HomeMy WebLinkAbout13-161 - Jacobs Engineering Group - Boeing Access Road Bridge Rehabilitation DesignWashington State
Department of Transportation
13-161(g)
Council Approval N/A
Supplemental Agreement
Number 07
Organization and Address
Jacobs Engineering Group, Inc.
600 -108th Avenue NE, Suite 700
Bellevue, WA 98004
Phone: 425-452-8000
Original Agreement Number
13-161(g)
Project Number
99410408, BHM-1380 (003)
Execution Date
10/10/2013
Completion Date
12/31/19
Project Title
Boeing Access Rd over BNRR Bridge
New Maximum Amount Payable
51,331,513.00
Description of Work
This supplement is for a time extension only.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with Jacobs Enuineering Group, Inc.
and executed on 10/10/2013 and identified as Agreement No 13-161
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
1
Section 1, SCOPE OF WORK, is hereby changed to read:
No change to scope.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read Time for completion is revised to December 31, 2019.
111
Section V, PAYMENT, shall be amended as follows:
No change - Total Payment will be S1,331,513.00
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: ► C7�'�S�
DOT Form 140-063
Revised 09/2005
onsultant Signature
By i// A t keel 1K
la- (o-rg
Date
- ail,ccyor
y Signature
/57'e C -/ G 7AJA-L-S
rl/ nei
Temespertailee
13-161(f)
Council Approval N/A
Supplemental Agreement
p p g
Number 06
Organization and Address
Jacobs Engineering Group Inc
600 108th Avenue NE Suite 700
Bellevue, WA 98004
Phone: 425-452-8000
Original Agreement Number CO -161 �)
Project Number iiii
99410408, BHM- 1380(003)
Execution Date
10/10/2013
Completion Date
12/30/2018
Project Title
Boeing Access Road Over BNRR Bridge
New Maximum Amount Payable
$ 1,331,513.00
Description of Work
This supplement is for providing design services during construction of the project. Detailed scope and fee for the
services are attached.
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with Jacobs Engineering Group Inc.
and executed on 10/10/2013 and identified as Agreement No.
13-161
AH provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
See attached Exhibit A-1 for Supplement 6 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: no change December 30, 2018
Section V, PAYMENT, shall be amended as follows:
No Change - Total payment will he 51,331,513 00
111
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: Donald K Nelson, Operation Managr By:
Consultant Signature
DOT Form 140-063 EF
Revised 9/2005
Po -LT -A-34- 3
Date
/`5216/- ? a /6/4/ S
JACOBS
Scope of Work
EXHIBIT A-1
City of Tukwila
S. BOEING ACCESS ROAD BRIDGE REHABILITATION PROJECT
Supplement No. 6
1.0 Project Management
The CONSULTANT continued providing project management services for the extended project
duration which was necessitated by delaying in obtaining the Construction and Maintenance (C&M)
Agreement from BNSF and changing of the City's project management team.
The original contract end date was extended three times:
- From 6/15/2015 to 12/31/2015 with Supplement No. 1 (No additional budget was allowed)
- From 12/31/2013 to 12/31/2016 with Supplement No. 2 (No additional budget was allowed)
- From 12/31/2016 to 12/31/2017 with Supplement No. 4 (No additional budget was allowed)
The previous contract modification that increased the design phase budget to compensate for the
project duration extension was Supplement No. 3, executed on 2/12/2016. This supplemental
agreement allowed additional project management efforts for additional 12 months, from
6/16/2015 to 6/16/2016.
Due to further delay of the project as noted above, the CONSULTANT continued to provide
assistance for additional 12 months in coordinating with City, WSDOT Local Programs and the
project stakeholders through completion of the railroad C&M Agreement, the final bid documents,
and construction bidding.
Deliverables:
■ Project update due to delay
■ Monthly Invoices and Progress Reports
■ Project schedule update
Tukwila Boeing Access Road Bridge over BNRR Rehabilitation_Supplement No 6 1
EXHIBIT A -1A
Supplement No. 6
City of Tukwila
Fee Proposal
South Boeing Access Road Bridge Rehabilitation Project
JACOBS
Task
Description
Project
Manager
Sr. Civil/Str
Eng
Des.
Engineer
Project
Admin
Total
Hours
Total Cost
for Jacobs
1.0
Project Management & Coordination
108
20
20
12
160
$32,377
Project Coordination & Update (12 mo.)
72
20
20
6
118
$23,220
Project Administration (12 mo.)
36
6
42
$9,157
2.0
Inspection & Load Rating (TranTech)
0
$0
3.0
Survey & Mapping (1 Alliance)
0
$0
4.0
Geotechnical Investigation (Shannon & Wilson)
0
$0
5.0
Environmental Planning & Permitting (Widener)
0
$0
6.0
Railroad Coordination (MCRaiI Logistics)
0
$0
7.0
Roadway, Drainage, Pedestrian/Bike & Traffic Control
0
$0
8.0
Bridge Rehabilitation and Seismic Analysis
0
$0
9.0
Final Seismic Analysis & Structural Design
0
$0
9.0
Conceptual Design (30%) Plans
0
$0
10.0
60% Design Plans
0
$0
11.0
90% Design Plans, Specs & Estimate
0
$0
12.0
100% PS&E Documents
0
$0
13.0
Ad -Ready Contract Documents
0
$0
14.0
Assistance during Bid Period
0
$0
Total Hours
108
20
20
12
160
Direct Salary Rates
$242.77
$183.84
$82.28
$69.56
Direct Salary Cost (DSC):
$13,033
Overhead (118.43% of DSC):)
$15,434
Fixed Fee (30% of DSC):
$3,910
Direct Expenses (production, copying, etc.)
$0
TOTAL - Supplement No. 6 $32,377
C:lUserslkimkslDesktoplTukwila BoeinglScoping\Supplement #61Exh A-1A_Boeing Access Road Br Supplment #6 7/10/2017
13-161(e)
Council Approval 2/21/17
Supplemental Agreement
Organization and Address
Jacobs Engineering Group Inc
Number 05
600 108th Avenue NE Suite 700
Bellevue, WA 98004
Original Agreement Number
13-161
Phone: 425-452-8000
Project Number
Execution Date
Completion Date
99410408, BHM- 1380(003)
10/10/2013
12/30/2018
Project Title
New Maximum Amount Payable
Boeing Access Road Over BNRR Bridge
$ 1,331,513.00
Description of Work
This supplement is for providing design services during construction of the project. Detailed scope and fee for the
services are attached.
The Local Agency of City of Toknila
desires 8o supplement the agreement entered into with Jacobs Engineering Group Inc.
and executed on 10/10/2013 and identified ao Agreement No. 13-161
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes ho the agreement are described aafollows:
Section 1, SCOPE OF VVDRK, is hereby changed to read:
See attached Exhibit A-] for Supplement 5 Scope of Work
UU
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Time for completion is revised to December 31, 2018
0U8
Section V, PAYMENT, shall be amended as follows:
Total jja.�ment will be increased hyQ60,956 00
as set forth in the attached Exhibit A, and by this reference made apart 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.
RIMMED
Consultant Signature
DOT ponn 140e63 eF
Revised 9/2005
Date
City of Tukwila
Construction Support
Project Objective and Project Description
This project will provide preliminary and final design and construction engineering services to the City of
Tukwila (CITY) for the rehabilitation of the South Boeing Access Road over BNSF /UPRR Bridge. The
Boeing Access Road Bridge, originally constructed in 1944 and widened in 1965, is a five span bridge,
three steel girder spans and two concrete T -beam spans, supported on concrete piers founded on H -pile
foundation.
The project will be accomplished in the following three phases:
Phase 1— Bridge Rehabilitation Alternatives Evaluation
Phase 1 of the project is to assess bridge conditions and identify its deficiencies by conducting an in-
depth bridge inspection. Seismic analysis will also be performed to identify seismic vulnerability of the
bridge under current AASHTO design level earthquake (1,000 -year return period). The findings and
recommendations, along with associated costs, will be summarized in a Design Report.
Phase 2 — Final Design (PS &E)
Upon approval of the Design Report by the CITY, the final construction documents (PS &E) will be
prepared for the retrofit measures recommended and selected in Phase 1. The final design and the
construction PS &E documents will be prepared in accordance with the City and WSDOT standards.
Phase 3 — Construction Support
The CONSULTANT will assist the CITY with design services during construction of the Boeing Access Road
over BNRR Bridge and preparing bridge load rating analysis after completion of the bridge construction.
The details of the tasks are described below.
Project Schedule
The preliminary project schedule will be developed upon notice to proceed for the project and updated
as changes occur. The anticipated major milestone dates are:
Phase 2: To be completed
January 2016
Phase 3: Notice to Proceed
February 2017
Ad for Construction
February 2017
Construction begin
March 2017
Construction completion
April 2018
JACOBS
Scope of Work
(Continued)
PHASE 3 — CONSTRUCTION SUPPORT
1. PROJECT MANAGEMENT
The CONSULTANT shall provide continuous project management and administration of services under
this agreement. This work element includes preparing monthly invoices and progress reports, including
the status of individual work elements, number of meetings attended, change management status,
outstanding information required and work items planned for the following month.
The CONSULTANT's Project Manager shall maintain communication with the COUNTY's Project Manager
and the CONSULTANT's Project Team via meetings, telephone discussions, emails and other means
necessary. An FTP site may be used for file transfer.
The CONSULTANT's project manager shall provide direction to the project team including subconsultants
supporting this project.
Assumptions:
• The project management for this phase is assumed for 16 month; CONSULTANT may provide
services beyond this duration as requested by COUNTY and within limits of available budget.
• The construction phase is anticipated to be approximately 16 months.
• Headlight system will not be used in this Construction Support service.
Deliverables:
• Monthly Invoices and Progress Reports (up to 16)
• Meeting minutes
2 ENGINEERING SERVICES DURING CONSTRUCTION
2.1 Attending Pre - Construction
The CONSULTANT shall attend the pre- construction meeting prepare to answer any questions from the
Contractor or the City regarding the construction.
Deliverables:
■ Meeting notes and comments associated with the meetings.
2.2 Construction Coordination and Field Visits
The CONSULTANT shall attend the construction coordination meetings and visit the site as requested by
the CITY and /or required for clarification of construction - related issues or review of unusual or
unanticipated conditions.
Assumptions:
■ The scope of this task is based on attending monthly basis, an initial estimate of up to 16 site
visits.
Deliverables:
Meetings /Site visit reports (up to 16)
Technical memorandum regarding constructability issues or field revisons.
SOW BAR DSDC 201701.09
,JACOBS
Scope of Work
(Continued)
2.3 Response to Contractor's RFI's
The CONSULTANT shall review and respond to Requests for Information (RFIs) throughout the
construction period when requested by the CITY. Coordination and follow -up efforts will be provided to
ensure a timely review. CONSULTANT shall maintain a log of RFI's showing the level of efforts required
for each and the log will be available for the CITY as requested.
Assumptions:
• The scope of this task is based upon an initial estimate of up to 100 BFI's at four (4) hours per RFI.
• The Contractor is responsible for updating design record drawings to reflect responses to RFI's
with redlines on record set. As -built plans will be prepared based on these changes at the end of
construction by the CONSULTANT as specified in Section 4.2 of this Scope. .
Deliverables:
• Responses to RFI's (electronic files)
• RFI's Log
2.4 Shop Drawings & Construction Submittals Review
The CONSULTANT shall review the construction shop drawings and other Contractor submittals at the
request of the CITY for general conformance with the Contract Plans and Specifications. All reviewed
shop drawings and submittals will be returned with shop drawing stamped indicating appropriate action.
Assumptions:
• The scope of this task is based on an initial estimate of up to 50 submittals at 10 hours per
submittal.
• The Contractor is responsible for updating design record drawings to reflect any changes in the
submittals with redlines on record set. As -built plans will be prepared based on these changes at
the end of construction by the CONSULTANT as specified in Section 4.2 of this Scope.
Deliverables:
• Reviewed shop drawings and submittals (electronic files unless requested otherwise)
• Submittal Log
3 Environmental Compliance (Widener & Associates)
3.1 NPDES Compliance
The CONSULTANT shall provide weekly NPDES oversight to assure the Contractor compliant with the
NPDES permit throughout the construction duration.
Assumptions:
■ The scope of this task is based on 14 -month construction duration.
Deliverables:
■ Weekly Inspection Reports submitted to the DOE and copies to the City.
4 POST - CONSTRUCTION SERVICES
4.1 Bridge Load Rating Report
The CONSULTANT shall complete the bridge load rating analysis based on the as -built conditions and
SOW BAR DSDC 2017.01.09
.JACOBS
Scope of Work
(Continued)
prepare the bridge load rating report, including the summary sheet, in accordance with the current
AASHTO Manual for Bridge Evaluation and WSDOT BDM and Bridge Inspection Manual.
Assumptions:
• The CITY'S CM Team will provide the bridge as -built drawings.
• Bridge load rating will meet the new FHWA's SHV rating requirements.
Deliverables:
• Bridge load rating analysis reports (Two (2) hard -copy sets of the load rating, including load rating
summary, analysis report, and other calculations (prepared in 8 Y�" x 11" sized, "D" ring, "Quick
Fit Brand View Binder ")
• Bridge Load Rating Summary (signed and sealed by a P.E. licensed in the State of Washington)
• One (1) complete electronic file of the hard -copy set in PDF.
• Posting /uploading of the load rating report into the WSBIS software once approved by the City.
4.2 As -Built Drawings
The CONSULTANT shall prepare as -built plans at the substantial completion of the project based on
the information provided by the Contractor and the Construction Management Team. All the
changes occurred during construction will be shown in clouds with revision blocks on the original
design files.
Assumptions:
■ The Contractor and /or Construction Management Team will provide the as -built information,
including all the design changes during construction in the field, in a single set of redline plans.
Deliverables:
■ As -Built Plans (2 hard copies and AutoCAD files in CD)
SOW BAR DSDC 2017.01.09
EXHIBIT E-2A
Supplement No 4
City of Tukwila JACOBS
Fee Proposal
South Boeing Access Road Bridge Rehabilitation Project - Design Services During Construction
Task
Description
Project
Manager
Sr. Str.
Eng.
Sr. Civil
Eng.
Des. Eng.
CADD
Contract
Admin
Non-
Project
Admin
Jacobs
Total
Hours
Jacobs Cost
by Task
Sub-
consultant
1
Project Management & Admin.
144
0
16
24
0
4
16
204
$17,200
Project Coordination (assume 16 months)
80
16
24
4
124
Project Reportinglin voices
64
1
16
8
1
1
1
2
Engineering Services during Construction
88
130
92
878
80
0
0
1,268
$57,651
2.1
Attending Pre Construction Meeting
8
6
6
20
2,2
Construction coordinoiton & site visits (assume 16)
64
16
20
100
2.3
Response to Contractor's RR's (ossurne 100)
so
so
300
400
2.4
Shop drawings & Construction submittal review (assume 50)
so
20
400
500
3
Environmental (Widener 8, Associates)
0
0
0
0
0
0
0
-
$44,718
Construction support (NPDES Inspection x 14 months)
4
Bridge Load Rating (TranTech)
8
0
0
76
40
0
0
124
$4,999
4,1
Final Bridg Load Rating (TronTech)
4
15
20
$10,000
4.2
Complete Bridge Files for Record
4
60
40
104
Total Hours
232
130
1 108
902
80
4
16
1,472
1
Billing Rates - Negotiated Hourly (Estimated)
1 $236.27
$155.00
$177.82
$79.61
$93.44
$116.81
1 $58.40
JACOBS Total Direct Labor
$79,850
$54,718
Overhead (103.61% of Direct Labor)
$82,733
Fee (30% of Direct Labor)
$23,955
TOTAL LABOR COST
$ 186,538
54,718
Direct Expenses (mileage, mailing, etc.)
$1,000
Contingencies (10%)
$18,700
Sub-total
$ 206,238
TOTAL
$2
Assumptions
The budget is based on "cost+fixed fee" method.
Mileage are paid at current federal allowed rate.
The project duration is assumed for 16 months
C:Vsers*imks0esktop7ukw#a BoeinglScopjng1DSDC)Boeing Access Road Brl,DSDC draft 2017.01.09 11912017
13- 161(d)
Council Approval N/A
j7) Washington State
Department of Transportation
Supplemental Agreement
Number 4
Organization and Address
Jacobs engineering Group, Inc.
600 - 108th Ave NE, Suite 700
Bellevue, WA 98004
Phone: (425) 452 -8000
Original Agreement Number
13 -161 (a) .
Project Number
99410408, BHM- 1380(003)
Execution Date
Completion Date
12/31/2017
Project Title
Boeing Access Road Over BNRR Bridge Rehabilitation
New Maximum Amount Payable
1,070,577.00
Description of Work
This supplement is for a time extension only. the project has experienced delays to the process required to obtain the Construction
and Maintenance Agreement from BNSF. additional time has been included for technical support during the construction phase.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with Jacobs Engineering Group, Inc.
and executed on 10/10/2013 and identified as Agreement No 13 -161
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
No change of scope
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read' Time for completion is revised to December 31, 2017.
111
Section V, PAYMENT, shall be amended as follows:
No change to payment
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate
spaces below and return to this office for final action.
By Don Nelso , O. -ra ons Manager
DOT Form 140 -063
Revised 09/2005
onsu.: t ignature
By:Alla,l EKbej Ma
Approving Authority Signature
/5d- /aat<G //(!S
13- 161(c)
Council Approval 2/16/16
VaWashington State
r Department of Transportation
Supplemental Agreement
Number 3
Organization and Address
Jacobs Engineering Group, Inc.
600 -108th Ave. NE, Suite 700
Bellevue, WA 98004
Phone: (425) 452 -8000
Original Agreement Number
13 -161 CG)
Project Number
99410408, BHM 1380(003)
Execution Date
10/10/2013
Completion Date
12/31/2016
Project Title
Boeing Access Road Over BNRR Bridge Rehabilitation
New Maximum Amount Payable
$ 1,070,577.00
Description of Work
Add survey work, provide funds for additional costs and equipment added to the geotechnical boring, provide
funds for additional design, utility investigation work, project management, and printing as detailed in
Exhibit A -1.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with Jacobs Engineering Group, Inc.
and executed on 10/10/2013 and identified as Agreement No 13 -161
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:
See attached Exhibit A -1 for Supplement 3 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- No Change
111
Section V, PAYMENT, shall be amended as follows:
See attached Exhibit A, Summary of Payment, and Exhibit E2 -A, Fee Proposal, for Supplement 3 summary of
payments.
as set forth int eh 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: Don Nelson. Operations Manager By Allan Ekberg, Mayor
Consultant Signature
DOT Form 140 -063
Revised 09/2005
Approving Authorit, ignature
D--q at 14
/�/riae/416 /4 S
Exhibit A
Summary of Payments
Basic Agreement
Supplement #3
Total
Direct Salary Cost (DSC)
$314,532
$13,972
$328,504
Overhead (Including
Payroll Additives)
$372,501
$16,547
$389,048
Direct Non - Salary Costs
$4,540
$1,000
$5,540
Subconsultants
$231,839
$17,095
$248,934
Fixed Fee (30% DSC)
$94,360
$4,191
$98,551
Total
$1,017,772
$52,805
$1,070,577
JACOBS
Scope of Work
EXHIBIT A
City of Tukwila
S. BOEING ACCESS ROAD BRIDGE REHABILITATION PROJECT
Scope of Services
Supplement No. 3
1.0 Project Management
The CONSULTANT will continue providing project management services for the extended project
duration which was necessitated by delay in obtaining the Construction and Maintenance (C &M)
Agreement from BNSF. The contract was extended from the original contract end date of June 15,
2015 to December 31, 2015 by Supplement No. 1 and then again to December 31, 2016 by
Supplement No. 2.
The CONSULTANT will continue to provide assistance in coordinating with BSNF through completion
of the C &M Agreement.
Deliverables:
■ Monthly Invoices and Progress Reports
• Project schedule update
2.0 Survey and Mapping
The CONSULTANT (1 Alliance Geomatics) provided additional field surveying and mapping for the
area along the south side of the Boeing Access Road for new retaining walls and the new drainage
area near Airport Way. (Approved with Change Log dated 2/4/2015)
The CONSULTANT (1 Alliance Geomatics) performed investigation of the right of way boundaries at
the request of the WSDOT Local Programs. (Approved with Change Log dated 5/7/2015)
Deliverables:
• Electronic AutoCAD Civil 3D topographic base map
4.0Geotechnical Investigation
The CONSULTANT (Shannon & Wilson and driller) had to shift the work window to meet the permit
Tukwila Boeing Access Road Bridge over BNRR Rehabilitation_Supplement No 3 1
JACOBS
Scope of Work
(Continued)
conditions prescribed by the City and the Railroads. The early work hours also required a light plant
for safe field operation. (Approved with Change Log dated 12/5/2013)
During the second phase of field drilling (B -3), the CONSULTANT (Shannon & Wilson and driller) had
to work during weekend to meet conditions prescribed by the Railroad. This weekend operation
required surcharge for driller. (Approved with Change Log dated 3/6/2015)
12.0 100% PS &E Documents
The CONSULTANT performed additional drainage design to address the right of way conflict at the
southwest corner near Airport Way. (Approved with Change Log dated 8/5/2015)
The CONSULTANT performed additional underground utilities coordination and field verification to
resolve potential conflict with the final design. (Approved with Change Log date 10/1/2015)
The CONSULTANT performed extensive analyses and design efforts for the 10 -foot wide sidewalk
widening along the south side of the bridge. The final design was significantly more complex and
difficult than anticipated, and required a substantial increase in effort beyond the original scope and
budget; we request a total of 100 hours for this work effort.
Deliverables:
• Design elements are included in the 100% Plans, Specifications and Estimate
Tukwila Boeing Access Road Bridge over BNRR Rehabilitation Supplement No 3 2
EXHIBIT E -2A
Supplement No 3
City of Tukwila
Fee Proposal
South Boeing Access Road Bridge Rehabilitation Project
JACOBS
Task
Description
Project
Manager
Sr.
Civil /Str
Eng
Des.
Engineer
CADD
Project
Admin
Total
Hours
Total Cost
for Jacobs
Total Cost
for Subs
1.0
Project Management & Coordination
72
0
0
0
6
78
$6,653
PM due to project extention (12 mo)
72
6
78
$6,653
2.0
Inspection & Load Rating (TranTech)
0
$0
3.0
Survey & Mapping (1 Alliance)
0
$0
$10,795
Add survey for retaining wall & drainage (approved 2/4/15)
$4,474
Add survey for defining ROW (approved 5/7/15)
$6,321
4.0
Geotechnical Investigation (Shannon & Wilson)
0
$0
$6,300
Shift work window for 8 -1 & 8 -2 (approved 12/5/13)
$3,800
Driller weekend charge (approved 3/6/14)
$Z500
5.0
Environmental Planning & Permitting (Widener)
0
$0
6.0
Railroad Coordination (MCRaiI Logistics)
0
$0
7.0
Roadway, Drainage, Pedestrian /Bike & Traffic Control
0
$0
8.0
Bridge Rehabilitation and Seismic Analysis
0
$0
9.0
Final Seismic Analysis & Structural Design
0
$0
9.0
Conceptual Design (30 %) Plans
0
$0
10.0
60% Design Plans
0
$0
11.0
90% Design Plans, Specs & Estimate
0
$0
12.0
100% PS &E Documents
0
86
60
4
0
150
$7,895
Additional drainage at SW corner (approved 8/5/15)
10
8
4
22
$1,097
Underground utility adjustment (approved 10/1/15)
16
12
28
$1,460
Design complexity (10'sidewalk & ground improvements)
60
40
100
$5,337
13.0
Ad -Ready Contract Documents
0
$0
14.0
Assistance during Bid Period
0
$0
Total Hours
72
86
60
4
6
228
Direct Salary Rates
$88.60
$64.02
$28.51
$42.97
$34.08
JACOBS Total Direct Salary Cost (DSC):
$6,379
$5,505
$1,710
$172
$204
$13,972
Overhead (118.43% of DSC):)
$7,554
$6,520
$2,026
$204
$242
$16,547
Fixed Fee (30% of DSC):
$1,914
$1,652
$513
$52
$61
$4,191
Subtotal (labor +overhead +fixed fee):
$15,847
$13,677
$4,249
$427
$508
Direct Expenses (production, copying, etc.)
$1,000
Subtotal:
$35,710
$17,095
TOTAL (Jacobs + Subs) for Supplement No 3: $52,805
C :IUserslkimkslDesktoplTukwila BoeinglScopinglSupplement #31Boeing Access Road Br Supplment #3
2/4/2016
jl)Washington State
Department of Transportation
Supplemental Agreement
Number 2
Organization and Address
Jacobs Engineering Group, Inc.
600 -108th Ave. NE, Suite 700
Bellevue, WA 98004
Phone: (425) 452 -8000
Original Agree ent Number
13 -161 L'o)
Project Number
99410408, BHM 1380(003)
Execution Date
10/10/2013
Completion Date
12/31/2016
Project Title
Boeing Access Rd over BNRR Bridge Rehabiliation
New Maximum Amount Payable
$ 1,017,772.00
Description of Work
This supplement is for a time extension only. The project has experienced delays due to the process required
to obtain the Construction and Maintenance Permit from BNSF. Additional time has been included for
technical support during the construction phase.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with Jacobs Engineering Group, Inc.
and executed on 10/10/2013 and identified as Agreement No 13 -161
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
No change to scope.
II
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read- Time for completion is revised to December 31, 2016
III
Section V, PAYMENT, shall be amended as follows:
No change to payment.
as set forth int eh 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 Jim Ha erton Ma or
DOT Form 140 -063
Revised 09/2005
Consultant gnature
Date
5/.a(0 £ - 2! /6 //l/i9 -S
Exhibit "A"
Summary of Payments
DOT Form 140 -063
Revised 09/2005
Basic
Agreement
Supplement #1
Total
Direct Salary Cost
0
Overhead
(Including Payroll Additives)
0
Direct Non - Salary Costs
0
Fixed Fee
0
Total
0
0
0
DOT Form 140 -063
Revised 09/2005
13-161(a)
WimWashington State Council Approval N/A
Department of Transportation
Supplemental Agreement Organization and Address
p p g Jacobs Engineering Group,Inc.
Number 1 600-108th Ave NE, Suite 700
Bellevue,WA 98004
Original Agreement Number
13-161 (G) Phone: 425-452-8000
Project Number Execution Date Completion Date
99410408,BHM 1380(003) 10/10/2013 !.12/31/15
Project Title New Maximum Amount Payable
Boeing Access Rd over BNRR Bridge Rehabiliation $ 1,017,772.00
Description of Work
No Cost Time Extension.Jacob's progress has been per schedule but delays caused by the railroad plan reviews
have put the project behind schedule. Tukwila has project approval from The BNRR and conditional approval from
the UPRR but the City's need for Jacob's services will exceed the June 15,2015 completion.
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with Jacobs Engineering Group,Inc.
and executed on 10/10/2013 and identified as Agreement No. 13-161
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
No change to scope,
I I
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Time for completion is revised to December 11, 7015
III
Section V, PAYMENT, shall be amended as follows:
No change to payment
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By: Don Nelson, Operations Manager By: Tim Naggerton, Mayor
I , t
Consultant Signature /Approving Au •. signature
v
DOT Form 140-063 EF L
Date
Revised 9/2005 /61 sO / e/6`►t /L -t 5
13 -161
Council Approval 10/7/13
Local Agency
Standard Consultant
Agreement
Consultant/Address /Telephone
Jacobs Engineering Group Inc.
600 - 108th Avenue NE, Suite 700
Bellevue, WA 98004
►I4 Architectural /Engineering Agreement
❑ Personal Services Agreement
Agreement Number
Project Title And Work Description
Boeing Access Road Over BNRR Bridge
Rehabilitation
Federal Aid Number
BHM -13 80(003)
Agreement Type (Choose one)
❑ Lump Sum
Lump Sum Amount $
cyo
0 Cost Plus Fixed Fee
Overhead Progress Payment Rate
DBE Participation
%
Overhead Cost Method
❑ Actual Cost
❑ Actual Cost Not To Exceed
%
❑ Yes 0 No
Federal ID Number or Social Security Number
95- 4081636
0 Fixed Overhead Rate 118.43
%
Do you require a 1099 for IRS?
• Yes 0 No
Completion Date
June 15, 2015
Fixed Fee $ 94,360.00
❑ Specific Rates Of Pay
❑ Negotiated Hourly Rate
❑ Provisional Hourly Rate
❑ Cost Per Unit of Work
Total Amount Authorized $
Management Reserve Fund $
Maximum Amount Payable $
1,017,772.00
1,017,772.00
Index of Exhibits (Check all that apply):
Z Exhibit A -1 Scope of Work
❑ Exhibit A -2 Task Order Agreement
❑ Exhibit B -1 DBE Utilization Certification
N Exhibit C Electronic Exchange of Data
❑ Exhibit D -1 Payment - Lump Sum
N Exhibit D -2 Payment - Cost Plus
❑ Exhibit D -3 Payment - Hourly Rate
❑ Exhibit D -4 Payment - Provisional
N Exhibit E -1 Fee - Lump/Fixed/Unit
❑ Exhibit E -2 Fee - Specific Rates
N Exhibit F Overhead Cost
N Exhibit G Subcontracted Work
N Exhibit G -1 Subconsultant Fee
THIS AGREEMENT, made and entered into this %."
between the Local Agency of City of Tulwila
N Exhibit G -2 Fee -Sub Specific Rates
N Exhibit G -3 Sub Overhead Cost
N Exhibit H Title VI Assurances
N Exhibit I Payment Upon Termination of Agreement
❑ Exhibit J Alleged Consultant Design Error Procedures
N Exhibit K Consultant Claim Procedures
❑ Exhibit L Liability Insurance Increase
N Exhibit M -1 a Consultant Certification
▪ Exhibit M -lb Agency Official Certification
N Exhibit M -2 Certification - Primary
N Exhibit M -3 Lobbying Certification
N Exhibit M -4 Pricing Data Certification
❑ App. 31.910 Supplemental Signature Page
day of October , 2013 ,
and the above organization hereinafter called the "CONSULTANT ".
DOT Form 140 -089 EF
Revised 3/2008
Page 1 of 8
, Washington, hereinafter called the "AGENCY" ,
/s�a� 16i/V -S
WITNESSETH THAT:
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY 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 for the PROJECT;
and
WHEREAS, the CONSULTANT represents that he /she is in compliance 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 work and services as herein defined and
necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and
related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT.
II Scope of Work
The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and
by this reference made a part of this AGREEMENT.
Ill 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 Federal, State, Community, City or County officials, groups or individuals as may be
requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring
CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and
the CONSULTANT and shown in Exhibit "A."
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in
written and graphical form the various phases and the order of performance of the work in sufficient detail so that the
progress of the work can easily be evaluated.
The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or
sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of USDOT- assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the
termination of this AGREEMENT.
Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority
Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this
AGREEMENT. If D/M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be
shown on Exhibit "B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime
CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the
AGENCY'S "DBE Program Participation Plan ". The mandatory DBE participation goals of the AGREEMENT are those
established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the
AGENCY.
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."
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 this PROJECT,
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 PROJECT, shall be without liability or legal exposure to
the CONSULTANT.
Page 2 of 8
IV Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the
AGENCY.
All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under
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 or 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.
V Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such
payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies,
equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable
portions of 48 CFR Part 31.
A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State
Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager.
VI Sub - Contracting
The AGENCY permits sub - contracts for those items of work as shown in Exhibit "G" attached hereto and by this
reference made part of this AGREEMENT.
Compensation for this sub - consultant work shall be based on the cost factors shown on Exhibit "G."
The work of the sub - consultant shall not exceed its maximum amount payable unless a prior written approval has been
issued by the AGENCY.
All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the sub - consultant shall be
substantiated in the same manner as outlined in Section V. All sub - contracts shall contain all applicable provisions of
this AGREEMENT.
With respect to sub - consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt
Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT shall not sub - contract for the performance of any work under this AGREEMENT without prior
written permission of the AGENCY. No permission for sub - contracting shall create, between the AGENCY and sub-
contractor, any contract or any other relationship.. A DBE certified sub - consultant is required to perform a minimum
amount of their sub - contracted agreement that is established by the WSDOT Highways and Local Programs Project
Development Engineer in consultation with the AGENCY.
VII Employment
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 the 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
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a
Page 3 of 8
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 the contract, any
professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ
of the United States Department of Transportation, or the STATE, or the AGENCY, except regularly retired
employees, without written consent of the public employer of such person.
VIII Nondiscrimination
During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees
to comply with the following laws and regulations:
Title VI of the Civil Rights Act of 1964
(42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a)
Federal -aid Highway Act of 1973
(23 USC Chapter 3 Section 324)
Rehabilitation Act of 1973
(29 USC Chapter 16 Subchapter V Section 794)
Age Discrimination Act of 1975
(42 USC Chapter 76 Section 6101 et seq.)
Civil Rights Restoration Act of 1987
(Public Law 100 -259)
American with Disabilities Act of 1990
(42 USC Chapter 126 Section 12101 et. seq.)
49 CFR Part 21
23 CFR Part 200
RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H"
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" 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 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 as shown in Exhibit "I" for the type of
AGREEMENT used.
No payment shall be made for any work 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 herein above, 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.
Page 4 of 8
In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual
costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally
required which was satisfactorily completed to date of termination, whether that work 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
work required and the time which may be required to do so, and other factors which affect the value to the AGENCY
of the work 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 above.
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 it's employee's default or negligence, the termination shall be deemed to
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for
actual costs in accordance with the termination for other than default clauses listed previously.
In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel
assigned to the PROJECT, or dissolution of the partnership, termination of the corporation, or disaffiliation of the
principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under
the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to
renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the
AGENCY so chooses.
In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the
CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as
set forth in the second paragraph of this section.
Payment for any part of the work 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 work 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 complete work of this AGREEMENT as necessary
to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof.
Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work 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 XIV.
XI Disputes
Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the
CONSULTANT and the AGENCY shall be referred for determination 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 de novo 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 ", and disputes concerning
claims will be conducted under the procedures found in Exhibit "K ".
XII Venue, Applicable Law, and Personal Jurisdiction
In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or
obligation under this AGREEMENT, the parties hereto agree that any such 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 to such action shall have the right
of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated
in the county in which the AGENCY is located.
Page 5 of 8
XIII Legal Relations
The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be
done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the
State of Washington.
The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless
from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or
in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided
that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold
harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or
the STATE, their agents, officers and employees; and provided further that if the claims or suits are caused by or result
from the concurrent negligence of (a) the CONSULTANT'S agents or employees, and (b) the AGENCY or the
STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon
such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and
enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents
or employees.
The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor.
The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23,
which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically
assumes potential liability for actions brought by the CONSULTANT'S own employees against 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.
Unless otherwise specified in the 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 the 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 and property damage insurance in an aggregate amount not less than two million
dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall
not exceed one million dollars ($1,000,000).
C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000)
combined single limit.
Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the
CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall
furnish the AGENCY with verification of insurance and endorsements required by the 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 the AGENCY.
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 shall be limited to the amount payable under this
AGREEMENT or one million ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L ". In no
case shall the CONSULTANT'S professional liability to third parties be limited in any way.
Page 6 of 8
The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this
section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it
under other provisions of this AGREEMENT, or otherwise in law.
XIV Extra Work
A. The AGENCY may at any time, by written order, make changes within the general scope of the 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 work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other
terms and conditions of the 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 the
AGREEMENT accordingly.
C. The CONSULTANT must submit any "request for equitable adjustment ", hereafter referred to as "CLAIM ", under
this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides
that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the
AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause
shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this
AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this
AGREEMENT.
XV Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data
furnished by them.
XVI Federal and State Review
The Federal Highway Administration and the Washington State Department of Transportation shall have the right to
participate in the review or examination of the work in progress.
XVII Certification of the Consultant and the Agency
Attached hereto as Exhibit "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M
-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions,
Exhibit "M -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M -4"
Certificate of Current Cost or Pricing Data. Exhibit "M -3" is required only in AGREEMENTS over $100,000 and
Exhibit "M -4" is required only in AGREEMENTS over $500,000.
XVIII Complete Agreement
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be
liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or
modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to
this AGREEMENT.
XIX 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 agreements contained in the proposal, and the supporting material submitted by the
CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof.
Page 7 of 8
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
"Execution Date" box on page one (1) of this AGREEMENT.
r
By By w r'
Consultant Jacobs Engineering Group Inc. Agency Ci ► Tukwila
DOT Form 140 -089 EF
Revised 3/2008 Page 8 of 8
EXHIBIT A -1
SCOPE OF WORK
City of Tukwila
JACOBS
S. BOEING ACCESS ROAD BRIDGE REHABILITATION PROJECT
Project Objective and Project Description
This project will provide preliminary and final design engineering services to the City of Tukwila
(CITY) for the rehabilitation of the South Boeing Access Road Bridge over BNSF /UPRR railroads, an
important connection between 1 -5 and East Marginal Way South in the north end of City.
The Boeing Access Road Bridge, originally constructed in 1944 and widened in 1965, is a five span
bridge, three steel girder spans and two concrete T -beam spans, supported on concrete piers
founded on H -pile foundation. The bridge accommodates approximately 40,000 vehicles per day,
with truck volumes accounting for roughly 10% of traffic. It is therefore essential that the bridge be
brought to current seismic and safety standards in order to protect public safety.
The project will be accomplished in the following three phases:
Phase 1— Bridge Rehabilitation Alternatives Evaluation
Phase 1 of the project is to assess bridge conditions and identify its deficiencies by conducting an
in -depth bridge inspection. Seismic analysis will also be performed to identify seismic vulnerability
of the bridge under current AASHTO design level earthquake (1,000 -year return period). The
findings and recommendations, along with associated costs, will be summarized in a Design Report.
Phase 2 — Final Design (PS &E)
Upon approval of the Design Report (Technical Memorandum) by the CITY, the final construction
documents (PS &E) will be prepared for the retrofit measures recommended and selected in Phase
1. We will perform the final design and prepare the final construction PS &E documents in this
phase in accordance with the City and WSDOT standards.
Phase 3 — Construction Support
Upon completion of Phase 2, the CONSULTANT will assist the CITY with review of Contractor
submittals, shop drawings, evaluation of change proposals, and responding to questions from the
CITY and Contractor. The detailed level of effort will be negotiated at the end of Phase 2.
Project Criteria
The seismic analysis, reports, and the final PS &E documents will be developed in accordance with
the latest edition and amendments of the following documents:
South Boeing Access Road Bridge Rehabilitation Project 1
JACOBS
Scope of Work
(Continued)
• FHWA "Seismic Retrofitting Manual for Highway Structures: Part 1— Bridges"
• AASHTO LRFD Bridge Design Specifications, 6th Edition, 2012
• AASHTO Guide Specifications for LRFD Seismic Bridge Design, 2nd Ed., 2011 with 2012 Interim
• WSDOT Bridge Design Manual — LRFD.
• WSDOT Geotechnical Design Manual
• WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (M41 -10)
• WSDOT Standard Plans for Road, Bridge, and Municipal Construction (M21 -01)
• WSDOT Local Agency Guidelines Manual
• AISC Steel Construction Manual, Thirteenth Edition (LRFD)
• City of Tukwila Design Standards
Items and Services to Be Furnished by the City
The CITY will provide the following items and services to the CONSULTANT that will facilitate the
engineering design and preparation of the construction documents for work within the limits of the
project.
• Available as -built drawings and information on other projects in the immediate vicinity, if
applicable.
• Rights -of -entry upon all lands necessary for the performance of the work, including official
notices to property owners and agencies.
• Timely reviews of Jacobs submittals at the mutually agreed upon times set forth in the project
schedule and the consolidation of all review comments by others onto one review set.
• Compilation, reproduction, and distribution of Bid Documents to potential bidders and
interested parties.
Project Schedule
The preliminary project schedule will be developed upon notice to proceed for the project and
updated as changes occur. The anticipated major milestone dates are:
Milestone
Consultant Notice to Proceed
In -depth Bridge Inspection
Rehab Alternative Study
Start Phase 2 — PS &E Documents
30% Design Plans Completion
NEPA Documentation Completed
60% Design Plans Completion
90% PS &E Completion
PS &E Documents Completion
October 10, 2013
December 5, 2013
February 21, 2014
March 20, 2014
April 17, 2014
June 26 2014
June 26, 2014
September 4, 2014
October 10, 2014
South Boeing Access Road Bridge Rehabilitation Project 2
GENERAL WORK TASKS
1.0 Project Management
JACOBS
Scope of Work
(Continued)
The CONSULTANT will provide continuous project management and administration of services
under this agreement. The CONSULTANT will provide direction and review the work of the staff
and sub - consultants during the course of the project. This work element includes preparing
monthly progress reports, including the status of individual work elements, number of meetings
attended, outstanding information required and work items planned for the following month.
The CONSULTANT will manage the schedule, scope, budget, and quality over the term of the
Agreement. Current design budget status, as well as projections, will be developed. Periodic
monitoring of the CONSULTANT'S design budget will occur over the course of the project. This work
element is intended to help monitor costs and budgets, and to propose corrective actions. This may
include formal scope and /or budget modifications if mutually agreed.
The CONSULTANT's Project Manager will maintain communication with the CITY's Project Manager
and the CONSULTANT's Project Team via informal meetings, telephone discussions, electronic mail
and other means necessary. SharePoint will be used to share documents and submittals.
1.1 Project Kick -off and Coordination
The CONSULTANT will coordinate execution of the project and meet periodically with the CITY
Project Manager and staff. Some of the tasks include:
• Conducting a kickoff meeting at the beginning of the project.
• Developing the project schedule and updating it as changes occur.
• Meeting with the CITY Project Manager and /or staff periodically, including design review
coordination at each submittal, including the rehabilitation alternatives report, and 30, 60,
and 90% of the final design.
1.2 Subconsultant Coordination
The CONSULTANT will provide direction of the SUBCONSULTANT 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. Current status, as well as projections, will be developed. This work
element is intended to help monitor costs and budgets, and to propose corrective actions. This
may include formal scope and /or budget modifications if mutually agreed.
1.3 Project Monitoring and Reporting
The CONSULTANT's project manager will provide direction to the project team, including
subconsultants, and conduct project coordination meetings with appropriate task leaders. The
project manager will monitor the project planned budget versus actual progress and take corrective
South Boeing Access Road Bridge Rehabilitation Project 3
JACOBS`
Scope of Work
(Continued)
actions if necessary. Jacobs will prepare and submit monthly invoices and a brief progress report to
reflect progress over the last billing period and anticipated activities over the next billing period.
1.4 Quality Control /Quality Assurance Review
This work element is for QC /QA review of 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 study criteria, design, and assumptions, as well as concepts and presentation of product format;
and assures that the overall project objectives are being fulfilled.
The following levels of structural review will be performed for the seismic analysis and design:
• Bridge Assessment & Rehabilitation Evaluation Check — The checker verifies the inspection
details, rehabilitation alternatives and recommendations.
• Structural Design Check — The design checker verifies the correctness of the analysis input
and design calculations.
• Plans Check — The checker performs the plan check for the geometry, dimensions, and final
quantities.
• Constructability Check — The design team performs a review of the plans.
Assumptions:
• The CONSULTANT'S Project Manager and /or project engineer will meet (face-to-face) with
the CITY Project Manager on a monthly basis.
• Internal project team coordination meetings will be held on a monthly basis during project
duration.
Deliverables:
• Monthly Invoices and Progress Reports
• Project Schedule (as updated)
• Meeting Minutes
PHASE 1— BRIDGE REHABILITATION ALTERNATIVES EVALUATION
2.0 Bridge Deficiency Assessment
Initially, the CONSULTANT will gather information pertinent to the project, including as -built
drawings, bridge inspection reports, maintenance records, load rating, and utilities on the bridge.
In order to assess the bridge deficiencies, the CONSULTANT will provide an in -depth inspection of
the bridge early in the design phase. The inspection needs to be closely coordinated with BNSF and
UPRR for flagging and temporary right -of -entry purposes. This in -depth inspection will identify all of
South Boeing Access Road Bridge Rehabilitation Project 4
JACOBS
Scope of Work
(Continued)
the deficiencies that are readily accessible and observable, and will provide an assessment of the
bridge condition.
Assumptions:
• The CITY will provide the existing information on the project as available from the record,
including from the City, WSDOT H &LP, and King County.
■ The City will provide Traffic Control
Deliverables
• Structural Assessment Report
• Photos of the bridge and site conditions
3.0 Survey and Mapping (1 Alliance Goematics)
3.1 Survey Project Management, QA /QC, and Administrative
This task involves the overall survey project management, quality management, and administrative
duties necessary for a successful project. Sub tasks include:
a. Project kick -off meeting
b. Communication and coordination
c. Supervision and QA /QC
d. Billing and Progress Reporting
3.2 Geodetic Survey Control (Datum and Coordinate System)
This task involves the necessary research of datum and coordinate system, location of current
monuments, and the field and office effort required to establish a survey -grade control network
from which to perform the field surveying and mapping. Sub tasks include:
a. Research
i. Datum and Coordinate System
1. Horizontal = NAD 83/91
2. Vertical = NAVD88
ii. Tukwila Survey Control
1. Horizontal
2. Vertical
b. Establish Site Survey Control (Field Effort) by GNSS and ground traverse methods
c. Process Survey Control (Office Effort) to check and adjust to industry standards
3.3 Field Surveying and Mapping
This task involves the fieldwork necessary to complete a topographic mapping survey of the project
area. This area is approximately 500 feet in length and 100 feet in width. Sub tasks include:
a. Top of Deck Mapping
b. Locate Geo Tech Borings
c. Cross - Sections and Ground Shots
d. Columns /Abutments /Walls /Beams /Pier Caps
e. Locate accessible surface observable utilities within the project limits
South Boeing Access Road Bridge Rehabilitation Project 5
JACOBS
Scope of Work
(Continued)
f. Locate any underground utility paint, by others
g. Structure Attachments as necessary
3.4 Office Processing and Deliverable Generation
This task involves the coordination and acquisition of existing 'legacy' data, the processing of newly
acquired data, and the merging of the data sets into an electronic AutoCAD Civil 3D topographic
base map. Sub tasks include:
a. Acquiring free LiDAR from the Puget Sound LiDAR Consortium
b. Acceptance of relevant City of Tukwila GIS files
c. Processing and quality checks of newly acquired data
d. Generation of deliverable
Assumptions:
• Right -of -Entry shall be granted to lAlliance personnel
• Sub - surface utility locates shall be provided by others
• No boundary work, including easements or legal descriptions, will be required for this project
Deliverables:
• Electronic AutoCAD Civil 3D topographic base map
4.0 Geotechnical Investigation (Shannon & Wilson)
Based on borings drilled for the nearby Sound Transit South Boeing Access bridge and borings for
the existing bridge, sandstone bedrock would be encountered at a relatively shallow depth on the
east side of the existing bridge. However, the subsurface conditions on the west side of the existing
bridge consist of approximately 45 to 65 feet of loose sand and silty sand that is followed by
weathered sandstone and siltstone. The depth to competent sandstone could vary between 70
and 85 feet.
Additional deep foundation support may be required for bridge rehabilitation to provide the
additional required axial and lateral resistance. The upper 45 to 65 feet of loose sand and silty sand
would likely be liquefiable and would provide minimal axial and lateral resistance. To provide
suitable axial and lateral resistance and mitigate vibration impacts from driven piles on the existing
bridge, drilled shafts or micropiles would likely be preferred. Therefore, axial and lateral resistance
of the deep foundations would be obtained from a rock - socketed drilled shaft or micropile founded
in the sandstone. Our scope of services presented below is based on this understanding of the
subsurface conditions.
The geotechnical investigation will be completed for the following tasks in a timely manner and
completed within the overall design schedule.
4.1 Review Existing Data
• Review available geotechnical reports and data from the previous projects in the vicinity of
the project site.
■ Review available LIDAR data and geologic maps.
4.2 Geological Field Reconnaissance
South Boeing Access Road Bridge Rehabilitation Project
JACOBS
Scope of Work
(Continued)
• Geologic reconnaissance carried out by a geologist to locate the field explorations and
review the abutment slopes.
4.3 Geotechnical Investigation
• Drill three to four borings. Borings on the east and west sides of the bridge would extend to
depths of approximately 40 feet and 100 feet, respectively. All borings would core at least
20 feet into suitable sandstone rock.
• Locate proposed borings at the site and retain an underground utility location service to
mark the position of the underground utilities. Relocate borings as required based on the
results of the utility location service.
• A truck mounted drill rig will be used to reach the proposed boring locations. Drilling will be
performed from the existing roadway. We would core through the existing bridge deck for
borings at the intermediate piers.
• Coordinate with the CITY to obtain street - use - permits and traffic control plans.
• Coordinate with BNSF and UPRR for flagging and temporary right -of -entry purposes.
• Obtain Standard Penetration Test (SPT) samples and rock core. Rock Quality designation
(RQD) and percent recovery would be recorded for all rock core runs.
• Review soil samples in laboratory and carry out index testing (Atterberg Limits, grain size
and moisture content).
• Review rock core runs in laboratory and carry out rock testing (Unconfined Compressive
Strength, Density, and moisture content).
4.4 Geotechnical Analysis
• Develop one subsurface profile using new and existing borings.
• Compute design response spectrum for a ground motion with a 7 percent probability of
exceedance in 75 years (1,000 -year average return period). The design ground motion
response spectrum will be determined using the current AASHTO Standards and the
probabilistic seismic hazard analysis performed by the US Geological Survey. The boring
data will be used to determine the site class of the bridge area. Based on our understanding
of the subsurface conditions, it is likely that the east and west side of the bridge would have
a different site class. We will discuss the implications of site class selection with the
structural engineer.
• A liquefaction analysis will be conducted to estimate the liquefaction potential of soil
encountered in the borings.
• Slope stability analyses will be performed for static, seismic, and post- seismic loading
conditions. If necessary the dynamic loading of the bridge piers due to a slope failure will be
determined.
• Axial static, seismic, and post- seismic resistance of the existing deep foundations will be
reviewed. A similar axial analysis will be performed for drilled shaft or micropile
foundations that could be required for the rehabilitation. Axial analysis plots will be
South Boeing Access Road Bridge Rehabilitation Project 7
JACOBS
Scope of Work
(Continued)
developed for two drilled shaft or micropile diameters. Foundation analyses will consider
downdrag loads caused by liquefaction- induced settlement.
• We will provide lateral soil resistance foundation parameters for static, seismic, and post -
seismic conditions. The structural engineer would perform the lateral deep foundation
analysis.
• Spring constants will be provided to structural engineers for their seismic bridge structural
analysis.
Assumptions:
■ Borings can be advanced on the CITY right -of -way.
• All drilling would occur during normal daytime work hours and there are no time restrictions
for drilling.
■ Environmental monitoring or testing of soil samples is not required.
Deliverables:
• Draft Geotechnical Report. Report to include details of geotechnical investigation and
preliminary foundation recommendations.
• Final Geotechnical Report
5.0 NEPA DCE and Permitting (Widener & Associates)
The use of federal funding will trigger the National Environmental Policy Act (NEPA) review process.
The project impacts may not rise to the level of having potentially regional significance; therefore,
NEPA DCE may be the best level of documentation.
Prior to receiving NEPA approval, a few issues will be documented, including the supporting
documentation for historic and archeological resources per Section 106 and a jurisdiction
determination per the USACE requirements of a potentially sensitive area on the southwest
quadrant of the project.
Due to the potential historic nature of the bridge itself, a 4(f) evaluation may be required for the
project. For the BRAC- funded project, it is likely that WSDOT and FHWA will allow a Programmatic
4(f) if one is necessary. This project is also likely to be exempt from consultations under Section
Seven of the Endangered Species Act.
All of these processes will need to be completed with FHWA as the lead agency and involve
coordination with the governing resource agencies to obtain approvals of the above supporting
documentation.
Once the federal documentation is completed we will use this information to support the SEPA
process by completing a SEPA checklist and referencing all the approved NEPA documentation. It is
likely this project will be approved with a SEPA Mitigated Determination of Nonsignificance
(MDNS).
South Boeing Access Road Bridge Rehabilitation Project 8
JACOBS`
Scope of Work
(Continued)
Deliverables:
• Section 106 Report
• Hazmat Memo
• Section Seven No Effect Determination
• EJ memo
• ECS
• SEPA Checklist and Sensitive Area's Report
6.0 BNSF and UPRR Coordination (MCLogistics)
We will coordinate with BNSF and UPRR to keep them in the loop at all times, especially after the
submittal of the Bridge Rehabilitation Alternate Technical Memorandum and the City's selection of
the alternative of choice for advancement to full design.
We will assist the City Staff to obtain a Construction and Maintenance (C &M) agreement with the
railroads. It is essential to bring BNSF and UPRR to the table early in the design process to avoid the
risk of project delays and to obtain a C &M agreement.
The horizontal and vertical alignment will be reviewed to ensure that all standards are met and that
railroad clearances are maintained both horizontally and vertically.
Design will be provided for a work platform to be placed under the bridge during construction.
There appears to be a 3' -3" vertical space available at present (BNSF -UP Railroad Guidelines require
21' -0" vertical clearance during construction).
A strategy for staged construction, if desired by the City, will be developed for the construction
phase of the project.
Deliverables:
• Construction and Maintenance (C &M) Agreements with the railroads
7.0 Design Alternatives for Roadway /Pedestrian /Bicycle Lanes
The Boeing Access Road between East Marginal Way and Martin Luther King Way is designated in
the City's non - motorized "Walk and Roll" plan as a future "bicycle friendly" route, with future
planned trails also tying in along the south side. No bicycle facilities currently exist within the
corridor, and only intermittent sidewalks are present along the southern side of the alignment.
Existing challenges to non - motorized connectivity and safety include restrictive widths crossing
three bridge structures, vehicle speeds exceeding 40 mph (signed speed limit), heavy truck volume,
and multiple on -off ramps from Airport Way, 1 -5, and Martin Luther King Way.
South Boeing Access Road Bridge Rehabilitation Project 9
JACOBS
Scope of Work
(Continued)
We will develop preliminary bicycle and pedestrian concepts / alternatives that safely and
uniformly connect the entire Boeing Access Road corridor between East Marginal Way and Martin
Luther King Way that can then be programmed, designed, and constructed over time as funding
becomes available.
We will coordinate with the CITY, prior to making any single non - motorized improvement to this
segment, that a plan for the entire corridor that facilitates the "Walk and Roll" is supported by the
City's stakeholders.
One alternative to consider is a single non - motorized path along the south side of the corridor.
Reasons to consider this alternative are:
a) less total width is required to establish multi -use bicycle /pedestrian facilities along one side
than segregated facilities along both sides — therefore less widening and /or lane narrowing;
b) the south side of the corridor crosses only three on /off ramps (versus five on the north) —
therefore minimizing the number of vehicle conflict points;
c) the south side of the bridge can be more easily widened; and
d) the City's plan shows future connection to planned trails adjacent the south side of the corridor.
Deliverables:
• Preliminary Plans for non - motorized paths
• Discussion on evaluation of non - motorized paths in the Design Report
8.0 Bridge Rehabilitation /Seismic Retrofit Alternatives Evaluation
Upon assessment of the structure conditions from the in -depth inspection, we will perform
evaluate feasible bridge rehabilitation alternatives in accordance with the requirements of the
WSDOT LAG Manual. Some of the specific rehabilitation items may include, but not limited to:
• Feasibility of bridge widening to accommodate non - motorized paths along the bridge
corridor;
• Repair or replacement of the transverse expansion joints and longitudinal joints;
• Repair or replacement of the poor column to bridge superstructure connection at Pier 3
(expansion joint between concrete and steel girders);
• Replacement of the steel rocker bearings for the steel girders;
• Repair or replacement of the damaged concrete barrier at the southeast corner.
The CONSULTANT will also perform seismic analysis to identify seismic vulnerabilities, using current
AASHTO design level ground motions (1,000 -year return period). If vulnerabilities are found,
retrofit alternatives and recommendations, along with associated costs, will be provided.
Specific tasks in this phase include:
South Boeing Access Road Bridge Rehabilitation Project 10
JACOBS
Scope of Work
(Continued)
• Model the bridge and foundation structural response utilizing foundation springs developed by
the geotechnical consultant base on the level of ground motion at all piers and abutments.
• Determine the bridge displacement capacity using the Method D2— Structure Capacity /Demand
(Pushover) Method of FHWA Seismic Retrofit Manual Section 5.6.
• Determine the seismic demands on the structure using the Multimode Spectral Method of
FHWA Seismic Retrofit Manual.
• Model the bridge structure with appropriate foundation springs at all piers and abutments,
which will be provided by the geotechnical study.
• Determine Capacity /Demand (C /D) Ratios for all- relevant failure modes for all bridge
elements, including but not limited to: Girders, columns, crossbeams, abutments, bearings,
expansion joints, column to crossbeam connections, and drilled shafts.
• Develop retrofit alternatives, to the extent possible, for the elements that are above or near the
ground level, where they can be inspected after earthquake events. Recommended retrofit
measures shall, to the greatest extent practical, result in post retrofit C/D Ratios that are
greater than 1.0.
• Prepare the findings and results of analysis and recommended retrofit alternatives along with
associated costs in a technical memorandum and present to the CITY.
Deliverables:
• Preliminary Design Report (Technical Memorandum) — Prepare a draft memorandum that
summarizes the analysis approach, rehabilitation and seismic retrofit alternatives, rehabilitation
recommendations, and preliminary cost estimate. At the approval by the CITY, the report will
be finalized and submitted to the CITY for record.
• Presentation (Optional) — If desired by the CITY, a presentation will be made by the
CONSULTANT to the CITY to overview the overall conditions of the bridge, in -depth inspection,
rehabilitation alternatives, seismic analysis and retrofit alternatives, and recommendation along
with estimated costs.
PHASE 2 - FINAL DESIGN (PS &E)
Upon completion of the preliminary engineering for bridge rehabilitation and seismic analysis phase
and approval of the Design Report by the CITY, the CONSULTANT will prepare the final design /PS &E
documents for the seismic retrofit measures recommended and selected at the previous phase.
The final PS &E documents will be prepared and submitted to the CITY for review and comments at
30 %, 60 %, 90 %, pre - final, and the final completion levels.
9.0 Conceptual Design Review Submittal (30% Design Plans)
South Boeing Access Road Bridge Rehabilitation Project 11
JACOBS
Scope of Work
(Continued)
Develop preliminary bridge rehabilitation and seismic retrofit plans in accordance with the
recommendations in the Design Report. The Plans will show the major features of all retrofit
design elements, dimensions, existing conditions relative to the proposed retrofits, and other
critical elements.
The CONSULTANT will also update the construction cost estimate from the Phase 1 work to ensure
the overall project
Assumptions:
• The Plans will be prepared in the City of Tukwila standard title block.
Deliverables:
• Conceptual design plans (11 "x17" sheets)
• Preliminary construction cost estimate
10.0 60% Design Plans
This will be a progress submittal of design plans to provide an update for the CITY staff on the
design progress. All plans sheets will be developed and included in this submittal.
Deliverables:
• 60% Design Plans (11 "x17" sheets)
• Preliminary construction cost estimate
11.0 90% Design PS &E Documents
The CONSULTANT will prepare the PS &E documents incorporating the responses to the review
comments from the 60% submittal and bring the design to a 90% level completion. This submittal
will be reviewed by the CITY staff to assure conformance with the CITY standards and WSDOT
Highways & Local Programs guidelines. The submittal will include:
• Cover sheet including project title and a vicinity map;
• Bridge layout, elevations, and details that will clearly show all information needed to
construct retrofits, requiring only minor edits to advance the plans to contract quality.
• Prepare Post - Retrofit C/D ratios for all applicable bridge elements and failure modes.
• List of bid items;
• Estimate of Probable Construction Cost and Quantities with backup calculations for quantity
calculations.
• Contract documents and specifications including Special provisions and listing of CITY
standard specifications, with fill -ins.
Assumptions:
• The CITY will provide the boilerplate for the Division 1 of the Contract Provisions.
• Specifications will be based on the 2012 Edition of WSDOT Standard Specifications with the
current amendments
South Boeing Access Road Bridge Rehabilitation Project 12
JACOBS
Scope of Work
(Continued)
Deliverables:
• 90% Plans (half -size 11 "x17 "), Specification and Estimate
12.0 100% PS &E Documents
The CONSULTANT shall prepare the following in accordance with the CITY's review comments from
the 90% final design and coordination meeting and in accordance with regulatory agency permit
conditions:
• Prepare Final Documents incorporating responses to 100% PS &E comments from CITY staff.
• Transmit 100% Design Plans, Project Provisions, Special Provisions, and Estimate of Probable
Construction Cost to CITY for final review.
■ Preparation of a final list of bid items, quantities, and a construction cost estimate for a set
of signed and reproducible construction contract documents.
Assumptions:
■ The number, format, and tent of plan sheets will generally remain unchanged
• CITY's review at this stage is for the purpose of verifying that comments transmitted at 90%
completion stage were incorporated into the 100% documents, as mutually agreed. It is
assumed that "additional" design comments will not be generated at this stage.
Deliverables:
• 100% Plans (half -size, 11 "x17 "), Specifications and Estimate
• Final structural calculations with in electronic file (on CD)
13.0 Ad -Ready Contract Documents
The CONSULTANT will incorporate comments from 100% submittal and then assemble all plan
sheets, general and special provisions, cost estimates, and associated documentation for submittal
as an Ad -Ready PS &E package.
The CONSULTANT will upload plans and specifications to Builders Exchange.
Deliverables:
• Ad -Ready Plans (three copies in full -size 22 "x34 ")
• Bid documents with half -size Ad -Ready Plans (11 "x17 ") and specifications bound together
with bid schedule, standard details, prevailing wage information, all necessary appendices
■ Bid submittal packet
• Engineer's Estimate
14.0 Assistance during Bid Period
The CONSULTANT shall provide assistance during the ad period for construction bids consisting of
attending a pre- construction meeting, answering bidder questions and preparing addenda. Review
low bid and check references.
South Boeing Access Road Bridge Rehabilitation Project 13
JACOBS
Scope of Work
(Continued)
PHASE 3 - CONSTRUCTION SUPPORT
The CONSULTANT will provide engineering services during the construction phase of the project. The
CONSULTANT will be responsible for interpreting the contract plans and specifications and giving
guidance to the CITY regarding the intent of the design.
The following tasks are currently identified but the details will be negotiated at the end of Phase 2,
prior to construction start:
• Review shop drawings
• Review construction materials and other submittals
• Respond to RFIs from the Contractor and CITY staff;
• Review structural calculations prepared /proposed by the Contractor
• Provide answers to bridge construction questions
• Site visits as requested by the CITY
• Attend construction meetings as requested by the CITY
• Assist the CITY in conflict resolution (if any)
• Assist the CITY in preparation of change order (if any)
• Prepare as -built drawings.
15.0 Bridge Load Rating Report
At the conclusion of the construction activities, our design team will prepare a load rating report
reflecting the completed rehabilitation work. The report will serve as documentation of the
improvements attained from implementing the bridge rehabilitation work. The load rating report
will be prepared in accordance with the latest edition of the WSDOT Bridge Design Manual.
South Boeing Access Road Bridge Rehabilitation Project 14
Exhibit C
Electronic Exchange of 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
B. Roadway Design Files
C. Computer Aided Drafting Files
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 Agency Furnished Services and Information Is to Be Provided
II. Any Other Electronic Files to Be Provided
III. Methods to Electronically Exchange Data
A. Agency Software Suite
B. Electronic Messaging System
C. File Transfers Format
DOT Form 140 -089 EF Exhibit C
Revised 6/05
Exhibit D -3
Payment (Negotiated Hourly Rate)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or
services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the
work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31.
1. Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done, based upon the
negotiated hourly rates shown in Exhibit "E" and "F" attached hereto and by this reference made
part of this AGREEMENT. The rates listed shall be applicable for the first twelve (12) month
period and shall be subject to negotiation for the following twelve (12) month period upon request
of the CONSULTANT or the AGENCY. If negotiations are not conducted for the second or
subsequent twelve (12) month periods within ninety (90) days after completion of the previous
period, the rates listed in this AGREEMENT, or subsequent written authorization(s) from the
AGENCY shall be utilized. The rates are inclusive of direct salaries, payroll additives, overhead,
and fee. The CONSULTANT shall maintain support data to verify the hours billed on the
AGREEMENT.
2. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the
CONSULTANT. These charges may include, but are not limited to, the following items: travel,
printing, long distance telephone, supplies, computer charges and sub - consultant costs.
a.
Air or train travel will be reimbursed only to economy class levels unless
otherwise approved by the AGENCY. The CONSULTANT shall comply with
the rules and regulations regarding travel costs (excluding air, train, and rental
car costs) in accordance with the AGENCY'S Travel Rules and Procedures.
However, air, train, and rental car costs shall be reimbursed in accordance with
48 CFR Part 31.205 -46 "Travel Costs."
b. The billing for Direct Non -Salary Costs shall include an itemized listing of
the charges directly identifiable with the PROJECT.
c.
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.
d. All above charges must be necessary for the services provided under this
AGREEMENT.
3. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to
provide the Agreement Administrator with the flexibility to authorize additional funds to the
AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional
work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing
and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the
heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown
in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring
additional costs in excess of the Management Reserve Fund shall be made in accordance with
Section XIV, "Extra Work."
DOT Form 140 -089 EF Exhibit D -3
Revised 3/09
4. 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 Management Reserve Fund. The Maximum Total Amount Payable does not
include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum
amount payable is guaranteed under this AGREEMENT.
5. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs
authorized in 1 and 2 above. The monthly billing shall be supported by detailed statements for
hours expended at the rates established in Exhibit "E ", including names and classifications of all
employees, and billings for all direct non -salary expenses. To provide a means of verifying the
billed salary costs for the CONSULTANT'S employees, the AGENCY may conduct employee
interviews. These interviews may consist of recording the names, titles, salary rates, and present
duties of those employees performing work on the PROJECT at the time of the interview.
6. 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 upon receipt of all PS &E, plans, maps, notes, reports,
electronic data and other related documents which are required to be furnished under this
AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a
release of all claims for payment, which the CONSULTANT may have against the AGENCY
unless such claims are specifically reserved in writing and transmitted to the AGENCY by the
CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any
claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY
may pursue with respect to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item
and at the time of final audit, all required adjustments will be made and reflected in a final
payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the
CONSULTANT will refund such overpayment to the AGENCY within thirty (30) 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) days after receipt of the final POST AUDIT to begin the appeal process to the
AGENCY for audit findings.
7. Inspection of Cost Records: The CONSULTANT and their sub - consultants shall keep available for
inspection by representatives of the AGENCY, STATE and the United States, for a period of three
(3) 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
contract is initiated before the expiration of the three (3) year period, the cost records and accounts
shall be retained until such litigation, claim, or audit involving the records is completed.
EHIBIT E -1
Consultant Fee Determination - Summary Sheer
(Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work)
Project Name
Consultant:
Direct Salary Cost (DSC):
Name
Kevin Kim
Moein El -Aarag
Niftalem Bekit
Hana D'Acci
Bonnie Prather
Rachael Altona
Curtis Black
Tim Hedges
Andrea Stott
Brooksie Barton
Aaron Sherry
Collin Cabatbat
Boeing Access Road Over BNRR Bridge Rehabilitation
Jacobs Engineering Group Inc.
Classification Hours DSC Total
Project Manager 790 $ 88.57 $ 69,970
Sr. Structural Engineer 1074 $ 63.08 $ 67,748
Structural Engineer 1578 $ 39.30 $ 62,015
Design Engineer 1480 $ 27.40 $ 40,552
CADD Technician 1098 $ 42.79 $ 46,983
Project Assistant 57 $ 23.69 $ 1,350
Project Controls 60 $ 45.70 $ 2,742
Roadway Lead 128 $ 70.69 $ 9,048
Roadway Engineer 29 $ 48.60 $ 1,409
Signal Engineer 64 $ 47.50 $ 3,040
Drainage Engineer 48 $ 53.09 $ 2,548
Civil Engineer 250 $ 28.50 $ 7,125
Overhead (OH Cost - including Salary Additives)
OH Rate x DCS of
Fixed Fee(FF)
FF Rate x DCS of
Reimbursable:
Mileage
Reproduction (copies, plots Ect.)
Miscellaneous
Subconsultants Costs (See Exhibit G):
118.43%
30%
Total DCS $ 314,532
$ 372,501
$ 94,360
$ 200
$ 4,000
$ 340
$ 4,540
$ 231,839
Grand Total $ 1,017,772
EXHIBIT F
BREAKDOWN OF OVERHEAD COST
SEE ATTACHED
� Washington State
�I/ Department of Transportation
Lynn Peterson
Secretary of Transportation
September 19, 2013
Kathy Blackmon, Compliance Manager
Jacobs Engineering Group, Inc.
777 Main Street
Fort Worth TX 76102 -5300
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504 -7300
360 -705 -7000
TTY: 1-800-833-6388
www.wsdot.wa.gov
Re: Jacobs North American Infrastructure (NAI) Indirect Cost Rate Schedule
Fiscal Year End September 28, 2012
Corrected Letter
Dear Ms. Blackmon:
We have made a correction to your Indirect Cost Rate schedule for the above referenced fiscal
year. We originally issued a review rate letter on September 19, 2013. A correction has been
made to Jacobs North American Infrastructure (NAI) to accurately reflect actual costs for the
business unit, Jacobs NAI.
The reviewed data included, but was not limited to; the schedule of the indirect cost rate, a
description of the company, basis of accounting and description of Jacobs NAI accounting system
and the basis of indirect costs.
Based on our review, we are issuing this corrected letter of review establishing Jacobs NAI
Indirect Cost Rate for the fiscal year ending September 28, 2012, at 118.43% of direct labor for
home rate and 94.77% of direct labor for field rate. Costs billed to actual agreements will still be
subject to audit of actual costs.
Please check with the WSDOT Consultant Services Office (HQ) and /or the WSDOT Area
Consultant Liaison to determine when this reviewed rate will be applicable to your WSDOT
agreement(s).
If you, or any representatives of Jacobs NAI, have any questions, please contact Martha Roach,
Jeri Sivertson, or Steve McKerney at (360)705 -7003.
Sincerely,
Martha S. Roach
Agreement Compliance Audit Manager
MR:It
Enclosures
cc: Steve McKerney, Director of Internal Audit
Jeri Sivertson, Assistant Director of Internal Audit
Larry Schofield, MS 47323
File
EXHIBIT G
SUBCONTRACTED WORK
The CITY permits subcontracts for the following portions of the work of the AGREEMENT:
SUBCONSULTANT WORK DESCRIPTION AMOUNT
1 Alliance Geomatics Surveying and Mapping $ 12,833
MCR Logistics Rail Coordination $ 10,413
Shannon & Wilson Geotechnical investigation $ 84,627
TranTech Bridge inspection & Load rating $ 72,326
Widener & Associates Environmental documentation $ 51,640
TOTAL = $ 231,839
EXHIBIT G -1
SUBCONSULTANT FEE DETERMINATION
PROJECT: South Boeing Access Road Bridge Rehabilitation
COMPANY NAME: 1 Alliance Geomatics
NEGOTIATED HOURLY RATES:
Classification Hours x Rate = Cost
Principal Surveyor 3 x $ 151 $ 453
Survey Project Manager 8 x $ 121 $ 968
Project Surveyor 14 x $ 111 $ 1554
Technician V (Field) 40 x $ 88 $ 3520
Technician III (Field) 40 x $ 69 $ 2760
Tech V (CAD) 38 x $ 88 $ 3344
Admin 2 x $ 55 $ 110
Some rates may vary depending on personnel utilized.
REIMBURSABLES:
Misc disbursements (mileage, printing costs and the like)
Mileage at 44 miles at $0.565 = $25
Misc. consumable supplies, wood, flagging, paint
nails, printing, etc estimated at $99
TOTAL = $ 12,709
TOTAL = $ 124
GRAND TOTAL: = $12,833
EXHIBIT G-1
SUBCONSULTANT FEE DETERMINATION
PROJECT: Boeing Access Road Over BNRR Bridge Rehabilitation
COMPANY NAME: MCR Logistics
NEGOTIATED HOURLY RATES:
Classification Hours x Rate = Cost
Railroad Coordinator 114 x $90 $10,260
TOTAL = $10,260
Some rates may vary depending on personnel utilized.
REIMBURSABLES:
Mileage = $153
GRAND TOTAL: = $10,413
EXHIBIT G -1
SUBCONSULTANT FEE DETERMINATION
PROJECT: Boeing Access Road Over BNRR Bridge Rehabilitation
COMPANY NAME: Shannon and Wilson
NEGOTIATED HOURLY RATES:
Classification Hours x Rate = Cost
Principal in Charge 11 x $230 $2,530
Associate 52 x $170 $8,840
Senior Engineer 33 x140 $4,620
Project Engineer 204 x $110 $22,440
Drafter 18 x95 $1,710
Clerical 9 x$80 $720
TOTAL = $40,860
Some rates may vary depending on personnel utilized.
REIMBURSABLES:
Drilling = $39,366
Soil Laboratory Testing = $4,252
Misc disbursements (mileage, printing costs and the like) = $149
TOTAL = $43,767
GRAND TOTAL: = $84,627
EXHIBIT G -1
SUBCONSULTANT FEE DETERMINATION
PROJECT: Boeing Access Road Over BNRR Bridle Rehabilitation
COMPANY NAME: TranTech
NEGOTIATED HOURLY RATES:
Classification Hours x Rate = Cost
Senior Engineer 200 x $163 $32,600
Staff Engineer 320 x $94 $30,080
CAD Tech 8 x102 $816
Clerical 24 x $55 $1,320
TOTAL = $64,816
Some rates may vary depending on personnel utilized.
REIMBURSABLES:
Bridge Access Equipment Rental with Operator = $7,000
Misc disbursements (mileage, printing costs and the like) = $500
TOTAL = $7,500
GRAND TOTAL: = $72,326
EXHIBIT G -1
SUBCONSULTANT FEE DETERMINATION
PROJECT: Boeing Access Road Over BNRR Bridge Rehabilitation
COMPANY NAME: Widener & Associates
NEGOTIATED HOURLY RATES:
Classification Hours x Rate = Cost
Project Manager 139 x $154.00 $21,406
Project Biologist 308 x $86.80 $26,734
TOTAL = $48,140
Some rates may vary depending on personnel utilized.
REIMBURSABLES:
Cultural Resource Report = $3,500
GRAND TOTAL: = $51,640
EXHIBIT G -2
SUBCONSULTANT FEE DETERMINATION - SUMMARY SHEET
(SPECIFIC RATES OF PAY)
FEE SCHEDULE
SEE ATTACHED
MBE /DBE
1 ALLIANCE
GEOMATICS
SURVEYING & MAPPING
01 October 2013
Kevin S. Kim, P.E., S.E.
JACOBS
600 108th Ave NE, Suite 700
Bellevue, WA 98004
Subject: Hourly Rate Statement for "South Boeing Access Road Bridge Rehabilitation Project"
Dear Kevin,
Please consider this letter to be a statement of rates for 1Alliance Geomatics. It covers consulting work
for the City of Tukwila Public Works on efforts related to surveying and mapping for this project.
"South Boeing Access Road Bridge Rehabilitation"
1Alliance is a six - person firm with no calculated overhead rate. We charge a flat hourly fee for services
that is all- inclusive of direct salary, overhead, and fee. The hourly fees offered for this contract are the
standard fees we offer for preferred clients.
• Principal Surveyor - $151
• Survey Project Manager - $121
• Project Surveyor - $111
• Technician V (Field) - $88
• Technician III (Field) - $69
• Tech V (CAD) - $88
• Admin - $55
We appreciate the opportunity to work with you on this project. If you have any questions or need
additional information, please call at 253.981.4554.
Sincerely,
1Alliance Geomatics
Jason Nakamura, PLS
President
MCR Logistics LLC
October 1, 2013
Kevin Kim, P.E.
Project Engineer
JACOBS
600 108th Ave. NE, Suite 700
Bellevue, WA 98004
Subject: Hourly Rate Statement
Tukwila, WA. — Boeing Access Road bridge Rehabilitation
Dear Mr. Kim:
Below are the highest anticipated hourly billing rates for the Boeing Access Road Bridge
Rehabilitation project. These rates are fully burdened and are the lowest rates charged to our
clients.
Classification Hourly Billing Rate
Railroad /Agency Liaision $ 90.00
All direct reimbursable non salary costs will be invoiced without markup.
All travel costs will comply with the rules and regulations regarding travel costs in accordance with
the current WSDOT Accounting Manual M 13 -82, Chapter 10.
Sinperely,
, 0 , 141-1
MCR Logistics LLC
J. M. (Mike) Cowles
Principal
Widener & Associates
Transportation & Environmental Planning
1010832 "`Avenue 66 'Ste D Everett, WA 98204 -1302 Tel (425) 348 -3059 Fax (425) 348 -3124
September 26, 2013
JACOBS
600 108th Ave. NE
Ste 700
Bellevue, WA 98004
Subject: Hourly Rate Statement
Dear Kevin Kim, Project Manager
Please consider this letter to be a statement of rates for DGK Inc. DBA Widener & Associates (Widener).
It covers consulting work for;
City of Tukwila Public Works on issues related to environmental permitting and coordination for this
project.
"Boeing Access Road over BNRR Bridge Rehabilitation"
Widener is a five - person firm with no calculated overhead rate. We charge a flat hourly fee for services
that is all- inclusive of direct salary, overhead and fee. The hourly fees offered for this contract are the
lowest fees we offer for preferred clients. I also confirm that all direct nonsalary costs will be invoiced
without mark -up.
• Project Manager - $154.00
• Biologist - $86.80
We appreciate the opportunity to work with you on this project. If you have any questions or need additional
information, please call at 425 -503 -3629.
Ross L Widener
Vice President
WIDENER & ASSOCIATES
EXHIBIT G -3
BREAKDOWN OF SUBCONSULTANT OVERHEAD COST
See Attached
• Washington State
• �® Department of Transportation
Lynn Peterson
Secretary of Transportation
July 9, 2013
Jeannie Brozik, Accounting Manager
Shannon & Wilson, Inc.
400 N 34th St, Suite 100
PO Box 300303
Seattle WA 98103 -8600
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504 -7300
360 - 705 -7000
TTY: 1 -800- 833 -6388
vwwd.wsdot.wa.aov
RE: Shannon & Wilson, Inc. Indirect Cost Rate Schedules
Fiscal Year End December 31, 2012
Dear Ms. Brozik:
We accept the audit work performed by CPA Consulting, Inc. P.S. related to the Indirect
Cost Rate schedule for the above referenced fiscal year for Shannon & Wilson, Inc. Our
office did not review the work performed by CPA Consulting, Inc. P.S.
The schedule was audited by the CPA Consulting, Inc. P.S. for compliance with Part 31
of the Federal Acquisition Regulations. CPA Consulting, Inc. P.S. accepted an Indirect
Cost Rate for the year ended December 31, 2012, at 193.40% (rate includes Facilities
Cost of Capital of 0.198 %) of direct labor.
Based on the work performed by the CPA, we are issuing this letter establishing Shannon
& Wilson, Inc. Indirect Cost Rate for the fiscal year ending December 31, 2012, at
193.40% (rate includes Facilities Cost of Capital of 0.198 %) of direct labor. Costs billed
to actual agreements will still be subject to audit of actual costs.
Please check with the WSDOT Consultant Services Office (HQ) and/or the WSDOT
Area Consultant Liaison to determine when this reviewed rate will be applicable to your
WSDOT agreement(s).
Ms. Brozik
Shannon & Wilson, Inc.
July 9, 2013
Page 2
If you, or any representatives of Shannon & Wilson, Inc., have any questions, please
contact Martha Roach, Jeri Sivertson, or Steve McKerney at (360) 705 -7003.
Sincerely,
Martha S. Roach
Agreement Compliance Audit Manager
MR:ds
Enclosure
cc: Steve McKerney, Director of Internal Audit
Jeri Sivertson, Assistant Director of Internal Audit
Larry Schofield, MS 47323
File
ei IOW
11WWashington State
Department of Transportation
Paula J. Hammond, P.E.
Secretary of Transportation
November 17, 2011
Khashayar Nikzad, Owner
TranTech Engineering, LLC
12011 NE 1st Street, Ste 305
Bellevue, WA 98005-4830
Re: TranTech Engineering, LLC Overhead Schedule
Fiscal Year End December 31, 2010
Dear Mr. Nikzad:
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504 -7300
360- 705 -7000
TTY: 1- 800 - 833 -6388
www.wsdot.wa.gov
We have completed a desk review of your overhead schedule for the above referenced
fiscal year. Our review included the documentation provided by TranTech Engineering,
LLC.
The reviewed data included, but was not limited to; the schedule of the indirect cost rate,
a description of the company, basis of accounting and description of TranTech
Engineering, LLC's accounting system and the basis of indirect costs.
Based on our work, we are issuing this letter of review establishing TranTech
Engineering, LLC's overhead rate for the fiscal year ending December 31, 2010, at
146.26% of direct labor. Costs billed to actual agreements will still be subject to audit of
actual costs.
Please check with the WSDOT Consultant Services Office (HQ) and /or the WSDOT
Area Consultant Liaison to determine when this reviewed rate will be applicable to your
WSDOT agreement(s).
Also, remember that when you provide next year's overhead schedule to our office, you
will also need to submit your Compensation Analysis for review. This analysis must be
in compliance with the steps listed in the AASHTO Audit Guide, Chapter 7. We will
need your Compensation Analysis in order to complete our review of your overhead
schedule.
Mr. Nikzad
November 17, 2011
Page 2
If you, or any representatives of TranTech Engineering, LLC, have any questions, please
contact Martha Roach, Jeri Sivertson, or Steve McKerney at (360)705 -7003.
Sincerely,
Martha S. Roach
Agreement Compliance Audit Manager
MR:ds
Enclosures
cc: Steve McKerney, Director of Internal Audit
Jeri Sivertson, Assistant Director of Internal Audit
Larry Schofield, MS 47323
File
Exhibit H
Title VI Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in
interest agrees as follows:
1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-
discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part
21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS "), which
are herein incorporated by reference and made a part of this AGREEMENT.
2. Non - discrimination: The CONSULTANT, with regard to the work performed during the
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 the AGREEMENT covers a
program set forth in Appendix B of the REGULATIONS.
3. Solicitations for Sub - consultants, Including Procurement of Materials and Equipment: In all solicitations
either by competitive bidding or negotiations made by the CONSULTANT for work to be performed
under a sub - contract, including procurement of materials or leases of equipment, each potential sub -
consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under
this AGREEMENT and the REGULATIONS relative to non - discrimination on the grounds of race, color,
sex, or national origin.
4. Information and Reports: The CONSULTANT shall provide all information and reports required by the
REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information, and its facilities as may be determined by AGENCY, 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, STATE or the FHWA as appropriate, and shall set forth what efforts it has
made to obtain the information.
5. Sanctions for Non - compliance: In the event of the CONSULTANT'S non - compliance with the non-
discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT
sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to:
Withholding of payments to the CONSULTANT under the AGREEMENT until the
CONSULTANT complies, and/or;
• Cancellation, termination, or suspension of the AGREEMENT, in whole or in part
DOT Form 140 -089 EF Exhibit H
Revised 6/05
6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through
(5) in every sub - contract, 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 AGENCY, STATE or FHWA may direct as a
means of enforcing such provisions including sanctions for non - compliance.
Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with,
litigation with a sub - consultant or supplier as a result of such direction, the CONSULTANT may request
the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the
STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to
protect the interests of the United States.
Exhibit I
Payment Upon Termination of Agreement
By the Agency Other Than for
Fault of the Consultant
(Refer to Agreement, Section IX)
Lump Sum Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made shall
total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the
total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall
total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is
to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Specific Rates of Pay Contracts
A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this
AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT.
Cost Per Unit of Work Contracts
A final payment shall be made to the CONSULTANT for actual units of work completed at the time of
termination of this AGREEMENT.
DOT Form 140 -089 EF Exhibit I
Revised 6/05
Exhibit K
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s)
that total $1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step 1 — Consultant Files a Claim with the Agency Project Manager
If the consultant determines that they were requested to perform additional services that were outside of the
agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the
request for consideration of the claim to the Agency's project manager.
The consultant's claim must outline the following:
• Summation of hours by classification for each firm that is included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Timeframe of the additional work that was outside of the project scope;
• Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work; and
• Explanation as to why the consultant believes the additional work was outside of the
agreement scope of work.
Step 2 — Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency's project manager. The project manager will review the consultant's claim and will met with
the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If
the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the
Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local
Programs through the Region Local Programs Engineer. If the claim is not eligible for federal
participation, payment will need to be from agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Highways and
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.
DOT Form 140 -089 EF Exhibit K
Revised 6/05
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
Step 3 — Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary
for the Director of Public Works or Agency Engineer that included the following:
Copy of information supplied by the consultant regarding the claim;
Agency's summation of hours by classification for each firm that should be included in the
claim;
• Any correspondence that directed the consultant to perform the additional work;
• Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs
associated with the additional work;
Explanation regarding those areas in which the Agency does /does not agree with the
consultant's claim(s);
• Explanation to describe what has been instituted to preclude future consultant claim(s); and
• Recommendations to resolve the claim.
Step 4 — Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency
Documentation
The Director of Pubic Works or Agency Engineer shall review and administratively approve or
disapprove the claim, or portions thereof, which may include getting Agency Council or
Commission approval (as appropriate to agency dispute resolution procedures). If the project
involves federal participation, obtain concurrence from WSDOT Highways and 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.
Exhibit M -1(a)
Certification Of Consultant
Project No.
Local Agency
I hereby certify that I am Donald K. Nelson and duly authorized
representative of the firm of Jacobs Engineering Group Inc. whose address is
600 - 108th Avenue NE, Suite 700, Bellevue, WA 98004 and that neither I nor the above
firm I here represent has:
(a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other
consideration, any firm or person (other than a bona fide employee working solely for me or the
above CONSULTANT) to solicit or secure the AGREEMENT;
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the
services of any firm or person in connection with carrying out this AGREEMENT; or
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me or the above CONSULTANT) any fee, contribution, donation, or
consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT;
except as hereby expressly stated (if any);
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation in
connection with this AGREEMENT involving participation of Federal -aid highway funds, and is
subject to applicable State and Federal laws, both criminal and civil.
/0/ 3//3
Date
DOT Form 140 -089 EF Exhibit M -1(a)
Revised 6/05
Exhibit M -1(b)
Certification Of Agency Official
I hereby certify that I am the AGENCY Official of the Local Agency of City of Tukwila
Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this AGREEMENT to:
(a) Employ or retain, or agree to employ to retain, any firm or person; or
(b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or
consideration of any kind; except as hereby expressly stated (if any):
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation, in
connection with this AGREEMENT involving participation of Federal -aid highway funds, and is
subject to applicable State and Federal laws, both criminal and civil.
/oio.-3
Date
DOT Form 140 -089 EF Exhibit M -1(b)
Revised 6/05
Exhibit M -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 -year period preceding this proposal been convicted of or had a civil
judgment rendered against them for commission or 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 antitrust 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 (I)
(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, or 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.
Consultant (Firm): Jacobs Engineering Group Inc.
(Date)
DOT Form 140 -089 EF Exhibit M -2
Revised 6105
(Signature) President or Authorized Official of Consultant
Exhibit M -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 an 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 any Federal contract, grant, loan,
or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a member of
Congress, an officer or employee of Congress, or an employee of a member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance
with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who
fails to file the required certification shall be subject to a civil penalty of not less than $ 10,000 and
not more than $100,000 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 subcontracts which
exceed $100,000 and that all such subrecipients shall certify and disclose accordingly.
Consultant (Firm): Jacobs Engineering Group Inc.
/0/3/73'
(Date) (Signature) President or Authorized Official of Consultant
DOT Form 140 -089 EF Exhibit M -3
Revised 6/05
Exhibit M -4
Certificate of Current Cost or Pricing Data
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 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 Boeing Access Road Over BNRR Bridge Rehab *
are accurate, complete, and current as of October 3, 2013 * *. This certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Government that are part of the proposal.
Firm Jacobs Engineering Group Inc.
Name
Title Operations Manager
Date of Execution * ** October 3, 2013
* Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate identifying number (e.g., RFP No.).
** Insert the day, month, and year when price negotiations were concluded and price agreement
was reached.
* ** Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.
DOT Form 140 -089 EF Exhibit M-4
Revised 6 /05