HomeMy WebLinkAbout95-112 - Entranco Engineers - Interurban Avenue Bridge Widening Consultant <
•
STANDARD CONSULTANT
AGREEMENT
CONSULTANT / ADDRESS / TELEPHONE
ENTRANCO ENGINEERS, INC.
10900 NE 8th Street, Suite 300
Bellevue, Washington 98004
Tele: (206) 454-5600
FAX: (206) 454-0220
AGREEMENT NUMBER
FEDERAL AID NO.
N 70 T. o (D =o 1:1 -< -I ZmEmm7D L)D
❑ LUMP SUM
LUMP SUM AMOUNT $
PROJECT TITLE AND WORK DESCRIPTION
Interurban Trail Bridge - Green River
❑ COST PLUS FIXED FEE
OVERHEAD PROGRESS
PAYMENT RATE 165
%
%
%
OVERHEAD COST METHOD
❑ ACTUAL COST NOT
TO EXCEED
DBE PARTICIPATION
❑ YES IZI
WBE PARTICIPATIONr
NO
NO
Bio
r�
L� 1 FIXED RATE 165
1 YES IJ
FIXED FEE $ 7.895
FEDERAL ID NO.
OR S.S. NO.
91-099-0275
Do you require a 1099 for
IRS? �(
❑ YES IJ NO
❑SPECIFIC RATES OF PAY
❑ NEGOTIATED HOURLY RATE
❑ PROVISIONAL HOURLY RATE
COMPLETION
FOR PHASES 1
September 30,
DATE
. D 2
' • • •
MAXIMUM AMOUNT
PAYABLE FOR
PHASES 1 AND 2
$ 86.139
❑ COST PER UNIT OF WORK
THIS AGREEMENT, made and entered into this day of , 1995,
between the Local Agency of City of Tukwila, 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 performances
contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as
follows:
94034 / Cont_95 / Inttrail (8/29/95) / mw
1 of 24
CBP-8 (May 1994)
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" 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, prog-
ress, and presentation meetings with the AGENCY or
such Federal, Community, State, City, or County offi-
cials, groups, or individuals as may be requested by
the AGENCY. The AGENCY will provide the CON-
SULTANT 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" 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, docu-
ments, 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 ser-
vice 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" attached
hereto, and by this reference made part of this
AGREEMENT. Such payment shall be full compen-
sation for work performed or services rendered and for
all labor, materials, supplies, equipment, and inci-
dentals necessary to complete the work specified in
Section II, "Scope of Work". The CONSULTANT shall
conform with all applicable portions of 48 CFR 31.
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.
94034 / Cont_95 / Inttrail (8/29/95) / jc 2 of 24
CBP-8 (May 1994)
All reimbursable direct labor, overhead, direct
non -salary costs and fixed -fee costs for the
subconsuttant 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
CONSULTANTS 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
94034 / Cont_95 / Inttrail (8/29/95) / jc
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, demo-
tion or transfer, recruitment or any recruitment adver-
tising, 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 AGREE-
MENT 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:
3 of 24
A. COMPLIANCE WITH REGULATIONS: The
CONSULTANT will 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 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.
CBP-8 (May 1994)
C. SOLICITATIONS FOR SUBCONSULTANTS,
INCLUDING PROCUREMENTS OF MATER-
IALS AND EQUIPMENT: In all solicitations,
either by competitive bidding or negotiation
made by the CONSULTANT for work to be per-
formed under a subcontract, including procure-
ments of materials or leases of equipment, each
potential subconsultant or supplier shall be noti-
fied by the CONSULTANT of the CONSUL-
TANT's obligations under this AGREEMENT
and the Regulations relative to nondiscrimina-
tion 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 informa-
tion required of the CONSULTANT is in the
exclusive possession of another who fails or
refuses to furnish this information, the CON-
SULTANT 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 non-discrimination provisions of this
AGREEMENT, the AGENCY shall impose such
sanctions as ft 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 sub-
contract, 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
94034 / Cont_95 / Inttrail (8/29/95) / jc
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 resutt 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.0.77-
13 of the Governor of the State of Washington
which prohibits unfair employment practices.
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 when computed as set forth herein above, then no
final payment shall be due and the CONSULTANT
shall immediately reimburse the AGENCY for any
excess paid.
If the services of the CONSULTANT are terminated by
the AGENCY for default on the part of the
CONSULTANT, the above formula for payment shall
not apply. In such an event, the amount to be paid
shall be determined by the AGENCY with consideration
given to the actual costs incurred by the
CONSULTANT in performing the work to the date of
termination, the amount of work originally required
which was satisfactorily completed to date of
termination, whether that work is in a form or a type
which is usable to the AGENCY at the time of
termination; the cost to the AGENCY of employing
another firm to complete the work required and the
time which may be required to do so, and other factors
which affect the value to the AGENCY of the work
performed at the time of termination. Under no
4 of 24
CBP-8 (May 1994)
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 its
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 disaffili-
ation of the principally involved employee, the surviving
members of the CONSULTANT hereby agree to com-
plete 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 this AGREEMENT
between 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 concur-
rence, 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 CONSUL-
TANT 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.
94034 / Cont_95 / Inttrail (8/29/95) / jc
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 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
against and hold harmless the AGENCY from claims,
demands or suits based solely upon the conduct of the
AGENCY, 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
5 of 24
CBP-8 (May 1994)
AGENCY, 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 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 4.25.115 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.
Insurance Coverage
A. Worker's compensation and employer's liability
insurance as required by the STATE.
B. Regular public liability and property damage
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.
Excepting the Worker's Compensation Insurance and
any Professional Liability Insurance secured by the
94034 / Cont_95 / Inttrail (8/29/95) / jc
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
certificate 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. 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 may take such other action as is available to
them under other provisions of this AGREEMENT, or
otherwise in law.
6 of 24
XIV
EXTRA WORK
A. The AGENCY may at any time, by written
order, make changes within the general scope
of the AGREEMENT in the services to be
performed.
B. If any such change causes an increase or
decrease in the estimated cost of, or the time
required for, performance of any part of the
work under this AGREEMENT, whether or not
changed by the order, or otherwise affects any
other terms and conditions of the
AGREEMENT, the AGENCY shall make an
equitable adjustment in the (1) maximum
amount payable; (2) delivery or completion
schedule, or both; and (3) other affected terms
and shall modify the AGREEMENT accordingly.
C. The CONSULTANT must submit its "request for
equitable adjustment" (hereafter referred to as
CBP-8 (May 1994)
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
CONSULTANT from proceeding with the
AGREEMENT as changed.
E. Notwithstanding the terms and conditions of
paragraphs (a) and (b) above, the maximum
amount payable for this AGREEMENT shall not
be increased or considered to be increased
except by specific written supplement to this
AGREEMENT.
XV
ENDORSEMENT OF PLANS
The CONSULTANT shall place his endorsement on all
plans, estimates or any other engineering data
furnished by him.
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-1", 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 "A-4" are required in
Agreements over $100,000.
XVIII
COMPLETE AGREEMENT
This document and referenced attachments contains
all covenants, stipulations, and provisions agreed upon
by the parties. No agent, or representative of either
party has authority to make, and the parties shall not
be bound by or be liable for, any statement,
representation, promise, or agreement not set forth
herein. No changes, amendments, or modifications of
the terms hereof shall be valid unless reduced to
writing and signed by the parties as an amendment to
this AGREEMENT.
XIX
EXECUTION AND ACCEPTANCE
This AGREEMENT may be simultaneously executed in
several counterparts, each of which shall be deemed to
be an original having identical legal effect. The
CONSULTANT does hereby ratify and adopt all
statements, representations, warranties, covenants,
and agreements contained in the proposal, and the
supporting materials submitted by the CONSULTANT,
and does hereby accept the AGREEMENT and agrees
to all of the terms and conditions thereof.
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT as of the day and year
first above written.
By
President
Consultant ENTRANCO ENGINEERS. INC.
94034 / Cont_95 / Inttrail (8/29/95) / mw
By$
Agency
7 of 24
C8P-8 (May 1994)
EXHIBIT A-1
CERTIFICATION OF CONSULTANT
Project No.
Local Agency of City of Tukwila
I hereby certify that 1 am President and duly authorized representative of the firm of Entranco
Engineers, Inc., whose address is 10900 NE 8th Street, Suite 300, Bellevue, Washington 98004 and that
neither I nor the above firm I here represent has:
(a) Employed or retained for a commission, percentage, brokerage, contingent fee or other
consideration, any firm or person (other than a bona fide employee working solely for me or the
above CONSULTANT) to solicit or secure 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 Transportation, in connection with this contract
involving participation of Federal Aid funds and is subject to applicable State and Federal laws, both
criminal and civil.
„la, /995
Ale
agn4eLeru
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.
94034 / Cont_951 Inttrail (8/29/95) / jc
8 of 24
CBP-8 (May 1994)
•
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 statutes 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: ENTRANCO ENGINEERS. INC.
94034 / Cont_95 / Inttrail (8/29/95) / jc
9 of 24
CBP-8 (May 1994)
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 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for
each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts which exceed
$100,000 and that all such subrecipients shall certify and disclose accordingly.
Consultant: ENTRANCO ENGINEERS. INC.
30 �0 ad,,a)
President
(Date)
94034 / Cont_95 / Inttrail (8/29/95) / jc 10 of 24
CBP-8 (May 1994)
• •
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 the Interurban Trail Bridge - Green River project
* are accurate, complete, and current as of August 29. 1995 **. 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 Entranco Engineers. Inc.
lia4v
Name �I Z
Title President
Date of execution***
* Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the
appropriate identifying number (e.g., RFP No.).
** Insert the day, month, and year when price negotiations were concluded and price agreement was
reached.
*** Insert the day, month, and year of signing, which should be as close as practicable to the date when
the price negotiations were concluded and the contract price was agreed to.
94034 / Cont_95 / Inttrail (8/29/95) / mw 11 of 24
CBP-8 (May 1994)
• •
EXHIBIT B
SCOPE OF WORK
INTERURBAN TRAIL BRIDGE - GREEN RIVER
I. INTRODUCTION
The objective of this Agreement is to provide engineering services for the design and construction of a
separate bicycle/pedestrian bridge over the Green River. The work will be accomplished in three phases:
Phase 1- Preliminary Engineering
Phase 2 - Final Design
Phase 3 - Construction Engineering
Phase 1 - Preliminary Engineering consists of surveying and base map preparation; discussion of the
bridge in a letter -type Design Memorandum; and inclusion of the new bridge in the assistance with
WSDOT's environmental reevaluation for the bridge widening.
Phase 2 - Final Design consists of developing Plans, Specifications, and Estimate (PS&E) for the new
bridge.
Work on Phase 3 may be authorized by supplement to this Agreement, after negotiation of scope and
budget.
II. DESIGN CRITERIA
The AGENCY will designate the basic premises and criteria for the design. Reports and plans, to the
extent feasible, shall be developed in accordance with the latest edition and amendments as of the date
of signing of this Agreement, of the following documents. Changes in any design standards or
requirements after work has begun may result in Extra Work.
Note: Unless otherwise noted, all measurements shall be in English units.
WSDOT publications:
1. Washington State Department of Transportation/American Public Works Association
(WSDOT/APWA), Standard Specifications for Road, Bridge, and Municipal Construction (M41-10),
1994 edition (including the Division 1 APWA Supplement), as amended.
2. WSDOT/APWA, Standard Plans for Road, Bridge, and Municipal Construction (M21-01).
3. Highway Design Manual.
4. Materials Laboratory Outline.
5. Construction Manual.
6. Local Agency Guidelines.
7. Design Manual (M22-01).
8. Hydraulics Manual (M23-03).
9. Plans Preparation Manual (M22-31).
10. Bridge Design Manual (M23-50).
11. General Special Provisions.
12. Traffic Manual (M51-02).
13. District 1 Hydraulics Report Guide.
14. District 1 Traffic Signal Design Guide.
15. District 1 Checklist for Channelization Plans.
American Association of State Highway and Transportation Officials publications:
1. A Policy on Geometric Design of Highways and Streets.
2. Standard Specifications for Highway Bridges, Fifteenth Edition.
3. A Guide for Highway Landscape and Environmental Design.
4. Highway Design and Operational Practices Related to Highway Safety.
94034 / Cont_95 / Inttrail (9/13/95) / jc
12 of 24
CBP-8 (May 1994)
• •
U.S. Department of Transportation publications:
1. Manual on Uniform Traffic Control Devices for Streets and Highways.
Other:
1. Highway Research Board's manual entitled, Highway Capacity.
2. Standard drawings prepared by the AGENCY and furnished to the CONSULTANT will be used as
a guide in all cases where they fit design conditions.
3. Environmental Impact Statement - SR 405 - SR 181/Green River Interchange - WSDOT.
4. Design Report - Interurban Interchange - WSDOT.
III. DETAILED SCOPE OF WORK
A. Phase 1 - Preliminary Engineering
1. Environmental Documentation
Include a detailed description of the bicycle/pedestrian bridge in the letter to WSDOT. If required
by WSDOT, prepare an assessment of the additional impact of the new bridge.
2. Design Memorandum
Include a description and preliminary cost estimate of the bicycle/pedestrian bridge in the Design
Memorandum.
3. Bicycle/Pedestrian Trail Location
Prepare a Technical Memorandum entitled Bicycle/Pedestrian Trail Alternative Route Study.
Evaluate trail alternatives, including bridge location alternatives, prepare conceptual cost
estimates, and recommend a preferred alternative.
4. Field Survey
a. Roadway Survey
(1) Using control from WSDOT and King County, and record drawings as provided by the
AGENCY, establish additional horizontal control to provide topographic survey of the
proposed location of the bicycle/pedestrian bridge.
(2) Set additional Bench Marks within the area for construction and determine elevations of
horizontal control points.
Conduct additional EDMI topographic survey of the area proposed for the new
bicycle/pedestrian bridge, locating building corners, above -ground utilities, curbs,
sidewalks, and existing trail sections, trees, shrubs, signs, and major breaks in grade.
5. Base Mapping
(3)
a. Prepare 1"= 20' scale base sheets to include the area of the proposed bicycle/pedestrian
bridge, utilizing field survey data and existing record drawings.
B. Phase 2 - Final Design
1. Geotechnical Explorations
a.
b.
c.
Perform additional field explorations and
engineering and index properties of the
bicycle/pedestrian bridge.
Provide additional geotechnical analyses of
relative to the bicycle/pedestrian bridge const
laboratory testing in order to evaluate the
site soils in the vicinity of the proposed
the site soils and construction considerations
ruction.
Include a summary of the field exploration, laboratory testing findings and geotechnical
analysis and recommendations for the bicycle/pedestrian bridge in the Geotechnical
Engineering Report.
94034 / Cont_95 / Inttrail (8/29/95) / jc 13 of 24
CBP-8 (May 1994)
2. Plans, Specifications, and Estimate (PS&E)
a. Plans
Prepare plans with such provisions and in such detail as to permit the convenient layout in
the field for construction and other purposes. The plans will be prepared to the level of
competency presently maintained by practicing professionals in the field of transportation
engineering in the Puget Sound Region. Prepare additional or expanded plans for the
bicycle/pedestrian bridge as follows:
1. Summary of quantities sheet
2. Typical roadway sections
3. Quantity tabulation sheets
4. Drainage structure notes sheets
5. Plan and profile sheets
6. Landscape and trail plans
7. Detail sheets
8. Illumination plans
9. Signing plans and details
10. Bridge plans and details
Plans will be in such detail as to permit the development of an accurate estimate of quantities
for the pertinent items of work to be performed in the construction of the project.
Plans will be in ink or equivalent on 22" x 34" mylar sheets. Plan sheets will be developed in
AutoCAD.
The scales to be used, the lettering, and general delineation of the plans will be such as will
provide legible reproduction when the plans are reduced to one-fourth of their original size
(50 percent reduction).
The horizontal scale for the full-size plan and profile sheets will be "one -inch equals 20 feet".
b. Contract Provisions
Prepare Special Provisions for the Bid Documents for items of work which are not covered by
the 1994 APWA/WSDOT Standard Specifications, or AGENCY's Supplemental General
Requirements, as may be required, to properly cover the work contemplated by the plans.
The AGENCY will furnish examples of the standard specifications and contract documents to
the CONSULTANT. The CONSULTANT will edit and compile the Contract Provisions.
c. Engineer's Estimate
Prepare Engineer's Estimate of construction costs based upon .the approved construction
plans, bid item quantities, and current unit bid prices.
Any cost estimates provided by the CONSULTANT will be on a basis of experience and
judgment, but since it has no control over market conditions or bidding procedures, the
CONSULTANT cannot warrant that bids or ultimate construction costs will not vary from
these cost estimates.
d. Review plans with the AGENCY at the 50 and 90 percent stages to check for any omissions,
duplications, unnecessary requirements, and conformance with AGENCY standards.
Finalize the plans and Contract Provisions in accordance with AGENCY comments on the 90
percent submittal. Comments from both the 50 percent and 90 percent review will be
collated and adjudicated by the AGENCY before comments are returned to the
CONSULTANT.
e. Prepare and assemble the plans and Contract Provisions (Contract Documents) in a form
approved by the AGENCY that can be used by suppliers and/or contractors as a basis for
formal bids.
94034 / Cont_95 / Inrirail (8/29/95) / jc
14 of 24
CBP-8 (May 1994)
•
f. Assist the AGENCY during contract advertisement and award. Respond to questions
concerning the contract documents.
3. Utility/Agency Coordination
Coordinate with the utility companies and agencies regarding design of the bicycle/pedestrian
bridge. This task includes meetings and telephone communication with the affected utilities
regarding their existing and proposed improvements and the impact of the bicycle/pedestrian
bridge on those improvements.
4. Permits
Add additional information on the bicycle/pedestrian bridge to applications for the following
permits:
a. Shoreline Permit from the City of Tukwila
b. Hydraulic Project Approval from the Department of Fisheries
Prepare permit application forms, provide plans and other necessary project information to form a
complete application package.
Meet with review agencies to discuss the project and permit requirements.
C. Phase 3 - Construction Management Services (Draft Scope of Work)
1. Participate in project meetings.
2. Provide the geometric control for the project, including construction staking and construction
layouts.
3. Observe the construction work in progress and monitor adherence to the contract documents.
4. Observe the placement of materials.
5. Measure and compute pay items.
6. Provide falsework checking (when applicable) and review contractor submittals.
7. Sample and test materials (field and laboratory).
8. Prepare documents and records to help assure the project is constructed in accordance with
Federal and State requirements.
9. Provide final records and record drawings.
The final scope and budget for Phase 3 will be negotiated at the end of Phase 2.
IV. DOCUMENTS TO BE FURNISHED BY THE CONSULTANT
The following documents, exhibits or other presentations for the work covered by this Agreement shall be
furnished by the CONSULTANT to the AGENCY upon completion of the various phases of the work. If
the documents are submitted in electronic media, any modification of the materials or conversion of the
materials to an alternate system or format shall be without liability or legal exposure to CONSULTANT;
AGENCY shall assume all risks associated with such modifications or conversions. CONSULTANT may
remove from the electronic materials delivered to AGENCY all references to CONSULTANT's
involvement and may retain a tangible copy of the materials delivered to AGENCY which shall govern the
interpretation of the materials and the information recorded.
Phase 1
1. Bicycle/Pedestrian Trail Alternative Route Study, five copies, up to 25 pages.
2. Draft Design Memorandum, 25 copies, up to 10 pages.
3. Final Design Memorandum, 25 copies, up to 10 pages.
94034 / Cont_95 / Inttrail (9/13/95) / )c 15 of 24
CBP-8 (May 1994)
•
Phase 2
4. Contract Plans, 10 sets at the 50 percent completion stage.
5. Contract Plans and preliminary Contract Provisions, 10 sets at the 90 percent completion stage.
6. Contract Plans and the Contract Provisions for final review which incorporates the review
comments made by the AGENCY at the 90 percent review, 10 sets.
7. Engineer's Estimate, two copies each at the 50 and 90 percent completion stage, and final.
8. Half -scale contract plans and contract provisions, 60 sets at 100 percent completion.
9. Contract plans and provisions to plan centers (list to be provided by the Agency), utilities, and
WSDOT (approximately 25 sets from Item 15 above).
V. ITEMS AND SERVICES TO BE FURNISHED BY THE AGENCY
The AGENCY will provide the following items and services to the CONSULTANT that will facilitate the
preparation of the plans and studies within the limits of the project. CONSULTANT is entitled to rely upon
the accuracy and completeness of the data furnished by others, including but not limited to, survey and
traffic data, as applicable.
A. Any available record drawings and information on the current project and on public works and/or
private projects in the immediate vicinity.
B. All required existing traffic volumes, estimated traffic volumes, applicable traffic studies, and accident
data within the project region.
C. Timely reviews of all work at mutually agreed upon times and consolidation of all review comments
onto one review set prior to return to the CONSULTANT.
D. Rights -of -entry upon all lands necessary for the performance of the work.
E. Payment of all review and/or permit fees.
F. Pot -holing for utility locations (if existing data is insufficient for design purposes).
G. Right-of-way negotiation and acquisition (if required).
H. Payment of costs associated with advertisement for bids.
94034 / Cont_95 / Inttrail (9/13/95) / jc
16 of 24
CBP-8 (May 1994)
•
EXHIBIT C
PAYMENT
(COST PLUS FIXED FEE)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed
or services rendered and for all labor, materials, equipment, and incidentals necessary to complete the
work specified in Section II, "Scope of Work." The CONSULTANT shall conform with the applicable
portion of 48 CFR 31.
A. Actual Costs
Payment for all consulting services for this project shall be on the basis of the CONSULTANT's
actual cost plus a fixed fee. The actual cost shall include direct salary cost, overhead, and direct
non -salary cost.
1. Direct Salary Cost
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 two options are explained as follows:
a. Actual Cost Not to Exceed Maximum Percent: If this method is indicated in the heading
of this AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actual
overhead rate verified by audit up to the maximum percentage shown in the space
provided. Final overhead payment when accumulated with all other actual costs shall not
exceed the total maximum amount payable shown in the heading of this AGREEMENT.
b. Fixed Rate: If this method is indicated in the heading of the AGREEMENT, the AGENCY
agrees -to reimburse the CONSULTANT for overhead at the percentage rate shown.
This rate shall not change during the life of the AGREEMENT.
A summary of the CONSULTANT's cost estimate and the overhead computation are attached
hereto as Exhibit D-1 and by this reference made part of this AGREEMENT. When 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.
94034 / Cont_95 / Inttrail (8/29/95) / jc
17 of 24
CBP-8 (May 1994)
•
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 Non -salary Costs
Direct non -salary costs will be reimbursed at the actual cost to the CONSULTANT. These
charges may include, but are not limited to the following items: travel, printing, long distance
telephone, supplies, computer charges, and 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 rates as for
AGENCY employees. The billing for non -salary cost, directly identifiable with the Project, shall
be an itemized listing of the charges supported by copies of original bills, invoices, expense
accounts, and miscellaneous supporting data retained by the CONSULTANT. Copies of the
original supporting documents shall be provided to the AGENCY upon request. All of the
above charges must be necessary for the services to be provided under this AGREEMENT.
4. Fixed Fee
The fixed fee, which represents the CONSULTANT's profit, is shown in the heading of this
AGREEMENT under Fixed Fee. This amount does not include any additional fixed fee which
could be authorized from the Management Reserve Fund. This fee is based on the scope of
work defined in this AGREEMENT and the estimated man -months required to perform the
stated scope of work. In the event a supplemental agreement is entered into for additional
work by the CONSULTANT, the supplemental agreement may include provisions for the
added costs and an appropriate additional fee. The fixed fee will be prorated and paid monthly
in proportion to the percentage of work completed by the CONSULTANT and reported in the
monthly progress reports accompanying the invoices.
Any portion of the fixed fee earned but not previously paid in the progress payments will be
covered in the final payment, subject to the provisions of Section IX, "Termination of
Agreement".
5. Management Reserve Fund
The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement
Administrator the flexibility of authorizing additional funds to the AGREEMENT for allowable
unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already
defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed
the lesser of $50,000 or 10% of the Total Amount Authorized as shown in the heading of this
AGREEMENT. The amount included for the Management Reserve Fund is shown in the
heading of this AGREEMENT. This fund may be replenished in a subsequent supplemental
agreement. Any changes requiring additional costs in excess of the "Management Reserve
Fund" shall be made in accordance with Section XIV, "Extra Work."
6. Maximum Total Amount Payable
The maximum total amount payable, by the AGENCY to the CONSULTANT under this
AGREEMENT, shall not exceed the amount shown in the heading of this AGREEMENT.
The Maximum Total Amount Payable is comprised of the Total Amount Authorized, which
includes the Fixed Fee and the Management Reserve Fund. The Maximum Total Amount
Payable does not include payment for extra work as stipulated in Section XIV, "Extra Work".
94034 / Cont_95 / Inttrail (8/29/95) / jc 18 of 24
CBP-8 (May 1994)
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 itemized listing for each item including direct salary, direct
non -salary, and allowable overhead costs to which will be added the prorated Fixed Fee. To
provide a means of verifying the invoiced salary costs for CONSULTANT employees, the AGENCY
may conduct employee interviews. These interviews may consist of recording the names, titles, and
present duties of those employees performing work on the PROJECT at the time of the interview.
C. Final Payment
Final payment of any balance due the CONSULTANT of the gross amount earned will be made
promptly upon its verification by the AGENCY after the completion of the work under this
AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, and other related
documents which are required to be furnished under this AGREEMENT. Acceptance of such final
payment by the CONSULTANT shall constitute a release of all claims for payment which the
CONSULTANT may have against the AGENCY unless such claims are specifically reserved in
writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said final
payment shall not, however, be a bar to any claims that the AGENCY may have against the
CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The
payment of any billing will not constitute agreement as to the appropriateness of any item and that
at the time of final audit, all required adjustments will be made and reflected in a final payment. In
the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT
will refund such overpayment to the AGENCY within ninety (90) days of notice of the overpayment.
Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity
of a finding by the AGENCY of overpayment.
D. Inspection of Cost Records
The CONSULTANT and the subconsultants shall keep available for inspection by representatives of
the AGENCY and the United States for a period of three years after final payment, the cost records
and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records
with the following exception: if any .litigation, claim, or audit arising out of, in connection with, or
related to this contract is initiated before the expiration of the three-year period, the cost records and
accounts shall be retained until such litigation, claim, or audit involving the records is completed.
94034 / Cont_95 / Inttrail (8/29/95) / jc
19 of 24
CBP-8 (May 1994)
• •
EXHIBIT D
CONSULTANT FEE DETERMINATION - SUMMARY SHEET
COST PLUS FIXED FEE
PROJECT: Interurban Trail Bridge - Green River (Phases 1 and 2)
DIRECT SALARY COST (DSC):
Estimated Estimated
Classification Hours x Rate = Cost
Principal 13 x 44.00 = $572
Senior Project Manager 12 x 41.00 = 492
Senior Engineer 8 x 35.00 = 280
Project Manager/Survey Manager 35 x 31.00 = 1,085
Project Engineer 420 x 30.00 = 12,600
Project Scientist 4 x 30.00 = 120
Design Engineer 72 x 25.00 = 1,800
Staff Scientist 24 x 22.00 = 528
Survey (Office) 14 x 20.00 = 280
CADD 315 x 19.00 = 5,985
Survey (Field) 30 x 18.00 = 540
Engineering/Science Technician 4 x 16.00 = 64
Technical Support 10 x 15.00 = 150
Word Processing 22 x 15.00 330
OVERHEAD (OH COST - including Salary Additives)
OH Rate x DSC
FIXED FEE (FF):
FF Rate x (DSC+OH)
Total DSC = $24,826
or 165% x $24,826 = $40,963
or 12% x $65,789 = $7,895
REIMBURSABLES:
Telephone $ 5
Reproduction 30
Mileage 18
Prints 9
Copying, including engineering Xerox 20
Computer 4,725
Word Processor 110
Postage 40
Electrostatic Plotter 36
Total Reimbursables $4,993
SUBCONSULTANT COSTS (See Exhibit G): _ $7,462
GRAND TOTAL = $86,139
94034 / Cont_95 / Inttrail (8/29/95) / mw
20 of 24
CBP-8 (May 1994)
EXHIBIT E
BREAKDOWN OF OVERHEAD COST
Fringe Benefits
Percent
FICA 11.86
Unemployment Compensation 1.82
Medical Aid and Industrial Insurance 0.80
Employee Retirement 4.70
Employee Bonuses & Incentives 12.20
Vacation, Holiday and Sick Leave 52
Total Fringe Benefits 40.90%
General Overhead
State Sales, B & 0, and Property Tax 4.40
Insurance 11.17
Administration and Time Unassignable 61.13
Printing, Stationery and Supplies 4.14
Professional Services 6.45
Travel Not Assignable 4.13
Communication Not Assignable 2.62
Fees, Dues, Professional Meetings 2.80
Utilities and Maintenance 5.70
Rent 14.80
Office Miscellaneous 2.22
Depreciation 4�r4
Total General Overhead 124.10%
GRAND TOTAL 165.00%
Note: The following accounts were deleted from this overhead rate: Bad Debts, Interest, Officer's Life
Insurance, Officers' Medical, Contributions, and Entertainment.
94034 / Cont_95 / Inttrail (8/29/95) / jc
21 of 24
CBP-8 (May 1994)
•
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 non -salary 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.
94034 / Cont_95 / Inttrail (8/29/95) / jc
22 of 24
CBP-8 (May 1994)
•
EXHIBIT G
SUBCONTRACTED WORK
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT:
SUBCONSULTANT DESCRIPTION OF WORK
1. Hart-Crowser, Inc. Geotechnical Explorations
94034 / Cont_95 / Inttrail (8/29/95) / jc 23 of 24
COP -8 (May 1994)
•
Attachment E - Summary of Costs
Addition Boring and Engineering for Pedestrian Bridge - Hart Crowser
•
EXHIBIT G-1
•
94-21-1079
LABOR
Personnel Catagory
Hours x
Hr. Rate =
Cost
Project Manager
4
$4$.15
$192.60
Senior Associate
0
539.00
$0.00
Associate
4
$33.27
$133.08
Senior Project
15
$28.14
$422.10
Project
0
$23.19
$0.00
Senior Staff
26
$19.54
$508.04
Staff
0
$16.42
$0.00
Technician
0
$14.80
$0.00
CADD Drafter
4
$18.10
$72.40
Clerical
3
$14.78
$44.34
Direct Labor Cost
$1,372.56
Overhead (182.7% of Direct Labor)
$2,507.67
Subtotal Direct Labor Cost
$3.880
FIXED FEE
Fixed Fee (35.0% of Direct Labor)
$480.40
Subtotal Fixed Fee
5480
OTHER DIRECT COSTS
Item
Quantity
Unit
Unit Cost
Cost
Courier & Overnight Mail
0
Each
$27.00
$0.00
Film and Processing
0
Roll
$17.00
$0.00
Subtotal Other Direct Costs & Travel
$0
SUBCONTRACTOR COSTS
Subcontract Costs
$2,159.00
Subtotal Subcontractor Costs
$2,159
TRAVEL & IN-HOUSE SERVICES
Travel
Quantity
Unit
Unit Cost
Cost
Tolls
0
Each
$17.00
$0.00
Per Diem
0
Day
$108.00
$0.00
In -House Service
Reproduction
500
Copy
$0.10
$50.00
Truck
2
Day
$70.00
$140.00
Computer
4
Hour
$10.00
$40.00
Field Equip Rental (Samp, Safety, Etc.)
2
Day
$55.00
$110.00
Field Equip Supplies
2
Day
$50.00
$100.00
Field Phone
2
Day
$15.00
$30.00
Geotechnical Laboratory Testing
Water Contents
18
Each
$4.00
$72.00
Gradation Analyses and Atterberg Limits
2
Each
$50.00
$100.00
Consolidation Test
1
Each
3300.00
$300.00
Subtotal In -House Services
$942
TOTAL PROJECT COST
$7,462
PROPSIATP-E.xls
24 of 24