HomeMy WebLinkAboutCOW 2005-07-11 Item 5C - Agreement - Tukwila Urban Center Signal Interconnect Consulting with Siemens COUNCIL AGENDA Siiwosis
4•.. s y murals Iz'EmNo.
o t
1 e, G7 S j MYleetzng Date Prepared by 1 Mayor's review 1 Council review
S Qi 7/11/05 1 CKetil rs 1
1 1 1 1
ITEM INFORMATION
CAS NUMBER. 05-103 I OMGINAL AGENDA DATE. JULY 11, 2005
AGENDA ITEM TITLE Urban Center Signal Interconnect Project Consultant's Agreement with Siemens
CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other
Mtg Date illtg Date flits Date illtg Date Mtg Date Mtg Date Mtg Date: 7/ 11105
SPONSOR El Council El Mayor Adm Svcs DCD Finance Fire Legal P&R Police PIY/
SPONSOR'S The contract is for the engineering design services for the traffic signal interconnect
SUMMARY project in the Tukwila Urban Center /Commercial Business District. This will update the
current traffic signal system from independent signal operation to a fully integrated,
regionally interfaced, multi -modal Intelligent Transportation System (ITS) using a fiber
optic cable network. Four firms were interviewed and Siemens received the highest score.
REVIEWED BY COW Mtg CA &P Cmte F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm. Planning Comm.
DATE. 6/27/05
RECOMMENDATIONS:
SPONSOR /ADM l Authorize Mayor to sign the agreement with Siemens.
COMM.(l'EE Approve agreement and forward to COW and then Regular Council.
COST IMPACT FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$285,877.00 $260,000.00 $0.00
Fund Source: 104 Commercial Streets (page 49, 2005 CIP)
Comments Total budget is $660, 000 for 2005 and can be allocated for design.
MTG. DATE 1 RECORD OF COUNCIL ACTION
7/11/05 1
I 1
I I
MTG. DATE
I ATTACHMENTS
7/11/05 1 Information Memo dated June 23, 2005
1 Consultants Rating Sheet
1 Consultant Cost Estimate, Agreemennd Scope of Work
1 Transportation Committee Meeting Minutes from June 27, 2005
Agreement contains standard Federal boilerplate language and i s therefore,
1 not copied within this packet. It you want a copy of the complete agreement,
it is available from the City Clerk's ottice.
INFORMATION MEMO
To:
From:
Date:
Subject:
Mayor Mullet
Public W orks Directo~
June 23, 2005
Urban Center Signal Interconnect Project
Consultant Agreement
Project No. 88-RW02
ISSUE
Approval of scope and fee documents in the amount of $285,877.00 to provide engineering
design services for the l!rban Center Signal Interconnect project.
BACKGROUND
For the past decade or more, the City has been planning to interconnect all the traffic signals in
the City, primarily in the Urban Center area, To that end, many miles of conduit have been
laid in open trenches at every possible opportunity. In 2003, Tukwila was awarded $180,000
in CMAQ (Congestion Mitigation and Air Quality) funds toward the engineering and design of
the signal interconnect project, In 2004 and early 2005, additional grant monies in the amount
of $1,206,215 from a Federal ITS Deployment Program were awarded toward construction.
In February 2005, a Request for Proposals was made for consultants interested in performing
the design work. Four fIrms submitted Proposals and three were short-listed for interviews.
The selected fIrm, Siemens, was given the highest scoring by the selection panel. Since that
time, staff has been negotiating the scope and fee documents.
ANALYSIS
The 2005 budget has $260,000 for engineering but this contract amount is for $285,877.00.
However, the federal earmark has been allocated under the Preliminary Engineering phase and
will remain there until the engineering has been completed. The additional cost for
engineering can be paid using the Federal ITS dollars. As the contract negotiations
progressed, it became clear that designing of ITS projects comes with a higher than typical
engineering cost (generally assumed at 10-15 % of the construction costs). It is not anticipated
at this time that using the federal funds for design will negatively impact the City's ability to
fully construct the project.
The attached scope and fee are the meat of the actual contract language. The full contract,
incorporating this scope and fee will be presented during the July 11, 2005, Committee of the
Whole meeting. Because of the federal funds involved, a standard federal contract will be
used.
RECOMl\1ENDATION
Refer the full contract to the July 11, 2005, Committee of the Whole meeting,
attachments
h:\pubworks\cyndy\inttrconnect\informatlon memo consultan selecrion 6-23-05.doc
I:)
G)
~
~
~
s.
~
~
-if>
~
~
G)
01:)
c: Q)
(II'o
.p,-
'-(}.
::;<f)
~t:
~-o
~c:
_ ro
Consultant/Ad dresslT elephon e
Local Agency Siemens ITS
Standard Consultant 8004 Cameron Road
Agreement I Austin, TX 78754
attn. Paul Wilson
Agreement Number
Federal Aid Number Project Title And Work Description
Tukwila Urban Center Signal Interconnect and ITS
Agreement Type (Choose one) Project: Provide professional services for the design
of the Tukwila Urban Center Signal Interconnect
~ Lump Sum and ITS project, preparation of bid documents for
Lump Sum Amount $ 285,877.00 construction and implementation, and assistance in
o Cost Plus Fixed Fee complying with FHW A ITS Deployment Program
Requirements
Overhead Progress Payment Rate % DBE Participation
Overhead Cost Method DYes ~No %
D Actual Cost WBE Participation
D Actual Cost Not To Exceed % DYes 181 No %
D Fixed Rate % FederallD Number or Social Security Number
39-1280256
Fixed Fee $ Do you require a 1099 for IRS? Completion Date
DYes ~No
o Specific Rates Of Pay
D Negotiated Hourly Rate Total Amount Authorized $ 285,877.00
D Provisional Hourly Rate Management Reserve Fund $ 14,123,00
o Cost Per Unit of Work Maximum Amount Payable $ 300,000.00
THIS AGREEMENT, made and entered into this day of
between the Local Agency of the City ofTukwila , Washington, hereinafter called the
"AGENCY" , and the above organization hereinafter called the "CONSULTANT"
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.
DOT Form 140-089 EF
Revised 12/99
Page 1 of 8
SIEMENS
_'i1,~[;t~tr%1f!'f'irli7rfm'{'J,~f~a~~
Scope of Work
v 8.0
6/22/2005
Siemens ITS
Page 1
SIEMENS
_,"-,'IT1;[Nil1,T17?(~(iI'it.l~iaIr;n~~tt~tf-'fI~
Table of Contents
Scope of Work. ............... ......... ......... ...... ........ ....... ........................... ..... ............... ................. ...... ...................1
Introduction.................................................................. ............................,.................. .................,......... .......3
Assumptions. .......................... . ............. ............. ......... ............ ........ .......... .... ..... ....... ..,...... ...,......... ..........3
Task 1: Project Management..........,..................................... ........................ ............ . ..............................3
Project Schedule and Budget ......... .............. ....,......,.... ..... .......... ............ . ..... ..,.. .... ..... ..... .........................4
Quality Assurance/Quality Control Plan ........ ....................,.......... ............... .......... ........,. ........... .................4
Deliverables .. ................ ................,....................................................................... ......................... ,....... ...4
Task 2: Concept Plan ..'....,..... ....'.. ,.... ,.. ..,.............. .................................. ..... ................. ........ ................. ....5
Operational Concept..............., .................... .............. ............. ... '......... ,... .. ..... .. ............,..........5
User Requirements.... .............................................................. .........................................,......................... 5
System Architecture. .;....,. ................,.................. ........ ........................................,...................................... 5
Alternatives Analysis and Recommendations .............................. .......... .... ........... ... .......... ..... ...... ....... .......5
Conceptual Design............. ........................................ ................,......... ,.............................................. ,.. '... 6
Deliverables.............,...... ..........,.......,...............,........................................................,......,......................... 7
Task 3: Design of Field Components and Equipment .................................................................................... 7
Data Collection.................. ................ ............ ..... ,....................................... ...................., ...,.....................8
TSP Design ............... ...... .......................................................................................,.....,....................... ......8
Design Drawings (PS&E)... ..,... .............. ................ ,.... ...................................,........,....,........................... ...9
City Responsibilities .....................,............................................................ .... ...... ....... ............. .........10
Design Assumptions...... .......................,......,....... ....... ................................. ,.............,................. ,......... ...10
Deliverables..... ....... .......... ..,.....' ............................... ............., ..............,...........................,.................... ...11
Task 4: Traffic Operations Center Enhancements .......................................................................................12
Assumptions.. ....... ............,. ......... ,............................ .........................,..............................,.................. .....12
Deliverables... ..... ..,........ ,........................ .......................... .............. ......,......... ......................... .......... .... ...12
Task 5: Funding.......... .....,.... ................ ............. ..... .......... ................... ......................................... ............. ..12
Deliverables... ....... .... ...................... ....................... ........... ..............................,.......................... .......... .....13
Task 6: Reporting of Project Benefits... ............. ........ ,................ .............. ,.... ............................ ...... .............13
Assumptions: ........ ............ ....................... ......... ................... ................................,..................... ......... ..... .13
Deliverables: ............ .............. ...... ......... .......... ..... ..,.... .........,.............. ....................................... .......... .....13
Optional Services ....... .... ........ ..... ............. ........,................,... ,........................,......... ........,................... ........14
Operations, Management, and Maintenance Plan ....................................... ............ ............. ............ ........14
Development of Signal Timing Plans ................................................................... .,....... ............................14
System Implementation/Integration ......... .......................... ............ ........ .................................. .............. ...15
On-Call Construction Support Services .......................................................... .... .,..................... ...............15
Siemens ITS
Page 2
SIEMENS
_~~~ro~tl~'ki-iJ~
Introduction
This scope of work describes the project tasks to be completed by the Siemens ITS Team for the first phase
(Phase I) of the Tukwila ITS project. The first phase will provide the City with a set of contract documents
(plans, specifications and cost estimate) for the construction of the signal system and ITS improvements.
The project is divided into four separate areas:
. CBD (31 signalized intersections assumed)
. Tukwila International Blvd (7 signalized intersections assumed)
. East Marginal Way (12 signalized intersections assumed)
. Interurban Ave (9 signalized intersections assumed)
The CBD area includes the area bounded by 1-5, Southcenter Blvd, West Valley Highway and S. 180111 Street.
Tukwila International Blvd includes the signalized intersections on Tukwila International Blvd from Military
Road to S, Boeing Access Road. East Marginal Way includes the signalized intersections on East Marginal
Way from the City of Seattle city limits to Interurban Avenue. Interurban Avenue includes the signalized
intersections from East Marginal Way to 1-405.
The Scope of Work described herein covers the CBD area. It is assumed that the other areas will be covered
under a separate phase of the Tukwila ITS project.
Assumptions
. The Scope of Work covers the CBD area only
Task 1: Project Management
Project management and administration will include the following activities:
. Project Set-Up (Project File and Cost Controls)
. Project Reporting (Progress Reports, Invoices, Schedule)
. Project Documentation (Project Documents, Meeting Minutes, File Maintenance)
. Project Client and Agency Meetings (Maximum of 10 assumed)
. Project Coordination
. Project Quality Control and Assurance
.
The Project Manager and Deputy Project Manager will represent the Team in all required meetings with the
City and other agencies. Work will include the preparation of presentation materials and appropriate handouts.
For all meetings attended, the Siemens ITS Team will prepare meeting agendas and minutes. Minutes will
comprise brief summaries of the discussed items together with action items (action/responsibility/due date).
The Team will construct and maintain a project contacts list.
The Project Manager, and technical members of the Team as appropriate will attend monthly project
meetings with the City staff and present project progress including updated project schedule and discuss
project issues with the City at these meetings for the purposes of receiving the Cities' input and resolving open
items.
Siemens ITS
Page 3
SIEMENS
~~i!fftfjj~IJ.r1if1:~ft:liaU:"fJ;,{l:J!qi]
Project Schedule and Budget
A project kickoff meeting will be held to review the elements of the proposed work plan, proposed schedule
and deliverables and confirm agency roles, stakeholders, applicable standards and lines of communication.
An important objective of the project kickoff meeting is agreement on the desired objectives and outcomes of
the project. To facilitate the highest level of project satisfaction the City will identify the roles and
responsibilities of City staff during the review process including technical review and project management.
City staff from engineering and signal maintenance and operations will be assigned to provide input to the
design and provide feedback on critical design issues and cost tradeoffs.
After the kickoff meeting, the Team will prepare a Systems Engineering Management Plan (SEMP) that clearly
lays out the following:
. Statement of Work, project tasks, and responsibilities
. Resource Loaded Schedule in MS Project
. City responsibilities - e.g, creation of Technical Advisory Group
. Project Team Organization, contact information for key staff on the Project, the roles and responsibilities of
each Team member (firm) on the Project. Technical milestones, inter-task, intra-project and inter-project
relationships,
. Project Control Method, Quality Control Plan for the Project
The SEMP will be a living document and will be expanded and amended during the course of the Project as
needed. The SEMP shall be used to track the project progress and any changes in the project scope and
direction. Project progress shall be reported on a regular basis to the City and any changes to the
scope/direction will be discussed and agreed with the City.
The Project Manager will prepare and submit a monthly progress report that details the status of work being
performed by the Team. These reports, in a form acceptable to the City, will include: a narrative of the tasks
accomplished in that month, an outline of the tasks anticipated to be accomplished in the next month, a
summary of problems which occurred during the previous month, identification of any anticipated problems, an
updated project schedule, an invoice detailing resources spent, work planned for the next reporting period and
a summary of the percent completion for each task of the Project. An updated MS Project Schedule will be
attached to each progress report.
A maximum of 10 project coordination meetings are assumed over the 10-month project schedule. These
meetings will include design reviews, coordination with City staff and coordination with agency stakeholders
(WSDOT, King County).
Quality Assurance/Quality Control Plan
The Siemens ITS Team will follow long-established Quality Assurance and Quality Control procedures.
Project quality control and assurance activities and review will be performed by the project principal. This will
include the review of all project submittals and deliverables.
Deliverables
. Systems Engineering Management Plan
. Attendance at Monthly Project Meetings - agenda and minutes
. Monthly Progress Reports
. Invoices
Siemens ITS
Page 4
SIEMENS
_.~lli~~~1l!1If1f'J~dif~J}i::.'j1~
Task 2: Concept Plan
In this Task, the Siemens ITS Team will develop a conceptual design for all Project components. The
conceptual design will be used to prepare detailed requirements for use in the detailed design. The document
will identify both technical and engineering issues which should be resolved before starting the detailed design.
Operational Concept
The Operational Concept will identify the expectations, goals, concepts, institutional actions, roles and
responsibilities that should be considered in the development of the A TMS system. This Concept will also
identify connections, cooperation, and coordination activities with other systems and agencies. The
operational concept will provide a roadmap for future enhancements to support funding application.
The team will conduct meetings with the project stakeholders to ensure that the policies, procedures. and
objectives of each are the foundation of the Operational Concept, and hence, the Design and final
Implementation Plan (optional) The Stakeholders will include the cities of Tukwila, Renton, the State of
Washington, and King County. For this phase, there will be no coordination with Seattle but there will be with
the County.
User Requirements
From the stakeholder interviews and the Concept of Operations, user requirements (needs) will be identified.
These requirements identify how the users will operate the system, the capabilities that are expected, and
constraints such as cost, reliability, and staffing expectations. User requirements will be developed for traffic
control, CCTV surveillance. vehicle detection, data sharing, communications, and future expansion. This task
will assume the use of ACTRA system by the City for their traffic control applications.
System Architecture
The Siemens ITS Team will develop a Project level architecture based on the identified requirements. The
Project level architecture will identify the sub-systems and the physical and logical connections between them.
The architecture will also identify the type and quantity of information to be exchanged between the various
sub-systems and with external systems. The architecture will distinguish between initial and future elements
and will identify the interfaces to be developed as part of this Project and the interfaces to be developed in the
future.
Alternatives Analysis and Recommendations
The Siemens ITS Team will investigate the alternative technologies available for each relevant system
component technology as needed. For each promising alternative, the following issues will be considered:
· Is it suitable for the project environment?
· How well does it address the high-level requirements?
· Is it affordable, both initially and for on-going operation and maintenance?
· Is it proven and low-risk?
· Is it available within the required time~frame?
The Siemens ITS Team assumes that communications equipment for the project will be procured by the City,
taking into consideration possible recommendations by the team. It is assumed that the City will specify vendor
products to be used, such as cameras. Evaluation of potential communications technologies will include
consideration of their physical placement requirements, whether field conditions are suited to those placement
constraints, and the need for installation of support structures where devices cannot be mounted on existing
Siemens ITS Page 5
SIEMENS
_(t1~rrrrn.~~~r:rr12';f;'f;f,t;r~r;Mktf.~~
facilities. The analysis will also consider tentative device locations (which may vary from one technology or
product to another) if the locations provided by the City prove not to be feasible, and the quantity of device
installations needed to meet project requirements within the project budget constraints. This will also include
an assessment of final CCTV count and locations, taking into consideration the stakeholders' interests, needs,
and available budget.
For vehicle detectors, loops and video detection technologies will be considered.
The CCTV technology assessment will consider both field-to-central and center-to-center applications. With
the availability of digital video, there are a number of options available for CCTV distribution that can have
major impact on communications requirements. Both analog and digital video options will be investigated and
their advantages and disadvantages clearly stated. The option for a fixed CCTV camera to provide both
vehicle detection and visual surveillance will be considered.
For communications technology task, the Team will assume a fiber backbone.
The results from the conduit field survey will be used to conduct a gap analysis which will identify the locations
where existing conduit can be used and the locations where the conduits needs to be replaced or installed.
For the locations where new conduit is needed, available communications media technologies will be
evaluated and the recommendation may result in a hybrid solution.
The Siemens ITS Team will also provide a recommendation of communications equipment that the City should
utilize for both signals as well as video, taking into account the City's recommendations. Both Analog and
Ethernet technologies will be evaluated for their implications to functionality desired by the City and costs.
The evaluation will consider flexibility for accommodating future expansion of the system and evolving
technologies.
Conceptual Design
This activity will bring together the analysis and decision making carried out in previous activities to develop a
comprehensive conceptual design. This will identify, and describe all the project's physical components and
relate them together logically, physically and geographically. This will result in a Physical System
Configuration.
The conceptual design will address the following components:
. Field Hardware (vehicle detection, visual surveillance (CCTV cameras)): number, identification of
location, mounting or placement, and hardware and firmware specifications.
. Central Monitoring and Control Facilities: computers and other system-related equipment, any
specialty furniture, and preliminary room layouts.
. Communications: identification of equipment and media specifications, "typical" configurations,
and locations; for links between field elements and the central ATMS system and between the
A TMS and external systems. Wireless Access Points will be considered as an alternative to
communicate with field devices,
The Conceptual Design will include preliminary cost estimates. If necessary, the number and location of field
devices will be varied to address any mismatch between the estimated cost and the available funds. In this
Siemens ITS
Page 6
SIEMENS
_<j'7~~~d-~1biF'flr,r'tJ~.j~!li~'1J~
case, preliminary device locations will be revisited to identify the lowest priority sites for potential elimination
and opportunities for replacing two devices with one in a compromise location. The priority of device sites will
be based on information collected from stakeholders as to which areas are the most in need of monitoring or
information dissemination and consideration of overall system functionality.
The impact of field device location on communications infrastructure cost will be considered in choosing the
final location of field devices,
The Siemens ITS Team will address the need for separate operations facilities (user interface) at maintenance
yards and City Hall as part of the Conceptual Design,
DeliverabJes
· Concept Plan (comprising Operational Concept, User Requirements, System Architecture, Conceptual
Design)
Task 3: Design of Field Components and Equipment
This task will include the design of all the field components and equipment needed to operate the traffic
management system. The field elements assumed to be included in the design for each project area are
summarized in Table 1.
Video UPS Backup #
#of Cabinet CCTV Detection System System
Project Area Intersections Upgrades Cameras # of of Detection Comm.
intersections intersections
CBD 31 20 10 5 All 6 locations All
T InU Blvd 7 4 2 1 6 21ocaUons All
E. Marg. Wy 12 8 5 2 11 3 locations All
Interurban 9 6 3 2 8 2 locations All
Table 1: Field Elements Assumed
This Scope of Work only covers the CBO project area. It is assumed that the other areas will be covered in a
later project phase.
It is assumed that all cabinet upgrades and/or replacements will be provided on the same corner and at the
same location of the existing cabinet. Foundation upgrades for new cabinets will be completed by using a
standard "pour around" of the existing foundation. It is assumed that no new right-of-way will be required for
any field elements (cabinets, poles, etc,). CClV and video detection cameras will be mounted on existing
signal poles. The amount and final location of the CClV cameras will have been determined as part of the
Concept Plan development, see Task 2, Communications equipment for the CClV cameras will be housed in
the controller cabinet (no separate CClV cabinet). UPS backup systems will use a standard mount on the
side of the signal cabinet. Transit and emergency vehicle signal priority capability will be assumed at all
project intersections. The design of the Transit Signal Priority equipment at 7/ocations is included in the
scope.
It is assumed that existing copper signal interconnect that is no longer needed can be removed from the
existing conduit if needed to provide space for fiber.
Siemens ITS
Page 7
SIEMENS
_{f!~~~;f(fJ.j.1'-'-1~71'l:~~
A complete list of key design assumptions is listed at the end of this task.
Data Collection
Field Reviews
The Siemens ITS team will conduct a field review of the project area to assess existing equipment, location of
aerial and underground interconnect, lighting, cabinet locations, speed limits, pavement markings and overall
existing field conditions. This data will be photographed to guide the design work and inform decision makers
of potential tradeoffs and design decisions. For controllers, data collected will include details of controller type,
cabinet type, condition of the cabinet, equipment in the cabinet, capacity of the conduit etc. For
communications, hub locations, demarcation boxes, antenna locations as needed will be identified.
Existing Conduit Inventory
The team will first collect and assess available data from as-built drawings, working drawings and the City's
existing GIS database. This data will be provided by the City to the Siemens ITS team and will include any
drawings, sketches or records that describe the location of existing and/or planned conduit, interconnect (fiber
and copper), signal equipment, cabinets, cameras and other field devices. Based upon this data, the Siemens
ITS team will determine the potential gaps and needs in the City's communication system and determine the
potential areas where additional field review and conduit surveys may be needed or justified. It is assumed
that 50% or more of the City's conduit that will be used for the communications design will be empty or will not
need conduit proofing. It is also assumed that the remaining conduit surveys can be performed within 100
manhours.
Conduit surveys will be conducted where new cable is proposed in existing conduit. The City will provide
assistance with the conduit proofing and will provide the Siemens ITS team with access to existing cabinets,
junction boxes and utility vaults.
Data to be Provided by the City
Aerial Orthophoto
The City will provide the team with an aerial orthophoto (flown within the last 5 years) of the project area that is
scalable to 1" = 20 feet. The aerial will be provided in a format that can be imported into AutoCAD. The aerial
photo will be used as a base map for the design of the field components.
Existing Underground Utilities and Right-of-Way
Where trenching, paving, foundations (poles, cabinets) or underground utilities are proposed, the Siemens ITS
team will need as-built data on existing utilities, This data will be provided by City and/or collected (by the City)
from the utility companies. To the extent possible, utility and Right-of-way data will be provided to the team in
an electronic format (digitized) that can be imported into the design drawings (AutoCAD).
TSP Design
The Siemens Team will design the installation of Transit Signal Priority (TSP) equipment at seven intersections
in the study area: 5 intersections on Strander Blvd and 2 intersections on Andover Park West. The design
work will include plans, specifications and cost estimates for the following TSP elements:
. Design of the location and hardware for the installation of the Yagi antenna for detecting transit
vehicles
. Design of the location and hardware for the installation of the TSP reader and reader cabinet.
Siemens ITS Page 8
SIEMENS
_{9t~~1lfmtfffrlr:tj''7r;tf~lFfi'(:ilt:jf~
. Installation of the Transit Signal Priority Request Generator (TPRG) located in the traffic signal
controller cabinet.
. Design of the conduit and cable for the communications between the reader and the TPRG.
. Design of the communications system between individual TPRG's.
. Design of the communications from the master TPRG to King County's traffic management center.
. Design of the power supply for the TSP equipment.
Design Drawings (PS&E)
The design of the field components and equipment will be divided into 60%, 90% and 100% design phases
and submittals. Field components and equipment will be designed to meet Tukwila, WSDOT (where
appropriate), King County (where appropriate) and Federal design requirements. These components include
fiber communications, switches and field devices, CCTV cameras, system detection, cabinet upgrades, UPS
systems and/or other accessory equipment.
60% Design
The 60% design will be developed to sufficient detail to identify the key design elements, design conflicts,
flaws, communication needs and the need for cross agency coordination and/or cooperation. The 60% design
will provide an important opportunity to provide a realistic cost estimate of the proposed improvements to
ensure conformance with the financial constraints and standards of the project. The 60% design drawings and
cost estimate will be submitted to the City for review, comment and input. Some of the key design decisions
may include:
. Location of field devices (cameras, cabinets, poles, system loops)
. Communications hardware (Ethernet, serial)
. ADA compliance (curb ramps)
. Underground pathway/conduit
The design of curb ramp improvements is assumed to occur only on intersection corners impacted by the
proposed improvements (companion ramps not included). For estimation purposes, a maximum of 10
intersection curb ramp improvements are assumed for the CBD area. Based upon input and review of the
60% design, more detailed design drawings (90% level) will be prepared. It will be important for the City staff
and agency stakeholders to concur on the location and design of field elements and communications before
proceeding with the 90% design. A design review workshop with City staff and agency stakeholders will be
completed to facilitate decision making and coordination of the final design elements. This workshop will be
held at the City of Tukwila, The team will evaluate opportunities and/or alternatives to reduce communications
requirements, reduce project costs, reduce underground utility conflicts and will field verify the communications
pathway to cabinets and existing equipment where needed. City staff will use a bucket truck to visually
confirm the location and coverage of proposed CCTV camera locations.
90% Design
Preparation of the 90% design drawings, specifications and cost estimate will build upon comments and
feedback received on the 60% drawings. Technical specifications and an updated project cost estimate will be
prepared. Preparation of the 90% drawings, specifications and cost estimate will provide a complete,
coordinated and integrated set of bid documents for review by City staff and agency stakeholders. The City
will provide the Siemens ITS team with the boilerplate specifications in electronic form. The team will insert
the technical specifications into the boilerplate. Technical specifications will be prepared for any work that is
not covered by or described in the City of Tukwila's or WSDOT standard specifications and plans. The 90%
Siemens ITS
Page 9
SIEMENS
__Lrtlt17rrrr~~~~~(:f/{j
drawings can be used to apply for agency permits and secure agency approval for a fully funded project.
Additionally, design elements that require a long lead time (poles, hardware) may be identified and pre-ordered
to avoid delays in construction.
100% Design
Based upon approvals and comment at the 90% design, the team will prepare final (100%) design drawings,
specifications and cost estimate. The 100% design effort will not include design changes to the 90% design
but will be limited to final completion of the details and refinements to the 90% design.
City Responsibilities
1. The City will provide an aerial orthophoto for the project.
2. The City will provide existing records and/or drawings that describe the location of existing conduit and
interconnect (fiber and copper).
3. The City will provide a copy of the Transvalley Project construction drawings.
4. The City will provide standard title block, standard general notes and border for design drawings.
5. The City will provide the boilerplate for the technical specifications,
6. The City will coordinate review comments on design submittals.
7, The City will provide field assistance with conduit proofing.
8. The City will print and produce bid advertisement documents and drawing sets,
9 The City will provide location recommendations for all field equipment
10. The City will specify vendor products to be used in the design, e,g. for cameras. Where the City does not
have a clear preference for products to be used, the team will provide recommendations for vendor
products based on its professional expertise.
Design Assumptions
The key design assumptions include:
1. Improvements will be designed to City standards. WSDOT standards will be used if there are no City
standards.
2. WSDOT standard plans and specifications can be referenced on the drawings and/or technical
specifications.
3, Advanced detection can be used for system detection.
4, Pavement loops in separate traffic lanes will be placed on separate detection channels.
5. A UPS backup system will be designed at all project intersections, UPS backup systems will use a
standard mount on the side of the signal cabinet. One standard UPS system design will be used for the
project and will include communications.
6. Stand alone metered service will be used for the signal system and equipment.
7, Existing signal poles will be used to mount CCTV and video detection cameras.
8. Communications equipment for the CCTV cameras will be housed in the controller cabinet (no separate
CCTV cabinet), A maximum amount of 10 CCTV cameras is assumed to be required.
9. Existing copper signal interconnect that is no longer needed can be removed from the existing conduit if
needed to provide space for fiber.
10. Transit and emergency vehicle signal priority capability will be assumed at all project intersections. The
design of the transit signal priority equipment (reader, antenna, TPRG) and emergency vehicle signal
priority equipment (Opticom detectors) is not included in the scope.
11. General plan information will be shown at 1 n = 30 scale. Intersection plans and details will be shown a 1"
= 10 or 20 scale.
Siemens ITS
Page 10
SIEMENS
_'WflMI1.rn~~~ti}~
12. The cost estimate assumes a maximum of 100 hours will be used for conduit proofing
13. Station and offset will not be required for system improvements. Station and offset may be used for
paving improvements if survey and roadway alignment information is provided by the City.
14 ADA compliant curb ramps will be provided on intersection comers that are disturbed by the proposed
improvements. A maximum of 10 curb ramp improvements is assumed. This may include the retrofit of
existing curb ramps. Companion ramps will not be included, The City will provide a standard
specification for the construction of new and/or retrofit curb ramps.
15. New conduit will be located under existing and/or proposed sidewalk.
16. The consultant will not be responsible for the accuracy of existing utility data.
17. No design changes will be made after the 90% submittal. The 100% design effort is assumed only to
include final details and refinements to the 90% design.
18. Cabinet replacements will be located in the same location as the existing cabinets. Foundation upgrades
for new cabinets will be completed by using a standard .pour around" of the existing foundation
19. No new right-of-way will be required for any of the design improvements.
20 City of Tukwila and/or WSDOT standard drawings and/or specifications will be referenced for pavement
restoration and paving details. Approximate paving quantities will be shown on the plan sheets.
21. The design drawings will indicate where trenching in sidewalk and/or roadways will be required. The
exact paving limits for trenching will not be detailed. Stationing and offset dimensioning will not be
required.
22. Design of new and/or restored pavement sections will not be required. Standard WSDOT and/or Tukwila
pavement patching details will be referenced.
23. Existing curb ramps will not be relocated but will be restored in place. New curb ramps will not require
utility relocation. The approximate location of new curb ramps will be shown in the drawings (station and
offset will not be used). The exact location of the curb ramp will be field verified and approved by the
City's construction engineer prior to construction. A maximum of 10 curb ramps (new and/or restored)
are assumed in the design.
24 A detailed equipment procurement specification will not be required, Standard or City recommended
vendor products or approved equals will be referenced in the design and specifications.
25. The consultant will not perform a detailed evaluation of different vendor products satisfying the user
requirements. Recommendations will be given based on the City's input and the consultanfs experience
and expertise.
26. TSP will be installed on two approach legs to each intersection.
27. The Vagi antenna and reader will be located 500 - 1000 feet in advance of the intersection,
28. The signal system interconnect (fiber and/or copper) will be used for TSP communications,
29. Vagi antenna and readers will be mounted on existing light poles.
30. The TSP design will not include the relocation and/or modification of existing bus stops,
31. King County mounting standards and details will be used for the TSP hardware.
32. Programming of the TSP equipment will be completed by King County Metro.
Deliverables
. Existing Conditions Data
. 60% Drawings & Cost Estimate (1 hard copy, 1 pdf copy)
. 90% Drawings, Specifications & Cost Estimate (1 hard copy, 1 pdf copy)
. 100% PS&E (1 full size Mylar set, 1 pdf copy, CAD files on a CD)
Siemens ITS
Page 11
SIEMENS
~Jiij,~_o{.~~~"'I'ir."ii-iJ~
Task 4: Traffic Operations Center Enhancements
The task will include expansion of the existing TOC in the Operations and Maintenance Building as well as the
development of a new satellite center in the Public Works Building. It is assumed that TOC's at both locations
will be housed in existing rooms. The Siemens ITS Team will prepare the layouts of TOC's showing the
consoles, equipment racks and video wall based on the requirements defined in Task 2. As part of this task,
the Siemens Team will arrange for up to three vendors of the TOC equipment to come and give a
demonstration of their equipment. Based on cost considerations and City requirements, the Siemens ITS
Team will prepare the specifications for consoles and video wall.
Assumptions
. No architectural services, electrical engineering services, and mechanical engineering services are
required.
Deliverables
. TOC Layouts
. Specifications for console and Video Wall
Task 5: Funding
The Siemens ITS Team will help City of Tukwila to maximize benefit to taxpayers in the determination of the
matching resources requirements leveraged by the $1.2 million in USDOT ITS Deployment Program grant
funds that support the construction of this project. In compliance with Federal Highway Administration
requirements, the team will assist Tukwila in defining (with an audit trail) the 40% of the matching share that
must come from non-Federally derived funding sources (including the time of city staff), as well as the other
60% of the match that may include the value of other Federally supported projects associated with the present
integration project.
The Siemens ITS Team will obtain and review the history of events and statements leading up to the
Integration Project earmark, and the thinking that went into it. The team will then review the City of Tukwila
budget and expenditure records on signal synchronization activities to date, and identify all Tukwila City
personnel/positions to be involved in the project, and determine contributed resource match in their
compensation under FHWA rules. Signal system interfaces and other relevant ITS interfaces with neighboring
jurisdictions will be determined and inventoried to seek non-Tukwila spending that qualifies as match, Pertinent
cross-functional relationships between City of Tukwila and other public and private sector organizations will be
determined and translated into eligible resource match items from outside Tukwila in areas such as emergency
coordination and public transit. The team will determine non-grant-funded communications equipment, conduit,
facility, and other pertinent expenditures forthcoming from Tukwila as well as neighboring jurisdictions and
other agencies outside of the City of Tukwila. The team willlisUdescribe prospective match items under the
rules. Options for City of Tukwila expenditure from non-grant sources of municipal funds, based on potential
reprogramming or simply revised characterization of existing budgeted resources, will also be evaluated.
In the end, the team will create a memorandum plan for the $1.2 million in matching resources for the grant-
funded implementation.
Siemens ITS
Page 12
SIEMENS
__if1~17~dml;f;f;1~";n;1~
Deliverables
. Plan for resource match
Task 6: Reporting of Project Benefits
Project benefits will be reported as required by the ITS Deployment Grant. This will also include the creation of
a Local Evaluation Report documenting the lessons learned in meeting project goals and objectives, any
technical and institutional issues encountered in integrating ITS components, and any experiences, challenges
and approaches used in achieving consistency with the National ITS Architecture and/or implementation of ITS
standards. .
As part of the Local Evaluation Report, a general overall assessment of the project will be performed, focusing
on the following measures as discussed in the TEA-21 Evaluation Guidelines:
- reduced delay, travel time
In order to properly evaluate the completed ITS project the City will provide collected data and information prior
to the implementation of the project for a baseline comparison, Field data may include floating car travel time
studies, side street delay and saturation flow rates, traffic volumes etc.
Once the project is completed the data collection stations will be able to provide the necessary information
easily that will be used to compare to the baseline data. Measurable goals will be defined to rate the
effectiveness of the project.
Assumptions:
. It is assumed that the City will provide the Siemens ITS Team collected data and information prior to
the implementation to allow the creation of a baseline. No additional baseline data collection is part of
this scope and budget.
. The after construction traffic related data and information will be collected using data provided by the
City. No additional traffic data collection is required.
Deliverables:
. Local Evaluation Report showing project benefits and lessons learned
Siemens ITS
Page 13
SIEMENS
_i!l{jf;t1[~!l:!~.{fft~fftimfl11~rr;r'1-Jryr;r.';i-'!I~
Optional Services
The following tasks and activities are optional services that are not included in the current scope and budget.
Should the need for those services arise at a later time, the following are descriptions of typical activities.
Operations, Management, and Maintenance Plan
OM&M requirements will be determined both in terms of staff requirements (number as well as required
technical capability) and equipment requirements. These requirements will be compared against existing
resources at the City. For additional resources, altematives considered will include using City-owned
resources or contracting out OM&M activities. The optimal solution may be a combination of the two. Under
certain circumstances, it is more economical to contract out activities that require specialized equipment or
skills, as this requires resources to both buy the equipment and train the staff. Siemens ITS staff will have
prior discussions with the City staff before considering any contracting options to make sure that there are no
conflicts with any Union contracts.
Development of Signal Timing Plans
The Siemens ITS team will develop an AM, PM and midday Synchro model for each corridor in the project
area, as well as separate models for the weekends and peak holiday shopping season. Synchro will be used
to develop an optimum cycle length and time-based signal coordination plans (AM, PM, midday) for each
intersection within the study area. The Synchro model will be built based upon the aerial orthophoto and data
collected from the field reviews. Based upon the mode! results, the team will identify the location for the
system detection for traffic operations. In addition, the team will evaluate technologies that are available for
system detection and make recommendations for the most cost-effective solution to meet the City's needs and
objectives.
Existing traffic count and signal timing data will be used to build the Synchro model for each project area, The
Synchro model will be used to evaluate cycle lengths, band width, delay, traffic congestion and potential traffic
management alternatives. The potential delay savings and economic and environmental benefits from
proposed signal timing improvements will be quantified for state and federal grant applications.
Traffic Count and Signal Timing Data
The City will provide the Siemens ITS team with existing signal timing data at all project intersections. This
data will be used to model and analyze existing traffic conditions and to identify proposed timing plan changes.
Signal timing data will include signal groupings, free operations, coordination, cycle length, offsets, splits and
time of day settings. Existing City traffic counts will be utilized where available.
Deliverables
. AM, PM & Midday, Weekend and Peak Holiday Shopping Signal Timing Plans
. Signal Timing Benefits (delay, air quality)
Assumptions
. Traffic counts will be performed for a maximum of 31 intersections
. Signal timing plans will be developed for AM, PM and Midday peaks, Weekends and Peak Holidays
The deliverable for the signal timing plan will be a Synchro Report with the proposed signal phasing,
splits and offsets for each intersection.
Siemens ITS
Page 14
SIEMENS
~~lf!.-'1r%fi'I~m1J'CtJlhf2~1:t'1(l,r~1tFi,'[.i1ki-"~
System Implementation/Integration
The Siemens ITS Team will provide system integration services which will include procuring computer and
display hardware, commercial-off-the-shelf software, installing the ACTRA system, creating map and
intersection graphics, defining and entering configuration data, connecting field control/ers, conducting end-to-
end system testing, signal timing upload, and installing and verifying new signal timings. Integration will also
include providing system documentation and training. The Siemens ITS Team will also provide services to
integrate other elements identified as part of the operational concept of the Project.
On-Call Construction Support Services
The Siemens ITS Team will work together with the construction contractor to facilitate the construction
activities. This may include the review of contractor submittals and Requests for Information (RF/'s) potential
design changes due to changed condl1ions, integration of the field devices, training, coordination with other
entl1ies for Right-of-Way as needed, and other activities during the construction phase as appropriate to
support the timely implementation of the system.
Siemens ITS
Page 15
Exhibit B-2
Scope of Work
(Task Order Agreement)
Each Item of work under thIS AGREEMENT will be provIded by task assIgnment. Each assIgnment will be
mdlvldually negotlated wIth the CONSULTANT The amount establIshed for each assIgnment will be the
maXImum amount payable for that assIgnment unless modIfied m wntmg by the AGENCY. The AGENCY IS
not obhgated to assIgn any specIfic number of tasks to the CONSULTANT, and the AGENCY'S and
CONSULTANT'S obhgatlons hereunder are lnmted to tasks assIgned m wntmg. Task assIgnments may mclude
but are not lImIted to, the followmg types of work:
A. NOT APPLICABLE
B.
C
D,
E.
F.
Task assignments made by the AGENCY shall be Issued in wntmg by a Fonnal Task AssIgnment Document
sImilar m fonnat to page 2 of thIS exhibIt.
An assIgnment shall become effectlve when a fonnal Task AssIgnment Document IS sIgned by the
CONSULTANT and the AGENCY, except that emergency actlOns requmng a 24-hour or less response can be
handled by an oral authonzatlon, Such oral authonzatlon shall be followed up wIth a Fonnal Task Assignment
Document wlthm four workmg days, and any billmg rates agreed to orally (for mdlvlduals, subconsultants, or
orgamzatlons whose rates were not prevlOusly establIshed m the AGREEMENT) shall be provislOnal and subject
to [mal negotiatlOn and acceptance by the AGENCY.
Formal Task Assignment Document
Task Number
The general prOVlSlons and clauses of Agreement
Task AssIgnment
shall be In full force and effect for thIS
LocatIon of ProJect:
Project Title, Tukwila Urban Center SIgnal Interconnect and ITS ProJect: ProvIde profeSSlOnal servIces for the
MaXImum Amount Payable Per Task AssIgnment:
CompletIon Date:
DescnptIon of Work:
(Note attachments and gIVe bnef descnptlOn)
Agency Project Manager SIgnature:
Date:
Oral AuthonzatIon Date'
See Letter Dated:
Consultant SIgnature:
Date:
Agency Approvrng Authonty:
Date:
Exhibit C-1
Payment
(Lump Sum)
A. Lump Sum Agreement
Payment for all consultmg servIces for thIS project shan be on the basIs of a lump sum amount as shmvn m
the headmg of the AGREEMENT.
1. Management Reserve Fund
The AGENCY may desrre to establIsh a Management Reserve Fund to provIde the Agreement
Admilllstrator the flexibilIty of authonzmg addItIonal funds to the AGREEMENT for allowable
unforeseen costs, or relmbursmg the CONSULTANT for addItIonal work beyond that already
defmed ill thIS AGREEMENT. Such authonzatIon(s) shall be m wntmg and shall not exceed the
lesser of$50,000 or 10% ofthe Lump Sum Amount as shown m the headmg of thIS Agreement. The
amount illcluded for the Management Reserve Fund IS shown m the headIng of the AGREEMENT,
ThIS fund may be replemshed m a subsequent supplemental agreement. Any changes requmng
addItIonal costs In excess of the "Management Reserve Fund" shall be made m accordance wIth
SectIon XN, "Extra Work."
2. 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 headmg of thIS AGREEMENT. The maximum
total amount payable IS compnsed of the Lump Sum Amount and the Management Reserve Fund. The
MaxImum Total Amount Payable does not mclude payment for extra work as stIpulated m SectIon XIV,
"Extra Work."
B. Monthly Progress Payments
PartIal payments maybe made upon request of the CONSULTANT to cover the percentage of work
completed, and are not to be more frequent than one (1) per month. To provide a means ofvenfymg the
mVOlced salary costs for the Consultant's employees, the AGENCY may conduct employee mtervIews.
These illtervIews may consIst ofrecordmg the names, tItles, salary rate, and present dutIes of those
employees perfonning work on the PROJECT at the tIme of the mtervlew,
C. Final Payment
Final payment of any balance due the CONSULTANT of the gross amount earned will be made promptly
upon Its venficatIon by the AGENCY after the completIon of the work under thIS AGREEMENT, contmgent
upon receIpt of an PS&E, plans, maps, notes, reports, and other related documents WhICh are reqUIred to be
furnIshed under thIS AGREEMENT. Acceptance of such fmal payment by the CONSULTANT shall
constItute a release of all clam1s for payment which the CONSULTANT may have against the AGENCY
unless such clanllS are specIfically reserved m wntrng and transmItted to the AGENCY by the
CONSULTANT pnor to Its acceptance. SaId final payment shall not, however, be a bar to any claIms that the
AGENCY may have agamst the CONSULTANT or to any remedIes the AGENCY may pursue wIth respect
to such claIms,
It IS agreed that payment of any billmg will not constitute agreement as to the appropriateness of any Item
and that at the tIme of fmal audIt, all requrred adjustments will be made and reflected In a fmal payment. In
the event that such fmal audIt reveals an overpayment to the CONSULT Ai'JT, the CONSULTANT agrees to
refund such overpayment to the AGENCY wIthIn nInety (90) days of notIce of any such payment. Such
refund shall not constItute a waIver by the CONSULTANT for any claIms relatmg to the valIdIty of a fmdmg
by the AGENCY of overpayment.
D. Inspection of Cost Records
The CONSULTANT and hIs/her sub consultants shall keep available for mspecTIon by representatIves of the
AGENCY, the STATE, and the Umted States for a penod of three years after final payment the cost records
and accounts pertammg to thIS AGREEMENT and all Items related to or beanng upon these records WIth the
folloWIng exceptIOn. If any lItigation, claIm, or audIt ansmg out of, m connectton wIth, or related to thIS
contract IS mlTIated before the eXpIraTIOn of the three-year period, the cost records and accounts shall be
retamed until such httgatton, claIm, or audIt mvolvmg the records IS complete.
Exhibit D-1
Consultant Fee Determination - Summary Sheet
(Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work)
Project: TukwiIa Urban Center Signal Interconnect and ITS Project: Provide professional services for the
Direct Salary Cost (DSC):
Classification
Man Hours
40.0 X
388.0 X
210 0 X
X
X
X
X
X
X
Principal
Senior Associate
Associate
Overhead (OH Cost -- including Salary Additives):
OH Rate x DSC of 1.75 % x $
Fixed Fee (FF):
FF Rate x DSC of
0.275
%x$
Reimbursables:
Itemized
Subconsultant Costs (See Exhibit G):
Grand Total
Prepared By' Michael Wieck
Rate = Cost
59.15 $ 2,366 00
50.02 19,407.76
36,08 7,576.80
Total DSC =
$
29,350.56
29,350.56
51,363.48
29,350.56
8,071.40
19,80000
177,286.95
285,872.40
Date.
June 28, 2005
Exhibit D-2
Consultant Fee Determination. Summary Sheet
(Specific Rates of Pay)
Fee Schedule
Discipline or Job Title
Hourly
Rate
Overhead
@ %
Profit
@ %
Rate
Per Hour
EXHIBIT E . Breakdown of Overhead Cost
Siemens Energy & Automation, Inc.
Business Unit Intelligent Transportation Systems
SCHEDULE OF INDIRECT COSTS
FY 2004
AUDITED %Of
ITEM AMOUNT Direct Labor
Direct Labor $1,622,832
Fringe Benefits and Related Costs
VACATIONS $125,456 7,7%
HOLIDAYS 89,349 5.5%
PAYROLL TAXES AND HEALTH BENEFITS 513.663 31.7%
Subtotal $728,468 44.9%
General Overhead
INDIRECT LABOR-ADMINISTRATIVE $547,196 33.7%
INDIRECT LABOR-RESEARCH AND DEVELOPMENT 1_1,048 0.7%
TEMPORARY LABOR 6,880 0.4%
WORK MANS' COMPENSATION 8,235 0.5%
RENT -FACILITIES 332,338 20.5%
LEASED COMPUTER EQUIPMENT 23,014 1.4%
RENT-OFFICE EQUIPMENT 8,623 0.5%
RENT-OTHER 6,965 0.4%
FACILITIES TRANSFER/MOVING COSTS 4,302 0.3%
BUILDINGS AND GROUNDS 115,486 7.1%
OFFICE SUPPLIES AND SERVICES 31,304 1.9%
INSURANCE 75,471 4.7%
TELEPHONE 116,368 7.2%
UTILITIES 863 0,1%
SECURITY SERVICES 375 0.0%
PROPERTY TAXES 636 0.0%
POSTAGE 12,042 0.7%
PROFESSIONAL CONFERENCES AND MEETINGS 7,089 0.4%
LEGAL AND ACCOUNTING 7,581 0.5%
HUMAN RELATIONS 28,835 1,8%
INFORMATION TECHNOLOGY 85,422 5.3%
MARKETING AND SELLING 83,000 5.1%
GLOBAL PROCUREMENT 0 0.0%
SUPPLY CHAIN MANAGEMENT 0 0.0%
SUBSCRIPTIONS, BOOKS AND DUES 5,187 0.3%
DEPRECIATION AND AMORTIZATION 731,157 45.1%
EMPLOYEE MORALE & WELFARE 763 0.0%
EMPLOYEE EDUCATION 5,626 0.3%
TRAVEL 142,805 8.8%
AUTOMOBILE EXPENSE-LEASED VEHICLES 10,305 0.6%
EMPLOYEE RELOCATION 7,075 0.4%
MISCELLANEOUS 13,954 0.9%
CORPORATE ALLOCATIONS 68,433 4.2%
CONTRIBUTIONS AND DONATIONS 0 0.0%
ENTERTAINMENT 0 0.0%
BAD DEBTS 0 0.0%
Subtotal $2.498.377 154.0%
TOTAL EXPENSES $3,226,844 198.8%
* NOTE: Although our F04 overhead ,ate calculates at 198.8%, we are proposing a rate of 175%
Exhibit F
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 tune of termmation IS to the
total work requIred for the PROJECT. In addItIon, the CONSULTANT shall be pmd for any authonzed extra
work completed.
Cost Plus Fixed Fee Contracts
A fmal 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 oftenmnatlOn IS
to the total work requIted for the ProJect. In addItIon, the CONSULTANT shall be pmd for any authonzed ex1ra
work completed.
Specific Rates of Pay Contracts
A fmal payment shall be made to the CONSULTANT for actual hours charged at the tIme ofterrmnatlOn ofthI8
AGREEMENT plus any direct nonsalary costs incurred at the hIDe of tenmnahon of thIS AGREEMENT.
Cost Per Unit of Work Contracts
A fmal payment shall be made to the CONSULTANT for actual umts of work completed at the tIme of
termmation of thIS AGREEMENT,
Exhibit G
Subcontracted Work
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT:
Task 1 of Scope of Work' Desi[?1 ofField romponents and Equipment
Task '5' Funding
Task 6' Reporting of Project Benefits (partialJy)
p\<S
Exhibit G-1
Subconsultant Fee Determination - Summary Sheet
Project: Tukwila Urban Center Signal Interconnect and ITS Project: Provlde professional services for the
Direct Salary Cost (DSC):
Classification Man Hours Rate = Cost
Deputy Project Manager . 148,0 X 5000 $ 7,400.00
Project Engineer 338.0 X 38.00 12,844.00
Sr, Engineer 385.0 X 31.35 12,069,75
Associate Engineer 942.0 X 2600 24,492.00
Admin Assistant 44,0 X 17.00 748.00
X
X
X
X
TotalDSC = $ 57,553.75
Overhead (OH Cost -- including Salary Additives):
OH Rate x DSC of 1.7982 % x $
57,553.75 =
103,493.15
Fixed Fee (FF):
FF Rate x DSC of
.28
%x$
57,553.75 =
16,115,05
Reimbursables:
Itemized
=
125,00
Grand Total
=
177,286,95
Prepared By: Mark Yand
June 28, 2005
Date.
~.><' H} 0)"'-
6'2-
DKS ASSOCIATES
SCHEDULE OF DIRECT LABOR, BURDEN, FRINGE, AND OVERHEAD COSTS
FISCAL YEAR ENDED APRIL 30, 2004
Cost Audit BFO
Elements Proposed Adjustments Footnote Audited Rates
Direct labor $ 4,078,377 $ $ 4,078,377
Burden and fringe:
Payroll taxes - FICA $ 516,759 $ $ 516,759 12.67 %
Payroll taxes - disability 30,053 30,053 0.74
Payroll taxes - unemployment 31~12 31,512 0.77
Payroll taxes - hospitalization 366,157 366,157 8.98
Insurance - group life 10,779 (729) 4e 10,050 0.25
Insurance - dental 86,021 86,021 2.11
Insurance - workers' compensation 96,060 96,060 2.36
Paid leave - vacation 428,860 428,860 10.52
Paid leave - holiday 213,427 213,427 5.23
Paid leave - sick 120,936 120,936 2.97
Profit sharing plan 141,018 141,018 3,46
Flexible spending 2,370 2,370 0.06
Total burden and fringe 2,043,952 (729) 2,043,223 50.12
Overhead:
Indirect labor 3,144,745 (103,677) 4a,4b 3,041,068 74.57
Office rent 681,451 681,451 16.71
Business insurance 236,795 236,795 5.81
Auto and travel 303,582 (5,559) 4g 298,023 7.31
Depreciation 234,151 234,151 5.74
Equipment rental and maintenance 107,334 107,334 2.63
Bad debt expense 8,706 (8,706) 4b
Telephone 107,098 107,098 2.63
Office supplies and services 333~11 (19,707) 4a,4h,4i 313,804 7.69
Consultants 57,071 (776) 4c 56,295 1.38
Legal and accounting 102,707 102,707 2.52
Dues, training and publications 91,006 (12,662) 4f 78,344 1.92
Business taxes and licenses 29,203 (3,893) 4j 25,310 0,62
Recruiting costs 24,359 (17 ~66) 4k 6,793 0.17
Contributions 9,910 (9,910) 4d
Total overhead 5,471,629 (182,456) 5,289,173 129.70
Total burden, fringe and overhead $ 7 ~15,581 $ (183,185) $ 7,332,396 179.82 %
See accompanying notes to the schedule.
Exhibit H
(To Be Used Only If Insurance Requirements Are Increased)
The professIOnal lIabihty hmIt of the CONSULTANT to the AGENCY IdentIfied In SectIon xm, Legal
RelatIOns and Insurance of thIS Agreement IS amended to $
The CONSULTANT shall provIde ProfessIOnal LiabilIty Insurance wIth mInImum per occurrence lImIts
In the amount of $
Such msurance coverage shall be eVIdenced by one ofthe followmg methods:
CertIficate of Insurance,
Self-msurance through an Irrevocable Letter of CredIt from a qualIfied financial InstItutIOn.
Self-insurance through documentatIon of a separate fund establIshed exclusIvely for the payment of professIOnal
lIabilIty claIms, IncludIng claIm amounts already reserved agaInst the fund, safeguards establIshed for payment
from the fund, a copy of the latest annual fmancIal statements, and dIsclosure of the Investment portfolIo for those
funds.
Should the mInunum Professional LiabilIty Insurance 111mt requITed by the AGENCY as specIfied above exceed $1
millIon per occurrence or the value of the contract, whIchever IS greater, then JuStIficatIOn shall be subl11ltted to the
Federal Highway AdnllnIstratIOn (FHW A) for approval to Increase the l111nImUm Insurance hmit.
IfFHW A approval IS obtained, the AGENCY may, at Its own cost, reImburse the CONSULTANT for the
addItIonal professIOnal lIabilIty msurance required.
Notes: Cost of added rnsurance reqUIrements: $
· Include all costs, fee mcrease, premIUms.
· This cost shall not be billed against an FHW A funded proJect.
For final contracts, mclude this exhibIt.
Transportation Committee
June 27, 2005
Present
Jim Haggertpn, Chair; Joe Duffie, Pam Carter
Jim Morrow, Frank Inarte, Pat Brodm, Bob GIberson, Cyndy KnIghton, Sara
Halle, Nick Ohvas, Lucy Lauterbach
1. Traffic Calming Update Cyndy said Sara has been workmg on traffic calming Issues for the
City, and had researched the':ihformatIOn in the Report on Traffic Calmmg m the packet. Sara
explamed the various responses to requests for traffic calmmg, InformatIOn is first collected on
speeds, volumes of traffic, aI)d acclpents PassIve traffic controls are tned at Level One, and If
they are not effectlve Level 2 would study the area's traffic more closely, hold meetings with the
area members, and together they would try to find an effectIve solution. Some cItIes require the
neIghborhood to vote on Improvements, and several city departments become involved. Pam C
noted it makes sense for the CIty to work with the resIdents rather than the property owners m
Tukwila. Nick said speed hqmps are very bad for hIS department's vehicles and could slow
response time to emergencies. The CommIttee agreed sconng of proJects was needed to gIve
prionty to the worst traffic an~as. Jim M said whIle Sara has done the ground work needed for
traffic calming, It would take a full time staff person to address the issue completely, and that IS
currently not m the budget, Information.
.~
~
2. Urban Center Signal Interconnect Project The City asked for proposals for consultants to
do the Urban Center SIgnal Intercoll...1'J.ect project. The hIghest-ranked proposal came from
Siemens, and staff has been negotiatmg a proposal wIth them. The project desIgn is very difficult
for two reasons: first it's a federal program wIth addItional paper work, and second there IS more
difficult engineering on this type of project. Intelligent TransportatIon Systems (ITS) is new
here, and the work has different rules than in other contracts. The contract cost is hIgher than the
engineer's estimate, but it is.worth It because of the complexIty of thIs issue. Recommend
contract for approval to C0'W and Regular Meetings.
? Commlttee chair approval
Minutes by LL