Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
99-050 - Perteet Engineering - Tukwila International Boulevard (South 152nd Street to South 138th Street)
City of Tukwila Tukwila International Boulevard South 152"d Street to South 138th Street SUPPLEMENTAL AGREEMENT NO. 4 ci - SC) (QC) The City of Tukwila desires to supplement the agreement entered into with Perteet Inc., executed on March 16, 1999. All provisions in the basic agreement remain in effect except as expressly modified by Supplement 1, executed on August 18, 2000, Supplement 2, executed on May 16, 2001, Supplement 3, executed on April 16, 2004 and this supplement. The changes to the Agreement are described as follows: Paragraph 2, Scope of Services, is modified by adding the following: 4.0(A) ADDITIONAL CONSTRUCTION WORKING DAYS: Perteet Inc. provided continued Construction Administration Services including Field Observation and Project Documentation for an additional 35 Contract Working days beyond the base contract time of 260 working days. The Contractor was awarded an additional 30 working days per change order #6 due to delays incurred in the installation of the underground power system up to 144th. An additional five days time was added for the facilities south of 144th. The justification for the time extensions included extra excavation to install the Seattle City Light (SCL) facilities required by changes to the system including additional vaults, removal of contaminated soils and relocation of utilities not anticipated by the original contract. 4.0(B) ADDITIONAL DESIGN SERVICES: Perteet provided additional field engineering services for the SCL plan revisions and underground duct bank construction. During construction, the Contractor requested additional information to locate/relocate the vaults. Perteet provided station, offset and rim elevation for the vaults and horizontal alignment elevations for the underground duct bank. Perteet coordinated with the Contractor and SCL to review the design location of the proposed vault and directed the Contractor to install the vaults in locations that were not in conflict with existing utilities and existing power poles. Additional time was required to install the vaults and duct bank to relocated water lines, telephone lines and gas lines. Revised drawings detailing new vault locations were provided to SCL and the Contractor. Perteet modified the pavement design section during construction to accelerate the installation and reduce overall pavement costs. This also allowed the Contractor to pave during the fall when temperatures were colder than anticipated, and provided a better driving and working surface through the winter work. 4.0(C) CONSTRUCTION ADMINISTRATION SERVICES (Landscape Architect): Scheduling conflicts with irrigation installation required additional services from our design sub consultant, Worthy and Associates. This included site visits to review the health of the plants during the Plant Establishment Period. Our sub consultant will conduct additional site visits to review the health of the plants, and in the fall and spring, a report will be submitted indicating which require replacement due to mortality. Supplement No. 4 Page 1 Tukwila International Boulevard J:ITrans_Design199511-Tukwila Intn'l Blvd1ContractslSupp 4 10-4-04.doc 0 N 2004 ert t Inc. ENT'DOCT 122004 The additional landscape services also include providing details for the addition of quick couplers for the purpose of watering plants in non -irrigated areas. III. PAYMENT Paragraph 4(A), Payment, shall be amended as follows: The additional work will cause an increase in the maximum payable of $97,950 for a new total maximum payable of $1,761,183.35 as set forth in the attached Exhibit D-1, and by this reference made a part of this supplement. IN WITNESS WHEREOF, the City a of thef)" day of CITY OF TUKWILA the Con ultanthave executed this Supplement No. 4 as , 2004. PERTEET INC. (Crystal L. Donne , 1.E. TITLE: Executive Vice President DATE: /Ci DATE: Supplement No. 4 Page 2 Tukwila International Boulevard J:ITrans_Design199511-Tukwila Intn'l BIvd1Contracts\Supp 410-4-04.doc July 2004 Perteet Inc. EXHIBIT D-1 - Perteet, Inc. CONSULTANT FEE DETERMINATION - SUMMARY SHEET CITY OF TUKWILA - TUKWILA INTERNATIONAL BLVD CONSTRUCTION SERVICES Supplement for 35 working days of additional Construction Services Classification Principal Branch Manager Project Manager Project Engineer Design Engineer Field Observer 1 Field Observer 2 Documentation Engineer Hours Assistant Documentation Engineer CADD Operator Clerical Rate Cost 3.50 x $ 55.00 — $ 193.00 8.75 x $ 45.00 = $ 394.00 105.00 x $ 33.00 = $ 3,465.00 35.00 x $ 30.00 = $ 1,050.00 140.00 x $ 26.00 = $ 3,640.00 280.00 x $ ' 30.00 = $ 8,400.00 280.00 $ 21.50 = $ 6,020.00 140.00 x $ 25.00 = $ 3,500.00 35.00 $ 15.00 = $ 525.00 70.00 x $ 22.00 = $ 1,540.00 70.00 x $ ` 18.00 = $ 1,260.00 $ 29,987.00 DSC TOTAL OVERHEAD (OH COST - including Salary Additives): OH Rate x DSC 173.50% x $ 29,987.00 FIXED FEE (FF): FF Rate X (DSC + OH) REIMBURSABLE: Mileage (@Current Fed. Rate) CADD @ $10/hr Miscellaneous $ 52,027.00 15% x $ 82,014.00 = $ 12,302.00 $ 1,084.00 $ 700.00 $ 150.00 SUBCONSULTANTS: Material testing included N/C Worthy and Associates $ 1,700.00 CONTRACT SUPPLEMENT TOTAL $ 1,934.00 $ 1,700.00 $ 97,950.00 PREPARED BY: Ronald Q Cardwell, PE DATE:09/17/04 Supplement No. 4 Page 3 Tukwila International Boulevard J: ITrans_Design199511-Tukwila Intn'l Blvd\ContractslSupp 410-4-04.doc July 2004 Perteet Inc. 99- (c) City of Tukwila (I -R\,JGD 3 Tukwila International Boulevard - South 152nd Street to South 138th Street SUPPLEMENTAL AGREEMENT NO. 3 The City of Tukwila desires to supplement the agreement entered into with Perteet Engineering, Inc., executed on March 16, 1999. All provisions in the basic agreement remain in effect except as expressly modified by Supplements 1, executed on August 18, 2000 and Supplement 2, executed on May 16, 2001 and this supplement. The changes to the agreement are described as follows: I Paragraph 2, Scope of Services, is modified by adding the following: DESIGN SERVICES: 1.0 Project Management & Coordination 1.1 Coordinate with the City's Right-of-way consultant. Advise the consultant as to the project impacts on private properties and the purpose of individual easements and Rights- of-way dedications for a total of 21 properties. 1.2 Preparation of the License to Construct merge document and database for 56 properties. This will be used to produce the cover letter & license to construct documents for 56 properties. The merge document and database will be prepared to provide a different cover letter for those properties that require relocation of utility services. 1.3 Attend an additional twelve coordination meetings with Agency staff on urban design, City artwork, landscaping, and utilities. 1.4 Provide documentation for monthly billing invoices. 1.5 Internal project coordination meetings. 1.6 Coordinate with City's consultant for the 144th Street project. 2.0 Property Owner Meetings/Public Involvement 2.1 Provide information and answer property owner questions over the phone, with respect to the project and private property impacts. 2.2 Prepare a cover letter for initial contact with the 21 property owners involved in the acquisition process. 2.3 Provide assistance with the more significant acquisitions by attending 4 field meetings with the City's R/W consultant and property owners to explain the project. Supplement No. 3 Page 1 Tukwila International Boulevard J. ITrnns_Dcsign199511-Tukwila Intn7 B1vd1Contracts1Supp 3 3-3-04.doc Perit� nAtpeOn l 20 1�.IY �� 2004 2.4 Revise up to 12 right-of-way exhibits, and legal descriptions, if required by property owners as a condition of the acquisition. 2.5 Prepare exhibits for relocation of pad mounted switch gear on the project. 2.6 Prepare a composite digital image simulation of the project improvements for 1 parcel. 2.7 Prepare exhibits for public meeting. 3.0 Revisions to R/W Plan 3.1 Identify and tabulate all of the R/W takes as to need/purpose. 3.2 Revise the individual exhibits for 21 properties for a `neat' line acquisition. 3.3 Revise the project right-of-way plan to reflect the changes described in paragraph 3.2 of this supplement. 3.4 Revise the project base map to reflect the changes described in paragraph 3.2 of this supplement. 3.5 Revise the individual acquisition legal descriptions for the 21 properties to reflect the changes described in paragraph 3.2 of this supplement. 4.0 PS&E Revisions 4.1 Revise the street improvement plans to indicate excavation of tree pits without planting trees. 4.2 Revise the current street improvement project contract to include the changes necessary for a separate contract for tree planting, including preparation of tree pits. 4.3 Revise plans to reflect changes to the urban design and landscape plans, including elimination of rails and the addition of walls at the back of walk. 4.4 Prepare exhibit and plan revisions to eliminate sign relocation. 4.5 Update contract specifications from 2000 to 2002 Standard Specifications. 5.0 Channelization Plan Revisions 5.1 Provide WSDOT with electronic copies of plans for their evaluation of HALs. 5.2 Participate in additional discussions with WSDOT on the channelization plans and PALs identified by WSDOT. Evaluate alternatives for the City and provide exhibits for the alternatives. 5.3 Prepare WSDOT Channelization plan to include revisions for access and left turns at South 146th Street and South 141st Street. Revise the current project basemap to include Supplement No. 3 Page 2 Tukwila International Boulevard J:ITrnns Dcsign1995II-Tukxdln Into? Blyd1ContrnctslSupp 3 3-3-04.doc Perteet Engineering, Inc. separate sheets to meet the City's standard channelization and signing plans while maintaining the sheets necessary to meet WSDOT channelization plan requirements. 6.0 Revisions for Seattle City Light 6.1 Prepare quantity takeoffs of Seattle City Light Plans. 6.2 Evaluate the SCL 10/12/01 plans for the replacement of the existing overhead power system, including evaluation of redundancy. Update the evaluation for the 5/2/02 estimate using the 3/20/02 SCL plans. 6.3 Revise the plan set and evaluate changes and conflicts for the 9/7/01 Seattle City Light plan revisions. 6.4 Revise the plan set and evaluate changes and conflicts for the 10/12/01 Seattle City Light plans. 6.5 Revise the plan set and update quantities for 3/20/02 SCL plans. Evaluate utility conflicts for the 3/20/02 plan set. 6.6 Revise the plan set for the 7/31/02 plans. 6.7 Evaluate the 8/15/02 plans for contract addendum. ADDITIONAL WORK: PS&E for planting trees removed from the plan set has not been included in this supplement. III Paragraph 4(A), Payment, shall be amended as follows: The additional work will cause an increase in the maximum payable of One Hundred Twenty - Two Thousand Three Hundred Nineteen Dollars ($122,319) for a new total maximum payable of One Million Six Hundred Sixty -Three Thousand Two Hundred Thirty -Three Dollars ($1,663,233) as set forth in the attached Exhibit D-1, and by this reference made a part of this supplement. IN WITNESS WHEREOF, the City and the Consultant have executed this Supplement No. 3 as of the 1 day of A , 2004. CITY OF TUKWILA TITLE: ✓SII DATE: IP /o4- PERTEET ENGINEERING, INC. Richard L. Perteet, P.E. - esidentZ— Supplement No. 3 Page 3 Tukwila International Boulevard . ITrans_Design199511-Tukwiln 1n1,17 BIld1ContraclslSupp 3 3-3-04.doc Perteet Engineering, Inc. iIBIT T NSULI'ANT;°FEE 1» TERMINATI Project: Tukwila, International Boulevard Client: City of TukwilaPublic Works Classification Principal -In -Charge Sr Project Manager Design Engineer CADD Operator Clerical Hours Cost 90.00 ,138.00 92.00. 60.00 98 "00. ,976.00 `; 7 654.00;` TOTAL DSC OVERHEAD (OH COST - including Salary Additives): OH Rate x DSC168.9°/g FIXED FEE (FF): FF Rate X (DSC + OH) REIMBURSABLES: SUBCONSULTANTS: asn Supplement Total: Previous Total: CONTRACT TOTAL: PREPARED BY: Ross Heller °fpr 654.5 x $ 101.251 500.01 ;597:1 ,187.7 2.500.00."i 2,319.35 1,540,914.00 63.233.35'` DATE: March 3, 2004 Supplement No. 3 Page 4 Tukwila International Boulevard J.ITrans_Design199511-Tukwila 1ntn1 B1vd1Contracts1Supp 3 3-3-04doc Perteet Engineering, Inc. AG q(5((b) City of Tukwila Tukwila International Boulevard South 152"d Street to South 138th Street SUPPLEMENTAL AGREEMENT NO. 2 The City of Tukwila desires to supplement the agreement entered into with Perteet Engineering, Inc., executed on March 16, 1999 and Supplement Agreement No. 1, executed on August 18, 2000. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: I Paragraph 2, Scope of Services, is modified by adding the following: DESIGN SERVICES: 1.0 PROJECT MANAGEMENT 1.1 Remobilization. The project was stopped during mid -design to allow additional time for coordination with the light rail project. During this time, some administration tasks continued. Staff were reassigned, and then rescheduled with project restart. 1.2 Tukwila Village Coordination. The Tukwila Village concept continued to evolve during the roadway design process. Coordination with the City's Architect required several meetings, conversations and discussions in order to arrive at consensus for the design. 1.3 SeaTac Coordination. Additional coordination with the City of SeaTac is required to settle signal and drainage issues. 1.4 Team Meetings. Attend up to 15 additional team meetings to coordinate the project design. 2.0 SURVEY/MAPPING 2.1 The original base map was prepared in 1994, and has not been updated. Changes to utilities and property redevelopment have outdated the original base map. Additional survey is needed to confirm these changes. 2.2 Provide survey support services for additional utility locates, storm drainage mapping, and flagging R/W acquisition areas. 2.3 Field Review of design. The differences between the supplied base map and existing conditions required additional field review to verify driveways, property impacts, and drainage requirements. ORIG1 ,I S Supplement No. 2 Page 1 January, 2001 Tukwila International Boulevard Perteet Engineering, Inc. 3.0 DESIGN REVISIONS 3.1 Revise the drainage design to incorporate recent changes/repairs that have been made to the drainage system on the north end of the project. Redesign the system to carry all flows on public property, eliminating the dependence on systems that cross private property. 3.2 Evaluate two alternative alignments at the beginning of the project, one centered in the R/W, and one shifted to the west. 3.3 Coordinate additional urban design revisions that have resulted from the Tukwila Village coordination. 3.4 Revise drawings to incorporate a new surveillance camera system. 3.5 Research preliminary title reports to verify legal descriptions and current property ownership. 3.6 Coordinate the street improvement project with the Tukwila Arts project. Attend two meetings to discuss the City's Art project. 3.7 Based on the Seattle City Light design, prepare the plan sheets, adjust vaults to fit the street project, and draft construction notes to relocate the existing overhead power lines underground. 3.8 Coordinate with fiber optics companies seeking to install facilities within the project limits, provide project plans and details. 3.9 Revise the 1998 contract specification to match the new 2000 Standard Specifications. 3.10 Provide 10 additional plans sets for SEPA review. 3.11 Attend coordination meeting with METRO staff on bus transit zones and incorporate the results into the plans. 3.12 Coordinate with the Tukwila School District for revisions to the design radii throughout the project. 3.13 Research the use of colored asphalt for urban design elements and present results to staff. 3.14 Revise the plans to incorporate a curtain drain utilizing the utility trench for the length of the project. Supplement No. 2 Page 2 January, 2001 Tukwila International Boulevard Perteet Engineering, Inc. SUBCONSULTANT WORT Landscape Irrigation. Prepare plans and specifications for irrigation of the proposed new landscaped areas within the right-of-way. Revise 90% plans to include relocation of trees. Attend one additional plan review meeting and revise drawings to incorporate review comments. Subsurface Utility Engineering services for this project will address all utilities in the project corridor. Impacts from project construction appear likely due to relocation of overhead utilities from overhead to underground. Other potential impacts are due to storm drainage improvements and curb reconstruction related to safety enhancements. As such, significant utility relocations are also anticipated. A total of approximately 5,000 feet of roadway improvements will be made based on 90 percent plans. It is our understanding that this project is eligible for TIB funding. Task 1 Project Management A. Prepare a comprehensive work plan including tasks, task descriptions, resource allocation and cost allocation. Prepare project schedule utilizing Microsoft Project '98. MSA will complete refinements to proposed Scope of Work, Labor Hour and Fee Estimate, and project schedule as included herein. It is assumed that acceptance of the proposed work program will result in limited refinements to achieve an acceptable comprehensive work plan. B. Complete monthly progress reports through the duration of project. Include a narrative description of work completed and work underway for the following month. Include summary of tasks indicating percent complete and percent budget spent. Provide invoice with labor hour breakdown by classification. C. Prepare for and conduct project meetings including kick-off, preliminary recommendations review, and a draft report review. Other meetings can be organized per PEI and City request. Meetings typically will be attended by the project manager and project engineer. Task 2 Subsurface Utility Engineering Review A. Collect and analyze system data including construction records, mapping and schematics of existing utility facilities in identified project areas. PEI and City will provide copies of utility mapping and records and a comprehensive list of utility contact persons. Anticipated facilities review consists of the following: electric power, natural gas, communications, water, sanitary sewer, and existing storm sewer. Verify completeness of PEI and City produced composite utility plans versus utility provided information. Review placement and results of locating (potholing) activities and valve box surveys. Note all existing utility crossings with proposed storm drainage facilities and areas of substantial cuts. Document discrepancies in a spreadsheet format. (Quality Level D 35%, and B and A-65%) Supplement No. 2 Page 3 January, 2001 Tukwila International Boulevard Perteet Engineering, Inc. B. Contact utility designating, locating, and survey provider(s) to document the order of accuracy used to establish locations of existing utilities. (Quality Level B - 100%) C. Perform a site walk-through to verify completeness of subsurface and above ground utilities as shown on PEI and the City produced composite utility plans, including service drops and lines. Verify general placement of above ground utility appurtenances, any remaining designating paint, and any existing pothole locations as shown on composite utility mapping. Walk-through will not verify accuracy of survey information or exact locations of facilities. Verification limits shall be from right-of-way to right-of-way. Document discrepancies between composite mapping and field observations in a spreadsheet format. (Quality Level B — 100%) D. Review proposed roadway, storm sewer, and utility improvements for potential conflict with existing utilities based on typical utility depths information. (Conflicts may occur at crossings, areas where utility facilities run parallel to proposed storm drainage and utility facilities, roadway subgrade excavation or other excavation areas.) Document any additional areas of suggested conflict investigation in a spreadsheet format. (Quality Level B and A - 100%) E. Formulate recommendations, if any, for further action/investigation to be completed in Task 3 or outside this scope of work. Recommendations may include performance of additional records research, designating, locating, surveying, mapping, utility coordination and/or conflict identification and resolution activities. Document any recommendations for further action/investigation in a spreadsheet format. Estimate cost associated with each recommendation. (Quality Level B ... 100%) Task 3 Additional Information Based on our current understanding of the project, we anticipate a number of locates (potholes) to be required and a minor amount of additional electronic designating and records research to be completed. It is our understanding that approximately 25 locates (potholes) have been previously completed. Until the peer review is completed in Task 2, the exact extent of services for this task cannot be quantified. For rough budgeting purposes, we have identified a likely scope and have estimated the level of effort that may be required for locating and designating. Once this information is obtained, a conflict analysis can be completed. A. Complete additional records research, utility coordination and designating. Designate approximately 2500 additional feet of total utilities. Surveying and mapping to be completed outside the scope of this work. (Quality Level B — 100%) Supplement No. 2 Tukwila International Boulevard Perteet Engineering, Inc. Page 4 January, 2001 B. Complete limited locating (potholing) of utilities. Locate utilities at approximately 40 sites. Obtain valve box information at approximately 50 valves. Surveying and mapping to be completed outside the scope of this work. (Quality Level A — 100%) Complete detailed analysis of proposed roadway, storm sewer, and water improvements for potential conflict with existing utilities based on obtained utility depth information. (Conflicts may occur at crossings, areas where utility facilities run parallel to proposed storm drainage and proposed underground utility facilities, roadway subgrade excavation or other excavation areas.) Document any additional areas of suggested conflict investigation in a spreadsheet format. (Quality Level B and A .,, 100%). Task 4 Report and Recommendations A. Complete a detailed draft report documenting the various techniques and practices employed by PEI and the City in preparation of its composite utility mapping. Discuss completeness of data/information acquired. Identify the SUE quality levels achieved throughout the project limits and suggest a systematic way of indicating such on the composite utility plans. Document the procedures used to verify PEI and the City's SUE efforts to date. Document recommendations for and results of further action/investigation. Certify, with appropriate qualifiers, the reliability of the information shown on PEI and the City produced composite utility plans. Submit 2 copies of draft report. (Quality Level B and A — 100%). B. Incorporate PEI and City review comments into final report. Provide two copies of final report, each bound in a three ring binder, including as appendices all utility documentation and composite mapping obtained to date. Provide three additional comb -bound abridged versions excluding appendices. Seal final reports with professional engineer's stamp. (Quality Level B and A ,., 100%). Task 5 Quality Control Conduct Senior Principal/Associate level review of draft and final reports prior to submittal. Incorporate City comments from draft review as described above. (Quality Level B and A — 100%). CONSTRUCTION SERVICES: 4.0 CONSTRUCTION ADMINISTRATION 4.1 Pre -Construction: Supplement No. 2 Page 5 January, 2001 Tukwila International Boulevard Perteet Engineering, Inc. 1. Attend construction bid opening and prepare bid summary. Provide recommendation of the Construction Contractor to the City Council based on the results of the bid opening. 2. Coordinate and attend Pre -construction conference. 4.2 Office Administration (Record Keeping): Assist the City in providing documents and records of general compliance with State and Federal requirements. Items of work may include the following: 1. Recommend approval of Progress Schedule. 2. Recommend approval of working drawings. 3. Assist with preparation, and recommend approval of, periodic requests for payment submitted by the Construction Contractor. 4. Obtain Request to Sublet and Certification. 5. Obtain and approve Request for Material Sources. 6. Collect Forms 257 and 1391 (Equal Employment Opportunity). 7. Maintain record of earth, gravel, concrete, and asphalt delivery tickets (if required) that are collected by the Field Representative. 8. Collect Manufacture's Certificates of Compliance. 9. Prepare any suspension letters and letters acknowledging substantial completion and final completion for City approval. 10. Prepare Notice to Proceed letter to contractor for City signature. 11. Obtain Notice of Intent to Pay prevailing Wage and Affidavit of Wages Paid. 12. Prepare any change orders for City signature. 13. Collect test reports from the materials testing lab for compliance with the information given in the contract documents. 4.3 Field Observation: 1. Provide the services of a full-time resident project representative and support staff who will observe the technical conduct of the construction. 2. Attend weekly project site meetings with the Contractor, City staff, utilities, and others associated with the project construction. 4.4 Materials Testing: Materials testing to comply with State, Federal and City of Tukwila Funding Specifications will be provided by an independent testing company. Testing results will be documented and included in the Final Records book. 4.5 Project Completion: 1. Prepare Final Records in accordance with Local Agency Guidelines at the completion of construction for WSDOT and FHWA audit. The Final Records book must be retained by the City for three years following completion of construction. 2. Prepare record drawings of the completed project. Supplement No. 2 Tukwila International Boulevard Perteet Engineering, Inc. Page 6 January, 2001 The Consultant will endeavor to protect the City of Tukwila against defects and deficiencies in the work of the Contractor, but he cannot guarantee the Contractor's performance and he shall not be responsible for construction means, methods, techniques, sequences, procedures for safety precautions and programs in connection with the work. The scope of this contract is based upon the contractor working a calendar day contract based upon a 5 day 45 hour week schedule for 52 weeks with a 26 -week work suspension. In support of this schedule our contract provides 4 weeks of project set up time, 52 weeks of a full time resident representative and support staff; 26 weeks of limited service during the work suspension and 8 weeks to close out the project. If the work schedule changes due to the contractor working weekends, extended hours or if the construction activity extends the contract time, the Consultant shall inform the City and these additional services shall be negotiated on a separate supplement. SUBCONSULTANT WORK Landscape Materials. Perform up to four onsite inspections of the plant materials selected by the contractor for installation. Provide inspection reports. Urban Design. Perform up to four onsite inspections and provide inspection reports of the bus shelters, bricks, and railing materials to be used for construction. II Paragraph 3, Time for Performance, is amended to read "30 calendar days following completion of construction" III Paragraph 4(A), Payment, shall be amended as follows: The additional work will cause an increase in the maximum payable of $1,081,500 for a new total maximum payable of $1,540,914 as set forth in the attached Exhibit D-1, and by this reference made a part of this supplement. IN WITNESS WHEREOF, the City n d the Consultant have executed this Supplement No. 2 as -T of the /4' l day of CITY OF TUKWILA TITLE:CM/�L. , �� I DATE: , 2001. ERTEET ENGINEERING, INC. Richard L. Perteet, P.E. President Supplement No. 2 Page 7 Tukwila International Boulevard January, 2001 Perteet Engineering, Inc. .................................................................. ................................................................... I'<]'-- ---... Project: Tukw la ;Iuterhational B ule�vard Client: City of Tukwila Public Warks Classification Hours Rate Ptneipal �t-Charge 104 x $52;9{3 = Sr.:Projeet Manager •423 x $37.:30 Project Ivlanager 0 x $##i)g. Project Exagitaeer 164 x $28:85 = Office Engineer 0 x$24;(30 Field Insp, i 0 x $32:00 = Field Its. 2 0 x $28;00 = Desagn Engineer 426 x $2Q"0.0::::::h 2 Person Survey Crew 40 x $4300 = Graphic Artist €l x $20:00 = CADDOperator 166 x $19::50 = Clerical 27 x $15!;00 = TOTAL DSC OVERHEAD (OH COST - including Salary Additives): OH Rate x DSC 16&9% FIXED FEE (FF): ...................... FF Rate X DSC 15% REIMBURSABLES: Prints @ .20 s. f Xerox ® :10 ea. vlileage u? .32 CADD M $10thr Equipment Rental Phones - $SQlxtto x 26 months Materials Testing Misc, SUBCONSULTANTS: ................................................... ortlty, Landscape 1akersy Urllan I1esign Murray Smith, SPIE SUPPLEMENT TOTAL: Previous Amount: DESIGN PHASE TOTAL: x $ 39,892.90. x $ 107.272.01 800,00 NC 500.00 660.00 77,19 $ 11;900.00 $ 2,000.00 $ 70,000.00 Cost 5;:50L60.:1 5777.90 .40; 8,520 00 720.00 3;237 00 x#05.00 ....................... 39;892 90 67,379.11 6,090 80 $ 3,33719. 83;900.00 $ 2 1€1;69©00 _ $ 459,414 DQ _ $ 6770;014.0© DATE: March 7, 2001 pL `. a ERJ I I Project: Tukwila>Ihternational Boule;va Client. City of Tukwila Public Works Classification Principal Ti -Charge> Sr.Project Manager Project Manager Pro 6 - Engineer. •Of ice Eng%neer Field Insp, l .Field Insp. 2 Design Engineer 2 Person Survey Crew Graphic Artist CARD Operator Clerical Hours Rate 44 x $52:90 = 144 x $37::30 = 970 x $32:00 €} x $28.85 = r.t......,Q;x $24>00 2982; x $32;00 = 1980 9 49 1300 x $28;00 x $20:00 x $43:00 x $20.00 x $191:50 x $15.00 TOTAL DSC OVERHEAD (OH COST - including Salary Additives): QH Rate x DSC FIXED FEE (FF): FF Rate X DSC REIMBURSABLES: 168:9%: x $ 253,082.80 :. = 4:5%: x $ 6$(1;539.65 = Prints G .20 :5; ',f,:::: ' $ 700.00 Xerox .10 ea. NC Mi cage 4 32 $ 5:;300 00 cADD $10lhr $ 400.00 Equiprrront Rental $ 1 5;200,00 Phones -•$501mox 26 rrioths $ 1.300,00 Materials Testing $ 40,000.00 Trii$c. : $ 16279,40 SUBCONSULTANTS: Worthy, Land$cape Makers,Urban Design Murray Smith, SIZE CONSTRUCTION PHASE TOTAL: Design Phase Total: CONTRACT TOTAL: PREPARED BY: 100.00 000.00 Cost 2327 60 5371:20- 31 040 371 2031040 00 ,200 00 942400 55440004 00 780 00 9,500.00 2532082.$0: 427,456 85 ......................... 102:08095 .,:82;17R 40: $ 870,900.00 $ 670,014.00 $ 1,540,914.00 DATE: March 7, 2001 Exhibit G-1 MAKERS - URBAN DESIGN - SUBCONSULTANT FEE DETERMINATION Project: Tukwila International Boulevard Final Design Client: City of Tukwila Name Hours Rate Cost J. Owen 8 x $34.80 = $278 D. Boyd 28 x $21.75 = $609 T. Kamolvatanayothin 18 x $17.50 = $315 TOTAL DSC = $1,202 OVERHEAD (OH COST - including Salary Additives): OH Rate x DSC 175.0% x $1,202 = $2,104 SUBTOTAL (OH + DSC) $3,306 FIXED FEE (FF): FF Rate X (DSC+OH) 15% x $3,306 = $496 REIMBURSABLES: Structural Engineering $1,150 Reprographics $48 = $1,198 GRAND TOTAL: = $5,000 DATE 30 -Jan -01 Exhibit G.2 MAKERS Government Overhead Rate Multiplier Through October 31st, 1998 Checking: 1 Jan, 1998 $ 1,011.32 Savings: 1 Jan, 1998 $ 601.70 Salaries Direct:Time Partner $ Staff + $ Total $ Indirect Time Partner $ Staff + $ Total $ Operating Expenses Total $ -$ - $ 1 Nov, 1998 $ 9,260.13 1 Nov, 1998 $ 26,548.44 Total Income to Date $ 687,726.24 61,877 107,032 168,909 62,216 97,857 160,073 255,980 " 117,041 Less costs of direct & indirect labor 3,246 Less unallowed costs Net Operating Expense $ 135,692 Overhead Cost (Net Operating Expense + Indirect Labor) / Direct Labor= Overhead Rate Net Operatin.p Expense $ 135,692 Indirect Labor + $ 160,073 Overhead Cost $ 295,765 / Direct Labor $ 168,909 Overhead Rate 175% 'Includes 1999 office rent increase of $1,200/mo. (See attached) thrtmult.xla, 11/13/98 SUBCONSULTANT FEE DETERMINATION - SUMMARY SHEET Worthy and Associates EXHIBIT G-1 City of Tukwila Pacific Highway South Redevelopment LABOR BREAKDOWN BY TASK Classification DIRECT SALARY COST (DSC) Hours x Rate Cost Principal Landscape Architect 40 $ 33.00 $ 1,320.00 Landscape Architect 52 $ 26.00 $ 1,352.00 Designer 100 $ 20.00 $ 2,000.00 Clerical 13 $ 13.50 $ 175.50 Total DSC $ 4,847.50 Overhead Cost 1.6484 x $ 4,847.50 $ 7,990.62 Fixed Fee 0.35 x $ 4,847.50 $ 1,696.63 Task Labor Total $ 14,534.74 EXPENSES Mileage $ 135.26 Supplies $ 105.00 Deliveries and Postage $ 75.00 Reproduction $ 150.00 Expense Subtotal $ 465.26 TOTAL WORTHY AND ASSOCIATES FEE $ 15,000.00 d:\mrl\99-04\doc\Add Task Breakdown.xls 02/01/2001 SUMMARY1 Exhibit G-2 WORTHY AND ASSOCIATES OVERHEAD EXPENSES AND RATE Direct Labor Vacation, Holiday & Sick Leave $18,273.00 Training $1,086.00 Health & Life Insurance Programs $6,044.00 Payroll Taxes $11,592.00 Pension, Retirement Plans $22,280.00 Travel (Unreimbursable) $3,904.00 Reproduction (Unreimbursable) $4,382.00 Commission & Bonuses $0.00 Advertising (Promotion/Job Proposals) $1,012.00 Contributions $0.00 Divided Payment $0.00 Entertainment $0.00 Income Taxes (State, City, Federal) $8,913.00 Bad Debts $0.00 Fines & Penalties $0.00 Office Administration $36,695.00 Salaries of Principals (Indirect/Marketing) $32,560.00 Salaries of Technical Personnel (Indirect) $27,780.00 Accounting $7,644.00 Office Equipment $1,540.00 Telephone $4,891.00 Office Supplies $5,050.00 Professional Dues/Publications $1,792.00 Depreciation - Office Equipment S/L 5 yr. $7,150.00 Office Rent $13,891.00 Maintenance & Repair $1,288.00 Liability Insurance $4,613.00 TOTAL OVERHEAD $222,380.00 1996-7 OVERHEAD RATE March 1997-003 WSDOT simplified audit allowed an overhead rate of: C:\RM\BILLINGS\AATES\Overhead 97 $133,479.00 166.60% 163.62% FEB -14-2001 12:34PM FROM-MURRAY SMITI X +5032259022 T-532 P.003/003 F-094 Exhibit G-1 Subconsultant's Fee Determination - Summary Sheet Murray, Smith & Associates, Inc. Project: Subsurface Utility Engineering (SUE) Services for Tukwila International Boulevard, South 152nd to South 138th Street, Street Improvements, City of Tukwila Direct Salary Cost (DSC) Classification Hours Rate Cost Senior Principal 4 $ 49.62 $ 198 Associate 24 $ 38.65 $ 928 Engineer VII 96 $ 28.85 $ 2,770 Engineer IV 96 $ 24.04 $ 2,308 Engineer II 324 $ 21.35 $ 6,917 Clerical 16 $ 11.54 $ 185 Total DSC = $ 13,306 Overhead (OH Cost - including salary additives); OH Rate x DSC of 155.7% x $ 13,306 $ 20,717 Fixed Fee (FF): FF Rate x DSC of 30.9% x $ 13,306 $ 4,111 Reimbursables: Mileage $ 500 Printing and Reproduction $ 1,366 Locating Services (APS) $ 30,000 Total Reimbursables - $ 31,866 Grand Total Prepared by: Philip H. Smith Date: 2/13/2001 02/13/2001 1 $ 70,000 FEB -13-2001 02:56PM FROM-MURRAY SMITH XC +5032259022 T-512 P.003/014 F-059 Exhibit G-2 Breakdown of Subconsultant's Overhead Cost Murray, Smith & Associates, Inc. Year Ended 1999 % of Account Title S Direct Labor 5101/5102 Direct Labor $ 1,250,182 Indirect Labor Expense 6102 Vacations $ 67,315 5.38% 6103 Holidays $ 48,802 3.90% 6104 Sick Leave $ 35,927 2.87% 6105 Other Paid Leave $ - 0.00% 6107 FICA Taxes -Employer Expense $ 154,727 12.38% 6108 Federal Unemployment Tax(FUTA) $ 2,824 0.23% 6110 State Unemployment Tax(SUTA) $ 10,594 0.85% 6111 Worker's Compensation $ 7,288 0.58% 6112 Employer Contrib. to Profit Sharing Pian $ 75,000 6.00% 6113 Employee Group Health ins. $ 94,877 7.59% 6114 Employer Matching Cont to 401 K $ 29,271 2.34% 6115 Employee Fitness Program $ 4,100 0.33% 6116 Auto Reimbursement $ - 0.00% 6117 Tri -Met Tax $ 14.053 1,12% Total Indirect Labor Expense S 544,778 43.58% General & Administrative Expense 6211/6212 Overhead Labor $ 391,416 31.31% 6222 State income Tax- Corporate $ 22,966 1.84% 6223 County Property Tax -Corporate $ 2,768 0.22% 6224 County Income Tax -Corporate $ 0.00% 6225 City License Fee $ - 0.00% 6226 WA State B & 0 Tax -Corporate $ 10,975 0.88% 6227 Corporate License Expense $ 147 0.01% 6231 Legal Expense $ 6,310 0.50% 6232 Accounting Expense $ 14,035 1.12% 6233 Claim Settlements & Costs $ 0.00% 6234 Management Consulting Services $ 0.00% 6242 Bank Charges $ 1,364 0.11% 6251 Rent -Office & Storage Space $ 184,466 14.76% 6261 Office Supplies $ 43,694 3.50% 6262 Field Supplies $ 5,294 0.42% 6263 Postage, Shipping & Delivery $ 4,971 0.40% 6264 Reproduction & Printing $ 33,257 2.66% 6265 Miscellaneous Office Expense $ 14,818 1.19% 6266 Computer Software Programs $ 3,694 0.30% 6267 Purchased Labor Services $ 1,898 0.15% 6268 Film & Developing $ 127 0.01% 6270 Telephone $ 18,054 1.44% 6281 Memberships and Dues $ 11,462 0.92% 6283 Meetings & Conventions $ 7,056 0.56% 6284 Workshops & Seminars $ 3,889 0.31% 6285 Professional Registration & Licenses $ 1,741 0.14% 6290 Auto Lease Expense $ 9,028 0.72% 6291 Auto Fuel,Oil & Lubrication $ 12.596 1.01% 02/11/2001 1 FEB -13-2001 02:57PM FROM-MURRAY SMITI., OC +5032259022 T-512 P.004/014 F-059 6292 Garage Rent -Parking $ 18,016 1.44% 6293 Other Auto Expense $ 6,624 0.53% 6294 Auto Insurance $ 12,304 0.98% 6295 Personal Use of Company Autos $ 0.00% 6303 Professional Directories & Adv $ 405 0.03% 6304 Professional Meals $ 5,435 0.43% 6320 Administrative Travel $ 15,467 1.24% 6331 Professional Liability Ins. $ 27,180 2.17% 6332 Comprehensive General Liability $ 2,054 0.16% 6351 Office Equipment & Furniture Rental $ 12,630 1.01% 6352 Maintenance & Repair $ 8,357 0.67% 6371 Maps & Charts $ 112 0.01% 6372 Books & Texts $ 3,295 0.26% 6373 Periodicals -Subscriptions $ 3,708 0.30% 6392 Other Expenses $ 12,778 1.02% 6401 Depreciation Expense $ 102,617 8.21% 6101 Incentive Payments $ 364,350 29.14% 9999 Suspense $ 302 0.02% Total General & Adminstrative Expense $ 1,401,660 112.12% Total Overhead (G&A + Indirect Labor) $ 1,946,438 Overhead Rate (Total Overhead/Direct Labor) 155.7/, 02/11/2001 2 /11 -aJCa) City of Tukwila Tukwila International Boulevard SUPPLEMENTAL AGREEMENT NO. 1 To City Contract 99-050 The City of Tukwila desires to supplement the agreement entered into with Perteet Engineering, Inc. and executed on March 16, 1999. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: I Section IV, Time for Beginning and Completion, is amended to a new contract completion date of December 31, 2000. IN WITNESS WHEREOF, the City and the Consultant have executed this Supplement No. 1 as of the % day of / , 2000. CITY OF TUKWILA PERTEET ENGINEERING, INC. �'I ��e MvvNL Z Steve Mullet TITLE: Mayor DATE: .64)/ CID ichard L. Perteet, P.E. President I ORIGINAL Supplement No. 1 Tukwila International Boulevard Perteet Engineering, Inc. August, 2000 Standard Consultant ART? -m nt AC.-g- Consultant/Address/Telephone Perteet Engineering, Inc. 2707 Colby Avenue, Suite 900 Everett, WA 98201 Tel. 425/252-7700 Fax. 425/339-6018 Agreement Number Federal Aid Number Agreement Type (Choose one) Lump Sum Lump Sum Amount $ Project Title And Work Description Tukwila International Blvd. (Pacific Hwy S) S 138th St to S 152nd St % ►1 Cost Plus Fixed Fee Overhead Progress Payment Rate Overhead Cost Method ❑ Actual Cost ❑ Actual Cost Not To Exceed % DBE Participation % ►1 Fixed Rate 156.8 % ■Yes /1 No WBE Participation % Fixed Fee $ 41,184.00 ■ Yes /1 No Specific Rates Of Pay ❑ Negotiated Hourly Rate ❑ Provisional Hourly Rate Cost Per Unit of Work Federal ID Number or Social Security Number 91-1505037 Do you require a 1099 for IRS? ❑ Yes // No Completion Date July 30, 1999 Maximum Amount Payable $ 459,414.00 THIS AGREEMENT, made and entered into this between the Local Agency of City of Tukwila day of 1999 , Washington, hereinafter called the "AGENCY" , and the above organization hereinafter called the "CONSULTANT". WITNESSETH THAT: WHEREAS, the AGENCY desires to accomplish the above referenced project, and WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: DOT Form 140-089 EF Revised 10/97 Page 1 of 8 I GENERAL DESCRIPTION OF WORK The work under this AGREEMENT shall consist of the above-described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II SCOPE OF WORK The Scope of Work and project level of effort for this project is detailed in Exhibit "B-1" and "B -1A" attached hereto, and by this reference made a part of this AGREEMENT. III GENERAL REQUIREMENTS All aspects of coordination of the work of this AGREEMENT, with outside agencies, groups or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY or such Federal, Community, State, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum number of hours or days notice -- required shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "B-1" and "B - 1A" attached hereto and made part of this AGREEMENT. The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, that will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. Goals for Disadvantaged Business Enterprises (DBE) and Women Owned Business Enterprises (WBE) if required shall be shown in the heading of this AGREEMENT. All reports, PS&E materials, and other data, furnished to the CONSULTANT by the AGENCY shall be returned. All designs, drawings, specifications, documents, and other work products prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT and are property of the AGENCY. Reuse by the AGENCY or by others acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. IV TIME FOR BEGINNING AND COMPLETION The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY, in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established completion time. V PAYMENT The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit "C-2" attached hereto, and by this reference made part of this AGREEMENT. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work specified in Section U, "Scope of Work". The CONSULTANT shall conform with all applicable portions of 48 CFR 31. Local Agency Guidelines Page 2 Pacific Highway South - Final Design VI _ SUBCONTRACTING The AGENCY permits subcontracts for those items of work as shown in Exhibit G to this Agreement. Compensation for this subconsultant work shall be based on the cost factors shown on Exhibit G, attached hereto and by this reference made a part of this AGREEMENT. The work of the subconsultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, overhead, direct nonsalary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section V. All subcontracts exceeding $ 10,000 in cost shall contain all applicable provisions of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and subcontractor, any contract or any other relationship. VII EMPLOYMENT The CONSULTANT warrants that he/she has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability, or in its discretion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may or might arise under any Workmen's compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full or part time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Department of Transportation, the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. VIII NONDISCRIMINATION The CONSULTANT agrees not to discriminate against any client, employee or applicant for employment or for services because of race, creed, color, national origin, marital status, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the following: employment upgrading, demotion or transfer, recruitment or any recruitment advertising a layoff or terminations, rates of pay or other forms of compensation, selection for training, rendition of services. The CONSULTANT understands and agrees that if it violates this provision, this AGREEMENT may be terminated by the AGENCY and further that the CONSULTANT shall be barred from performing any services for the AGENCY now or in the future unless a showing is made satisfactory to the AGENCY that discriminatory practices have terminated and that recurrence of such action is unlikely. During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees and successors in interest agrees as follows: A. COMPLIANCE WITH REGULATIONS: The CONSULTANT shall comply with the Regulations relative to nondiscrimination in the same manner as in Federal -assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this AGREEMENT. The consultant shall comply with the American Disabilities Act of 1992, as amended. B. NONDISCRIMINATION: The CONSULTANT, with regard to the work performed by it during the Local Agency Guidelines Pacific Highway South - Final Design Page 3 AGREEMENT, shall not discriminate on the grounds of race, creed color, sex, age, marital status, national origin or handicap except for a bona fide occupational qualification in the selection and retention of subconsultants, including procurements of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix II of the Regulations. C. SOLICITATIONS FOR SUBCONSULTANTS, INCLUDING PROCUREMENTS OF MATERIALS AND EQUIPMENT: In all solicitations either by competitive bidding or negotiation made by the CONSULTANT for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this AGREEMENT and the Regulations relative to nondiscrimination on the grounds of race, creed, color, sex, age, marital status, national origin and handicap. D. INFORMATION AND REPORTS: The CONSULTANT shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the AGENCY to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of the CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information the CONSULTANT shall so certify to the AGENCY, or the United States Department of Transportation as appropriate, and shall set forth what efforts it has made to obtain the information. E. SANCTIONS FOR NONCOMPLIANCE: In the event of the CONSULTANT's noncompliance with the nondiscrimination provisions of this AGREEMENT, the AGENCY shall impose such sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: 1. Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies, and/or 2. Cancellation, termination or suspension of the AGREEMENT, in whole or in part. F. INCORPORATION OF PROVISIONS: The CONSULTANT shall include the provisions of paragraphs (A) through (G) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any subconsultant or procurement as the AGENCY or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that, in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY to enter into such litigation to protect the interests of the AGENCY, and in addition, the CONSULTANT may request the United States to enter into such litigation to protect the interests of the United States. G. UNFAIR EMPLOYMENT PRACTICES: The CONSULTANT shall comply with RCW 49.60.180 and Executive Order number E.O. 77-13 of the Governor of the State of Washington which prohibits unfair employment practices. Local Agency Guidelines Pacific Highway South - Final Design Page 4 IX TERMINATION OF AGREEMENT The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit F for the type of Agreement used. No payment shall be made for any work completed after ten days following receipt by the CONSULTANT of the Notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is usable to the AGENCY at the time of termination; the cost to the AGENCY of employing another firm to complete the work required and the time which maybe required to do so, and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made using the formula set forth in the previous paragraph. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's 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. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the project, or, dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. The subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY's concurrence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X CHANGES OF WORK The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. Local Agency Guidelines Pacific Highway South - Final Design Page 5 XI DISPUTES Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT, provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. XII VENUE, APPLICABLE LAW AND PERSONAL JURISDICTION In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington, situated in the county the AGENCY is located in. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located. XIII LEGAL RELATIONS AND INSURANCE The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accord with the laws of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE, and their officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY and the STATE against and hold harmless the AGENCY and the STATE from claims, demands or suits based solely upon the conduct of the AGENCY and the STATE, their agents, officers and employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT's agents or employees and (b) the AGENCY and the STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence, (2) the costs to the AGENCY and the STATE of defending such claims and suits, etc. shall be valid and enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents or employees. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. The CONSULTANT recognizes that this waiver was specifically entered into pursuant to the provisions of RCW 4.24.115 and was the subject of mutual negotiation. Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of an acceptable, supplemental agreement, the CONSULTANT shall provide on-call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to RCW 48. Local Agency Guidelines Pacific Highway South — Final Design Page 6 Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. General commercial liability insurance in an amount not less than a single limit of one million and 00/100 Dollars ($ 1,000,000.00) for bodily injury, including death and property damage per occurrence. C. Any additional insurance requirements are shown in Exhibit H. Excepting the Worker's Compensation insurance and any professional liability insurance secured by the CONSULTANT, the AGENCY will be named on all certificates of insurance as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within 14 days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million dollars, whichever is the greater unless modified by Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to them under other provisions of this AGREEMENT, or otherwise in law. XIV EXTRA WORK A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in the services to be performed. 13. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREE-MENT, the AGENCY shall make an equitable adjustment in the (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the AGREEMENT accordingly. C. The CONSULTANT must submit its "request for equitable adjustment '(hereafter referred to as claim) under this clause within 30 days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a claim submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However nothing in this clause shall excuse the CON-SULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and condition of paragraphs (a) and (b) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV ENDORSEMENT OF PLANS The CONSULTANT shall place his endorsement on all plans, estimates or any other engineering data furnished by him. Local Agency Guidelines Pacific Highway South - Final Design Page 7 XVI _ FEDERAL AND STATE REVIEW The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII CERTIFICATION OF THE CONSULTANT AND THE AGENCY Attached hereto as Exhibit "A- I", are the Certifications of the Consultant and the Agency, Exhibit "A-2" Certification regarding debarment, suspension and other responsibility matters - primary covered transactions, Exhibit "A-3" Certification regarding the restrictions of the use of Federal funds for lobbying, and Exhibit "A-4" Certificate of Current Cost or Pricing Data. Exhibits "A-3" and "A4" are only required in Agreements over $100,000. In witness wheref, By XVIII COMPLETE AGREEMENT This document and referenced attachments contains all covenants, stipulations and provisions agreed upon by the parties. No agent or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, represen-tation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT. XIX EXECUTION AND ACCEPTANCE This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting materials submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. parties hereto hayeyexecuted this AGREEMENT as of the day and year first above written. Richard L. Perteet, P.E., President Consultant Perteet Engineering, Inc. C-- By Agency Principal Local Agency Guidelines Pacific Highway South - Final Design Page 8 SECTION XX. ADDENDUM RE PROVISIONAL RATES The intent of this AGREEMENT is to reimburse the CONSULTANT for work done on a Cost Plus Fixed Fee basis, where, unless otherwise noted, the overhead rate is a fixed percentage of actual hourly salary rates. The fixed percentage would apply to the entire life of the AGREEMENT. Prior to an audit that determines the actual hourly rates and fixed overhead rates of the CONSULTANT and the subconsultants, the CONSULTANT shall be paid by the CITY OF TUKWILA for work done by themselves and their subconsultants based upon the proposed hourly rates and proposed overhead rates shown in Exhibits "D-1", "E", "G-1", and "G-2". The actual hourly rates and overhead rates will be determined by an audit of the CONSULTANT's and the subconsultants' last completed fiscal year and/or their current projected fiscal year. In the event that the audit findings indicate a different hourly rate schedule and/or overhead rate than the one currently in use, the CITY OF TUKWILA reserves the right to modify the hourly rates to be paid to the CONSULTANT and subconsultants subsequent to the audits. Adjustments will be made retroactive to the beginning of the AGREEMENT. Fee percentage will remain as negotiated for the initial AGREEMENT. EXHIBIT A-1 CERTIFICATION OF CONSULTANT Project No. `iI~- gW03 Local Agency City of Tukwila I hereby certify that I am Richard L. Perteet, P.E. and duly authorized representative of the firm of Perteet Engineering, Inc. whose address is 2707 Colby Avenue, Suite 900, Everett, Washington 98201 and that neither I nor the above firm I here represent has: a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this contract. b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out 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 Transporta 's 'n connection with this contract iryvolving participation of Federal aid funds and is subject to applicable Sta r deral lacca; bo Date Signature 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 his 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 is subject to applicable State and Federal laws, both criminal and civil. 3 -/6-99 Date Signature Local Agency Guidelines Pacific Highway South - Final Design Page 9 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): Perteet Engineering, Inc. (Date) President or Authorized Official of Consultant (Signature) Local Agency Guidelines Page 10 Pacific Highway South — Final Design 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 for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 3 1, U.S. Code. Any person who fails to file the required, certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Consultant (Firm): Perteet Engineering, Inc. 23 - (Date) (Date) President or Authorized Official of Consultant (Signature) Local Agency Guidelines Pacific Highway South - Final Design Page 11 EXHIBIT A-4 CERTIFICATE OF CURRENT COST OR PRICING DATA This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 15.801 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 PROSECT (41 -RW'o3` are accurate, complete, and current as of %_ > 77 **. 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 Perteet Engineering, Inc. Name Richard L. Perteet, P.E. Title President Date of Execution*** G * ** -3 _ fes. 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. Local Agency Guidelines Pacific Highway South - Final Design Page 12 EXHIBIT B-1 SCOPE OF SERVICES City of Tukwila Tukwila International Boulevard (Pacific Highway South) Final Design (South 152nd Street to South 138th Street) The overall objective is to prepare bidding and construction documents including plans, contract provisions, quantity estimates, opinions of cost and technical specifications for the Tukwila International Boulevard roadway improvement project. This project will maintain the existing travel lanes. The typical section will be a five lane roadway section with two northbound lanes, two southbound lanes and 12 foot center turn lane or median planter where turn lanes are not practical or possible from South 152nd Street to South 138th Street. A 12 foot wide sidewalk and landscape corridor will also be provided along the both sides of Tukwila International Boulevard. Anticipated start of construction is Summer 1999. INTRODUCTION The work under this agreement will be accomplished under the following phases of work. SCOPE OF SERVICES 1.0 Project Administration and Planning 1.1 Provide continuous project management administration throughout the project's design and construction documents (estimate 2 months for preliminary plan, 2 months for 90% plans, and 1 months for bid documents). 1.2 Develop a project schedule. The Consultant will update schedule monthly. 1.3 Provide documentation for monthly billing invoices and prepare monthly progress reports that include status of work tasks, in-house project status review and outstanding decisions or information. 1.4 Coordinate with the various agencies: WSDOT, City of SeaTac, King County, WSDOE and Department of Fish and Wildlife, all public and private Utilities in the development of the proposed improvements. 1.5 Meet with project team twice a month (assume 6 months total or 12 meetings). Consultant will provide meeting minute notes. 1.6 Coordinate subconsultant work and monitor progress. Local Agency Guidelines Page 13 Pacific Highway South - Final Design 1.7 Project coordination meetings other than team meetings (assume 1 internal a week). 1.8 QA/AC — Principal -in -Charge will review documents prior to project submittal. 2.0 Community Involvement 2.3 Meet with property and business owners as needed to discuss project development issues (assume up to 20 meetings). 3.0 Environmental Approval 3.1 Coordinate with the environmental agencies: WSDOT, King County, WSDOE and Department of Fish and Wildlife, and City departments in the development of the environmental permits. (Assume 2 coordination meetings) 3.2 Prepare and submit the SEPA checklist. 3.3 Prepare and submit the JARPA permit. 4.0 Right -Of -Way 4.1 Consultant will research existing documents in order to prepare right-of-way map. Request copies of title reports for each affected parcel along the corridor. City will order and provide requested reports. 4.2 Prepare preliminary (red line) right of way plans on a 1-inch=50-foot scale, with final sidewalk, slope, and constructions limits. Identify areas needed for right-of-way or easements for each affected property. Red lines based on 60% PSE. 4.3 Prepare final right-of-way plans on a 1-inch=50-foot scale, with final sidewalk, slope, and constructions limits in accordance with WSDOT standards. 4.4 Prepare parcel sketches for use in the negotiation process. 4.5 Prepare legal descriptions of required takes. 5.0 Utility Coordination 5.1 Coordinate with the various public and private utilities along the corridor. Consultant will maintain a coordination checklist with all utilities contacted. 5.2 Consultant will schedule and attend coordination meetings with utility companies (assume 4 meetings). 5.3 Request and review as -built data from utility companies. Update project basemaps to comply with as -built data. Local Agency Guidelines Page 14 Pacific Highway South - Final Design 5.4 Identify utility conflicts and determine potholing locations. City will pothole their facilities. Consultant will request privately owned utility companies to pothole their facilities in areas that may be impacted by the proposed roadway improvements. Costs for potholing will not be provided in this contract. 6.0 PS&E — 60% Submittal 6.1 Prepare Channelization Plans for Approval in accordance with WSDOT standards. Prepare requests for deviations as required. Submit to WSDOT for comment and review. Revise plans and respond to WSDOT comments. Schedule coordination meetings with WSDOT and City as required (assume 2 meetings). 6.2 Prepare Signal Warrant Analyses for two signals. 24 hour traffic counts will be provided by the City for two intersections; S. 148th Street and S. 140th Street in order to prepare warrant analyses (Warrants 1,2,6,8,9,10 &11). This includes preparing warrants for pedestrian signal crossings. 6.3 Field verify the 60% design (assume 2 site visits). 6.4 Prepare 60% PS&E submittal D Cover sheet (1 sheet) D Typical sections — assume 5 sections (2 sheets) D Miscellaneous details (4 sheets) D Temporary Erosion and Sedimentation Control Plans (2 sheets) D Plan and Profile- including storm water conveyance (10 sheets) D Water Quality and Detention (2 sheets) D Channelization, Signing, and Illumination (5 sheets) D Traffic Signal Plan — 1 Pole relocation and 2 Pedestrian Crossings (2 sheets) D Wiring Schematic (2 sheets) D Traffic Control Plans (4 sheets) D Landscape and Urban Design Plans (8 sheets) D ESTIMATED TOTAL SHEET COUNT 44 6.5 Assemble 60% plans. Submit 10 half-size plan sets for review 6.6 Prepare preliminary quantity estimates and opinion of costs. 6.7 Prepare preliminary technical specifications in accordance with the City of Tukwila's boilerplate and WSDOT's 1998 Standard Specifications. Submit 10 sets of technical specifications. 6.8 Review 60% submittal package prior to submission to City for review and comment. Provide a written record of in-house review comments and responses. 7.0 Plans, Specifications and Engineering (PS&E) - 90% Submittal 7.1 Revise plans per 60% review comments. Local Agency Guidelines Page 15 Pacific Highway South - Final Design 7.2 Prepare 90% PS&E submittal. ➢ Cover sheet (1 sheet) ➢ Typical selections (2 sheets) ➢ Miscellaneous details (4 sheets) ➢ Temporary Erosion and Sedimentation Control Plans (2 sheets) ➢ Plan and Profile- including storm water conveyance (10 sheets) ➢ Water Quality and Detention (2 sheets) ➢ Channelization, Signing, and Illumination (5 sheets) ➢ Traffic Signal Plan (2 sheets) ➢ Wiring Schematic (2 sheets) ➢ Traffic Control Plans (4 sheets) ➢ Landscape and Urban Design Plans (10 sheets) ➢ ESTIMATED TOTAL SHEET COUNT 44 7.3 Assemble 90% plans. Submit 10 half size plan sets and 1 full size plan set for review. 7.4 Field verify 90% design and revisions (assume 1 site visit). 7.5 Update quantity estimates and opinion of costs. 7.6 Update technical specifications in accordance with WSDOT's 1998 Standard Specifications. Submit 10 sets of technical specifications. 7.7 Review 90% submittal package prior to submission to City for review and comment. Provide a written record of in-house review comments and responses Prepare written response to each comment from all City departments. 8.0 Final Contract Documents 8.1 Incorporate final comments. Prepare a written response to each comment from all City departments. 8.2 Prepare final plan sets in reproduceable format (Mylar -estimate 44 sheets) of the proposed improvements, including the following: --Plans shall be prepared with such provisions and in such detail (1 inch=20-foot scale 22 - inch x 34 -inch sheet) as to permit convenient layout in the field for construction and other purposes within a degree of accuracy acceptable to the City. --Plans shall show complete details for the construction of the proposed improvements, including: ➢ Construction alignment and profile ➢ Limits of construction and removals ➢ Curb, gutter and paving layout ➢ Storm drainage conveyance, detention and water quality facilities Local Agency Guidelines Page 16 Pacific Highway South - Final Design ➢ Grading ➢ Utility adjustments ➢ Utility undergrounding, trenching and restoration ➢ Landscaping and irrigation system ➢ Signing and channelization ➢ Signal modifications ➢ Wiring diagrams ➢ Illumination ➢ Landscape and Urban design elements 8.3 Plans will submitted in AutoCad Version 14 per APWA standards. 8.4 Prepare the final Contract Documents. Including plans, specifications, special provisions and opinions of cost estimates. The City will provide the most current version of the BoilerPlate specifications. Consultant will provide one camera-ready copy of contract specifications and special provisions. 8.5 Provide 50 half-size plans, 50 specifications and 10 full-size plan sheets for contract advertisement. 8.6 Assist the City of Tukwila staff during the advertisement for bids. Attend bid opening, prepare bid tab, provide background check for bid award and prepare a letter of recommendation to award contract bid. Optional Services • For engineering services beyond the scope of work identified in Tasks 1.0 through 9.0 should the City elect to add additional design tasks or other work deemed necessary by the City. • Possible optional services include: Stormwater by-pass system design, and utility underground design. • Construction observations will not be provided as a part of this contract. If construction support services are required, those services will be negotiated separately as a supplement to this Agreement. TIME FOR COMPLETION The Consultant shall not begin work under the terms of this Agreement until authorized in writing by the City. All work under this contract shall be completed by July 30, 1999. Immediately following the Notice to Proceed, the Consultant will submit a progress schedule. The progress schedule shall be in such detail that progress of each task item can be evaluated at any time during performance of the Agreement. Established completion time shall not be extended because of delays attributable to the Consultant, but Local Agency Guidelines Page 17 Pacific Highway South - Final Design may by extended by the City in the event of a delay attributable to the City or because of a delay caused by an act of God or governmental actions or conditions beyond the control of the Consultant. ITEMS TO BE PREPARED AND/OR FURNISHED BY THE CONSULTANT 1. One copy of the final quantity and design computations for the work performed under this agreement. 2. Materials used for community presentations. 3. One set of all sheets comprising the set of contract plans on permanent scaleable reproducibles and specifications. 4. One set of all sheets comprising the set of contract plans in AutoCad format, compatible with the Design section computer operations. Professional Engineer Stamps and logos will be removed prior to furnishing CAD files. 5. Required potholing locations. 6. Copy of all survey information. 7. 10 copies of half-size drawings and estimate for 60% review. 8. 10 copies of half-size drawings and estimate for 90% review. 9. Furnish final plans, original mylar 24"x36" plan sheets, 5 full size blue -line copies, and computer disks containing final drawings in AutoCad format and photo ready copy of the contract specifications. ITEMS TO BY FURNISHED BY THE CITY 1. All available "As -Built" information. 2. Existing right-of-way plans, legal descriptions, and right-of-way negotiations. 3. Updated underground utility information relative to the City owned utilities. 4. Standard Boilerplate Specifications. 5. AutoCad layering standards. 6. Any applicable preliminary design reports, geotechnical reports, or environmental reports. 7. Preparation, printing and mailing of newsletter for public involvement process. 8. All pertinent permits including construction and environmental permits for the project. DESIGN CRITERIA Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of the following: 1. City of Tukwila, "Development Standards." 2. City of Tukwila, "Water and Sewer Engineering 3. City of Tukwila, "Comprehensive Plan." 4. Washington State Department of Transportation, Construction." 5. Washington State Department of Transportation, Standards." "Standard Specifications for Road and Bridge "Standard Plans for Road and Bridge Construction." Local Agency Guidelines Pacific Highway South - Final Design Page 18 6. Washington State Department of Transportation, "Design Manual." 7. Washington State Department of Transportation, "Bridge Design Criteria." 8. Washington State Department of Transportation, "Hydraulics Manual." 9. Washington State Department of Transportation, "Materials Laboratory Outline." 10. Washington State Department of Transportation, "Construction Manual." 11. Washington State Department of Transportation, "Local Agency Guidelines." 12. Highway Research Board's Manual entitled "Highway Capacity." 13. FHWA and Washington State Department of Transportation, "Manual on Uniform Traffic Control Devices for Streets and Highways." 14. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all cases where they fit design conditions. 15. AASHTO 1994, "A Policy of Geometric Design of Highways and Streets." 16. AASHTO "Guide for the Development of Bicycle Facilities." 17. Department of Ecology, "Stormwater Management Manual for the Puget Sound Basin." 18. King County "Surface Water Design Manual." THE FOLLOWING SUBCONSULTANTS WILL USED TO ASSIST IN THE PERFORMANCE OF THIS WORK: ➢ MAKERS — Urban Design ➢ Steve Worthy and Associates — Landscape Design Local Agency Guidelines Pacific Highway South - Final Design Page 19 EXHIBIT B -1A SCOPE OF SERVICES City of Tukwila Tukwila International Boulevard (Pacific Highway South) Utility Undergrounding Civil Design (South 152nd Street to South 138th Street) The overall objective is to prepare bidding and construction documents including plans, contract provisions, quantity estimates, opinions of cost and technical specifications for the undergrounding of utilities for the Tukwila International Boulevard roadway improvement project. Anticipated start of construction is Summer 1999. INTRODUCTION The work under this agreement will be accomplished under the following phases of work. SCOPE OF SERVICES 1.0 Underground Utility Civil Design 1.1 Provide continuous contact with utility companies. Maintain and update coordination checklist. 1.2 Coordinate with the various utility companies: Seattle City Light, US West, AT&T, TCI and other private utility companies. Attend coordination meetings (assume 4 meetings). The Consultant will provide meeting minute notes. Seattle City Light will provide a preliminary design of their proposed underground facilities for the Consultant to incorporate into plans for bidding and construction. The Consultant will prepare plans that provide the necessary facilities for their underground system including locations of conduits, vaults, handholes, etc. that best fits with the existing topography and proposed improvements. 1.3 Review underground utility plans provided by utility companies. 1.4 Review as -built information provided by utility companies. 1.5 Meet with project team twice a month (assume 6 months total or 12 meetings). Consultant will provide meeting minute notes. 1.6 Prepare 60% civil drawings of the Underground Utility plans based on designs provided by the utility companies. Prepare quantity estimates and opinions of cost for submittal review. Local Agency Guidelines Page 20 Pacific Highway South - Final Design 1.7 Prepare 90% civil drawings of the Underground Utility plans based based on designs provided by the utility companies. Prepare technical specifications based on input from utility companies. Prepare quantity estimates and opinions of cost for submittal review. TIME FOR COMPLETION See Exhibit B-1 ITEMS TO BE PREPARED AND/OR FURNISHED BY THE CONSULTANT 1. One copy of the final quantity and design computations for the work performed under this agreement. 2. One set of all sheets comprising the set of contract plans on permanent scaleable reproducibles and specifications. 3. One set of all sheets comprising the set of contract plans in AutoCad format, compatible with the Design section computer operations. Professional Engineer Stamps and logos will be removed prior to furnishing CAD files. 4. Required potholing locations. 5. Copy of all survey information. 6. copies of half-size drawings and estimate for 60% review. 7. copies of half-size drawings and estimate for 90% review. 8. Furnish final plans, original mylar 24"x36" plan sheets, 5 full size blue -line copies, and computer disks containing final drawings in AutoCad format and photo ready copy of the contract specifications. 9. Printing requirements and costs for bidding and construction purposes are included in Exhibit B-1 of this contract (item 8.5). ITEMS TO BY FURNISHED BY THE CITY 1. All available "As -Built" information. 2. Existing right-of-way plans, legal descriptions, and right-of-way negotiations. 3. Updated underground utility information relative to the City owned utilities. 4. Standard Boilerplate Specifications. 5. AutoCad layering standards. 6. Any applicable preliminary design reports, geotechnical reports, or environmental reports. 7. Preparation, printing and mailing of newsletter for public involvement process. 8. All pertinent permits including construction and environmental permits for the project. DESIGN CRITERIA Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of the following: Local Agency Guidelines Page 21 Pacific Highway South - Final Design 1. City of Tukwila, "Development Standards." 2. City of Tukwila, "Water and Sewer Engineering Standards." 3. City of Tukwila, "Comprehensive Plan."." 4. Washington State Department of Transportation, "Standard Specifications for Road and Bridge Construction." 5. Washington State Department of Transportation, "Standard Plans for Road and Bridge Construction." 6. Washington State Department of Transportation, "Design Manual." 7. Washington State Department of Transportation, "Bridge Design Criteria." 8. Washington State Department of Transportation, "Hydraulics Manual." 9. Washington State Department of Transportation, "Materials Laboratory Outline." 10. Washington State Department of Transportation, "Construction Manual." 11. Washington State Department of Transportation, "Local Agency Guidelines." 12. Highway Research Board's Manual entitled "Highway Capacity." 13. FHWA and Washington State Department of Transportation, "Manual on Uniform Traffic Control Devices for Streets and Highways." 14. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all cases where they fit design conditions. 15. AASHTO 1994, "A Policy of Geometric Design of Highways and Streets." 16. AASHTO "Guide for the Development of Bicycle Facilities." 17. Department of Ecology, "Stormwater Management Manual for the Puget Sound Basin." 18. King County "Surface Water Design Manual." Local Agency Guidelines Page 22 Pacific Highway South - Final Design 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 H, "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- I 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 firm'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 billing 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 subconsultants 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 Local Agency Guidelines Page 23 Pacific Highway South — Final Design 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 AGREE 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 stipulated 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 cost 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. Local Agency Guidelines Page 24 Pacific Highway South - Final Design 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. Local Agency Guidelines Pacific Highway South - Final Design Page 25 Project: Tukwila Internation Boulevard Final Design Client: City of Tukwila Public Works Classification Principal -In -Charge Project Manager Project Manager (Utility) Project Engineer Design Engineer Design Engineer (Utility) Design Technician Signal Designer Graphic Artist CADD Operator Survey Crew (2 Person) Clerical ur Ratq Cost 183 x $43.50 = $7,961 808 x $35.00 = $28,280 60 x $32.50 = $1,950 1147 x $24.00 = $27,528 968 x $18.00 = $17,424 92 x $17.00 = $1,564 260 x $25.00 = $6,500 144 x $25.00 = $3,600 8 x $16.00 = $128 1090 x $18.50 = $20,165 40 x $39.00 = $1,560 72 x $14.00 = $1,008 TOTAL DSC $117,668 OVERHEAD (OH COST - including Salary Additives): OH Rate x DSC 156.8% x $117,668 = $184,503 FIXED FEE (FF): FF Rate X DSC 35% x $117,668 = $41,184 REIMBURSABLES: Prints @ .20 s.f. $3,240 Xerox @ .10 ea. $510 Mileage @ $693 CADD @ $10/hr $10,900 Printing Contract Documents $1,500 Total Station ($100/day) $500 Misc. $5,000 SUBCONSULTANT COSTS (See Exhibit G): GRAND TOTAL: PREPARED BY:: DATE: 02/11/99 $22,343 $93,716 5459,414 EXHIBIT E PERTEET ENGINEERING, INC. BREAKDOWN OF CONSULTANT'S OVERHEAD COST Year Ending December 31, 1996 PERCENT OF FRINGE BENEFITS OVERHEAD FICA 13.3% Unemployment 2.8 % Medical Aid and Industrial Insurance 0.6 % Company Insurance and Medical 9.5% Vacation, Holiday, and Sick Leave 16.9% Bonuses / Pension Plan 13.3% Subtotal - Fringe Benefits 56.4 % GENERAL OVERHEAD State, B & 0, Property Taxes 8.4% Insurance 4.8% Administration and Time Not Assignable 53.1% Printing, Stationary, and Supplies 3.9% Professional Services 1.9% Travel and Mileage Not Assignable 0.3% Telephone Not Assignable 3.1% Fees, Dues, Professional Memberships 1.0% Utilities and Maintenance 1.1% Professional Development / Meetings 1.8% Rent 11.1% Depreciation 11.3% Office Miscellaneous, Postage, Computer - 2.0% Training / staff allowable meals 0.6% Subtotal - General Overhead TOTAL OVERHEAD 100.4 % 156.8 % Local Agency Guidelines Pacific Highway South - Final Design Page 27 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 the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. Local Agency Guidelines Pacific Highway South - Final Design Page 28 EXHIBIT G SUBCONTRACTED WORK The AGENCY permits CONSULTANT to subcontract for the following portions of the work of this AGREEMENT: MAKERS — Urban Design Steve Worthy & Associates — Landscape Design Subconsultant must be approved in writing by AGENCY prior to CONSULTANT obtaining services noted above. Local Agency Guidelines Page 29 Pacific Highway South - Final Design Exhibit G-1 MAKERS URBAN DESIGN SUBCONSULTANT FEE DE 1BRMINATION Project: Tukwila International Boulevard Final Design Client: City of Tuwkila Name J. Owen C. Maggio D. Boyd A. Yamasato Hours Rate Cost 280 x $33.00 = $9,240 264 x $19.50 = $5,148 345 x $19.50 = $6,728 108 x $13.00 = $1,404 TOTAL DSC = $22,520 OVERHEAD (OH COST - including Salary Additives) OH Rate x DSC 175% x $22,520 = $39,409 SUBTOTAL (OH+DSC) FIXED FEE (FF) FF x (OH + DSC) 15% x $61,929 = $9,287 $61,929 REIMBURSABLES: GRAND TOTAL: $2,500 $73,716 Exhibit G-2 MAKERS Government Overhead Rate Multiplier Through October 31st, 1998 Checking: 1 Jan, 1998 $ 1,011.32 1 Nov, 1998 $ 9,260.13 Savings: 1 Jan, 1998 $ 601.70 1 Nov, 1998 $ 26,548.44 Total Income to Date $ 687,726.24 Salaries Direct.Time Partner $ 61,877 Staff + $ 107,032 Total $ 168,909 Indirect Time Partner $ 62,216 Staff + $ 97,857 Total $ 160,073 Operating Expenses Total $ 255,980 - $ 117,041 Less costs of direct & indirect labor - $ 3,246 Less unallowed costs Net Operating Expense $ 135,692 Overhead Cost (Net Operating Expense + Indirect Labor) / Direct Labor- Overhead Rate Net Operating Expense $ 135,692 Indirect Labor + $ 160,073 Overhead Cost $ 295,765 / Direct Labor $ 168,909 Overhead Rate 175% Includes 1999 office rent increase of $1,200/mo. (See attached) ghrtmult.xla, 11/13/95 Exhibit G-1 WORTHY AND ASSOCIATES LANDSCAPE DESIGN SUBCONSULTANT FEE DETERMINATION Project: Tukwila International Boulevard Final Design Client: City of Tuwkila Name Principal Designer Drafter Office Hours Rate Cost 40 x $31.00 = $1,240 100 x $23.00 = $2,300 100 x $16.50 = $1,650 25 x $13.50 = $338 TOTAL DSC = $5,528 OVERHEAD (OH COST - including Salary Additives) OH Rate x DSC 156% x $5,528 = $8,623 SUBTOTAL (OH+DSC) FIXED FEE (FF) FF x (OH + DSC) 35% x $14,150 = $4,953 $14,150 REIMBURSABLES: GRAND TOTAL: _ $900 $20,000 Exhibit G-2 WORTHY AND ASSOCIATES OVERHEAD EXPENSES AND RATE Direct Labor Vacation, Holiday & Sick Leave $18,273.00 Training $1,086.00 Health & Life Insurance Programs $6,044.00 Payroll Taxes $11,592.00 Pension, Retirement Plans $22,280.00 Travel (Unreimbursable) $3,904.00 Reproduction (Unreimbursable) $4,382.00 Commission & Bonuses $0.00 Advertising (Promotion/Job Proposals) $1,012.00 Contributions $0.00 Divided Payment $0.00 Entertainment $0.00 Income Taxes (State, City, Federal) $8,913.00 Bad Debts $0.00 Fines & Penalties $0.00 Office Administration $36,695.00 Salaries of Principals (Indirect/Marketing) $32,560.00 Salaries of Technical Personnel (Indirect) $27,780.00 Accounting $7,644.00 Office Equipment $1,540.00 Telephone $4,891.00 Office Supplies $5,050.00 Professional Dues/Publications $1,792.00 Depreciation - Office Equipment S/L 5 yr. $7,150.00 Office Rent $13,891.00 Maintenance & Repair $1,288.00 Liability Insurance $4,613,00 TOTAL OVERHEAD $222,380.00 1996-7 OVERHEAD RA 1'h March 1997-003 WSDOT simplified audit allowed an overhead rate of: C:\RM\BILLtNGS\RATES\Overhead 97 166.60% 163.62% $133,479.00 EXHIBIT H (To Be Used Only if Insurance Requirements are Increased) The CONSULTANT shall maintain during the term of the AGREEMENT, Commercial General Liability Insurance including Products and Completed Operations in the amount of $1,000,000 Per Occurrence to protect the CONSULTANT from claims for bodily injury, including wrongful death, as well as from claims for property damages which may arise from any operations under this AGREEMENT, whether such operations be by the CONSULTANT or by anyone directly employed by or contracting with the CONSULTANT. Commercial General Liability Insurance shall be endorsed to include a "Cross Liability," indicating essentially that "except with respect to the limits of insurance, and any rights or duties specifically assigned in this coverage part to the first named insured, this insurance applies as if each named insured were the only named insured, and separately to each insured against whom claims made or suit is brought." The CONSULTANT shall maintain, during the term of the AGREEMENT, Business Automobile Liability Insurance in the amount of $500,000 Combined Single Limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damages for bodily injury, including death, as well as from claims for property damage, which may arise from the ownership, use, or maintenance of owned or non -owned automobiles whether such operations be by the CONSULTANT or anyone directly or indirectly employed by the CONSULTANT. Local Agency Guidelines Pacific Highway South - Final Design Page 34