HomeMy WebLinkAbout18-227 - TranTech Engineering - Boeing Access Road Bridge over Airport Way Seismic Retrofit DesignV7Washington State
40 Department of Transportation
1D -227(d)
Council Approval N/A
Supplemental Agreement
Number 04
Organization and Address
TmuTechFngiucering, LLC.
365 118th Ave 3ESuite 100
`
Bellevue, VV&98805
Phone: 425-990-4134
Original AgeementNumber
18-227 (d)
Project Number
91310407
Execution Date
12/11/18
Completion Date
}2/31/202|(Supp 03)
Project Title
South Boeing Access Road over Airport Way Seis, Rctrofit
New Maximum Amount Payable
$732,081
Description of Work
Tranlech Engineering wil! provide constructionmanagement services that will inelude al! the field work,
testing, inspection,und
ject documenttioo.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with TranTech Engineering. LLC
and executed ori 12/)1/}0 and identified asAgreement No 18-227
Alt provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as foliows:
Section 1, SCOPE OF VVDRK, is hereby changed to read:
The scope ofwork from the originalcouirnoLtbrnugb8opy|cnncutO3reruuinauuchangcdaudiocffect.
0
Section IV, TIME FOR BEGINNING AND COMPLET0N, is amended to change the number of calendar days
for completion of the work to read: 03/31/2022
N|
Section V, PAYMENT, shall be amended as foltows:
No fiscal impact; time extension only. The contract total remains $732,081.
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: Khashayar Nikzad
~�
DOT Form 140-063
Revised 09/2005
By Allan Ekberg, Mayor
Hp (,/ruZa,r,/, Seim-
nsultant Signature Approving Authority Signature
12/15/2021
Date
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Boeing Access Rd over Airport Way Seismic Retrofit Project No. 91310407
DESCRIPTION: Provide seismic modifications to the Boeing Access Road over Airport Way Bridge to allow it to withstand
earthquake forces.
The Boeing Access Road over Airport Way Bridge is the final bridge on the corridor from 1-5 to the King
JUSTIFICATION: County Airport and Boeing facilities that has not been seismically upgraded. This improvement would
allow the entire corridor to be seismically resistant during an earthquake.
STATUS: Design is scheduled to begin in the second quarter of 2018 with construction in 2020.
MAINT. IMPACT: Maintenance should remain the same after the seismic items are installed.
COMMENT:
Design requires a 13.5% match. If construction is not authorized by December 2020, the City would be
required to provide a 13.5% match. If construction is authorized prior to that date, there would be no City
match. We believe that the project can obtain the construction authorization so no City funding is listed below.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
399
399
Land (RMI)
0
Const. Mgmt.
323
197
520
Construction
1,118
685
1,803
TOTAL EXPENSES
399
1,441
882
0
0
0
0
0
0
2,722
FUND SOURCES
Awarded BRAC Grar
316
1,441
882
2,639
Proposed Grant
0
Fund Balance -Bond
0
Mitigation
0
City Oper. Revenue
83
0
0
0
0
0
0
0
0
83
TOTAL SOURCES
399
1,441
882
0
0
0
0
0
0
2,722
Jouvoloomool
2021 - 2026 Capital Improvement Program
10
rnk
Washington State
Department of Transportation
18-227(c)
Council Approval N/A
Supplemental Agreement
Number 03
Organization and Address
TranTech Engineering, LLC
365 118th Ave SE Suite 1000
Bellevue, WA 98005
Phone: 425-453-5545
Original Agreement Number
18-227 (c)
Project Number
91310407
Execution Date
December 11, 2018
Completion Date
August 31, 2021 (Supp 02)
Project Title
South Boeing Access Road over Airport Way Seismic Retrofit
New Maximum Amount Payable
$ 732,081
Description of Work
TranTech Engineering will provide construction management services that will include all the field work,
testing, inspection, and project documentation.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with TranTech Engineering, LLC
and executed on 12/11/2018 and identified as Agreement No 18-227
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:
The scope of work from the original contract through Supplement 02 remains unchanged and remains in
effect. Supplement 03 adds fabrication inspection, see attached Exhibit A.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read- December 31, 2021
111
Section V, PAYMENT, shall be amended as follows:
An additional $25,335 will be added to the supplemented contract amount of $706,746 for a total of $732,081,
per Exhibit B.
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: Mo Sheikhizadeh, P.E. / Project Manager
DOT Form 140-063
Revised 09/2005
By -
Allan Ekberg / Mayor
C7/(Law 6A-Ge/cg
Consultant Signature Approving Authority Signature
06/23/2021
Date
HP
EXHIBIT A
SCOPE OF WORK
City of Tukwila Boeing Access Road Over Airport Way Seismic Retrofit
Construction Management Services
Amendment No. 3
This scope of work provides additional construction management services for the Boeing Access
Road Over Airport Way Seismic Retrofit (PROJECT) for the City of Tukwila (AGENCY) by
TranTech Engineering, LLC (CONSULTANT).
The additional individual tasks to be completed by the CONSULTANT are as follows:
TASK 1 Project Management
This Task includes all administrative services needed to coordinate with Professional Service
Industries, Inc. (hereinafter "PSI"). The following are the categorized activities associated with
this Task:
• Management of scope, schedule, and budget
• Coordination and communication
• Review of documentation
TASK 3 Resident Engineering / Site Inspector
The CONSULTANT will provide one qualified person for an additional 12 working days for on-
site inspection services.
TASK 7 Fabrication Inspection
The CONSULTANT'S sub -contractor, PSI, will conduct fabrication inspection of the Column
Jackets at Twisted Metal shop in Burlington, WA for acceptance.
PSI will provide special inspection and materials testing in accordance with the 2015
International Building Code with Washington State Amendments and project specifications.
Special inspections anticipated are structural steel. The following is a description of the
anticipated services:
• The on-site inspector will monitor fabrication and erection of structural steel members
and joists, including location and fit of anchorages and inserts.
• The inspector will verify adjustments to fit inaccuracies with the engineer and perform
visual weld inspection of field welding in accordance with AWS D1.1 and SJI
specifications.
• Installation of high strength bolted connections will be monitored, and proper installation
and tensioning of high strength bolts will be monitored. Feeler gauges provided by the
Page 1
City of Tukwila — Boeing Access Road Over Airport Way Seismic Retrofit
manufacturer will be used to ensure proper tensioning of bolts that use load indicator
washers.
• Verification of metal decking installation will include gauge and type of decking, support
and anchorage welding, and button punching and seam stitch welding in accordance with
design drawings and project specifications.
• These services apply to the structural steel elements, including metal decking, joists,
stairs and miscellaneous shapes, and welding of reinforcing steel. Nondestructive
examination of full penetration welds using ultrasonic examination methods will be
performed. Fillet welds will be examined using magnetic particle examination methods
when required.
Deliverables:
• Approved for shipment records.
GENERAL ASSUMPTIONS
• Work performed under this amendment scope is limited to the hours and fee listed in the
Scope and Budget, Prime and Subconsultant Cost Computations. Any work requested
that exceeds what is shown in the Scope and Budget will be considered EXTRA WORK
and be added as a Supplement to this Agreement.
Page 2
City of Tukwila — Boeing Access Road Over Airport Way Seismic Retrofit
EXHIBIT B - Prime Consultant Cost Computations
Boeing Access Road Over Airport Way Seismic Retrofit
Amemdment #3
Task Items
TRA TLCH
Engineering LLC
Office
Project Manager RE / Inspector Inspector Engineer Admin 2 Total
Task 1 Project Management 8 2 10
Task 3 Resident Engineering & Inspection 96 96
Task 7 Fabrication Inspection 4 8 12
0
0
0
0
Total Manhours
Direct Labor Rates (DLR)*
Total Direct Salary Cost
0 12 96 8 2 118
$ 84.00 $ 57.00 $ 39.00 $ 48.50 $ 25.00
$0 $684 $3,744 $388 $50 $4,866
Profit at 30% of DLR
Overhead at 148.97% of DLR
Total Labor Cost
0.30 $1,460
1.4897 $7,249
Direct Costs (Copy, Fedex, ...) Item Unit Amount
Total
$13,575
Printing copies @ $0.22 EA $0
Mileage miles @ $0.58 EA $0
PSI sub. $11,760.00 EA $11,760
$0.00 EA $0
$11,760
$25,335
*Labor rates are representative of an average actual rate per labor classification listed. Per the Agreement Payment Provisions, invoices will
show employee actual rates.
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Boeing Access Rd over Airport Way Seismic Retrofit Project No. 91310407
DESCRIPTION: Provide seismic modifications to the Boeing Access Road over Airport Way Bridge to allow it to withstand
earthquake forces.
The Boeing Access Road over Airport Way Bridge is the final bridge on the corridor from 1-5 to the King
JUSTIFICATION: County Airport and Boeing facilities that has not been seismically upgraded. This improvement would
allow the entire corridor to be seismically resistant during an earthquake.
STATUS: Design is scheduled to begin in the second quarter of 2018 with construction in 2020.
MAINT. IMPACT: Maintenance should remain the same after the seismic items are installed.
COMMENT:
Design requires a 13.5% match. If construction is not authorized by December 2020, the City would be
required to provide a 13.5% match. If construction is authorized prior to that date, there would be no City
match. We believe that the project can obtain the construction authorization so no City funding is listed below.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
399
399
Land (R/W)
0
Const. Mgmt.
323
197
520
Construction
1,118
685
1,803
TOTAL EXPENSES
399
1,441
882
0
0
0
0
0
0
2,722
FUND SOURCES
Awarded BRAC Grar
316
1,441
882
2,639
Proposed Grant
0
Fund Balance -Bond
0
Mitigation
0
City Oper. Revenue
83
0
0
0
0
0
0
0
0
83
TOTAL SOURCES
399
1,441
882
0
0
0
0
0
0
2,722
nw1aNWd,11111dW
2021 - 2026 Capital Improvement Program
10
18-227(b)
Council Approval 4/20/20
j7)Washington State
Department of Transportation
Supplemental Agree e nt
Number 02
Organization and Address
TranTech Engineering, LLC.
365 118th Ave SE, Suite 100
Bellevue, WA 98005
Phone: 425-990-4134
Original Agreement Number
18-227 (b)
Project Number
91310407
Execution Date
12/11/18
Completion Date
08/31/2021
Project Title
South Boeing Access Road over Airport Way Seis. Retrofit
New Maximum Amount Payable
$706,746.00
Description of Work
TranTech Engineering will provide construction management services that will include all the field work, testing, inspection, and
project documentation.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with TranTech Engineering. LLC
and executed on 12/11/18 and identified as Agreement No. 18-227
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
1
Section 1, SCOPE OF WORK, is hereby changed to read:
Construction management services were requested by the City ofTukwila. For full details, please see Exhibit A: Scope of Work.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read:/6g.1 ust 31, 2021
111
Section V, PAYMENT, shall be amended as follows:
The supplement for construction management services will total $356,397.00.
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate
spaces below and return to this office for final action.
By: Allan Fkhpr
DOT Forrn 140-063
Revised 09/2005
pp
5/1-1/ wzy
u honty gna u
Date
City of Tu
SCOPE OF WORK
wily Boeing Access Road Over Air ort Way Sei,
Construction Management Services
Exhibit A
c
rofit
This scope of work provides construction management services for the Boeing Access Road
Over Airport Way Seismic Retrofit (PROJECT) for the City of Tukwila (AGENCY) by
TranTech Engineering, LLC (CONSULTANT).
The AGENCY reserves the right to eliminate any task or parts of tasks during the performance of
the contact work.
The duration of this contract will be from Notice to Proceed (NTP) from The AGENCY through
August 31, 2021.
The individual tasks to be completed by the CONSULTANT are as follows:
CONSTRUCTION WORKING DAYS
The construction working days assumed is 170.
TASK 1 Project Management
This Task includes administration of the contract between the CONSULTANT and
the AGENCY, preparation of progress reports for the PROJECT. It also includes all
administrative services needed to coordinate with the sub-CONSULTANT(s) and to monitor
the PROJECT for scope, schedule, budget, and quality. The following are the categorized
activities associated with this Task:
1. Progress Reports and Invoicing - progress reports will contain a narrative that
identifies and describes significant activities performed in the previous period
and significant upcoming activities along with the monthly invoice;
2. Construction Team Management - management of scope, schedule, budget,
quality; and
Management of Sub -consultants.
Assumptions:
1. The AGENCY will manage all activities related to the construction contract
advertisement and execution.
Page 1 1
City of Tukwila — Boeing Access Road Over Airport Way Seismic Retrofit
2. The AGENCY will provide a project manager to respond to the CONSUTANT
questions and approval for any potential contract changes, material over -runs, and
differing site conditions.
Deliverables:
1. Progress Reports
2. Monthly Invoicing
TASK 2 Pre -construction Services
The CONSULTANT will provide pre -construction services prior to the contract advertisement,
during the bidding period, and pre -construction meeting management. Services for the following
activities will be provided:
1. Limited contract document review before advertisement of the contract;
2. Preconstruction meeting management;
Assumptions:
1. The AGENCY will provide the CONSULTANT 3 hard copies of the contract
documents.
2. The AGENCY will provide a location for the pre -construction meeting.
Deliverables:
1. List of findings from the limited contract documents review.
2. Pre -construction agenda, draft and final meeting meetings.
TASK 3 Resident Engineering / Site inspector
The CONSULTANT will provide one qualified person who will perform dual roles as resident
engineer (RE) and inspector to the AGENCY for the duration of the contract. The REs /
inspector's duties will be as follows:
1. Review and coordination for responses to contractor's RFIs;
2. Managing weekly meetings;
3. Management of risk log and cost to complete;
4. Contractor submittals review;
5. Coordination with the engineer of record (EOR);
Page 1 2
City of Tukwila — Boeing Access Road Over Airport Way Seismic Retrofit
6. Construction schedule reviews and determination of potential schedule slippage and
delays;
7. Determination of entitlement for contractor's equitable adjustment requests;
8. Negotiations for equitable adjustment for contract changes;
9. Change orders, back up documentation language, independent cost estimates (ICE);
10. Materials test results review;
11. Initial Site visit and initial Field Survey of existing condition of the site. The
inspector will photograph the site for documentation of the baseline conditions;
12. Review of the contract documents;
13. Daily presence at the site while the contractor is working;
14. Coordination with the documentation engineer for use of approved materials;
15. Force account (FA) monitoring;
16. Preparation of inspector's daily reports (IDRs), and field note records (FNRs);
17. Coordination for any necessary testing;
18. Daily photo log of critical site activities;
19. Monitor the site for contractor compliance with traffic control plans, environmental,
and contract requirements; and
20. Close out;
21. Punchlist; and
22. Project Management Reviews (PMR).
Assumptions:
1. The AGENCY will assume management of stakeholders and public relations; and
2. The AGENCY will execute and manage the EOR construction engineering support
services contract.
The AGENCY will provide a workspace at the site or the City for preparation of
paperwork; and
3. Ten paid weather days if encountered.
Deliverables:
1. RFI responses;
Page 1 3
City of Tukwila — Boeing Access Road Over Airport Way Seismic Retrofit
2. Weekly meeting agenda;
3. IDRs and FNRs;
4. Daily site photos;
5. Review and approval of contractor pre -construction means and methods;
6. Risk log tracking and cost to complete;
7. Construction schedule responses to contractor;
8. Entitlement determination correspondence to contractor;
9. Change order preparation;
10. Preparation of end of PROJECT punch -list; and
11. Attendance at the WSDOT PMR meeting.
TASK 5 Office Engineering and Documentaln Contr&
This Task includes activities associated with preparation of construction documentation
consistent with the FHWA and LAG Manual requirements including:
1 Project files set up and maintenance;
2. Submittal log tracking/management;
3 Attending the Pre -con and preparation of meeting notes.
4. Weekly agenda preparation and meeting notes;
5. Preparation of monthly progress estimates;
6. Request for approval of materials (RAMs) reviews and approvals;
7. Maintenance of record of materials (ROM);
8. Contractor traffic control records management;
9. Materials testing and RAM approval coordination with inspector;
10. WSDOT special inspection and testing coordination;
11. Close out;
Page I 4
City of Tukwila — Boeing Access Road Over Airport Way Seismic Retrofit
12. PMR PROJECT documents preparation, coordination with WSDOT Local
Program, and attendance.
Assumptions:
1. WSDOT will provide the project ROM; and
2. The AGENCY will manage monthly progress estimate payment to the contractor based
on inspector's FNR's and progress report; and
3. The AGENCY will execute, and process change orders.
Deliverables:
1. Pre -con agenda, meeting draft and final notes;
2. Complete contract paper -work tracking and documentation filing;
3 Weekly meeting agenda preparation and meeting notes;
4. Change order preparation;
5. Monthly FNRs tabulation for the progress estimates;
6. Punch -list preparation; and
7. PMR PROJECT documentation hard copies.
TASK 6 Materials Testing
The CONSULTANT'S sub -contractor, Mayes Testing, will conduct materials sampling and
testing for the PROJECT including:
1. Concrete (air, slump, temperature, and compressive strength);
2. Grout compressive strength;
3. Soils sampling, gradation, and density; and
4. HMA density.
Assumptions:
1. The City will arrange for WSDOT to provide testing, inspection and approval for the
following PROJECT elements:
Page I 5
City of Tukwila — Boeing Access Road Over Airport Way Seismic Retrofit
a. Signs
b. High strength bolts; and
c. Rebar/bolt coating.
The CONSULTANT will coordinate with WSDOT pre -fabrication unit for testing needs.
Deliverables:
1. Concrete compressive test results at 3, 7, 21, and 28 days.
2. Proctor charts for each soil type and field density results; and
3. HMA density results;
GENERAL ASSUMPTIONS
1. Work performed under this scope is limited to the hours and fee listed in the Scope and
Budget, Prime and Subconsultant Cost Computations. Any work requested that exceeds
what is shown in the Scope and Budget will be considered EXTRA WORK and be added
as a Supplement to this Agreement.
2. Shop drawings, construction and falsework drawings will be reviewed and approved by
the EOR.
Page 1 6
City of Tukwila — Boeing Access Road Over Airport Way Seismic Retrofit
EXHIBIT B - Prime Consultant Cost Computations
Boeing Access Road Over Airport Way Seismic Retrofit
Task Items
Task 1 Project Management
Task 2 Pre -construction Services
Task 3 Resident Engineering & Inspection
Task 4 Office Engineering and Doc Control
TRANTECH
Ilingineering
Office
Project Manager RE 1 Inspector Inspector Engineer Admin 2 Total
30 30 60
0
12 30 40 82
0
1440 1440
0
840 840
Total Manhours 42 1470 0 880 30 2,422
Direct Labor Rates (DLR)* 81.37 $ 50.00 $ 38.00 $ 48.00 $ 24.00
Total Direct Salary Cost $3,418 $73,500 $0 $42,240 $720 $119,878
Profit at 30% of DLR
Overhead at 148.97% of DLR
Total Labor Cost
0.30
1.4897
$35,983
$178,582
$334,422
Direct Costs (Copy, Fedex, ...) Item Unit Amount
Printing 10,000 copies @ $0.22 EA $2,200
Mileage 17,000 miles @ $0.58 EA $9,775
Materials Testing 1 @ $10,000.00 EA $10,000
1 @ $0.00 EA $0
$21,975
Total 1 $356,397
*Labor rates are representative of an average actual rate per labor classification listed. Per the Agreement Payment Provisions, invoices
will show employee actual rates.
18-227(a)
Council Approval N/A
j7)Washington State
Department of 1Vansportation
Supplemental Agreement
Number 01
Organization and Address
TranTech Engineering LLC
365 -118th Ave SE, Suite 100
Bellevue, WA 98005
Phone: 425-990-4134
Original Agreement Number
.„,
18-227 0,
Project Number
91310407
Execution Date
12/11/18
Completion Date
December 31, 2020
Project Title
South Boeing Access Road Over Airport Way Seis. Retrofit
New Maximum Amount Payable
$350,349.00
Description of Work
This PROJECT will determine the seismic vulnerability of the existing South Boeing Access Road over Airport Way (SBAR/AW)
Bridge and will provide targeted retrofit solutions that will be developed into Plans, Specifications, and Estimates (PS&E) for
advertising for construction.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with TranTech Engineering, LLC
and executed on 12/11/18 and identified as Agreement No. 18-227
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:
Additional design services were requested by the City. For full details, please see Exhibit A: Scope of Work
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read: December 31, 2020
Itt
Section V, PAYMENT, shall be amended as follows:
The current contract of $315,112.00 will be supplemented for an additional $35,237.00, for a new total of $350,349.00. Please see
Exibit B for Full details.
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. KhashavarVIved
By10/
Allan Ekberg, Mayor
'nature Approving Authority Signature
DOT Form 140-063
Revised 09/2005
Date
EXHIBIT A — SUPPLEMENT NO. 1 SCOPE OF WORK -
SOUTH BOEING ACCESS ROAD OVER AIRPORT WAY
SEISMIC RETROFIT
Description
This PROJECT will determine the seismic vulnerability of the existing South Boeing Access Road
over Airport Way (SBAR/AW) Bridge and will provide targeted retrofit solutions that will be
developed into Plans, Specifications, and Estimates (PS&E) for advertising for construction.
Introduction
The CITY of Tukwila (CITY) has retained TranTech Engineering, LLC (CONSULTANT) to provide a
complete PS&E package for the SBAR/AW Seismic Retrofit (PROJECT) in Tukwila, Washington.
The SBAR/AW was constructed in 1952 in an area of King County that is now the north end of
the City of Tukwila. The 4 -span bridge is approximately 66 feet wide and 182 feet long
(39':52':52':39'). Its superstructure is composed of reinforced concrete T -beam girders made
composite with a 6.5" thick concrete deck slab. Its substructure is composed of concrete
abutments and multi -column intermediate piers founded on either shallow spread footings or
deep pile foundations. At both abutments, rocker bearings are supporting the superstructure
and are utilized as part of the bridge's expansion joint system. The bridge carries five lanes of
traffic with a 5' wide sidewalk on each side. Piers 3 and 4 are founded on driven steel H -piles.
The first step in the project was to perform a seismic vulnerability assessment of the bridge and
prepare a Concept Design Report (CDR) that documents the seismic retrofit solutions for the
bridge and associated preliminary cost estimates. Determination of the seismic vulnerability of
the bridge and the appropriate retrofit solutions were performed using detailed structural
analysis and engineering judgment. Conceptual level cost estimates were provided based on
available cost data for similar work with site-specific input related to accessibility and
constructability.
Per analysis provided in CDR, it was recommended by the Consultant that approach slabs to be
installed on the bridge which will provide longitudinal resistance to lateral loads on the bridge.
This effect added to other longitudinal resistance of the bridge results in elimination of any
foundation retrofit on the project. This recommendation was approved by the City to be
advanced to full design as part of the overall seismic retrofit project.
South Boeing Access Road over Airport Way Seismic Retrofit — Supplement No. 1 Scope
1
As these design activities were not a part of the Consultant's original Scope of Work, there is a
need for a supplement to the contract. This Scope of Work describes all the engineering
activities involved for producing construction documents for installation of approach slabs on
the subject Project.
Scope of Work
This SCOPE provides complete PS&E for designing approach slabs for the PROJECT.
The anticipated submittal date for the final bid -ready documents is expected to by November
29, 2019.
General Assumptions
All assumptions of original contract will remain the same.
Work Performed by the CITY
All activities performed by the City per original contract will remain the same.
South Boeing Access Road over Airport Way Seismic Retrofit — Supplement No. 1 Scope
2
Task 1 Project Management
Task 1.1 Project Management
This Task includes preparation of a Project Management Plan to direct and define the analysis
and decision-making process required to complete the project. The plan will include these
components:
• Project scope of work
• Project schedule
• Team roles, work assignments and organization
• Team meetings & coordination
• Communications protocols
• Monthly progress and performance reporting
• Records management
• Change control procedures
• Project Safety Plan
• Quality assurance and control
• Closeout of the project
Task 1.5 Quality Control/Quality Assurance Review
This task is for QC/QA review of CONSULTANT deliverables by a designated QC/QA staff
member of the CONSULTANT team. The review will cover documents; reports; plans,
specifications, and cost estimates; and pertinent information on an ongoing basis. The program
entails the periodic review of criteria, design, calculations, and assumptions, as well as concepts
and presentation of product format; and documents that the overall PROJECT objectives are
being fulfilled.
The following level of design review will be performed for the following:
• Design Review — The reviewer verifies the reasonableness of the seismic analysis
approaches, calculations, details for retrofit concepts, and recommendations.
South Boeing Access Road over Airport Way Seismic Retrofit — Supplement No. 1 Scope
3
Task 7 Traffic Analysis
This task includes all the activities required for the traffic control design for the installation
of the approach slabs on the Boeing Access Road Over Airport Way Bridge which serves
more than 30,000 Average Daily Traffic (ADT). This installation will be performed in two
phases.
CONSULTANT shall prepare Traffic Control Plans that will go together with the construction
of the intended approach slabs to ensure that mobility of traffic is not hindered. The exact
limits of the traffic control will be determined jointly between the CITY and the
CONSULTANT but are typically expected to extend to the next adjacent street intersection
or 1/4 -mile in each direction along the roadway, whichever is least.
Deliverables:
• Draft Traffic Control Plans- PDF and 1 hardcopy
• Final Traffic Control Plans - PDF and 1 hardcopy
South Boeing Access Road over Airport Way Seismic Retrofit — Supplement No. 1 Scope
4
Task 8 Plans, Specifications, and Engineer's Estimate
The CONSULTANT shall prepare contract plans, specifications and engineer's estimate for the
Ad -ready construction documents for installation of approach slabs on the subject Project.
The CONSULTANT shall prepare 60%, 90%, and final construction contract documents for CITY
review, comment, and approval for the Approach slab design.
CONSULTANT will maintain design documentation including design calculations. CONSULTANT
will develop the following:
Specifications
The CONSULTANT will use the CITY of Tukwila Standard Specifications and the 2018 WSDOT
Standard Specifications to prepare the Project's specifications and Project Manual.
The CONSULTANT will modify the standard specifications by preparing contract special
provisions. In addition, the CONSULTANT will prepare Special Provisions for contract specific
requirements when the standard specifications do not cover a certain work element.
For the 60% submittal and all subsequent submittals, the CONSULTANT will submit a complete
Project Specifications Manual including Divisions 0-9 with a bid form, special provisions and
general special provisions that apply to the Project. The CONSULTANT will stamp the second
page of the Project Specifications Manual.
Assumptions:
• City will supply a "boilerplate" version of the project specifications manual which will
include a cover page, advertisement, signature page, a table of contents, Division 0,
standard and general special provisions for Divisions 1 through 9, and standard CITY
Appendix items.
• For the technical special provisions, Divisions 2 through 9 and portions of Division 1
including environmental requirements and maintenance of traffic, City boilerplate
files are provided for the CONSULTANT's use. The CONSULTANT is responsible for
evaluating the applicability of each section to their specific contract. The
CONSULTANT is responsible for the technical special provisions of the contract.
• The final submittal for PROJECT advertisement will reflect the most recent version of
City's boilerplate which may change at any point during design development.
South Boeing Access Road over Airport Way Seismic Retrofit — Supplement No. 1 Scope
5
Engineer's Estimate
The CONSULTANT will prepare an engineer's estimate for the construction of approach slabs at
the 60%, 90%, final design and bid ready levels. The estimates will be prepared using
documented unit costs, lump -sum prices, and from Consultant's experience on similar projects.
The CONSULTANT will submit unit price documentation for nonstandard work items and review
and modify, as needed, the appropriateness of the unit costs, lump -sum prices, and other cost
data that the CONSULTANT uses. After the 90% design is completed, the Consultant will
conduct a bottom-up independent cost estimate in addition to the unit price cost estimate. This
estimate is intended to provide additional cost certainty before construction contract
advertisement.
PROJECT cost estimates will include appropriate contingency factors to account for PROJECT
uncertainties that cannot be accounted for at the PROJECT's various engineering stages.
In providing opinions of cost, and schedules for the PROJECT, the CONSULTANT will have no
control over cost or price of labor and materials; unknown or latent conditions of existing
equipment or structures that might affect operation or maintenance costs; competitive bidding
procedures and market conditions; time or quality of performance by operating personnel or
third parties; and other economic and operational factors that might materially affect the
ultimate PROJECT cost or schedule. The CONSULTANT, therefore, will not warranty that the
actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from
CONSULTANT's opinions, analyses, projections, or estimates.
Assumptions:
• Engineer's estimate of approach slab construction will be prepared using the
CONSULTANTS standard estimating spreadsheet.
Deliverables:
• One (1) electronic copy of the engineer's estimate at the 60%, 90%, final review
submittals and the bid submittal.
• Independent bottom up cost estimate at 90% design.
Task 8.1 60% Submittal
The 60% submittal will include two (2) half-size plans, project manuals, and cost estimates. Up
to two (2) copies of the 60% construction schedule will be provided. Electronic copies of all
files will be provided in PDF format. An electronic copy of the Project Specifications Manual will
be provided in Word format. Hard -copy sheets will match the electronic files that are
submitted. The cost estimate will be formatted to reflect the bid item breakdown.
South Boeing Access Road over Airport Way Seismic Retrofit — Supplement No. 1 Scope
6
Deliverables:
• Two (2) hardcopies of half size plans.
• Two (2) hardcopies of the Project Specifications Manual. An electronic copy of the
Project Specifications Manual in PDF format. An electronic copy of the Project
Specifications Manual in Word format (no Appendix).
• Two (2) hardcopies of the cost estimate. An electronic copy of the cost estimate in
Excel and PDF formats.
• An electronic copy of the construction schedule in PDF format.
Task 8.2 90% Submittal
The 90% submittal will include two (2) half-size plans and project manuals and up to two (2)
construction schedules and estimates. Electronic copies of the plans, cost estimate,
construction schedule and responses to 60% comments response will also be provided. Hard-
copy sheets will match the electronic files that are submitted. The work will be substantially
complete. Drawings will be completed and checked in accordance with established QC
procedures and will have incorporated or resolved comments made during the 60% design
review and other informal reviews. The cost estimate will be formatted to reflect the bid item
breakdown utilizing CITY cost estimating form.
Deliverables:
• Two (2) hardcopies of half size plans. An electronic copy of the plans in PDF format.
• Two (2) hardcopies of the Project Specifications Manual. An electronic copy of the
Project Specifications Manual in PDF format. An electronic copy of the Project
Manual in Word format (no Appendix).
• Two (2) hardcopies of the cost estimate. An electronic copy of the cost estimate in
PDF format.
• An electronic copy of responses to 60% comments in Excel and PDF formats.
• An electronic copy of the construction schedule in PDF format.
South Boeing Access Road over Airport Way Seismic Retrofit — Supplement No. 1 Scope
7
Task 8.3 Final (100%) Ad -ready Submittal
The final submittal will include two (2) half-size plans, two (2) project manuals and responses to
90% comments. Electronic copies of all files will be provided. Hard -copy sheets will match the
electronic files that are submitted.
The Bid Submittal will include one (1) full-size plan set, one (1) half-size plan set printed on
bond paper. Drawings will be stamped and signed by the appropriate CONSULTANT team
professional licensed in the State of Washington. Hard -copy sheets will match the electronic
files. Final drawing check prints (prepared in accordance with established QC procedures) will
be submitted to the CITY.
Deliverables:
• One (1) stamped, signed Project Specifications Manual.
• An electronic copy of the Engineer's Estimate.
• One (1) half size hardcopy of the plans.
South Boeing Access Road over Airport Way Seismic Retrofit — Supplement No. 1 Scope
8
Exhibit B - Supplement No. 1 Budget for City of Tukwila
South Boeing Access Road over Airport Way Seismic Retrofit
TranTech, LLC 2 3 a s s r 8 9 10 11 12
f Q
Total
Hours:..
/ YC l //// l '4"
sa /
i
/ ///rte
%�'A��/N
i i / j // i!// y
/I l
/ /� / / / / /)(••/
e �. s/�� ..
/ / // %X/lily// /0
„I //`
; �1
�g
-
CO
M
(4
N
(D
N..
+k^`-
/px
�WPh.
(D
N
m
CO
CO
[m v
f9
O
CD
O
M
CO
M CO
CO v
0)
O
(0
0
N
V
(n CO
m N-
O
co
N
(D
a
/
Imo
6
\ Total $ w!
parate esc
0
0R"!
co...
51,562
;N
z7a
N,
/
(D
N
a)
M
T,-0.
((4
((4
N a
55,468
51,060
D)
a)
0N
CO
CO
c
co
0
CO
o
t>7
,-
(`0
w
E9
v
M
r
t9
0)
0
a)
N
l9
CO
v
E9
GC i
co co - 0) m 0q' (G ? Qq. 9D " N N
0
Z Jaaul6u3 Iwn nj S Beds
Z Jaaui6u3 IeJnlonJ4S lie1S
;
/
Z anReJlslwwPy
a�
Jeaul6u3 ao}}p o
o
co
r m
GO
v
uelompal 01/2'0 JoluaS 1)
a
i/ m
y
co
v
v
N
roil
6 Jae in. 6U3 Iejn;onj3S gels m
Total Total:
i
0
m
m
v
JeauI6u3 1lnl3 aquas
% 00
o-
m
y
v
N
4
JaaU16U3 IeJn}on-;S JOIUa9
p
�� m
m
v
,
,--
o
Jaaul6u3 Immo S 3oafoJd
iT4015;j0t#RDATOW
co
,Y
N
N
(00/V0)
JeaUI6u3 IeJnpngS JoIUaS ro-
/�
N
N
—
o
Ja6eue(nj uoi;OnJ4suoo m
m
m,
O
Ja6euew;aaf°Jd 6
Work Element
direct rates:
fa
1.0 Project Management
1.1 !Project Management
Quality Control / Quality Assurance Review
4)t
1
w!
7.0 Traffic Analysis
(Traffic Control Plans
lurk lettlersti t`%ola!
8.0 ,; Plans, Specifications, and�Engineer's Estimate ;`=
8.1 60% PS&E Submittal
8.1.1 160% Plans
60% Specifications
8.1.3 160% Cost Estimate
8.2 90% PS&E Submittal
8.2.1 90% Plans
90% Specifications
8.2.3 190% Cost Estimate
8.3 100% PS&E Submittal
8.3.1 1100% Plans
100% Specifications
100% Cost Estimate
0)
N
cc;
N
NM
ao
N CO
M
ad cd
Y C
3 E
m
w
411
M
N
TranTech, LLC
0
0
l0
0
j
a
N
Z Jaaul6us leinpnJIs ieis
Z Jaaul6u3 IeJnlanaS IRS
Z and;eJ;slulwPV
Jaaul6u3 evil()
ueloluyoal ado Joluas
Jaaul6u3 I8Jniorgs gle1S
Jaaul6u3 IIn!O _lopes
3
Jaau16u3 IeJn;OnJ;s Joluas
0
Jaaul6u3 lwnpnas Peicud
(OGNO)
Jaau16u3 pap Is Japes
JOBeue j uoi oni;suo
Ja6eueW ParaId
0
w
-o
Work Element
PRIME COMPENSATION FOR SUB. COST
EXPENSES, INCLUDING SUBCONSULTANT FEES
SALARY ESCALATION
PROJECT WORK ELEMENTS TOTALS
m2
O
� N
O
Z of
0o
N_
a O
S
.c
0
c
h
0
Q
0
O
E
d
d
rn
c
m
T
>ELN
0
¢1
m
La
1'
U
CO
a
X
W
O
Z N
C N
Eo.a
n.
0
NU
w�J
c
0
O
O
U)
O
a`
0
E
co
w
m
rn
0
0
m
T
3
0
O
Q
0
CO
N
rn
N
O
m
O
co X
O o)
a M
O
0
• Q)
I—
O .�
?(' (A
U 4
O
0) • 0
• Q.
m
T (u
1:3
�
z°
49 o• mE
co
o.
O.
7 0
• v
( Q
m 0)
O
L 0
W CO
L
//Ow
vI
TranTech, LLC
0
U
0 0
N
0
x
O
0
00
0
V'(n 0 0 0 0 0 (NI 0 0 0 0
0o Wr (D (0 0 0) CO 69 CO (A 69
V"c)0)rm c.0 0)1')
696969 L fA�
69 69 v) 69
0 0 0 O O O O O O O O O
L000c0000(n000
O 6) ON N N C) I- O CJ N 47
O 0) 0) u') (D (0 CO CO Q' N V C
v 0) (n 0) 0)(1)(r)((3(flen(n((3
00(070000(00000
N CO 0 CO CO
L a
O 3. N
a rn c L''O)0
m w c
c m
O r Z n .� Y N > O C
(n L "' Y as C} L N
O N OU E- -Q) O 0 Tv 9
N CO ( 41 CO h O Q) C) "*-Cq
CV
N
M O M CO O O
(D (0 CO t` CO
COCV Dr M N
(9 (9 w (n w
0
m
0% per year Ca
a
J J
0 0
0)
0 0
0 0
0
O O
CO M
✓
a
is
E 0
0 0
U LL
Ua p� z
CO _J N V ad
O O y 0
o O V O d
O 0 2 U givE
O N C M 'O N
U W. y w W 0
• e.. L.
f4LL
V) V) W I- O Z I-
0
O
U
69696»6969(9
o 0.— °'
nEi..)N E
106 O N C.O N C
W o v) 69 V3 Li)
O
2
Efl d
N)
O
• o
O 0 N E
n
N
06'
fR
TranTech Total
Subconsultants
N
S
W/DBE M/DBE
Subconsultant Total
Subconsultants
ti
N
M
M
Total Costs
18-227
Council Approval 12/3/18
Local Agency A&E Professional Services
Cost Plus Fixed Fee Consultant Agreement
Aueement Number:
Firm/Organization Legal Name (do not use dba's):
TranTech Engineering, LLC
Address
2646 RW Johnson Blvd., SW Suite 112, Tumwater, Wi
Federal Aid Number
BHM-1380(004)
UBI Number
602507862
Federal TIN or SSN Number
68-0607809
Execution Date
Completion Date
December 31st, 2020
1099 Form Required
7 Yes 1 No
Federal Participation
1 Yes No
Project Title
South Boeing Access Road over Airport Way Seismic Retrofit
Description of Work
TranTech Engineering. LLC (TranTech) will provide seismic retrofit design services to the City of Tukwila
(Agency). Services will include seismic analysis. a concept design report, and bid -ready plans. specifications.
and estimate (PS&E).
Please see Exhibit A for detailed Scope of Work.
I• Yes No DBE Participation
1 Yes 1 1 No MBE Participation
Yes ( No WBE Participation
Yes No SBE Participation
Total Amount Authorized: $315.1 12.00
Management Reserve Fund:
Maximum Amount Payable: $315,1 ') 00
Index of Exhibits
:\i-~£
Scope of Work
DBE Participation!SBE Plan
Preparation and Delivery of Electronic Engineering and Other Data
Prime Consultant Cost Computations
Sub -consultant Cost Computations
Title VI Assurances
Certification Documents
Liability Insurance Increase
Alleged Consultant Design Error Procedures
Consultant Claim Procedures
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 11/01/2017
Page 1 of 14
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."
kVHEREAS, 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.
11. General Scope of Work
The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit "A" attached
hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed
utilizing performance based contracting methodologies.
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 he 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 lays of the State
of Washington.
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14
Revised 11/01/2017
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 (CU')
regulation outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30% of the
total amount of this AGREEMENT. It is recommended, but not required, that non -DBE Prime CONSULTANTS
perform a minimum of 30% of the total amount of this AGREEMENT.
In the absents of a mandatory UDBE, a voluntary SBE goal amount of ten percent of the Consultant Agreement is
established. The Consultant shall submit a SBE Participation Plan prior to commencing work. Although the goal is
voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not.
The CONSULTANT, on a monthly basis, shall enter the amounts paid to all firms involved with this
AGREEMENT into the wsdot.diversitycompliance.com program. Payment information shall identify any DBE
Participation. Non -minority, woman owned DBEs does not count towards UDBE goal attainment.
All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned.
All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C —
Preparation and Delivery of Electronic Engineering and other Data."
All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared
by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for
these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or
on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE. shall
be without liability or legal exposure to the CONSULTANT.
Any and all notices or requests required under this AGREEMENT shall be made in vyriting 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, PE
Agency: City of Tukwila
Address: 6300 Southcenter Blvd Suite 100
City: Tukwila State: WA Zip: 98188
Email: steve.carstens'atukwilawa.goy
Phone: 206.431.2446 x 1646
Facsimile:
If to CONSULTANT:
Name: Grant Griffin, PE
Agency: TranTech Engineering, LLC
Address: 2646 RW Johnson Blvd., SW, Suite 112
City: Tumwater State: WA Zip: 98512
Email: ggriffin@trantecheng.com
Phone: 360.810.2032 x. 102
Facsimile:
IV. Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in vvriting 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:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Page 3 of 14
Agreement Revised 11/01/2017
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 \\ork''. The CONSULTANT shall conform to all applicable portions of 48 CFR
Part 31 (\\\\" t f,.=o ). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits
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 he 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
1CR 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:
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.
Direct Non -Salary Costs: Direct Non -Salary Costs will he 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:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14
Revised 11/01/2017
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."
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
100 0 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 111, "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 \vhich are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by
the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have
against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by
the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that
the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect
to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time
of final audit; all required adjustments will be made and reflected in a final payment. In the event that such
final audit reveals an overpayment to the CONSULTANT. the CONSULTANT will refund such overpayment to
the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute
a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of
overpayment. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to
begin the appeal process to the AGENCY for audit findings.
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14
Revised 11/01/2017
D. Inspection of Cost Records: The CONSULTANT and their sub -consultants shall keep available for inspection
by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final
payment. the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon
these records with the following exception: if any litigation. claim or audit arising out of. in connection with.
or related to this AGREEMENT is initiated before the expiration of the six (6) year period. the cost records and
accounts shall be retained until such litigation. claim. or audit involving the records is completed.
An interim or post audit may be performed on this AGREEMENT. The audit. if any. will be performed by the
State Auditor, WSDOT's Internal Audit Office and/or at the request of the AGENCY's Project Manager.
VI. Sub -Contracting
The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by
this reference made part of this AGREEMENT.
The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without
prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY
and sub -consultant, any contract or any other relationship.
Compensation for this sub -consultant SERVICES shall be based on the cost factors shown on Exhibit "E" attached
hereto and by this reference made part of this AGREEMENT.
The SERVICES of the sub -consultant shall not exceed its maximum amount payable identified in each sub -
consultant cost estimate unless a prior written approval has been issued by the AGENCY.
All reimbursable direct labor, indirect cost rate, direct non -salary costs and fixed fee costs for the sub -consultant
shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be
memorialized in a final written acknowledgement between the parties.
All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require
each sub -consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With
respect to sub -consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE's
Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT, sub -recipient, or sub -consultant shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the
termination of this AGREEMENT or such other remedy as the recipient deems appropriate.
VII. Employment and Organizational Conflict of Interest
The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona
fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or
agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT. any
fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the
award or making of this contract. For breach or violation of this warrant. the AGENCY shall have the right to annul
this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration
or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work
or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the
CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14
Revised 11/01/2017
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 \viii 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 el. seq. )
• 23 CFR Part 200
• 49 CFR Part 21
• 49 CFR Part 26
• RC W 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 11/01/2017
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 kvou1d 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 front such decisions of the Superior Court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington,
situated in the county in which the AGENCY is located.
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14
Revised 11/01/2017
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 kvhotn 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 persons for whom the CONSULTANT may he 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
lith 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:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14
Revised 11/01/2017
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 v-vritten under ISO Form CG 00 01 12 04 or its equivalent with minimum
limits of one million dollars ($1000,000.00) per occurrence and two million dollars ($2,000,000.00) in the
aggregate for each policy period.
C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for
any "Auto" (Symbol 1) used in an amount not less than a one million dollar ($L000,000.00) 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 Als. The CONSULTANT shall furnish the AGENCY with
verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to
require complete, certified copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance company authorized to do business in the State of Washington.
The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the
execution of this AGREEMENT to:
Name: Steve Carstens, PE
Agency: City of Tukwila Department of Public Works
Address: 6300 Southcenter Blvd Suite 100
City: Tukwila State: WA Zip: 98188
Email: steve.carstens'a>tukwilawa.gov
Phone: 206.431.2446 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 11/01/2017
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 AGREE\TIENT, or otherwise in lacy.
XIII. Extra Work
A. The AGENCY may at anv 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 anv 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 anv "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 he 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 o
data furnished by them.
XV. Federal Review
The Federal Highway Administration shall have the
SERVICES in progress.
o pa
e
enu►nee
cipate in the review or examination of the
ng
XVI. Certification of the Consultant and the Agency
Attached hereto as Exhibit "G -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY. Exhibit
"G-2" Certification Regarding Debarment. Suspension and Other Responsibility Matters - Primary Covered
Transactions. Exhibit "G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
and Exhibit "G-4" Certificate of Current Cost or Pricing Data. Exhibit "G-3" is required only in AGREEMENT's
over one hundred thousand dollars ($100.000.00) and Exhibit "G-4" is required only in AGREEMENT's over
five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and
submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General
Requirements" prior to its performance of any SERVICES under this AGREEMENT.
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14
Revised 11/01/2017
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
he 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 11/01/2017
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
confidentialit 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 CONSLILTANT"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" eans every writing or record of every hype and description,
including electronically stored information ("ESI"), that is in the possession" control, or custody of the
CONSULTANT, including, without limitation, any and all correspondences, contracts" AGREEMENT `s"
appraisals, plans" designs, data" surveys" maps, spreadsheets, memoranda, stenographic or handwritten
notes, reports, records, telegrams, schedules, diaries, notebooks" logbooks" invoices" accounting records.
work sheets, charts, notes" drafts, scribblings, recordings, visual displays, photographs" minutes of meetings,
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14
Revised 11/01/2017
tabulations. computations, summaries, inventories, and x\ritings regarding conferences, conversations or
telephone conversations, and anv 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 cope 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, "ESE' means anv 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, xvork 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 vwhereof, 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.
Signa
change, or
Bei General.
Date
Date
this .4 GR EE.1 JE1VT shall recjuir approial as t
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14
Revised 11/01/2017
Exhibit A
Scope of Work
See attached Exhibits
Project No.
Agreement Number:
Exhibit A - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1
Exhibit A
Scope of Work
South Boeing Access Road over Airport Way Seismic Retrofit
Submitted to:
City of Tukwila
November 19, 2018
Prepared by: TranTech Engineering, LLC
EXHIBIT A - SCOPE OF WORK
SOUTH BOEING ACCESS ROAD OVER AIRPORT WAY
SEISMIC RETROFIT
Description
This PROJECT will determine the seismic vulnerability of the existing South Boeing Access Road
over Airport Way (SBAR/AW) Bridge and will provide targeted retrofit solutions that will be
developed into Plans, Specifications, and Estimates (PS&E) for advertising for construction.
Introduction
The CITY of Tukwila (CITY) has retained TranTech Engineering, LLC (CONSULTANT) to provide a
complete PS&E package for the SBAR/AW Seismic Retrofit (PROJECT) in Tukwila, Washington.
The following describes the Scope of Work (SCOPE) for this project.
The SBAR/AW was constructed in 1952 in an area of King County that is now the north end of
the City of Tukwila. The 4 -span bridge is approximately 66 feet wide and 182 feet long
(39':52':52':39'). Its superstructure is composed of reinforced concrete T -beam girders made
composite with a 6.5" thick concrete deck slab. Its substructure is composed of concrete
abutments and multi -column intermediate piers founded on either shallow spread footings or
deep pile foundations. At both abutments, rocker bearings are supporting the superstructure
and are utilized as part of the bridge's expansion joint system. The bridge carries five lanes of
traffic with a 5' wide sidewalk on each side. Piers 3 and 4 are founded on driven steel H -piles.
The first step in the project is to perform a seismic vulnerability assessment of the bridge and
prepare a Concept Design Report (CDR) that documents the seismic retrofit solutions for the
bridge and associated preliminary cost estimates. Determination of the seismic vulnerability of
the bridge and the appropriate retrofit solutions will be performed using detailed structural
analysis and engineering judgment. Conceptual level cost estimates will be based on available
cost data for similar work with site-specific input related to accessibility and constructability.
The development of the CDR will lead to the development of PS&E for the selected alternative.
Anticipated design services include survey and base mapping, geotechnical, environmental
documentation/ permitting, and if desired by the City, utility coordination, public involvement,
and design and construction management support during construction phase. Construction
phase services is anticipated as a future supplement to this SCOPE.
St_.
SP 5,
Scope of Work
This SCOPE provides Seismic Analysis, a Concept Design Report, and complete PS&E for the
PROJECT. The SCOPE is anticipated to be completed within the relative timeframes shown in the
milestone schedule unless the CITY and CONSULTANT approve changes to the schedule dates.
The key schedule milestones are shown below. A complete baseline schedule for the PROJECT
will be prepared following notice to proceed.
The primary objective of this work is to provide a viable retrofit concept and to advance the
proposed solutions, approved by the City, to full design level and to prepare the PS&E for
advertisement of the seismic retrofit construction project on the SBAR/AW Bridge.
The anticipated duration for the development of the final bid -ready documents is expected to
take approximately 6 months. As mentioned above, the consultant contract will have the option
for amendment of additional scope for desired engineering and construction management
services during the construction phase of the project. City has the option of renewing the
contract each year until completion of the work.
General Assumptions
• Seismic analysis and retrofit will be in accordance with the FHWA Seismic Retrofitting
Manual for Highway Structures — Part 1— Bridges, 2006 (FHWA Retrofitting Manual,) the
Washington State Department of Transportation Bridge Design Manual (LRFD) (WSDOT
BDM) and the Washington State Department of Transportation Geotechnical Design Manual
(WSDOT GDM).
• Funds may be transferred between tasks with prior CITY approval.
• Coordination by the CONSULTANT with outside agencies, groups, or individuals will receive
advance approval by the CITY.
Changes in the detail of work beyond what is described in this SCOPE will be made as
requested by the CITY and authorized by amendment as "Out -of -scope" Work.
• The CONSULTANT will support the CITY's Public Works Department. When alternatives are
being considered or decisions are being made, the CITY will make all final decisions.
• For any field investigations, acquiring the permission of private landowners whose property
would be visited will be the responsibility of the CITY. Permission must be obtained prior to
fieldwork on privately owned land.
The CITY will provide available as -built plans, bridge records, inspection reports, previous
study findings and calculations.
Access K—
ismic Ret t t
• The CITY will provide all real property services for the PROJECT and obtain all property rights
necessary to design and construct the Project.
The CONSULTANT is responsible only for meeting deadlines for their tasks and has no
control over those portions of the schedule related to the tasks performed by the CITY or
any third party that is retained by the CITY. The CONSULTANT will work with the CITY to the
greatest extent feasible to maintain overall PROJECT schedule.
Additional subsurface investigation and remedial action associated with any hazardous
wastes located within the PROJECT limits are not within this SCOPE. CONSULTANT will
provide documentation support as requested based upon data from existing subsurface
investigation. Because of the inherent uncertainties in subsurface evaluations,
underground conditions may occur that could affect total PROJECT cost and/or execution.
These conditions and cost/execution effects are not the responsibility of the CONSULTANT.
• The CONSULTANT will use the following computer software in the performance of the
engineering and design work for this contract:
o Engineering software: SAP2000 or CSI Bridge; Group v.2016; LPile v.2016; XTRACT;
spColumn v.7; Mathcad v.15
o CAD software: AutoCAD and Civil 3D 2015
o Scheduling software: Microsoft Project or Excel
o Microsoft Office, Word, Excel (version 2010)
+ English units for plans, engineering, and environmental documents
+ The CITY and review agencies will take up to ten business days to review milestone
submittals. The CITY will be responsible for collecting CITY and review agency comments,
resolving conflicting comments, and submitting one set of consolidated comments to the
CONSULTANT for each submittal.
Designated CITY staff will lead and participate in all stakeholder and designated team
meetings throughout the life of contract and review and comment on all deliverables
outlined in contract.
Utility potholing is not included in this Scope. Potholing work will be covered in an
amendment as out -of -scope work to the PS&E Contract if utility potholing is deemed
necessary and essential when the existing utility information is deemed insufficient to
identify existing utilities correctly.
ess Road over
Task 1 Projec Management
Task 1 1 Project Management Plan
This Task includes preparation of a Project Management Plan to direct and define the analysis
and decision-making process required to complete the project. The plan will include these
components:
• Project scope of work
• Project schedule
• Team roles, work assignments and organization
• Team meetings & coordination
• Communications protocols
• Monthly progress and performance reporting
• Records management
• Change control procedures
• Project Safety Plan
• Quality assurance and control
• Closeout of the project
Task 1e2 Project Kickoff and Coordination
The CONSULTANT project manager will provide direction to the PROJECT team, including
SUBCONSULTANTs, and conduct PROJECT coordination meetings with appropriate task leaders.
The CONSULTANT will coordinate execution of the PROJECT and meet periodically with the CITY
Project Manager and staff. Tasks include:
• Conduct a kickoff meeting at the beginning of the PROJECT.
• Develop the PROJECT delivery schedule and update it as changes occur.
Meet with the CITY Project Manager and/or staff periodically, including review
coordination of milestone submittals.
Assumptions:
• The CONSULTANT'S Project Manager and/or project engineer will meet (face-to-
face) with the CITY Project Manager up to 10 times.
• Internal PROJECT team coordination meetings will be held on a bi-weekly basis
during PROJECT duration. These meetings will be in addition to the coordination
meetings held with the CITY but budgeted as part of the specific work tasks.
Seismic
Deliverables:
• Meeting Agendas in electronic format (MS Word) as needed
Meeting Minutes in electronic format (MS Word) as needed
Task 1.3 Subconsultant Coordination
The CONSULTANT will provide direction to the SUBCONSULTANTs and review of their work over
the course of the PROJECT. Monthly monitoring of the SUBCONSULTANT's design budget will
occur over the course of the PROJECT. Status, as well as projections, will be developed.
CONSULTANT will monitor SUBCONSULTANT costs and budgets, and propose corrective actions,
if necessary. This may include formal SCOPE and/or budget modifications.
Task 1.4 Project Monitoring and Reporting
The CONSULTANT's project manager will monitor the PROJECT planned budget versus actual
progress. CONSULTANT will prepare and submit an invoice and a brief progress report monthly
that reflects progress over the previous billing period and anticipated activities over the next
billing period. The monthly progress report will include a summary of any identified variances
from the budget and schedule, reason(s) for the variance, and proposed corrective action(s).
Deliverables:
Hard copies of Monthly Invoices and Progress Reports
Task 1.5 Quality Control/Quality Assurance Review
This task is for QC/QA review of CONSULTANT deliverables by a designated QC/QA staff
member of the CONSULTANT team. The review will cover documents; reports; plans,
specifications, and cost estimates; and pertinent information on an ongoing basis. The program
entails the periodic review of criteria, design, calculations, and assumptions, as well as concepts
and presentation of product format; and documents that the overall PROJECT objectives are
being fulfilled.
The following level of structural review will be performed for the following:
■ Structural/Retrofit Design Review — The reviewer verifies the reasonableness of the
seismic analysis approaches, calculations, details for retrofit concepts, and
recommendations.
oein ess Road o- e Airport
Task 2 Data Collection and Field Verification
Task 2.1 Bridge Data Collection and Field Verification
The CONSULTANT will gather available information pertinent to the PROJECT, including and not
limited to as -built drawings, bridge inspection reports, maintenance records, load rating, and
utilities on and adjacent to the bridge.
A site visit of the bridge will be conducted to verify the information shown in the as -built
drawings and to document any additional or missing as -built information. The verification will
be limited to the information required for the seismic analysis and limited to visual inspection
of elements above the ground and out of the water only. The CONSULTANT will inform the CITY
of any major discrepancies observed between the site visit and the inspection report.
Assumptions:
+ The CITY will provide the available existing information on the PROJECT from CITY
records.
• The site visit is not a bridge inspection.
• No traffic control measure is anticipated.
• Site visit to verify as -built information is limited to items readily visible and
accessible without special equipment (lift or UBIT) or ladders.
Deliverables
• A brief field visit report describing and documenting overall existing conditions of
the bridge and any discrepancies from the as -built drawings.
• Photos of the bridge and site conditions for inclusion in the Concept Design Report
and referenced in the Project Definition Report.
Task 3 Geotechnical Engineering and Report
In conjunction with the structural analysis, the CONSULTANT will perform geotechnical
engineering and analysis and provide input to the structural engineer(s) to inform the
determination of potential vulnerabilities and proposed retrofits.
The AASHTO Guide Specifications for LRFD Seismic Bridge Design requires site-specific ground
motion response for structures founded in Site Class F soils. Based on published geologic maps
and soil information gathered from previous borings in the PROJECT vicinity, CONSULTANT has
determined the anticipated Site Class for seismic design is not Class F. Site-specific ground
motion response will not be evaluated for the PROJECT.
South Boeing € ccess Road over Airpoi Way S
Task 3.1 Geotechnical Engineering
The CONSULTANT will:
Project Setup: The CONSULTANT will set the project up in their accounting program
and will develop a health and safety plan for proposed field work.
• Attend Project Kickoff Meeting: The CONSULTANT will attend one project kickoff
meeting with the City and the design team. This meeting will review project
objectives, communication protocol and schedule. The CONSULTANT assumes that
this meeting will take place at the City of Tukwila's office.
• Collect and Review Available Geotechnical Data: The CONSULTANT will review
readily available and relevant information along the project corridor. This review
will include online geotechnical databases, geologic maps and HWA library.
• Plan Field Exploration Program: The CONSULTANT will plan and coordinate the
geotechnical exploration program for the project. The exploration program will
consist of conducting one geotechnical boring at each Pier (5 borings). Planning will
include identification of the location of the geotechnical borings, development of
traffic/pedestrian control plans and coordination of required equipment and/or
flaggers.
Generate Exploration Work Plan Memo: The CONSULTANT will prepare an
exploration work plan memorandum of our exploration program. This work plan will
be submitted to the City for review and approval. The work plan will detail the type,
location, and extent of proposed field explorations along with logistics necessary to
perform the work such as traffic control plans and staging areas. The work plan will
also be used for utility locating clearances and for permitting that may be necessary
to access the exploration locations.
• Conduct Utility Locates and slope Reconnaissance: Prior to conducting our
geotechnical borings, the CONSULTANT will make a site visit to mark the proposed
boring locations and arrange for utility locates using the Utility Notification Center.
During this site visit the CONSULTANT will perform a slope reconnaissance to
observe surface soils, slope vegetation, groundwater seeps near the existing bridge.
A second visit is will be necessary to verify that the proposed boring locations are
clear of utilities prior to perform the exploration.
Conduct Geotechnical Explorations: The CONSULTANT will conduct a series of five
(5) geotechnical borings along the bridge alignment (at each Pier location) to identify
the subsurface soil and groundwater conditions align the bridge alignment. Each
South LOein Access Road
geotechnical boring will be drilled with a mini -track limited access drill rig and logged
by an HWA geotechnical engineer or engineering geologist.
The CONSULTANT will conduct one (1) geotechnical boring near each bridge
abutment. The boring at the eastern and western abutments will be drilled in the
grassy/gravelly area behind the guard rail. Each of these borings will be drilled to a
depth of 30 to 40 feet below ground surface depending on the soil conditions
encountered at the time of drilling. The location of both abutment borings will have
no impact on pedestrians or vehicular traffic.
• The CONSULTANT will drill one (1) boring at each of the interior piers. Borings for
Piers 2 and 3 (deep foundations) will be drilled to a depth of 40 to 50 feet below
ground surface depending on the soil conditions encountered at the time of drilling.
Boring for Pier 4 (shallow foundation) will be drilled to a depth of 20 feet below
ground surface. These borings will be drilled in the grassy area at each shoulder of
Airport Way S and on the existing median. The borings will be positioned to
maintain traffic along Airport Way S throughout the drilling operation.
• Generate Boring Logs and Assign Laboratory Testing: The CONSULTANT will prepare
summary boring logs and perform laboratory testing to evaluate relevant physical
properties of the site soils. Laboratory testing could include moisture content,
hydrometers, grain -size distribution, Atterberg Limits, direct shear and/or undrained
compression test.
Evaluate Field and Laboratory Data: Based on the borings and the laboratory test
results of selected samples, the CONSULTANT will generate estimates of the soil
strength and other properties needed to evaluate the effects the subsurface
conditions will have on the bridge during a seismic event. Soil properties that will be
developed include static and dynamic shear strengths, stiffness and low -strain shear
wave velocities.
Develop Geologic Profile: The CONSULTANT will develop a geologic profile along the
bridge alignment based on the results of the of the subsurface exploration program.
This geologic profile will be used to evaluate slope stability and other geologic
hazards.
Generate seismic design ground motion parameters for a two-level analysis (100 -yr
and 1,000 -yr return periods) using 2014 USGS Hazard Maps.
Evaluate geologic hazards. Based on the range of geotechnical soil properties, an
evaluation of earthquake -induced geologic hazards that may affect the bridge
g AcceS Road er Airpor ReIront
foundation resistances will be performed. Seismic ground motion, slope stability
and settlement will be included in the geologic hazard evaluation.
• Evaluate Potential for Liquefaction: The CONSULTANT will evaluate potential for
liquefaction, lateral spreading and liquefaction -induced settlement.
Evaluate Seismic Lateral Earth Pressures at Existing Abutments: The CONSULTANT
will evaluate lateral earth pressures at existing abutments under seismic loading
conditions.
Perform geotechnical foundation resistance assessment: The CONSULTANT will
analyze the existing foundations and soil conditions to develop foundation capacity
recommendations. This assessment will also consider the results of the geologic
hazard evaluation, including the potential effects of slope stability on the
foundations.
Project Coordination Meetings: The CONSULTANT will attend up to one (1) project
coordination meeting at the City of Tukwila's Office. The CONSULTANT's attendance
will be used to convey the geotechnical considerations of the site to the City and the
design team.
Geotechnical QA/QC: The CONSULTANT will have all design calculations and
recommendations reviewed by a senior principal prior to distribution to the design
team or the City.
Prepare Draft Geotechnical Engineering Memo: The CONSULTANT will prepare a
draft geotechnical engineering memo for the project. This memo will contain the
results of the geotechnical engineering investigation, including description of surface
and subsurface conditions; a site plan showing exploration locations and other
pertinent features; summary boring logs; and laboratory test results and all AASHTO-
required seismic retrofit design parameter required for the project.
Respond to City of Tukwila and Design Team Comments: CONSULTANT will review
and respond to one round of comments received.
• Miscellaneous Geotechnical Analysis: The CONSULTANT will provide up to 15 hours
of miscellaneous geotechnical analysis to support the design team with various
questions and request for additional analysis.
• Geotechnical Task Management: The CONSULTANT will provide geotechnical task
management to all geotechnical related aspects of the project. The CONSULTANT
will correspond with the City and the design team in the form of emails, fax, and
telephone calls, as necessary.
o Boeing Access Road over A -
Assumptions:
+ The geotechnical explorations proposed herein will not be used to assess site
environmental conditions. However, visual or olfactory observations regarding
potential contamination will be noted. Analysis, testing, storage, and handling of
potentially contaminated soil and ground water (either sampled or spoils from
drilling) are beyond this scope of services. If contaminated soils and/or ground
water are encountered, the material will be properly contained on-site for disposal
as mutually agreed upon without additional cost to CONSULTANT.
• The CONSULTANT will not install any groundwater monitoring wells at the locations
of the proposed borings.
+ CONSULTANT will identify utilities near the boring locations with a private utility
locator and through the Washington Utility Notification Center.
• All non -contaminated drilling spoils and related debris will be drummed on site and
transported off site for disposal by the drilling subcontractor.
• All field explorations will be conducted between the hours of 8AM to 5PM.
• All required rights of entry will be provided by the City at no cost to the
CONSULTANT.
• The borehole locations will be surveyed by others.
• Relatively disturbed subsurface soil samples will be collected from the borings using
the Standard Penetration Test (SPT) at intervals of 2.5 feet in the upper 20 feet and
at intervals of 5 feet below 20 feet (if applicable).
• Slope reconnaissance is limited to observation of existing topography and features;
no excavation or subsurface exploration will be conducted.
+ No detailed soil structure interaction analyses will be completed as part of this work.
• The range of geotechnical soil properties will be based on the review of the available
geotechnical and geologic information at the site.
• Structural foundation analysis will be performed using FHWA soil spring guidelines
for spread footings and with LPile or Group software.
Deliverables:
The CONSULTANT will provide an exploration work plan memorandum in PDF
format.
• The CONSULTANT will provide a Technical Memorandum describing the
geologic/geotechnical conditions, geologic hazard assessment (i.e. slope stability,
liquefaction, and settlement), ranges of static and dynamic soil properties for
bracketing analyses, geotechnical foundation assessment, and ground motion
ess Road Roaeismic
hazard response spectrum to be used in the structural analysis. The memorandum
will also include a discussion of potential geotechnical issues and additional testing
that will need to be addressed during design. (PDF and one (1) hard copy)
Task 4 Environmental
Task 4,1 Kick -Off Meeting and Coordination with WSDOT
CONSULTANT will attend a kick-off meeting with WSDOT to clarify the SCOPE, schedule, and
expectations for the environmental components of the PROJECT, and identify key permitting
issues that could affect the schedule. A walk through of the PROJECT limits and general
reconnaissance by technical team members will be led by the PROJECT team leads after the
PROJECT kick-off meeting. Information gathered during the kick-off meeting and
environmental site visit will be recorded for inclusion in separate document deliverables, as
appropriate, to complete an Environmental Overview Technical Memorandum (TM).
Task 4e2 Environmental Evaluation, Field Work and Documentation
The CONSULTANT will conduct a desktop survey to identify potential environmentally sensitive
areas (e.g. wetlands, streams, geologic hazards) within and including an additional 200 -foot
buffer outside of the PROJECT area boundary. The desktop survey will also include identifying
other potential areas of concern including public properties/parks, historic and/or cultural
resources, disadvantaged populations, and sensitive noise receptors. Work conducted under
this task will be based on internet research and review of existing documentation on the
PROJECT area and vicinity.
Additionally, the CONSULTANT will perform a reconnaissance level field investigation to identify
potential environmentally sensitive areas within and including an additional 200 -foot buffer
outside of the PROJECT area boundaries. Field work will be conducted by two (2) CONSULTANT
environmental scientists over the course of no more than one (1) day. GPS coordinates will be
taken in the field to identify the general boundaries of any environmentally sensitive areas
identified during the reconnaissance level field investigation. Field findings will also be
documented in the TM.
The CONSULTANT will also identify the necessary environmental documentation materials, if
any, that are needed to develop and meet the requirements of the State Environmental Policy
Act (SEPA) and the National Environmental Policy Act (NEPA). No actual permit or regulatory
documentation (including NEPA and SEPA documentation) will be developed under this task.
Information gathered under this task will also be included in the TM.
.t
-over
Way seism c Retr
Task 4 3 Pre -Application Meeting and Coordination with Tukwila
Prior to finalizing the review draft of the TM, the CONSULTANT will arrange and attend a pre -
application meeting, if needed, with the City of Tukwila Office of Department of Community
Development. The purpose of the meeting is to present the PROJECT and clarify the CITY's land
use permitting requirements prior to finalizing the TM. The meeting will be attended by one (1)
CONSULTANT senior biologist.
Task 4.4 SEPA/NEPA Documentation
The PROJECT is expected to qualify as Categorical Exclusion (CE) under NEPA and an exemption
from SEPA under WAC 197-11-800. For this task, the CONSULTANT will complete the NEPA CE
Form and coordinate with the City and WSDOT staff for review and approval signatures on the
form. The CONSULTANT will also complete the SEPA Checklist and submit the checklist to the
CITY for review by CITY staff along with the appropriate land use application(s). Land use
applications that will be required from the CITY for the PROJECT will be based on discussions in
the pre -application meeting.
Assumptions:
• Field work will be limited to CITY owned property and/or right -of -entry will have
been approved by the CITY prior to initiating any field work.
• The CONSULTANT will be responsible for completing and submitting CITY permit
applications for all land use development permits or approvals that are required for
the PROJECT.
• CITY staff will be responsible for and obtaining CITY permits and reviews related to
land use development applications including administrative review, grading, site
plan review, right-of-way use and other related permits as required.
• A SEPA exemption (under WAC 197-11-800) is assumed to be the appropriate SEPA
threshold determination.
• Federal funding will require compliance with NEPA. A NEPA CE is assumed to be the
appropriate NEPA determination. The NEPA CE Documentation Form will be
completed.
• The PROJECT is exempt from Section 106 of the National Historic Preservation Act
according to Appendix J, Exhibit B of the October 2018 version of the WSDOT CE
Guidebook (A-6). An independent Cultural Resource Survey will not be needed due
to the exemption.
• Endangered Species Act compliance will be demonstrated as "no effect" through use
of the WSDOT NEPA CE form. An independent Biological Assessment will not be
needed due to absence of listed species in or around the project area.
vpr-, Biu° Retrofit
• Environmental Justice will be demonstrated as "no impact to protected populations"
through use of the WSDOT CE form. Basic community demographic data will be
compiled to demonstrate no protected populations in the project area and a full
environmental justice evaluation of the project will not be required.
• No additional federal or state permits or approvals will be required for the PROJECT.
Deliverables:
• Review draft and final Environmental Technical Memoranda in PDF format.
• Review draft and final NEPA CE Documentation Forms in PDF format.
• Review draft and final SEPA Checklists in PDF format.
Task 5 Concept Design Report (CDR)
The CONSULTANT will prepare a Concept Design Report (CDR) providing description of the
detailed structural analysis used in the determination of seismic vulnerabilities, and calculated
section capacity/demand ratios for both as -built and post -retrofit conditions (on proposed
parts/members to be retrofitted identified following as -built condition analyses.) Construction
cost estimate and preliminary retrofit plans will be included in the Concept Design Report as
appendices. A constructability review of the proposed retrofits will be conducted by the
CONSULTANT to inform the selection of the proposed retrofits as well as the construction cost
estimates of those retrofits.
Seismic Analysis and CDR Preparation Assumptions:
• Elastic analyses will be performed as part of this SCOPE during a design seismic
event. This assessment will be partly based on experience and engineering
judgment.
• 2 Structural models (i.e., Spine and 3-D) will be developed based on the as -built
drawings, with visual field verification of elements above ground and accessible
without special equipment. For each model, two conditions of soft for displacement
demand (i.e., liquefied) and rigid for force demand will be studied.
• Structural models will utilize a single spine representing the bridge superstructure,
with additional frame elements included to represent crossbeams, columns, and
spread footings. Spread footing foundation springs will be established in accordance
with procedure outlined in the FHWA Seismic Retrofitting Manual and BDM.
Abutments and walls may be modeled with frame or shell elements, at the
CONSULTANT's discretion.
• Per AASHTO Guide Specs, seismic analyses are performed for the design 1,000 -yr
event based on the as -built conditions.
c Road favor . ,._ ort Way Sei
* Foundation analysis will be based on The AASHTO Guide Specifications for LRFD
Seismic Bridge Design.
* Live load concurrent with seismic demands will not be considered in the analysis.
• In determining seismic responses, effective member stiffness will be determined
based on the FHWA Retrofitting Manual guidelines.
• Expected material properties will be used for all elements in the analysis. Nominal
material properties will be used in design or retrofit items only.
• Pushover analysis will be conducted as described in Method D2 of the FHWA
Retrofitting Manual: for the 1,000 -yr analysis, concrete strain at plastic hinging wil'
be limited to 0.005.
Task 5 1 As -built Analysis
The CONSULTANT will perform seismic analysis of the existing structure to determine
potential seismic vulnerabilities. Seismic analyses will include non-linear static 'pushover'
and response spectrum dynamic analysis, as well as section capacity determination on parts
and/or the whole structures using the bridge seismic retrofit design parameters established
in the General Assumptions listed in the SCOPE.
Task 5.2 Post -retrofit Analysis
The CONSULTANT will perform seismic analysis of the existing structures incorporating
proposed schematic retrofits developed for the CDR. The schematic retrofits will be
analyzed and preliminarily sized for the seismic demands. Seismic analyses will include non-
linear static 'pushover' and response spectrum dynamic analysis, as well as section capacity
determination on parts and/or the whole structures using the bridge seismic retrofit design
parameters established in the General Assumptions listed in the SCOPE.
Assumptions:
Post -retrofit analysis will be performed incorporating the proposed schematic
retrofits developed for the Draft CDR.
Task 5.3 Constructability, Cost Es i a
Schedule
e
Cons ruction
Constructability: The Consultant will review the preliminary retrofit options for practical
and cost-effective construction. A memo will address practicality and risks associated with
construction.
Cost Estimate: The CONSULTANT will prepare a construction cost estimate (engineer's
estimate) based on the 10% Design Plans included in the CDR. Cost estimate will be quantity
based using conceptual level unit pricing referenced from WSDOT or other sources as
necessary. Cost estimate will include appropriate values for escalation and an estimation of
right-of-way costs (if applicable).
Schedule: The CONSULTANT will prepare a construction schedule based on the 10% Design
Plans included in the CDR. Construction schedule will be developed in MS Project software.
Task 5.4 Prepare Concept Design Report (CDR)
The CONSULTANT will prepare and submit a draft CDR providing description of the analysis
and section capacity/demand ratios, pre- and post -retrofit, on proposed parts/members to
be retrofitted. If there are multiple elements for a given structure that require seismic
retrofit, the CONSULTANT will identify a recommended priority for the retrofit of the
various elements. The CDR will include conceptual retrofit strategies, including the concept
details, constructability Memo, and conceptual cost estimates of the proposed retrofit
strategies.
The CONSULTANT will revise the draft report based on written comments on the draft
report received from the CITY and submit a final report for review and approval.
Assumptions:
Concept Design Report plans and cost estimate will be provided by incorporating the
proposed schematic retrofits developed for the Draft CDR. Inclusion of additional
retrofit concepts or major reconfiguration of the retrofit concepts illustrated in the
Draft CDR will be considered "Out -of -Scope" Work and will be negotiated as such.
Deliverables:
• Draft Conceptual Design Report — one (1) electronic (PDF) and one (1) hard copy
• Final Conceptual Design Report - one (1) electronic (PDF) and two (2) hard copies
Task 6 Survey Mapping
CONSULTANT will provide limited topographic mapping to provide a preliminary base map.
Mapping limits will extend 200 feet east and west beyond bridge abutments on S. Boeing
Access Rd. over 1-5 and 200 feet north and south along Airport Way S. from the intersection
of 5. Boeing Access Rd.
Roaci Seismic Retrofit
Task 6.1 Geodetic and Cadastral Survey Control
Horizontal Datum and Coordinate System — survey work shall reference the Washington State
Plane Coordinate System using the NAD83 (2011) datum as established in accordance with
Chapter 58.20 Revised Code of Washington and shall be in US Survey Foot units. The horizontal
control to establish ties to the datum shall be shown on the plans and/or in the surveyor notes.
The Vertical Datum shall reference the North American Vertical Datum of 1988 (NAVD 1988),
The benchmark used to establish ties to the datum shall be shown on the plans and/or in the
surveyor's notes.
Task 6.2 Utility Location Service
CONSULTANT will utilize a private utility location service to mark the underground utilities
within the project corridor prior to survey field work. The expense for this service is included in
the survey budget estimate as "other direct cost".
Task 6.3 Mapping
CONSULTANT shall locate and map visible features for engineering design within the mapping
corridor. These features include: mapping will include roads, surface utility features, overhead
power lines, stairs, slopes, geotechnical boring locations, and bridge columns.
■ Roadway features, curbs, sidewalks, seams.
■ Bottom of soffit of exterior girder of bridge over I-5, every 7 -feet and at piers.
■ Surface utilities
■ Overhead power lines
■ Stairs
■ Slopes
■ Geotechnical boring locations
■ Bridge columns and abutments, bottom of soffit of exterior girder every 7 -feet and at
piers.
■ Ground measurements sufficient to generate a digital terrain model (DTM) for 1 -foot
contours.
Task 6.4 Right -of -Way and Property Lines
CONSULTANT WILL SHOW Right -of -Way and property lines in the base mapping and based on
available GIS information.
Deliverables
Civil 3D 2016 project basemap at 1" = 20' scale with 1 -foot contour intervals.
Assumptions
• Traffic control safety plans will be developed by others for surveying purposes.
• Property corners will not be set in conjunction with this survey.
• Sub -surface utility marking by others and invoiced as "other direct costs".
* CONSULTANT will not access any area that is unsafe for any reason.
• CONSULTANT is not responsible for delays caused by others that may delay 1 Alliance
deliverables or delays caused by unsafe conditions.
• Traffic control safety plans will be developed by others for surveying purposes.
• Street use permits for surveying are not included under this scope of work.
Task 7 Traffic Analysis
Although permanent channelization and/or signalization changes are not anticipated as part
of this project, the CONSULTANT shall prepare a Traffic Control Plans that will go together
with the construction of the intended retrofit scheme and to ensure that mobility of traffic
is not hindered. The exact limits of the traffic control will be determined jointly between the
CITY and the CONSULTANT but are typically expected to extend to the next adjacent street
intersection or 1/4 -mile in each direction along the roadway, whichever is least.
Deliverables:
Draft Traffic Control Plans- PDF and 1 hardcopy
Final Traffic Control Plans - PDF and 1 hardcopy
g, i p a
Task 8 Plans, Specifications, and Engineer's Es imate
The CONSULTANT will prepare contract plans, specifications and engineer's estimate of
probable construction costs for the seismic retrofit of the SBAR/AW Bridge, as illustrated in the
Concept Design Report.
Seismic Retrofit Contract Plans
CONSULTANT will advance design of the recommended retrofit presented in the CDR and
prepare contract plans of those solutions for Project advertisement. The CONSULTANT will
prepare 60%, 90%, and final contract plans for CITY review, comment, approval and
advertisement. CONSULTANT will maintain design documentation including design
calculations. CONSULTANT will develop the following:
Sheet Name
PS&E Assumed
Number of
Sheets
PS&E Submittal Phase
60%
90%
100%
Cover Sheet
1
X
X
X
Index Legend and Abbreviations
1
X
X
X
General Notes
1
X
X
X
Site Prep and TESC
1
X
X
X
Construction Staging
1
X
X
X
Grading and Slope Protection (As-
desired)
2
X
X
X
Traffic Control & Detour (MOT)
4
X
X
X
Bridge Plan & Elevation — Retrofit
Locations
1
X
X
X
General Structural Notes
1
X
X
X
Bridge Construction Sequencing
1
X
X
X
West Abutment Retrofit and Details
2
X
X
X
Pier 1 Retrofit - Elevation
1
X
X
X
Pier 2 Retrofit - Elevation
1
X
X
X
Pier 3 Retrofit - Elevation
1
X
X
X
Pier 1, 2, and 3 Retrofit Details
2
X
. X
X
East Abutment Retrofit & Details
2
X
X
X
East and West Abutment Bearing
Replacement
2
X
X
X
Superstructure Retrofit and Details
2
X
X
X
Misc. Bridge Repairs
1
X
X
X
Seismic Retrofit Specifications
The CONSULTANT will use the CITY of Tukwila Standard Specifications 2017 in preparing the
Project's specifications and Project Manual. The CONSULTANT will modify the standard
specifications by preparing contract special provisions. In addition, the CONSULTANT will
South Bo- - Access Road over
prepare Special Provisions for contract specific requirements when the standard specifications
do not cover a certain work element.
For the 60% submittal and all subsequent submittals, the CONSULTANT will submit a complete
Project Specifications Manual including Divisions 0-9 with a bid form, special provisions and
general special provisions that apply to the Project. The CONSULTANT will stamp the second
page of the Project Specifications Manual.
Assumptions:
• City will supply a "boilerplate" version of the project specifications manual which will
include a cover page, advertisement, signature page, a table of contents, Division 0,
standard and general special provisions for Divisions 1 through 9, and standard CITY
Appendix items.
• For the technical special provisions, Divisions 2 through 9 and portions of Division 1
including environmental requirements and maintenance of traffic, City boilerplate
files are provided for the CONSULTANT's use. The CONSULTANT is responsible for
evaluating the applicability of each section to their specific contract. The
CONSULTANT is responsible for the technical special provisions of the contract.
• The final submittal for PROJECT advertisement will reflect the most recent version of
City's boilerplate which may change at any point during design development.
Seismic Retrofit Engineer's Estimate
The CONSULTANT will prepare an engineer's estimate for the PROJECT at the 60%, 90%, final
design and bid ready levels of completion. The estimates will be prepared using documented
unit costs, lump -sum prices, and from Consultant's experience on similar projects. The
CONSULTANT will submit unit price documentation for nonstandard work items and review and
modify, as needed, the appropriateness of the unit costs, lump -sum prices, and other cost data
that the CONSULTANT uses. After the 90% design is completed, the Consultant will conduct a
bottom-up independent cost estimate in addition to the unit price cost estimate. This estimate
is intended to provide additional cost certainty before construction contract advertisement.
PROJECT cost estimates will include appropriate contingency factors to account for PROJECT
uncertainties that cannot be accounted for at the PROJECT's various engineering stages.
In providing opinions of cost, and schedules for the PROJECT, the CONSULTANT will have no
control over cost or price of labor and materials; unknown or latent conditions of existing
equipment or structures that might affect operation or maintenance costs; competitive bidding
procedures and market conditions; time or quality of performance by operating personnel or
third parties; and other economic and operational factors that might materially affect the
South B eIrw c s _ oa over ? €r, rt iiay SeismRetrofit
ultimate PROJECT cost or schedule. The CONSULTANT, therefore, will not warranty that the
actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from
CONSULTANT's opinions, analyses, projections, or estimates.
Assumptions:
• Engineer's estimate will be prepared using the CONSULTANTS standard estimating
spreadsheet.
• All Seismic Retrofit 'items' will be prepared as lump sum items with a lump sum
breakdown provided.
Deliverables:
• One (1) electronic copy of the engineer's estimate at the 60%, 90%, final review
submittals and the bid submittal.
• Independent bottom up cost estimate at 90% design.
Task 8.1 60% Submittal
The 60% submittal will include two (2) half-size plans, project manuals, and cost estimates. Up
to two (2) copies of the 60% construction schedule will be provided. Electronic copies of all
files will be provided in PDF format. An electronic copy of the Project Specifications Manual will
be provided in Word format. Hard -copy sheets will match the electronic files that are
submitted. The cost estimate will be formatted to reflect the bid item breakdown.
Deliverables:
Two (2) hardcopies of half size plans.
Two (2) hardcopies of the Project Specifications Manual. An electronic copy of the
Project Specifications Manual in PDF format. An electronic copy of the Project
Specifications Manual in Word format (no Appendix).
Two (2) hardcopies of the cost estimate. An electronic copy of the cost estimate in
Excel and PDF formats.
An electronic copy of the construction schedule in PDF format.
Poe ng Access Road o e; Airport \Ist`a'-
Task 8.2 90% Submittal
The 90% submittal will include two (2) half-size plans and project manuals and up to two (2)
construction schedules and estimates. Electronic copies of the plans, cost estimate,
construction schedule and responses to 60% comments response will also be provided. Hard-
copy sheets will match the electronic files that are submitted. The work will be substantially
complete. Drawings will be completed and checked in accordance with established QC
procedures and will have incorporated or resolved comments made during the 60% design
review and other informal reviews. The cost estimate will be formatted to reflect the bid item
breakdown utilizing CITY cost estimating form.
Deliverables:
• Two (2) hardcopies of half size plans. An electronic copy of the plans in PDF format.
• Two (2) hardcopies of the Project Specifications Manual. An electronic copy of the
Project Specifications Manual in PDF format. An electronic copy of the Project
Manual in Word format (no Appendix).
• Two (2) hardcopies of the cost estimate. An electronic copy of the cost estimate in
PDF format.
• An electronic copy of responses to 60% comments in Excel and PDF formats.
• An electronic copy of the construction schedule in PDF format.
Task 8.3 Final (100%) Submittal
The final submittal will include two (2) half-size plans, two (2) project manuals and responses to
90% comments. Electronic copies of all files will be provided. Hard -copy sheets will match the
electronic files that are submitted.
The Bid Submittal will include one (1) full-size plan set, one (1) half-size plan set printed on
bond paper. Drawings will be stamped and signed by the appropriate CONSULTANT team
professional licensed in the State of Washington. Hard -copy sheets will match the electronic
files. Final drawing check prints (prepared in accordance with established QC procedures) will
be submitted to the CITY.
Deliverables:
• One (1) stamped, signed Project Specifications Manual.
• An electronic copy of the Engineer's Estimate.
* One (1) half size hardcopy of the plans.
Routh dig Access Road ove
-ofit t
Exhibit B
DBE Participation
TranTech Engineering, LLC (Prime) is a certified Underutilized Disadvantaged Business Enterprise (UDBE) #
D2W0025137. UDBE Participation: 60°x`0 of total fee.
1 Alliance Geomatics, LLC (Subconsultant) is a certified Underutilized Disadvantaged Business Enterprise
(UDBE) #D4M0022928.UDBE Participation: 15.5% of total fee.
HW'A GeoSciences. Inc. (Subconsultant) is a certified Minority and Women -Owned Business (MWBE)
#M5F0024692. DBE Participation: 21% of total fee.
The total UDBE participation is anticipated to be 75.5%.
Agreement Number:
Exhibit B - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1
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
Please see Exhibit A -Scope of Work for description of format and standards to be used.
B. Roadway Design Files
Please see Exhibit A -Scope of Work for description of format and standards to be used.
C. Computer Aided Drafting Files
Please see Exhibit A -Scope of Work for description of format and standards to be used.
Agreement Number:
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 4
D. Specify the Agency's Right to Review Product with the Consultant
E. Specify the Electronic Deliverables to Be Provided to the Agency
F. Specify What Aiencv Furnished Services and Information Is to Be Provided
Agreement Number:
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 2 of 4
II_ Anv Other Electronic Files to Be Provided
Please see Exhibit A -Scope of Fork for electronic deliverables per task.
Methods to Electronically Exchange Data
Email. CD. flash drive. FTP site.
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 3 of 4
c
Software Suite
B. Electronic Messaging System
Outlook. text
C. File Transfers Format
Exhibit C - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/0112017 Page 4 of 4
Exhibit D
Prime Consultant Cost Computations
See attached Exhibits
Project No.
Agreement Number:
Exhibit D - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1
Exhibit D
Prime Consultant Cost Computations
City of Tukwila
South Boeing Access Road over Airport Way Seismic Retrofit
TranTech, LLC
Classification
1 Project a n ger
2 Construction Mange
3 Senior Structural pir
4 D;o
5
6
7
8 CAD Teo
9 Office En0ineer
10
11
12
Staff Structural
Direct
Hrs. x Rate = Cost
120 $ 57_5=0 $6,900
66 9.00 $5,214
84 s 70.00 $5,880
170 55_00 $9,350
182 62.00 $11,284
114 52 00 $5,928
104 5 33.00 $3,432
136 $ 82.00 $5.032
98 5 38_0n $3,724
36 3 22.00 $792
160 42.00 $6,720
80 44.00 $3,600
Total Hrs. 1350
Salary Cost $ 67,856
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost
Total Salary Cost $ 67,856
4 per year C
year(s) $0
Overhead Cost @ 1 3 31 J of Direct Labor $ 100,977
Net Fee @ 30.0`%'; of Direct Labor $ 20,357
Total Overhead & Net Fee Cost $ 121,333
Direct Expenses
Reproduction Costs
Copies
Reports
Plans
Parking
Mail/Deliveries/Fed Ex
Mileage
Subtotal
TranTech Total
Subconsultants
No. Unit Each Cost
pages @ $0.06 /page $ 24.00
8 reports @ 1 /report $ 120.00
3 sets @ $20 /set $ 60.00
58 $
4@ $2 $ 96.00
miles @ 53 545 /mile $ 140.61
$ 441
$ 189,630
- W/DBE M/DBE Hrs $ Total
Landau Associates, Inc. 77 $ 11,195
HWA GeoSciences, Inc. 340 $ 65,493
1 Alliance 203 $ 48,793
Total 0.0% 0.0% 0.0% 620
Subconsultant Total
Direct Expenses Sub -Total (including Subconsultants)
0%
Total Costs
$ 125,482
$ 125,923
$ 315,112
A A A.A
A ....... ca N,.� b
cnvmTm
o
oO
cl,nm
m 3 K=
m
=
4 t7 <. N
m m c
@ r.
mao o
N Q
: Oa T O
°o a o
Q.
N
c 0 of
0
•a o O
c "H
c 3
7 o C
v' nrn
o
O
_
0
W W
-' O
O0
m r.
=
0 w
F-; 51,).
3 m
am
r -t
La
y
i;
m
3
=
ca'
m
m
3
p
N
W v
nz
mo
_ m
DCn
o
o
°
o rt
d
71 @
n <
C1 Ci
o O
s
cn A.........w ro p
Ovcn-om'D
m=4DoDo
o
ooo
= ; c
005A
3 3° m p,TzDv
o O M (O alO:
, 0 al
8 3
on m a,
c _tQ cu Q 0 3'
— m
v7_3
D m o z
o "oNNo O
= co o.
Q. O
<
Work
Element # Work Element
City of TtukwwUUa
South Boeing Access Road over Airport Way Seismic R.etroflt
TranTech, LLC i 2 3 4 5 6 7 8 9 10 11 12
A0.
A
A
L_
m
o
w
w
a w
w
w
`°
w
w
w
a, A
Total Total Total Total Total Total Total Total Total Total Total Total
hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs
Project Manager
Construction Manager
Senior Structural Engineer
(QA/QC)
Project Structural Engineer
Senior Structural Engineer
Senior Civil Engineer
Staff Structural Engineer 1
Senior CAD Technician
Office Engineer
Administrative 2
Staff Structural Engineer 2
Staff Structural Engineer 2
-P.
co
0) A A c w
a C
Total 1
$
n
a
-,
u0i 0) 0) w 0)
a e a a
a
;v
o
0
0
O
3
m
N
O
v7 Q
Co Co
N N
N ',,
0 0
0 0
O'-' c
0CD
-O Et
co
(>
CO w w CO
_. _.
N G) '. N
(D CO . 0 CD tT -
0 0 0 0 0-
o o o o
(1) O 10 E CO 4
m n 0 m -p
U) N O in tD
cr 3 o• *!
N
_
_ Q
Q
Y1
Q
m
0
Z
N
N
"..
3
K
CD
-
v
O
H - 4
N al
n 0
o0 j
-,Da
-D N_
No
;_n,
rn'rn °
CP O) COC) N C)
J K C G) Cfr,
SU C (p =
-, 'a O
(0 0 C> `G
d iv
`L 0 0
r, O (J N
n
m m
`G 0
5
(0
CO 0
0
o
r n v v (n
: A W N p
-0 0 -0 > 0
O O CO Q
'O „,co z
N (C'� cp .-, .a
Oo N O 0 ^'
o ,< 0
a N N Lo
N N N N
m
^, o
''. coX3 P.
o m
0 n
X o
c
n-,
00
(!)
o-
CD
0
O
_
Work
Element # Work Element
TranTech, LLC 1 2 3 4 5 6 7 a 9 10 11 12
xi
o,'
rnw
m o)
a
N:N
co
IV ....
a
N
W
m
ev mo
n
N
N,...N
oo',
.. N
rn
....
N
c) iv
o l A
a
A
.t" ca co
- o'rn
Total Total Total Total Total Total Total Total Total Total Total Total
hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs
=
L.
Project Manager
Construction Manager
Senior Structural Engineer
(OAIOC)
Project Structural Engineer
Senior Structural Engineer
Senior Civil Engineer
Staff Structural Engineer 1
Senior CAD Technician
Office Engineer
Administrative 2
Staff Structural Engineer 2
Staff Structural Engineer 2
6> i
0
—
ZA
-'
6? A
v
Q>
-4
0)
(a (9 -' _ J
0)) N N 0) 6]
S O
2 a
-
Total
$
-i
A o
O.> 6)
0 CO
o
--
{.4
td
a
N
0)n
(9 c
a
iP
to
O)
G)
fl
w O> O Zn
W Co O O)
a a- c'
i_4
0 o
GC0
a -
Z.,"`
2.
PROJECT WORK ELEMENTS TOTALS
8.2.3 90% Cost Estimate
8.3 100% PS&E Submittal
8.3.1 100% Plans
8.3.2 100% Specifications
8.3.3 100% Cost Estimate
stork Etement tit() Total'.
PINRIIIIVVIL COMPENSATION F011s" SUB COST
EXIPIENSIE.S, VINCII_ILUDVNttG a0SII)IECC1NSUL..UANT FEES
SALARY ESC ALAT IION
0
Work
Element # Work Element
TranTech, LLC 1 2 3 4 5 6 7 8 9 10 11 12
120 66 84 170 182 114 104 136 98 36 160 80
ixi
w a
a) o
a)
Q
iv .) N ro
A !
rn
Total Total Total Total Total Total Total Total Total Total Total Total
hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs hrs
=
Project Manager
Construction Manager
Senior Structural Engineer
(QA/QC)
Project Structural Engineer
Senior Structural Engineer
Senior Civil Engineer
Staff Structural Engineer 1
Senior CAD Technician
Office Engineer
Administrative 2
Staff Structural Engineer 2
Staff Structural Engineer 2
W
[A
O
(it-- W O) -,
0) A A A O
7 O
a C
G
-
-4
�'y
1
O
O
C
-• N A Oc.
A N A A
o 0 0 ,,-
Total
Hours
'..34
c
—
0
0
w
0
N
0
O
0
O
7
m
x
E
o i7
N 0
Exhibit D
Prime Consultant Cost Computations
May 22, 2018
State
Ira
airal-
TranTech Engineering, LLC
12011 NE l'Street, Suite 305
Bellevue, WA 98005
Subject: Acceptance FYE 2017 ICR — Audit Office Review
Dear Mr. Kash Nikzad:
Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your
firm's FYE 2017 Indirect Cost Rate (ICR) of 148.819. 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 he
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 fine
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
Regards;
ERIK K. JONSON
Manager, Consultant Services Office
EKJ:kms
Jonson. Erik
May 23 2018 8:37 AM
Exhibit B
,acceptance KR ,auJit ollice Ke ie
Exhibit D
Prime Consultant Cost
Actuals Not To Exceed Table (ANTE) Computations
WSDOT Agreement:
TranTech Engineering, LLC
365 118th Ave. SE Suite 100
Bellevue, WA 98005
Job Classifications
Administrative 1
Administrative 2
Administrative 3
Office Assistant
Office Engineer
Senior CAD Technician
Staff Structural Engineer 1
Staff Structural Engineer 2
Project Structural Engineer
Senior Structural Engineer
Project Manager
Construction Inspector
Construction Senior Inspector
Construction Manager
Resident Engineer
Principal
Engineer
Marine Engineer
Staff Civil Engineer
Project Civil Engineer
Senior Civil Engineer
Specialty Technician
Direct Overhead
abor Rate = NTE*
NTE* 148.81%
$20.00 $29.76
$30.00 $44.64
$40.00 $59.52
$20.00 $29.76
Fixed Fee All Inclusive
NTE Hourly Biling
30.00% Rate NTE
$6.00 ;ti $55.76
$9.00 $83.64
$12.00 $111.52
$6.00 $55.76
$45.00: $66.96
$42.00 $62.50
$42.00 $62.50
$45.00 $66.96
$60.00 $89.29
$70.00 $104.17
$65.00 $96.73
$45.00 $66.96
$60.00 $89.29
$79.00 $117.56
$79.00 $117.56
$89.00 ; $132.44
$35.00 $52.08
$70.00 $104.17
$40.00 $59.52
$50.00" $74.41
$60.00 $89.29
$13.50 $125.46
$12.60 $117.10
$12.60 $117.10
$13.50 $125.46
$18.00 $167.29
$21.00 $195.17
$19.50 $181.2
$13.50 $125.46
$18.00 $167.29
$23.70 $220.26
$23.70 $220.26
$26.70 $248.14
$10.50 $97.58
$21.00 $195.17
$12.00 $111.52
$15.00: $139.4
$18.00 $167.29
$45.00 $66.96
$0.00
$13.50 $125.46
$0.00 $0.00
Exhibit E
Subconsultant Cost Computations
City of Tukwila
South Boeing Access Road over Airport Way Seismic Retrofit
HWA GeoSciences, Inc.
Direct
Classification Hrs. x Rate = Cost
1 ti 2 23.=0; $46
2 CAD 15 38 $570
3 nantracith Administrator2 3 34.00 $68
7 Geo _ohag. .x_. 6 36,50 $219
8 Gec 14 40,00 $560
9 F st 0 64.00 $0
10 Geotecii ai Engineer I 155 34,61 $5,365
11 •E .3600 $0
12 Geotechnical Eng e i 103 46.00 $4,738
13 GeotechnicM- a 36 63.880 $2,268
14 Hydrageologist Tri 0 40_00
15 Lab/Field Technician i 0 21.00 $0
16 Lab -F ieI T n .. 0 28.00 $0
17 Lab/Field Teci a 18 0 ,5 00 $0
18 Principal IX 7 34-62 $592
19 Principal Viii 0 4 76_00 $0
20 0 $0
Total Hrs. 340
Salary Cost $ 14,426
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost
Total Salary Cost
Overhead Cost @
Net Fee @
Total Overhead & Net Fee Cost
%.; per year @
194.4755 of Direct Labor
3 of Direct Labor
year(s) $433
$ 14,859
$ 28,896
$ 4,458
$ 33,353
Direct Expenses
Reproduction Costs
Copies
Reports
Plans
Parking
Mail/Deliveries/Fed Ex
Drilling Subcontractor
Traffic Control Signage Rental
Field Expenses (Sample Bags, Cold
Lab Testing
Mileage
No.
Unit Each
pages @
2 reports @
sets @
2 @
2 @
450 miles @
$0,06 /page
$1 /report
$2 /set
38
Cost
$ 30.00
$ 16.00
$ 40.00
$12,000.00
$ 300.00
$ 150.00
$ 4,500.00
/mile $ 245.25
Subtotal $ 17,281
IWA eoS ces, Inc. Total $ 65,493
Exhibit E
Subconsultant Cost Computations
-�- CZ Trd kw,
€u `:os3 431 _A'ces Re cd o`er it==eai Retrofit
?":`'-d Geos=_ ences. ?tA. 1 2 3 7 8 10 12 13 18
,Administrative Support
Contracts Administrator
?
>
Geotechnical Engineer I
Geotechnical Engineer IV
Geotechnical Engineer VI
Principal BX
NWA GeoSciences, Inc.
Worko
Element # Work Element
G
U ;
o
0
cu
9
fi
2
% of
Total Total Total Total Total Total Total Total Total
Total
Total
Total
hrs hrs hrs hrs hrs hrs hrs hrs hrs
hrs
$
Hours
3.0 Geotechnical Engineering and Technical Memo
3.1 Geotechnical Engineering
3 1 ' Project Setup
',. 2 6
10
---_
2 94%
3' 2 attend Project Kickoff Meeting
', 4 4 ...
--_- -.-_
8
9
2.35%
3 1 3 Collect and R_4ien. Ava gable Geotech „..al lata
-_...
..
6
>'.
1 76%
3 1 4 Plan Field Exploration Program
'.., '.., '.,. 4 2
6
_--.
1 76%
3 1 5 �Generate Geotecnnical Exploration Rork Pian Mem
2 6 2
10
= - `=
2.94°
--_. 3 1 6 ._--. Conduct ty Locates and Slope Reconnaissance ---_
L' h
----. --_.. 0 6 --_
_ ... ---. ---. --2 -..
16
_,
471%
Conduct Geotechrncal Bonngs --- ----
----
---_
3n
----_ ---
32
;.:. _
9.41%
Gee ate Eonng Logs and Assign Lab Testing
r
---. -_--_ ---_
--_. 2 _.. 6 2
-_--
10
_--_ `'
2
3 1 9 Evaluate Feld and Laboratory Data
_--
4 6 ----
10
....- „'
2 94%
3 ' 13 Develop Geologic Profile ---_
5 2 4 2 _-_
13
-__ .: -
3.82%
Generate Se smic Design Parameters
, 4 2
__. . -4
6
=--.
1 76%
Evaluate Geologic Hazards
... _.. 16 2 ---
22
L. :
6.47%
--- -_. _...
Evaluate Potential for Uquefact on
---
----. 8 2 2 -_..
12
--_ ,: .. -.
3.53%
Evaluate Abutment Earth Pressures
-_..
c ...., 2
12
`.
3 53%
3.15 '..... Perform Geotechnical Foundation Re_ stance Assessment
'.. 20 6 '..... 4 1
33
971 %
Prole.,, CCord nation Meet nos
4 ---4 ...-
_-_ -
8
..
---_-
2- 35%
81,A Geotechnical QA/QC
&---- 4
4
16
:, -
4.71%
-... 3 1 18 Prepare Draft Geotechnical Engine ring Memo1
4 I_.. 2 12 8 4 2
33
='
9.71%
3 1 1 y Respond to Cdy of Tuki.da and Desgn : eam Comments
-...- 4 4
8
235%
3 1 29 Miscellaneous Geotechn.,,al Analysis
5 10 5
20
5,88%
Finalize Geotechn.:,al report
1 6 ? 4
19
5.59%
3 1 22` GecteG'niea' Task Management
30
30
8 82%
Work Element 3.0 Total
-
648zn2
:--r
�x ia;
PROJECT WORK ELEMENTS TOTALS
2 15 2 6 14 155 103 36 7
340
SEE 493
100.00%
Washington State
Department of Transportati
June 5, 2018
HWA GeoSciences, Inc.
21312 30 th Drive SE, Suite 110
Bothell, WA 98021
Subject: Acceptance FYE 2017 ICR — CPA Report
Dear Vasiliv Babko:
Exhibit E
Subconsultant Cost Computations
Transportation Bulk
po. Box 47300
Bnympia, -WA 38504B
360-705-7000
We have accepted your firms FYE 2017 Indirect Cost Rate (ICR) of 194.47°o (rate
includes 0.35°ro Facilities Capital Cost of Money) based on the "Independent CPA
Report," prepared by T. Wayne Ovens & Associates. 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. Anv 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
coli,L11 ties
Regards;
Jonson, Erik
Jun 6 2018 324 PM
ERIK K. JONSON
Manager, Consultant Ser\ ices Office
EKJ:rck
p
R CPA Rel
Exhibit E
Subconsultant Cost Computations
HWA GEOSCIENCES INC.
2018 NTE HOURLY RATES BY CATEGORY
NTE
TITLE HOURLY Overhead Fixed Fee Billing
RATE 1.9447 30.00% Rate
Administrative Support $23.00 $44.73 $6.90 $74.64
CAD $38.00 $73.90 $11.40 $123.31
Contracts Administrator $34.00 $66.12 $10.20 $110.33
Geologist I $25.00 $48.62 $7.50 $81.13
Geologist 11 $28.75 $55.91 $8.63 $93.30
Geologist III $33.00 $64.18 $9.90 $107.09
Geologist IV $36.50 $70.98 $10.95 $118.44
Geologist V $40.00 $77.79 $12.00 $129.80
Geologist VII $64.00 $124.46 $19.20 $207.67
Geotechnical Engineer I $34.61 $67.31 $10.38 $112.31
Geotechnical Engineer II $36.00 $70,01 $10.80 $116.82
Geotechnical Engineer IV $46.00 $89.46 $13.80 $149.27
Geotechnical Engineer VI $63.00 $122.52 $18.90 $204.43
Hydrogeologist VI $40.00 $77.79 $12.00 $129.80
Lab/Field Technician I $21.50 $41.81 $6.45 $69.77
Lab/Field Technician II $28.00 $54.45 $8.40 $90.86
Lab/Field Technician III $35.00 $68.06 $10.50 $113.57
Principal IX $84.62 * $164.56 $25.39 $274.58
Principal VIII $76.00 $147.80 $22.80 $246.61
Exhibit E
Subconsultant Cost Computations
City of Tukwila
South Boeing Access Road over Airport Way Seismic Retrofit
Landau Associates, Inc.
Classification
Hrs.
1 Senior Associate 34
2 Senior As4oc at 3
3 Project 24
4 Project r a. 4
5 Proieict Poort E 4
20 0
Direct
x Rate
53.70
S 54 33
Cost
$1,826
$163
$715
'26.50 $106
3076 $123
30.00 $240
$0
Total Hrs 77
Salary Cost
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost
Total Salary Cost
3% per year @ year(s)
$ 3,173
$95
3,268
Overhead Cost @ 2 % Y _ of Direct Labor $ 6,946
Net Fee @ u£ of Direct Labor $ 981
Total Overhead & Net Fee Cost $ 7,927
Direct Expenses
Reproduction Costs
Plans
Mail/Deliveries/Fed Ex
Subtotal
No. Unit Each Cost
sets @ 32 /set $ -
@ $ -
at. Associates, I. Total $ 11,195
Exhibit E
Subconsultant Cost Computations
City of TitI
r Boeing Access Road over Air oft W y Seismic t
.sayt SSOClates, =I`c, 1 2 3 4 5 6
Work '..
Element # Work Element
Senior Associate
Senior Associate
Project
Project Coordinator
Project Coordinator
CAD/GIS Technician
Landau Associates, Inc.
% of
s
Total Total Total Total Total Total
hrs hrs hrs hrs hrs hrs
Total
hrs
Total
$
Total
Hours
4.00 Environmental
4 1 F .,i: -Off Meeting and C ord n =on with VaSDOT
4 2 Environmental Evaluation, Field trltarrc and Documentation
4 3 Pre -Application Meet:Meetino and Coordination with Tukwila
4 4 SEPA NE°A Documentation
Total Task 4
EXPENSES
A A ESCALATiON
8
216 8
$
16 3 8 4 4
8
26
8
35
77
Y
_,
$11.195
10.39%
33.77%
10.39%
45.45%
100
PROJECT WORK ELEMENTS TOTALS
34 3 24 4 4 8
77
X11.
100.00%
Washington State
Department of 'sprat
November 13, 2017
Landau Associates, Inc.
130 - 2nd Avenue South
Edmonds, WA 98020
Subject: Acceptance FYE 2017 ICR — CPA Report
Dear Mr. Dennis Hobbs:
Exhibit E
Subconsultant Cost Computations
Transpe ulthrig
310 Maple Hark
I TY: 8006833 6
We have accepted your firms FYE 2017 Indirect Cost Rate (ICR) of 212.53% based on
the "Independent CPA Report," prepared by T. Wayne Owens, CPA. 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 tetuts 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
Regards:
ERIK K. JONSON
Manager, Consultant Services Office
EKJ:kms
Acceptance ICR CPA Report
Exhibit E
Subconsultant Cost Computations
Landau Associates Labor Breakdown
2018 Min/ Max Table
Salaries as of July 01, 2018
Job Classification
Direct Labor
Rate Range
Lower Upper
Indirect Cost
(OH 212.53%)
Lower Upper
Professional Fee
(30%)
Lower Upper
All Inclusive Hourly
Billing Rate
Lower Upper
Principal
$62.50
$84.62
$132.83
$179.84
$18.75
$25.39
$214.08
$289.85
Senior Associate
$49.52
$62.50
$105.24
$132.83
$14.86
$18.75
$169.62
$214.08
Associate
$44.23
$50.96
$94.00
$108.31
$13.27
$15.29
$151.50
$174.55
Senior
$37.50
$50.00
$79.70
$106.27
$11.25
$15.00
$128.45
$171.27
Senior Project
$32.21
$39.90
$68.46
$84.80
$9.66
$11.97
$110.33
$136.67
Project
$28.00
$36.06
$59.51
$76.64
$8.40
$10.82
$95.91
$123.52
Senior Staff t CAD Designer
$26.20
$37.50
$55.68
$79.70
$7.86
$11.25
$89.74
$128.45
Staff / Senior Technician 11
$22.60
$35.24
$48.03
$74.90
$6.78
$10.57
$77.41
$120.71
Data Specialist
$32.50
$32.50
$69.07
$69.07
$9.75
$9.75
$111.32
$111.32
CAD / GIS Technician
$30.00
$36.06
$63.76
$76.64
$9.00
$10.82
$102.76
$123.52
Project Coordinator
$26.39
$32.50
$56.09
$69.07
$7.92
$9.75
$90.39
$111.32
Assistant / Senior Technician I
$20.00
$20.00
$42.51
$42.51
$6.00
$6.00
$68.51
$68.51
Support Staff
$20.50
$24.79
$43.57
$52.69
$6.15
$7.44
$70.22
$84.91
Exhibit E
Subconsultant Cost Computations
City of Tukwila
South Boeing Access Road over Airport Way Seismic Retrofit
1 Alliance
Classification Hrs.
1 Admin 0
2 t. 5
3 c Project r5. a`r 22
4 Project Manager0
5 „Assistant Pre i2 4
6 Tech 1 40
7 Tech 2 0
8 Tech 3 40
9 Tech 4 0
10 Tech 4 40
11 _o.ier 0
12 Gnu 0
13 Servo j 52
Direct
x Rate =
3
22600
84.00
54.00
52,00
03,
3600_
41.0
44 CO
73 00
41 2°
Cost
$0
$420
$1,188
$0
$124
$960
$0
$1,280
$0
$1.640
$0
$0
$2,147
Total Hrs. 203
Salary Cost $ 7,759
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost 0}j_• per year @ t year(s) $0
Total Salary Cost $ 7,759
Overhead Cost @ <._ of Direct Labor $ 12,225
Net Fee @ _ , • of Direct Labor $ 2,250
Total Overhead & Net Fee Cost
$ 14,475
Direct Expenses
Reproduction Costs
Copies
Reports
Plans
Parking
Mail/Deliveries/Fed Ex
Mileage
Utility Location Service
Scanner Rental
Traffic Control
Subtotal
No.
200
Unit Each
Cost
pages @ S E 06 Jpage $
reports @• /report $ -
sets @ 2 /set $
36 $ -
@ $20 $
miles @ v£ Imile $ 109.00
1 $2.0_0
1 2 -day rental @ $3,200,00
days @ 34250.0.0
$ 2,000.00
$ 3,200.00
$21,250.00
26,559
1 Alliance Total $ 48,793
Exhibit E
Subconsultant Cost Computations
City of Tukwila
t Bn r; Access Road over Airport W3 Se s c Retrofit
i61(y>a 2 3 5 6 8 10 13
Work
Element
Element # ! Work Element
0
o
OJ
0
(n
R
a-
�
a`
Sr. Project Manager
Assistant Project Manager
Tech 3
Tech 5
I J
Survey Tech
N
U
C
R
*—
% of
Total Total Total Total Total Total Total
hrs hrs hrs hrs hrs hrs hrs
Total
hrs
Total
$
Total
Hours
6.00 Survey Mapping
6 1 Geodetic and Cadastral Survey Control
6 2 Utility Location Service
6 3 Mapping ng
6 4 Right -of -Way and Property Lines
Work Element 6.0 Total
AT CA,
4 1 8 8 8 d
4 16 2 32 32 32 40
22 4? Fv: =-0 5-
33
158
203
$ 22.234
100 . A_`_^
PROJECT WORK ELEMENTS TOTALS
5 22 4 40 40 40 52
203
$4,4,;
50.00%
Washington State
Department Trans rttn
October 15, 2018
WSP USA Inc.
999 Third Avenue, Suite 3200
Seattle, WA 98104
Exhibit E
Subconsultant Cost Computations
-sp Build
Subject: Acceptance Sub -Consultant's Annual ANTE Rate Table
1 Alliance Geomatics
Dear Ms. Patty Chapman:
Washington State Department of Transportation (WSDOT) has reviewed and accepted
your sub -consultant's proposed Annual ANTE rate table for Agreement Number Y-
11918 effective July 1. 2018. This acceptance is in accordance x-yith the terms of your
agreement with WSDOT.
This Annual ANTE rate table may be subject to additional review if considered
necessary by WSDOT.
If you have any questions. feel free to contact our office at (360) 705-7019 or via email
consuita
Regards.
ERIK K. JONSON
Manager, Consultant Services Office
EKJ:rck
Enclosure: Sub -Consultant's Accepted Annual ANTE Rate Table
Cc: Roscoe Ames
Accepted Sub -Consultants :annual ANTE tate fable
Exhibit E
Subconsultant Cost Computations
Actuals Not To Exceed Table (ANTE)
Geomatics Survey
261A - 120th Ave NE
evue, WA 98005
¥41918
Job Classifications
Admin
Principal Surveyor
Sr. Project Manager
Project Manager
Assistant Project Manager
Tech 1
Tech 2
Tech 3
Tech 4
Tech 5
Controller
COO
Survey Tech
Direct
Labor Rate
NTE*
$27.00
$84.00
$54.00
$52.00
$31.00
$24.00
$27.00
$32.00
$36.00
$41.00
$44.00
$73.00
$41.29
Overhead Fixed Fee
NTE* NTE
157.56% 29.00%
$42.54 $7.83
$132.35 $24.36
$85.08 ;:_' $15.66
$81.93 ; $15.08
$48.84 $8.99
All Inclusive
Hourly Biling
Rate NTE
$77.37
$240.71
$154.74
$149.01
$88.83
$37.8 $6.96
$42.54 $7.83
$50.42 $9.28
$56.72 $10.44
$68.77
$77.37
$64.60 '; $11.89
$69.33 $12.76
$115.02 $21.17
$65.06 $11.97
$91.70
$103.16
$117.49
$126.09
$209.19
$118.32
WSDOT Agreement Y-11918
Exhibit E
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 Nvith 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.
�. 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.
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.
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 niav 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:
Exhibit F - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1
Exhibit G
Certification Documents
3-1
Certification of Consultant
G -1(b) Certification of City of Tukwila
I -2 Certification Regarding Debarment. Suspension and Other Responsibility Matters -
Primary Covered Transactions
Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
-4 Certificate of Current Cost or Pricing Data
Agreement Number:
Page 1 of 1
Exhibit G -1(a) Certification of Consultant
I hereby certify that I am the and duly authorized representative of the firm of
TranTech Engineering, LLC
whose address is
2646 RW Johnson Blvd., SW. Suite 112, Tumwater, WA 98512
and that neither the above firm nor I have:
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_
Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of
anv firm or person in connection with carrying out this AGREEMENT; or
Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee 1vorking solely
for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in
connection Nvith, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any);
I acknowledge that this certificate is to be furnished to the Washington State Department of Transportaion
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.
TranTech Engineering, LLC
Consultant (Firm Name)
Signa rre ( thorized Official o
Date
Aureement Number:
Page 1 of 1
Exhibit G-2 Certification Regarding Debarment, Suspension and Other
Responsibility Matters - Primary Covered Transactions
I. The prospective primary participant certifies to the best of its knowledge and belief. that it and its principals:
A. Are not presently debarred. suspended. proposed for debarment_ declared ineligible. or voluntarily
excluded from covered transactions by any Federal department or agency:
B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining.
attempting to obtain. or performing a public (Federal, State. or local) transaction or contract under
a public transaction: violation of Federal or State anti-trust statues or commission of embezzlement,
theft. forgery. bribery. falsification or destruction of records. making false statements. or receiving
stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal. State. or local) with commission of any of the offenses enumerated in paragraph (1)(b)
of this certification: and
D. Have not within a three (3) year period preceding this application / proposal had one or more public
transactions (Federal. State and local) terminated for cause or default.
II. Where the prospective primary participant is unable to certify to any of the statements in this certification.
such prospective participant shall attach an explanation to this proposal.
TranTech Engineering, LLC
Consultant (Firm Name)
7
Date
Agreement Number:
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.
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.
TranTech Engineering, LLC
Consultant (Firm Name)
Si Authorized Official of Cons
Date
Agreement Number:
Page 1 of 1
Exhibit G-4 Certificate of Current Cost or Pricing Data
This is to certify that. to die 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 SBAR over Airport Way Seismic Retrofit * are accurate, complete. and current
as of 11/15/2018
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: Trantech Engineering. LLC
Date of Execution***:
Senior Engineer
Title
*identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate idcntifvoig number (e.g. project title.)
**Insert the day, month, and year, vviten price negotiations were concluded and price AGREG,I.1ENT was reached.
**Insert the day. month_ and year. of signing. which should he as close as practicable to the date when the price negotiations were concluded and the
contract price was agreed to.
Agreement Number:
Page 1 of 1
Exhibit H
Liability Insurance Increase
To Be Used Only If Insurance Requirements Are Increased
The professional liability limit of the CONSULTANT to the AGENCY identified in Section XII Legal Relations
and Insurance of this Agreement is amended to S
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 FFV A funded project.
• For final contracts. include this exhibit.
Agreement Number:
Exhibit H - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 1
Exhibit I
Alleged Consultant Design Error Procedures
The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a
nature that exceeds the accepted standard of care. In addition. it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager
At the first indication of potential consultant design error(s). the first step in the process is for the Agency's
project manager to notify the Director of Public Works or Agency Engineer regarding the potential design
error(s). For federally funded projects, the Region Local Programs Engineer should be informed and
involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an
agency staff person other than the project manager, who has not been as directly involved in the project.
to be responsible for the remaining steps in these procedures.)
Step 2 Project Manager Documents the Alleged Consultant Design Error(s)
After discussion of the alleged design errors) 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 errors) 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 errors) 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 \k ill not proceed beyond this point.
• It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case.
then the Director of Public Works or Agency Engineer, or their representatives. negotiate a settlement
with the consultant. The settlement would be paid to the agency or the amount would be reduced from
the consultant's agreement with the agency for the services on the project in which the design error
took place. The agency is to provide LP, through the Region Local Programs Engineer. a summary
of the settlement for review and to make adjustments, if any, as to how the settlement affects federal
reimbursements. No further action is required.
• There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may
request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency
Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal
counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5.
Agreement Number:
Exhibit I - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 2
Step 5 Forward Documents to Local Programs
For federally funded projects all available information. including costs. should be forwarded through the
Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet
with representatives of the agency and the consultant to review the alleged design efforts). 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 vvitt also identify how the alleged errors) affects eligibility of project costs
for federal reimbursement.
• If mutual agreement is reached. the agency and consultant adjust the scope ofwork and costs
to reflect the agreed upon resolution. LP, in consultation with FHWA. will identify the amount
of federal participation in the agreed upon resolution of the issue.
• If mutual agreement is not reached. the agency and consultant may seek settlement by arbitration
or by litigation.
Agreement Number:
Exhibit 1- Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 2 of 2
Exhibit J
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1.000. If the consultant's claim(s) are a total
of $1.000 or less. it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s)
that total $ 1.000 or less.
This exhibit Nvi11 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 he 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 vas 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 he from
agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer. WSDOT Local Programs
(if applicable). and FHWA (if applicable) agree with the consultant's claim. send a request memo. including
backup documentation to the consultant to either supplement the agreement. or create a new agreement
for the claim. After the request has been approved. the Agency shall write the supplement and/or new
agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for
the agreement is subject to audit. No further action in needed regarding the claim procedures.
If the Agency does not agree with the consultant's claim. proceed to step 3 of the procedures.
Agreement Number:
Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 1 of 2
Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim. the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
• Copy of information supplied by the consultant regarding the claim;
• Agency's summation of hours by classification for each firm that should be included in the claim;
• Any correspondence that directed the consultant to perform the additional work:
• Agency's summary of direct labor dollars. overhead costs. profit and reimbursable costs associated
with the additional work:
• Explanation regarding those areas in which the Agency does/'does not agree with the consultant's
claim(s);
• Explanation to describe what has been instituted to preclude future consultant claim(s): and
• Recommendations to resolve the claim.
Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation
The Director of 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.
Aueement Number:
Exhibit J - Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 11/01/2017 Page 2 of 2