portion of the seal and fascia walls, the pile -supported structure foundations, ground
improvement, and roadway section grading, will create a water resistant barrier and act
integrally with the structural walls to create a boat for the undercrossing. Storm drainage and
infiltration will be addressed in Tasks 12 and 13.
The seal will be constructed in stages and poured in segments to accommodate site conditions,
such as high-water table, differing subsurface materials, staging of the corridor, utilities, and
contractor means and methods. These impacts and staging of the seal will be evaluated as part
of the seal design.
An edge beam and approach slab will be utilized at each transition of the seal to standard
subsurface ground conditions.
Special provisions, quantities, and estimates will be included in Subtask 10.9.
Deliverable(s)
• Thirty percent CITY submittal (11x17 PDF format)
• Sixty percent CITY submittal (11x17 PDF format)
• Ninety percent CITY submittal (11x17 PDF format)
• WSDOT/CITY contract submittal (11x17 PDF format and 11x17 hard copy)
Subtask 10.7 Pedestrian Bridge
The CONSULTANT shall prepare a concept and design of a pedestrian bridge that connects the
Interurban Trail over the undercrossing using a prefabricated bridge. The foundations will be
constructed with spread footings and curtain walls that surcharge the structural walls of the
undercrossing and will be incorporated into Subtask 10.5. Retaining walls will be constructed to
raise the trail profile and meet ADA standards (see Subtask 10.5).
The CONSULTANT will coordinate the superstructure performance criteria with up to three
prefabricated bridge suppliers. The superstructure will be acquired by the contractor based on
performance criteria. The foundation and bearings will be design and incorporated into the
contract documents, based on the superstructure performance criteria.
Special provisions, quantities, and estimates will be included in Subtask 10.9.
Deliverable(s)
• Thirty percent CITY submittal (11x17 PDF format)
• Sixty percent CITY submittal (11x17 PDF format)
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 45 of 60
• Ninety percent CITY submittal (11x17 PDF format)
• WSDOT/CITY contract submittal (11x17 PDF format and 11x17 hard copy)
Subtask 10.8 Miscellaneous Structures
The CONSULTANT shall prepare a design of the following miscellaneous structural elements.
• Limits of the structure excavation
• Luminaire brackets and details, incorporated into the undercrossing structure
• Signal bridge at intersection for loop ramp to Sound Transit Station
• Signal bridge foundations, integrated behind or into structural walls of undercrossing
The CONSULTANT will coordinate the design of these elements with the other structural and
civil aspects of the project. Special provisions, quantities, and estimates will be included in
Subtask 10.9.
Deliverable(s)
• Sixty percent CITY submittal (11x17 PDF format)
• Ninety percent CITY submittal (11x17 PDF format)
• WSDOT/CITY contract submittal (11x17 PDF format and 11x17 hard copy)
Subtask 10.9 Structural Special Provision and Estimate
The CONSULTANT shall prepare a conceptual estimate for the 30 percent submittal, a special
provision outline, updated estimate for the 60 percent submittal, and a project estimate and
special provisions for the 90 percent and final submittals.
Deliverable(s)
• Thirty percent CITY submittal — structural estimate (PDF format)
• Sixty percent CITY submittal — structural estimate (PDF format)
• Sixty percent CITY submittal — structural special provisions outline (PDF format)
• Ninety percent CITY submittal — structural estimate (PDF format)
• Ninety percent CITY submittal — structural special provisions (MS Word and PDF format)
• WSDOT/CITY contract submittal — structural estimate (PDF format)
• WSDOT/CITY contract submittal — structural special provisions (MS Word and PDF format)
Subtask 10.10 Wall Aesthetics
The CONSULTANT shall utilize standard WSDOT form liners for aesthetic treatments for the
walls of the underpass. The CONSULTANT will participate in up to three 2- hour meetings
with the CITY to discuss concepts. The preferred alternative will be incorporated into the
project and no additional plan sheets will be included in the contract documents for
architectural treatments.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 46 of 60
TASK 10.0 STRUCTURAL ENGINEERING (Bright Engineering)
Bright Engineering Inc. (hereinafter referred to as SUBCONSULTANT), under a separate
subconsultant agreement with CONSULTANT, will perform the following tasks.
Subtask 10.3 Union Pacific Railroad Temporary Shoring Wall
The SUBCONSULTANT shall prepare a concept and design of the temporary shoring wall
required to stage construction between the shoofly and the UPRR bridge. This wall will be
integral with undercrossing structural walls and will utilize PGAs underneath shoofly. PGA,
Whaler, and other details to construct, maintain, and remove the temporary shoring wall will be
included in this effort.
This wall shall be included in the contract documents, reviewed and approved by UPRR as part
of the requirements of Table 3-2 of the BNSF-UPRR Guidelines for Railroad Grade Separation
Projects (1/24/2007), to be performed by CONSULTANT.
Special provisions, quantities, and estimates will be generated by CONSULTANT
Subtask 10.4 Sound Transit Vehicular Bridge
The CONSULTANT shall prepare a concept and design of a vehicular bridge that connects the
loop ramp intersection from the undercrossing to the Sound Transit Station as a single -span
precast -prestressed concrete girder bridge. The superstructure will be a precast -prestressed
concrete girder with integral concrete deck and diaphragms, per WSDOT standard practice. The
bearings, expansion joints, barriers, and all other connections to the bridge superstructure are
included in the superstructure design.
Typical 2 - 2 -inch -diameter conduit with junction boxes will be included in the traffic barrier,
but other conduits, utilities, luminaries, or miscellaneous items connected to the bridge will be
designed by CONSULTANT.
The foundations will be constructed with pile -supported footing and abutment walls, similar to
the existing BNSF bridge. Retaining walls and shoring will be coordinated with the
undercrossing structure and civil design. Ground improvements will be evaluated and
designed, as required, at the interface of the foundation and the seal. Walls, abutments,
foundations, and other interactions with undercrossing structure will be designed by
CONSULTANT.
Special provisions, quantities, and estimates will be generated by CONSULTANT.
Deliverable(s)
• Thirty percent CITY submittal (11x17 PDF format)
• Sixty percent CITY submittal (11x17 PDF format)
• Ninety percent CITY submittal (11x17 PDF format)
• WSDOT/CITY contract submittal (11x17 PDF format and 11x17 hard copy)
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 47 of 60
Subtask 10.8 Miscellaneous Structures
The SUBCONSULTANT shall prepare a design of the following miscellaneous structural
elements.
• Signal bridge at intersection for loop ramp to Sound Transit Station. Structure will be
rectangular sections, per WSDOT BDM Chapter 10, with bolted connections and baseplate
with anchor bolts.
• Signal bridge foundations, integrated behind or into structural walls of undercrossing.
Foundation will be drilled shafts placed an appropriate distance behind the structural walls
(to be determined). Geotechnical engineers will provide allowable lateral bending capacities
of soil. Design shall follow requirements of BDM Chapter 10.
The SUBCONSULTANT will coordinate the design of these elements with the other structural
and civil aspects of the project.
Special provisions, quantities, and estimates will be generated by CONSULTANT.
Deliverable(s)
• Sixty percent CITY submittal (11x17 PDF format)
• Ninety percent CITY submittal (11x17 PDF format)
• WSDOT/CITY contract submittal (11x17 PDF format and 11x17 hard copy)
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 48 of 60
TASK 11.0 GEOTECHNICAL ENGINEERING SUPPORT (Shannon & Wilson)
Shannon & Wilson (hereinafter referred to as SUBCONSULTANT), under a separate
subconsultant agreement with CONSULTANT, will evaluate the subsurface conditions at the
project site based on available existing subsurface data and one in situ test, described below.
Based on the subsurface conditions, the SUBCONSULTANT will provide geotechnical
engineering recommendations for final design of the project. Recommendations would include
foundations, walls, temporary shoring, settlement, stability, and seismic considerations.
SUBCONSULTANT would assist in developing plans and specifications for the project bid
package.
Subtask 11.1 In Situ Testing
Stormwater Pond Infiltration
The existing stormwater pond will be expanded as part of the project. The facility design
depends partly on the infiltration rate of the subgrade. To improve the estimate of the
infiltration rate, SUBCONSULTANT will perform a pilot infiltration test (PIT) near the existing
stormwater pond. The PIT will require an excavator and water source; SUBCONSULTANT will
retain an excavator subcontractor, and use an on-site water source to perform the PIT.
Assumption(s)
• The test will be located on public property, UPRR property, or PSE property. The CITY will
contact property owners and arrange for ROE for the test(s). SUBCONSULTANT will notify
the CONSULTANT, CITY, and property owner regarding the timing of the testing work.
• Water for the PIT will be available at the test location near the existing stormwater pond. A
water truck or outside water source will not be required.
• The PIT excavation will be loosely backfilled with the excavated material. No site
restoration will be performed.
• If street -use permits, traffic control, or railroad flaggers will be required to perform the test,
the SUBCONSULTANT will plan, coordinate, and procure the required items.
• To locate utilities on public property, SUBCONSULTANT will call the One -Call Utility
Locate number; any private utility location would be done by the CONSULTANT.
• The CONSULTANT or CITY will survey (provide plan coordinates and elevation of the
ground surface) the test location.
Subtask 11.2 Geotechnical Engineering
SUBCONSULTANT will provide design recommendations in accordance with applicable
standards, including CITY, WSDOT, UPRR, ad BNSF Railway. Engineering services will
include
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 49 of 60
Seismic Design Considerations.
SUBCONSULTANT would provide seismic design parameters for the project based on the
seismic design level specified by the CITY. SUBCONSULTANT would perform liquefaction
hazard analyses for the existing subsurface explorations in the footprint of the project, and
include the results of those analyses in other engineering evaluations (e.g., earth pressures,
stability).
Develop Bridge Foundation Recommendations
SUBCONSULTANT would provide LRFD axial and lateral resistances for deep foundations, or
bearing and lateral resistance for shallow foundations, if applicable. If we recommend deep
foundations, we would provide parameters for developing lateral resistance curves, but would
not perform lateral resistance analyses (e.g., LPILE).
Develop Retaining Wall Recommendations
SUBCONSULTANT would provide LRFD bearing resistances, static earth pressures, and
seismic earth pressures, as applicable, for temporary and permanent retaining walls. Wall types
may include soldier piles with tieback/deadman anchors, cantilever, and structural earth walls.
Evaluate settlement, global stability, and seismic displacement of walls, as applicable.
Develop Underpass Design Recommendations
Evaluate uplift forces and mitigation alternatives for the underpass structure. Mitigation
alternatives could be tiedown anchors, gravity structure, etc.
Develop Shoofly Embankment Recommendations
Evaluate settlement and stability of the shoofly embankment. Develop recommendations to
achieve required design standards for settlement and stability (e.g., base reinforcement,
preloading).
Update Existing Groundwater Model
SUBCONSULTANT would continue reading existing dataloggers at the site (six piezometers
and two stormwater pond stage loggers). SUBCONSULTANT would update the groundwater
model calibration using the recorded groundwater and pond stage level.
Develop Recommendations for Utility Protection
SUBCONSULTANT would evaluate potential impacts to existing utilities from construction
activities (e.g., vibrations, settlement), and develop mitigation alternatives.
Evaluate New Outfall Foundations
Evaluate foundation types and settlement of the new outfall. SUBCONSULTANT would
estimate the soil conditions at the outfall location based on geologic maps and engineering
judgment.
Evaluate Stormwater Infiltration Rates
Evaluate design infiltration rates based on PIT results.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 50 of 60
Evaluate Construction Considerations
Evaluate construction considerations related to site preparation, earthwork, excavations,
ground improvement, and temporary shoring.
Assumption(s)
• SUBCONSULTANT's hours estimate shows the assumed number of analyses/scenarios for
each scope item.
• Approximately 75 percent of the analyses would be completed for the draft geotechnical
report. The remaining analyses would be completed as part of the final report.
Deliverable(s)
• Draft (60 percent) geotechnical report
• Final geotechnical report
Subtask 11.3 Plans and Specifications
SUBCONSULTANT will review and comment on construction plans and specifications related
to geotechnical components of the project.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 51 of 60
TASK 12.0 DRAINAGE REPORT
The CONSULTANT shall prepare a drainage report and preliminary conveyance design for the
project in sufficient detail to support the completion and approval of the environmental
documentation for the project. The drainage report will be prepared per the criteria of the
adopted 2016 King County Surface Water Design Manual (SWDM) and relevant policies of the
City of Tukwila as appropriate. The drainage report shall include the following.
1. Project overview
2. Detailed project description
3. Tributary area exhibits
4. Runoff calculations
5. Gutter analysis including sag analysis
6. Detention calculations
7. Water quality computations
8. Stormwater conveyance calculations
9. Wetland hydro period analysis
10. Maintenance and operation of facilities
The drainage report and preliminary conveyance design will be based on the concept illustrated
below, with the outfall location and discharge route to be determined after topographic survey
information has been obtained. An outfall and discharge route memorandum will be provided
to the CITY.
The CONSULTANT shall meet with the CITY and the environmental subconsultant to
determine the wetland hydro period baseline.
Assumptions(s)
• Groundwater seeping into the underpass will not need to be treated.
• Storm water runoff from the roadway will be collected separately from the groundwater,
treated and subsequently comingled with the groundwater and discharged to the Green
River.
• The discharge route and outfall location will be selected based on the ability to gravity flow
(or not) the treated storm water and untreated ground water. These decisions will be made
in consultation with CITY staff and documented in a brief memorandum.
• The stormwater design process will include up to three meetings with the CITY and other
involved parties to review and discuss options being considered. One additional meeting
with the CITY will be required to review and discuss comments on the draft drainage
report.
• The CONSULTANT shall provide PS&E for the projects storm water system, including
submittal reviews with the CITY at the 30, 60, 90, and 100 percent completion levels.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 52 of 60
Stormwater PS&E submittals, and the effort associated with them, are not included in this
task, but will be incorporated in to the roadway design submittals as described in Task 14.
Deliverable(s)
• Meeting minutes
• Draft and final outfall and discharge route memorandum(one electronic and two hard copy)
• Draft and final drainage report (one electronic and two hard copy)
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 53 of 60
TASK 13.0 PUMP STATION
The pump stations and outfall configurations will be established based on the final discharge
route. The existing pump system will be modified as described and shown in Figure 4. Existing
pump station modifications will include the addition of a third pump and associated valves and
controls, upsized power feed, and modifications to the existing pump layout and control system
as necessary to accommodate the addition of the third pump. The need for a second standby
generator will be assessed and incorporated in to the modification if deemed necessary.
If the discharge to the Green River cannot be routed via gravity flow, a new combined
storm/groundwater pump station will be required to pump treated storm water and
groundwater to the outfall. It is assumed this pump station will largely mirror the existing in
configuration and layout. Key components will include duplex submersible pumps, wet well,
valves, valve vault, discharge piping, controls, CMU block building to house the controls, and
standby generator. The wet well and valve vault will be precast concrete. The associated work
for this additional pump station system is included in Subtask 13.8 Outfall Pump Station
Design.
A groundwater pump system will be required to pump collected groundwater to the discharge
pipe or to the new combined storm/groundwater pump station. The new groundwater pumps
will be duplex submersible and installed in an existing manhole that will be converted to a wet
well. The controls will either be housed in an outdoor enclosure or inside the existing pump
station building if there is room.
All of the new pump stations will have telemetry equipment and will be connected to the
municipal Supervisory Control and Data Acquisitions (SCADA) system. If ownership of the
existing pump station is transferred to the CITY, then the existing lift station telemetry and
control panels will be replaced with the CITY's standard panels.
The current concept for the basic pump station improvements are shown in Figure 4 below. It is
understood this may be refined during the initial design phase and, as noted in Subtask 13.8
below, there may be a need to provide an outfall pump station if the preferred discharge route
cannot be gravity fed.
Subtask 13.1 Determine Criteria
The CONSULTANT shall meet with the CITY to confirm design criteria, determine pump sizes,
and identify equipment brands that are acceptable to the CITY and, if possible, comply with
"Buy American" provisions for this potentially federally funded project. Meeting minutes will
be provided.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 54 of 60
0
E
O
N
0
L Add 3rd MCC Section
0
F0
Tukwila, Washington
Subtask 13.2 Draft Stormwater Pump Station Memorandum
Preliminary drawings, supporting calculations, equipment data, specifications, and cost
estimates of construction for the stormwater pump station will be provided in a draft
stormwater pump station memorandum for CITY review. The CITY will provide one set of
consolidated review comments. The CONSULTANT and the CITY shall meet to review the
comments and responses. Comments will be incorporated into a final stormwater pump station
memorandum as part of Subtask 13.3. Meeting minutes will be provided.
Deliverable(s)
• Draft stormwater pump station memorandum
Subtask 13.3 Final Stormwater Pump Station Memorandum
Comments from the CITY on the draft stormwater pump station report will be incorporated
into the final stormwater pump station memorandum.
Deliverable(s)
• Final stormwater pump station memorandum
Subtask 13.4 Public Interest Findings
Proprietary components of the pump station(s) will need an approved Public Information
Finding (PIF) from WSDOT. It is assumed that there will be three components that will each
need a separate PIF.
Deliverable(s)
• Three PIFs for WSDOT approval
Subtask 13.5 Stormwater Pump Station Plans
The CONSULTANT shall prepare the stormwater pump station plans in accordance with the
drawing list included with the level of effort estimate.
Deliverable(s)
• Thirty percent permitting submittal
• Sixty Percent Submittal. This submittal shall incorporate comments from the CITY on the
30 percent submittal and shall represent a complete draft of the construction contract
• Ninety Percent Submittal. This submittal shall incorporate comments from the CITY on the
60 percent submittal and shall represent a complete draft of the construction contract
• Final Submittal. This submittal shall incorporate. CITY comments on the 90 percent
submittal and is intended for final review by WSDOT to obligate construction funds for the
project
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit AA
BergerABAM, P14.0347.00
September 2017
Page 56 of 60
Subtask 13.6 Stormwater Pump Station Specifications
WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (2018) will be
the standard specifications for the work. The CONSULTANT will prepare the general special
provisions and project -specific special provisions required for construction of the pump station.
Deliverable(s)
• Special provision submittals at 60 (outline), 90, and 100 percent level of completion
Subtask 13.7 Stormwater Pump Station Construction Cost Estimate
A construction cost estimate shall be prepared for the 60,100, and final submittals. This estimate
will be used as the basis of review for the lowest responsive responsible bidder
Deliverable(s)
• Cost estimate submittals at 30, 60, 90, and 100 percent level of completion
• Three hard copies of the construction cost estimate
• One electronic copy (PDF) of the construction cost estimate
• One electronic copy (MS Excel) of the construction cost estimate
Subtask 13.8 Outfall Pump Station Design
A new combined storm/groundwater pump station will be required if the
stormwater/groundwater cannot be discharged to the Green River via gravity flow. It is
assumed this pump station will largely mirror the existing in configuration and layout. Key
components will include duplex submersible pumps, wet well, valves, valve vault, discharge
piping, controls, CMU block building to house the controls, and standby generator. The wet
well and valve vault will be pre -cast concrete. This subtask includes the design of the additional
combined storm/ground water pump station.
Deliverable(s)
• Pump station plan submittals at 30, 60, 90, and 100 percent level of completion
• Special provision submittals at 60 (outline), 90, and 100 percent level of completion
• Cost estimate submittals at 30, 60, 90, and 100 percent level of completion
Subtask 13.9 Stormwater Pump Station Electrical Engineering
R&W (hereinafter referred to as SUBCONSULTANT), under a separate subconsultant
agreement with CONSULTANT, will provide electrical engineering and control systems design
required for upgrades to the existing stormwater pump station, construction of a new 100 HP
stormwater pump station, and if required construction of a new groundwater pump station. For
each pump station, the SUBCONSULTANT shall perform the following tasks.
1. Meet with CONSULTANT and CITY to review the pump station design requirements.
2. Prepare electrical calculations for utility service, generator sizing, and electrical
distribution based on pump station design criteria.
3. Coordinate electrical service requirements for provision of power to the upgraded pump
station site. Meet with the local power company if required.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 57 of 60
4. Attend one workshop with the project team to review the preliminary design documents
and establish criteria for final design.
5. Prepare final electrical and control system drawings for construction. Drawing
submittals shall be provided for 60, 90, and final completion stages. Anticipated
drawings include
— Legend and abbreviations
— Site plan
— Modified one -line diagram
— Electrical building power, lighting and control
— Vault power, lighting and control
— Electrical distribution details
— Circuit schedules and panel schedules
— Pump starter schematic diagrams
— Control system power schematic
— Control system I/O diagrams
— RTU interconnection diagrams
— Control panel details
6. Prepare electrical and control system technical specifications based on standard
specifications from the owner.
7. Prepare an engineering opinion of construction costs for the electrical and control
systems.
8. Attend up to four design team review meetings.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 58 of 60
TASK 14.0 ROADWAY DESIGN
This task involves engineering and design work for the roadway, trail, and project construction
phasing.
Subtask 14.1 Roadway Geometry
The CONSULTANT shall prepare a preliminary layout of the roadway. The roadway shall meet
sight distance requirements based on the roadway design speed, vehicle turning requirements
based on the project design vehicle(s), the requirements of the current Americans with
Disabilities Act (ADA), and other guidelines. The CONSULTANT shall prepare environmental
documents to support the roadway design as needed.
Assumptions(s)
• One round of CITY review comments.
Deliverable(s)
• Preliminary design(s) of the roadway to be included in the 30 percent plans, including cross
section and horizontal and vertical geometry.
• Environmental exhibits to support roadway design.
Subtask 14.2 Trail Layout
The existing interurban trail parallels the UPRR on the west side of the UPRR requires a
pedestrian bridge over the grade separation, which affects the profile and length of the
underpass. In order to bring Southwest 27th up to grade in the shortest distance, the trail will
likely need to be rerouted to the west or the east. The CONSULTANT shall investigate up to
three alternative routes and prepare a preliminary layout of the preferred trail route. The trail
shall meet the requirements of the current ADA guidelines.
Assumptions(s)
• One round of CITY review comments
• The trail will require a prefabricated bridge over the grade separation.
Deliverable(s)
• Preliminary design(s) of the trail to be included in the 30 percent plans
Subtask 14.3 Project Construction Staging
The CONSULTANT will develop construction staging and phasing concepts for the project. The
concepts will include all major construction activities and the sequencing of these activities.
Deliverable(s)
• Construction staging plans will be included in the roadway PS&E submittals described
below
Subtask 14.4 Roadway Plans
The CONSULTANT shall prepare roadway plans in accordance with the drawing list included
with the level of effort estimate.
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 59 of 60
Deliverable(s)
• Plan submittals at 30, 60, 90, and 100 percent level of completion
Subtask 14.5 Specifications
The underpass construction is not common and special provisions will be required to
supplement the WSDOT Standard Specifications for Road, Bridge, and Municipal Construction
and the associated amendments and general special provisions. The CONSULTANT will
prepare outline specifications identifying all anticipated payment items. Draft special
provisions will be prepared where required. It is anticipated that there will be a special
provision required for each of the following, among others.
• Secant pile walls
• Bottom seal construction
• Railroad construction
• Pump stations
• Utility work
Deliverable(s)
• Special provision submittals at 60 (outline), 90, and 100 percent level of completion
Subtask 14.6 Construction Cost Estimate
An engineer's construction cost estimate shall be prepared based upon the list of anticipated
pay items and quantities obtained from the design effort.
Deliverable(s)
• Cost estimate submittals at 30, 60, 90, and 100 percent level of completion
• Three hard copies of the construction cost estimate
• One electronic copy (PDF) of the construction cost estimate
• One electronic copy (MS Excel) of the construction cost estimate
City of Tukwila
Strander Blvd/SW 27th St Extension
Tukwila, Washington
Exhibit A-1
BergerABAM, P14.0347.00
September 2017
Page 60 of 60
!
Rs
;
Oz
/es
■V
9126 • MOBILIZE SUBCONSULTANTS
0
2 0
I(\
0Ect
/II
Il
FINAL PLANS, SPECIFICATIONS & ESTIMATES
(
k
!t!
j/k
1°“1
°(
220
§k{(
8;5'
ggl
s){�•
«
!
\
} f
2
2
/ §
f�
�E
8Aƒ2
]|k
}- t4'6▪ 21 I\
~21.2
£,;~
!
!
0
0
o
$
0
■
Ln
ii\
\,Im
_ re .)}\(
g! 2 H,2 El
#!] ;.�
- k fesi
%0 )!»!5 R;
£}a•! •
■ o ( l'-'42"15 !!f()
P. f !t !!!_
§ E8 §�22 \!m■'-
§ ! . ;!{}\
( §!I»!G§
au �( §2to222=
!!,§;izo■!
..),,g -TIO
}$o_)�ti-
I M
., 1 2 A § a �
\a -1-
k
•
RIGHT OF WAY PLANS 8 ACQUISITION (Future Work Not In Scope)
rst
Exhibit B
DBE Participation
See attached Exhibit B.
Agreement Number:
WSDOT Form 140-089 EF Exhibit B Page 1 of 1
Revised 10/30/2014
STRANDER BOULEVARD/SW 27TH STREET EXTENSION
O co
c0 4-0 U
U Q
CO 0)
d
w c
0 a
ca
0
0)
C
r0
Contract Amount
w 0•
o u z
EXHIBIT B - DBE PARTICIPATION PLAN
Services to be Provided
I I
EA 69 EA 64 to to V? EA rh EA
01 n N O r Cr) ,-I O L) O
M N O Cr) a1 N O LC)
c/) M O N M a) coLn O
rl O V M 00
co In E9 co CO N- O) c} 1'-
00 N r r r r
N
t/)- t/)- EA EA EA EA ih EA EA
D4M0022928
D5F0019645
lD
Lf)
r-1
O
O
2
M
0
D4M0023226
00
O
cR
co
0) E O E cn
Ci+ C v) E
00 w w
'Er)
. 0)
w 0 >,
U
L �
U cm 2 °61c
C
a) +- C
3 O i0
v O a)v co N N C V
N L
0.5
•a 2 c to C w o a
> 3 w 02S V V o
++ to tw O 00 • 3 _O
C
N 0 L U v a) w
E2 o
a N N cc •1
00 0
c c
c0 O Q
2 4_ •>E
u O C V 7
0) L w i d
O 00 N
2 C
o. O
0
Berger ABAM
One Alliance Geomatics
Fehr & Peers
Widener & Associates
Hansen Professional Services
00
C O J
n J
OZf co
U
0
_N
�Qy
.coN oS
(d
c0
N
5
10.40% 0.00
0
00
N
M
0
N
l4
01-
4
O
a)
a)
0
C
c0
O
O I—
z
O_
O v
0)O
t 0_
4.4Ufa
N
0
a)
L a)
C
CO
C
to
0)
C
C
c0
a
0)
O
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
See attached Exhibit A-1.
B. Roadway Design Files
Civil 3D. Version to be determined by consultant based on current practice at the time the work is
completed.
C. Computer Aided Drafting Files
AutoCAD. Version to be determined by consultant based on current practice at the time the work is
completed.
Agreement Number:
WSDOT Form 140-089 EF Exhibit C Page 1 of 4
Revised 10/30/2014
D. Specify the Agency's Right to Review Product with the Consultant
See attached Exhibit A-1.
E. Specify the Electronic Deliverables to Be Provided to the Agency
See attached Exhibit A-1.
F. Specify What Agency Furnished Services and Information Is to Be Provided
See attached Exhibit A-1.
Agreement Number:
WSDOT Form 140-089 EF Exhibit C Page 2 of 4
Revised 10/30/2014
II. Any Other Electronic Files to Be Provided
See attached Exhibit A-1.
III. Methods to Electronically Exchange Data
Methods will be determined in consultation with agency during the course of the work.
WSDOT Form 140-089 EF Exhibit C Page 3 of 4
Revised 10/30/2014
A. Agency Software Suite
None.
B. Electronic Messaging System
None.
C. File Transfers Format
See attached Exhibit A-1.
WSDOT Form 140-089 EF Exhibit C Page 4 of 4
Revised 10/30/2014
Exhibit D
Prime Consultant Cost Computations
Exhibit D-1 - Consultant Fee Determination
Exhibit D-3 - Consultant WSDOT ICR Letter
Agreement Number:
WSDOT Form 140-089 EF Exhibit D Page 1 of 1
Revised 10/30/2014
EXHIBIT D-1: CONSULTANT FEE DETERMINATION Phase 3 Cost Summary
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
DIRECT SALARY COSTS (DSC)
Personnel Hours
1 Principal/Project Manager
2 Project Engineer
3 Structural Engineer
4 Civil Engineer
5 Construction Specialist
6 Designer/CAD Operator
7 Graphics
8 Department Coord./Admin
414
3,599
3,413
4,371
372
6,010
136
408
Rate
X $ 93.03
X $ 63.54
X $ 47.98
X $ 40.67
X $ 62.04
X $ 46.26
X $ 40.00
X $ 35.26
Total Hours
Overhead (OH)
Fixed Fee (FF)
18,723 Subtotal Direct Salary Costs (DSC) = $
Salary Escalation (SE) = 5% of DSC = $
Subtotal (DSC + SE) = $
163.45% of (DSC + SE) = $
31.55% of (DSC + SE) = $
TOTAL SALARY COSTS (DSC + SE + OH + FF) = $
9/5/2017
Cost
38,514
228,680
163,756
177,769
23,079
278,023
5,440
14,386
929,647
46,482
976,129
1,595,483
307,968.73
2,879,581
DIRECT NONSALARY COSTS (DNSC)
Mileage Design Team
Expendables (photographs, equip rental, etc.)
800 miles @ $ 0.560 $
1 Estimate $ 1,500 $
TOTAL REIMBURSABLE EXPENSES (DNSC) = $
448
1,500
1,948
TOTAL BergerABAM = $ 2,881,529
SUBCONSULTANTS
One Alliance Geomatics - Survey
Fehr and Peers - Traffic
Abeyta & Associates - ROW Planning Services/Project Funding Estimate (PFE)
Widener & Associates - Environmental
Hanson - Railroad
Bright - Structural
Shannon & Wilson - Geotechnical
Ott Sakai - Constructability
R & W - Pump Station Electrical & Control Systems
TOTAL Subconsutlants =
$ 250,337
$ 164,952
$ 33,220
$ 188,491
$ 179,333
$ 94,991
$ 141,320
$ 42,505
$ 70,650
$ 1,165,799
Management Reserve = $
100,000
TOTAL Authorized Amount $
4,147, 328
Page 1 of 31
EXHIBIT D-1: CONSULTANT FEE DETERMINATION ABAM Direct Salary Costs
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION 9/5/2017
Classification
Name
base wage
Rate
% Participation
blended rtourly
Rate
Principal/Project Manager
Project Engineers
Bob Fernandes $93.03 100%
$ 93.03
Ross French
Naomi Selove
Stuart Bennion
Matt Huxley
$63.00
$56.64
$63.54
$58.05
100%
$ 63.54
Structural Engineers Greg Banks $63.64
Santiago Aguilar $47.98 100%
$ 47.98
Civil Engineers Blake Nelson $35.58
Brook Emry $40.67 100%
$ 40.67
Construction Specialists Bob Lee $62.04 100%
Ed Cline $58.89
$ 62.04
Designer/CAD Operator John Reyes $41.61 30%
Jef Blake $55.19 30%
Lee Childress $43.05 40%
$ 46.26
Graphics Aaron Savage $40.00 100%
Kim Crow $37.91
$ 40.00
Department Coord./Admin Nora Bretana $34.88
Kelly Robinson $35.26 100%
$ 35.26
Page 2 of 31
ABAM Phase 3 Hours
EXHBIIT D-1 - CONSULTANTFEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
R
0
1 -
COQ
N
D h
N U)
O
N
V ON V cNO
t0
h
O `A
N t!)
,, ,N
,,
uiwpy/13Joo0
;uaw4edea
soiydeip
Jowl ado
ava /Jau6!sea
;s!Iepedg
uoi;3n4suo0
Jaaw6u3 HMO
Jeaui6u3
leJnpn.ils
Jaau6u3;oafoJd
Ja6euew
loafoJdnediouud
$ 93.03 1 $ 63.54 1 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
CD
ICI
O
e-
N
1.-
N
N
00
OO
COco
N
CD DS
0)v
O
, e-
CO
t0 i
a W
co
DI O
,
O0
N
,
O
N
NNO
M N M N
�
O aO O cO
N N N N
N
r
n
e-
N
e-
r
e-
N
M
LO
N
iN
ao
v
O
N
N
O
O
DI
See Ott Sakai Fee Estimate for Details
Y N
R E
I- Z
Z
e-
e-
N
e
N
N
N
M
N
M
DSC
TASK 1 - PROJECT MANAGEMENT
Project Coordination (24 months)
Quality Assurance
Preparation of QA Plan and Monitoring
Checking Subconsultant Work Products
30 Percent Submittal QA
60 Percent Submittal QA
90 Percent Submittal QA
Final Submittal QA
Meetings
Project Team Meetings (52)
Meetings with City Staff (24)
TASK 2 - DIRECTED SERVICES
Public Involvement
Exhibits
Mailings
Summary of Comments
Value Engineering (VE)
Initial Presentation of Project to VE Team
Review and Response to VE Recommendations
Ad, Bid, and Award Services
Answers to Bidder Questions
Addenda Special Provisions
Addenda Bid Quantities
Addenda Plans
TASK 3 - INDEPENDENT CONSTRUCTABILITY REVIEW
ABAM Phase 3 Hours
EXHBIIT D-1 - CONSULTANTFEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
0)
O
1-
00
CO
r
N
T-
(O
N
T-
00
N
0
N
N
N
N
.-
I�
CO O V O N
C) N 7 c-
CO
O
N
O
LO
Cr 7
CO00 N
N
a-
CO
u!wpy/'PJ000
;uewyedea
so!ydelJ
Jo;eiedo
avo /Jau6!saa
;s!le!oadg
uo!;ona;suoa
J00u!6u3 HMO
Jeau!6u3
lein;oruis
Jaau!6u33oaf0Jd
Ja6euelN
peload/Iedloupd
$ 93.03 1 $ 63.54 $ 47.98 $ 40.67 1 $ 62.04 $ 46.26 $ 40.00 $ 35.26 I
See One Alliance Fee Estimate for Details
See One Alliance Fee Estimate for Details
See One Alliance Fee Estimate for Details
See One Alliance Fee Estimate for Details
See One Alliance Fee Estimate for Details
00
co
(0
co
CO
N
(D
N
(0
M
N
N
(0
co
CD N
7
(0
00
co
.-
c'
7
N
0
7
N
co
03
03
CO
`Cr
00
N
7
(u
7
cO
—
00
7
7
N N 7
r
7
03
(O
r
CO
T-
CO
cO
r
7
N
N
7
N
7
N
(V (0 N 00 7
7
00
00
CO
7
00
N
7
7
N
'.1-)
Y
0
F O
Z
7
v-
7
N
7
CO
7
Cr LO
7 4
w)
e-
N
N
(n
CO
u)
DSC
TASK 4 - SURVEY AND BASE MAPPING
Record Research, GPS RTK Control and, Terrestrial Control Survey Work
Topographic Survey
Utility Locate Services
Additional Topographic Survey of Adjacent Wetland(s)
Title and ROW Review
TASK 5 - UTILITIES
Transmission, Substation), BP Pipelines (Olympic Pipeline), AT&T, Level 3,
Sprint, King County Sanitary Sewer, Seattle Public Utilities Water,
Communications (2)
Existing Utility Data
Contact Utilities for As-builts (12 contacts @ 1 hr each)
Collect and Review As-Builts and Construction Record Drawings
Collect & Review Sanitary Sewer Masterplan, Hydraulic Model
Compile As-builts into Base map
Prepare Existing Utility Map Exhibit
Preliminary Coordination with Utilities
Utility Coordination Kick Off Meeting (1 hr)
Prepare Materials for Utility Kickoff Meeting
Provide Meeting Minutes for Utility Kickoff Meeting
Project Utility Coordination (2 hrs per month)
Additional Utility Coordination Meetings (1-1 hr mtg per utility)
Develop Utility Relocation/Protection Conceptual Design
Review Utility Relocation Conceptual Design with City
Consolidate Comments from Utilities and City
Finalize Utility Relocation/Protection Conceptual Design
Utility Relocation Memorandum
Coordination with Utilities for Final Design
Respond to Utility Comments
Meeting Minutes
Plan Generation
ABAM Phase 3 Hours
EXHBIIT D-1 - CONSULTANTFEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
CO
N
To
O
F-
cD (O
N- CO
CO
M
0 V V
N a0 co
N
co
'
N.
N
CO
CD V
M N
N
0
(n
(0
00
N
(0
V
N-
V
N
0
(0
(0
O
N
(0
‘(1 -
ulwPVI Pioop
luewpedaa
salydeis
1oleaado
0V3 peu6lsea
IS!! epads
uoil3n.lsuoa
jaaul6u3 Ilnlo
Jaaul6u3
lejnlanils
.1eaul6u3 230oJd
Ja6eueW
laaroJd/ledlauud
$ 93.03 $ 63.54 $ 47.98 1 $ 40.67 $ 62.04 $ 46.26 I $ 40.00 I $ 35.26
,
,
(D
'V-
,
i
c0
•-
,
N
(D
(0
v
O
OO
N
See Fehr and Peers Fee Estimate for Details
See Fehr and Peers Fee Estimate for Details
See Fehr and Peers Fee Estimate for Details
See Fehr and Peers Fee Estimate for Details
N
0)
ro
•,-
v
N
CO
6
00
0
N
O
M
N
1-
to
CO
,
00
U)
0
o)
V'
00
,
CO
V
N
,
CO
CO
.-
,
,
CO
,
cif
00
CO
V
N
00
(0
1
,
00
O (o
V .-
,
v
V
co o co
,- V .-
, ,
V V N
v
V
N
V
00
00
CO
V
CO
CO
co
co
co
V
c0
0')
V
N
0)
CO
CO
V
N
CO
0)
0)
Y d
N Q
F-- 7
Z
N
N N6
c- N CO
cD 6 cD
C
cD
r
a-
h
U
()
0
SPU Waterline Monitoring Plan
Draft Waterline Monitoring Plan
Coordination with Utilities for Final Design
King County Coordination Meeting
Provide Meeting Minutes for Meeting
Develop Design Criteria
Provide Draft Conceptual Sanitary System Layout
Incorporate County Comments into Conceptual Design
Construction Cost Estimate
TASK 6 - TRAFFIC ANALYSIS, ILLUMINATION & SIGNAL DESIGN
Traffic Capacity Analysis
Preliminary Construction Cost Estimate
Preliminary Illumination (30 Percent) Design
Traffic Study for Environmental Documentation
TASK 7 - RIGHT OF WAY PLANNING AND COORDINATION
Affected Property Owners (10): Taco Bell, Jack In The Box, Puget Sound
Energy ROW, Sound Transit, Kaiser Permanente, King County Metro Transit
RapidRide, Boeing, BNSF, UPRR
Local Business Access Design
Meet with Taco Bell
Develop Revised Access Options
Review Options for Revised Access with City
Revise Access Options
Present Options to Taco Bell
Follow Up Meeting
Meet with Jack in the Box
Develop Revised Access Options
Review Options for Revised Access with City
Revise Access Options
Present Options to Jack in the Box
Follow Up Meeting
ABAM Phase 3 Hours
EXHBIIT 0-1 - CONSULTANTFEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
0
l0
11,
0
F
V
N
CO .- N N
O
N QO 0
V CO
V'
N-.-
N N
N
a-
CO CO
00 N
CD
N
CO .- 0 N 0
e- a-
D) CO ,- CO
M
u[wpy/•PJ003
;uawpedea
solydeJo
Jo;eJedp
Qy3 /Jeu6lsap
3slleloadS
uol;ona;suop
Jaaul6u3 IND
Jaaul6u3
IeJn;onJ3S
Jaaul6u3;oafoJd
aa6euew
;oafoJd/ledlouud
$ 93.03 1 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
co
,
co
00
co
N
co
CD
N
C[)
M
,
CD
CO
0
N
r
d'
a-
,
CO
CO
0
a-
, , 1 , ,
00
CD
V
a--
a-
a-
co
. i
00
O
N
v V
. i
00
CO
Co
N
i i co i
(0OO
i i
O CO
co -
V' V'
i i
co
,- N N
N co
co ,- N N
CO CO
N
CO CO CO
CO a- N N N
CD N
CO N
Y N
o£
I- 0
Z
N
'-
N
r
N
h
N
N
N
Is:
DSC
o 0 0 a) 0 0
_ __ Cn _ N
,
a c 0
6O W mC C> W 0U t CO O) r dT O C > > > 2 O) >E wQ.0 E caEo 3QU) Elm EaQ o a t6 > E `Qa°'oa
C C 0
o L co OO W E O L Cc EO L N EON<E O tO- O- __EO L C NO 0 N oUL O Lc) 0 Q.0 O- CO O.Ndo 0 O Y O QQ=O 7N
0 U d O 7 H NO N Y L O. uU UU O` `° U cO] O
N U :.z' .5.._o_ -0 - d O QC) o < - d O Ov NO;,!il
IIH .N o y@ I ri)
_cgOwO-o°°U NED 7 o o � > o o o m
s 19 o 1 U ° �° °)
C o U )Co U OD 0 S cr Nm @ O NY pOc W a N L un. ,i O m 2 O
a' mo cad 3Ciuu3 : C
NuN
C)
Y 0 'c0 0 a m@rn Q o
To
3 a H ° m e L O
a
alb' c c �_ 3 0
1 ° ° E E 6
uc) co N0 7 7 2 c)
P2 N C
CL N IY Y
a
E
x
W
u)
o.
u)
0_
ABAM Phase 3 Hours
EXHBIIT D-1 - CONSULTANTFEE DETERMINATION
O
N
L)
0)
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
To
O
H
W CD
CO H N CO
N
N
CO H 00 CO
V' N CV
CO r , i,_
i
i i i
u!wpyf•piooa
luawpedaa
soiydeJ9
Jo;eJadp
av3 pau6isea
lsHe!oadg
uoi;onisuo3
Jeaui6u3 HMO
Jaaw6u3
leJn;oni3S
Jaeu!6u3;oafoJd
ie6eueW
3aafoJd/led!ouud
$ 93.03 $ 63.54 $ 47.98 $ 40.67 $ 62.04 I $ 46.26 $ 40.00 $ 35.26
, , ,
O
.
O)
to
(O
.
W
, ,
0o
to
0
I,
CD
, , ,
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
ro
(D
00 ()
coCO
co co
(D
CO
(O
(O v
r) C)
,
, ,
N M
C) H N C0
M.— N c)
CO O
JpO
N
Z
N
r N
N
a- N M V cn CO I- CO 0
00 00 00 00 0o co co co 00 00
0
N
O
Revise Access Options
Present Final Construction Route to Boeing ROW at Mtg
General Coordination (1 hr/ month)
BNSF ROW Coordination
Meet with BNSF (1 hr mtg)
Provide Minutes for BNSF
Revise Access Options
Present Final Impacts to BNSF ROW at Mtg
General Coordination (1 hr/ month)
UPRR ROW Coordination
Meet with UPRR (1 hr mtg)
Provide Minutes for UPRR Mtg
Revise Access Options
Present Final Impacts to UPRR ROW at Mtg
General Coordination (1 hr/ month)
Right -of -Way Plans & Coordination
(assume 12 properties)
Coordination (4 hr month for 9 months)
Exhibits (Assume 24)
Legal Descriptions (Assume 24)
Plans
TASK 8 - ENVIRONMENTAL COMPLIANCE/PERMITTING REQs
Design Assistance and Early Agency Coordination
Prepare Area of Potential Effect
Section 106 Report
Noise Study
Hazardous Materials Memorandum
Biological Assessment (BA)
Air Quality Analysis
NEPA Environmental Classification Summary Update
Wetland and Critical Areas Study
Wetland Mitigation Use Plan
ABAM Phase 3 Hours
EXHBIIT D-1 - CONSULTANTFEE DETERMINATION
O
N
Cr)
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
C.
O
1-
(n
Mr
h
r
O (a cc,
(r
n
(0
N
0
N O N O
(r0
M
0 N V (0 (D
N N (0 (0 m0 Nr
M r
—
u!wpw•pi000
luewpedaa
saiydeJD
Jo;eiedo
ave pau6!saa
is!!e!3eds
uo!;anijsuop
Jeau!6u3 I!A13
Jaau!6u3
!ein3aniis
Jeau!6u3 pafoud
i06eueyj
13efaid,ed!ouud
$ 93.03 I $ 63.54 I $ 47.98 I $ 40.67 $ 62.04 $ 46.26 I $ 40.00 I $ 35.26
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
See Widener and Associates Fee Estimate for Details
1 20 16 44- 54
See Hanson Fee Estimate for Details
See Hanson Fee Estimate for Details
See Hanson Fee Estimate for Details
See Hanson Fee Estimate for Details
See Hanson Fee Estimate for Details
1 20 16 44- 54 - -
6 8 16 - - - -
- 10 - 20- 54 - -
1 4 8 8 - - - -
0
CD
oa
m
r
N
�
CO
r
Tr
N
i`
N
CT
LO
I�
O
M
o
N
O
N
/11111111
S
N
O
r
N
N
(0 a (0 (0 a a
N
M
Tr
0
a
a
N
1,
4
(0
(O
N
N
N
(0
. . . .
rn 00 00
r.
1 1 1
v co CO
(0 N V N
N
i
N N S V
W O W N of O
N V W (0 N
Nr 0 NM 0V
N N O Nr
N a a (o a V
N
' '
N N N N N
'
N
Y d
F 7
Z
rTr.
00 00 W
7
OI Ol M T 0)
r
pM O
N
O
DSC
SEPA
State & Federal Permits
City Permits
TASK 9 - RAILROAD
Project Coordination
Railroad Shoofly and Phasing Concept
30 Percent Railroad Shoofly and Phasing Plan
60, 90 & 100 Percent Railroad Shoofly and Phasing Plan
Shoofly Plans - Hanson
Shoofly Coordination (BergerABAM)
Shoofly Design Coordination
Shoofly Plans - BergerABAM
Shoofly Coordination Estimate
TASK 10 - STRUCTURAL ENGINEERING
BNSF Bridge and Walls
Coordination and Meetings with CITY and BNSF (3 Meetings)
Retaining Wall and Integration
Foundation Design and Ground Improvement
Staging and Misc Details
BNSF Bridge Plans
BNSF Conceptual Submittal
BNSF 30% Submittal
BNSF 60% Submittal
BNSF Final Submittal
WSDOT/CITY Contract Submittal
UPRR Bridge and Walls
Coordination and Meetings with CITY and UPRR (3 Meetings)
Retaining Wall and Integration
Foundation Design and Ground Improvement
Staging and Misc Details
Superstructure Design and Track Coordination
ABAM Phase 3 Hours
EXHBIIT D-1 - CONSULTANTFEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
y
CO
O
1-
CO
0)
O
N 00 V N 00
N N V' N .-
CO
CO CD
N CO
CO N CO N N
O N M V N-
l'sM
CO N.0 V N
M CO M N N
7 V M'0(0 V N N N
0) 00 to O O O CO
00
uiwpy/.paoo3
;uawpedaa
salydeJO
Jo;BJadO
av3 /Jau6!s0a
;sllelaadS
uol;an.i;suoO
Jeaui6u311MIO
Jaaw6u3
Iem;anJ)S
Jaaul6u3 laeFOad
ia6euevg
pafoad/Iedlauud
$ 93.03 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
-4- 0 N V V
M V V 00
v
, , ,
N 00 N O N 00
0- ,- N v-
CO R V CD V V
CO
NNNNN
CO
(0 (0
0)0)0)
❑ ❑ 0
O O O
m m mco
E E E
W W W
0)0) O)
, 0) 0) 0)
u. )L u.
t t
03 CC1 CO
N N N N
m (n (n c0
R
N
O CD
N
CO6
, , N ,•cl
CD CO
N
, , , ,
CO CO Cr 0)
,- O N
M
N N CD 00
,- CO N
v-
CO
(n
1)
❑
O
E
w
0)
0)
(-
r
Ca
0
(o
M
V
, , („
N 00
, , ,
0 Cr N
V N a)
CO CO CO
1-,- V
m
a
❑
O
1
E
w
O)
0)
u_
CO
co
CO CO V' 00
CD
N
co
CD
r
00(O
N
,
O
CD
r
O
NI.
CO
00
W
V
( CO
, ,
N
,
, , , ,
, , , , , , , ,
V 00 00 N 00
N
0 V O N 0 0 O'0
V N 00 I� CO 00 CO N
N CO V
s-
CO N V V V N N 00
.- N N N M CO
CVNNN
,
`m
N
R E
H 7
z Z
M
O
,-
-4.
O
,-
(O
O
DSC
CO (0 CO CO CO C >
_____ tT
N E E E E E 00 O C
C L
co Q 4 7 0 co C6
E. U) (/) U) U1 CO (0 a a
To
:2 d O CO Li: N a. CO) l0
m U a a a' O C 7 C
U
2❑
5CC 0. m if)
CC
O U w
cn E L O.
~ 3 E
0, m
c~
O) R'
U) a
C=
o
- c
O) 00
c 0
o
L
co
C0
O
a0
ER
°1
H
CC
re
a
M
C N C C
C C4
O O m O
2 E 0) O U
C Y C
N >❑ Y
0 2 s2 O VI
E U c
C N C c6
.m N ` .7 >
w E O Q 0) U
❑
c (n -a m '3
Si: c 5 co
m c m
9) D .n .o S
W L L
3 n o
._ O
o) c 0 iII
m C 1
7
0 LL .0 O'
U CCtc's U
0)
0)
'o
mEY
(0
7
C)
t
0)
>
y
H
a
c
07
co
C o) 0 0 0 0 0 0
(6 o Cs N 7
O O C o) O) a (T O) 0)
E N N E E E E CO .c0 0) 0) 0) 0) 0) 0)
C
7 3 a 7 7 7 J CO ❑❑❑❑❑❑
o o 6 U) co co U) O a r r N 0
U _ _ (0 7 a U) ()
N C U U U Oj LY-. @ 7 LL
7 0) M Cfl O) U
7 o. .N) O O O 0 1J!JI
(A ❑ (0 Cn
R c c U m @ m a @
0 C
m :- C c co.) CO
w a a0i ~O CD
0) , ,c =� m � .c
:0 °) a � .N D m •E 03 .-
n LU O L N @
m m
U m ❑ (p (A
CD C 0
i O
o o
c
m
O
0
Iii
0)
c_
c
@
0)
a
ABAM Phase 3 Hours
EXHBIIT D-1 - CONSULTANTFEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
O
F
V
CO
O
O N 0 CO
CO CO CO N
'Cl'
O
s
N O O N CO CO V
r CO (0 CO (0 (0 O(0
c-
(O
(0
N CD V V
.-= N
N
Cr
M
O O N
N CO CO
(O
6)
6) 0) Cr) N.
Co CO CO
O CO
M
uiwpy/'pJ000
luewpedea
saiydeJ9
Jolewad()
avo peu6isaa
isHeiaadS
uoIl3nmsuoa
Jaeu!6u2 HAD
Jaaui6u3
emlaniis
Jeau!6ug hafoad
Ja6eueW
laafoJd/lediaupd
$ 93.03 1 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
16 36 - 12 8 -
- 12 24 - 12 8 -
- 20 40 - - - -
8 24 - - - -
16 40 - - - -
- 20 48 - - - -
24 80 - - - -
- 66 132 - - 338 -
2 4 4 - - - -
2 4 6 - - - -
2 6 12 - - - -
2 4 6 - - - -
4 56 134 8 8 124 -
- 4 16 - - - -
- 16 40 - 4 - -
4 16 8 4 - -
- 24 48 - - 124 -
1 2 4 - - - -
1 2 4 - - - -
1 2 4 - - - -
1 2 2 - - - -
y .0
m E
I— 3
z
m
o
r
d
v-
m
0
T -
(
C o E E E E m m m o O1 C 0) o) o) C
N C6 N N N N N
A L L 4 4 J 0 0 0 0❑
L..- co co co' co 'C a m c m N c6
N w �TU CUN u) O (n (n
U U U 26 >O L a(%UUUC`
_..
0 0 oCO OU) O U
0 0 0 0 C a a) O N
•E- c,,-) co6) U U U �E 0 dLL
2 .0 .0
1 aca)<i
CO 6 r -o
C
0 mCB D o (°
❑ c (.9 E
co (0 N
o
O
w
5
L
O
caC
O
O
(0 0
N
o
01
IJ..
n=
0
O
N
C
m
n'
A
v.
7MCO
U
co
@ m m m C O
E E E E C N U
4 1] 9 .O a) 0 2
U) U) co co L (n
«T• .?•` T• U "OT
NOO0U
C
o0oC O 3
0 0 0U
6) 6 U U
:OL
o 3
U
En
0
❑ c c
O) @
m c
O O
❑ _
c
a
0
c 0
O
0
0)
a)
(0
m
R
H
C
A-
d
'
m0
0
y
m m m m amici .0) C C
E E E E a) N a)
L L L C-❑ 0
0
to co co co O> ) .O
�U ay d @
_ CO"O
..
N m'O
0 oO O m ( O
0 0 0 U O .E) O) w
( O
N _U N•m
E
Q a
U wEm
Om To
0 2 0
0) 0 0)
O
E
J
co
d
U
s_
(.7.)
0)
7
o
G)
V
N
2
ABAM Phase 3 Hours
EXHBIIT D-1 - CONSULTANTFEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
03
•O
H
0
(O
r
v 0) Co CO
N
0
(O
r
v 0 c0 m
M I— M r-
M M
CO
M
CO
M
N ,--
v
N
N
co co co c
c`") V
O
CO
0
N
uiwpy/'pJoo0
luawpedea
so!ydeJ9
Joleiado
aV3 /aau6!saa
lsgeiaads
uoi;3n�lsuoa
aaau!6u3 HAD
Jeau!6u3
ieJnlonils
Jeau!6u3 pafoid
Je6euew
laafoJd/lediauud
$ 93.03 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 1 $ 35.26
See Bright Fee Estimate for Details
- 20 40 - - 100 - -
8 16 - - - - -
1 2 4 - - - - 2
1 2 4 - - - - 2
1 2 4 - - - - 2
- 46 106 - - - - 8
8 24 - - - - 2
20 48 - - - - 2
12 24 - - - - 2
- 6 10 - - - - 2
- 9- 6 - - 16 -
- 9- 6 - - 16 -
12 8 18 - - - - -
See Shannon and Wilson Fee Estimate for Details
See Shannon and Wilson Fee Estimate for Details
See Shannon and Wilson Fee Estimate for Details
See Shannon and Wilson Fee Estimate for Details
See Shannon and Wilson Fee Estimate for Details
12 8 18 - - - - -
9 6 12 - - - - -
3 2 6 - - - - -
N
co
N
co
(O
N
M
V
c0
V
co
0
N
R
N
V
N
O
O
O
N
co
'
V
V
V'
c0
(O
V
CO
N
V
v
Y d
y0 E
Z
O)
C
O—
p
,— N
K)
4:1"M CO
t-
0
co
0
Miscellaneous Structures Plans
Miscellaneous Structures Plans
Bright Engineering Design Coordination
60% City Submittal
90% City Submittal
WSDOT/CITY Contract Submittal
Structural Special Provisions and Estimate
30% City Submittal - Estimate
60% City Submittal - Special Provision Outline and Estimate
90% City Submittal - Special Provision and Estimate
WSDOT/CITY Contract Submittal
Project Aesthetics
Project Aesthetics Meetings (3 - 2 hr Meetings)
TASK 11 - GEOTECHNICAL ENGINEERING SUPPORT
Subsurface Explorations and Testing
Update Existing Groundwater Flow Model Structure
Update Groundwater Flow Model Calibration
Groundwater Flow Model Simulations to Incorporate Phase 3A
Geotechnical Engineering
Geotechnical Review (BergerABAM)
Review of Draft Geotechnical Report
Review of Final Geotechnical Report
TASK 12 - DRAINAGE DESIGN
Determine Preferred Discharge Route
Determine Wetland Hydroperiod Baseline with Widener/City
Finalize Conceptual Drainage Design
Draft Drainage Memo
Address Comments on Draft Drainage Memo
Final Drainage Memo
Page 11 of 31
L
0
M
0
N
L
0
2
m
EXHBIIT 0-1 - CONSULTANTFEE DETERMINATION
0
N
I0
0)
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
0)
0
F
N
N
0 O N (O C C
M M h n 00 00
r 0 r CO
r
O
O
M
(O
w
r
V)
C a0 0 00 (0 O C O O a0
N N N CO CO V N CO CO
N
C N OO (0 00 0 0 CO V O
0 r N M N 00 (0 N
r
uiwPW PJ003
luawpedad
saiydeJ9
JoleJadp
aVF pau6!saa
1Sfiel0adj
uogan4suop
Jeau!6u3 m3
lemlanilS
Jaau!6u3 pefojd
Je6eueW
laafoJdfIediouud
$ 93.03 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
00
CC
twO'.co
00
O
N
C
O
CD
C
CO
N
N
C71
M
N
r
N 'Cr N O
, , , ,
, O
r, , C, , C
O
N
C C (D C O O CO
00 r (O CO 'Cr r
C N
0 0 C
, , ,
C C CO.1eaui6u3
C C (D (D CO CO C (D
Cr r 0) r 1-
r
N
r
, , , , , , ,
C
N
0
00
(OD
(n
(V
'Cr
00N
N
O)
C
N
O
0
N
co
0
N
00
0
0o
N
N
00
O
N
,
N
0)
,
00
, , , , , , , 1
r
N
O
C
CO
C
N
C
, ,
1
CO
N
N
N
(0
N
‘-
,
,
O
00
C C
V (0 (0 O CO CO COCV 0
r r r r
V N C
,
CO CO
(0 coO O (O O CO N O
- CO CO
O CO CO
O CO
�-
,
V V V C
CV N N
C C C C C CO C 'Cr CO CO
C CO C C C
CO N N
V
, I
Y 0)
N
0) E
I— 3
z
r
r N CO C N (D 1� CO
M M M M M 0') r) M
'Cr
N
CO
DSC
TASK 13 - PUMP STATION DESIGN
Meeting with City to Determine Criteria
Draft Stormwater Pump Station Memorandum
Final Pump Station Memorandum
Public Interest Findings
Stormwater Pump Station Drawings
Specifications
Construction Cost Estimate
Outfall Pump Station Design (Optional)
TASK 14 - ROADWAY DESIGN
Roadway Geometry
Determine Design Criteria & Roadway Limits
Develop Cross-sections
Review Sight Distance
Autoturn Analysis
ADA Analysis
Develop Roadway Conceptual Design
Review Roadway Conceptual Design with City
Finalize Roadway Conceptual Design
Generating Environmental Documents
Base map Review and Roadway Modeling
Trail Layout
Meet with City and King County Parks
Develop Trail Conceptual Criteria & Design
Develop 3 Alternative Trail Routes/Configurations
Review Trail Alts with City/County to Determine Preferred Design
Finalize Trail Conceptual Design
Project Construction Staging
Develop Construction Staging/ Phasing Concepts
Review Construction Staging/ Phasing Concepts with City
Finalize Construction Staging/ Phasing Concepts
Page 12 of 31
ABAM Phase 3 Hours
EXHBIIT D-1 - CONSULTANTFEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
V1
TO
O
1—
O
N
N
O
'Cr
r
O
CO
1
M
N
1,-.
OC
u!wpy/ pi000
luawpedea
saiydeJO
roleaadO
aya /Jau6!saa
lsnepadg
uoil3nJlsuoa
aaui6u3 HMO a
Jaaui6u3
leanpnalS
Joeu!6u3 laafOJd
Ja6euew
laa[OJd/iediauud
$ 93.03 $ 63.54 I $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
Tr
Up
N
N
N
R
i
N
r
N
Cr
n
m
'
to
0
V
00
0
(o
CO
CO
O
a
CO
0
V
CO
0
(D
00
'
'
'
'
414 3,599 3,413 4,371 372 6,010 136 408
d
co E
7
Z
Tr
'
ul
., 1
CD
—
DSC
Roadway Plans (See General -Civil Drawing List)
Specifications
Construction Cost Estimate
TASK 15 - SANITARY SEWER REPLACEMENT
To
O
1—
Page 13 of 31
EXHIBIT D1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
CO
0
I—
N
r
co
t0
N
to
N
01 (G
N N
N
u! W py
/ •JooD;aafoJd
so!ydeJO
Jed°
avo pau6!sea
;s!!e!oads
uo!lanJlsuoa
.1a011!6u3 !!n!a
Jeau!6u3
!eJnlonJlS
Jaau!6u3 loefoad
Ja6eue!N
to efoJd/!ed!ou!id
$ 93.03 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
co
M
0
O
N
N
0
00
N
0
0
N
<D 0
0 0
N N
Go
to
M
c
m
-0
E
z
—
N
CO
y ,n co r co rn°
7
N
0
z
3
g
0
DRAWING LIST
DSC
RIGHT-OF-WAY PLANS
RIGHT OF WAY AND EASEMENT KEY MAP
RIGHT OF WAY AND EASEMENT PLANS - SHEET 1
RIGHT OF WAY AND EASEMENT PLANS - SHEET 2
RIGHT OF WAY AND EASEMENT PLANS - SHEET 3
RIGHT OF WAY AND EASEMENT PLANS - SHEET 4
RIGHT OF WAY AND EASEMENT PLANS - SHEET 5
RIGHT OF WAY AND EASEMENT PLANS - SHEET 6
RIGHT OF WAY AND EASEMENT PLANS - SHEET 7
RIGHT OF WAY AND EASEMENT PLANS - SHEET 8
RIGHT OF WAY AND EASEMENT PLANS - SHEET 9
RIGHT OF WAY AND EASEMENT PLANS - SHEET 10
RIGHT OF WAY AND EASEMENT PLANS - SHEET 11
RIGHT OF WAY AND EASEMENT PLANS - SHEET 12
SUBTOTAL - ALL RIGHT-OF-WAY 1
Page 14 of 31
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
(1)
16
0
84
00 00
t0
t0
t0
I 84 II
u!WPV
/ •mood;oafoJd
saiydeJO
Jado
av3 peu6lsa4
lsllelaadS
uol;onisuo0
leaul6u3 MO
ieeig6u3
IeJnPan4S
JeeU!6u31.o01oJd
ia6euew
3aafoidIIedlouud
$ 93.03 I $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 I $ 40.00 I $ 35.26
'
'
See Hanson Fee Estimate for Details
"a
N
o
N
0
N 0
v v
N N
0
v
N
0
o
N
0
•4-
N
10 20 54
`m
1
Z
— CN
CO
V
N
CO
N-
CO
0)
o .--
N
CO
V
to
CO
W
in
o
N
N
SUBTOTAL - ALL SHOOFLY DRAWINGS
DRAWING LIST
DSC
SHOOFLY PLANS - HANSON J
SHOOFLY EMBANKMENT PLACEMENT - EAST
SHOOFLY EMBANKMENT PLACEMENT - WEST
SHOOFLY EMBANKMENT PLACEMENT - WEST END DETAILS
SHOOFLY EMBANKMENT PLACEMENT - EAST END DETAILS
SHOOFLY EMBANKMENT PLACEMENT - SPU SECTION
UPRR SHOOFLY - TYPICAL SECTIONS
UPRR SHOOFLY - TEMPORARY - TRACK PLAN AND PROFILE
UPRR SHOOFLY - FINAL - TRACK PLAN AND PROFILE
UPRR SHOOFLY - CROSS SECTIONS - SHEET 1
UPRR SHOOFLY - CROSS SECTIONS - SHEET 2
UPRR SHOOFLY - CROSS SECTIONS - SHEET 3
UPRR SHOOFLY - CROSS SECTIONS - SHEET 4
UPRR SHOOFLY - CROSS SECTIONS - SHEET 5
UPRR SHOOFLY - CROSS SECTIONS - SHEET 6
UPRR SHOOFLY - CROSS SECTIONS - SHEET 7
UPRR SHOOFLY - CROSS SECTIONS - SHEET 8
I SHOOFLY PLANS - BERGERABAM
SHOOFLY SURCHAGRE
SHOOFLY END GRADING
SHOOFLY EMBANKMENT CATCH DETAILS (1 OF 2)
SHOOFLY EMBANKMENT CATCH DETAILS (2 OF 2)
SHOOFLY MISCELLANEOUS
Page 15 of 31
EXHIBIT D1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
;4
O
F-
CO
i�
CO CO (0 CO 0 0 (0 CO 0 a a V < V v V v a a a a
cof
co
00 CO OD m <0 to 0 v7 m (O 0 0
u!wpy
$ 93.03 I $ 63.54 $ 47.98 $ 40.67 $ 62.04 l $ 46.26 $ 40.00 $ 35.26
/ •loo3loafoJd
so!yde.i3
0000000000(000000000000
M
N N N 0 0 0 0 0 0 0 0
N
O
Jed()
4V3 pau6!sap
ls!!e!oads
uo!lon.lsuo3
Jaau!6u3 I!A!3
Mt
Cl. v Cl. v v v v v v v v v v v v v v v v v v
v v v v v v v v v o v v
Jaau!6u3
CO
^
1..
!einlonalS
jeau!6u3 pafoJd
000000000000000000000
(0
N N N N N N N N N N N N
Ja6eueyj
loaro.1d/!ed!ouud
m
E
O—
N CO V c0 I- co m O N M V u'� c0 I. W O) O
N N
N
0
N 2 V N c0 I� c0 m O c N M
N N N N N N N N M M M M
3
Z
�
DRAWING LIST
DSC
BNSF BRIDGE PLANS
BNSF BRIDGE - BRIDGE GENERAL NOTES AND SHEET LIST
BNSF BRIDGE - GENERAL PLAN
BNSF BRIDGE - ELEVATION AND TYPICAL SECTION
BNSF BRIDGE - RETAINING WALL DEMOLTION
BNSF BRIDGE - GROUND IMPROVEMENT - SHEET 1
BNSF BRIDGE - GROUND IMPROVEMENT - SHEET 2
BNSF BRIDGE - GROUND IMPROVEMENT - SHEET 3
BNSF BRIDGE - PILE LAYOUT PLAN & FOOTING REINFORCEMENT
BNSF BRIDGE - PILE & FOOTING DETAILS
BNSF BRIDGE - TYPICAL SECTION & BEARING ELEVATIONS
BNSF BRIDGE - ABUTMENT #1 ELEVATION
BNSF BRIDGE - ABUTMENT #1 PLAN
BNSF BRIDGE - ABUTMENT #3 ELEVATION
BNSF BRIDGE - ABUTMENT #3 PLAN
BNSF BRIDGE - PIER #2 ELEVATION
BNSF BRIDGE - PIER #2 PLAN
BNSF BRIDGE - STAGELINE WALLS AT ABUTMENTS
BNSF BRIDGE - ABUTMENT & PIER SECTIONS
BNSF BRIDGE - MISCELLANEOUS FOUNDATION DETAILS
BNSF BRIDGE - FOUNDATION REINFORCEMENT TABLES
BNSF BRIDGE - FOUNDATION ESTIMATED QUANTITIES
UPRR BRIDGE PLANS
UPRR BRIDGE - BRIDGE GENERAL NOTES AND SHEET LIST
UPRR BRIDGE - GENERAL PLAN
UPRR BRIDGE - ELEVATION AND TYPICAL SECTION
UPRR BRIDGE - SHEET PILE NOTES
UPRR BRIDGE - BRIDGE RETIANING WALL PLAN
UPRR BRIDGE - BRIDGE RETIANING WALL ELEVATION
UPRR BRIDGE - GROUND ANCHOR DETAILS
UPRR BRIDGE - WALER & ANCHOR WALL DETAILS
UPRR BRIDGE - SHORING, TIEBACK, AND ANCHOR WALL LIMITS
UPRR BRIDGE - GROUND IMPROVEMENT - SHEET 1
UPRR BRIDGE - GROUND IMPROVEMENT - SHEET 2
UPRR BRIDGE - GROUND IMPROVEMENT - SHEET 3
Page 16 of 31
EXHIBIT D1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
y
0
1-
CO CD CO CD CD CO CO CO 10 1D 1O CO CD 1D CO tO CD (O CD CD CO CO CD N tO CO CO CO m CO (O
u!wpy
/ •J003;0afoad
saigd ei
Jed()
aye pau6!sa4
;sllelaadS
uol;ani;suoo
Jeau!6u3 I!A!o
Jaaul6u3
IeJn;on.gS
Jaeul6u3;aafoJd
Je6eueW
;aafoJd/Iedlauud
$ 93.03 $ 63.54 $ 47.98 1 $ 40.67 1 $ 62.04 $ 46.26 $ 40.00 1 $ 35.26
o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
v v v v v v v v Cr v v Cr v 'Cr v 'Cr v v v v v v v c c v Cr v v v v
N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
See Brigtht Fee Estimate for Details
`w
E
z
V (r) CO r 00 0) 0 ,- N 0 V' LO CO 1'- (0 0) 0 N 0 c 4[) CO r 00 0) 0 N 0 '
4'0) CO M C) C) C0 c c c c c c c c V V co (o co to if) UI) co co co to (o (o (0 (0 Co
0
)t)
c0
CO
CO
r
Co
(0
(0
DRAWING LIST
DSC
Z
z
W
w
W
0 N N N N
r:eo U N
J LL LL LL LL
/)
Z H m F N N 00 00
cn W F 0 H 1- - a3 (0 Cn N N "' N N
J J LL LL O U LL LL
Z 2 U O W D z z ¢¢ O IN LL LL 00
o z z m 0¢ W❑ ❑ o J co 0 0 u) co
o 0 0 z z n w w¢¢ a 0_ -1 H H
col_ >z>zz �oo�2o_a za (000WWJw00
¢❑ F Z w J w J 0 J W 9 IZ V) W C wCn (n (n J W J (n (n J J¢¢ LL❑ (/) (n
-10 > O w 0)0 d H ¢ a❑ 2 w z z a s ❑¢❑❑ Z Z >> 3❑
F Z U xt xt xt xt > Z Z Z J J w z Z tutu 0 w¢¢ U y1-1-00
J J W W
W w
DwalHHH��J W Fz00LLaoaaozzLLLLW wF_Fzz
O O N z z z z W d z z¢ F- F ¢¢- -10033<<
} LL Z J UJ W UJ W V I J J a 0 Z Z Z (n CO Z J J ct ix W W W W J J
J 0E U I- h I- U' F- W Z Z g J J 2 W W❑❑ (0-9U` 0 U' W W
U U
W WLL
¢ ❑ D❑❑¢ 7 U 7 7¢¢¢ J J¢ U U ZZ
J J w} m m m m w w r m w O O w m w¢¢ w w w¢¢ m E m E m m
LL LL m H¢¢¢¢ a o_ (n ¢ LL LL LL LL LL m m m= 2 m m m m
W W WWWWWWWWWWWWW WWWW 0(0(0(00 WWW WW W W
0000000000000000000000000000000
0000000000000000000000000000000
0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)
m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m
0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)
0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)0)
LL LL 0_0_0_ LLaLLLL 0 0)0) LL LL LL LL d d a d 0_ LL a 0_ d d d d d d d
333333333:) > > > > > > > > > > > > > > > > > > > > >
UPRR TEMPORARY SHORING WALL PLANS
UPRR BRIDGE - SHEET PILE NOTES
UPRR BRIDGE - TEMPORARY SHORING PLAN - STAGE 1
UPRR BRIDGE - TEMPORARY SHORING ELEVATION - STAGE 1
UPRR BRIDGE - GROUND ANCHOR DETAILS
Page 17 of 31
EXHIBIT D1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
«
O
I—
372 J
CO 00 (0 CD CD CD CD CO CO CO CO t0 t0 c0 (O (0 (0 (0 (0 CO (0 CD CD
u!wpy
/ %000 loarcod
so!yde.o
Jadp
aVF pau6!saa
ls!!e!oads
uo!lorulsuoo
Jaau!6u3 pm
Jaau!6u3
Ieanlon.1lS
J001.1!6u3 loafoId
Ja6eueyj
loafwd/led!ou!ud
$ 93.03 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
a
(7
N
N
O>
CD
a
2 4 12 - -
- 2 4 - - 12 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
I - 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
See Brigtht Fee Estimate for Details
`m
E
z
0) 0
(0 N-
0
N—
N M O r 00 O O co?,' M V (0 (O I - a0 6) O N M V (0 (O N- a0 O) O N M
17 N r N- N. N- N. N- (o 0o W 0o W ao (o 0) ao 0) o) rn 0) o) ch o) o) o) o) O o 0 0
DRAWING LIST
DSC
UPRR BRIDGE - WALER & ANCHOR WALL DETAILS
UPRR BRIDGE - SHORING, TIEBACK, AND ANCHOR WALL LIMITS
VEHICULAR BRIDGE PLANS J
F-
rn z
U)
H w
2 2
w
J0
J 0 (n co
W cn
z Q 0 Q W W
W— N M(.1) (n W Q 1= <1,3'
I-
0 Q J O W W W c Z O H H z H Z 00
Z z ¢ J H U I I S Z 2 (n O W 7 c0.)
Q o_ w co O Z (0 W W 1- Z- g 0 2 w w
(n H J J J J 0 Z Z 03 O D W 0 0 co_i
F Q Q W Q OQ W W W O Q(0 021 0 W Z( F w (L (L = Z Z I—
OW O¢ 000 w w W
J 0> 2 2 2 0 H z a ¢ ¢ (n O LL v v 0_ 2 2 0
tu
0 z 0 z z z z a 0 > >O a_0> CI w CL w —°C Q a D EK z Q J J (9 w 0 0 E
z J Z H 1- z z w a d d H� W 4t 4t 4t I ut) W z z_ O H F H IY a
H 0_ w W w w 2 z z 63
W O_ W w w Q Q H 22 2 O O W H H H H W H Zq '1-=1---
W 0_ W W z W Z Z z z O O Z 2 2 111
2 w 2- 0 0 Z Q CL Ct K Q 2 W W (=
� W W „(-95.-R O W O_ O O O W W<C 1-1-1- F- Q O 0 Z Z Q a 0 0 0 0 W U U Q
z wO -0000W O W w
0_ W S 0_ 0_ 0= ¢= 0= 0= 0= J W m m m m H m O O Y Z H W W
(00(0(0(00 cn O C0 (. o_ a m Q Q¢¢ (n ¢ W (L LL H 0 U' 0 W? 0 0 H
W W W W W W W W W W W WW W W W W W W W W W W W W W W W W W W W W
000000000000000 0 0 0000000000000000
000000000000000000000000000000000
000 0 0 0 0 0 00000 00 0 0 0 000000000000000
co 0o 0o 0o 00 0o 0o 00 M CO CO 0 CO CO CO CO CO 0 CO CO 00 CO CO 07 03 CO m CO CO 0] CO 00 00
0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ 0_ X 0_ 0_ 0_
<<<<<<<<<< a a a< a a<< a< a a a< a a a a g< a a<
J J J J J J J J J J J J J J J J J J J J J _J J _J _J J J _J J J J J
O 7 0 0 0 7 7 O O 7 O 7 O O O O O O O O 7 O 7 O 7 7 7 7 7 7 7 O O
000000000000000000000000000000000
1111111111 I I I I I I I I I I I I I I I I I I I I I I I
W 111111 WW W W W WWW WW WW WWWWW WW W WW W W W (0(0(0(0(0
> > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > > >
Page 18 of 31
EXHIBIT D1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
In
Ts
o
I-
W
q
00 OD DJ 03 00 10 10 1D CO CO OD OD (0 CO (0 t0 (0 CO CO t0 CD CO (0 CO CO 0 t0 CO CO
u!Wpy
/ •aoop;oafoJd
so!ydeA9
Jed()
add /jau6!sad
;s!le!oads
uo!;ons;suo3
.aau!6u3 Iwo
Jaau!6u3
leJn;anJ;s
jaaw6u3;oafoJd
Ja6eueW
;oafoJd/led!ouud
$ 93.03 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
132 264 - - 688 - -
N N 0 N N 0 0 0 N N 0 0 0 0 0 0 0 0 0 0 0 0 0 N N 0 0 0 0
v v v v v v v v v v v v v v v v v v v v v v v v v v v v v
N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
m
d
E
7
Z
V u,
0 0
CO
0
I,-
0
CO
0
CD
0
41
0
O s— N M V c0 c0 r 00 (3) O N CO V N (O r co Cr) O.— N 0 V c0 (0 N. 00
N N N N N N N N N N ch 0 ch 0 M CO 0 M C)
DRAWING LIST
0
u)
o
VEHICULAR BRIDGE - TRAFFIC BARRIER DETAILS (2 OF 3)
VEHICULAR BRIDGE - TRAFFIC BARRIER DETAILS (3 OF 3)
VEHICULAR BRIDGE - EXPANSION JOINT DETAILS
VEHICULAR BRIDGE - APPROACH SLAB DETAILS (1 OF 2)
VEHICULAR BRIDGE - APPROACH SLAB DETAILS (2 OF 2)
VEHICULAR BRIDGE - SUPERSTRUCTURE REINFORCEMENT TABLES
RETAINING WALL PLANS
I—
W
W
2
O
WI -
71 71
0
Z
•(n N N N
W W W w
~ N N O O 0
0 _ N
Z W W ..
J O O O W (n
_ _ J J J
W W lL N N Z Z ¢¢ ¢
z J 00 0000'. w w W
0> N N `— E .. N.. ¢¢ 0 O
O W W z Z z z>> Z Z Z Z Z
J w O O O O Z¢¢ W W w O z 022 O z O z O z
¢ 0 Q¢ O_ a a W W cn Q 0 Q O O ~¢ _O ¢ _O Q O
J Z z > >wo z > I- z z>i= F- Z > 1- z > i' z > 1-
(7 ¢ J J J J w*#***¢ J W ¢J J W W wooJ J W J J W J JO
W
Z d a w w O as as D6 0e De 0 W (n 0 w (n rn d w O a W O n. W CD
Z 0 i i N N N N N , , 1 1 1 1 , 1 1 1 , 1 1 1 , ,
Z(n It 3G It It # # l!) iA N 44) (O (0 DJ I.r r (0 a0 a0
W # it Sk ik ik (n (n fn (n (n 4 # V # # # at Yt xt ik 7t ik ii #
WZ 1— J J J J J J J J J J J J J J J J J J J J J J J J J J
Ct ¢ O ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢
<(0 W
EKw000O00OOOO( oOo000WCD00O0cDO(D
D c� a z z z z z z z z z z z z z z z z z z z z z z z z z z
U z HZ z Z z z Z Z z z z z Z z Z Z z z z z Z Z z z z Z z
IY W H I-- F I¢- H H H H H H H H F¢- I¢- a F H F F a F a H H H H
I- x= W IL (0(0(0(0(0(0 WW w w (0(0(0(0(0(0(0(0(0(0(0(0(0(0
(n W (n CL CL CC W CC CCCCCYCCCCCCCCCCCLCCCCCLCLCLCCCCCCCCCYCCEY
Page 19 of 31
EXHIBIT D1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
«
0
1—
c0 CO t0 CO t0 CO CD t0 (0 t0 t0 00 (O (DOD t0 c0 (0 0 CO CO CO w t0 t0 0 . 0 0 (0 00 00 t13,0 t0 10 (O
u!wpy
/ •loop;oafoad
so!ydeao
Jadp
0V3 peu6!saa
;s!!e!oads
uo!;on4suoa
Jeau!6u3 I!A!a
Jaau!6u3
!ein;onuls
Jaau!6u31oefoJd
ie6eueyy
;oafoad/led!ouud
$ 93.03 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
O o O 0 0 0 0 0 N 0 0 N 0 0 0 0 0 0 0 0 N N 0 0 0 0 0 0 0 0 N N 0 0 0 0 0
v v v v v v v v v v v v v v v v v v v v v v v v v v c v v v v v Cr v Cr v v
N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
m
d
E
3 3
Z
0) O N M V LC) CO N- W Cr 0 N CO V LO (0 r 00 O) O N CO Cr t[) CO i-- aO D) 0 N M V LO
co - - V V V V V V V V LO t1) N N LO CO t!) LO LO t[) CO CO CD CD (0 CO CD (0 (0 CD I- I-- N- r r N-
DRAWING LIST
DSC
N N N N
N N p 0 LL O O
W W N N N N
-
N O O v v v vLL LL
LL N W W LL LL J J J J 0 0
0 CO O O O O O a
N J J,- Nc•I a I- Il W W
COQ Q W CO
J N N N N I- 4- co co J J❑❑ ❑❑ J J
W W Q Q Q Q J J Z Z J J Q Q
W O O O O O O ❑ ❑ ❑ ❑ i > Z OQ F- ❑ ❑
06 Z Z Z Z Z I I J J J J W W >>°0 O(i H$
co Z O OW O O Z O O Z Z z<<<< a.J a W W W W N N - Z Z N N
LL LL
O Q- Z> o Z> > O> > O❑❑ K ct ty ct W W# v) co Z Z O O Z> o o N N O O
F Z>~ J W O J w w 0W W W W Z Z O O O O❑❑ O## L C J J w w O O -- N
W J J W Cy W (n d W W (n W W N>> S S 2 S J J f- 0C$ 0,6 O O `� C1 W CO CO .- N (n (/)
(n d W (n , „ O O D U U U O O M M V W W J J , ' ' , "' J J
' O O O N N N Cr Z Z Z Z()) Co :.� :.� r r r n O C7 Q Q
0o rn m m 0 O¢ C¢¢ . .* is * ¢¢ Z Z F I-
# # # # # # # # # # # # # # W # # Ti # J W W
J J J J J _J J J _J J J J J J J J J J J J J J J J J COJ J J J J J 0 0
J _J J J J J J J J J J J J J J J J _J _J J J J J J J J J 0 0 J J J J < <
a a a a a a a a a a a a a a a a a a a a a a a a a a a CO CO ¢ ¢ ¢ a Cr W W W
> > > > > > > > > > > > > > > > > > Z Z Z
_i_,
Uc U' Uc U' U' U' C7 C7 C7 O O 0 O 0 Uc C7 U' 0 Uc Uc Uc 0 0 Uc 0 Uc Uc (n (n U` U` O O Q Q W W
Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z F. F Z Z Z Z Cr Cr W W
Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z~~}}
O W W
HHHHI-HHHHHHHHHHHI¢-HHHHII--HHHHH221-HHHOOLLLL
W W W W W W W W W W W W W W W W W W W W W W W W W W (000(0(0 W W W W Q Q
EXHIBIT D1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
�+
O
1—
tO
CI
(0
OD OD (0 (0 t0 CO OD DD t0 t0 t0 t0 t0 t0 (O (0 (0 t0 (O (0 (0 t0 CO t0 t0 CO t0 t0 t0 CO CO t0 t0
196
u1Wpy
/ %moo 13afwd
salydeJo
lad°
avo pau6!sea
;s1Ieiaads
uol;aru3suoa
Jaau16u3 I!A!3
Jaau16u3
IeJnlanJ3S
Jeau1603 laafoJd
Ja6euelN
3aafoJd/ledlauud
$ 93.03 1 $ 63.54 $ 47.98 $ 40.67 1 $ 62.04 $ 46.26 $ 40.00 $ 35.26
co M
M
(0N
N N O O O O N N O O O O O O O O O O O O O O O O O O O O O O O O O
V V V V V O V V V R R V V V Q R R R? V V R R V R Cr Q Q R Q V V V
N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
N
O
N
,
m
.0
E
3.........
z
(0
O
CO r CO 0) 0 ,- N M V tO CO N- 00 0) 0 '- N M V tO (D r CO CO O.- N M V t0 CO r CO
r- r r r 00 00 N N W 00 CO W 00 00 0) 0) CO 0) 0) 0) 0) 0) 0) 0) 0 0 O 0 0 0 0 0 0
N-...... c-1-,-N-x-m-1-N N N N N N N N N
h.
p
DRAWING LIST
DSC
STRUCTURAL SEAL PLANS 1
N N M CO M
(L LL LL LL LL
0 0 0 0 0
N N v
W W (n (n (n
00J J J
L<L M M M
it a_ a W a Q I- I-
N N O O O WW 0
I- Hu_ a
Z Z O O0) 0) 0) ❑❑❑
O O (D (D (D t0 Z Z .r N J J J = = Cn < < <
W W W W W W 7C7(
0 0 Z H a ~ F0 0 0 0 0 0 ZF7C- 1-O Q Z Z Z
1- N M vtD(o < < W W 0 0 0 WW<O O 00 0 O
ZZZZZZ zzWWJJJ N Lc) o up o > WZO FHh_
<<<<<< V 7 V
3 3]><<< W a W a W m m m m m m O O O
JJ JJJ W a W W N W W W O O O O O W W W
""-I-1
a a a a a a O o o O CI) (1) W <<<<< a (n (o Cr)
0 0 0 0 (L LL W W a' N M V to J J J J J J
0 0 0 O O O �- (� `-' v O g g w w W 2 2 2 2 2 2 2 2 2 2 2 0 0 0
< < < < < < Z Z Z Z O O 1_ , ❑ ❑ a Cr a W W W W W < < < < < <
00000❑ O O O O Z Z O O Z Z O 0 0 m m m m m 0 0 0 0 0 0<<<
Z Z Z Z Z Z F F F F 3 (77 3 3 S O W W W W W W W a a a a W a 0 0 0
3333330000<< W a O O Z z Z C9 (7 C) ( C7 a a a a a a (/) O u)
00000000001-1-1-H ❑ co CO (n O O O (n CO C7 CD CL CL Cr w ❑ ❑ ❑ < < < < < < (<L LL
J J J J J J J J J J J _J _J J _J _J J J J J J J J J J J J J J J J J J
< < < < < < < < < < < < < < < < < < < < < < < < < < < < < < < < <
00(000(0000(0 W W W W W W W W W W W W W 0(0(0(0 WW W W W W
O CO O CO CO CD Cn 0) 0) CO CI) U) U) CI) CO CO CO CO CI) CO CO CI) U) CO CI) CO CO CO CO Cf) CO CO
PEDESTRIAN BRIDGE PLANS
Page 21 of 31
EXHIBIT D1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
w
O
I-
CD
CO CO tD CO tO CO CD 10 10 t0 CD
to0
.-
)D
CD
CO
)D
CO
C0
(D
CO
CO
CD
3,360
u!wpy
/ •1003 laafoid
sa!ydel9
iodic,
0V3 /aau6!sad
;s!!e!aads
uo!;ani;suo3
Jaau!6u3 I!A!0
Jaau!6u3
!eJnIanils
Jaau!6u31aafoJd
Je6eue!N
laafoJd/!ed!oupd
$ 93.03 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
N
V
N
N 0 0 0 0 O 0 0 0 0 O
C V V V V v 7 R R R V
('40000000000
0
0
n --
o0
0
N
2 4 - 10 - -
-
2 4 - - 10 - -
-
2 4 - - 10 - -
-
2 4 - - 10 - -
- 2 4 - - 10 - -
- 2 4 - - 10 - -
-
2 4 - - 10 - -
2 4 - - 10 - -
-
2 4 - - 10 - -
2 4 - - 10 - -
See Brigtht Fee Estimate for Details
416 832 2112
E
.0
E
Z
m
O
0
O — N (7 V 0) (D N. CO 0) O
N
0 0 0 0 0 0 0 N N N N
p
s-
N
N
N
N
N
CO
N
N
V
N
N
0)
N
N
CO
N
N
r
N
N
00
N
N
0)
N
N
O
(h
N
.-
(`0
N
N
C0
N
M
0
N
V1.0
C0 M
N N
(0
0
N
SUBTOTAL - ALL STRUCTURAL DRAWINGS
DRAWING LIST
DSC
TRAIL BRIDGE - BRIDGE GENERAL NOTES AND SHEET LIST
TRAIL BRIDGE - GENERAL PLAN & ELEVATION
TRAIL BRIDGE - SUPERSTRUCTURE TYPICAL SECTION & NOTES
TRAIL BRIDGE - FOUNDATION PLAN
TRAIL BRIDGE - ABUTMENT ELEVATION
TRAIL BRIDGE - ABUTMENT PLAN
TRAIL BRIDGE - ABUTMENT CURTAIN WALLS
TRAIL BRIDGE - MISCELLANEOUS FOUNDATION DETAILS (1 OF 2)
TRAIL BRIDGE - MISCELLANEOUS FOUNDATION DETAILS (2 OF 2)
TRAIL BRIDGE - FOUNDATION REINFORCEMENT TABLES
TRAIL BRIDGE - FOUNDATION ESTIMATED QUANTITIES
TRAIL BRIDGE - BEARINGS
MISCILLANEOUS STRUCTURAL DRAWINGS
LIMITS OF STRUCTURAL EXCAVATION CLASS A - BNSF FOUNDATION SLAB
LIMITS OF STRUCTURAL EXCAVATION CLASS A - UPRR FOUNDATION SLAB
LIMITS OF STRUCTURAL EXCAVATION CLASS A - VEHICULAR FOUNDATION SLA
LIMITS OF STRUCTURAL EXCAVATION CLASS A - PED FOUNDATION FOOTINGS
LIMITS OF STRUCTURAL EXCAVATION CLASS A - ANCHOR WALLS
LIMITS OF STRUCTURAL EXCAVATION CLASS A - SEAL (1 OF 3)
LIMITS OF STRUCTURAL EXCAVATION CLASS A - SEAL (2 OF 3)
LIMITS OF STRUCTURAL EXCAVATION CLASS A - SEAL (3 OF 3)
LUMINAIRE BRACKET DETAILS (1 OF 2)
LUMINAIRE BRACKET DETAILS (2 OF 2)
SIGNAL BRIDGE PLAN AND ELEVATION
SIGNAL BRIDGE DETAILS (1 OF 3)
SIGNAL BRIDGE DETAILS (2 OF 3)
SIGNAL BRIDGE DETAILS (3 OF 3)
SIGNAL BRIDGE FOUNDATION (1 OF 2)
SIGNAL BRIDGE FOUNDATION (2 OF 2)
Page 22 of 31
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
co
Vn
o
I-
Totals I
...
O
N O CO CO CO oo O V et NV V V V coN et (O f0 CO CO 0 t0 0 00 00 00 V 00 00 t0 00
a N N N N N t0 V V V M M M a a tD M t0 N N t0 et et V N N M eO
t0 t t0 . N
u!WPV
/ •J000;aafoJd
so!ydeio
JodO
av3 pau6!saa
;s!Ie!oadg
uo!;ona;suop
Jeau!6u3 I!A!o
Jaau!6u3
Iean;ona;S
Jeau!6u3 poroad
Ja6eueLN
;oafoJd/Iedlouud
$ 93.03 1 $ 63.54 $ 47.98 1 $ 40.67 I $ 62.04 $ 46.26 1 $ 40.00 1 $ 35.26
"
O O o W o CO (O (O (0 CO (O (0 0 CO 0 N N t0 N t0 (O (O N(0 (O (0 COt0 CO(O (0 (0 N N N 0 (0 (O
VV V
rt t0 O CO CO CO CO O V V V (O CO 0 CO 0 07 o o V V V W co O (O t0 O V V V co
V R N N N !- •- Q V et N N N V , V N N N
V N
o V 0o CO (0
V V V V V V V V V V V V o of o V V V V V O V V V V V W VV V V V V V
o 00 i.-
N ' N
`m
0 a
W E
H 7
z
.0
E
z
,_ N M d' (n (0 r aO 0) O e- N 0) V (f) (O N. a0 O) O _ N 0) V (n (O IN 00 O) 0 e- N M V
N N N N N N N N N N 0) 0) (0 (0 0)
TASK DESCRIPTION
U
u)
cm
1 DRAWING LIST
N
I- r
w w
w W
x x
N co (n CO
I- r r `- N N CO
W W W r r U 0) W W W
W W W W W ,- NZ Z W W W
I I I W W H 1-- _„ 00 x x x
U CO U (xi) N W W U U N Cl) CO
z Z Z Z co Q) r N J (I CO L (n Un '- N M (n CO 0)
N CO O O O J J E- w 0 i i r r r r r r z z z
W W W 000
V) n• w w w z o o iz o r a == LL J J D>> w ilia (n z t= O�
z w w w¢ w w w w w N Q Q Q a Q x x x w Q U U U
J _O I I I J co co U❑❑ ❑ r r>>> U U (n J J W W W
0_ 0_ Z W W❑❑❑ 1 d (n N CO
r ' J J J J J CO CO Q < ❑ ❑ Z Z Z J J J O J J J J W
Z< (n N (n r O I 0 O I W Q Q r Z Z Z<<< Q Q Q a 0 7 I I w
O N J_ _J J J Q Q Q Q Q r r r < Z g O_ O J J J r r r Q Q Q Q x
r Q Q Q J > > > > > O W W ❑ Q !L r r J J W W W ❑ > > > > U
Q 0_ Z r r r a❑❑❑❑❑ Z❑❑ Z J w w w Z
r < J W W W> Z Z Z Z Z J J J (� a. C7 JO JO ❑❑❑ Q < Z Z Z Z
cn n ¢ LL ❑ ❑ ❑ ea ¢ ¢ a ¢ ¢ gZZZ a (n w z 2 2Lu Lu >r w w 5 5 5 r aza ¢ ¢ ¢ ¢ J
0- J ❑❑ 0 0 0 W W W W W W r r r❑ (n )L ❑❑>> U U 0 Q a J J J J w
J J J J
J Z Z O H I_ H 3 >>> U U U ' Z J 01 ww w UJ ❑
a s (? Q. J J >>> z z z z z z z z z z z 2 LL 0
W w O (5' O r r r r r r w z r r r r J
r LL w g g� w w w w w w��� 0 0 0 0 0 0 0 0 0 0 0 W r a w w w w 5
D40 z w w w (n (n N Q Q Q Q Q Q Q Q Q Q Q❑ in d U
O JLU❑❑❑ HHHHHHHHHHH
5 z . . . . z z z z z z z z z (n (n (n (n (n (n cn (n cn (n w
p Z Z Z z 0 0 0 0 0 0 0 0 0 LL a a a a. a 0_ 0_ a 0_ 0_ 0 0 0 0 0 0 0 0
F O O O O r r r r r r r r r M M M M 2 2 2 2 2 2
0< r r F H < ¢ a a < < < < < > > > > > > > > > > > < < < < < < < <
r<<<< r r r r r r r r r a 0 a LL a a. n. LL LL a o_ r r r r r r r r
CO r r r r CO N CO CO (n CO CO (n fn W' W' CC W, W, 0: W. a' Cr W' 0: (n N N (n U N N Cr)
0 N a o a a LL a a a a a a a LL Cl- w w W W w w w w W w W a a 0_ a LL LL a 0
M 2 2 2 2 2 2 2 2 r r r r r r r r r r r 2 g 2 g 2 2 g g
/- a>>>> a a a a a a a a a a a a a a=. a a a
1- 0 0- o_ 0 LL U• 0 0 0 0 0 0 0 Ut ❑❑❑❑ ❑ ❑❑❑❑❑❑ J J J J J J J J
(n Z 0 0 0 0 Z Z Z Z Z Z Z Z Z Z Z ZZ Z Z Z Z Z Z Z
Z z z 2i—HHHHHHH Q Q Q Q Q Q Q Q
g co (n (7 (n (n (n (n (n 0) 0) 0) 0) CO (n p 0 0 0 0 0 0 0 0 0 0 r r r r r r r r
n x x x x x x x x x x x x x x 0- 0_ 0_ 0_ 0_ 0_ 0: 0_ W' CLIYO O D 0 0 0 O 0
0_ w w w w W W w W w W W W W W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
Page 23 of 31
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
0
1—
0000 4 C3D ,1
4
4
4
41
m
u!Wpy
/ •.loop;oafoJd
somdelo
Jed°
av3 /Jeu6!se J
;s!Ie!oads
uo!;ona;suo3
aaeu!6u3 HAM
Jeau!6u3
!ein;onj;s
Jaeu!6u3;oafoad
Je6eue j
;oafoidged!ouud
$ 93.03 1 $ 63.54 1 $ 47.98 1 $ 40.67 1 $ 62.04 1 $ 46.26 1 $ 40.00 $ 35.26
co
v
CO
CO
o
ciD
CO
v
CD
CO
v
0CD
0 Q
c
0
cO
c
0 N N N
0 CO CO
v V C v
12 192 224 680 848 - 1
Y 41
F E 13
z
to
M
(O
M
I,-
CO
CO
M
Cr)
M
O
V
7
N
V
CO
Sr
7
V
SUBTOTAL DRAWINGS
TASK DESCRIPTION
0
(1)
0
OUTFALL PUMP STATION - CIVIL DETAILS - SHEET 2
OUTFALL PUMP STATION - CIVIL DETAILS - SHEET 3
OUTFALL PUMP STATION - CIVIL DETAILS - SHEET 4
OUTFALL PUMP STATION - STRUCTURAL NOTES
OUTFALL PUMP STATION - STRUCTURAL PLANS
OUTFALL PUMP STATION - STRUCTURAL ELEVATIONS
OUTFALL PUMP STATION - STRUCTURAL SECTIONS
OUTFALL PUMP STATION - STRUCTURAL DETAILS - SHEET 1
OUTFALL PUMP STATION - STRUCTURAL DETAILS - SHEET 2
OUTFALL PUMP STATION - STRUCTURAL DETAILS - SHEET 3
Page 24 of 31
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
y
N
o
r
Totals
0
N
N N N N O 0 a 0 V V N N N N 0 t0 CO 0 )0 t0 f0 10 10 t0 10 V CO 0 0 0 0
u!WPV
/ •J00313afoJd
s3Iydeio
Jod°
av3 pau6lsaa
3s!IeloadS
uogonilsuo3
l6
Jeauu3Ilnla
. eel l6u3
Ie.Inpn.13S
Jaaul6u3 pafoid
Ja6eueHl
33afoad/ledlouud
$ 93.03 1 $ 63.54 I $ 47.98 1 $ 40.67 $ 62.04 1 $ 46.26 1 $ 40.00 1 $ 35.26
CO
N
04
N
N
1...k
NNL
D.'
m co v v v e co 0 0 co v v v v CO m CO CO CO CO CO co co CO CO CO V V V V V
N N V V V V V CO V V V V V V V V V V V V V V V V V V N N N N 04
N N
04 N 04 04 N N N V 04 N V V V V V V V V V V V V V V Cr N N N N N N
G
y
co E
co E
z
.0
E
Z
_
N ch V to W r` W O) O.- N cn V N c0 I� co O O N CO V In CO r CO O) O N M V' N
N N N N N N N N N N CO CO CO CO c+) M
TASK DESCRIPTION
0
H
0
1 DRAWING LIST _ J
U)
z
0.
J
>
V
J
W
WZ
(0
_ N CO V N f0 r- m 0)
.-N c1) V r, r r r r r r r r
r r r W W W W W W W W W W
W W W W W W W W W W W W
1222222
2 2 2 2 N N N v) V) CO u) CO 41)
CO CO N 0)
I- r O O CO CO g N U) N u) u) CO CO CO CO
,- N W W W W
W W 2 2 r r r r I!
W W N co Z Z Z Z Y 0.. o a d d d d d d d
I-
CO CO .- Z Z f W 1- N M V In co 1- co O) Z Z Z Z Z Z Z Z Z Z
I- r r r r r r r r r w w w w w w w w w w
CO CO 2 2 W O O J _ _J J_ J_ W W W W W L. W W W W LLB W 2 2 2 2 2 f i i 2 i
W W W h F- r r rO r (1).
u) v) 2 2 2 2 2 2 2 2 2 2 W Wc!‹)y W W W W W
I= I '- N u) cn cn u) u) u) cn cn Q Q Q Q Q NQ Q Q
r r W w c2 Q Q D 7 7 W W O 0 O O r r r r r r r r r r W W W W W W W w w w
<< x x r J m m _ _ _ _ 7 7 = = 7 Q Q ii Q Q Q Q Q Q
> D > O m m u) cn u) N 0 0 0 0 0 0 0 0 0 0
i— 0 0 O w w w w > > > > > > > > > > ›-
W a o o W W 3 o z z z z z z it 3 3 5 g g g g g I- g k k k k k k k k
rr a v2) u2) n} z z< w 2 w w w w w w w w w 0 0 0 0 0 0 0 0 0 0
g g x L>15a W W W W z z z z z z z z z z z r r r r r r r r r r
2 2 = =
O U> j O o w S C7 Q w w w w_, _, _, Q O O O c7 C7 (7 C7 0000000000
0 5 co cn ?? Y co J J 0 0 0 0 0 JQ Q < < < < < < < <¢¢¢ cc cc cc cc cc cc cc
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
0
1-
N N N N N N N ('1 04 04 ('4 ('4 ('1 0.1 01 N N N CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO
M M M M M M CI M 0) M co M M 0) N) C) M cO N N N (V ('1 (‚4 ('1 ('1 ('1 ('4 ('1 N N (V N N
u!WpV
/ %woo loa!oJd
sa!yde,e
Jed()
avo /.1au6!sea
;s!Ie!oadg
uo!;ons;suo3
Jaeu0u3 I!A!3
.IeeU!6u3
!eJn;onig
Jaau!6u3;oafojd
Ja6euew
;oafo.1d/Ied!ou!ad
$ 93.03 $ 63.54 $ 47.98_L$_ 40.67 1 $ 62.04 1 $ 46.26 1 $ 40.00 1 $ 35.26
N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 04 N N N
V V V V V V V V V V V V V V
V V V v V V V V V V V V v V CO CO CO CO V V V v V V v v v V V V v V v V
xa
N
F- 7
Z
CO CO O 0 N CO V 0 CO r CO 0) O N CO V V) O r CO 0) 0 N CO V V) (0 0- c0 O0 N
<h M M cO V '7 V V V V V V V V V) N 0 V) N V) (n (n V) (n 0 (0 0 CO (0 CO CO CO 0 (O r
TASK DESCRIPTION
U
CO
O
N (0 V 1()
O ,- CV '- N Ch V I- I- I- I- I-
1010101010
H H H h
W W W .- N (h V 10 .- N M V N W W WW 2 1 1 1_
W W W I- H I- I- I- I- I- I- I- I- W W W W CO CO CO Cn Cn
II (1) ,
0 co 0 2 2 S 2 2 2 2 2 2 S (n U7 to (n
W Z Z Z QZ ZZ
W CO W W (n CO CO CO CO CO CO 4 Z 3 Z - N 03 V 0.- N 1n CO IO) 02 �7 -J
0- w w w w w w w w w w J J a a o_ a
F- I- 1- F 1- N Cn N N N JQ -1,-
J o 0 0 0 O w w w w w a o_ a WWWWWWWW W W 0 0 0 0 0 0
0. a a W W W W W 1- 1- 1-1- 0 0 0 0 1111111111 C[C[CtCt
0 0 o O O Z z z Z (n CO 10 CO CO CO (n h CI) CO I- I- I- 1- F 1-
w w w a a a a a> j> j D¢ a¢ a Z Z Z Z Z Z Z Z Z Z 0 00 00 00 0 0
222 1 1 1 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
w w w 01 01 01 U1 U1 0 0 01 0 0 a a 0. a N V, H F- 1- F z z z z z z
CI) CI) CI) Z Z ZZ Z Z Z ZZ Z❑❑❑❑ 1_ 1_ H 1_ J J J J J J J J J J
•W W W 0 0 0 O 0 O O O O O Z Z Z Z W W W W O O O O 0 O O O O O W W W W W W
< < < < < < < < < < < < < < W W W W 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2
000E- H 1- I- I- I- 1- 1- 1- H J J J J=__= W W w w W W w W W W❑❑❑❑ 00
Z Z Z N N N co co CO 0 co N co 0 0 0 O N N N N❑❑❑❑❑❑❑❑❑❑ W W W W W W
>>> O O O O O O O O O O 1- I- I- I- K cf x cr❑❑❑❑❑❑❑❑❑❑ CO 03 CO 0 CO
a a a F F F r F ZZZZDDDDZZZ ZZ ZZ Z Z Z Z00000Z0❑
0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 Q Q Q Q Q Q Q Q Q Q Q Q Z Z Z
(_ a w>>>>>>>>>> O O () 0 F I- I- I- a a a a a Cl. O. a a a
O o 0 x 0= 0= x x x ce c c" 0 0 0 W W W w W W (1410101010101010 Z Z Z Z Z Z
I- 2 2 (~n CO) () (~n U~) CO co (~i) co co (i LL LL J J J J a a a a a a a a a a co O O co O co
0 0 (9 0 0 0 0 0 0 0 0 0 0 i- 1- i- I- E-� i- E-� i- x ty x ct ct ce
EE E Fe 0 0 0 0 0 0 0 0 0 0 1- I- F- 1- 1- 1- I- 1- 0 0 (n (n co 0 0 co 0 co w w w w w w
Page 26 of 31
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
,(R,(
0
1-
CO CO CO CO CO a C Cr V V CO (0 (0 CO CO (0 CO CO (0 (0 CD (0 t0 (0 (0 CO (O (O CO (O 40 (0 (0 (0 (0 CD (O
N N N N N N N N N N 0) 0)() M M C) M C) 0) M M M C) M C) M C) C') C) C) 0) M M C) M M C7
ulwpy
/ •Joo3;oaroid
somdeJD
Jed()
avo pau6lsaa
;slleloads
uol;onfsuoa
.1031.0u3 HMO
Jeaul6u3
lem;on.;s
Jaaul6u31.0arOJd
aa6eueW
;oafoJd/ledlouud
$ 93.03 $ 63.54 I $ 47.98 1 $ 40.67 1 $ 62.04 I $ 46.26 1 $ 40.00 1 $ 35.26
N N N N 01 CO CO 00 0) CO CO CO CO (O t0 CO CO CO CO CO CO CO CO CO CO CO t0 t0 CD CD CO (O CO CD CO (D f0
N N N N N N N N N N (O (D (D (D (D CO (D CO CO (D (0 CO CO CD (O (D (O tD CO CO (D (O (D CD CD (D CO
CC a v v R Cl. V V R V C v R V V R < V a v V V 0 7 R R < V v R V v R V R 7 R
Y as N
H 7
z
CO 7 (1) (O r CO 0) 0N CO V N (0 r CO O) 0 N CO C (f) CO r CO CO o 0 0 0 0 0 0 0 0 0
0- 0- 0- r r r t` 00 co com tb (o aD aD aD coo m to o o o m 0) 01 CD
TASK DESCRIPTION
I DSC
0
CD D- 00 0)
H H H
W w w w w w •
LU
W w w w w
2 2 2 x 2
CI) N V) (D 0)
0_
ZZZZZ5 5 J w
J N C) v (O(O 0-
o a a a o «4) .- N
1- F- F- 1- 1- 1-1.-
w w w w w W w
0 0 0 0 0 WWWW LU w
I- x a a ax x x x x x x
E E F F I- N M V (O I- N N) I- (O (O C` W a x x
Z Z Z Z Z F- F- F- F- H H H H H H H H H co co co co co co N N M O Z to N
Z
O O O O O W W W W W W W W W W W W W Q ' (
00000 W W W W W W W W W W 40404040 WW W WW W W W W W E x x
x x I-
I -H r F x x x x x x x 2 IIIIIIIIIIII =-1-,-,-1-1-1 J
ZZ Z Z Z N co co co co co (n to (n (n (n (n (n LL u. LL u. W LL u. I x x x - co d d
W W W W W z Z z Z Z 0 0 0 to to (n !n N CCECK a' a' W W.- N M W❑❑ O
a J .cc J --I a Z z z z z z z z a a a a a a a co Nu) I- )- r- www w
00000 JO 0 0 0 0 0 0 0 yf tO tit a) 00 aC a) J J J J will W x a a a
w w w w w a a 0-0-a. Z Z Q ZZZ w w w (n 1-1-
w ("nu") U C:J C7 0 0 0 0 0 0 0 U U U _7 J J J J J W W W W J 0 co co J_ 7)0 co
❑Z❑❑Z❑Z❑ z Z Z Z Z W w W w w W w W Z Z Z
Q Q Q Q ❑❑❑❑❑ co (o to to (o (o 0 co a a a a a a a❑❑❑❑ 0 Z Z Z Q Q
z z z z z§ g g g g a a a a¢ a >-- a a a a< a a a a a a a I- J J J w I- I- I-
O O O O O C7 C7 C7 C7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 3 0 3 N a a a❑❑❑❑
to co co co co J J ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ J QJQ J J J Z Z Z
4040404040 Z z z z Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a W 0 0 0
4040404040 LL LL 400.0.40404040404040404040404040404040404040 H H h- F- h- (o to (o
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
ca
(D
F
aD 10 V a V V V a a aD t0 aD aa (D t0 t0 CD N N N N N N N N 40 CO (0 CD CD CO CO CO CO a0 (D CD
M M N N N N N N 04 CD el M M M C) C) C) C) C) C) C) 0') el t") C) M M C) C) t7 C! C) C) M M C) C)
u!wpy
/ 'Jo o3laafoad
sa!ydeJ9
Jed()
0V3 /Jeu6!sea
ls!!e!aads
uo!lanJlsuo0
Jaau!6u3 I!A!3
Jeau!6u3
!einlonils
Jeau!6u3 pafoad
Ja6euew
130foid/Ied!3uud
$ 93.03 $ 63.54 $ 47.98 $ 40.67 $ 62.04 $ 46.26 $ 40.00 $ 35.26
(0 CD N N N N N N N (0 CD CD CD CD CO (0 (0 N N N N 01 01 N N CO CO CO CO CO (0 (0 (0 CO CO (D CD
CO (D CO CO CO CO CO CO CO (D (0 CO (D CO (D (D to N N 01 N 01 N N N N N 04 (D (D CO CO CO (0 CO CO (D
v c C v v Q V' V R v? v v o 0 o v CO CO CC, CO CO CO CO CO CO CO CO Cr C< V V V R a
s s
N
17
z
O N M V (f) (� O O N N N N N N N N N N M M M M M CI M 4') M CI V V V V a V
TASK DESCRIPTION
DSC
0
N
N 1- r
(n WW
W
N O WW
,- N 07 V' cc" CO t` S x
w > Z 0 a `- r- r I- H F H F (n w
w
2 Q Q 3 z _ N W W W W W W W W F.. WLUWWWWW u w
M�' (F °0) W wwi(2n(2nv2)v2)(2nu2)(xnaa
1 -I-
N W ^ 2 2 2 Z Z Z 2 W W
J S W W~ 2,
W a »(nMM' W 4-4- F(n�NU)CDCI))555555 oo
w o J w w _g w U w w W (!) w z w w ¢ a a a a a a o z z
z z 2¢ 2 2 w 1- 1- x w w~ z z z z z z z
X= > U W CO v) 2 Z w w co g 2 2 a a o 0 0 0 0 0 0 0 0 0
I --
<
s- N (7 v (n (D „ 3 m m 11-- z 1:1 -WW (n a w a) z a M (n 0 8 0~Q~Q 1aa- 1QQ- QQ~Q 1QQ- in (n
77 ~~~~~ 1- I- � z J J O O JO N N N N N N N ........
W w W W w W W Z Z z Z Z Z •a a c� g
W L1.1 w w www w w g g g g g g W w g z J J a o a Q 0 0 0 W W w w W W w<<
x 2 2 2 2 2 2 a o < F 1- z z z z z z z z z z z z
1- 1- (4)(4)(4)(4)(4)(4)(00 fN M (n (n M0- a a D O 0 77 w¢�,_<1-W2' w w Y Y Y z ZZ zz z zz iO O
N () . . • Z z z z z z z Z 1- cc W W woo o cc d' d'
2 2
HZZZZ ZZOOOOOOOO7)000x xx xaao000OOOI-I-g g ggg gg 1- 1- 1- 1- 1- 1- 1- 1- J J J 00 0 o a °, °, °Jaaaao_aaO 2 0 0 0w 2 U 8 J J J J MMmmn n A z zz z J
H ILI
0 0 0 0 0 0 nnntinnmmmmzzzzW W w
zzzzzzzzzxx OOO ZZZ zz z
5>>>>> W W W W W W W0 0 0 0 o o o o n M n Z oz az (7 Uo O Z Z Z ZQQ
coaaaaaa 1- 1-1-""U
N ( a. ZZ zZ Z Z Z z 1- m m m M N N M N M M 0 o
Page 28 of 31
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
o
F
co t0 t0 t0 t0 t0 t0 to t0 t0 to 02 CO CO CO CO CO W CO tO CO CO W tO CD CD tD CD tD CO tO tD tD CO tO CO tO
N M M M M M M to to th M N N N N N N N M M M M t+1 t") 07 t+) M e.) el M el h r) M tl t•) M
uiwpy
/ •Joo3 33afo,id
so!gdeID
Jed°
Qyo pau6ise
lsilei3adg
uoi;3nisuo3
.I08ui6u3 pn!3
Jaaui6u3
lein33nj;s
Jeau!6u3 paroid
Ja6eueyy
peraid/lediauud
1 $ 93.03 1 $ 63.54 1 $ 47.98 1 $ 40.67 1 $ 62.04 1 $ 46.26 1 $ 40.00 1 $ 35.26 1
CO CO CO (0 CO CO t0 CO CO CO CO N N N N N N N (O CO CO CO CO CO CO VD CO CO CO t0 CO CO CO CO 0 CO OD
CO CO CO CO CO CO CO CO (D (D (D N N N N CO CO CO CO CO CO CO CO (D CO (D (D (D (D (D (D CO (D CO CO (D CO
V' v v
v v v v v v V V V V V V v V V V Cl. v V V V V V V V V V V Cr VVVVVVVV
.0
N E
F 3
Z
_
n co O 0 NCO `Cr U) CO I� CO 0) 0 NCO V' (O (O r 00 0) 0 NCO V (n t0 r O 0 NCO
V V V N N to N CO N N N to N C.0 CO (O (O (0 (D (D (0 0 0 (-- (` r r r r r r N r r CO CO CO CO
TASK DESCRIPTION
U
N
0
N
F F
w w
N V)W W
W W W CO CO
N CO V (n CO N. W W W W
Z F F F F F F F J _ISIS (n N in J J
W W W W W W W z Q LT- LL
a I I I 111
I I I g w g W Z Z Z 0 CC
(n (n CO (n (n (n (n d d 0 O_ _O O_ .- N (•) v a a ,- N r) v
J W W W W w W W F F F F F F F F F F F
N M I- H} W W O^ N to V (0 (D t` W W W W Z (Zd F W W W W
ILLULULL
7 LL. O O O W W O W W W J J J J F F F w W W W w W W S S S S< a W S S S S
w W W W F. . 0 0 0 W W W W W W W W W N W (0 (n CO CO CO
Q d 0_ o_ 0_ 0_ 0_ N N N 0 0-- d d d N N (S/1 (S/) N v=) a) W w w W w W (S/) V) N (n CO
''0000C100 — — — J J J J F F w , J J J J
a zd zd zQ zd zd zd •3 (n (n (n w w w w z z z z z z z z z z 0 0 0 0 0 0 _ (n
0 0 0 0 0 0 Z F F F F
0 z z z z z z z W W w a a Q G g g g g g g g 2 d' D: O w w w W
F F F �- F F F w 2 a a a a a a a a O_ O_ O_ w w Z 0 0 0 0
J 0_ 0_ 0_ d 0_ d O. 0 0 0 (nN w W w W w w w W W w w W W W W o o Q o W W W W
} F F F c.7 0 0 0 (7 0 0 0 0 0 0 02 < J W 0 O o O
Z H H H H H H H> h H �7 �7 >> Z Z ZQ ZQ Z Z ZQ Z ZQ ZQ Z S S 0 0 Z_ Z_ Z_ Z
> F F F F- F F F F F F R' EE R R d d a g Z 2 2 Z Z Q_ g Q_ Q_ Z N O O O Z g Z Z
O D D D D D>>> D O m m 0 W O (n N o 0 0 0 0 0 0 0 0 0 0 0 6 O. 0 0 0 0 0
EXHIBIT D-1: CONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD EXTENSION
N
o
F
0
M M N
.
ulwpy
/ •.1000 loafoid
solydeiO
Jodp
avo /Jau6lsaa
;sIIeloads
uoR3rulsuoa
.1ae1.0u31!A!a
Jeau16u3
leen;oniis
.1eaw6u3130oid
ie6eueyJ
pafoJd/Ied!ouud
$ 93.03 I $ 63.54 1 $ 47.98 I $ 40.67 I $ 62.04 1 $ 46.26 I $ 40.00 I $ 35.26
CD CD
Tr
N
N
CD CD
a
N
N
1-
cr
v
r-
III
ig m E
~ z
co 03
0
Q3
a
0
TASK DESCRIPTION
DSC
OUTFALL PLAN & PROFILE - SHEET 1
OUTFALL DETAILS - SHEET 1
SUBTOTAL
Page 30 of 31
2
O
N
2ulf
O w
2 C
ccW j
O m
W w
W w
LL
2 Q
I-
-! J
2
O J
U
0 1-
1-
1- LL
pp 0y
X
w
N
HO
H
0000000000000000000000000000 0
u!wPV
f %loop PafoJd
s2lydei9
Jed0
avo ueu6!seo
1s!!e!aadg
uo!1Pn11suo3
Jaeu!6u3 !!A!3
Jeeu!6u3
!emprulg
Jeau0u31pefoad
Jobeuew
13efoJdf!ed!3uud
$ 93.03 1 $ 63.54 1 $ 47.98 1 $ 40.67 1 $ 62.04 1 $ 46.26 1 $ 40.00 1 $ 35.26
0
o
0
0
o
0
o
0
m`
ya
2 E
F.
2
a
E
Z
.- N (7 V N (O r co co O'' N fh V N tD n N a' O
N
N
N N
(`7
N
O N
N N
N t0
N N
SUBTOTAL DRAWINGS
TASK DESCRIPTION
DSC
DRAWING LIST
PUMP STATION PLANS
KING COUNTY PUMP STATION - DESIGN DATA
KING COUNTY PUMP STATION - SITE PLAN
KING COUNTY PUMP STATION - SEWER LINE PLAN AND PROFILES - SHEET 1
KING COUNTY PUMP STATION - SEWER LINE PLAN AND PROFILES - SHEET 2
KING COUNTY PUMP STATION - SEWER LINE PLAN AND PROFILES - SHEET 3
KING COUNTY PUMP STATION - WETWELL AND VAULT PLAN
KING COUNTY PUMP STATION - WETWELL AND VAULT SECTIONS - SHEET 1
KING COUNTY PUMP STATION - WETWELL AND VAULT SECTIONS - SHEET 2
KING COUNTY PUMP STATION - WETWELL AND VAULT SECTIONS - SHEET 3
KING COUNTY PUMP STATION - CIVIL DETAILS - SHEET 1
KING COUNTY PUMP STATION - CIVIL DETAILS - SHEET 2
KING COUNTY PUMP STATION - CIVIL DETAILS - SHEET 3
KING COUNTY PUMP STATION - CIVIL DETAILS - SHEET 4
KING COUNTY PUMP STATION - CIVIL DETAILS - SHEET 5
KING COUNTY PUMP STATION - CIVIL DETAILS - SHEET 6
KING COUNTY PUMP STATION - CIVIL DETAILS - SHEET 7
KING COUNTY PUMP STATION - CIVIL DETAILS - SHEET 8
KING COUNTY PUMP STATION - STRUCTURAL NOTES
KING COUNTY PUMP STATION - STRUCTURAL PLANS
KING COUNTY PUMP STATION - STRUCTURAL ELEVATIONS
KING COUNTY PUMP STATION - STRUCTURAL SECTIONS
KING COUNTY PUMP STATION - STRUCTURAL DETAILS - SHEET 1
KING COUNTY PUMP STATION - STRUCTURAL DETAILS - SHEET 2
KING COUNTY PUMP STATION - STRUCTURAL DETAILS - SHEET 3
KING COUNTY PUMP STATION - STRUCTURAL DETAILS - SHEET 4
KING COUNTY PUMP STATION - STRUCTURAL DETAILS - SHEET 5
KING COUNTY PUMP STATION - STRUCTURAL DETAILS- SHEET 5
Page 31 of 31
EXHIBIT D-3
vir71Washington State
Department of Transportation
November 29, 2016
BergerABAM, Inc.
33301 Ninth Avenue South, Suite 300
Federal Way, WA 98003-2600
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.wsdoLwa.gov
Subject: Acceptance FYE 2016 ICR — Audit Office Review
Dear Ms. Megan Isaacks:
Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your
firm's FYE 2016 Indirect Cost Rate (ICR) of 174.19%. This rate will be applicable for
WSDOT Agreements and Local Agency Contracts in Washington only. This rate may
be subject to additional review if considered necessary by WSDOT. Your ICR must be
updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
consultantrates Awsdot. wa. go v.
Regards;
RIK K. JON
Manager, Consultant Services Office
EKJ :kms
Acceptance ICR Audit Office Review
Classification
BergerABAM, Inc.
Indirect Cost Rate Schedule
For the Year Ended May 31, 2016
General Firm
Ledger Adjust.
Ref.
Accepted
Amount
OA
Direct Labor Base 11,394,308 M 11,394,308
Indirect Salaries
Proposal Admin Salaries
Proposal/Negotiation Salaries
Administrative Salaries
Payroll Variance
Office Support Salaries
Accounting Salaries
Housekeeping/Stby. Salaries
Professional Activities Salaries
Education & Training Salaries
Research and Development
Computer Salary
Total Indirect Salaries
662,699
3,225,714
2,597,641
(18,160)
0
486,041
0
64,686
257,642
16,314
395,020
(56,945)
(38,792)
7,687,597 (95,737)
662,699 5.82%
A,M 3,168,769 27.81%
A 2,558,849 22.46%
-18,160 -0.16%
0 0.00%
486,041 4.27%
0 0.00%
64,686 0.57%
257,642 2.26%
16,314 0.14%
395,020 3.47%
7,591,860 66.63%
Fringe Benefits/Salary Overhead
Incentive Compensation 409,330 409,330 3.59%
Vacation 1,408,263 1,408,263 12.36%
Holiday 625,994 625,994 5.49%
Sick Leave 447,026 447,026 3.92%
Other Paid Leave 19,931 19,931 0.17%
FICA 1,461,004 1,461,004 12.82%
Federal Unemployment 13,685 13,685 0.12%
State Unemployment 119,055 119,055 1.04%
Industrial Insurance 6 6 0.00%
USL&H Work Comp 143,318 143,318 1.26%
Group Insurance 1,967,364 1,967,364 17.27%
Retirement Expense 438,126 (824) 437,302 3.84%
Benefit Recovery 0 0.00%
Fringe Benefit Adjustment (6,882) H -6,882 -0.06%
Total Fringe Benefits/Sal. Ovhd. 7,053,102 (7,706) 0 7,045,396 61.83%
Administrative Expenses
Travel & Subsistence 202,238 (21,733) B,E,F,N 180,505 1.58%
Recruiting Fees & Expenses 69,417 69,417 0.61%
Contract Personnel 49,938 (28,863) 21,075 0.18%
Advertising 2,300 (2,300) B.0 0 0.00%
Entertainment Expense 0 0.00%
Charitable Contributions 13,523 (13,523) B.D 0 0.00%
Employee Welfare 102,280 (31,715) B,E.F 70,565 0.62%
Employee Meals 97,219 (54,191) B,E,F, N 43,028 0.38%
Library 21,108 (196) 20,912 0.18%
Professional Activities 14,209 (2,376) B 11,833 0.10%
Education & Training Fees 106,884 (49) B 106,835 0.94%
Research & Develop Expense 0 0 0.00%
General Admin 102,991 (7,203) B 95,788 0.84%
Association Dues 87,274 (22,179) B 65,095 0.57%
General Liability Insurance 88,005 (738) 1,1 87,267 0.77%
Legal Fees 174,693 (32,173) B 142,520 1.25%
Accounting Fees 233,223 (97,908) K 135,315 1.19%
Proposal Administration (444,806) (99,500) B, M. N -544,306 -4.78%
Proposal & Negotiation 0 0.00%
Office and Work Space 1,692,464 B 1,692,464 14.85%
Operating Expense 75,975 B 75,975 0.67%
Page 1
Classification
BergerABAM, Inc.
Indirect Cost Rate Schedule
For the Year Ended May 31, 2016
General Firm
Ledger Adjust.
Ref.
Accepted
Amount
Furniture & Small Equipment 8,558 8,558 0.08%
Fum & Small Office Depr. 273,297 273,297 2.40%
Office Equipment 0 0 0.00%
Office Supplies 62,126 B 62,126 0.55%
Field Equipment 14,195 14,195 0.12%
Field Equip Depreciation 67,010 67,010 0.59%
Auto Fuel & Maintenance 47,551 47,551 0.42%
Auto Insurance & License 26,132 a 26,132 0.23%
Auto & Truck Depreciation 45,805 45,805 0.40%
Field Equip Recovery (113,902) -113,902 -1.00%
Telephone 217,879 217,879 1.91%
Postage & Freight 19,351 19,351 0.17%
Reproduction 162,680 162,680 1.43%
Personal Property Tax 24,307 24,307 0.21%
Fidelity Insurance 31,324 31,324 0.27%
Business & Prof License 42,041 42,041 0.37%
Interest Expense 3,072 (3,072) G 0 0.00%
Error & Omissions Insurance 600,041 1, J 600,041 5.27%
B&O Taxes 536,753 536,753 4.71%
City, State and Federal Taxes 539,386 (523,246) L 16,140 0.14%
Computer Expense 590,688 590,688 5.18%
Computer Depreciation 249,730 249,730 2.19%
Misc Income M 0 0.00%
Gain or Loss Sale of Asset (15,395) -15,395 -0.14%
Total Administrative Expenses 6,121,564 . (940,965) 0 5,180,599 45.47%
Total Indirect Costs and Overhead 20,862,263 (1,044,408) 0 19,817,855 173.92%
Indirect Cost Rate 1.83 1.74
Facilities Cost of Capital 31,053 0.27%
$20,862,263 ($1,044,408) 19,848,908
174.19%
References
Removed by BergerABAM
A Unallowable Proposal Negotiation Salaries ($56,945.36) and Administrative salaries ($38,792.04).
B Unallowable administrative expenses. Firm tracks unallowable expenses on the general ledger.
C Advertising unallowable per 48 CFR 31.205-1(f).
D Contributions unallowable per 48 CFR 31.205-8.
E Removed by Berger/ABAM in compliance with various FARS regulations.
F Travel and subsistence that are over the daily FAR allowable rates per 48 CFR 31.205-46
G Interest and other financial costs not allowable per 48 CFR 31.205-20
H Fringe Benefit adjustment; directly associated cost to unallowable advertising, public relations and direct
selling labor unallowable per 48 CFR 31.201-6(a)
I Determining allowabillity - costs property supported with adequate documnetation are allowable CFR 31.201-2(d)
J CFR3I.201-3(b) (])Determining reasonableness - Costs generally not reconized as ordinary and necessary for the conduct of business are unallowable
K Taxes - Taxes from which exemptions are available to the contractor directly are unallowable when the burden incident to
obtaining the exemption outweighs the corresponding benefits accruing to the Government. CFR 31.205-41 (B) (3)
L Taxes - Federal income and excess profits taxes are unallowable
M Design build loss adjustments
N Unallowable adjustments made from conducting EZ quant Audit- 11839.22 from travel, 878.12 form meals and 4234.21 removed from proposal
Page 2
Exhibit E
Sub -consultant Cost Computations
The CONSULTANT shall not sub -contract for
the performance of any work under this AGREEMENT without prior written permission of the AGENCY.
Refer to section VI "Sub -Contracting" of this AGREEMENT.
Exhibit E-1 - Subconsutlant Fee Determination
Exhibit E-3 - Subconsultant WSDOT ICR Letters or Safe Harbor Letter/Rates
Agreement Number:
WSDOT Form 140-089 EF Exhibit E Page 1 of 1
Revised 10/30/2014
EXHIBIT E-1, SUBCONSULTANT FEE DETERMINATION
CITY OF TUKWILA- STRANDER BLVD/SW 27TH ST EXTENSION
Ott -Sakai & Associates LLC
129 E. Lake Sammamish Shin NE
Sammamish, WA 98074
425-890-3533
5/16/2015
Strander Grade Separation
Fee Estimate - Constructability Review
Item
Scope
Principal-
Rate
$215.26
/hour
Senior
Construc
tion
Specialist-
$209.11/
hour
Contract
Manager -
$159.91/
hour
Ott Costs
Invoicing and reporting
4
$639.64
Contructability with Reports
1
Site Visit (2 Staff)
4
8
$2,533.92
2
Review Preliminary Design
8
$1,672.88
3
Site Access Plan
24
$5,018.64
4
Temporary Walls
8
$1,672.88
5
Bottom Seal! Alternates Evaluation (up to 3 methods)
2
24
$5,449.16
8
Memorandum
16
$3,345.76
9
Meetings 4 ea @4 Hrs
16
$3,345.76
Schedule
10
Prepare Schedule - Preliminary- Bar Chart
2
16
$3,776.28
Contractor Style Estimate
11
Prepare estimate (30% and 60% Update)
2
56
$12,140.68
Meetins
12 with Owner (2 ea)
12
$2,509.32
Travel Expenses
Travel (Bus Fare. Parking. Mileage)
$200.00
Sub - Totals
10
188
4
$42,304.92
All Inclusive Hourly Rate
TOTAL ESTIMATED
$42,504.92
Ott
9/4/2017
Page 1 of 1
Ott - Sakai
ea Associates, LLC
Ott— Sakai L Associates, LLC
129 E. Lk. Sammannsh Shorelane NE, Sammamtsh, WA 98074
Bill Ott: 425-890-3533 billaott-sakai.com
Kevin Sakai: 206-255-2509 kevmaott•sakai.com
August 25, 2017
BergerABAM
33301 Ninth Ave. South, Suite 300
Federal Way, WA 98003-2600
Subject: Hourly Rates
Attn: Kelly Robinson / Bob Fernandes
Ott -Sakai is young and a small firm that that does not have an established overhead rate nor do we have
audited overhead rates. Below are our lowest fully burdened (all-inclusive) hourly billing rates for Ott -
Sakai and Associates, LLC services. These rates are fully burdened and are the lowest rates billed to our
clients for this type of work.
Classification
Max. Hourly Rate
Principal, Bill Ott, Kevin Sakai
Senior. Constr. Specialist
Kevin Parrish
Charlie McCoy
Forrest Dill
David Place
Eric Reichelt
Construction Specialist
Bing Ma
Contracts Administrator
Janice Christain
$215.26
$209.11
$196.80
$159.91
The above hourly rates are fully burdened and are all-inclusive except for travel mileage, parking, or any
other direct expenses.
Ott -Sakai shall comply with the rules and regulations regarding travel costs (excluding air, train, and
rental costs) in accordance with the Tukwila Travel Rules and Procedures. All sub -consultant cost and
direct reimbursable expenses will be at cost with no mark-ups.
Respectfully,
44.
Page 1 of 2
William P. Ott
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BOULEVARD/SW 27TH STREET EXTENSION
(5 1 ALLIANCE
GEDMATICS
SURVEYING & MAPPING
MBE/DBE
NUMBER
17-096
NAME
Strander Extension
CLIENT
BergerABAM
OWNER
City of Tukwila
Dy
date
dot,
LEVEL OF EFFORT
OPley Ds
30-A48-17
wt
in A.' 17
REVISED
6) 1 ALLIANCE
GE O M AT I CS
SURVI-YIUfl 9C MAPPING
MRF i2RF
ova. 9
9.4
TASK
Principal
PM
OLS
CADD 5
CADD 3
TECH 5
TECH 3
TECH 1
FEE
, ((,R nn
, 120 On
x 120 70
., 96.00
, 74 40
2 06 40
, 72 n0
, (A 110
NUMBER
DESCRIPTION
1iOURS
TASK
1
41 Res,'a'c', and Cleo
108
4
8
16
32
12
16
, 9.381
2
4 2 To. 4>'l, M.... 9g
4284
24
00
I60
160
..11,304
3
4.3 111 ly Locale Se, les
112
4
8
20
40
40
, 8.(:40
4
44 R'[Int ol Wa,iPi rr's
212
4
24
120
24
24
16
, 22714
,,
4_, Ca0e•nc9104,1E 4.1:, t.
1110
4
56
120
0 21.792
6
4 6 Po9A/ Wel414S Toto A•ea 4
3324
8
24
40
96
120
40
, 26,246
7
4 6B Wel 49,1 F ay Lo,ales A',., 4
48
24
24
, 3.168
8
4.7 Dr :< a.. .'
268
4
24
en
160
, 23.136
0
n
n
S
1
n
,
0
5
(1
4
n
TOTAL 3305395
1698
20
152
22,6
104
200
22,_
4011
296
$ 4.704 410
31 18.240.711
31 40.77011n
, 0` 84 00
31 14 880 00
5 21.772 80
, 233 3307 011
, 17.76n (10
711711 DIRECT BURDENED SMART COSTS
$ 146,861
CTHCR DIRECT COSTS
MILEAGE I ,CNE WATT
14
MILEAGE ;TOTAL MILES)
882
, 476
,.,.n..c• of Fe d clay,
ii.;
,
NOTES
TITLE REPORTS
22
51 0'1070
, 22.000
TECHNOLOGY
C 4 x31 4 SDI-- • -, !Di, • $
TRAFFIC CONTROL
Estimated Pol ce Office. 181,ou•s at G125/00 a 1,000
UTILITY LOCATES .,-Id POTHOLES
ESTIMATED at $3500 pe. 40 PH and UK UG 86119 Locate 31 80.000
TOTAL OTHER DIRECT CCSTS S 103,476
GRAND TOTAL FEE ESTIMATE $ 250,337
1A amt. LOE 201708•30 -bb M1\2017\ 17,096 RA TUK\0n000ON\0010P.oposal\SOW LOE\1 Affiance LOE 2017-08, 30.00
1 Alliance Geomatics, LLC
Main 425.598.2200 1 Fax 425.502.8067
1261— 120 Ave NE, Bellevue, WA 98005
6
EXHIBIT E-3
Washington State
a, Department of Transportation
July 12,2017
Jason Nakamura, President
1 Alliance Geomatics, LLC
1261A 120th Ave NE
Bellevue WA 98005-2121
Re: 1 Alliance Geomatics, LLC
Safe Harbor Indirect Cost Rate Extension
Dear Mr. Nakamura:
Transportation Building -
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
TN: 1-800-833-6388
www.wsdot.wa.gov
Washington State has received approval from our local Federal Highway Administration (FHWA)
Division to continue administering the "safe harbor" indirect cost rate program on engineering and
design related service contracts, as well as for Local Public Agency projects.
We completed our risk assessment for 1 Alliance Geomatics, LLC, in May, 2014. Our assessment was
conducted based on the documentation provided by the firm. The reviewed data included, but was not
limited to, a description of the company, basis of accounting, accounting system and the basis of indirect
costs. Based on our review, we found the firm eligible to use the Safe Harbor rate. 1 Alliance opted to
use the Safe Harbor rate, rather than provide a FAR -compliant rate.
Based on further review and discussion with the firm, we are issuing an extension of the Safe Harbor
Indirect Cost Rate of 110% of direct labor with a field rate, where applicable, of 80% of direct labor for
1 Alliance Geomatics, LLC.
1 Alliance Geomatics, LLC has agreed to improve Internal Controls and timekeeping processes in order
to be able to develop an Indirect Cost Rate Schedule in the future in accordance with the Federal
Acquisition Regulations (FAR), Subpart 31. The WSDOT Internal Audit Office has provided guidance
and information related to FARs and the AASHTO Audit Guide. You may use the Safe Harbor Rate of
110%, or 80% for field office situations, for agreements entered into prior to June 30, 2018. For
agreements entered into after this date, please contact the WSDOT Consultant Services Office (CSO) or
our office for guidance.
The Safe Harbor Rate will not be subject to audit. Please coordinate with CSO or your Local Programs
contact if you have questions about when to apply the Safe Harbor rate to your agreement.
If you have any questions, please contact me, Jeri Sivertson, or Steve McKerney at (360)705-7003.
Sincere 7/
Schatzie Harvey
Agreement Compliance Audit Manager
cc: Steve McKerney, Director of Internal Audit
Jeri Sivertson, Assistant Director of Internal Audit
Larry Schofield, MS 47323
File
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION F&P Fee
CITY OF TUKWILA -STRANDER BLVD/SW 27TH STREET EXTENSION 9/3/2017
Task 6.1 (Phase 3
Task 6.2 & 6.3 (Phase 3)
Daniel Grayuski
Kristin Calia
James Sellards
Carmen Kwan
Sarah Keenan
Rachael Sewell
Vukari Bettencourt
Task
Principal
Senior Associate
Senior Engineering
Technician
Senior
Engineer/Planner
Engineer/Planner
Administrative
Administrative
Coordination meetings
4
32
82
6
2
Document Review
2
16
24
10
8
Summarize document studies / reports
1
6
14
6
72
Outline detailed scope/budget for Phase 36
2
2
8
2
12
Preliminary analysis of illumination / traffic
signal modification
8
4
3
50
44
Administration
8
20
22
2
4
Total Hours
9
4
3
24
0
2
4
DSR
$ 95.67
$ 65.87
$
48.56
$ 37.50
$ 31.73
$ 34.38
$ 35.10
OH 176.04%
$ 168.42
$ 115.96
$
85.49
$ 66.02
$ 55.86
$ 60.52
$ 61.79
30% Fee
$ 28.70
$ 19.76
$
14.57
$ 11.25
$ 9.52
$ 10.31
$ 10.53
Billing Rate
$ 292.79
$ 201.59
$
148.61
$ 114.77
$ 97.11
$ 105.22
$ 107.42
Subtotal
$2,635.10
$806.35
$
$445.84
52,754.36
50.00
5210.43
5429.68
OH 176.04%
Total Budget
$7,281.76
Task 6.2 & 6.3 (Phase 3)
Task 6.4
Daniel Grayuski
Kristin Calia
James Sellards
Carmen Kwan
Sarah Keenan
Rachael Sewell
Vukari Bettencourt
Task
Principal
Senior Associate
Senior Engineering
Technician
Senior
Engineer/Planner
Engineer/Planner
Administrative
Administrative
Memo outline traffic analysis / assumptions
2
32
82
8
2
Field visit
4
16
24
8
8
Traffic Operations analysis
86
6
14
88
72
VMf/GHG analysis
2
2
8
- 18
12
Traffic Study Report
8
4
8
50
44
Coordination for environmental document
8
20
22
8
32
Convert Traffic Study Report toTransportation
Discipline Report
2
60
130
8
10
8
32
Traffic Signal Permit
2
4
$
48.56
28
44
$ 34.38
$ 35.10
30% illumination / traffic signal modification
design and response to comments
6
10
$
24
34
36
$ 60.52
$ 61.79
Administration
$ 28,70
$ 19.76
$
14.57
$ 11.25
$ 9.52
12
50
Total Hours
38
24
$
46
262
250
12
50
DSR
$ 95.67
$ 65.87
$
48.56
$ 37.50
$ 31.73
$ 34.38
$ 35.10
OH 176.04%
$ 168.42
$ 115.96
$
85.49
$ 66.02
$ 55.86
$ 60.52
$ 61.79
30% Fee
$ 28.70
$ 19.76
$
14.57
$ 11.25
$ 9.52
$ 10.31
$ 10.53
Billing Rate
$ 292.79
$ 201.59
$
148.61
$ 114.77
$ 97.11
$ 105.22
$ 107.42
Subtotal
511,125.96
$4,838.13
56,836.20
$30,068.43
$24,276.62
51,262.60
55,371.00
PM intersection traffic Counts & 24 -hr speed/volume tube counts
58,000.00
Total Budget
591,778.94
Task 6.4
Note: Optional Task (Initial Traffic Signal Timing Plans) Budget to be Provided if Included.
Grand Total 5164,952.34
Daniel Grayuski
Kristin Calia
James Sellards
Carmen Kwan
Sarah Keenan
Rachael Sewell
Yukari Bettencourt
Task
Principal
Senior Associate
Senior Engineering
Technician
Senior
Engineer/Planner
Engineer/Planner
Administrative
Administrative
60% illumination /traffic signal design and
response to comments
8
32
82
74
78
9055 illumination / traffic signal design and
response to comments
4
16
24
24
34
100% illumination / traffic signal design and
response to comments
2
6
12
12
16
Public Interest Finding Submittal
2
2
8
4
Provide support for bidding
4
4
Administration
8
32
Total Hours
16
60
130
114
128
8
32
DSR
$ 95.67
$ 65.87
$
48.56
$ 37.50
$ 31.73
$ 34.38
$ 35.10
OH 176.04%
$ 168.42
$ 115.96
$
85.49
$ 66.02
$ 55.86
$ 60.52
$ 61.79
30% Fee
$ 28,70
$ 19.76
$
14.57
$ 11.25
$ 9.52
$ 10.31
$ 10.53
Billing Rate
$ 292.79
$ 201.59
$
148.61
$ 114.77
$ 97.11
$ 105.22
$ 107.42
Subtotal
54,684.62
$12,095.31
519,319.69
513,083.21
$12,429.63
$841.73
53,437.44
Total Budget
$65,891.64
Note: Optional Task (Initial Traffic Signal Timing Plans) Budget to be Provided if Included.
Grand Total 5164,952.34
Washington State
f, Department of Transportation
June 21, 2017
Fehr & Peers
100 Pringle Avenue, Suite 600
Walnut Creek, CA 94596
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 2016 ICR — Audit Office Review
Dear Ms. Marion Donnolly:
Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your
firm's FYE 2016 Indirect Cost Rate (ICR) of 176.04%. This rate will be applicable for
WSDOT Agreements and Local Agency Contracts in Washington only. This rate may
be subject to additional review if considered necessary by WSDOT. Your ICR must be
updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
consultantrates@wsdot.wa.gov.
Regards;
ERIK K. JONSON
Manager, Consultant Services Office
EKJ:kms
Acceptance ICR Audit Office Review
BergerABAM
N
d
0
0
W
re
re
N
H c)
2 c
a 4
Q
E
Q
LO
N
O
100
N
O
CO
N
O
O
O
O
LO
O
O
M
r
O
0
0)
N
O
N
N
0
O
N
N
CO
t0
O
0
0
0
0
0
O
N
C
E
0
O
a`
E
d
Certification Assistance -
Contract Admin -
d)
0
W
a
Pre -Design Acq Cost Assessment & Evaluations
Project Funding Estimate
Coord w/Subconsultants-
Vi
O
J
E
7 0
0
L-
2 0
0
O
O
O
O
O
O
W
O
O
0
O
O
O
O
O
O
O
O
O
O
0
O
O
0
O
0
0
O
Pre-Offer/File Setup
Negotiations
Clearing Title -
Condemn Support -
Data/file & Diary Maintenance & Delivery
Direct Labor $:
COCal
N
O
N
O
M
W
O
0
O
O
O
O
O
O
O
M
0
O
O
m
0
M
O
0
O
O
0
O
0
Direct Labor Totals:
0
2
O
0
0
h
O
M
N
0
V
1
y
0)
0
Direct Labor Rate:
Audited Overhead Rate:
0
O
a`
Composite Multiplier:
Total Labor Fee: $
Vr V) V) V) Vi
Review Appraisals
Mileage/Travel
Reprographic, Copy, & Printing
Couriex Overnight Postage
O
O
N
O
Vi
A
O
7
m
a
EXHIBIT E-3
R&W Engineering, Inc
OVERHEAD ANALYSIS WORKSHEET
2017 Overhead Cost Analysis R&W
1 DIRECT LABOR
2 Vacation, Holidays Sick Leave
Overhead on In-InDirect Labor 397,795.22
3 Other Fringe Benefits
a) Bonus
b) Retirement 401k ER
4 Health Insurance
5 Payroll Taxes
$ 1,375,801
397,795.22
6 Sub Total 397,795
7 Overhead Rate on Direct Labor
8 Other Direct Costs 263,309
a) Project Costs 45,585.20
b) Electrical Equipment 928.01
c) Mechanical Equipment
d) Sub -Contracted Services 216,795.32
e) Warranty
9 Total Direct Costs (1+ 6 + 8)
General and Administration Overhead
10 INDIRECT LABOR 985,084.82
Overhead on InDirect Labor 284,824.64
a) Vacation
b) Bonus
c) 401K ER
c) Health Insurance
d) Other Employee Benefits
d) Payroll Taxes
33,979.48
7,000.00
84,634.69
300,763.32
68,284.81
187,957.56
28.91
$ 2,036,904.74
Notes
A
B
11 Telephone 37,303.67
12 Accounting Services 32,565.00
13 Legal Services 10,101.93
401K Admin 4,556.26
Payroll Services 6,508.69
14 Total Professional Fees -Dues and Licenser 28,175.10
Professional Fees -Dues and Licenser 14,314.31
Social Club Dues 5,931.02
Other Licenses & Fees 7,929.77 C
15 Rent and Lease Expense 171,575.85 2
17 Office Supplies - General 45,174.77
Office Supplies - General 28,816.14
Equipment 1,077.65 4
Jantorial Services 15,280.98 3
19 Depreciation Expense 25,273.51
20 Insurance Expense 54,535.40 5
a) Professional Liability 28,110.11
b) Other Liability 26,425.29
25 State & Local Taxes 3,843.41
B&O Taxes 4,407.00
State Refund (563.59)
27
28 Computer & Administrative Services
Computer Software
Computer Related & Administrative Services
30 Miscellaneous
Misc Expenses
SH Life Market Gain
Reserve for Bad Debt
Marketing
Charitable Contribution:
31 Subtotal: G&A Overhead (10 thru 30)
32 Grand Total Expenses
33 G&A Overhead Rate
91,986.81
72,308.79
4,793.03
18,397.41
164,295.60
6
23,190.44
798.37 7
63.41
1,877,871
3,914,776
136.49%
58%
42%
411116.
� Washington State
�I/ Department of Transportation
August 25, 2017
Abeyta & Associates
1011 SW Klickitat Way, Suite 206
Seattle, WA 98134
Subject: Acceptance FYE 2016 ICR - Negotiated
Dear Ms. Rosa Villa:
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
We have negotiated and accepted your firms FYE 2016 Indirect Cost Rate (ICR) of
150.00%. This rate will be applicable for Local Agency Contracts in Washington only.
This rate may be subject to additional review if considered necessary by WSDOT. Your
ICR must be updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with the firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
consultantrates@wsdot.wa.gov.
Regards;
ERIK K. JONSON
Manager, Consultant Services Office
EKJ:kms
Acceptance ICR Negotiated
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION
Project Name
Client
Location
Exhibit B
strander
Abam
Tukwila
Widener Fee
9/3/2017
Date 12/6/2015
Tasks
Project
Manager
Senior
Biologist
Project
Biologist
Archaeologist
Hours
Hours
Hours
Hours
1.1 Design Assistance and Early Agency Coordinatio
40
4
16
1.2 Section 106 Consultation
APE
8
2
4
1.3 106 Section Report Coordination
Draft
12
8
4
36
Final
2
4
2
12
1.4 Noise Report
Draft
12
20
60
Final
8
8
20
WSDOT Review
4
3
16
1.4 Air Report
Draft
12
20
60
Final
8
8
20
WSDOT Review
4
3
16
1.5 Hazardous Materials Memo
Draft
2
2
16
Final
2
2
2
WSDOT Review
4
2
4
1.6 Environmental Justice Survey
draft
12
6
40
final
6
8
12
1.7 Biological Assessment No Effect Letter
Draft
12
16
40
Final
8
2
12
1.8 NEPA ECS
Draft
4
9
32
Final
2
2
4
WSDOT Review
8
4
4
1.9 Wetland and Critical Areas Study
Field Work
8
12
60
Draft
16
24
120
1 of 2
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION
Final
32
8
48
1.10 Wetland Mitigation Use Plan
Draft
40
12
80
Final
20
8
40
1.10 Wetland Mitigation Use Plan
Draft
40
12
80
Final
20
8
40
1.11 SEPA
Draft
2
2
24
Final
2
2
8
Coordination and Response Comments
8
2
16
1.12 Permit Coordination
Section 404
36
12
80
Section 401
36
12
40
Coordination and Response Comments
40
8
24
Critical Areas permits
6
12
HPA
Total hours
476
255
1056
48
Summary
Hours
Direct
Overhead
Profit
Project Manager
476
$64.00
$70.40
$19.20
Senior Biologist
255
$50.00
$55.00
$15.00
Project Biologist
1056
$31.00
$34.10
$9.30
Project Archaeologist
48
$50.00
$55.00
$15.00
Total Labor
Expenses
Mileage
Trips to project site (5 Trips)
146
miles @
$0.56
per mile
Trip to Local Programs (1 Trip)
30
miles @
$0.56
per mile
Field Supplies
Flagging & Stakes
Total Expenses
TOTAL ESTIMATED COST
Widener Fee
9/3/2017
Cost
$73,113.60
$30,600.00
$78,566.40
$5,760.00
$188,040.00
$408.80
$16.80
$25.00
$450.60
$188,490.60
2 of 2
EXHIBIT E-3
Washington State
0, Deparrtment of Wa nspOrffatio
Lynn Peterson
Secretary of Transportation
February 27, 2014
Jeanette Widener, President
DGK Inc.
10108 32nd Avenue W, Suite D
Everett, WA 98204-1302
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
Re: DGK (dba Widener & Associates) Safe Harbor Indirect Cost Rate
Dear Ms. Widener:
Washington State is one of ten states who have received approval from Federal Highway
Headquarters to participate in the Test and Evaluation Program (TE -045) for use of a "safe
harbor" indirect cost rate on engineering and design related service contracts, as well as for
Local Public Agency projects.
We have completed our risk assessment for DGK. Our assessment was conducted based on the
documentation provided by the firm. The reviewed data included, but was not limited to, a
description of the company, basis of accounting, accounting system and the basis of indirect
costs. Based on our review, your firm is eligible to use the Safe Harbor rate for the City of
Bellingham West Horton Road Project.
We are issuing the Safe Harbor Indirect Cost Rate of 110% of direct labor for DGK. The Safe
Harbor rate is effective on February 27, 2014.
DGK has agreed to improve Internal Controls and timekeeping processes in order to be able to
develop an Indirect Cost Rate Schedule in future accordance to Federal cost principles (48 CFR
FAR). The WSDOT Internal Audit Office has provided guidance and information related to
FARs and the AASHTO Audit Guide.
The Safe Harbor Rate will not be subject to audit. Please coordinate with WSDOT Consultant
Services (CSO) or your WSDOT Local Programs Manager if you have questions about when to
apply the Safe Harbor rate to your agreement.
Page 2
DGK
February 27, 2014
If you or any representatives of DGK have any questions, please contact Martha Roach, Jeri
Sivertson, or Steve McKerney at (360)705-7003.
Sincerely,
Martha S. Roach
Agreement Compliance Audit Manager
cc: Steve McKerney, Director of Internal Audit
Jeri Sivertson, Assistant Director of Internal Audit
Larry Schofield, MS 47323
File
CERTIFICATi.ON OF FINAL INDIRECT COSTS - FOR A SAFE HARBOR INDIRECT COST RATE
Firm Name: C.
Project Number/Name: Nor #a''► ka/t•
I; the undersigned, certi j? that I have reviewed the proposal to establish the Safe Harbor rate.
The fine is electing to use the SAFE HARBOR INDIRECT COST RATE of'1.10%. To the .best of Illy
knowledge and belief
a) The firm has not had a FAR compliant indirect. cost rale previously accepted by any other state
agency.
h) The flrni will provide reports as required by the SAFE HARBOR RATE program on their
progress toward compliance with the cost principles of'the Federal Acquisition Regulations
(FAR) of title 48, Code of Federal Regulations (CFR), part 31.
All
known material transactions or events that have occurred affecting the fames ownership, or,gganization
and prior & current indirect cost: rates have been disclosed
The firm agrees to follow the 'Path to Compliance". Steps noted below:
The Pathway nntsi include:
• .4 timekeeping spsteur which inchides the Internal Controlsdescribed in chapter 6 c fAAS/lTO
• An accounting system which separates -indirect costs and direct costs
• An accounting system -which separates allowable and unallowable cost
• A conrpliant/ob cost s►stent which is general ledger driven
• Trainingfor accotmting,persorvrel and key management an Part 31 oJ7he Federal.9cquisition Regulations,
Contract Cost Principles and Procedures
• A strong Written internal control policy with a policy and procedures manual
*Signature:
*Name of Certi 'mg Official (Print): -y,e Cr t'i -t Ff ,(' h .er
*Title:
Date
of -Certification (mm/dd/yyyy):. C../ Z - 11
*Note: This form is to be completed.by an individual executive or financial officer of the consultant at a
level no lower than.a Vice Presidentor ChiefFinancial Officer, or equivalent, who has the authority to
represent the financial information utilized to establish the indirect cost rate proposal submitted in
conjunction with the agreement.
EXHIBIT E-1: SUBCONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION
DIRECT SALARY COSTS (DSC)
HANSON Costs
9/3/2017
Personnel Hours Rate Cost
1 Principal 10 X $ 90.00 = $ 900
2 Engineer VII (PM) 181 X $ 50.00 = $ 9,050
3 Engineer VII (PE) 744 X $ 50.00 = $ 37,200
4 Engineer VI 0 X $ 50.00 = $
5 Engineer V 173 X $ 50.00 = $ 8,650
6 Engineer IV 0 X $ 40.00 = $
7 Engineer III 30 X $ 40.00 = $ 1,200
8 Technician VII 0 X $ 35.00 = $
Total Hours 1,138 Subtotal Direct Salary Costs (DSC) = $ 57,000
Salary Escalation (SE) = 2% of DSC = $ 1,140
Subtotal (DSC + SE) = $ 58,140
Overhead (OH) 174.37% of (DSC + SE) = $ 101,379
Fixed Fee (FF) 33.00% of (DSC + SE) = $ 19,186.20
TOTAL SALARY COSTS (DSC + SE + OH + FF) = $ 178,705
DIRECT NONSALARY COSTS (DNSC)
Mileage 800 miles @ $ 0.535 $ 428
Miscellaneous Expendables (photographs, equip rental, etc) $ 200
TOTAL REIMBURSABLE EXPENSES (DNSC) = $ 628
TOTAL AUTHORIZED AMOUNT = $ 179,333 J
Page 1 of 4
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION
sleloiqnS
250
L 9
56
14
NOHO0a000
21
21
O
O 00]0000
��r0
—0*0
V N
318
0:1,1)A
26
4
7
48
48
10 _ _ _
,_ N
5
10
IIA uelOIuy9al
O
O
M
0
0
0
0
pl.1aaw6u3
I11.190"3
0
0
0
61-
eo
a
M M
N
N
V
v
a
N Jeaw61.13
0
0
0
V
69
o
0
o
009141-13
0
0
0
w
MM
NN
N, -,—
N N
V N
V V
;
e- N
'- O
N
O
O V
M V
N N
IA Jaaui6ug
0
0
0
0
E9
o
o
o
(Jaaui6u3
IVVaaul6u3
0
0
m
O V00
61-
0
MoV7V
OOOVO
OOO
102
8
OOO
,-
32
6
0,-
co
NV.-
NoafoJd)
V M
N M
6
40
40
6
NO
MW
(ia6eueW
perOJd)
IIA .aaul6u3
0
0
0
69
129
4
,117E1`
O
OON
N
N
M M
N N
N
V V
V
WN
--N
N
13
•-
N
N
ledlouud
0
0
0
co
69
0
N
N
N
Task Descriptions
Labor Rate
TASK 9.0 - RAILROAD DESIGN
Subtask 9.1 — Project Administration
Project Set -Up
Project Management (1 hr/wk for 56 weeks)
Invoicing Per Client Format (14 billing cycles anticipated)
Prepare Progress Reports (14 total)
Meetings with Design Team, City, and/or UPRR
Kick -Off Meeting in Tukwila
Progress Meetings in Federal Way
10% Plans: 3 meetings
25% Plans: 3 meetings
30% Plans: 1 meeting
90% Plans: 1 meeting
100% Plans: 1 meeting
Progress Meetings via Conference Call
M w
(7,73
00
OW
0
0 C
IO t0
EE
0 0
o lO
N
30% Plans: 2 calls
90% Plans: 2 calls
100% Plans: 2 calls
Site Meetings with UPRR
25% Plans: 1 meeting
_ 90% Plans: 1 meeting
Pre -Bid Meeting (1 meeting)
Subtask 9.2 - 10% Railroad Shoofly Plan
Site review and Field Report (concurrent with survey)
Survey Data Reduction for Engineering
Establish Existing Track Alignment from Survey
Shoofly Track Alignment
10% Earthwork Model (Civil 3D 2017)
10% Shoofly Plan - (11x17 - 3 sheets)
10% Opinion of Probable Cost of Construction
QC Review
Final Revisions & Prepare PDFs for submittal
Subtask 9.3 - 25% Shoofly and Phasing Plans
Review and Prepare responses to UPPR Design Comments
Phasing Plan Schematic - (11x17 - 2 sheets)
Phasing Narrative
25% Shoofly Plan & Profile Sheets - (3 sheets) —
25% Shoofly Typical Section Sheets - (4 sheets)
Curve Data Sheet (1 Sheet)___
Prepare Civil / Track Detail Sheet (2 sheets)
Earthwork Model (Civil 3D 2017) by Phase
25% Shoofly Cross Section Sheets by Phase- (12 sheets)
Review Geotechnical Report
Utility Review for conformance with UPRR req.
Verify Shoofly Track Drainage
Prepare Quantity Summary Table
Update Opinion of Probable Cost of Construction
Hanson Hours
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION
slelolgn$
.-.-�LOvN-
22
129
4
oNvromao0
IL- CLI
wrn
8
12
Cs
150
��
7
32
�c��
18
16
$
iv
���<�n
�
IIA ueloluyoal
0
6
(0
05.
0
0
0
0
III iaaul6u3
0
0
0
v
(n
v
v
v
o
a
v
<
AIJaaul6u3
40.00
0
0
0
0
A Jaaul6u304
$ 50.00
4
V
CO
M
N
(0 M
N
N
N V
N .()
(0
0
29
(7 Cr
V'
N N
LO V
V
a'
'
e- L-
N
Ca (h
IA Jaaul6u3
0
0
0
Lo
69
o
o
o
o
(Jaaul6u3
)oefoid)
IIA i80u0u3
0
0
0
N
69
0 N
0
77
3
u) co
to CO
N V'
to to
CO (o
(O
V V'
V' Co
O
0
O
14
10
r co
O) M
to (o
OD
r
118
5
15
7 7
(ia6euen
pafad)
HA a09ul6u3
0
0
o
—
N N
N
V.,_
r
h
N D
N N
N
O
to
,- `-'
v" �
N- N-
— —
ledlouud
0
0
0
0
N
N
N
0
N
N
N
Task Descriptions
Labor Rate
Design Report
Prepare Initial Track Specifications
QC Review
Final Revisions & Prepare PDFs for submittal
Subtask 9.4 - 30% Plans (Update 25% per Site Meeting)
Review and Prepare responses to UPPR Site Review
Update Phasing Plan Schematic - (11x17 - 2 sheets)
Update Phasing Narrative
Update Shoofly Plan & Profile Sheets - (3 sheets)
Update Shoofly Typical Section Sheets - (4 sheets)
Update Curve Data Sheet (1 Sheet)
Update Prepare Civil / Track Detail Sheet (2 sheets)
Update Earthwork Model (Civil 3D 2017) by Phase
Update Shoofly Cross Section Sheets by Phase- (12 sheets)
Review Geotechnical Report
Adit. Utility Review for conformance with UPRR req.
Update Shoofly Track Drainage
Update Quantity Summary Table
Update Opinion of Probable Cost of Construction
Update Design Report
Update Initial Track Specifications
QC Review
Final Revisions & Prepare PDFs for submittal
Subtask 9.5 - 60% Plans (Update 30% if required by UPRR)
Engineering Contingency (none)
Subtask 9.6 - 90% Plans
Update Shoofly Plan & Profile Sheets - Finalize Cut & Fill Lines, signal (if needed)
Update Shoofly Typical Section Sheets - (4 sheets)
IUpdate Prepare Civil / Track Detail Sheet (2 sheets)
Update Earthwork Model Incl. Potential Signal Pads and Special Sections
Update Shoofly Cross Section Sheets Incl. Special Secitons (if needed)- (12 sheets)
Update Quantity Summary Table
Update Opinion of Probable Cost of Construction
Update Design Report
QC Review
Finalize Track Specifications
Contingency to Incorporate Comments from 60% UPRR Review (none)
Final Revisions & Prepare PDFs for submittal
ISubtask 9.7 - 100% Plans (Update 90% incl. all UPRR comments)
Update Shoofly Plan & Profile Sheets - Finalize Cut & Fill Lines, signal (if needed)
Update Shoofly Typical Section Sheets - (4 sheets)
Update Prepare Civil / Track Detail Sheet (2)
Update Earthwork Model Incl. Potential Signal Pads and Special Sections
Update Shoofly Cross Section Sheets Incl. Special Secitons (if needed)- (10 sheets)
Update Quantity Summary Table
Update Opinion of Probable Cost of Construction
Update Design Report
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION
sle{olgns
01
18
28
co
o
°'
IIA uelolugoai
0
M
to
0
III .laaul6u3
0
0
0
v
v
30
AI Jaaul6u3
0
0
0
v
to
0
A iaaul6u3
$ 50.00
3
r,
173
IA.Iaaw6u3
0
0
0
o
eo
0
(ieeul6u3
pafad)
IIA Jaaul6u3
$ 50.00
7
`r° N
,
744
006eue1A1
palad)
IIA Jaaul6u3
0
0
d
—
eo
N v
—
co
ledlauud
0
0
d
0
N
se
o
Task Descriptions
Labor Rate
QC Review
IUpdate Final Track Specifications including agreement with 'front end' documents
Bid Support through Award
Final Revisions & Prepare PDFs for submittal
Hours
EXHIBIT E-3
VWWashington State
Department of Transportation
July 6, 2017
Hanson Professional Services Inc.
1525 S. Sixth Street
Springfield, IL 62703
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 2016 ICR — Risk Assessment Review
Dear Ms. Jo Ellen Keim:
Based on Washington State Department of Transportation's (WSDOT) Risk
Assessment review of your Indirect Cost Rate (ICR), we have accepted your proposed
FYE 2016 ICR of 174.37%. This rate is applicable to Washington Local Agency
Contracts only. This rate may be subject to additional review if considered necessary by
WSDOT. Your ICR must be updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with your firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
consultantrates@wsdot.wa.gov.
Regards;
ERIK K. JONSON
Manager, Consultant Services Office
EKJ:kms
Acceptance ICR Audit Office Review
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION Bright Phase 3B Cost Summary
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION 9/3/2017
DIRECT SALARY COSTS (DSC)
Personnel Hours Rate Cost
1 Principal/Project Manager 20 X $ 71.25 = $ 1,425
2 Project Engineer 108 X $ 67.00 = $ 7,236
3 Structural Engineer 254 X $ 60.00 = $ 15,240
4 Civil Engineer 0 X $ - = $
5 Construction Specialist 0 X $ = $ -
6 Designer/ CAD Oper 216 X $ 31.30 = $ 6,761
7 Graphics 0 X $ - _ $ -
8 Project Coor. / Admin 12 X $ 22.50 = $ 270
Total Hours
Overhead (OH)
Fixed Fee (FF)
610 Subtotal Direct Salary Costs (DSC) = $ 30,932
Salary Escalation (SE) = 5% of DSC = $ 1,547
Subtotal (DSC + SE) = $ 32,478
161.86% of (DSC + SE) = $ 52,570
30.00% of (DSC + SE) = $ 9,743.52
TOTAL SALARY COSTS (DSC + SE + OH + FF) = $ 94,791
DIRECT NONSALARY COSTS (DNSC)
Mileage Design Team 300 miles @ $ 0.560 $ 168
Expendables (photographs, equip rental, etc) 1 Estimate $ 32 $ 32
TOTAL REIMBURSABLE EXPENSES (DNSC) = $ 200
TOTAL Bright Fee = $ 94,991
0.782234503
Page 1 of 3
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION
(p
l6
O
F
O
(0
N V
O C)
N
N
O)
V O O
N (n CO
c•)
(O V aO N N W (D
V N O) CO co
N
0
(0
u!Wpy
/ •1003 loafoJd
so!ydeJ3
Jed()
av3 /Jau6!sap
;s!!e!oadg
uo!lonJisuo3
Jaau!6u3 !!A!3
Jaau!6u3
!eJnlonJlS
Jaau!6u3loafoJd
Ja6eue!N
loafoJd/!ed!ou!Jd
$ 71.25 $ 67.00 $ 60.00 1 $ - 1 $ - I $ 31.30 $ - $ 22.50
N
CD
(0
"
co
0
0
N
v
O
N
V
(D
0
CO
aO
V
N
O
N
V
(0
V
N
N
,—
v
W
V'
oO
v
O
N
CO
CO
(n
GO
O
CO
0
N
v
0
V OO
CO
N 7
CO
(O
v
0
(O
(n
N
N
V
v
0
V V CO V
N N
c0 CO N V
V
, , ,
20 108 254 - - 216 - 12
y d
F E
z
0)
o 0
v
0
co
0
TASK DESCRIPTION
DSC
TASK 10 - STRUCTURAL ENGINEERING (supplemented)
UPRR Temporary Shoring Wall
Temporary Shoring Wall Design
Coordination of Staging with Civil, Structural, and Shoofly
UPRR Temporary Shoring Wall Plans
PM & Submittal Coordination
Sound Transit Vehicular Bridge
Superstructure Design
Vehicular Bridge Plans
PM & Submittal Coordination
Miscellaneous Structures
Signal Bridge Design
Signal Bridge Foundation Design
Pedestrian Bridge Plans
PM & Submittal Coordination
Total
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION
4m
Co
Co
o
Co
Co
v
N
to
<,,
co
<,2w
co
0'0
co
o
a
<,o
v
a
m
o
m
co
v
v
Co
e
v
uiwpy
/ •J000 3aafoJd
sa!ydeio
Jadp
avo peu6!sea
;s!!e!aadS
uogonJ3suoa
Jeau!6u3 !!n!o
Jaau!6u3
!eJnlanilS
Jaau!6u3 loafoJd
Ja6eueyj
peloJd/!ed!ouud
$ 71.25 1 $ 67.00 I $ 60.00 1 $ - 1 $ - 1 $ 31.30 I $ - I $ 22.50
'00O'000'0
N
V O R O O C
N N N N N N
0
CO
M
0
V
N
0
V
N
0
V
N
0
V
CV
0
V
N
0
V
N
0
V
N
0
V
N
0
O
N
0o
V
N
m
V
fV
CO
V
N
0
V
N
CO
V
N
CO
O
N
o
V
N
v
N
N
„
0
V
N
0
V
CN
CO
V
N
co
V
N
0
V
N
m
v
<C
56 112 260 1
(3
E
z
p
(
N
M
0
CO
p
N
M
cor
(o
I-
coa,
O`-
N
M
7
(O
6
—
N
M
co
CO
SUBTOTAL- ALL STRUCTURAL DRAWINGS
DRAWING LIST
1 DSC
UPRR TEMPORARY SHORING WALL PLANS
UPRR BRIDGE - SHEET PILE NOTES
UPRR BRIDGE - TEMPORARY SHORING PLAN - STAGE 1
UPRR BRIDGE - TEMPORARY SHORING ELEVATION - STAGE 1
UPRR BRIDGE - GROUND ANCHOR DETAILS
UPRR BRIDGE - WALER & ANCHOR WALL DETAILS
UPRR BRIDGE - SHORING, TIEBACK, AND ANCHOR WALL LIMITS
VEHICULAR BRIDGE PLANS
VEHICULAR BRIDGE - FRAMING PLAN
VEHICULAR BRIDGE - TYPICAL SECTION
VEHICULAR BRIDGE - GIRDER DETAILS (1 OF 3)
VEHICULAR BRIDGE - GIRDER DETAILS (2 OF 3)
VEHICULAR BRIDGE - GIRDER DETAILS (3 OF 3)
VEHICULAR BRIDGE - END DIAPHRAGM
VEHICULAR BRIDGE - INTERMEDIATE DIAPHRAGM
VEHICULAR BRIDGE - DECK REINFORCEMENT
VEHICULAR BRIDGE - DECK REINFORCEMENT SECTION
VEHICULAR BRIDGE - TRAFFIC BARRIER DETAILS (1 OF 3)
VEHICULAR BRIDGE - TRAFFIC BARRIER DETAILS (2 OF 3)
VEHICULAR BRIDGE - TRAFFIC BARRIER DETAILS (3 OF 3)
VEHICULAR BRIDGE - EXPANSION JOINT DETAILS
VEHICULAR BRIDGE - APPROACH SLAB DETAILS (1 OF 2)
VEHICULAR BRIDGE - APPROACH SLAB DETAILS (2 OF 2)
VEHICULAR BRIDGE - SUPERSTRUCTURE REINFORCEMENT TABLES
1 MISCILLANEOUS STRUCUTRAL DRAWINGS
SIGNAL BRIDGE PLAN AND ELEVATION
SIGNAL BRIDGE DETAILS (1 OF 3)
SIGNAL BRIDGE DETAILS (2 OF 3)
SIGNAL BRIDGE DETAILS (3 OF 3)
SIGNAL BRIDGE FOUNDATION (1 OF 2)
SIGNAL BRIDGE FOUNDATION (2 OF 2)
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION S&W Phase 3 Costs
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION 9/3/2017
DIRECT SALARY COSTS (DSC)
Personnel Hours Rate Cost
1 Vice President 49 X $ 82.68 = $ 4,010
2 Associate 156 X $ 65.92 = $ 10,284
3 Senior Engineer I 272 X $ 40.27 = $ 10,953
4 Engineer IV 124 X $ 36.91 = $ 4,577
5 Engineer II 345 X $ 30.77 = $ 10,616
6 Senior Drafter 22 X $ 35.95 = $ 791
Total Hours
Overhead (OH)
Fixed Fee (FF)
968 Subtotal Direct Salary Costs (DSC) = $ 41,230
Salary Escalation (SE) = 4.0% of DSC = $ 1,649
Subtotal (DSC + SE) = $ 42,880
190.27% of (DSC + SE) = $ 81,587
30.00% of (DSC + SE) = $ 12,863.86
TOTAL SALARY COSTS (DSC + SE + OH + FF) = $ 137,330
DIRECT NONSALARY COSTS (DNSC)
Excavator subcontractor lump sum $ 2,500
PIT equipment lump sum $ 500
Pumping test subcontractor lump sum
Pumping test ODCs lump sum
Mileage 875 miles @ $ 0.56 $ 490
Reproduction lump sum $ 500
TOTAL REIMBURSABLE EXPENSES (DNSC) = $ 3,990
TOTAL AUTHORIZED AMOUNT = $ 141,320
Page 1 of 2
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION S&W Phase 3 Hours
CITY OF TUKWILA - STRANDER BLVD/SW 27TH ST EXTENSION 9/3/2017
TASK
Vice
President
Associate
Senior
Engineer 1
Engineer IV
Engineer 11
Senior
Drafter
SUBTOTAL
TASK 11 - GEOTECHNICAL ENGINEERING SUPPORT
48.5
156
272
124
345
22
Project Management and Quality Assurance
24
60
0
0
0
0
84
Meetings (assume 4 @ 4 hrs each for 2 people)
0
16
16
0
0
0
32
Coordinate permits, traffic control, and/or railroad flaggers for in situ
testing
0
2
4
16
0
0
22
Coordinate and perform pilot infiltration test
0
2
12
0
12
0
26
Install and develop test well
0
0
0
0
0
0
0
Coordinate and observe aquifer pumping test
0
0
0
0
0
0
0
Evaluate results of aquifer pumping test
0
0
0
0
0
0
0
Seismic design criteria
1
1
3
0
0
0
5
Liquefaction evaluation
1
2
0
12
0
0
15
Bridge Foundation Axial Resistance (3 Cases)
1
3
6
0
12
0
22
Bridge Foundation Lateral Resistance (3 Cases)
1
3
6
0
12
0
22
Bridge Foundation Group Interaction (3 Cases)
0.5
3
6
0
12
0
22
Retaining Wall Earth Pressure (6 Cases)
1
6
12
0
24
0
43
Retaining Wall Global Stability and Settlement (6 Cases)
1
9
24
0
96
6
136
Underpass uplift forces
0
1
4
0
8
0
13
Underpass mitigation alternatives
2
6
12
0
32
0
52
Shoofly Embankment Global Stability and Settlement (4 Cases)
1
8
20
0
64
4
97
Continue reading existing dataloggers on site (3 readings)
0
0
3
0
9
0
12
Update groundwater model
1
0
12
0
8
0
21
Evaluate construction dewatering (6 cases)
0
0
0
0
0
0
0
Construction Dewatering -Induced Settlement and Impacts
0
0
0
0
0
0
0
Utility Protection
1
1
4
0
16
0
22
New Outfall Recommendations
0
1
4
0
8
0
13
Evaluate stormwater infiltration rates
0
2
4
0
0
0
6
Construction Considerations
I
0
24
8
0
0
33
Prepare 60% Report
4
16
40
60
16
8
144
Revise 60% Report Based on CITY and UPRR Comments
2
2
8
4
0
2
18
Prepare final report
2
8
24
0
16
2
52
Review and comment on plans and specifications
4
4
24
24
0
0
56
Develop specifications (dewatering and instrumentation)
0
0
0
0
0
0
0
Total Hours
49
156
272
124
345
22
968
Page 2 of 2
EXHIBIT E-3
Washington State
®� Department of Transportation
June 14, 2017
Shannon & Wilson, Inc.
400 N. 34th Street, Suite 100
Seattle, WA 98103
Subject: Acceptance FYE 2016 ICR — CPA Report
Dear Ms. Noelani Bevill:
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
We have accepted your firms FYE 2016 Indirect Cost Rate (ICR) of 190.27% based on
the "Independent CPA Report," prepared by CPA Consulting, Inc.. This rate will be
applicable for WSDOT Agreements and Local Agency Contracts in Washington only.
This rate may be subject to additional review if considered necessary by WSDOT. Your
ICR must be updated on an annual basis.
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
This was not a cognizant review. Any other entity contracting with the firm is
responsible for determining the acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7019 or via email
consultantrates@wsdotwa.gov.
Regards;
Jonson, Erik
t"'"
64-
cosign
ERIK K. JONSON
Manager, Consultant Services Office
EKJ:kms
Acceptance ICR CPA Report
Certification of Final Indirect Costs
Firm Name: Shannon & Wilson, Inc.
Indirect Cost Rate Proposal: 190.267%
Date of Proposal Preparation (mm/dd/yyyy): 5/19/2017
Fiscal Period Covered (mm/dd/yyyy to mm/dd/yyyy): 1/1/2016 -12/31/2016
1, the undersigned, certify that 1 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 unallowable 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:
Name of Certifying Official* (Print): Hollie L. Ellis
Title: SR Vice President
Date of Certification (mm/dd/yyyy):5/24/17
*The "Certifying Official" must bean 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.gov/legsreqs/directivesforders/44701a.htm
O/H Certification; Nov 2010
7yA`O
R W N 0
W d a.
Ecg
oz
FA
C.7 W
(' l
r/2 a)
W
W 0
zw
0
U
pAA
O
z
E -t
Direct Labor
O
0
as
FAR Reference
Unallowable
O N M
O 00 l0 00 N d' O
MN •--+ N ori
rfl
69
(2,3) 31.205-1,13
0 0
CD
O
M •-+ 10
N d et. 1-
00 d• d' o0
00 o0 01
O N
N tri.
0
eV'
1/40
00
N
O O O M
O) M 00 VDS N
N V) -� M 10 10
vi 10 vi N ON en"
rN �t
to M N
M V) Vl v
O O O O O O
N N N N N N
men M M M M
do
N
M M
O\ n
'- 00
v
0
M
0
0
0
N
N
,--- 00 N N N ^- -- D\ 00 00 �
,... C O O N O d' O d• d' 1/4.0 ON
O to to Lin l . ON oo N , o0 Ni t— 00
'-+ N o0 00 d vi O 00 00 d•
M 00 '.O N M 00 00 N V1 d• en to
v-1 N en d' d' O 1 VD 00
.-+ d"
1 1 1
(6,14) 31.205-46,22
O
s
' iO O to \O 00 N •-+ M CO d' o N 0-
d N oo df 0 N 0 On 0 O oo O 00 00"71- en 00
do N --� d 0 O l� O to M Vl d� ON 00 0o M 00
00 O .-+ N 00 00 M d' in N (/)
N 00 V0 N M 00 V0 N 10 oo .00 00 .-+ y)
co 1/40 N ' d' 1 v1 •--� t-- M d' d' O vt N
Administrative salaries
M N N
Revenue from in-house charges
M
N
00
00
4,
'.0
N
1/40
E
Total Fringe Benefits and General Overhead
Facilities capital cost of money
SHANNON & WILSON, INC.
STATEMENT OF DIRECT LABOR, FRINGE BENEFITS AND GENERAL OVERHEAD
For the Year Ended December 31, 2016
FAR References:
(1) Unallowable spot bonuses
(2) Taxes related to unallowable promotion labor
(3) Unallowable meals and employee gifts
(4) Not used
(5) Advertising and public relations labor
(6) Excess per diem and travel expense
(7) Unallowable contribution costs
(8) Unallowable entertainment costs
(9) Unallowable advertising and public relations costs
(10) Interest expenses
(11) Federal income taxes
(12) Bad debts
(13) Rent charged as direct costs to projects
(14) Unallowable lobbying cost
(15) Accrued prior year bonuses paid in current year
See accompanying notes.
4
SHANNON & WILSON, INC.
NOTES TO STATEMENT OF DIRECT LABOR, FRINGE BENEFITS
AND GENERAL OVERHEAD
For the Year Ended December 31, 2016
NOTE A: DESCRIPTION OF BUSINESS AND BASIS OF ACCOUNTING
Description of business — Shannon & Wilson, Inc. (the Company) provides geotechnical engineering
and environmental consulting services, primarily throughout the United States of America.
Basis of accounting— The Company maintains its accounting records on the accrual basis for
financial reporting while using the cash method of accounting for federal income tax purposes. The
Company's policy is to prepare its overhead schedules, which support the Statement of Direct Labor,
Fringe Benefits, and General Overhead (the Statement), on the basis of accounting practices prescribed
by Part 31 of the Federal Acquisition Regulations (FAR). Accordingly, the above-mentioned
Statement is not intended to present the results of operations of the Company in conformity with
accounting principles generally accepted in the United States of America.
NOTE B: DESCRIPTION OF ACCOUNTING SYSTEM
Description of accounting — The Company maintains a job -order cost accounting system for the
recording and accumulation of costs incurred under its contracts. Each project is assigned a job
number so that costs may be segregated and accumulated in the Company's job -order cost accounting
system.
The audited overhead rate is a unitary rate for all disciplines. Direct project costs and allocated
indirect costs are included in the project cost record. The allocation basis for indirect costs is direct
labor. Direct labor of salaried employees is calculated using a standard hourly rate based on an annual
hour base of 2,080.
Direct costs incurred in providing services billed to clients at unit rates or on the basis of a published
fee schedule are charged by functional accounts and accumulated as a single project or grouping to
allow segregation of such costs from other direct costs.
The Company's method of estimating costs for pricing purposes during the proposal process is
consistent with the accumulation and reporting of costs under its job -order cost accounting system.
Direct labor costs — The Company distributes labor costs directly to projects for all employee
classifications at standard cost. Certain officers and associates are not paid for the time worked in
excess of 40 hours per week (uncompensated overtime). The uncompensated overtime in excess of 40
hours is credited to administrative salaries in the amount of $1,249,051. Overtime premium costs have
been excluded from direct labor and are included in general overhead as part of administrative salaries
and totaled $36,508.
Overhead rate — The calculated overhead rate is a unitary rate for all offices (ten) and includes all
disciplines.
5
NOTE B: DESCRIPTION OF ACCOUNTING SYSTEM (continued)
Depreciation — Depreciation has been provided on the straight-line method over the estimated useful
lives of buildings, equipment and leasehold improvements. The depreciation included in General
Overhead does not exceed the amount used in the financial statements and is allowable under FAR
31.205-11(e).
Sick leave — Sick leave costs are neither accrued annually nor paid to an employee upon termination.
Applicable sick leave costs are expensed if paid and then included in the overhead rate.
Compensation — The Company paid no compensation in excess of the FAR 31.205-6(p) limit of
$487,000 per person. Senior executive compensation was analyzed using the 2016 National
Compensation Matrix in accordance with the AASHTO Audit Guide and all compensation was
allowable.
NOTE C: FACILITIES CAPITAL COST OF MONEY (FCCM)
The Facilities Capital Cost of Money rate has been calculated in accordance with FAR Section 31,205-
10; using average net book values of equipment and facilities multiplied by the average Treasury rates
for the applicable period, as shown:
Beginning net capital assets, January 1, 2016 $ 1,717,307
Ending net capital assets, December 31, 2016 1,473,166
Average Net Capital Assets 1,595,237
Average Treasury Rate 2.188%
Facilities Cost of Money $ 34,896
Direct Labor Base $ 13,074,066
FCCM Rate 0.267%
NOTE D: BENEFIT PLANS
The Company has two qualified retirement plans which cover employees who meet eligibility
requirements. The Company made cash contributions of $1,264,491 to the plans during the year
ended December 31, 2016.
NOTE E: AUDITOR CONTACT
The person to contact relative to this engagement is:
Kristine L. Tryon
CPA Consulting, Inc., P.S.
Phone (425) 401-5061
6
z
ro W
2
H
l/1
0
J
m
a
w
0
1-
H
LL
00
:.7
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMIN
R&W PROJECT PLAN BUDGET
CLIENT: BergerABAM
PROJECT NO.: 604.P17.005
N
1-
0
Classification
S 0
O 0
9 N aO 'w
N ' N' (4▪ ) ▪ O 00 N 111 n
m 10 m O r1 N n
N d N rn ti
N N N N N N N N N N
O O O O O O O 01 O O
0
WmN�O
V �m CO 10 Q
4/) 4/) N N N N N N N
0 10 0 111 m 0
0 0 a
0
m
1-1 CO
r-1 N N m Q N n1
5 c
�E
.0 L 0 0i
00 00 V V <
Q�Q
0. 0. • N N W In N H O 0
N N N N N N N N
0 0 0 0 0 0 O
111 N VO/) N N N M
N
N N r t N H m
04 m
ti ao
a
N
rn
d
a
- W
w w w1.0w w cJ
F• - K /-- Q
- 2¢ 0 0 0 0 0 0 0
SUBTOTAL EXPENSES:
1-
0
Q
0
Y 16
'2) 0 V,
z ml
Z
ZF I
0 0l
N
O
01
01
0
PRINT DATE:
PREPARED BY:
DATE : 8/23/2017
MANHOURS
Sr Tech II 1 Sr Tech 1 1 Tech/Des 1 CAD/Tech ICler/Admin 1 TOTAL $
N
N
0
0
N
O
N
m
m
N
0
t0
O
O
N
N
N
0
0
(i
10
0
10
N
H
Oa
0
cn
N
m
N
N
C4
N
b
O
8
0
N
co
N
N
N
N
0
8
0
v
0
d
0
0
40
0
O
v
0
O
e
0
O
rl
0
O
0
O
0
O
e
O
to
d
rn
0
O
v
0
O
a
w
Sr Engr II 1 Sr Engr 1
0
0
0
tV
0
0
N
0
0
V
0
0
CO
O
N
0
0
O
10
0
0
v
8
10
8
v
8
v
0
8
a
8
O
0
1-1
0
0
8
0
N
0
O
v
8
)0
PROJECT TASKS
Upgrade existing pump station
4'
E
E
01
3
E
0
v
0
E
Y
5
tm
0)
59
v
0
59
a
0
v
00
5
Design workshop
v
m
u
E
d
414
0
0
2
m
v
v
Pump schematics
0
c
n
Cost estimate
SENIOR TECHNICIAN 11
OC
Z Z'• � Z
V w 0
Zo6<
w • Z
Q O U
1- O Z —
0 Z t
• 0
w w 0
N 1-
lil• t Ali..
cd
• -asQ
CC z
1.0
Z Z
- w w
ZK C
Q O O z
• W W W
Q h u1 Z
Z
z s ¢
▪ n Ww
¢ w
a 0. n n
STAFF CLASSIFICATIONS:
R&W PROJECT PLAN BUDGET
PROJECT NO.: 604.P17.005 CLIENT: BergerABAM
FEE CALCULATIONS AND SUMMARY
Standard) Rate Schedule
STAFF
Classification HOURS RATE COSTS
P 1 0 5180.00 $ -
PM 11 0 5145.00 $ -
Sr Engr II 2 9 $135.00 $ 1,215.00
Sr Engr 1 2A 48 $125.00 $ 6,000.00
Engr 2B 0 5110.00 $ -
Sr Tech II 3 0 5110.00 $ -
SrTechl 3A 0 $98.00 5 -
Tech/Des 4 18 $87.50 $ 1,575.00
CAD/Tech 5 0 $67.00 $ -
Cler/Admin 7 4 $46.00 $ 184.00
TOTAL FEE: 79 $ 8,974.00
. O to
COLA
a
NN VI NNNNN
0 0 0 0 0 o O
966666
ri
I.O.N N m
in
11
.-1 .-1 N N .-1 N
t0
to
CO
m
N
In
111
Z
W
a
W ' C ii 4' y' V
N . H h F tE I 1- Q
2.7[000000C/
1 to
m
N
w
N
z
a
W
-+
F-
0
O
m
vOit
to
m
ry
N
F
N
O
1.1
1-
0F
I
N
N
NI�IIN�
O
V
W
U'
Z
Z
L'
O 1.
.
In
1
I
o
=
00
~
0
1
O
N
m
m
w
4
-
a
0
m
D
K
Q
W
d
MANHOURS
N
Q
ON
H
N
N VII
O Cr
m N
N ti
O 00
00 a
N
N
00 N
m
N
0 0
N u,
.-I N
N
N 0
u1
�..�
N
N N
N N
N VAI
N N
N VI.
N N
V. N
N lfl
N N
N
STAFF CLASSIFICATIONS: P: PRINCIPAL SR TECH II: SENIOR TECHNICIAN II
PM: PROJECT MANAGER SR TECH I : SENIOR TECHNICIAN I
SR.ENGR II: SENIOR ENGINEER II TECH/DES: TECHNICIAN/DESIGNER
SR ENGR 1 : SENIOR ENGINEER I DRAFT CAD: DRAFTING (CAD}
ENGR: ENGINEER CLER/A0MIN: CLERICAL/ADMINISTRATIVE
E
v
.,
0
O
q
a
O
q
a
L
O
6
0
L
CI
I-
0 0
.
0 0
rj a
0
a
0
co
'
L
W
H
L
W
H
N
.
to
W
C
1n
O O
aeaaoa
O O
O
O O
..0 .7
O
o
—
o 0
N rV
0 0
.+ .1
0
.-1
0
N
O
m
i
d
•
a
PROJECT TASKS
Upgrade existing pump station
Drawings
Control system power
Control I/O
Instrumentation
RTU interconnection
I11
0
Specs
Cost estimate
Team meeting2
O
z
O
z_
re
H
W
W
W
LL
H
Z
SUBCONSULT
w
IP I
di
•
f
w
R&W PROJECT PLAN BUDGET
CLIENT: BergerABAM
PROJECT NO.: 604. P 17.005
LL
0
U
00
0
Classification
8 8, 8 ,5;8
m m
1l/ - -
N O N
N N V N
N N N N VI
0 0 0 0 0 0 0 cp )) 0 0
vi
00 ti no
r4 Oti Oti "0)00 0^0 t^0
N N N Vf Vf 00 N N N
o 0 CO 0
0 0 a
Inv
M
�.q CO N m m v N N
a d
L L 0
C C aa
W W pp r
N N N VI r
c
L
0-o
�
Uu
0 en
II1
01
oo 3
�,
N
`pp°; '^o a IL6;
•^ co
Ill . N
I
V• 0. N N L.',N Vl N N VII
I
IA O , S S S S S
C 6 O C C
Yl N N N ,n N m
N
W 1
LL W
W W W W
W W
2.74000000 U
SUBTOTAL EXPENSES:
.
3
N m•
00
0
0
00
1 O'
'1 I
N I
^
0,
PRINT DATE:
0
PREPARED BY:
PROJECT: Tukwila PS
DATE : 8/23/2017
MANHOURS
Sr Tech II 1 Sr Tech I 1 Tech/Des 1 CAD/Tech ICIer/Admin I TOTAL $
O
O
L0
N
0
i0
0)
m
0)
m
0
0
O
N
0 0
0 VI
N
V0 IA.
0 0
co,
m
N
N
m
a
N
00
Vf
0
V)
N
H
m m
Ip N
^ In
✓1 ill
1-1
01
0
0
a
a
0
0
O
M
V1
0
00
0 0
N N
0
0 0
N N
O
v
S
v
O
O
O
0
0
0
a
0
0
00
0
0
N
0 0
0 0
C N
0
0
v
0
m
0
0
0
0
8
8
8
S
88
0�
S
S
a
S
8
88
a
8
8
S
r
0
o.
a
0
0
01
0
8
8
8
8
S
a
PROJECT TASKS
New Pump Station
c
0
c
t
V
5
0
-o
0
W
m
m
0
m
17,
2
Pump schematics
0
n
Cost estimate
i
0
SENIOR TECHNICIAN II
P: PRINCIPAL
STAFF CLASSIFICATIONS:
00 0!
LU
_Z Z
K 3 3
11.1
W
Z OC C
a O O co
2 w W
N N Z
w .. .. O
—
l9 w
a 09
Z Z 00
w w O
00 z Z
0. In 10 w
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
O
M
m
R&W PROJECT PLAN BUDGET
CLIENT: BergerABAM
K
CQ
N d
O L
Z
• y
• —
z
O -
F a
5 43
D
U ea
ULLJ
0
0
0
Classification
8 8 88 '8
w
tri ▪ 0 0 n
O n u m
0 IA
o ▪ aI I N' 'o.
m N .4 Ai • O
O l0 VI'
LO
0 4 a 0 .
00' 0 •
N
4.e1 N N N VI VI VI N N VI N N «4 N V. V. VN VN
0 O p 0 0 0 0 0 0 0 e e 0 0 0 0 0 0
0 0 0 0 0 0 0 of 0 0 u) 0 0 0 0 0 0 0
O ul N u1 O O 00 N N b 9 0 0 0 0 0 ut
00 a• s mi Ni - - CO CO l0 V (0 N N N of VI mi
N N VI
VI N N N N V N
0 0 00 M 0 0 0 00 0 0
.'y N N Al m m 0 Vi
o_ o.
w w
N N W
L
r. u
N Vl 1�
c
'E
d V
O
56
ti N ti y M
M
cn
LA
0
N
2
W
w w w w w ui
• H H F' H H Q
E 0 0 0 0 0 0 0 U
SUBTOTAL EXPENSES:
TOTAL BUD,
0
01
PRINT DATE:
0
PREPARED BY:
PROJECT: Tukwila PS
DATE : 8/23/2017
MANHOURS
Sr Tech II 1 Sr Tech I 1 Tech/Des 1 CAD/Tech ICIer/Admin 1 TOTAL $
0
0
0
0
Vf
u
a
VI
N
0
ul
VI
LA
N
O
m 0
. 0
O of
Vf V
0 0
V1 0
N
O
N
0
N
O
N
0 0
N N
O
VI
O
N
O
N
O
N
O
O
Vf
O
VI
O
0 0
N
0 0
V1 V1
O
0
0
8
v
0
0
0
0
10
0
0
N
0
0
0
0
0
0
ao
Sr Engr II 1 Sr Engr I
O
O
O
O
0
0
O
9
to
0
O
0 0
O O
? O
O
O
0
0
0
0
N
0
0
0
0
8
00
o.
PROJECT TASKS
New Pump Station Control
c
0
3
a
0
0
O
0
0
Instrumentation
RTU interconnection
0
Team Meetings
SENIOR TECHNICIAN II
Lu
¢ r-
- W N_
Z • (z7 Z
u w 0 0
z o 5 ?
2 z
W 2 z
z
O z
g u
w w 0
P: PRINCIPAL
STAFF CLASSIFICATIONS:
W40
LuILI W
Z Z
• w w
Z0 OC
• O O z
• w w
Gu N z
w • = _ae re re
0. 0 z .
2 Z
• O O Z
o. u u, w
R&W PROJECT PLAN BUDGET
CLIENT: BergerABAM
PROJECT NO.: 604.P17.005
an
O
0 C'
0
0
101 0 1' 0 10 10 1 0 110 • 10
m 'nO1+' c o1 N 0, N o
N. m c m • n
DD .0 O p
,. N
N N N N N V1 N N N N
0 0 0 0 0 0 0 N 0 O
0 .a1 ami 114 0 O 01 CO N O
N N N
N N N N Vl AA
00 000 000 of 0
cri
Na Cr O n
N M
C
5 E
L L 0 0 V
m m \
i W w w F I- o 0 y
as NN 1`1)1`1)1_ s0
1
I
N N N N N N N N N 1 N
°��b00000
01
ONNNN M0 N
SUBTOTAL EXPENSES:
TOTAL COSTS:
0
01
PRINT DATE:
0
PREPARED BY:
PROJECT: Tukwila P5
DATE : 8/23/2017
MANHOURS
Sr Tech III Sr Tech I 1 Tech/Des 1 CAD/Tech ICler/Admin 1 TOTAL $
O
0 0
N V1
1
O
N
0
O
N
0 0
N N
O
0
N
O
N
0 01
N1-1
±1
N
LO m
N b
O 10
a4 N
N
O
N
O
N
O
N
m
N
N
m
O1
O 0
N
01
m
u1 0
M
O
W
N
O
O1
N
O
N
0
O
0
0 0
O 0
co v
0
0
N
0
0
0
8
1D
8
0
0
0
0
0
0 0
0 0
M N
O
O
O
8
8
N
8
0
i
8
0 0
o 0
0
0
0
0
0
0
O
CL
PROJECT TASKS
c
E
E
3
c
E
a
0
-o
E
a
a
5
0
IA
Design workshop
v
E,
E
m
v
C
m c
a=
v
Pump schematics
c
0.
d
E
c
d
i
i
0
SENIOR TECHNICIAN II
STAFF CLASSIFICATIONS:
CO
0
1n
EXHIBIT E-1 - SUBCONSULTANT FEE DETERMINATION
R&W PROJECT PLAN BUDGET
z
a
2
W
X
W
1-
1-
N
N
G
J
m
W
LL
0
2
CC
1-
0 0
f7
CLIENT: BergerABAM
PROJECT NO.: 604.P17.005
ce
2
• a
p L
Qa
N ..
Z z
O _
5
• c
VA 2LLLLLL
PROJECT: Tukwila PS
DATE : 3/23/2017
MANHOURS
1-
0
V
cc
0
0
Classification
O
N
0
88 8 a 8 �` �i o
a0 N CO CiI o 0 0 0 N'
vi N m '^ 00 o 1 CO <
v I;
N N N N N N N N N N N N N N N N N N N N N
I
0 0 O O O O O O O O oe ; 0 0 0 0 0 O. 1
O O O O O O O N O O 0 0 0 0 0 0 0
O 0 0 0 O O 00 N: N. 0 9 C O C C C 00-0a co c.4 N 01 01 CO 0 < wN N N N N N
N N N N
N N N N N N N
O O
< 0 0 0 0 0
0 <
▪ N N m m m< N N
L L
m
w = i- 3- u
CI. 0- 0 0 w 0 0
O
0
O
00
m
0
00
01
N
00
ul
m
N
N
N
00
01
O
01
w
0
N
C
E
32.
p a
O
O
O
O
N
1 L13 -+-+-+-+-I n
0 0i
m'
e
N
Uwl
W
6
X
• z& z s s k 0
2 Q o 0 0 0 0 0 0
O
N
TOTAL FEE:
O
N
O
N
O
N
O
N
O
N
O
N
O
N
O
N
O
N
0
N
O
N
O
N
O
N
TOTAL COSTS:
O O
N N
O
N
E
v
8
8
v
O
O
O
O
O
O
O
O
O
O
O
0
0
O
ti
L
H
O
N
O
O
O
O
O
O
ti
O
O
8
8
8
8
o_
d
0-
PROJECT TASKS
GW Pump Station Control
s
e
0
8
0
8
Instrumentation
RTU interconnection
0.
Cost estimate
,Team meetings
SENIOR TECHNICIAN II
m
0+
PRINT DATE:
0
PREPARED BY:
Q • K
• w
z z
WWW
Z K K
Q O _O
i z z
Q w N N
Z K C ▪ a z CC
0
a w w
a a N N
STAFF CLASSIFICATIONS:
ENGR: ENGINEER
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: "� - 1 (o (p
WSDOT Form 140-089 EF Exhibit F Page 1 of 1
Revised 10/30/2014
Exhibit G
Certification Documents
Exhibit G -1(a) Certification of Consultant
Exhibit G -1(b) Certification of City of Tukwila
Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters -
Primary Covered Transactions
Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
Exhibit G-4 Certificate of Current Cost or Pricing Data
Agreement Number: 11 — ((a (a
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
Exhibit G -1(a) Certification of Consultant
I hereby certify that I am the and duly authorized representative of the firm of
BergerABAM Inc.
whose address is
33301 Ninth Avenue S., Suite 300, Federal Way, WA 98003
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 City of Tukwila
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.
BergerABAM Inc.
Consultant (Firm Name)
4/01A_
11/46717 -
Signature (Authorized Official of Consultant) Date
Agreement Number: '1 1— 1(o Co
WSDOT Form 140-089 EF Exhibit G
Revised 10/30/2014
Page 1 of 1
Exhibit G -1(b) Certification of City of Tukwila
I hereby certify that I am the:
J Mayor
El Other
of the City of Tukwila , and Berger ABAM
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 A l t o r1 (`' g 1QYyi f -
S" -'t-` M r Oi 2_0D 1 — 1
Date
Agreement Number: I — l (o (o
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
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.
BergerABAM Inc.
Consultant (Firm Name)
41/(1. afrv
Signature (Authorized Official of Consultant)
L. ct„rry-041..s
9/a?er7-
Date
Agreement Number: 11 — 1 (p Iv
WSDOT Form 140-089 EF Exhibit G
Revised 10/30/2014
Page 1 of 1
Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds
for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a Member
of Congress, an officer or employee of Congress, or any employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan,
the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment,
or modification of Federal contract, grant, loan or cooperative AGREEMENT.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit
Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into
this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00,
for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require
that the language of this certification be included in all lower tier sub -contracts, which exceed $100,000,
and that all such sub -recipients shall certify and disclose accordingly.
BergerABAM Inc.
Consultant (Firm Name)
Signature (Authorized Official of Consultant) Date
L_ S
9kitet
Agreement Number: - l'tO
WSDOT Form 140-089 EF Exhibit G
Revised 10/30/2014
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 Strander Blvd./SW 27th Street Extension * are accurate, complete, and current
as of 9/5/17 **.
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: BergerABAM Inc.
40.
Vice President
Signature .p 1 3 Title
Date of Execution***:
V4P(z0/7--
*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:
- 4a
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 10/30/2014
Exhibit H
Liability Insurance Increase
To Be Used Only If Insurance Requirements Are Increased
The professional liability limit of the CONSULTANT to the AGENCY identified in Section XII, Legal Relations
and Insurance of this Agreement is amended to $
The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the
amount of $
Such insurance coverage shall be evidenced by one of the following methods:
• Certificate of Insurance.
• Self-insurance through an irrevocable Letter of Credit from a qualified financial institution.
Self-insurance through documentation of a separate fund established exclusively for the payment of professional
liability claims, including claim amounts already reserved against the fund, safeguards established for payment
from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for
those funds.
Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed
$1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted
to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit.
If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional
professional liability insurance required.
Notes: Cost of added insurance requirements: $
• Include all costs, fee increase, premiums.
• This cost shall not be billed against an FHWA funded project.
• For final contracts, include this exhibit.
N/A
Agreement Number: I -i - 1(p(
WSDOT Form 140-089 EF Exhibit H Page 1 of 1
Revised 10/30/2014
Exhibit I
Alleged Consultant Design Error Procedures
The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager
At the first indication of potential consultant design error(s), the first step in the process is for the Agency's
project manager to notify the Director of Public Works or Agency Engineer regarding the potential design
error(s). For federally funded projects, the Region Local Programs Engineer should be informed and
involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an
agency staff person other than the project manager, who has not been as directly involved in the project,
to be responsible for the remaining steps in these procedures.)
Step 2 Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed
documentation than is normally required on the project. Examples include: all decisions and descriptions
of work; photographs, records of labor, materials and equipment.
Step 3 Contact the Consultant Regarding the Alleged Design Error(s)
If it is determined that there is a need to proceed further, the next step in the process is for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
error(s). The project manager and other appropriate agency staff should represent the agency and the
consultant should be represented by their project manager and any personnel (including sub -consultants)
deemed appropriate for the alleged design error(s) issue.
Step 4 Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s) with the consultant have been completed regarding the consultant's alleged design
error(s), there are three possible scenarios:
• It is determined via mutual agreement that there is not a consultant design error(s). If this is the case,
then the process will not proceed beyond this point.
• It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case,
then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement
with the consultant. The settlement would be paid to the agency or the amount would be reduced from
the consultant's agreement with the agency for the services on the project in which the design error
took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary
of the settlement for review and to make adjustments, if any, as to how the settlement affects federal
reimbursements. No further action is required.
• There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may
request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency
Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal
counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5.
Agreement Number:
WSDOT Form 140-089 EF Exhibit 1 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: I -1 , !(o (P
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: 17- I (p (p
WSDOT Form 140-089 EF Exhibit J Page 1 of 2
Revised 10/30/2014
Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
• Copy of information supplied by the consultant regarding the claim;
• Agency's summation of hours by classification for each firm that should be included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated
with the additional work;
• Explanation regarding those areas in which the Agency does/does not agree with the consultant's
claim(s);
• Explanation to describe what has been instituted to preclude future consultant claim(s); and
• Recommendations to resolve the claim.
Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation
The Director of Public Works or Agency Engineer shall review and administratively approve or disapprove
the claim, or portions thereof, which may include getting Agency Council or Commission approval (as
appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain
concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim
is not eligible for federal participation, payment will need to be from agency funds.
Step 5 Informing Consultant of Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final
decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s)
and rationale utilized for the decision.
Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount
of the claim. Inform the consultant that the final payment for the agreement is subject to audit.
Agreement Number: 1-7 - 10(,„
WSDOT Form 140-089 EF Exhibit J Page 2 of 2
Revised 10/30/2014