HomeMy WebLinkAboutReg 2004-04-05 Item 7E - Agreement - Southcenter Parkway Extension Consultant with David Evans & Associates for $350,577CO UNCIL .4 GENDA oPsIS
~ /~ '~%% ........................ Initials ........................ ITEM NOo
-J~. !~~ Meetin~o3 /22/o4Date Prepared b'~lRT ~ Mayor's review~ ,C°uncil review]~.+l I~ - /
'". 04-05-04 BB forRT - .~/¢- . ~_______.~,
ITEM INFORMATION
CAS Number: 04-042 I OriginalAgendaDate~(November24,2003) ! ~ 22, 2004
Agenda Item Title: Southeenter Parkway Extension Consultant's Agreement
Original Sponsor: Council ~ldtnin. Public Works
Timeline:
Sponsor's Summary: The consultant's agreement is for an engineering design report for roadway improvements on
Southcanter Parkway from S 180~ St to the South City Limits. The improvements include
widening the road and adding curbs, gutters, sidewalks, and drainage. Sixteen proposals were
submitted and nine firms were interviewed. David Evans & Associates was chosen as
providing quality design services as well as expedance coordinating with private development
issues.
Recommendations:
Sponsor: Authorize the Mayor to sign the agreement with David Evans & Associates.
Committee: Forward to COW and then to Regular Council.
Administration: Same as Sponsor.
Cost Impact (if known): $ 350,577
Fund Source (if known): 104/02 Commerical Streets (pg. 112, 2004 Proposed CIP)
: ~..~ ~CORD OF COUNCIL ACTION
Meeting Date Action
03/22/04 Discussion at COW. Consensus existed to forward the item to the
04-05-04 Regular meeting for consideration/action.
. '~. :[. -: .:. :::t:. APPENDIC S
Meeting Date Attachments
03/22/04 Information Memo dated March 17, 2004
Consultant's Agreement
Transportation Committee Meeting Minutes from February 23, 2004
e'Presented to Transportation Committee on 3/22/04 and then on to COW that same night.)
04-05-04 Local Aqency Standara Consultant Agreement
Consultant/Address/Telephone
Local Agency David Evans and Associates, Inc.
Standard Consultant 415 - 118th Avenue SE
Bellevue, WA 98005-3518
Agree ment Arm: Catherine Mirkin, P.E.
425-519-6582
Agreement Number
Federal Aid Number Project Title And Work Description
Southcenter Parkway Extension Project: Replace the
Agreement Type (Choose one) existing two-lane roadway with a five-lane facility
from S. 180th St. to the southern city limits to
[] Lump Sum include curb, gutter, and sidewalks on the both sides
Lump Sum Amount $ of the road. Other improvements include storm
drainage, traffic signal, illumination, utility
[] Cost Plus Fixed Fee relocations, channelization, and signing.
Overhead Progress Payment Rate 169.96 % DBE Participation
Overhead Cost Method [] Yes [] No %
I-I Actual Cost WBE Participation
i-I Yes [] No %
D Actual Cost Not To Exceed %
Federal ID Number or Social Security Number
[] Fixed Rate 169.96 % 93-066-1195
Fixed Fee $ 32,449.00 DO you require a 1099 for IRS? Completion Date
OYes []No May 1,2005
[] Specific Rates Of Pay
[] Negotiated Hourly Rate Total Amount Authorized $ 350,577.00
I"1 Provisional Hourly Rate Management Reserve Fund $
[] Cost Per Unit of Work Maximum Amount Payable $ 350,577.00
THIS AGREEMENT, made and entered into this day of , ,
between the Local Agency of City of Tukwila , Washington, hereinafter called the
"AGENCY", and the above organization hereinafter called the "CONSULTANT".
WlTNESSETH 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 Page 1 of 8
Revised 12/99
I All reports, PS&E materials, and other data, furnished
GENERAL DESCRIPTION OF WORK to the CONSULTANT by the AGENCY shall be
returned, All designs, drawings, specifications,
The work under this AGREEMENT shall consist of documents, and other work products prepared by the
the above described work and services as herein CONSULTANT prior to completion or termination of
defined and necessary to accomplish the completed this AGREEMENT are instruments of service for this
work for this PROJECT. The CONSULTANT shall PROJECT and are property of the AGENCY. Reuse
furnish all services, labor and related equipment by the AGENCY or by others acting through or on
necessary to conduct and complete the work as behalf of the AGENCY of any such instruments of
designated elsewhere in this AGREEMENT. service, not occurring as a part of this PROJECT,
shall be without liability or legal exposure to the
II CONSULTANT.
SCOPE OF WORK IV
The Scope of Work and project level of effort for this TIME FOR BEGINNING AND COMPLETION
project is detailed in Exhibit "B" attached hereto, and
The CONSULTANT shall not begin any work under
by this reference made a part of this AGREEMENT. the terms of this AGREEMENT until authorized in
III writing by the AGENCY. All work under this
GENERAL REQUIREMENTS AGREEMENT shall be completed by the date
shown in the heading of this AGREEMENT under
All aspects of coordination of the work of this completion date.
AGREEMENT, with outside agencies, groups or
individuals shall receive advance approval by the The established completion time shall not be extended
AGENCY. Necessary contacts and meetings with because of any delays attributable to the CONSULT-
agencies, groups or individuals shall be coordinated ANT, but may be extended by the AGENCY, in the
through the AGENCY. event of a delay attributable to the AGENCY, or
because of unavoidable delays caused by an act of
The CONSULTANT shall attend coordination, GOD or governmental actions or other conditions
progress and presentation meetings with the beyond the control of the CONSULTANT. A prior
AGENCY or such Federal, Community, State, City supplemental agreement issued by the AGENCY is
or County officials, groups or individuals as may be required to extend the established completion time.
requested by the AGENCY. The AGENCY will
provide the CONSULTANT sufficient notice prior V
to meetings requiring CONSULTANT participation. PAYMENT
The minimum number of hours or days notice - The CONSULTANT shall be paid by the AGENCY
required shall be agreed to between the AGENCY for completed work and services rendered under this
and the CONSULTANT and shown in Exhibit
AGREEMENT as provided in Exhibit "C" attached
attached hereto and made part of this AGREEMENT.
hereto, and by this reference made par[ of this
The CONSULTANT shall prepare a monthly AGREEMENT. Such payment shall be full compen-
progress report, in a~ form approved by the AGENCY, sation for work performed or services rendered and
that will outline in written and graphical form the for all labor, materials, supplies, equipment, and
various phases and the order of performance of the incidentals necessary to complete the work
work in sufficient detail so that the progress of the
specified in Section II, "Scope of Work". The
work can easily be evaluated. Goals for Disadvan- CONSULTANT shall conform with all applicable
taged Business Enterprises (DBE) and Women portions of 48 CFR 31.
Owned Business Enterprises (WBE) if required shall
be shown in the heading of this AGREEMENT.
Page 2 of 8
VI employees of the CONSULTANT only and not of the
SUBCONTRACTING AGENCY, and any and all claims that may or might
arise under any Workmen's compensation Act on
The AGENCY permits subcontracts for those items
behalf of said employees or other persons while so
of work as shown in Exhibit G to this Agreement.
engaged, and any and all claims made by a third party
Compensation for this subconsultant work shall be
as a consequence of any act or omission on the part of
based on the cost factors shown on Exhibit G, at- the CONSULTANT's employees or other persons
tached hereto and by this reference made a part of this while so engaged on any of the work or services
AGREEMENT. provided to be rendered herein, shall be the sole
The work of the subconsultant shall not exceed its obligation and responsibility of the CONSULTANT.
maximum amount payable unless a prior written The CONSULTANT shall not engage, on a full or
approval has been issued by the AGENCY. part time basis, or other basis, during the period of the
All reimbumable direct labor, overhead, direct non- contract, any professional or technical personnel who
salary costs and fixed fee costs for the subconsultant are, or have been, at any time during the period of the
shall be substantiated in the same manner as outlined contract, in the employ of the United States Depart-
in Section V. All subcontracts exceeding $10,000 in merit of Transportation, the STATE, or the
cost shall contain all applicable provisions of this AGENCY, except regularly retired employees,
AGREEMENT. without wdtten consent of the public employer of
such person.
The CONSULTANT shall not subcontract for the
pe~ormanca of any work under this AGREEMENT VIII
without prior written permission of the AGENCY. No NONDISCRIMINATION
permission for subcontracting shall create, between
The CONSULTANT agrees not to discriminate
the AGENCY and subcontractor, any contract or any
against any client, employee or applicant for employ-
other relationship, ment or for services because of race, creed, color,
VII national origin, marital status, sex, age or handicap
EMPLOYMENT except for a bona fide occupational qualification with
regard to, but not limited to the following: employ-
The CONSULTANT warrants that he/she has not
ment upgrading, demotion or transfer, recruitment or
employed or retained any company or person, other
any recruitment advertising, a layoff or terminations,
than a bona fide employee wo~ing solely for the rates of pay or other forms of compensation, selection
CONSULTANT, to solicit or secure this contract, and
for training, rendition of services. The CONSULT-
that it has not paid or agreed to pay any company or ANT understands and agrees that if it violates this
person, other than a bona fide employee working provision, this AGREEMENT may be terminated by
solely for the CONSULTANT, any fee, commission, the AGENCY and further that the CONSULTANT
percentage, brokerage fee, gift, or any other consider- shall be barred from performing any services for the
ation, contingent upon or resulting from the award or
AGENCY now or in the future unless a showing is
making of this contract. For breach or violation of this ~ made satisfactory to the AGENCY that discrimina-
warrant, the AGENCY shall have the right to annul tory practices have terminated and that recurrence of
this AGREEMENT Without liability, or in its discre-
such action is unlikely.
tion, to deduct from the AGREEMENT price or
consideration or otherwise recover the full amount of During the performance of this AGREEMENT, the
such fee, commission, percentage, brokerage fee, gift, CONSULTANT, for itself, its assignees and
or contingent fee. successors in interest agrees as follows:
Any and all employees of the CONSULTANT or A. COMPLIANCE WITH REGULATIONS: The
other persons while engaged in the performance of CONSULTANT shall comply with the Regula-
any work or services required of the CONSULTANT tions relative to nondiscrimination in the same
under this AGREEMENT, shall be considered manner as in Federal-assisted programs of the
Page3of8
Department of Transportation, Title 49, Code of sive possession of another who fails or refuses to
Federal Regulations, Part 21, as they may be furnish this information the CONSULTANT shall
amended from time to time, (hereinafter referred so cedify to the AGENCY, or the United States
to as the Regulations), which are herein incorpo- Department of Transportation as appropriate, and
rated by reference and made a part of this shall set fodh what efforts it has made to obtain
AGREEMENT. The consultant shall comply the information.
with the American Disabilities Act of 1992, as
E. SANCTIONS FOR NONCOMPLIANCE: In the
amended, event of the CONSULTANT's noncompliance
B. NONDISCRIMINATION: The CONSULTANT, with the nondiscrimination provisions of this
with regard to the work performed by it during the AGREEMENT, the AGENCY shall impose
AGREEMENT, shall not discriminate on the such sanctions as it or the Federal Highway
grounds of race, creed, color, sex, age, marital Administration may determine to be appropriate,
status, national origin or handicap except for a including, but not limited to:
bona fide occupational qualificetion in the selec-
1. Withholding of payments to the CONSULT-
tion and retention of subconsultants, including
ANT under the AGREEMENT until the
procurements of materials and leases of equip- CONSULTANT complies, and/or
ment. The CONSULTANT shall not participate
either directly or indirectly in the discrimination 2. Cancellation, termination or suspension of the
prohibited by Section 21.5 of the Regulations, AGREEMENT, in whole or in part.
including employment practices when the contract
F. INCORPORATION OF PROVISIONS: The
covers a program set forth in Appendix II of the
CONSULTANT shall include the provisions of
Regulations. paragraphs (A) through (G) in every subcontract,
C. SOLICITATIONS FOR SUBCONSULTANTS, including procurements of materials and leases of
INCLUDING PROCUREMENTS OF MATERI- equipment, unless exempt by the Regulations or
ALS AND EQUIPMENT: In all solicitations directives issued pursuant thereto. The CON-
either by competitive bidding or negotiation made SULTANT shall take such action with respect to
by the CONSULTANT for work to be performed any subconsultant or procurement as the
under a subcontract, including procurements of AGENCY or the Federal Highway Administre-
materials or leases of equipment, each potential tion may direct as a means of enforcing such
eubconsultant or supplier shall be notified by the provisions including sanctions for noncompli-
CONSULTANT of the CONSULTANT's ance; provided, however, that, in the event a
obligations under this AGREEMENT and the CONSULTANT becomes involved in, or is
Regulations relative to nondiscrimination on the threatened with, litigation with a subconsutiant or
grounds of race, creed, color, sex, age, marital supplier as a result of such direction, the CON-
status, national origin and handicap. ULTANT may request the AGENCY to enter
into such litigation to protect the interests of the
D. INFORMATION AND REPORTS: The
AGENCY, and in addition, the CONSULTANT
CONSULTANT shall provide all information
and reports req[Jired by the Regulations, or may request the United States to enter into such
litigation to protect the interests of the United
directives issued pursuant thereto, and shall States.
permit access to its books, records, accounts,
other sources of information, and its facilities as G. UNFAIR EMPLOYMENT PRACTICES: The
may be determined by the AGENCY to be CONSULTANT shall comply with RCW
pertinent to ascertain compliance with such 49.60.180.
Regulations or directives. Where any information
required of the CONSULTANT is in the exclu-
Page 4 of 8
IX In the event of the death of any member, partner or
TERMINATION OF AGREEMENT officer of the CONSULTANT or any of its supervi-
sory personnel assigned to the project, or, dissolution
The right is reserved by the AGENCY to terminate
of the partnership, termination of the corporation, or
this AGREEMENT at any time upon ten days written
disaffiliation of the principally involved employee,
notice to the CONSULTANT.
the surviving members of the CONSULTANT hereby
In the event this AGREEMENT is terminated by the agree to complete the work under the terms of this
AGENCY other than for default on the part of the AGREEMENT, if requested to do so by the
CONSULTANT, a final payment shall be made to the AGENCY. The subsection shall not be a bar to
CONSULTANT as shown in Exhibit F for the type of renegotiation of the AGREEMENT between the
AGREEMENT used. surviving members of the CONSULTANT and the
AGENCY, if the AGENCY so chooses.
No payment shall be made for any work completed
after ten days following receipt by the CONSULT- In the event of the death of any of the parties listed in
ANT of the Notice to terminate. If the accumulated the previous paregreph, should the surviving members
payment made to the CONSULTANT prior to Notice of the CONSULTANT, with the AGENCY's concur-
of Termination exceeds the total amount that would rence, desire to terminate this AGREEMENT,
be due computed as set forth herein above, then no payment shall be made as set forth in the second
final payment shall be due and the CONSULTANT paragraph of this section.
shall immediately reimburse the AGENCY for any
Payment for any part of the work by the AGENCY
excess paid. shall not constitute a waiver by the AGENCY of any
If the services of the CONSULTANT are terminated remedies of any type it may have against the CON-
by the AGENCY for default on the part of the CON- SULTANT for any breach of this AGREEMENT by
SULTANT, the above formula for payment shall not the CONSULTANT, or for failure of the CONSULT-
apply. In such an event, the amount to be paid shall be ANT to perform work required of it by the
determined by the AGENCY with consideration AGENCY. Forbearance of any rights under the
given to the actual costs incurred by the CONSULT- AGREEMENT will not constitute waiver of entitle-
ANT in performing the work to the date of ment to exercise those rights with respect to any
termination, the amount of work originally required future act or omission by the CONSULTANT.
which was satisfactorily completed to date of termina-
X
tion, whether that work is in a form or a type which is CHANGES OF WORK
usable to the AGENCY at the time of termination;
the cost to the AGENCY of employing another firm The CONSULTANT shall make such changes and
to complete the work required and the time which revisions in the cemplete work of this AGREEMENT
maybe required to do so, and other factors which as necessary to correct errors appearing therein, when
affect the value to the AGENCY of the work per- required to do so by the AGENCY, without additional
formed at the time of termination. Under no . compensation thereof. Should the AGENCY find it
circumstances shall payment made under this subsec- desirable for its own purposes to have previously
tion exceed the amount which would have been made satisfactorily completed work or parts thereof
using the formula set forth in the previous paregreph, changed or revised, the CONSULTANT shall make
such revisions as directed by the AGENCY. This
If it is determined for any reason that the CONSULT-
work shall be considered as Extra Work and will be
ANT was not in default or that the CONSULTANT's
paid for as herein provided under Section XIV.
failure to perform is without it or it's employee's fault
or negligence, the termination shall be deemed to be a
termination for the convenience of the AGENCY in
accordance with the provision of this AGREEMENT.
Page 5 of 8
Xl that nothing herein shall require a CONSULTANT to
DISPUTES indemnify the AGENCY and the STATE against and
hold harmless the AGENCY and the STATE from
Any dispute concerning questions of fact in connec-
claims, demands or suits based solely upon the
tion with the work not disposed of by AGREEMENT
conduct of the AGENCY and the STATE, their
between the CONSULTANT and the AGENCY shall
agents, officers and employees and provided further
be referred for determination to the Director of Public that if the claims or suits are caused by or result from
Works or AGENCY Engineer, whose decision in the
the concurrent negligence of (a) the
matter shall be final and binding on the parties of this
CONSULTANT's agents or employees and (b) the
AGREEMENT, provided however, that if an action is
AGENCY and the STATE, their agents, officers and
brought challenging the Director of Public Works or employees, this indemnity provision with respect to
AGENCY Engineer's decision, that decision shall be
(1) claims or suits based upon such negligence, (2) the
subject to de novo judicial review, costs to the AGENCY and the STATE of defending
Xll such claims and suits, etc. shall be valid and enforce-
VENUE, APPLICABLE LAW AND able only to the extent of the CONSULTANT's
PERSONAL JURISDICTION negligence or the negligence of the CONSULTANT's
agents or employees.
In the event that either party deems it necessary to
institute legal action or proceedings to enforce any The CONSULTANT's relation to the AGENCY shall
right or obligation under this AGREEMENT, the be at all times as an independent contractor.
parties hereto agree that any such action shall be The CONSULTANT specifically assumes potential
initiated in the Superior court of the State of Washing- liability for actions brought by the CONSULTANT's
ton, situated in the county the AGENCY is located in. own employees against the AGENCY and, solely for
The parties hereto agree that all questions shall be the purpose of this indemnification and defense, the
resolved by application of Washington law and that CONSULTANT specifically waives any immunity
the parties to such action shall have the right of appeal under the state industrial insurance law, Title 51
from such decisions of the Superior court in accor-
RCW. The CONSULTANT recognizes that this
dance with the laws of the State of Washington. The waiver was specifically entered into pursuant to the
CONSULTANT hereby consents to the personal provisions of RCW 4.24.115 and was the subject of
jurisdiction of the Superior court of the State of
mutual negotiation.
Washington, situated in the county in which the
AGENCY is located in. Unless otherwise specified in the AGREEMENT, the
AGENCY shall be responsible for administration of
XlII construction contracts, if any, on the project. Subject
LEGAL RELATIONS AND INSURANCE to the processing of an acceptable, supplemental
The CONSULTANT shall comply with all Federal, agreement, the CONSULTANT shall provide on-call
State, and local laws and ordinances applicable to the assistance to the AGENCY during contract adminis-
tration. By providing such assistance, the
work to be done under this AGREEMENT. This
AGREEMENT shall be interpreted and construed in CONSULTANT shall assume no responsibility for:
accord with the laws of Washington. proper construction techniques, job site safety, or any
construction contractor's failure to perform its work
The CONSULTANT shall indemnify and hold the in accordance with the contract documents.
AGENCY and the STATE, and their officers and
The CONSULTANT shall obtain and keep in force
employees harmless from and shall process and
defend at its own expense all claims, demands, or during the terms of the AGREEMENT, or as other-
suits at law or equity arising in whole or in part from wise required, the following insurance with
the CONSULTANT's negligence or breach of any of companies or through sources approved by the State
its obligations under this AGREEMENT; provided Insurance Commissioner pursuant to RCW 48.
Page 6 of 8
XIV
Insurance Coverage EXTRA WORK
A, Worker's compensation and employer's liability A. The AGENCY may at any time, by written order,
insurance as required by the STATE. make changes within the general scope of the
AGREEMENT in the services to be performed.
B. General commercial liability insurance in an
amount not less than a single limit of one million B. If any such change causes an increase or decrease
and 00/100 Dollars ($1,000,000.00) for bodily in the estimated cost of, or the time required for,
injury, including death and property damage performance of any part of the work under this
per occurrence. AGREEMENT, whether or not changed by the
order, or otherwise affects any other terms and
Excepting the Worker's Compensation insurance and conditions of the AGREEMENT, the AGENCY
any professional liability insurance secured by the shall make an equitable adjustment in the
CONSULTANT, the AGENCY will be named on all (1) maximum amount payable; (2) delivery or
certificates of insurance as an additional insured. The completion schedule, or both; and (3) other
CONSULTANT shall furnish the AGENCY with affected terms and shall modify the AGREE-
verification of insurance and endorsements required MENT accordingly.
by this AGREEMENT. The AGENCY reserves the
fight to require complete, certified copies of all C. The CONSULTANT must submit its "request
required insurance policies at any time. for equitable adjustment" (hereafter referred to
as claim) under this clause within 30 days from
All insurance shall be obtained from an insurance the date of receipt of the written order. However,
company authorized to do business in the State of if the AGENCY decides that the facts justify it,
Washington. The CONSULTANT shall submit a the AGENCY may receive and act upon a claim
verification of insurance as outlined above within submitted before final payment of the
14 days of the execution of this AGREEMENT to AGREEMENT.
the AGENCY.
D. Failure to agree to any adjustment shall be a
No cancellation of the foregoing policies shall be dispute under the Disputes clause. However
effective without thirty (30) days pdor notice to nothing in this clause shall excuse the CON-
the AGENCY. SULTANT from proceeding with the
The CONSULTANT's professional liability to the AGREEMENT as changed.
AGENCY shall be limited to the amount payable E. Notwithstanding the terms and condition of
under this AGREEMENT or one million dollars, paragraphs (a) and (b) above, the maximum
whichever is the greater unless modified by amount payable for this AGREEMENT, shall
Exhibit H. In no case shall the CONSULTANT's not be increased or considered to be increased
professional liability to third parties be limited in except by specific written supplement to this
any way. AGREEMENT.
The AGENCY will pay no progress payments XV
under Section V until the CONSULTANT has fully ENDORSEMENT OF PLANS
complied with this section. This remedy is not exclu-
sive; and the AGENCY and the STATE may take The CONSULTANT shall place his endorsement on
such other action as is available to them under other all plans, estimates or any other engineering data
provisions of this AGREEMENT, or othenvise in law. furnished by him.
Page 7 of 8
XVl XVlll
FEDERAL AND STATE REVIEW COMPLETE AGREEMENT
The Federal Highway Administration and the This document and referenced attachments contains
Washington State Department of Transportation all covenants, stipulations and provisions agreed upon
shall have the right to participate in the review or by the parties. No agent, or representative of either
examination of the work in preogress, party has authority to make, and the parties shall not
be bound by or be liable for, any statement, represen-
XVII tation, premise or agreement not set forth herein. No
CERTIFICATION OF THE CONSULTANT
changes, amendments, or modifications of the terms
AND THE AGENCY
hereof shall be valid unless reduced to writing and
Attached hereto as Exhibit "A-l", ara the signed by the parties as an amendment to this
Certifications of the Consultant and the Agency, AGREEMENT.
Exhibit "A-2" Certification regarding debarment, XlX
suspension and other responsibility matters - primary EXECUTION AND ACCEPTANCE
covered transactions, Exhibit "A-3" Certification
regarding the restrictions of the use of Federal funds This AGREEMENT may be simultaneously executed
for lobbying, and Exhibit "A-4" Certificate of Current in several counterparts, each of which shall be
Cost or Pricing Data. Exhibits "A-3" and "A-4" are deemed to be an odginal having identical legal effect.
only required in Agreements over $100,000. The CONSULTANT does hereby ratify and adopt all
statements, representations, warranties, covenants,
and agreements contained in the proposal, and the
supporting materials submitted by the CONSULT-
ANT, and does hereby accept the AGREEMENT and
agrees to all of the terms and conditions thereof.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first
above wdtten.
By By
Consultant William R. Gating, P.E. Agency City of Tukwila
Page 8 of 8
Exhibit A-1
Certification Of Consultant
Project No.
Local Agency
I hereby certify that I am William R. Garing, P.E. and duly authorized
representative of the firm of David Evans and Associates, Inc. whose address is
415 - 118th Avenue SE Bellevue, WA 98005-3518 and that neither I nor the above
finn 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 this contract.
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or to retain the services of
any firm or person in connection with carrying out the contract.
(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 the contract; except as here expressly stated (if any):
I further certify that the firm I hereby represent is authorized to do business in the State of Washington and
that the firm is in full compliance with the requirements of the board of Professional Registration.
I acknowledge that this certificate is to be available to the State Department of Transportation and the Federal
Highway Administration, U.S. Department of Transportation, in connection with this contract involving
participation of Federal aid funds and is subject to applicable State and Federal laws, both criminal and civil.
Date S{gnature
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 above consulting firm or their representative has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this contract to:
(a) Employ or retain, or agree to employ or 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 here expressly stated (if any).
I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department of .
Transportation, in connection with this contract involving participation of Federal aid highway funds and it
subject to applicable State and Federal laws, both criminal and civil.
Date Signature
Exhibit A-2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters-Primary Covered Transactions
1. 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 1.b. of this certification;
and
(d) Have not within a three-year period preceding this application/proposal had one or more public
transactions (federal, state, or local) terminated for cause or default.
2. 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): David Evans and Associates, Inc.
(Date) (Signature) President or Authmized Official of Consultant
Exhibit A-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 fur
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 planed 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 oft his certification be included in all lower tier subcontracts which exceed $100,000 and
that all such subrecipients shall certify and disclose accordingly.
Consultant (Firm): David Evans and Associates, Inc.
(Date) (Signature) President or Authorized Official of Consultant
Exhibit A-4
Certificate of Current Cost or Pricing Data
This is to verify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.801 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.804-2)
submitted, either actually or by specific identification in writing, to the contracting officer or to the
contracting officer's representative in support of
* are accurate, complete, and current as of **. 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 David Evans and Associates, Inc.
Name William R. Garing, P.E.
Title Sr. Associate
Date of Execution* * *
* 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.
Exhibit B-1
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
TABLE OF CONTENTS
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES ................................. 1
1.01 Project Description ................................................................................................ 1
1.02 Project Deliverables Furnished by the Consultant ............................................. 1
1.03 Items furnished by the City ................................................................................... 2
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL ...................... 3
2.01 Project Management .............................................................................................. 3
2.02 Subconsultant Coordination ................................................................................. 3
2.03 Develop and Maintain the Schedule ..................................................................... 3
2.04 Monthly Progress Report ...................................................................................... 4
2.05 Monthly Invoices .................................................................................................... 4
2.06 Coordination Meetings .......................................................................................... 4
2.07 Quality Control/Quality Assurance Review ........................................................ 4
SECTION 3.00 BASEMAPPING ............................................................................................. 5
3.01 Basemapping ......................................................................................................... 5
SECTION 4.00 ENVIRONMENTAL DOCUMENTATION ................................................ 6
4.01 Review Existing Information ................................................................................ 6
4.02 Environmental Studies .......................................................................................... 6
4.02.1 Biological Assessment/Biological Evaluation ........................................... 6
4.02.2 Sensitive Areas Report ............................................................................... 6
4.02.3 Historical/Cultural Analysis ....................................................................... 7
4.02.4 Hazardous Materials Analysis .................................................................... 7
4.03 SEPA Checklist ...................................................................................................... 7
4.04 Permits .................................................................................................................... 7
4.04.1 Shoreline Permit ......................................................................................... 8
4.04.2 Hydraulic Project Approval ........................................................................ 8
4.04.3 404 Nationwide Permit and 401 Water Quality Certification .................... 8
4.04.4 NPDES Permit ............................................................................................
SECTION 5.,00 DESIGN ........................................................................................................... 9
5.01 Review Existing Data and Establish Design Standards ..................................... 9
5.02 Project Site Visits (8 total) ..................................................................................... 9
5.03 Alignment Analysis Technical Memo ................................................................... 9
5.04 Preliminary Design (30% Completion) .............................................................. 10
5.05 Value Engineering Study ..................................................................................... 10
5.06 Intermediate Design (60% Completion) ............................................................ 10
5.07 Final Design (90% Completion) ......................................................................... 11
DAVID EVANS AND ASSOCIATES, INC. i Scope of Services
5.08 Prepare Final Contract Documents (100% Completion) ................................. 11
SECTION 6.00 GEOTECHNICAL REPORT ..................................................................... 13
Project Understanding ..................................................................................................... 13
Key Assumptions .............................................................................................................. 13
Scope of Geotechnical Services ....................................................................................... 14
6.01 Site Reconnaissance & Utility Locate ................................................................ 14
6.02 Field Explorations ................................................................................................ 14
6.03 Prepare Final Boring Logs and Subsurface Proffies ........................................ 14
6.04 Geotechnical Engineering Analyses ................................................................... 14
6.05 Draft Gcotechnical Report .................................................................................. 15
6.06 Final Geotechnical Report ................................................................................... 15
SECTION 7.00 HYDRAULICS ............................................................................................. 16
7.01 Drainage Report ................................................................................................... 16
SECTION 8.00 UTILITY COORDINATION ...................................................................... 17
8.01 Notification of Utilities ......................................................................................... 17
8.02 Coordination Meetings ........................................................................................ 17
8.03 Utility Coordination ............................................................................................. 17
SECTION 9.00 AGENCY COORDINATION ..................................................................... 18
9.01 Coordination with WSDOT Local Programs .................................................... 18
9.02 Coordination with City of Tukwila Utilities ...................................................... 18
9.03 Coordination with City of Kent/King County ................................................... 18
SECTION 10.00 PRIVATE PROPERTY OWNER COORDINATION ............................. 19
10.01 Coordination with Local Development .............................................................. 19
10.02 Design Issues with Local Development .............................................................. 19
10.03 Council Briefings .................................................................................................. 19
DAVID EVANS AND ASSOCIATES, 1NC. ii Scope of Services
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
SCOPE OF SERVICES
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES
1.01 PROJECT DESCRIPTION
The objective of this project is to prepare construction documents including plans, specifications
and estimates (PS&E) of constxuction cost for the Southcenter Parkway Extension Project. The
project proposes to replace the existing two-lane roadway with a five-lane facility from South
180th Street south to the southern city limit, approximately 0.7 miles. The roadway section will
include a five-lane roadway (two lanes in each direction with a center two-way left mm lane)
with curb, gutter and six-foot sidewalks on the both sides of the road. Other improvements
include an enclosed storm drainage system, detention and water quality facilities, traffic signal
upgrade, illumination, utility relocations, chann¢lization and signing. Construction funding has
not been secured, so no specific construction schedule has been set. Construction documents are
scheduled to be completed in Spring 2005.
1.02 PROJECT DELIVERABLES FURNISHED BY THE CONSULTANT
The Consultant shall maintain a project file for pertinent work items. These files will be
delivered to the City at the conclusion of the project. In addition to the project files, .the
Consultant shall deliver the following documents and products to the City as part of this
agreement:
· Final topographic base mapping and electronic files;
· Alignment Analysis Technical Memo;
· Sensitive Areas Report (one draft and one fmal);
· WSDOT ECS with SEPA Section A (one draft and one fmal);
· NPDES Permit Application;
· Geotechnical Report (one drat~ and three final);
Hydraulic Report (one draf~ and three fmal);
· ps&E contract plans for review at 30%, 60%, and 90% submittals (25 sets of half-
size plans and 25 specs) and one final set of signed reproducible contract documents
(10 full size plans and 50 half-size final plans and specs; and
· Supporting documents for environmental permits.
DAVID EVANS AND ASSOCIATES, INC. 1 Scope of Services
1.03 ITEMS FURNISHED BY THE CITY
All available ',As-Built" information;
· Existing right-of-way alignment and plans, legal descriptions, records of survey plats,
short plats and right-of-way negotiations;
· City of Tukwila horizontal and vertical control tied to the fight-of-way alignment;
· Updated underground utility information for City owned utilities;
· City of Tukwila boilcrplate specifications in electronic format;
· AutoCAD layering standards;
· Any applicable preliminary design, gcotechnical or environmentai documentation;
· Segale property Environmental Impact Statement; and
· All City issues permits required for the project.
DAVID EVANS AND ASSOCIATES, INC. 2 Scope of Services
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL
2.01 PROJECT MANAGEMENT
Direction of the Consultant staff and review of their work over the course of the Project shall be
provided. This work element includes preparing the monthly progress reports, invoices,
attending progress meetings, and planning work items for the following month.
Periodic monitoring of the Consultant's design budget will occur over the course of the Project.
Current status, as well as budget projections, will be developed. This work element is intended
to help monitor costs and budgets and to propose corrective actions. These actions could include
formal requests for scope modifications and respective budget adjustments.
Drawings and documents received and generated over the course of the Project will require
review, coordination and file management to be completed by the Consultant.
It is assumed this project will extend for 12 months.
2.02 SUBCONSULTANT COORDINATION
Direction of Subconsultants and review of their work over the course of the Project shall be
provided by the Consultant. This work element includes reviewing monthly progress, invoices,
attending meetings, and scheduling and coordinating work items for the following month.
Monthly monitoring of the Subconsnitant'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. These actions could include
formal requests for scope modifications and respective budget adjustments.
2.03 DEVELOP AND MAINTAIN THE SCHEDULE
Upon receipt of Notice to Proceed, the project schedule shall be developed by the Consultant in
cooperation with the City. The schedule shall be submitted to the City for review and approval.
The schedule shall be updated monthly to reflect the current status of the project. The schedule
will be arranged to meet key target dates for the following:
· Alignment analysis;
· 30%, 60%, and 90% design;
· City Reviews;
· Final Contract Documents;
· Gootechnical Report;
· Environmental Documentation;
· Hydraulic Report;
· Environmental Permits;
· Right-of-way Acquisition; and
· Property Owner Coordination.
DAVID EVANS AND ASSOCIATES, INC. 3 Scope of Services
2.04 MONTHLY PROGRESS REPORT
Monthly reports shall be prepared by the Consultant in a format agreed to with the City Project
Manager, and shall include a written report of work performed by the Consultant and
Subconsultants for the prior billing period. Progress reports shall be submitted with the monthly
invoices.
2.05 MONTHLY INVOICES
Monthly invoices shall be prepared by the Consultant for work activities for the prior month.
These shall also include Subconsultants work.
2.06 COORDINATION MEETINGS
This work element provides for the preparation for, attendance at, and documentation of
meetings for the duration of the contract. These meetings shall be the forums for the City to
provide input and guidance for the duration of the project. They will also be used to discuss
project issues, approve submittals, and develop potential solutions.
The Consultant shall prepare for, attend, and document up to twenty (20) coordination meetings
with the City. The meetings will be held at the City offices. The Consultant shall prepare and
distribute meeting notes (minutes) to all meeting participants, and the City Project Manager
within ten (10) working days following the meeting. The Consultant shall prepare for and attend
one (1) office and one (1) field meeting with each of the affected utility companies. The
Consultant will attend up to ten (10) meetings with utility companies.
2.07 QUALITY CONTROL/QUALITY ASSURANCE REVIEW
This task is for QC/QA review of the Consultant's deliverables by a designated QC/QA staff
member. The review shall cover documents, reports, plans, specifications, cost estimates and
pertinent information on an ongoing basis. The QC/QA program entails the periodic review of
study criteria, design, assumptions, concepts and presentation of product format and assures that
the overall Project objectives are being fulfilled.
The City will provide additional quality review. This will be coordinated with the Consultant
Project Manager and pertinent staff members. Support groups within the City will review and
provide direction of pertinent work items and will coordinate with the Consultant Project
Manager and pertinent staff members.
DAVID EVANS AND ASSOCIATES, 1NC. 4 Scope of Services
SECTION 3.00 BASEMAPPING
3.01 BASEMAPPING
The City will supply available records relating to the utility as-builts and the location of the
existing Southcenter Parkway righi-of-way. The City shall supply a field topographic survey and
topographic base maps of the project area from a third party surveyor.
· The survey shall include the existing alignment eenterline and Right-of-Way Resolution;
· The City shall supply the location of Southcenter Parkway alignment;
· The third party surveyor shall supply a topographic survey 60 feet each side of the proposed
roadway alignment centerline at a 50' cross section interval. The survey will be conducted by
the owners of the Segale property. Survey shall include all significant features including
roadway, edge of pavement, signs, trees, driveways, houses, fences, walkways, walls, utility
structures with measurements to pipe inverts and other significant topographic features.
· The survey shall include 50 foot profiles for each driveway and cross street;
· The third party surveyor shall coordinate with underground utility locator to determine
location of underground utilities. All costs for one-call utility locating and potholing will be
paid for by the third party surveyor.
· The third party surveyor shall field verify base map accuracy which may include some
potholing for utilities.
· The third party surveyor shall stake centerline at 100 foot intervals including PC's, PT's and
angle points; and
· The third party surveyor shall supply base maps and horizontal and vertical intervisible
control points which shall be tied to existing monument control and def'med on the plans.
The plan boundaries shall extend from 20 feet south of the City Limits to 50' north of the
intersection at South 180th Street. All elevations shall refer to the North American vertical
datum. (NAVD 1988). Horizontal control referenced shall be NAD 83-91.
The Consultant shall perform quality control "spot checks" of the third party surveyor/City
supplied topographic map to verify the horizontal and vertical accuracy of the topo maps. No
Right-of-Way or alignment checks will be performed for this survey. The consultant shall also
perform 3 limited topographic surveys of 3 areas no larger than 100' by 100' within the project
site.
DAVID EVANS AND ASSOCIATES, INC. 5 Scope of Services
SECTION 4.00 ENVIRONMENTAL DOCUMENTATION
4.01 REVIEW EXISTING INFORMATION
The Consultant shall review available information that pertains to the environmental conditions
within the project area. Information to be reviewed could include maps, resource inventories,
aerial photographs, previous reports and environmental documents, and raw data from previous
studies.
Deliverables: None
4.02 ENVIRONMENTAL STUDIES
The Consultant shall complete the following supporting environmental studies for the project.
4.02.1 Biological Assessment/Biological Evaluation
A Biological Assessment/Biological Evaluation (BA/BE) is assumed to not be necessary for this
project. The Consultant will provide coordination with agency personnel to verify this
assumption. Should the project require a BA/BE, this task can be performed as an extra service.
Deliverables: None
4.02.2 Sensitive Areas Report
The Consultant will rely on existing documentation and/or studies prepared by others to provide
the information necessary to prepare a sensitive areas report. The Consultant will prepare a
sensitive areas report that documents the sensitive areas identified by others within the project
area. The sensitive areas report will include information on wetland vegetation, soils, and
hydrology, and aquatic features such as streams. The presence of steep slopes and other geologic
hazard areas will be discussed. The report will include maps and figures as necessary to
document the findings of the field investigation.
Note: This scope of work does not include.conducting a wetland determination, stream survey, or
other field identification and doeumentatiun of sensitive areas. Should the existing
documentation not provide sufficient information to prepare the sensitive areas report and
additional field investigations are required, such additional investigations are considered extra
services and are not covered under this authorization.
This scope of work also does not include the preparation of mitigation plans. Should the project
require impacts to sensitive areas, conceptual and final mitigation plans can be prepared as an
extra service.
Deliverables:
· One draft Sensitive Areas Report for review by Client
· One final Sensitive Areas Report
DAVID EVANS AND ASSOCIATES, INC. 6 Scope of Services
4.02.3 Historical/Cultural Analysis
The SEPA documentation for the Segale project is assumed to provide an historical/cultural
analysis that will adequately addresses the project area. Therefore, this authorization does not
include an historical/cultural analysis.
Deliverables: None
4.02.4 Hazardous Materials Analysis
The SEPA documentation for the Segale project is assumed to provide a hazardous materials
analysis that will adequately addresses the project area. Therefore, this authorization does not
include a hazardous materials analysis.
.Deliverables: None
4.03 SEPA CHECKLIST
The Consultant will provide the appropriate level of documentation to support a SEPA
Determination of Non-significance. This documentation will also serve as the NEPA
Documemed Categorical Exclusion (DCE). As specified by WSDOT and concurred by the
Ecology, WSDOT's existing DCE documentation form (Environmental Classification Summary
[ECS]) also serves as the SEPA checklist, provided that Section A (Background) of the SEPA
checklist is also included with the ECS form. Therefore, the consultant will prepare a WSDOT
ECS with Section A (Background) from the SEPA checklist to serve as both the SEPA and
N-EPA documentation. The documentation from other tasks in this scope of work and from the
Segale property SEPA analysis will be used, as appropriate, to support the findings and
conclusions of the ECS checklist.
Following review by the lead agency, the ECS and Section A of the SEPA checklist will be
revised as necessary for signature.
Deliverables:
· One draft WSDOT ECS with SEPA Section A (Background) and supporting material for
review by Client
· One final WSDOT ECS with SEPA Section A (Background) and supporting material
4.04 PERMITS
The Consultant shall prepare and submit permit applications and all required support
documentation including exhibits, reports and calculations. The submittal of a Joint Aquatic
Resources Application (JAP, PA) form is typically required to initiate most environmental
permits. The following environmental permits are often required for road projects. However,
given the location of the project and lack of design information, a Shoreline permit, Hydraulic
Project Approval (HPA), 404 Permit, and 401 Water Quality Certification are assumed to not be
required for this project. The status of permit requirements will be reassessed once the
appropriate level of information is obtained. Should the project require any of these permits,
acquisition of these permits can be performed as an extra service.
DAVID EVANS AND ASSOCIATES, INC. 7 Scope of Services
4.04.1 Shoreline Permit
A shoreline permit is assumed to not be necessary for this project. The Consultant will provide
coordination with agency personnel to verify this assumption. Should the project require a
shorelines permit, this task can be performed as an extra service.
Deliverables: None
4.04.2 Hydraulic Project Approval
The Consultant shall prepare an HPA permit application for this project. The Consultant will
provide coordination with Corps of Engineers and Washington State Department of Fish and
Wildlife to verify the need for the HPA and submittal requirements. It is assumed there will be
one site visit by the Consultant to meet with agency staff.
Deliverables: HPA Permit Application
4.04.3 404 Nationwide Permit and 401 Water Quality Certification
A Section 404 Nationwide permit and 401 Water Quality Certification are assumed to not be
required for this project. Therefore, acquisition of these permits and approvals are not included
in this scope of work. The Consultant will provide coordination with agency personnel to verify
this assumption. Should the project require impacts to wetlands under COE jurisdiction, this task
can be performed as an extra service~
Deliverables: None
4.04.4 NPDES Permit
The Consultant will prepare the required temporary erosion control and sedimentation plan. This
includes plan sheets and the associated notes and text. This task assumes that the project will
result in greater than 5 acres of disturbed ground.
Deliverables:
· CompletedNPDES permit application
· Temporary erosion control and sedimentation plan
· Plan sheets and associated notes and text necessary to support the application
DAVID EVANS AND ASSOCIATES, 1NC. 8 Scope of Services
SECTION $.00 DESIGN
The Consultant shall design and prepare roadway plan/profiles, drainage plans, channelization
plans, illumination plans, signing plans, traffic signal plans, and erosion control plans for ad-
ready PS&E as discussed in this section for Southcenter Parkway from South 180th Street to the
South City Limits.
S.01 REVIEW EXISTING DATA AND ESTABLISH DESIGN STANDARDS
The Consultant shall review the following documents for relevant geometric design criteria and
establish applicable design standards for the project.
· Southcenter Parkway Extension Design Report;
· City of Tukwila Engineering Design and Development Standards;
· AASHTO Policy on Geometric Design of highways and Streets (1994);
· WSDOT Design Manual;
· WSDOT Local Agency Guidelines; and
· Manual of Uniform Traffic Control Devices.
Particular emphasis shall be placed on identifying those elements that may be subject to
interpretation, engineering judgment or modification due to adverse field conditions. All
elements shall be reviewed with City staffprior to the start of&tailed design.
The Consultant shall prepare all drawings using AutoCAD R2000 in conformance with City
standards. Project schedules shall be prepared using Microsoft Project, spreadsheets in Microsoft
Excel and text documents in Microsoft Word.
$.02 PROJECT SITE VISITS (8 TOTAL)
The Consultant shall conduct one site visit with City maintenance, design, construction, drainage,
landscape and environmental staff to review and discuss design considerations. Where
appropriate, elements identified by these site visits will be incorporated into design.
The Consultant shall conduct two additional site visits with City staff to resolve design questions
and issues and five site visits to resolve design issues.
5.03 ALIGNMENT ANALYSIS TECHNICAL MEMO
The City shall provide the Consultant with a proposed alignment for Southcenter Parkway. The
Consultant shall review the proposed alignment to ensure it meets AASHTO standards, TIB and
Federal Funding requirements. The Consultant shall have a design engineer spend 20 hours of
time and a project manager spend 12 hours of time conducting an alternatives analysis on the
proposed alignment to determine if minor changes to the alignment would be beneficial. The
Consultant shall prepare a technical memo and preliminary plan/profile sheets of the alignment
for review by the City and participate in a review coordination meeting to respond to City staff
DAVID EVANS AND ASSOCIATES, INC. 9 Scope of Services
questions and comments. Review comments will be responded to and incorporated as applicable
into the design.
5.04 PRELIMINARY DESIGN (30% COMPLETION)
The Consultant shall then submit a 30% design for review by the City and to be used in the Value
Engineering Study. The submittal shall include the following elements, as a minimum, prepared
by the Consultant:
· Typical roadway sections (3 sheets);
· Roadway plan/profiles (8 sheets);
· Channelization plans (4 sheets); and
· Consmaction Cost Estimate.
5.05 VALUE ENGINEERING STUDY
The Consultant shall recommend a Certified Value Specialist to serve as facilitator for the VE
Team and be responsible for compilation of the findings, recommendations, and production of
the report for final review. The Certified Value Specialist will contract directly with the City and
costs for the CVS, the VE Team and their work are not included in this scope of work.
The Certified Value Specialist shall be responsible for assembling the VE Team. The City and
TIB shall have input on the selection of the VE Team members. The City will be responsible for
providing a facility for the VE Team to conduct the study.
The Consultant shall prepare and furnish exhibits and design information for the project, and
participate in two presentations and one briefing meeting in support of the VE study. The
Consultant will not be members of the VE Team, but will be available as needed to provide
information throughout the VE study process.
The Consultant shall review and respond to the VE Team recommendations in written format.
For budget purposes it is assumed 60 hours of engineering time will be spent responding to
recommendations. Additional work required to evaluate VE Team recommendations will be
considered an extra service and is not included in the scope of this contract.
5.06 INTERMEDIATE DESIGN (60% COMPLETION)
The Consultant shall develop the design to a 60% completion level, and participate in a review
coordination meeting to respond to City staff questions and comments. The City will provide
one consolidated set of review comments. Review comments will be responded to and
incorporated as applicable into the design. The 60% design will include the following elements,
as a minimun~,, prepared by the Consultant:
· Cover sheet including a vicinity map (1 sheet);
· Typical roadway sections (2 sheets);
· Roadway plans and profiles (8 sheets);
· Miscellaneous details (2 sheets);
· Drainage conveyance and runoff quality/quantity control facilities plans, profiles and
details (4 sheets);
DAVID EVANS AND ASSOCIATES, 1NC. 10 Scope of Services
· Channelization and signing plans (4 sheets);
· Signalization plans (3 sheets);
Illumination plans (4 sheets);
· Temporary erosion control plans (8 sheets);
· Landscape details (1 sheet);
· Construction Cost Estimate; and
· Specifications.
5.07 FINAL DESIGN (90% COMPLETION)
The Consultant shall prepare a complete design for review by the City and participate in a review
coordination meeting to respond to City staff questions and comments. The City will provide
one consolidated set of review comments. Review comments will be responded to and
incorporated as applicable into the design. The 90% design shall include the following elements,
as a minimum, prepared by the Consultant:
· Cover sheet including a vicinity map (1 sheets);
· Typical roadway sections (2 sheets);
· Roadway plans and profiles (8 sheets);
· Miscellaneous details (2 sheets);
· Drainage conveyance and runoff quality/quantity control facilities plans, profiles and
details (4 sheets);
· Retaining wall profiles and typical wall details (4 sheets);
· Channelization and signing plans (4 sheets);
· Signalization plans (3 sheets);
· Illumination plans (4 sheets);
· Temporary erosion control plans (4 sheets);
· Landscape plans and details (1 sheet);
· Construction Cost Estimate; and
· Special provisions.
The Consultant shall calculate quantities and prepare a detailed construction cost estimate.
5.08 PREPARE FINAL CONTRACT DOCUMENTS (100% COMPLETION)
The Consultant shall prepare final contract documents in accordance with City's review
comments from the final design coordination meeting and in accordance with regulatory agency
permit conditions. The following work shall be completed as part of the final contract document
preparation:
· Plan modifications and/or revisions in response to City review comments from the
final design coordination meeting;
· Final design of project elements;
· Special provisions and listing of City standard specifications, with fill-ins, to be
incorporated in the construction contract documents; and
· Prepare a final (100% Completion) list of bid items, quantities, and a construction
cost estimate for a set of signed and reproducible construction contract documents.
DAVID EVANS AND ASSOCIATES, INC. 11 Scope of Services
The Consultant shall assemble all plan sheets, general and special provisions, cost estimate, and
associated documentation for submittal as an Ad Ready PS&E package. The Consultant shall
prepare the advertisement for bid and reproduce the construction documents. The City will
distribute plans and specifications to prospective bidders.
The Consultant shall prepare any addenda necessary during bidding, attend the bid opening,
prepare a bid tabulation, check contractor references, and preparing an award recommendation
letter.
The Consultant shall attend the pre-construction conference with the successful bidder.
DAVID EVANS AND ASSOCIATES, INC. 12 Scope of Services
SECTION 6.00 GEOTECHNICAL REPORT
Project Understanding
The improved roadway will be elevated above thc FEMA flood plane level and will include
signalization, channelization and construction of curbs and sidewalks.
The existing roadway has experienced some settlement at the bridge abutments located just
south of South 1 gOth Street and a section of the roadway near Segale's Yard has also settled and
is experiencing a bearing capacity failure as related to the presence of soft and compressible soils
beneath the roadway. Hence, the objective of the geotechnical study will be to use the existing
subsurface information for the alignment to the extent possible, but the Consultant will drill new
borings along the alignment in the areas of observed distress to better define the subsurface
conditions and provide recommendations for the roadway improvements.
Key Assumptions
Assumptions for this phase of work include:
· Right-of-entry and permits, if necessary, to be provided by David Evans and Associates,
Inc. In particular, this includes right-of-entry to private lands adjacent to the existing road.
· Drill crew subcontracted to PanGEO.
· Borings will be by low ground pressure track mounted drill equipment on sites adjacent to
but off the road alignment.
· Cone penetrometer probes will be advanced with track-mounted equipment at selected
locations, on the road shoulder or on ground next to the mad shoulder.
· Mobilization and drilling can be accomplished during normal daylight work hours.
· Minimal traffic control will be required for the cone penetrometer (cones and barriers), and
no traffic control will be required for the borings. Loading and unloading of the track-
mounted drill will take place at sites offthe road alignment.
· The project will be developed using English units of measure.
· Attendance at not more than one project meeting is assumed.
· This scope of work does not include evaluation of chemical properties of soil and
groundwater, or the potential presence of hazardous materials on site. This work will be
provided by the City/private developer.
· This proposal does not include assessment of the presence or absence of wetlands at the
project site.
DAVID EVANS AND ASSOCIATES, INC. 13 Scope of Services
Scope of Geotechnical Services
The proposed geotechnical engineering scope is stated below, with labor estimate by subtask and
hours included in thc enclosed worksheet. Assumptions regarding each item are also indicated.
6.01 SITE RECONNAISSANCE & UTILITY LOCATE
Prior to mobilizing drill or cone Penetrometer equipment, the Consultant will perform a site
reconnaissance to identify and mark preferred borehole and cone drilling locations. Some initial
exploratory hand borings may be conducted at this time. Marked boring locations will be
checked for utilities using the one-call locate service.
6.02 FIELD EXPLORATIONS
The Consultant anticipates using a low ground pressure track mounted drill rig to access and drill
the proposed boring locations, and proposes to drill a total of approximately 4 test holes to
maximum depths of about 10 feet at the selected locations (see Figure 1). The borings will be
drilled with hollow stem augers. Standard Penetration Test samples will be obtained at 2.5-foot
intervals. If sol/soils are encountered thin-walled (Shelby) tube samples will be obtained. An
engineering geologist or geoteehnical engineer from the Consultant's firm will log the test holes.
Cone penetrometer probes will be advanced to a depth of 15 feet. The Consultant anticipates
conducting cone penetrometer tests at approximately 6 locations.
The soil samples recovered from the test borings will be visually described and grouped based on
similar characteristics. Selected samples from the identified soil groups will be submitted for
laboratory index testing (e.g. moisture content, grain size analysis and fines content) and
classification according to the Unified Soil Classification System. Selected undisturbed soil
samples may also be tested for compressibility characteristics. Please note that this proposed
scope of services does not include analyzing for the presence or absence of soil or ground water
contaminants.
6.03 PREPARE FINAL BORING LOGS AND SUBSURFACE PROFILES
The laboratory test results will be used in conjunction with the field soil descriptions to prepare
final edited boring and cone panetrometer logs containing the factual subsurface data obtained
from the subsurface exploration and lab tests. A subsurface profile will be prepared that
summarizes the geologic and groundwater information from the explorations. A geologic site
characterization will be prepared based on the site-specific information and the geologic
information f6r the area.
6.04 GEOTECHNICAL ENGINEERING ANALYSES
The Consultant will perform analyses with respect to the proposed design and construction of the
Southcenter Parkway Extension, and will then prepare specific recommendations for design and
construction of the road prism. Particular attention will be paid to road design on soft and
DAVID EVANS AND ASSOCIATES, INC. 14 Scope of Services
potentially compressible organic subgrade design and construction. This includes, but is not
limited to, stripping requirements, road base material gradation and thickness, compaction
recommendations and pavement design recommendations. Recommendations for permanent
drainage and embankment sloping and retention, as appropriate, will also be presented.
Foundation options will be presented for signal pole foundations.
It is the intent that this scope of work will be sufficient to support plans, specifications and
estimates (PS&E) for the project.
Meetings
The Consultant assumes not more than three meetings will be needed to bring this scope of work
to completion.
6.05 DRAFT GEOTECHNICAL REPORT
A dra~ geotechnical report will be prepared and submitted for review by the City. It is assumed
that there will be one meeting with the design team to discuss any revisions that may be
necessary for the final report.
6.06 FINAL GEOTECHNICAL REPORT
The Consultant will incorporate comments or revisions to the draft report and submit a final
geotechnical report for the project.
DAVID EVANS AND ASSOCIATES, INC. 15 Scope of Services
SECTION 7.00 HYDRAULICS
The Consultant shall prepare a Drainage Report for the Southcenter Parkway Extension Project.
The elements of the drainage report are listed below.
7.01 DRAINAGE REPORT
The Consultant shall prepare the Drainage Report in accordance with City of Tukwila Drainage
Code and the Washington State Department of Ecology Storm Water Manual. The Drainage
Report shall include
· Project description;
· Off-site and on-site basin delineation, analysis and hydrologic calculations;
· Water quantity/water quality calculations;
· Conveyance calculations;
· Verification of existing pond sizing;
· Downstream analysis, and
· Vicinity map, off-site basin map, on-site basin map, schematic proposed facilities.
Existing drainage reports for developmem within the corridor shall be incorporated into the
Drainage Report, and not simply referenced.
Three (3) copies of the draft Drainage Report shall be submitted to the City for distribution,
review, and comment for each project. The City will review the Drainage Report and provide
written comments within four weeks.
The Consultant shall provide written response to the draf~ review comments and incorporate, as
appropriate, the review comments. The Consultant shall provide three (3) copies of the final
Drainage Report.
DAVID EVANS AND ASSOCIATES, INC. 16 Scope of Services
SECTION 8.00 UTILITY COORDINATION
The Consultant shall provide coordination and participate in meetings as required to identify
existing utilities, determine and resolve utility conflicts with proposed design.
8.01 NOTIFICATION OF UTILITIES
The Consultant shall notify the City and franchise utility companies and arrange to have the
utility locations surface marked and request utility as-builts. The third party surveyor shall
survey these locations as marked and incorporate them into the base mapping. The City and
Consultant shall collaboratively develop a list of utility companies within the existing City right-
of-way. The Consultant shall contact the utility companies.
8.02 COORDINATION MEETINGS
The Consultant shall prepare for, attend, and document up to four (4) coordination meetings with
the utility companies. The Consultant shall prepare and distribute meeting notes (minutes) to all
meeting participants, and the City Project Manager within five (5) working days following the
meeting. The Consultant shall prepare for and attend one (1) office and one (1) field meeting
with each of the affected utility companies. The Consultant will attend up to ten (6) meetings
with utility companies.
8.03 UTILITY COORDINATION
The Consultant shall prepare the design to avoid known utility conflicts if practical. The
Consultant and the City shall identify utilities that need to be potholed. Potholing will be
completed by an Air/Vat System. The Consultant shall meet with each affected utility company
one (1) time in the office and one (I) time in the field. The City will pothole city-owned utilities
if necessary. Franchise utilities will pothole their own utilities if necessary at their own expense.
All utility conflicts shall be identified and potholed prior to submittal of 60% plans.
The Consultant shall provide hard copies and electronic files of proposed plans to the utility
companies. Plan will be provided at the 60% and 90% submittals.
DAVID EVANS AND ASSOCIATES, INC. 17 Scope of Services
SECTION 9.00 AGENCY COORDINATION
The Consultant shall provide agency coordination and participate in meetings as required to
ensure full coordination and with WSDOT and local agencies.
9.01 COORDINATION WITH WSDOT LOCAL PROGRAMS
The Consultant shall participate in up to one (1) meeting with and provide coordination with
WSDOT Local Programs to ensure compliance with federal funding.
9.02 COORDINATION WITH CITY OF TUKWILA UTILITIES
The Consultant shall participate in up to two (2) meetings with the City of Tukwila Utilities
Department to provide coordination for the horizontal and verti6al alignment of the proposed
sanitary sewer line proposed along the Southcenter Parkway Extension.
9.03 COORDINATION WITH CITY OF KENT/KING COUNTY
The Consultant shall participate in up to two (2) meetings with the City of Kent and King County
regarding potential improvements south of the City of Tukwila City limits.
DAVID EVANS AND ASSOCIATES, 1NC. 18 Scope of Services
SECTION 10.00 PRIVATE PROPERTY OWNER COORDINATION
The Consultant shall provide support to the City in coordinating private property improvements
adjacent to the Southcenter Parkway Extension project.
10.01 COORDINATION WITH LOCAL DEVELOPMENT
The Consultant shall participate in up to four (4) meetings with local developers in the first two
months of the project to coordinate potential development with the Southcenter Parkway
Extension Project. Up to four people from the Consultant will attend those four meetings.
Following the initial meetings, the one or two staff from the Consultant will meet six (6) times
over the course of the next 10 months with the developers and City staff. The Consultant shall
prepare meeting minutes and distribute them to the City within five (5) days of the meeting.
10.02 DESIGN ISSUES WITH LOCAL DEVELOPMENT
The Consultant shall address and coordinate design issues that arise between the potential private
development and the Southcenter Parkway Extension project. The Consultant shall review plans
provided by the private developer, incorporate design requests into the City project and provide
review drawings to the City and the private developer. Design requests may include lef~ turn
pocket locations, driveway access points, utility connections, and frontage improvement issues.
10.03 COUNCIL BRIEFINGS
The Consultant shall prepare for and attend two council meetings to brief the council on the
status of the Southcenter Parkway Extension project. Preparation of graphics for the meeting is
included in this task.
DAVID EVANS AND ASSOCIATES, INC. 19 Scope of Services
Exhibit C-2
Payment
(Cost Plus Fixed Fee)
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 all work performed or
services rendered and for all labor, materials, equipment, and incidentals necessary to complete the work
specified in Section II, "Scope of Work." The CONSULTANT shall conform with the applicable portion of 48
CFR 31.
A. Actual Costs
Payment for all consulting services for this project shall be on the basis of the CONSULTANT's actual cost
plus a fixed fee. The actual cost shall include direct salary cost, overhead, and direct nonsalary cost.
1. Direct Salary Costs
The direct salary cost is the direct salary paid to principals, professional, technical, and clerical personnel
for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT.
2. Overhead Costs
Overhead costs are those costs other than direct costs which are included as such on the books of the
CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the
rate shown in the heading of this AGREEMENT, under "Overhead Progress Payment Rate." Total
overhead payment shall be based on the method shown in the heading of the AGREEMENT. The three
options are explained as follows:
a. Actual Cost Not To Exceed Maximum Percent: If this method is indicated in the heading of this
AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actual overhead rate
verified by audit up to the maximum percentage shown in the space provided. Final overhead payment
when accumulated with all other actual costs shall not exceed the total maximum amount payable
shown in the heading of this AGREEMENT.
b. Fixed Rate: If this method is indicated in the heading of the AGREEMENT, the AGENCY agrees to
reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change
during the life of the AGREEMENT.
A summary of the CONSULTANT's cost estimate and the overhead computation are attached hereto as
Exhibit D-1 and by this reference made part of this AGREEMENT. When an Actual Cost method, or the
Actual Cost Not To Exceed method is used, the CONSULTANT (prime and all subconsultants) will
submit to the AGENCY within three months after the end of each finn's fiscal year, an overhead
schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose
of adjusting the overhead rate for bdhng purposes. It shall be used for the computation of progress
payments during the following year and for retroactively adjusting the previous year's overhead cost to
reflect the actual rate.
Failure to supply this information by either the prime consultant or any of the snbeonsultants shall
cause the agency to withhold payment of the billed overhead costs until such time as the required
information is received and an overhead rate for billing purposes is approved.
The STATE and/or the Federal Government may perform an audit of the CONSULTANT's books and
records at any time during regular business hours to determine the actual overhead rate, if they so desire.
3. Direct Nonsalary Costs
Direct nonsalary costs will be reimbursed at the actual cost to the CONSULTANT. These charges may
include, but are not limited to the following items: travel, printing, long distance telephone, supplies,
computer charges, and fees of subconsultants. Air or train travel will only be reimbursed to economy class
levels unless otherwise approved by the AGENCY. Automobile mileage for travel will be reimbursed at
the current rate approved for AGENCY employees and shall be supported by the date and time of each trip
with origin and destination of such trips. Subsistence and lodging expenses will be reimbursed at the same
rate as for AGENCY employees. The billing for nonsalary cost, directly identifiable with the Project, shall
be an itemized listing of the charges supported by copies of original bills, invoices, expense accounts, and
miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting
documents shall be provided to the AGENCY upon request. All of the above charges must be necessary
for the services to be provided under this AGREEMENT.
4. Fixed Fee
The fixed fee, which represents the CONSULTANT's profit, is shown in the heading of this
AGREEMENT under Fixed Fee. This amount does not include any additional fixed fee which could be
authorized from the Management Reserve Fund. This fee is based on the scope of work defined in this
AGREEMENT and the estimated man-months required to perform the stated scope of work. In the event
a supplemental agreement is entered into for additional work by the CONSULTANT, the supplemental
agreement may include provisions for the added costs and an appropriate additional fee. The fixed fee will
be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT
and reported in the monthly progress reports accompanying the invoices.
Any portion of the fixed fee earned but not previously paid in the progress payments will be covered in the
final payment, subject to the provisions of Section IX, Termination of Agreement.
5. Management Reserve Fund
The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement
Administrator the flexibility of authorizing 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 $50,000
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 be
replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of
the "Management Reserve Fund" shall be made in accordance with Section XIV, "Extra Work."
6. Maximum Total Amount Payable
The maximum total amount payable, by the AGENCY to the CONSULTANT under this AGREEMENT,
shall not exceed the amount shown in the heading of this AGREEMENT.
The Maximum Total Amount Payable is comprised of the Total Amount Authorized, which includes the
Fixed Fee and the Management Reserve Fund. The Maximum Total Amount Payable does not include
payment for extra work as s~ipulated in Section XIV, "Extra Work."
B. Monthly Progress Payments
The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual costs plus the
calculated overhead and fee not more often than once per month during the progress of the work. Such
invoices shall be in a format approved by the AGENCY and accompanied by the monthly progress reports
required under Section III, General Requirements, of this AGREEMENT. The invoices will be supported by
an itemized listing for each item including direct salary, direct nonsalary, and allowable overhead costs to
which will be added the prorated Fixed Fee. To provide a means of verifying the invoiced salary costs for
CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist
of recording the names, titles, and present duties of those employees performing work on the PROJECT at the
time of the interview.
C. Final Payment
Final payment of any balance due the CONSULTANT of the gross amount earned will be made promptly
upon its verification by the AGENCY after the completion of the work under this AGREEMENT,
contingent upon receipt of all PS&E, plans, maps, notes, reports, 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 that 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 ninety (90)
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.
D. Inspection of Cost Records
The CONSULTANT and the subconsultants shall keep available for inspection by representatives of the
AGENCY and the United States, for a period of three years after 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-year period, the cost records and accounts shall be
retained until such litigation, claim, or audit involving the records is completed.
Southcenter Parkway Extension Project
Southcenter Parkway Extension Project
EXHIBIT D-1
Southcenter Parkway Extension Project - Estimated Person-houmlCosts Summary
Summary
Classification Hrs. x Rate = Cost
I Principal/Quality Control 36 $50.00 $1,800
2 Project Manager 605 $46.00 $27,968
3 Sr. Engineer 310 $36.00 $11,160
4 Design Engineer 985 $30.00 $29,550
5 Sr CADD Drafter 24 $28.00 $672
6 CADD Drafter 846 $22.00 $18,612
7 Sr. Traffic Engineer 32 $40.00 $1,280
8 Traffic Engineer 92 $29.00 $2,668
9 Landscape Architect 64 $35.00 $2,240
10 Right of Way Manager 0 $28.00 $0
11 Certified Appraiser 0 $26.00 $0
12 Senior Environmental Planner 48 $43.00 $2,064
13 Senior Scientist 74 $35.00 $2,590
14 Scientist 16 $29.00 $464
15 Environmental Tech 44 $26.00 $1,144
16 Survey Manager 8 $45.00 $360
17 Survey Office 30 $29.00 $870
18 Survey Crew 40 $40.00 $1,600
19 Support/Clerical 156 $20.00 $3,120
Total Hrs. 3413
Direct Salary Cost $108,162
Overhead Cost (~ 169.96% of Direct Labor $183,833
Net Fee (~ 30.00% of Direct Labor $32,449
Subtotal $324,444
Direct Non-Salary Cost
a) Reproduction, Plans 4000 Sheets @ $0.75 /Sheet $3,000
Reports 125 Each @ $45.00 /Each $5,625
b) Deliveries/Mail 20 Each @ $15.00 /Each $300
c) Travel (Personal Miles) 2000 Miles @ $0.30 /Mile $600
d) Utility locate (APS)
e) Potholing (APS) 0 holes @ $350.00 hole
Subtotal $9,525
Hrs.
DEA Subtotal $333,969
Outside Consultants
Pan Geo $16,608
Design Subtotal $350,577
Updated 1/8/99
p/s/snox0001/132ndfee.xls Printed 3/23/2004
ExhibitE (Pg. I of 3)
David Evans and Associates, Inc.
2003 Provisional Overhead Rate **
Total Unallowable Cost FAR A~owable
Indim~ 13.47q,485 71,112
Facilities Capital Cost of Money factors Computation
2003 Provisional Rate
ytt i t. grub
h1.s tJlL F Acne,.
e,.
,QI4/S,4•cM ux4S &W
f Sa l DIL 9 W0
RE: Approved Overhead Rate
Our Internal Review Section has reviewed the information you provided recently to establish or
update your overhead rate. They have advised us that the information is acceptable. Your
rntarimum supportable overhead rate for new professional agreements is //c 4
Reber, we now require annual updates of the overhead rate, so next year you should
automatically submit new information for review. lfyou have any. questions regarding this,
please give me a call at (208):3344495.
NF/hm
Exhibit E (Pg. 3 of 3)
STATE OF fGh;?U Q. rk KaT^t,ar ^a. GOremo
TRANSPORTATION DEPARTMENT
P.O. BOX 7120 BOISE !D 48707 -1129 11001 3340000
An Equal Opportuniy Employer
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 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 thc 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 thc CONSULTANT for actual units of work completed at the time of
termination of this AGREEMENT.
Exhibit G
Subcontracted Work
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT:
Pan Geo will he performing gentechnical inve~tigation~ az rea~]ired.
Ms. Catherine Mirkin
March 12, 2004 Exhibit G-1
File No. P-598
Prepared By: P-598[
Southcenter Parkway Extension Proj. No.:
Tukwila, WA Date: 3/12/2004
WPO
Rev sed:
Prepared for: Mi. Catherine Mirkin - David Evans and Associates
ESTIMATED LABOR:
PanGEO Labor Hours & 2004 Hourly Rates
WORK TASK DESCRIPTION
Ill
TOTAL: I $16,608
P-598 SouthCh'Pkwy Proposal and $9opo Ri.doc PanGEO, Inc.
Exhibit G-lA
Subconsultant Fee Determination - Summary Sheet
PanGEO, Inc. Fee Schedule
I)iscipline or Job Title Hourly Rate Overhead ~ Profit ~ Rate Per Horn
0% 0%
?rincipal $145.00 $0.0~3 $0.00 $145.0(3
Sr. Geotechnical Engineer $95.00 $0.0(3 $0.00 $95.0C
Staff Geoteehnical Engineer $70.00 $0.0C $0.00 $70.0C
Sr. Geologist $85.00 $0.00 $0.00 $85.0£
Administrator [ $45.00] $0.001 $0.001 $45.0c
PanGEO, In~ Geotechnical Consultants
Exhibit G-2: PanGEO, Inc.
Overhead Schedule for 2002
Adjusted
Adjustments Ref. Amount Percent
Direct Labor Costs 256,559.73
Direct NonSalary Costs $121,885.24 $ (121,885.24) A $0.00 0.00%
Indirect Officers Salaries 58,707.07 (5,371.52) B 53,335.55 20.79%
Indirect Administrative Wages 12,965.00 (224.25) B 12,740.75 4.97%
Indirect Technical Salaries 37,251.66 (1,275.51) B 35,976.15 14.02%
Bonus 144,110.79 78,037.00) C 66,073.79 25.75%
SEP-IRA Contribution 107,682.21 107,682.21 41.97%
Medical Insurance 23,421.73 23,421.73 9.13%
Payroll Taxes 34,269.71 (525.65) B 33,744.06 13.15%
Advertising 842.87 (842.87) A,B 0.00 0.00%
Amortization expense 928.00 928.00 0.36%
Bank Service Charges 19.78 19.78 0.01%
Computers 8,986.29 8,986.29 3.50%
Depreciation Expense 2,843.00 2,843.00 1.11%
Dues and Subscriptions 2,420.00 2,420.00 0.94%
Employee Morale 695.59 695.59 0.27%
Employee Recruitment 1,376.00 1,376.00 0.54%
Equipment Rental 2,394.35 2,394.35 0.93%
Field supplies 387.92 387.92 0.15%
Furniture and fixtures < $500 356.46 356.46 0.14%
General Liability Insurance 362.00 362.00 0.14%
Professional Liability Insuranc 24,956.00 24,956.00 9.73%
Licenses and Permits 1,227.00 1,227.00 0.48%
Office Supplies 2,753.80 2,753.80 1.07%
Postage and Delivery 1,049.02 (179.50) B 869.52 0.34%
Printing and Reproduction 545.69 (14.27) B 531.42 0.21%
Professional Development 741.23 741.23 0.29%
Professional Fees 1,363.05 1,363.05 0.53%
Reference (books/maps/crc) 1,154.60 1,154.60 0.45%
Rent 13,750.00 13,750.00 5.36%
Repairs 56.59 56.59 0.02%
Section 179 depreciation expens 5,625.00 5,625.00 2.19%
B&O Taxes 18,514.34 18,514.34 7.22%
Property Taxes 1,647.20 1,647.20 0.64%
Telephone 7,376.47 7,376.47 2.88%
Entertainment 1,334.37 (1,334.37) A 0.00 0.00%
Meals/Travel i 5,768.08 (742.29) B 5,025.79 1.96%
Utilities 1,146.67 1,146.67 0.45%
Total $ 650,914.78 $ (210,432.47) $440,482.31 171.69%
A. Unallowable amounts removed per various FARs cites.
B. Advertising and public relations costs unallowable per 48 CFR 31.2051(d)
C. Adjustment for WSDOT Bonus Policy. Maximum allowable amount is 15% of total
allowable overhead