Loading...
HomeMy WebLinkAboutReg 2015-07-20 Item 5C - Agreement - Major Maintenance Designs on 3 Bridges with David Evans and Associates for $688,968COUNCIL AGENDA SYNOPSIS ---------------------------- - - - - -- Initials Meefin 101 M I - ,g Date Prepared b ayo r s re pew Council review 07/20/15 BG t A'T kN ITEM INFORMATION ITEM NO. 5-C. STAFF SPONSOR: BOB GIBERSON I ORIGINAL AGENDA DATE: 07/20/15 AGENDA I'n,"m TITLE, Major Maintenance on 3 Bridges 2015 Project Design Consultant Agreement with David Evans & Associates, Inc. CATEGORY ❑ Discussion APS Date E Motion Mtg Date 07120115 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ BidAmard Mtg Date ❑ Public. Hearing Mtg Date ❑ Other Mtg Date SPONSOR ❑ Council ❑ Mayor ❑ HR E]DCD ❑ Finance E]Fire ❑ IT ❑ P&R ❑ Police E PW1' SPONSOR'S This contract is for design of the Major Maintenance on 3 Bridges 2015 Project. Request SUMMARY for Qualifications were advertised on April 27 and May 4, 2015 and four engineering firms responded. David Evans and Associates was considered the most qualified. The design contract will include the S 180th St Bridge, Grady Wy Bridge, and the Beacon Ave S Bridge and all but 10% of the design is covered by the Federal Bridge Program grant. Council is being asked to approve the contract with David Evans in the amount of $688,968.00. Rj,'1vn,'1'WI,'D BY ❑ cow Mtg- ❑ CA&P Cmte ❑ F&S Cmte Transportation Cmte ❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: 07/06/15 COMMITTEE C1-1AIR: JOE DUFFIE RECOMMENDATIONS: SPONSOR /ADMIN. Public Works Department COmm"I'T, " H' Unanimous Approval; Forward to Consent Agenda COST IMPACT / FUND SOURCE Exi,i,',NDi'i'uRi,'1 RisQUIRI-M AMOUNT BUDGETED APPROPRIATION REQUIRED $688,968.00 $866,291.00 $0.00 Fund Source: 104 ARTERIAL STREETS (PAGE 10, 2015 CIP) Comments: MTG. DATE RECORD OF COUNCIL ACTION 07/20/15 MTG. DATE ATTACHMENTS 07/20/15 Informational Memorandum dated 07/02/15 (revised 7/14/15) Consultant Agreement, Scope of Work, and Fee Minutes from the Transportation Committee meeting of 07/06/15 El City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Directo BY: Grant Griffin, Senior Engineer DATE: July 2, 2015 (revised 7114115) SUBJECT: Major Maintenance on 3 Bridges 2015 Project Project Numbers 91510406, 91510407.91510408 Consultant Selection and Agreement ISSUE Approve consultant to provide preliminary engineering services for the Major Maintenance on 3 Bridges 2015 Project. BACKGROUND The Washington State Department of Transportation ( WSDOT) approved Major Maintenance funding for 3 Tukwila Bridges in December 2014 and funding acceptance was approved by Council on February 2, 2015. The City advertised a Request for Qualifications (RFQ) soliciting proposals from consultants to provide engineering services on April 27 and May 4, 2015. Four engineering firms responded with proposals on May 21, 2015. DISCUSSION A selection committee comprised of City staff reviewed and scored the submittals and two of the four engineering firms were chosen for an interview based on the proposal scores. Total Score David Evans and Associates, Inc. 272 points KPFF Consultant Engineers 272 points Lochner 259 points BergerABAM 227 points Following the interviews, David Evans and Associates, Inc. (DEA) was chosen to perform the design project. DEA attended a scoping meeting with the City and has subsequently provided a scope of work and a fee schedule. FINANCIAL IMPACT Tukwila has been authorized to use Federal Bridge Program funds in the amount of $ $866,291.00 for the preliminary engineering phase by WSDOT Highways & Local Programs. Authorization for the construction will occur in future supplements. The Federal Bridge Program requires a 10% local match for the design phase only on Major Maintenance Projects and the Annual Bridge Program funds will supply the budget for the City's match. DEA has provided a cost not to exceed $689,290.00 to perform the Major Maintenance on 3 Bridges design services. Contract Budget City PE Match Design Services $ 689,290.00 $ 866,291.00 $69,929.00 Design Services 7114115 $ 688, 968.00 $68,896.80 RECOMMENDATION Council is being asked to approve the design contract with David Evans and Associates, Inc. in the amount of $689,200.00 $688,968.00 for the Major Maintenance on 3 Bridges 2015 Project and consider this item on the Consent Agenda at the July 20, 2015 Regular Meeting. Attachment: Contract Boilerplate, Scope of Work and Fee WiPW EngTROJECT&A- RW & RS ProjectMBridge Inspection ProgramslBddge Inspections 2015 (91510402)1Major Maintenance on 3 Bridges 20151DEA Design Contractlnfo Memo MM on 3Brs Consult Select 07 -14-15 gl.docx 5 A Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Does this Require DES filing? ❑ Yes [j]No Firm /Organization Legal Name (do not use dba's): David Evans and Associates, Inc. Address Federal Aid Number 1115 W. Bay Drive NW Ste 301, Olympia WA 98502 BHM- 1274(009) BHM - 1288(005) BHOS- 1320(004) UBI Number Federal TIN or SSN Number 600 227 608 93-0661195 Execution Date Completion Date December 31, 2016 1099 Form Required Federal Participation ❑ Yes ❑• No [Yes ❑ No Project Title City of Tukwila - Major Maintenance on Three Bridges 2015 Description of Work Preparation of Plans, Specifications, and Cost Estimates for the repair and maintenance of the Frank Zepp Bridge (S 180th St), Beacon Avenue South Bridge, and Grady Way Bridge. ❑ Yes % ZNo DBE Participation Total Amount Authorized: $688,968.00 ❑ Yes % u No MBE Participation Management Reserve Fund: 0 ❑ Yes % RrNo WBE Participation ❑ Yes % R No SBE Participation Maximum Amount Payable: $688,968.00 Index of Exhibits Exhibit A Scope of Work Exhibit B DBE Participation Exhibit C Preparation and Delivery of Electronic Engineering and Other Data Exhibit D Prime Consultant Cost Computations Exhibit E Sub - consultant Cost Computations Exhibit F Title VI Assurances Exhibit G Certification Documents Exhibit H Liability Insurance Increase Exhibit I Alleged Consultant Design Error Procedures Exhibit.) Consultant Claim Procedures Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 411012015 Page 1 of 14 7 THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the City of Tukwila hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1) of this AGREEMENT and hereafter called the "SERVICES;" and 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; and WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish consulting services to the AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I. General Description of Work The work under this AGREEMENT shall consist of the above - described SERVICES as herein defined, and necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor, and related equipment and, if applicable, sub - consultants and subcontractors necessary to conduct and complete the SERVICES as designated elsewhere in this AGREEMENT. II. General Scope of Work The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed utilizing performance based contracting methodologies. Ill. General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and /or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress, and presentation meetings with the AGENCY and /or such State, Federal, Community, City, or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days' notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the SERVICES in sufficient detail so that the progress of the SERVICES can easily be evaluated. The CONSULTANT, any sub - consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14 8 Revised 411012015 Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26 shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made part of this AGREEMENT. If the Prime CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY's "DBE Program Participation Plan" and perform a minimum of 30% of the total amount of this AGREEMENT. It is recommended, but not required, that non -DBE Prime CONSULTANTS perform a minimum of 30% of the total amount of this AGREEMENT. The CONSULTANT, on a monthly basis, is required to submit DBE Participation of the amounts paid to all DBE firms invoiced for this AGREEMENT. All Reports, PS &E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C — Preparation and Delivery of Electronic Engineering and other Data." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below: If to AGENCY: Name: Grant Griffin, PE Agency: City of Tukwila Address: 6300 Southcenter Blvd. City: Tukwila State: WA Zip: 98188 Email: grant.griffin @tukwila.wa.gov Phone: 206.431.2446 Facsimile: IV. Time for Beginning and Completion If to CONSULTANT: Name: Rich Hovde, PE Agency: David Evans and Associates, Inc. Address: 1 115 West Bay Drive NW Ste. 301 City: Olympia State: WA Zip: 98502 Email: rph @deainc.com Phone: 360.628 -5025 Facsimile: The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. This AGREEMENT may require filing with the Department of Enterprise Services (DES) pursuant to RCW 39.26.140. If such approval is required by DES, this AGREEMENT shall not bind the AGENCY until approved by DES. If the AGREEMENT must be approved by DES, work cannot begin, nor payment made until ten (10) or more working days following the date of filing, and, until approved by DES. Any subsequent SUPPLEMENTAL AGREEMENT may also be subject to filing and /or approval from DES. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT titled "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, 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. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 3 of 14 Revised 411012015 9 V. Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES, specified in Section II, "Scope of Work ". The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits "D" and "E" and by this reference made part of this AGREEMENT. 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, indirect cost rate, and direct non - salary costs. Direct (RAW) Labor Costs: The Direct (RAW) Labor 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. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Indirect Cost Rate (ICR) Costs: ICR 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 ICR rates shown in attached Exhibits "D" and "E" of this AGREEMENT. Total ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits "D" and "E ", attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT (prime and all sub - consultants) will submit to the AGENCY within six (6) months after the end of each firm's fiscal year, an ICR schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the ICR rate for billings received and paid during the fiscal year represented by the ICR schedule. It shall also be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's ICR cost to reflect the actual rate. The ICR schedule will be sent to Email: ConsultantRates @wsdot.wa.gov. Failure to supply this information by either the prime CONSULTANT or any of their sub - consultants shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required information is received and an overhead rate for billing purposes is approved. The AGENCY's Project Manager 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 ICR 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 sub - consultants. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the WSDOT' Accounting Manual M 13 -82, Chapter 10 — Travel Rules and Procedures, and revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205 -46 "Travel Costs." The billing for Direct Non -Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14 18 evised 411012015 4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in attached Exhibits "D" and "E" of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person -hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, 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 billings. 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 entitled "Termination of Agreement." Management Reserve Fund (MRF): The AGENCY may desire to establish a MRF to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the MRF is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII, "Changes of 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, and the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIII, "Changes of Work." No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings 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 billings will be supported by an itemized listing for each item including Direct (RAW) Labor, Direct Non - Salary, and allowable ICR Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, Direct (RAW) Labor rates, 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, if applicable, upon receipt of all PS &E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit; all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 411012015 Page 5 of 14 11 D. Inspection of Cost Records: The CONSULTANT and their sub - consultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of six (6) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the State Auditor, WSDOT's Internal Audit Office and /or at the request of the AGENCY's Project Manager. VI. Sub - Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub - consultant, any contract or any other relationship. Compensation for this sub - consultant SERVICES shall be based on the cost factors shown on Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. The SERVICES of the sub - consultant shall not exceed its maximum amount payable identified in each sub - consultant cost estimate unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non - salary costs and fixed fee costs for the sub - consultant shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be memorialized in a final written acknowledgement between the parties. All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require each sub - consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With respect to sub - consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE'S Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT, sub - recipient, or sub - consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the recipient deems appropriate. VII. Employment and Organizational Conflict of Interest The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14 1 5evised 411012015 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 this AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly retired employees, without written consent of the public employer of such person if he /she will be working on this AGREEMENT for the CONSULTANT. VIII. Nondiscrimination During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub - consultants, subcontractors and successors in interest, agrees to comply with the following laws and regulations: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. Chapter 21 Subchapter V § 2000d through 2000d4a) • Federal -aid Highway Act of 1973 (23 U.S.C. Chapter 3 § 324) • Rehabilitation Act of 1973 (29 U.S.C. Chapter 16 Subchapter V § 794) • Age Discrimination Act of 1975 (42 U.S.C. Chapter 76 § 6101 et. seq.) • Civil Rights Restoration Act of 1987 (Public Law 100 -259) • American with Disabilities Act of 1990 (42 U.S.C. Chapter 126 § 12101 et. seq.) • 23 CFR Part 200 • 49 CFR Part 21 • 49 CFR Part 26 • RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in every sub - contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX. Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non - salary costs incurred up to the time of termination of this AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this section, 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 the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14 Revised 411012015 13 date of termination, whether that SERVICE 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 SERVICES required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES 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 paragraph two (2) of this section. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default clauses listed previously. The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member, partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and /or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s) of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT as set forth in the second and third paragraphs of this section. Payment for any part of the SERVICES 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 SERVICES 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 completed work of this AGREEMENT as necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed SERVICES 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 XIII "Extra Work." XI. Disputes Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within 10 days 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 judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J." In the event that either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties 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. Agreement Number: LocalAgency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14 ,) Devised 411012015 XII. Legal Relations The CONSULTANT, any sub - consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall defend, indemnify, and hold the State of Washington (STATE) and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their agents, officers, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the STATE and /or the AGENCY may be legally liable; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT or the CONSULTANT's agents, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally liable, and (b) the STATE and /or AGENCY, their agents, officers, employees, sub - consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and /or AGENCY may be legally liable, the defense and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub - consultant, subcontractor and vendor, of any tier. The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know -how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's agents, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or communicated to STATE and /or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT; provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know -how, copyright rights or inventions resulting from STATE and /or the AGENCY'S, their agents', officers' and employees' failure to comply with specific written instructions regarding use provided to STATE and /or the AGENCY, their agents, officers and employees by the CONSULTANT, their agents, employees, sub - consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees or its agents against the STATE and /or 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. This waiver has been mutually negotiated by the Parties. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14 Revised 411012015 15 Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable supplemental AGREEMENT, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the aggregate for each policy period. C. Business auto liability insurance written under ISO Form CG 00 01 10 01 or equivalent providing coverage for any "Auto" (Symbol 1) used in an amount not less than a one million dollar ($1,000,000.00) combined single limit for each occurrence. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub - consultant and /or subcontractor as an additional insured (the "Als "), with no restrictions or limitations concerning products and completed operations coverage. This coverage shall be primary coverage and non - contributory and any coverage maintained by the Als shall be excess over, and shall not contribute with, the additional insured coverage required hereunder. The CONSULTANT's and the sub - consultant's and /or subcontractor's insurer shall waive any and all rights of subrogation against the Als. 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 fourteen (14) days of the execution of this AGREEMENT to: Name: Grant Griffin, PE Agency: City of Tukwila Address: 6300 Southcenter Road City: Tukwila State: WA Zip: 98188 Email: grant.griffin @tukwila.wa.gov Phone: 206.431.2446 Facsimile: 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, including that which may arise in reference to section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the authorized AGREEMENT amount or one million dollars ($1,000,000.00), whichever is greater, unless the limit of liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14 1 gevised 411012015 The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party, and no third party beneficiary is intended or created by the execution of this AGREEMENT. The AGENCY will pay no progress payments under section V "Payment Provisions" 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 it under other provisions of this AGREEMENT, or otherwise in law. XIII. Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this 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 SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this 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 this AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as "CLAIM," under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI "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. XIV. Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XV. Federal Review The Federal Highway Administration shall have the right to participate in the review or examination of the SERVICES in progress. XVI. Certification of the Consultant and the AGENCY Attached hereto as Exhibit "G -I (a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "G -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "G -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "G -4" Certificate of Current Cost or Pricing Data. Exhibit "G -3" is required only in AGREEMENT's over one hundred thousand dollars ($100,000.00) and Exhibit "G -4" is required only in AGREEMENT's over five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section 111 "General Requirements" prior to its performance of any SERVICES under this AGREEMENT. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Revised 411012015 Page 11 of 14 I XVII. Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement to this AGREEMENT. XVIII. 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 AGREEMENT's contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof. XIX. Protection of Confidential Information The CONSULTANT acknowledges that some of the material and information that may come into its possession or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state or federal statutes ( "State's Confidential Information "). The "State's Confidential Information" includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data, law enforcement records (or any other information identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security data, non - public Specifications, STATE and AGENCY non - publicly available data, proprietary software, STATE and AGENCY security data, or information which may jeopardize any part of the project that relates to any of these types of information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence and not to make use of the State's Confidential Information for any purpose other than the performance of this AGREEMENT, to release it only to authorized employees, sub - consultants or subcontractors requiring such information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent or as provided by law. The CONSULTANT agrees to release such information or material only to employees, sub - consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized access to the State's Confidential Information. Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential Information; or (ii) returned all of the State's Confidential Information to the AGENCY; or (iii) take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information. As required under Executive Order 00 -03, the CONSULTANT shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s) for which the State's Confidential Information was received; who received, maintained and used the State's Confidential Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall be subject to inspection, review, or audit upon reasonable notice from the AGENCY. The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or investigating may include, but is not limited to, salting databases. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14 1 gevised 411012015 Violation of this section by the CONSULTANT or its sub - consultants or subcontractors may result in termination of this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties. It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which is proprietary and /or confidential during the term of this AGREEMENT. The parties agree to maintain the confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing such proprietary and /or confidential information shall be clearly identified and marked as "Confidential" and shall be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT. The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential and /or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such confidential or proprietary material is developed. "Proprietary and /or confidential information" is not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party; (iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT. The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/ or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a public disclosure request is made to view materials identified as "Proprietary and /or confidential information" or otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the AGENCY will release the requested information on the date specified. The CONSULTANT agrees to notify the sub - consultant of any AGENCY communication regarding disclosure that may include a sub - consultant's proprietary and /or confidential information. The CONSULTANT notification to the sub - consultant will include the date that such records will be released by the AGENCY to the requester and state that unless the sub - consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure the AGENCY will release the requested information. If the CONSULTANT and /or sub - consultant fail to obtain a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages, liabilities, or costs associated with the AGENCY's said disclosure of sub - consultants' information. XX. Records Maintenance During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all "documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such documents. "Documents" shall be retained until all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past the six (6) year retention period. For purposes of this AGREEMENT, "documents" means every writing or record of every type and description, including electronically stored information ( "ESI "), that is in the possession, control, or custody of the CONSULTANT, including, without limitation, any and all correspondences, contracts, AGREEMENT `s, appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings, Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14 Revised 411012015 19 tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. For purposes of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media of any kind, including "Native Files ", that are stored in any medium from which it can be retrieved and examined, either directly or after translation into a reasonably useable form. ESI may include information and /or documentation stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe Acrobat, SQL databases, or any other software or electronic communication programs or databases that the CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any personal devices used by the CONSULTANT or any sub - consultant at home. "Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is normally created, viewed, and /or modified. The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in relation to this AGREEMENT and bind the sub - consultant to its terms, unless expressly agreed to otherwise in writing by the AGENCY prior to the execution of such subcontract. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. Signature Signature Date Date Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General. Agreement Number: Local Agency Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14 2 6evised 411012015 EXHIBIT A CITY OF TUKWILA MAJOR MAINTENANCE ON THREE BRIDGES Scope of Services Prepared by: David Evans and Associates, Inc. 415 118th Avenue SE Bellevue, WA 98005 July 14, 2015 21 22 TABLE OF CONTENTS TASK 1.0 PROJECT DESCRIPTION, DESIGN CRITERIA, AND DELIVERABLES .... ..............................1 1.01 Project Description ............................................................................................................................................ ..............................1 1.02 Design Criteria ..................................................................................................................................................... ..............................1 1.03 Project Deliverables Furnished by CONSULTANT ............................................................................... ..............................1 1.04 Responsibilities and Services Provided by AGENCY ........................................................................... ..............................1 1.05 General Project Assumptions ........................................................................................................................ ..............................1 TASK 2.0 PROJECT MANAGEMENT AND QUALITY CONTROL ............................... ............................... 3 2.01 Project Management .......................................................................................................................................... ..............................3 2.03 Develop Project Schedule ................................................................................................................................ ..............................3 2.04 Monthly Invoices/ Progress Reports .......................................................................................................... ..............................3 2.05 Change Management ......................................................................................................................................... ..............................4 2.06 PS &E Cover Sheets ............................................................................................................................................. ..............................4 2.07 Project Kick -Off Meeting .................................................................................................................................. ..............................4 TASK 3.0 FRANK ZEPP BRIDGE MAINTENANCE ........................................................ ............................... 4 3.01 FRANK ZEPP BRIDGE Environmental Documentation ...................................................................... ..............................4 3.02 FRANK ZEPP BRIDGE Structural Analysis ............................................................................................... ..............................5 3.03 FRANK ZEPP BRIDGE Plans Preparation ................................................................................................. ..............................6 3.04 FRANK ZEPP BRIDGE Specifications .......................................................................................................... ..............................7 3.05 FRANK ZEPP BRIDGE Construction Cost Estimate .............................................................................. ..............................8 3.06 FRANK ZEPP BRIDGE QA/ QC ........................................................................................................................ ..............................8 3.07 FRANK ZEPP BRIDGE Project Meetings and Site Visits ..................................................................... ..............................8 TASK 4.0 BEACON AVENUE BRIDGE MAINTENANCE ................................................ ............................... 8 4.01 BEACON AVENUE BRIDGE Environmental Documentation ........................................................... ..............................8 4.02 BEACON AVENUE BRIDGE Structural Analysis ..................................................................................... ..............................9 4.03 BEACON AVENUE BRIDGE Plans Preparation ..................................................................................... .............................10 4.04 BEACON AVENUE BRIDGE Specifications .............................................................................................. .............................11 4.05 BEACON AVENUE BRIDGE Construction Cost Estimate .................................................................. .............................11 4.06 BEACON AVENUE BRIDGE Quality Assurance /Quality Control .................................................. .............................11 4.07 BEACON AVENUE BRIDGE Project Meetings and Site Visits ......................................................... .............................12 TASK 5.0 GRADY WAY BRIDGE MAINTENANCE ......................................................... .............................12 5.01 GRADY WAY BRIDGE Environmental Documentation ..................................................................... .............................12 5.02 GRADY WAY BRIDGE Structural Anal ysis .............................................................................................. .............................13 5.03 GRADY WAY BRIDGE Plans Preparation ................................................................................................ .............................14 5.04 GRADY WAY BRIDGE Specifications' ...................................................................................................... .............................15 5.05 GRADY WAY BRIDGE Construction Cost Estimate ............................................................................ .............................15 5.06 GRADY WAY BRIDGE Quality Assurance /Quality Control ............................................................. .............................15 5.07 GRADY WAY BRIDGE Project Meetings and Site Visits .................................................................... .............................15 City of Tukwila i Scope of Services Major Maintenance on 3 Bridges July 14, 2015 23 TASK 6.0 ASSEMBLY AND REVIEW OF SUBMITTAL PACKAGE ............................. .............................16 TASK 7.0 ASSISTANCE DURING BID PERIOD ............................................................... .............................16 TASK 8.0 CONSTRUCTION ADMINISTRATION AND ENGINEERING SERVICES . .............................16 TASK 9.0 POST - CONSTRUCTION LOAD RATING ........................................................ .............................17 TIME FOR PERFORMANCE ................................................................................................... .............................17 City of Tukwila Major Maintenance on 3 Bridges 24 Scope of Services July 14, 2015 TASK 1.0 PROJECT DESCRIPTION, DESIGN CRITERIA, AND DELIVERABLES 1.01 Project Description The City of Tukwila (AGENCY) is requesting professional services from David Evans and Associates, Inc. (CONSULTANT) for development of bridge repairs and construction contract documents for the following: 08561400 TUKWILA -02 FRANK ZEPP BRIDGE 07996800 TUKWILA -13 BEACON AVENUE BRIDGE 08543600 TUKWILA -08 GRADY WAY BRIDGE The major features of the project include: • Structural design and seismic analysis • Civil design and maintenance of traffic • Environmental permitting and coordination • Plans, Specifications, and Estimate (PS &E) Preparation 1.02 Design Criteria The design will be based on the requirements of the City of Tukwila Infrastructure Design and Construction Standards, AASHTO's Load Resistant Factor Rating (LRFD), AASHTO's Manual for Bridge Evaluation (MBE), WSDOT's Bridge Design Manual (BDM), and FHWA's DRAFT Bridge Maintenance Reference Manual. 1.03 Project Deliverables Furnished by CONSULTANT CONSULTANT shall maintain a project file for pertinent work items. AGENCY review sets will be returned with each subsequent revision, illustrating that each review comment has been addressed as stated, or how /why, it was not addressed. 1.04 Responsibilities and Services Provided by AGENCY AGENCY will: • Provide all available existing as -built plans, right -of -way plans, geotechnical reports, horizontal and vertical monument information, GIS maps, and other mapping information. • Review all submittals made to AGENCY within 10 working days, or as agreed in writing, and return them to CONSULTANT with consolidated written comments regarding changes or revisions requested. 1.05 General Project Assumptions • Drawings will be prepared in AutoCAD 2012 format and utilizing CONSULTANT's CADD standards. Only 11 "x17" paper plans will be developed for this Scope of Services (SCOPE). • The project duration is assumed nine months from NTP to bid opening. • CONSULTANT shall use AGENCY's GIS and aerial photograph as the basis for traffic control and detour plans. No additional field survey is included. • AGENCY will perform public relations tasks in notifying business owners and traveling public of bridge closures and restrictions. City of Tukwila Major Maintenance on Three Bridges 1 Scope of Services July 14, 2015 25 • CONSULTANT assumes that all three bridges of this project will require reconnaissance level of recordation and evaluation for listing in the King County Landmarks Register (KCLR), Washington Heritage Register (WHR), and /or National Register of Historic Places (NRHP). Upon conclusion of fieldwork, CONSULTANT will prepare three Historical Property Information (HPI) forms. • The Plans, Specifications and Estimate for the three bridges will be combined into one construction contract document. The contract provisions will include three bid schedules, one schedule for each bridge. • The following table (Table 1) shows items to be included at each PS &E submittal. Table 1. Plans, Specifications and Estimate Submittal Items Sheet Name Maximum Assumed Number' of Sheets PS &E Submittal Phase 30% 90% 10090 PS &E Cover Sheets 4 X X X FRANK ZEPP General Notes 1 X X FRANK ZEPP Bridge Layout 1 X X X FRANK ZEPP Construction Sequencing 2 X X FRANK ZEPP Bridge Cross Section 1 X X X FRANK ZEPP TESC Plans 1 X X FRANK ZEPP Drainage Plans 2 X X FRANK ZEPP Utility Relocation 1 X X FRANK ZEPP Traffic Control (MOT) Plans 7 X X FRANK ZEPP Deck Repair Plans 10 X X FRANK ZEPP Paint Repair Plans 3 X X FRANK ZEPP Seismic Details Plans 5 X X BEACON AVENUE General Notes 1 X X BEACON AVENUE Bridge Layout 1 X X X BEACON AVENUE Construction Sequencing 2 X X BEACON AVENUE Bridge Cross Section 1 X X X BEACON AVENUE TESC Plans 1 X X BEACON AVENUE Drainage Plans 1 X X BEACON AVENUE Traffic Control (MOT) Plans 4 X X BEACON AVENUE Deck Replacement Plans 11 X X BEACON AVENUE Paint Repair Plans 5 X X GRADY WAY General Notes 1 X X GRADY WAY Bridge Layout 2 X X X GRADY WAY Construction Sequencing 1 X X GRADY WAY Bridge Cross Section 1 X X X GRADY WAY TESC Plans 1 X X GRADY WAY Traffic Control Plans (MOT) 2 X X GRADY WAY Seismic Retrofit Details 4 X X Engineer's Estimate X X X Special Provisions X X City of Tukwila Major Maintenance on Three Bridges 26 Scope of Services July 14, 2015 TASK 2.0 PROJECT MANAGEMENT AND QUALITY CONTROL 2.01 Project Management Direction of CONSULTANT staff and review of their work over the course of the project shall be provided. This work element includes preparing monthly progress reports that include the status of individual work elements, number of meetings attended, outstanding information required, and work items planned for the following month. Monitoring of CONSULTANT'S design budget will occur over the course of the project. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions may include formal requests for increases, modifications, or reductions in scope and /or budget. Drawings and documents received and generated over the course of the project require review, coordination, and file management. The status of requested information will be maintained. 2.02 SUBCONSULTANT Coordination The following SUBCONSULTANTS are anticipated to be used on this PROJECT: • TranTech Engineering LLC — Bridge Engineering • PanGeo, Inc. — Geotechnical Engineering • Historical Research Associates — Historical Evaluation and Cultural Resources CONSULTANT shall provide direction of the SUBCONSULTANT over the course of the project. Monthly monitoring of SUBCONSULTANT's design budget will occur over the course of the project. Status and projections will be developed. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions could include formal requests for increases, modifications, or reductions in scope and /or budget. 2.03 Develop Project Schedule CONSULTANT and AGENCY will jointly develop an overall project schedule showing major and supportive activities. The schedule shall be prepared to reflect a 9 -month completion of the design project to bid opening. The schedule shall be arranged to meet key target dates. CONSULTANT shall update the schedule monthly to reflect the status of the project. Deliverables: 1. Project schedule and monthly updates. 2.04 Monthly Invoices /Progress Reports Monthly invoices will be prepared by CONSULTANT for work activities for the prior month per AGENCY reporting requirements. These invoices shall also include SUBCONSULTANT work and will be accompanied by monthly progress reports. Invoices will include back -up material for all expenses and will show approved budget and amount expended to date. Expenses common to all three projects will be divided apportioned to their BRAC Awards to the total award for all three projects. Deliverables: 1. Monthly invoices and progress reports (10 total). City of Tukwila 3 Scope of Services Major Maintenance on Three Bridges July 14, 2015 27 2.05 Change Management Team members will work within the defined project scope, schedule, and budget. When issues, actions, or circumstances occur that could cause a change in scope, personnel, cost, or schedule, team members must communicate potential changes to CONSULTANT Project Manager as early as possible. AGENCY and CONSULTANT Project Managers are responsible for managing changes to the scope and schedule and will determine whether the potential change issue will lead to a change in scope, cost, or schedule. AGENCY Project Manager is responsible for the authorization of any changes to the scope, budget, and /or schedule. CONSULTANT shall obtain written authorization from AGENCY before implementing any change to this Scope of Services, schedule, or budget. All changes shall be documented using the WSDOT Project Change Order Form or other applicable WSDOT form as agreed to by CONSULTANT and AGENCY. 2.06 PS &E Cover Sheets CONSULTANT will develop one cover page and up to three index sheets for contract documents. 2.07 Project Kick -Off Meeting Project Managers for AGENCY and CONSULTANT and task leaders for CONSULTANT shall attend a combined project Kick -Off Meeting for all three bridges within two weeks of Notice to Proceed. Kick -Off meeting will review processes, procedures, roles, and responsibilities with attendees. Fee assumes that up to 16 CONSULTANT staff will attend the Kick -Off meeting. TASK 3.0 FRANK ZEPP BRIDGE MAINTENANCE 3.01 FRANK ZEPP BRIDGE Environmental Documentation CONSULTANT shall prepare the following environmental documents: • WSDOT Categorical Exclusion Documentation (CED) Form for purposes of NEPA clearance. Document shall include "no effect determination" AGENCY comments; a draft for WSDOT review will be prepared. After incorporation of WSDOT comments, a final version in electronic (.pdf) and paper form will be prepared and submitted to AGENCY. • Shoreline Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets City shoreline exemption criteria. A draft will be provided to AGENCY in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to AGENCY. • SEPA Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets SEPA exemption criteria. A draft will be provided to AGENCY in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to AGENCY. • If FRANK ZEPP Bridge is determined to be eligible for historic designation, CONSULTANT will conduct the following activities: o Prepare of map of the Area of Potential Effect (APE) and a work plan. Both documents shall be submitted to AGENCY, WSDOT, and Washington State Department of Archeological and Historic Preservation (DAHP) for approval. City of Tukwila 4 Scope of Services Major Maintenance on Three Bridges July 14, 2015 • Conduct a records search of the DAHP archives, CONSULTANT reference library and local repositories. • Conduct an archaeological pedestrian survey of each APE. CONSULTANT will excavate up to six archeological shovel probes at each bridge to assess the probability for buried cultural materials. Any findings will be documented on site inventory forms and with photographs and handheld GPS locations. • Prepare a brief cultural resources technical report summarizing results of the fieldwork. A draft report will be prepared for electronic review by AGENCY and WSDOT. Assumptions: 1. No separate documentation will be prepared for listed species outside the CED form. 2. No separate documentation or fieldwork will be necessary to adhere to the City's critical areas ordinance. 3. CONSULTANT team will have complete property access to APE. 4. No more than one archaeological site will be encountered at each bridge. 5. APEs will only include area immediately adjacent to the bridges, where repair and maintenance work is proposed. 6. Formal consultation with Native American tribes is not included. 7. No evaluation of the bridges as historic structures will be provided. Deliverables: 1. CED Form. Two review Drafts in electronic form and one Final in .pdf and paper form 2. Shoreline Exemption Memorandum — one Draft and one Final 3. SEPA Exemption Memorandum — one Draft and one Final 4. Cultural APE Exhibit (map and work plan) — one Draft and one Final 5. Cultural APE map and work plan — draft and final 6. Cultural Technical Report- one Draft and one Final 3.02 FRANK ZEPP BRIDGE Structural Analysis CONSULTANT shall perform the following tasks as basis for structural design: • Seismic Analysis: CONSULTANT shall use the seismic design criteria developed to perform seismic analysis and determine required capacity to strengthen bridge to achieve Level 1 Life - Safety performance criteria. CONSULTANT will submit up to three conceptual designs to AGENCY for their review and approval. • Geotechnical Services: CONSULTANT shall perform the following tasks: o Review existing available geologic and geotechnical information in the vicinity of the bridge and conduct a visual site reconnaissance of the bridge site. o Based on the information review, conduct a seismic hazard analysis, including liquefaction potential evaluation. Develop seismic design criteria in accordance with AASHTO LRFD Bridge Design Specifications, 7th Edition. Develop lateral pile analysis parameters (p -y response) for use with LPILE software or similar. o Based on review of preliminary plans developed by other members of the design team, prepare geotechnical constructability considerations. City of Tukwila Major Maintenance on Three Bridges 5 Scope of Services July 14, 2015 29 o Prepare and submit for review and comment a draft geotechnical report summarizing the findings and conclusions of the data review and seismic hazard analysis. o Prepare and submit a final report addressing responses to review comments received on the draft report submittal. • Load Rating: CONSULTANT shall prepare a draft load rating report using LRFR rating methods using HL -93 loading and SHV loading. The DRAFT load rating will be performed using dimensions and material weights of existing bridge together with final design drawings and weights of the completed project. The load rating will be finalized after construction and as -built drawings are completed as part of a supplement to this AGREEMENT. Assumptions: 1. AGENCY will furnish CONSULTANT with existing geotechnical data. It is assumed that existing geotechnical data is sufficient to develop seismic design parameters used in seismic analysis. 2. The existing subsurface information for the Frank Zepp Bridge is sufficient for the above scope items. Borings and field explorations are not included for this phase of work. If additional field explorations are deemed necessary based on the outcomes of the work they will be completed under a supplemental scope of work for a future phase of the project. 3. The geotechnical report will be a combined deliverable for the Frank Zepp Bridge, the Beacon Avenue Bridge and the Grady Way Bridge. Deliverables: 1. One Draft and one Final Seismic Analysis 2. Up to three conceptual engineering sketches of seismic retrofit design 3. One Draft and one Final Geotechnical Report 4. One Draft Load Rating Calculations and one Draft Summary Sheet 3.03 FRANK ZEPP BRIDGE Plans Preparation CONSULTANT shall prepare concept and final designs and construction plans for the FRANK ZEPP BRIDGE repair and maintenance. Plans to be prepared include: • General Plans: General plans will include the following elements: General Notes CONSULTANT shall prepare one page that will list all relevant design criteria, material specifications, and construction notes. Construction Sequence /Staging Plans CONSULTANT shall prepare Construction Sequence /Staging Plans showing the general construction sequence. It is assumed that up to two phases may be necessary. One (1) General Site Plan will be used for each phase. Information from the construction sequencing plans will also be used to develop the temporary traffic control / detour plans. Bridge Layout & Cross Section CONSULTANT shall produce drawings to contain sufficient details to identify location of work, critical clearances and identify items of interest to the contractor where identified by CONSULTANT. City of Tukwila Major Maintenance on Three Bridges 30 Scope of Services July 14, 2015 Temporary Erosion and Sedimentation Control (TESC) Plan CONSULTANT shall produce Temporary Erosion and Sedimentation Control Plan and TESC detail drawings. The plans and details will incorporate Best Management Practices (BMPs) as outlined in the Department of Ecology's "Stormwater Management Manual for Western Washington Volume II, 2005 edition ". Drainage Plans and Profiles Drainage Plans will show the locations and approximate size of the drainage facility; the conveyance system including direction of flow, approximate pipe sizes and outfall location; locations of easements. Utility Relocation and Coordination CONSULTANT shall prepare a utility relocation plan and coordinate with utility providers to identify locations of existing utilities and relocations necessary to perform PROJECT work. • Maintenance of Traffic (MOT) Plans CONSULTANT shall prepare Maintenance of Traffic (MOT) Plans that include up to two (2) concepts for traffic control plans, a detour route, and pedestrian access. • Deck Repair Plans CONSULTANT shall prepare deck repair plans that include a concrete defect map layout, overlay limits, expansion joint replacement and /or construction, approach demolition and improvements, and striping plans. • Paint Repair Plans CONSULTANT shall prepare paint repair plans that include a defect map layout for the rail and girders. • Seismic Detail Plans CONSULTANT shall prepare seismic detail plans that include design of seismic restraints, bearing replacement, and a jacking plan. A detailed list of the assumed plan sheets to be included in each milestone submittal is shown in Table 1. Deliverables: 1. FRANK ZEPP 30 %, 90% and 100% Plans 3.04 FRANK ZEPP BRIDGE Specifications CONSULTANT shall prepare 90% and 100% Specifications and Special Provisions for FRANK ZEPP BRIDGE and combine them with the other two bridges special provisions into one contract special provisions package. Assumptions- Specifications will follow WSDOT /APWA Standard Specifications 2014 and the City of Tukwila's General Special Provisions. City of Tukwila Major Maintenance on Three Bridges Scope of Services July 14, 2015 31 Deliverables: 1. 90% and 100% Specifications and Special Provisions for FRANK ZEPP BRIDGE 2. 90% and 100% Specifications and Special Provisions -one combined contract special provisions 3.05 FRANK ZEPP BRIDGE Construction Cost Estimate CONSULTANT shall prepare an Engineer's Opinion of Probable Cost (Cost Estimate) at 30 %, 90% and 100% for FRANK ZEPP BRIDGE to combine with the other two bridges for a complete construction cost estimate of all three bridges. Assumptions: Deliverables: 1. 30 %, 90% and 100% Cost Estimate for FRANK ZEPP BRIDGE 2. 30 %, 90% and 100% Cost Estimate for construction of all three bridges 3.06 FRANK ZEPP BRIDGE QA /QC CONSULTANT shall perform QA /QC in compliance with the established PROJECT Quality Plan for each milestone submittal. 3.07 FRANK ZEPP BRIDGE Project Meetings and Site Visits This work element provides for the preparation, attendance, follow -up, and documentation of meetings during the length of the project. These meetings will be the forums for agencies to provide input and guidance for the direction of the project. They will also be used to discuss project issues, approve submittals, and develop potential solutions. CONSULTANT shall prepare for, attend, and document up to nine meetings with an average of four DEA staff, with AGENCY staff. Meetings will be required for coordination with AGENCY and other affected agencies. CONSULTANT will attend one meeting every month with AGENCY's project manager for the duration of the project. The meetings will be held in a location acceptable to AGENCY and CONSULTANT. For budgeting purposes, we have assumed half the meetings at AGENCY office and half at CONSULTANT Olympia office. CONSULTANT shall perform one site visit to verify existing bridge dimensions, verify quantity of repairs, determine design and constructability issues, and determine construction impacts. Assumptions: AGENCY will perform public relations tasks in notifying business owners and traveling public of bridge closures and restrictions. Deliverables: 1. Project meeting notes (up to nine total for all three bridges) TASK 4.0 BEACON AVENUE BRIDGE MAINTENANCE 4.01 BEACON AVENUE BRIDGE Environmental Documentation CONSULTANT shall prepare the following environmental documents: City of Tukwila 8 Scope of Services Major Maintenance on Three Bridges July 14, 2015 32 WSDOT Categorical Exclusion Documentation (CED) Form for purposes of NEPA clearance. Document shall include "no effect determination" for listed species. DEA shall prepare a draft for AGENCY review. After incorporation of AGENCY comments, a draft for WSDOT review will be prepared. After incorporation of WSDOT comments, a final version in electronic (.pdf) and paper form will be prepared and submitted to AGENCY. SEPA Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets SEPA exemption criteria. A draft will be provided to AGENCY in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to AGENCY. If BEACON AVENUE Bridge is determined to be eligible for historic designation, CONSULTANT will conduct the following activities: o Prepare of map of the Area of Potential Effect (APE) and a work plan. Both documents shall be submitted to AGENCY WSDOT, and Washington State Department of Archeological and Historic Preservation (DAHP) for approval. o Conduct a records search of the DAHP archives, CONSULTANT reference library and local repositories. o Conduct an archaeological pedestrian survey of each APE. CONSULTANT will excavate up to six archeological shovel probes at each bridge to assess the probability for buried cultural materials. Any findings will be documented on site inventory forms and with photographs and handheld GPS locations. o Prepare a brief cultural resources technical report summarizing results of the fieldwork. A draft report will be prepared for electronic review by AGENCY and WSDOT. Assumptions: 1. No separate documentation will be prepared for listed species outside the CED form. 2. No separate documentation or field work will be necessary to adhere to AGENCY's critical areas ordinance 3. CONSULTANT team will have complete property access to APE 4. No more than one archaeological site will be encountered at each bridge 5. APES will only include area immediately adjacent to the bridges where repair and maintenance work is proposed. 6. Formal consultation with Native American tribes is not included. 7. No evaluation of the bridges as historic structures will be provided. Deliverables: 1. CED Form. Two review Drafts in electronic form and one Final in .pdf and paper form. 2. SEPA Exemption Memorandum —one Draft and one Final 3. Cultural APE Exhibit (map and work plan) —one Draft and one Final 4. Cultural Technical Report- one Draft and one Final 4.02 BEACON AVENUE BRIDGE Structural Analysis CONSULTANT shall perform the following tasks as basis for structural design: • Structural Analysis on New Superstructure (Value Engineering): At the approval and direction of AGENCY, CONSULTANT shall prepare a cost estimate for replacing the existing superstructure with one alternate new superstructure using scoping level of effort to calculate superstructure replacement cost. CONSULTANT will present this estimate and cost comparison to AGENCY. City of Tukwila Major Maintenance on Three Bridges Scope of Services July 14, 2015 33 • Geotechnical Services: CONSULTANT shall perform the following geotechnical tasks: o Review existing available geologic and geotechnical information in the vicinity of the bridge and conduct a visual site reconnaissance of the bridge site. o Prepare recommendations for geotechnical aspects of bridge maintenance, including repair and /or rehabilitation of bridge approaches and earthwork construction considerations. • Load Rating: CONSULTANT shall prepare a draft load rating report using LRFR rating methods using HL -93 loading and SHV loading. The DRAFT load rating will be performed using dimensions and material weights of the existing bridge together with final design drawings and weights of the completed project. The load rating will be finalized after construction and as -built drawings are completed as part of a supplement to this AGREEMENT. Assumptions: 1. Borings and field explorations are not planned for this phase of work. If additional field explorations are deemed necessary based on the outcomes of this phase of work they will be completed under a supplemental scope of work for a future phase of the project. 2. The geotechnical report will be a combined deliverable for the Frank Zepp Bridge, the Beacon Avenue Bridge and the Grady Way Bridge. 3. A seismic analysis is not required for this bridge. Deliverables: 1. One cost comparison between BRAC funded repairs and superstructure replacement 2. One Draft and one Final Geotechnical Report 3. One Draft Load Rating Calculations and one Draft Summary Sheet 4.03 BEACON AVENUE BRIDGE Plans Preparation CONSULTANT shall prepare concept and final designs and construction plans for BEACON AVENUE BRIDGE repairs and maintenance. Plans to be prepared: • General Plans: General plans for the BEACON AVENUE BRIDGE will include the following elements: Construction Sequence /Staging Plans CONSULTANT shall prepare Construction Sequence /Staging Plans showing the general construction sequence. It is assumed that up to two phases may be necessary. One General Site Plan will be used for each phase. Information from the construction sequencing plans will also be used to develop the temporary traffic control / detour plans. Bridge Layout & Cross Section CONSULTANT shall produce drawings to contain sufficient details to identify location of work, critical clearances and identify items of interest to the contractor where identified by CONSULTANT. Temporary Erosion and Sedimentation Control (TESC) Plan CONSULTANT shall produce Temporary Erosion and Sedimentation Control Plan and TESC detail drawings. The plans and details will incorporate Best Management Practices (BMPs) as outlined in the Department of Ecology's "Stormwater Management Manual for Western Washington Volume II, 2005 edition ". City of Tukwila Major Maintenance on Three Bridges 34 10 Scope of Services July 14, 2015 Drainage Plan Drainage Plan will show the locations and approximate size of the drainage facility; the conveyance system including direction of flow, approximate pipe sizes and outfall location; locations of easements. • Maintenance of Traffic (MOT) Plans CONSULTANT shall prepare Maintenance of Traffic (MOT) Plans that include traffic control, a detour route, and pedestrian access. • Deck Replacement Plans CONSULTANT shall prepare deck replacement plans that include a demolition plan, deck replacement details, expansion joint installation, approach roadway and backwall repair details, steel tube rail and curb installation details. • Paint Repair Plans Paint repair plans will include a defect map and paint preparation layout. A detailed list of the assumed plan sheets to be included in each milestone submittal is shown in Table 1. Deliverables: 1. BEACON AVENUE 30%,90% and 100% Plans 4.04 BEACON AVENUE BRIDGE Specifications CONSULTANT shall prepare 90% and 100% Specifications and Special Provisions for BEACON AVENUE BRIDGE and combine them with the other two bridges special provisions into one contract special provisions package. Assumptions: 1. Specifications will follow WSDOT /APWA Standard Specifications 2014 and the City of Tukwila's General Special Provisions. Deliverables: 1. 90% and 100% Specifications and Special Provisions for BEACON AVENUE BRIDGE 2. 90% and 100% Specifications and Special Provisions as one combined contract Special provisions 4.05 BEACON AVENUE BRIDGE Construction Cost Estimate CONSULTANT shall prepare an Engineer's Opinion of Probable Cost (Cost Estimate) at 30 %, 90% and 100% for BEACON AVENUE BRIDGE to combine with the other two bridges for a complete construction cost estimate of all three bridges. Deliverables: 1. 30 %, 90% and 100% Cost Estimate for BEACON AVENUE BRIDGE 2. 30 %, 90% and 100% Cost Estimate for construction of all three bridges 4.06 BEACON AVENUE BRIDGE Quality Assurance /Quality Control CONSULTANT shall perform QA /QC in compliance with the established PROJECT Quality Plan for each milestone submittal. City of Tukwila Major Maintenance on Three Bridges 11 Scope of Services July 14, 2015 35 4.07 BEACON AVENUE BRIDGE Project Meetings and Site Visits This work element provides for the preparation, attendance, follow -up, and documentation of meetings during the length of the project. These meetings will be the forums for agencies to provide input and guidance for the direction of the project. They will also be used to discuss project issues, approve submittals, and develop potential solutions. CONSULTANT shall prepare for, attend, and document up to nine meetings with an average of four DEA staff, with AGENCY staff. Meetings will be required for coordination with AGENCY and other affected agencies. CONSULTANT will attend one meeting every month with AGENCY's project manager for the duration of the project. The meetings will be held in a location acceptable to AGENCY and CONSULTANT. For budgeting purposes, we have assumed half the meetings at AGENCY office and half at CONSULTANT Olympia office. CONSULTANT shall perform one site visit to verify existing bridge dimensions, verify quantity of repairs, determine design and constructability issues, and determine construction impacts. Assumptions: 1. AGENCY will perform public relations tasks in notifying business owners and traveling public of bridge closures and restrictions. Deliverables: 1. Project meeting notes (up to 9 total for all three bridges) TASK 5.0 GRADY WAY BRIDGE MAINTENANCE 5.01 GRADY WAY BRIDGE Environmental Documentation CONSULTANT shall prepare the following environmental documents: WSDOT Categorical Exclusion Documentation (CED) Form for purposes of NEPA clearance. Document shall include "no effect determination" for listed species. DEA shall prepare a draft for AGENCY review. After incorporation of AGENCY comments, a draft for WSDOT review will be prepared. After incorporation of WSDOT comments, a final version in electronic (.pdf) and paper form will be prepared and submitted to AGENCY. SEPA Exemption Memorandum. DEA will prepare a technical memorandum documenting how the project meets SEPA exemption criteria. A draft will be provided to AGENCY in electronic form for review. After incorporation of comments, a final electronic (.pdf) and paper form will be provided to AGENCY. If GRADY WAY Bridge is determined to be eligible for historic designation, CONSULTANT will conduct the following activities: o Prepare of map of the Area of Potential Effect (APE) and a work plan. Both documents shall be submitted to AGENCY, WSDOT, and Washington State Department of Archeological and Historic Preservation (DAHP) for approval. o Conduct a records search of the DAHP archives, CONSULTANT reference library and local repositories. o Conduct an archaeological pedestrian survey of each APE. CONSULTANT will excavate up to six archeological shovel probes at each bridge to assess the probability for buried cultural materials. Any findings will be documented on site inventory forms and with photographs and handheld GPS locations. City of Tukwila 12 Scope of Services Major Maintenance on Three Bridges July 14, 2015 36 o Prepare a brief cultural resources technical report summarizing results of the fieldwork. A draft report will be prepared for electronic review by AGENCY and WSDOT. Assumotions: 1. No separate documentation will be prepared for listed species outside the CED form. 2. No separate documentation or fieldwork will be necessary to adhere to AGENCY's critical areas ordinance. 3. CONSULTANT team will have complete property access to APE. 4. No more than one archaeological site will be encountered at each bridge. 5. APES will only include area immediately adjacent to the bridges where repair and maintenance work is proposed. 6. Formal consultation with Native American tribes is not included. 7. No evaluation of the bridges as historic structures will be provided. Deliverables: 1. CED Form. Two review drafts in electronic form and one final in .pdf and paper form 2. SEPA Exemption Memorandum — one draft and one final 3. Cultural APE Exhibit (map and work plan) — one draft and one final 4. Cultural APE map and work plan — draft and final 5. Cultural Technical Report- one draft and one final 5.02 GRADY WAY BRIDGE Structural Analysis CONSULTANT shall perform the following tasks as basis for structural design: • Seismic Analysis: CONSULTANT shall use the seismic design criteria developed to perform seismic analysis and determine required capacity strengthening at Piers 2, 3, 10, and 11 to achieve Level 1 Life - Safety performance criteria. • Geotechnical Services: CONSULTANT shall perform the following geotechnical tasks: o Review existing available geologic and geotechnical information near the bridge and conduct a visual site reconnaissance of the bridge site. o Based on the information review, conduct a seismic hazard analysis, including liquefaction potential evaluation. Develop seismic design criteria in accordance with AASHTO LRFD Bridge Design Specifications, 7th Edition. Develop lateral pile analysis parameters (p -y response) for use with LPILE software or similar. o Prepare and submit a one page executive summary on seismic hazards, liquefaction potential, and seismic design criteria. City of Tukwila Major Maintenance on Three Bridges 13 Scope of Services July 14, 2015 37 Assumptions: 1. AGENCY will furnish CONSULTANT with existing geotechnical data. It is assumed that the existing subsurface information for the Grady Way Bridge or the adjacent 1 -405 bridge is available and is sufficient for the above scope items. 2. No borings or field explorations are planned for this phase of work. If additional field explorations are deemed necessary based on the outcomes of this phase of work they will be completed under a supplemental scope of work for a future phase of the project. 3. The geotechnical report will be a combined deliverable for the Frank Zepp Bridge, the Beacon Avenue Bridge and the Grady Way Bridge. 4. Pier 11 is similar to Pier 2 and Pier 3 is similar to Pier 10 so that cross section of piers can fit on one plan sheet. Deliverables: 1. One draft and one final seismic analysis 2. One draft and one final Geotechnical Executive Summary in electronic (pdf) format 3. One draft Load Rating Calculations and one draft Summary Sheet 5.03 GRADY WAY BRIDGE Plans Preparation CONSULTANT shall prepare conceptual and final design and construction plans for the GRADY WAY BRIDGE seismic retrofit using CONSULTANT's existing conceptual retrofit plan and seismic forces determined in Section 5.02. Plans will be submitted to AGENCY for review and approval as listed in Table 1. Plans to be included: • General Plans: General plans for the GRADY WAY BRIDGE will include the following elements: Construction Sequence /Staging Plan CONSULTANT shall prepare Construction Sequence /Staging Plan showing the general construction sequence. It is assumed that one phase will be necessary. Two (2) General Site Plans will be used for construction sequencing. Information from the construction sequencing plans will be used to develop the temporary traffic control / detour plans. Bridge Layout & Cross Section CONSULTANT shall produce typical bridge layout and cross sections of Piers 2, 3, 10, and 11. Plans will contain details to identify location of work. Temporary Erosion and Sedimentation Control (TESC) Plans CONSULTANT shall produce Temporary Erosion and Sedimentation Control Plans and TESC detail drawings. The plans and details will incorporate Best Management Practices (BMPs) as outlined in the Department of Ecology's "Stormwater Management Manual for Western Washington Volume II, 2005 edition ". • Maintenance of Traffic (MOT) Plans CONSULTANT shall prepare Maintenance of Traffic (MOT) Plans that include traffic control plans, a detour route, and pedestrian access. • Seismic Detail Plans Seismic detail plans will include design of seismic restraints and shear key repair details at piers 2, 3, 10, and 11. A detailed list of the assumed plan sheets to be included in each milestone submittal is shown in Table 1. City of Tukwila 14 Scope of Services Major Maintenance on Three Bridges July 14, 2015 Assumptions: 1. Although seismic retrofit is near railroad lines, it is not anticipated that railroad flagging will be needed and is not included in this SCOPE. 2. The seismic retrofit will be designed for Level 1 Life Safety performance criteria. 3. The City of Renton will approve the design. Deliverables: 1. GRADY WAY 30%,90% and 100% Plans 5.04 GRADY WAY BRIDGE Specifications CONSULTANT shall prepare 90% and 100% Specifications and Special Provisions for GRADY WAY BRIDGE and as one document for all three bridges. Assumptions: 1. Specifications will follow WSDOT /APWA Standard Specifications 2014 and the City of Tukwila's General Special Provisions. Deliverables: 1. 90% and 100% Specifications and Special Provisions for GRADY WAY BRIDGE 2. 90% and 100% Specifications and Special Provisions as one document for all three bridges 5.05 GRADY WAY BRIDGE Construction Cost Estimate CONSULTANT shall prepare an Engineer's Opinion of Probable Cost (Cost Estimate) at 30 %, 90% and 100% for GRADY WAY BRIDGE to combine with the other two bridges for a complete construction cost estimate of all three bridges. Deliverables: 1. 30%,90% and 100% Cost Estimate for GRADY WAY BRIDGE 30 %, 90% and 100% Cost Estimate for construction of all three bridges 5.06 GRADY WAY BRIDGE Quality Assurance /Quality Control CONSULTANT shall perform QA /QC in compliance with the established PROJECT Quality Plan for each milestone submittal. 5.07 GRADY WAY BRIDGE Project Meetings and Site Visits This work element provides for the preparation, attendance, follow -up, and documentation of meetings during the length of the project. These meetings will be the forums for agencies to provide input and guidance for the direction of the project. They will also be used to discuss project issues, approve submittals, and develop potential solutions. CONSULTANT shall prepare for, attend, and document up to nine (9) meetings with an average of four DEA staff, with AGENCY staff. Meetings will be required for coordination with AGENCY and other affected agencies. CONSULTANT will attend one meeting every month with AGENCY's project manager for the duration of the project. The meetings will be held in a location acceptable to AGENCY and CONSULTANT. For budgeting purposes, we have assumed half the meetings at AGENCY office and half at CONSULTANT Olympia office. City of Tukwila Major Maintenance on Three Bridges 15 Scope of Services July 14, 2015 39 CONSULTANT shall perform one site visit to verify existing bridge dimensions, verify quantity of repairs, determine design and constructability issues, and determine construction impacts. Deliverables: 1. Project meeting notes (up to nine total for all three bridges) TASK 6.0 ASSEMBLY AND REVIEW OF SUBMITTAL PACKAGE This work element provides for the assembly, compilation and final review of each submittal package. CONSULTANT shall perform this task at each milestone submittal (30 %, 90 %, 100 % -Ad -Ready per Table 1. CONSULTANT shall assemble bid documents for AGENCY's review and comment. Comment form will be agreeable to both AGENCY and CONSULTANT. AGENCY review period will be two weeks after CONSULTANT's milestone submission. TASK 7.0 ASSISTANCE DURING BID PERIOD CONSULTANT shall provide bid support and assist AGENCY in answering questions from prospective bidders during the bid process. After the construction contract has been awarded, CONSULTANT shall attend the preconstruction conference. CONSULTANT shall attend a pre -bid conference with potential bidders to assist the CITY in responding to questions and inquiries. CONSULTANT shall prepare addendums to the contract documents during the bid period. This task is limited to 10 total hours. CONSULTANT shall review the proposal of the apparent low bidder and check references to assist the AGENCY in awarding the Contract. CONSULTANT shall review the unit bid costs in the proposal, compare them with unit costs of other bidders, and note whether any major discrepancies are present. CONSULTANT shall call the references listed on the apparent low bidders "Statement of Qualifications'. CONSULTANT shall prepare a list of questions to ask the references, and document their responses. The responses shall be sent to the CITY for their review. CONSULTANT shall prepare a pre -award letter and a letter of recommendation to award a contract to the lowest responsible bidder. Deliverables: 1. Attend and participate in one pre- construction meeting 2. Attend and participate in pre- construction meeting 3. Prepare responses up to 10 bidder questions and develop up to 1 bid document addendum 4. Review of contractor's unit bid proposal S. Prepare Reference check forms 6. Prepare pre -award letter 7. Prepare Letter of recommendation to award bid TASK 8.0 CONSTRUCTION ADMINISTRATION AND ENGINEERING SERVICES AGENCY may, at its discretion, supplement this AGREEMENT to include Section 8.0 Construction Administration and Construction Engineering Services. Since the level of effort is unknown at this time, it will be negotiated as a supplement to this AGREEMENT. City of Tukwila 16 Scope of Services Major Maintenance on Three Bridges July 14, 2015 ON TASK 9.0 POST - CONSTRUCTION LOAD RATING AGENCY may, at its discretion, supplement this AGREEMENT to include Section 9.0 Post Construction Load Rating. Since the level of effort is unknown at this time, it will be negotiated as a supplement to this AGREEMENT. TIME FOR PERFORMANCE Within two weeks of Notice -to- Proceed, a detailed schedule will be prepared based on AGENCY and CONSULTANT feedback. An estimated PROJECT milestone submittal schedule is listed below. CONSULTANT Notice -to- Proceed July 20, 2015 Kick -Off Meeting August 3, 2015 30% Design Submittal September 14, 2015 90% PS &E Submittal December 14, 2015 100% PS &E Submittal January 5, 2016 Project Advertisement February 16, 2016 City of Tukwila Major Maintenance on Three Bridges 17 Scope of Services July 14, 2015 41 42 Exhibit C Preparation and Delivery of Electronic Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: I. Surveying, Roadway Design & Plans Preparation Section A. Survey Data The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. B. Roadway Design Files The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. C. Computer Aided Drafting Files The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. Agreement Number: WSDOT Form 140 -089 EF Exhibit C Revised 1013012014 Page 1 of 4 43 D. Specify the Agency's Right to Review Product with the Consultant Agency will provide review comments on all milestone deliverables, as identified in Exhibit A, Scope of Work. E. Specify the Electronic Deliverables to Be Provided to the Agency The electronic deliverables are identified in Exhibit A, Scope of Work. F. Specify What Agency Furnished Services and Information Is to Be Provided Agency- furnished services and information is outlined throughout Exhibit A, Scope of Work. Agreement Number: WSDOT Form 140 -089 EF Exhibit C Page 2 of 4 44 Revised 1013012014 ll. Any Other Electronic Files to Be Provided The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. lll. Methods to Electronically Exchange Data Email, FTP site, CD, DVD and flash drive. WSDOT Form 140 -089 EF Exhibit C Revised 1013012014 Page 3 of 4 45 A. Agency Software Suite The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. B. Electronic Messaging System Email (Outlook) C. File Transfers Format The electronic format and standards to be provided for this project are identified in Exhibit A, Scope of Work. WSDOT Form 140 -089 EF Exhibit C Page 4 of 4 46 Revised 1013012014 Exhibit D Prime Consultant Cost Computations City of Tukwila Major Maintenance of Three Bridges Contract Cost Summary Direct Salary Cost, David Evans and Associates $ 127,752 Overhead $ 232,483 Fixed Fee $ 38,326 Direct Non -Sala Costs $ 1,329 Subconsultant Costs: Trantech, LLC $ 261,974 Historical Research Associates, Inc. $ 10,478 Pan eo, Inc. $ 16,627 Contract Total $ 688,968 47 City of Tukwila Major Maintenance of Three Bridges DEA's COST FRANK ZEPP $ 101,463 BEACON AVENUE $ 212,546 GRADY WAY $ 85,881 TOTAL 3 BRIDGES $ 399,890 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 78 COST PER SHEET $ 5,127 TOTAL STAFF HOURS 2,775 DIRECT EXPENSES 1,329 PROJECT MANAGEMENT PERCENTAGE 12.94% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit D Prime Consultant Cost Computations DEA DIRECT LABOR $127,752 DEA OVERHEAD $232,483 DEA FEE $38,326 DEA DIRECT EXPENSES $1,329 DEA TOTAL COSTS $399,890 PM CIVIL STRUCTURAL CN CADD ENV ENGM PMGR EXAD PADM MGPE PFEN MGPE SBEN BREN CONM SCAD CADD SSCI SCIT 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 088.00 004.00 936.00 030.00 064.00 942.00 064.00 958.00 940.00 988.00 941.00 028.00 044.00 034.00 17 263 19 208 206 7 126 367 413 91 260 438 180 180 Task Cost WBSi PROJECT TASK count Task Hours DELIVE 59,033 2.00 PROJECT MANAGEMENT, and COORDINATION 2.01 PROJECT MANAGEMENT 359 7 192 14 3 2 2 15 0 $ 26,057 147 104 ' 0 0 $ 12,180 2.01.1 FRANK ZEPP 68 4 48 16 $ 11,631 2.01.2 BEACON AVENUE 66,_:... 2 48 16 $ 2,246 2.01.3 GRADY WAY 8 4 8,099 2.02 'SURCONSULTANTCOORDINATION 4 34 14 0 0 $ 6,926 2.02.1 FRANK ZEPP 4 30 10 $ 587 2.02.2 BEACON AVENUE 2 2 $ 587 2.02.3 GRADY WAY 2 2 4,979 2.03 DEVELOP PROJECT SCHEDULE 27 18 6 0 $ 2,552 2.03.1 FRANK ZEPP 4 Schedule 10 3 $ 1,660 2.03.2 BEACON AVENUE 9 Schedule 6 2 $ 767 2.03.3 GRADY WAY Schedule 2 8,798 2.04 MONTHLY INVOICES / PROGRESS REPORTS 64 24 14 0 $ 4,193 2.04.1 FRANK ZEPP Monthly Invoice & Report 12 6 12 $ 3,794 2.04.2 BEACON AVENUE 28 Monthly Invoice & Report 10 6 12 $ 811 2.04.3 GRADY WAY Monthly Invoice & Report 2 2 2 3,638 2.05 CHANGE. MANAGEMENT 9 0 $ 1,535 2.05.1 FRANK ZEPP Manage change 2 4 2 $ 1,535 2.05.2 BEACON AVENUE Manage change 2 4 2 $ 568 2.05.3 GRADY WAY Manage change $ 4,224 2.06 PS &E COVER SHEET 4 Cover Sheet 4 4 2 10 15 $ 3,238 2.07 PROJECTS KICK -OFF MEETING 2 2 2 2 2 2 2 2 2 61,59 3.00 FRANK ZEPP BRIDGE MAINTENANCE 402 0 24 0 18 54 0 40 22 34 90 90 22,413 ENVIRONMENTAL'' 0 0 0 0 90 $ 21,901 3.01.01 Environmental Permit Coordination so Environmental Permits 90 90 $ 3.01.02 Archaeological /Guttural (F-IRA) $ 512 3.01.03 Area of Potential Effect (APE) Exhibit 4 Exhibit 4 3.02 STRUCTURAL ANALYSIS 8 0 rl 0 0 3.02.01 Seismic Analysis Seismic Report 3.02.02 Geotechnical Seismic Variables Geo Seismic Report 3.02.03 Load Rating (Draft) Draft Load Rating 3.03 .:PLAN PREPARATION 34 0 0 0 0 0 .03.01 GENERAL PLANS 0 3.03.01.1 General Notes 0 Plan Sheet 3.03.01.2 Bridge Layout Plan Sheet 3.03.01.3 Construction Sequencing 2 0 Plan Sheet $ 3.03.01.4 Bridge Cross Section Plan Sheet 3.03.01.5 Temporary Erosion and Sediment Control (TESC) Plan Sheet $ 3.03.01.6 Drainage Plans / Profiles 2 Plan Sheet 3.03.01.7 Utility Relocation/ Coordination Plan Sheet MAINTENANCE of TRAFFIC (MOT) PLANS 0 0 City of Tukwila Major Maintenance of Three Bridges DEA's COST FRANK ZEPP $ 101,463 BEACON AVENUE $ 212,546 GRADY WAY $ 85,881 TOTAL 3 BRIDGES $ 399,890 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 78 COST PER SHEET $ 5,127 TOTAL STAFF HOURS 2,775 DIRECT EXPENSES 1,329 PROJECT MANAGEMENT PERCENTAGE 12.94% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit D Prime Consultant Cost Computations DEA DIRECT LABOR $127,752 DEA OVERHEAD $232,483 DEA FEE $38,326 DEA DIRECT EXPENSES $1,329 DEA TOTAL COSTS $399,890 PM CIVIL STRUCTURAL CN CADD ENV ENGM PMGR EXAD PADM MGPE PFEN MGPE SBEN BREN CONM SCAD CADD SSCI SLIT 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 588.00 564.00 536.00 530.00 564.00 542.00 564.00 058.00 $40.00 568.00 841.00 528.00 844.00 $34.00 17 263 19 208 206 7 126 367 413 91 260 438 180 180 Task Cost PROJECT. TASK. Count Task Hours ILE 3.03.02.1 Traffic Control 5 Plan Sheet 3.03.02.2 Detour Routes 0 Plan Sheet 3.03.02.3 Pedestrian Access Plan Sheet 303.03;- DECK REPAIR PLANS 0 0 0 0 0 0. 3.03.03.1 Concrete Defect Map Layout & Repair 2 Plan Sheet 3.03.03.2 Overlay Limits / Sequence 0 Plan Sheet $ 3.03.03.3 Expansion Joint Replacement Plan Sheet $ 3.03.03.4 Expansion Joint Steel Finger Construction Plan Sheet 3.03.03.5 Expansion Joint Compression Seal Replacement Plan Sheet 3.03.03.6 Approach Demolition 0 Plan Sheet $ 3.03.03.7 Approach Improvements 2 Plan Sheet 3.03.03.8 Striping Plans Plan Sheet 3.03,04' 3.03.04.1 PAINT REPAIR PLANS Defect Map Layout - Girders Plan Sheet 0 0 3.03.04.2 Defect Map Layout - Rail Plan Sheet $ 3.03.04.3 Temporary Platform & Containment Plan Sheet 3.03.05 SEISMIC DETAILS PLANS 3.03.05.1 Seismic Restraints 2 Plan Sheet 3.03.05.2 Bearing Replacement 2 0 Plan Sheet 3.03.05.3 Jacking Plan Plan Sheet $ 5,965 3.04 SPECIFICATIONS Special Provisions 8 24 2 3.05 CONSTRUCTION COST ESTIMATE Cost Estimate $ 27,485 3.06 QUALITY ASSURANCE / QUALITY CONTROL 30 40 30 20 30 $ 5,728 3.07 PROJECT MEETINGS & SITE VISITS 24 10 $ 1831 4. BEACON AVENUE BRIDGE MAINTENANCE 4 I7 31 45 11,340 0 0 $ 10,950 4.01.01 Environmental Permit Coordination Environmental Permits 45 45 $ 4.01.02 Archaeological /Cultural (HRA) 0 $ 390 4.01.03 Area of Potential Effect (APE) Exhibit 4 Exhibit 3 $ 17,839 4.02 STRUCTURAL,4t 107 0 15' 57 30 0 $ 6,352 4.02.01 Structural Analysis on New Superstructure (VE) VE assessment (OPTIONAL) 3 10 30 $ 961 4.02.02 Geotechnical Services in abutment area 2 2 $ 10,526 4.02.03 Load Rating (Draft) 8 Draft Load Rating 2 10 45 114,160 4,03 PLAN PREP AI 24 146 309 $ 28,590 GENERAL PLANS 229, 12 27 $ 7,849 4.03.01.1 General Notes Plan Sheet 4 6 8 20 4 16 5,921 4.03.01.2 Bridge Layout r.:...50 Plan Sheet 2 6 14 6 22 $ 7,644 4.03.01.3 Construction Sequencing 2 Plan Sheet 2 9 16 4 8 20 $ 3,862 4.03.01.4 Bridge Cross Section 2 Plan Sheet 2 4 6 6 14 $ 1,657 4.03.01.5 Temporary Erosion and Sediment Control (TESC) Plan Sheet 2 3 10 $ 1,657 4.03.01.6 Drainage Plans 15 Plan Sheet 2 3 10 01 O City of Tukwila Major Maintenance of Three Bridges DEA's COST FRANK ZEPP $ 101,463 BEACON AVENUE $ 212,546 GRADY WAY $ 85,881 TOTAL 3 BRIDGES $ 399,890 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 78 COST PER SHEET $ 5,127 TOTAL STAFF HOURS 2,775 DIRECT EXPENSES 1,329 PROJECT MANAGEMENT PERCENTAGE 12.94% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit D Prime Consultant Cost Computations DEA DIRECT LABOR $127,752 DEA OVERHEAD $232,483 DEA FEE $38,326 DEA DIRECT EXPENSES $1,329 DEA TOTAL COSTS $399,890 PM CIVIL STRUCTURAL CN CADD ENV ENGM PMGR EXAD PADM MGPE PFEN MGPE SBEN BREN CONM SCAD CADD SSCI SCIT 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 305 30% 30% 30% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 588.00 064.00 536.00 030.00 564.00 542.00 564.00 $58.00 540.00 868.00 541.00 028.00 044.00 534.00 17 263 19 208 206 7 126 367 413 91 260 438 180 180 Task Cost wBS`. PROJECT TASK Sheet Count Task Hours DEI ERABLE 9,384 4.0 02 MAINTENANCE of TRAFFIC (MOT) PLANS. 0'; 32 4i $ 4,393 4.03.02.1 Traffic Control 2 39 Plan Sheet 3 16 20 $ 2,496 4.03.02.2 Detour Routes 2 Plan Sheet 3 8 10 $ 2,496 4.03.02.3 Pedestrian Access 21 Plan Sheet 3 8 10 $ 62,015: 4.0 DECK REPLACEMENT PLANS' 464 6 4 51 148 ?0 i 127 $ 12,710 4.03.03.1 Demolition Plan 2 98 Plan Sheet 2 4 20 32 10 30 $ 17,084 4.03.03.2 Deck Replacement Details 2 Plan Sheet 2 22 38 20 12 25 $ 5,148 4.03.03.3 Expansion Joint Installation 2 4 Plan Sheet 2 5 10 8 18 $ 16,572 4.03.03.4 Approach Roadway Settlement / Backwall Repair detail; 3 124.... Plan Sheet 16 4 16 36 16 36 $ 10,501 4.03.03.5 Rail and Curb Installation Details (Steel Tube) 2 Plan Sheet 2 18 32 10 18 14,170 4.03.04 PAINT REPAIR PLANS 120 0 0 0; 4 2 24 50' 0 $ 14,170 4.03.04.1 Defect Map / Paint Prep Layout 5 20 Plan Sheet 4 12 24 30 50 $ 15,736 4.04 SPECIFICATIONS Special Provisions 4 24 32 2 14 10 10 $ 12,192 4.05 CONSTRUCTION COST ESTIMATE Cost Estimate 4 4 18 4 10 25 8 961 4.06 QUALITY ASSURANCE / QUALITY CONTROL 2 6 $ 10,926 4.07 PROJECT MEETINGS F. SITE VISITS 62_.._. 18 10 10 4 4 4 10 2 5,00' GRADY WAY BRIDGE MAINTENANCE 564 2 .2 29 122 112 52 4 ENVIRONMENTAL.;' 0; 0' 0 45 4? $ 10,960 5.01.01 Environmental Permit Coordination Environmental Permits 45 45 5.01.02 ArchaeologicaUCultural (HRA) 0( $ 390 5.01.03 Area of Potential Effect (APE) Exhibit Exhibit 3 $ 19,193 5.02 STRUCTURAL ANALYSIS .. 0 0 68 $ 16,597 5.02.01 Seismic Analysis 100 Seismic Report 10 60 30 $ 2,596 5.02.02 Geotechnical Seismic Variables Geo Seismic Report 2 8 6 $ 35,145 PLAN PR EPA t3 GENERAL PLANS 13 273 0 '. 18 2 41 54 Si 97 16,560 5.03.01' 37 0 14 9 3,220 5.03.01.1 General Notes 25 Plan Sheet 2 3 9 2 8 4,873 5.03.01.2 Bridge Layout 2 Plan Sheet 3 3 9 4 24 $ 4,181 5.03.01.3 Construction Sequencing 2 Plan Sheet 2 4 12 4 12 $ 3,107 5.03.01.4 Bodge Cross Section Plan Sheet 2 3 9 2 9 1,179 5.03.01.5 Temporary Erosion and Sediment Control (TESC) Plan Sheet 2 2 6 5,865 03.02' MAINTENANCE of TRAFFIC (MOT) PLANS 0 4 0 0 4 $ 3,132 5.03.02.1 Traffic Control 20 Plan Sheet 8 12 $ 2,733 5.03.02.2 Pedestrian Access Plan Sheet 6 12 12,719 5.03.03 SEISMIC DETAILS PI 0 0? 28 15 0 13 38 $ 10,270 5.03.03.1 Seismic Restraints 3 Plan Sheet 3 25 10 10 30 $ 2,449 5.03.03.2 Shear Key Repair details 20 Plan Sheet 3 5 3 8 $ 5,329 5.04 SPECIFICATIONS .1..34..... 6 8 6 10 3 $ 5,566 5.05 CONSTRUCTION COST ESTIMATE 2 4 2 3 6 11 5 $ 187 5.06 QUALITY ASSURANCE / QUALITY CONTROL 2 $ 1,834 5.07 PROJECT MEETINGS F. SITE VISITS 2 2 2 City of Tukwila Major Maintenance of Three Bridges DEA's COST FRANK ZEPP $ 101,463 BEACON AVENUE $ 212,546 GRADY WAY $ 85,881 TOTAL 3 BRIDGES $ 399,890 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 78 COST PER SHEET $ 5,127 TOTAL STAFF HOURS 2,775 DIRECT EXPENSES 1,329 PROJECT MANAGEMENT PERCENTAGE 12.94% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit D Prime Consultant Cost Computations DEA DIRECT LABOR $127,752 DEA OVERHEAD $232,483 DEA FEE $38,326 DEA DIRECT EXPENSES $1,329 DEA TOTAL COSTS $399,890 PM CIVIL STRUCTURAL CN CADD ENV iS d0 ENGM PMGR EXAD PADM MGPE PFEN MGPE SBEN BREN CONM SCAD CADD SSCI SCIT 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 30% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 181.98% 588.00 564.00 536.00 530.00 564.00 542.00 564.00 550.00 540.00 568.00 541.00 528.00 544.00 534.00 17 263 19 208 206 7 126 367 413 91 260 438 180 180 Task Cost WBS PROJECT TASK Sheet Count TaskHOurs DELIVERABLE 5,5; 8 6.00 ASSEMBLY & REVIEW- 30 %/90% /100 % /AD $ 2,958 6.01 FRANK ZEPP 8 4 4 $ 1,778 6.02 BEACON AVENUE 8 2 2 2 $ 802 6.03 GRADY WAY 2 $ 10,651 7,00 ASSISTANCE DURING BID PERIOD 70 21 14 6 $ 4,517 7.01 FRANK ZEPP 29 RFI 5 2 10 5 4 3 $ 5,023 7.02 BEACON AVENUE RFI 2 2 10 8 4 2 3 2 $ 1,111 7.03 GRADY WAY RFI 2 2 8.0 CONSTR AbMIN;1 ENGR SERVICES {OPTION 0 0 0 $ 8.01 FRANK ZEPP CM and CE services $ 8.02 BEACON AVENUE CM and CE services 8.03 GRADY WAY CM and CE services 9.0 POST - CONSTRUCTION LOAD RATING (OPTIONAL)' 0 9.01 FRANK ZEPP Final Load Rating 9.02 BEACON AVENUE Final Load Rating Direct Expenses Reproduction Costs No. Unit Each Cost Copies 2500 pages a $0.06 /page $ 150.00 Reports 12 reports © $15 /report $ 180.00 Plans 12 sets $2 /set $ 24.00 Parking 0 © $8 $ - Mail /Deliveries /Fed Ex 20 @ $20 $ 400.00 Mileage 1000 miles © $0.575 /mile $ 575.00 Subtotal 1,329 Exhibit D Prime Consultant Cost Computations �N AA June 29, 2015 regon Kate Drown, Governor The Board of Directors and Stockholders David Evans and Associates, Inc (DEA) RE: David Evans and Associates, Inc. Schedule of Indirect Cost Rate, Fiscal Year Ended November 1, 2014 Department of Transportation Central Services — .Audit Services 355 Capitol St. NE — MS52 Salem, OR 97301 -2528 (503)986 -3213 We have performed a cognizant review of documentation and the working papers of your independent CPA firm, Grant Thornton (GT), of their audit of the Schedule of Indirect Cost Rate for David Evans and Associate's (DEA) Fiscal Year Ended November 1, 2014 in accordance with our role as Cognizant Agency as defined in 23 U.S.C. 1 12(b)(2)(c) and 23 CFR 172.3 and 172.7. Our cognizant review was performed in accordance with the AASHTO Review Program for CPA Audits of Consulting Engineers' Indirect Cost Rates. We were provided with a copy of GT's audit report dated Match 25, 2015, copies of their working papers and additional documentation fiom DEA. Based on out review, we accepted the Schedule of Indirect Cost Rate and this letter of concurrence establishes DEA's Schedule of Indirect Cost Rate for the fiscal. year ended November 1, 2014 at 181.64% of direct labor and a Facilities Capital Cost of Money factor of 0.34% of direct labor.. A copy of this letter will be forwarded to the appropriate ODOT contracting offices. If you or any representative of DEA hwany questions, please contact me at (503) 986 -3213 or Ruth Wu at (503) 986 -4003. Sincerely, Margaret Cole, CPA External Audit manger Oregon Department of Transportation CC: Marcus McGarity, Chief Financial Officer, David Evans and Associates, Inc. Tony Parke, Partner, Grant Thornton 52 Exhibit D DAVID EVANS AND ASSOCIATES, INC. Prime Consultant Cost Computations Schedule of Indirect Costs Year ended November 1, 2014 Unallowable Direct cost cost Description Total costs eliminations Labor Burden: $ 1,245,194 Holiday Pay $ 1,245,194 Sick Pay 1,037,093 Vacation Paid 3,362,400 - Termination/Severance 33,810 New Employee Signing Pay 46,017 Vacation Accrual (908,907) Vacation Cash Out 444,554 DOL Compliance Labor 44,693 Group Medical 4,263,577 Group Life Ins 89,922 - Workers' Comp Ins. 212,240 FICA & PR Taxes 3,029,783 SUTA & State PR Taxes 791,499 Union Benefits 335,440 Civic Duty Labor 22,266 Other Payroll Related Costs 175,176 Officer Supp Comp 523,450 Public Relations Calculated Fringe Elimination - Total Labor Burden 14,748,207 Unallowable cost Costs, net FAR eliminations of eliminations Reference 14,491,011 $ 1,245,194 - 1,037,093 - 3,362,400 33,810 (46,017) - 15 (908,907) 444,554 44,693 4,263,577 89,922 212,240 3,029,783 791,499 335,440 22,266 175,176 523,450 (391,278) (391,278) (437,295) 14,310,912 General Overhead: Indirect Labor 14,491,011 (76,788) (1,089,879) 13,324,344 Salary Vanance (747,930) 60,119 (687,811) Occupancy 6,651,897 (649,145) 6,002,752 Communications 620,468 (1,082) 619,386 Equipment 83,897 (83,897) Supplies 286,761 (71,295) 215,466 Service Contracts 609,895 609,895 Publications and Memberships 248,706 - (641) 248,065 Computer and Printer Costs 705,213 - 705,213 Vehicle Expenses 1,856,906 (422,433) (36,981) 1,397,492 General Administrative 476,859 (39,390) 437,469 Public Relations Expense 157,482 (157,482) - Selling Expense 419,357 (16,916) 402,441 Training Expenses 245,508 (21,203) 224,305 Employee Recruiting and Retention 406,798 - (254,746) 152,052 Professional Services 702,878 702,878 Business Insurance 1,268,681 - 1,268,681 Taxes, Licenses and Fees 434,803 434,803 Depreciation and Amortization 1,555,455 1,555,455 Bad Debt Expenses 14,890 (14,890) - Contributions 154,513 (154,513) - Miscellaneous Expenses 159 159 40IK and ESOP Contributions 1,216,000 - - 1,216,000 Profit Sharing Expenses 290,145 - (36,145) 254,000 Reserves and Settlements 229,400 (229,400) - Interest Expense 127,903 - (127,903) - Discounts Taken (62) (62) Finance Charges 7,705 (7,705) - Gain or Loss on Sale of Fixed Assets (42,028) (42,028) Deferred Compensation Expense (28,188) - - (28,188) Miscellaneous Other Income /Expense 278 - (278) Rental Income-External (2,498) - (2,498) Income Taxes 976,445 - (976,445) - Support Services Allocation (184,110) (184,110) Total General Overhead Expense 33,235,197 (654,413) (3,754,625) 28,826,159 Labor Burden and General Overhead Expense Before Allocation $ 47,983,404 $ (654,413) $ (4,191,920) $ 43,137,071 DEEI (Home Office) Allocation 641,334 88,642 729,976 DEA Corp Allocation to ONS /Segment (1,927,880) 168,423 (1,759,457) Total Labor burden and general overhead expense $ 46,696,858 $ (654,413) $ (3,934,855) $ 42,107,590 Direct Labor $ 23,181,897 $ 23,181,897 Overhead Expense Rate 201.44 % 181.64 Facilities Capital Cost of Money Rate 0.34 Combined Overhead Expense and Facilities: Capital Cost of Money Rate The accompanying notes are an integral part of this schedule. 181.98 I 1,9 1 16 16 18 12 4, 17 3,4 1 3, 4, 12 3,4 2,3 6 7 6 5 8 11 11 14 13 1,3,5,7 4 53 54 City of Tukwila Major Maintenance of Three Bridges TRANTECH's COST FRANK ZEPP $ 229,339 BEACON AVENUE $ 28,172 GRADY WAY $ 4,462 TOTAL 3 BRIDGES $ 261,974 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES PROJECT MANAGEMENT PERCENTAGE 76 $ 3,447 2,188 809 4.25% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit E Subconsultant Cost Computations TRANTECH DIRECT LABOR $101,504 TRANTECH OVERHEAD $130,733 TRANTECH FEE $28,928 TRANTECH DIRECT EXPENSES $809 TRANTECH TOTAL COSTS $261,974 PM STRUCTURAL CIVIL CAD U L Q m `2" 2 y y W u 8 E N W e 2 A m E N W 0 5 0 c .p n w` PIC PM ADMIN SSE PSE SSE2 SCE STE SDE SCE2 ST SCT CCT 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 168.41% 168.41% 559.00 059.00 520.00 054.50 550.00 536.00 050.00 048.00 546.00 528.00 036.00 037.00 537.00 162 215 52 315 326 248 106 232 85 62 38 279 68 Task Cost BS PROJECT TASK Sheet Count Task Hours DE IVER■BLE 10,022, 2.00 PROJECT MANAGEMENT and COORDINATION 201 " PROJECT MANAGEMENT 60 28 �24 20 0 $ 6,551 2.01.1 FRANK ZEPP 24 12 24 2.01.2 BEACON AVENUE 2.01.3 GRADY WAY SUBCONSULTANT COORDINATION 2.02.1 FRANK ZEPP 2.02.2 BEACON AVENUE $ 2.02.3 GRADY WAY 1,1$7 2.03 = DEVELOP PROJECT SCHEDULE 4 $ 1,187 2.03.1 FRANK ZEPP 8 Schedule 4 4 $ 2.03.2 BEACON AVENUE Schedule $ 2.03.3 GRADY WAY Schedule 604 2.04 MONTHLY INVOICES /.PROGRESS REPORTS 0 0 12 0 $ 604 2.04.1 FRANK ZEPP Monthly Invoice & Report 12 2.04.2 BEACON AVENUE Monthly Invoice & Report 2.04.3 GRADY WAY 2.05 ' CHANGE MANAGEMENT Monthly Invoice & Report 0 0 2.05.1 FRANK ZEPP Manage change $ 2.05.2 BEACON AVENUE 0 Manage change 2.05.3 GRADY WAY 0 Manage change $ 407 2.06 PS &E COVER SHEET 4 Cover Sheet 2 1 $ 1,274 2.07 PROJECTS KICK -OFF MEETING 2 2 2 2 2 $ 218,722 3,00' FRANK ZEPP BRIDGE MAINTENANCE 1861., 0 2 16.:. 278 326 248 74 230, 38 64, ENVIRONMRNTAt_ 0 0 0 3.01.01 Environmental Permit Coordination Environmental Permits $ 3.01.02 Archaeological /Cultural (HRA) $ 3.01.03 Area of Potential Effect (APE) Exhibit Exhibit 19,936. 3.02 TRUCTURAL ANALYSIS 180 10 0 80 0 $ 9,119 3.02.01 Seismic Analysis Seismic Report 10 40 30 $ 3.02.02 Geotechnical Seismic Variables Geo Seismic Report $ 10,817 3.02.03 Load Rating (Draft) Draft Load Rating 50 50 $ 976,865: PLAN PREPARATION 33 02 0, 236 216 160 214 74 62 30 248 64 34,842 3.03.01 - ' GENERAL PLANS 4 24 52 48 12 ,- 62 8 8 City of Tukwila Major Maintenance of Three Bridges TRANTECH's COST FRANK ZEPP $ 229,339 BEACON AVENUE $ 28,172 GRADY WAY $ 4,462 TOTAL 3 BRIDGES $ 261,974 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 3,447 TOTAL STAFF HOURS 2,188 DIRECT EXPENSES 809 PROJECT MANAGEMENT PERCENTAGE 4.25% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS TRANTECH DIRECT LABOR $101,504 TRANTECH OVERHEAD $130,733 TRANTECH FEE $28,928 TRANTECH DIRECT EXPENSES $809 TRANTECH TOTAL COSTS $261,974 PM STRUCTURAL CIVIL CAD apt 6 U .24 2 '9 aiq W 2 2r, 6 o� N W N PIC PM ADMIN SSE PSE SSE2 SCE STE SDE SCE2 ST SCT CCT 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 168.41% 168.41% $59.00 559.00 520.00 504.50 550.00 536.00 550.00 546.00 546.00 528.00 536.00 537.00 $37.00 162 215 52 315 326 248 106 232 85 62 38 279 68 Task Cost WBS PROJECT TASK Sheet Count Task Hours DELIVERABLE $ 5,004 3.03.01.1 General Notes 40 Plan Sheet 4 8 8 4 4 4 8 7,362 3.03.01.2 Bridge Layout 1 62 Plan Sheet 4 16 16 8 2 2 2 2 6 4 5,679 3.03.01.3 Construction Sequencing 44 Plan Sheet 4 16 16 8 $ 3,938 3.03.01.4 Bridge Cross Section 1 Plan Sheet 4 8 8 4 8 $ 2,947 3.03.01.5 Temporary Erosion and Sediment Control (TESC) 1 24 Plan Sheet 4 4 8 8 $ 6,980 3.03.01.6 Drainage Plans / Profiles 2 60 Plan Sheet 4 40 16 $ 2,932 3.03.01.7 Utility Relocation/ Coordination 1 Plan Sheet 8 16 8 $ 38,224 3.03.02 INTENANCE of TRAFFIC (MOT) PLANS 344 16 184 6 $ 31,657 3.03.02.1 Traffic Control 5 284 Plan Sheet 8 8 16 160 32 60 $ 3,888 3.03.02.2 Detour Routes 1 6 Plan Sheet 4 16 8 8 $ 2,680 3.03.02.3 Pedestrian Access 1 24 Plan Sheet 4 8 4 8 $ 52,235 3.03.03' DECK REPAIR PLANS 432 40 88 60 32 24 2 64 2 $ 10,576 3.03.03.1 Concrete Defect Map Layout & Repair 2 Plan Sheet 8 24 16 16 24 $ 4,300 3.03.03.2 Overlay Limits / Sequence 36 Plan Sheet 4 8 8 8 8 $ 4,300 3.03.03.3 Expansion Joint Replacement Plan Sheet 4 8 8 8 8 $ 6,920 3.03.03.4 Expansion Joint Steel Finger Construction Plan Sheet 4 16 16 4 16 $ 4,300 3.03.03.5 Expansion Joint Compression Seal Replacement Plan Sheet 4 8 8 8 8 $ 5,970 3.03.03.6 Approach Demolition 48 Plan Sheet 4 8 8 8 8 4 8 $ 13,390 3.03.03.7 Approach Improvements 2 112 Plan Sheet 8 16 16 16 16 16 8 16 2,479 3.03.03.8 Striping Plans Plan Sheet 4 8 8 55 .03.04 PAINT REPAIR PLANS 144 24 0 24, 24„ 24 24 '! 24 5,618 3.03.04.1 Defect Map Layout - Girders 1 4 Plan Sheet 8 8 8 8 8 8 $ 5,618 3.03.04.2 Defect Map Layout - Rail 1 Plan Sheet 8 8 8 8 8 8 $ 5,618 3.03.04.3 Temporary Platform & Containment 1 Plan Sheet 8 8 8 8 8 8 34,709 .03.05 SEISM 1C'DETAILSPLANS 288 40 64 64 $ 13,494 3.03.05.1 Seismic Restraints 2 112'.`'.: Plan Sheet 16 24 24 24 24 $ 13,494 3.03.05.2 Bearing Replacement 2 112 Plan Sheet 16 24 24 24 24 $ 7,721 3.03.05.3 Jacking Plan 1 64. Plan Sheet 8 16 16 16 8 $ 7,678 3.04 SPECIFICATIONS Special Provisions 16 16 8 8 8 8 4 6,541 3.05 CONSTRUCTION COST ESTIMATE 56 I. Cost Estimate 4 8 8 8 8 8 4 8 $ 3.06 QUALITY ASSURANCE / QUALITY CONTROL $ 7,703 3.07 PROJECT MEETINGS & SITE VISITS 55 28 16 4 4 3 27.214 4.00. 4.01 BEACON AVENUE BRIDGE MAINTENANCE ENVIRONMENTAL 6 ''' 0 24 0 0 0 24 0 0 City of Tukwila Major Maintenance of Three Bridges TRANTECH's COST FRANK ZEPP $ 229,339 BEACON AVENUE $ 28,172 GRADY WAY $ 4,462 TOTAL 3 BRIDGES $ 261,974 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 3,447 TOTAL STAFF HOURS 2,188 DIRECT EXPENSES 809 PROJECT MANAGEMENT PERCENTAGE 4.25% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS TRANTECH DIRECT LABOR $101,504 TRANTECH OVERHEAD $130,733 TRANTECH FEE $28,928 TRANTECH DIRECT EXPENSES $809 TRANTECH TOTAL COSTS $261,974 PM STRUCTURAL CIVIL CAD u E d A 0 .52 d 8 W e 2 t, N c •o Civil CAD Tech PIC PM ADMIN SSE PSE SSE2 SCE STE SDE SCE2 ST SCT CCT 28.5 28.5 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 123.06% 123.06% 123.06 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06 123.06% 168.41% 168.41% 559.00 559.00 520.00 554.50 550.00 $36.00 $50.00 546.00 546.00 528.00 $36.00 537.00 $37.00 162 215 62 315 326 248 106 232 85 62 38 279 68 Task Cost V BS PROJECT TASK Sheet Count Task Hours DELIVERABLE 4.01.01 Environmental Permit Coordination 0 Environmental Permits 4.01.02 Archaeological /Cultural (HRA) 4.01.03 Area of Potential Effect (APE) Exhibit Exhibit 4,02 STRUCTURAL ANALYSIS 0 $ 4.02.01 Structural Analysis on New Superstructure (VE) VE assessment (OPTIONAL) 4.02.02 Geotechnical Services in abutment area 4.02.03 Load Rating (Draft) Draft Load Rating PI N PREPARATION 27 a 4.03.01 GENERA LP 0 0 0 0 4.03.01.1 4.03.01.2 General Notes Bridge Layout 1 1 Plan Sheet Plan Sheet $ 4.03.01.3 Construction Sequencing 2 Plan Sheet $ 4.03.01.4 Bridge Cross Section Plan Sheet 4.03.01.5 Temporary Erosion and Sediment Control (TESC) 0 Plan Sheet 4.03.01.6 Drainage Plans Plan Sheet 4.03.02' MPINTENANCE of TRAFFIC (MOT) PLANS 0 0 0 4.03.02.1 Traffic Control 2 Plan Sheet 4.03.02.2 Detour Routes 1 Plan Sheet 4.03.02.3 Pedestrian Access 1 Plan Sheet 4.03.03 DECK REPLACEMENT PLANS 0 4.03.03.1 Demolition Plan 2 Plan Sheet $ 4.03.03.2 Deck Replacement Details 2 Plan Sheet $ 4.03.03.3 Expansion Joint Installation 2 Plan Sheet 4.03.03.4 Approach Roadway Settlement / Backwall Repair detail 3 Plan Sheet 4.03.03.5 Rail and Curb Installation Details (Steel Tube) 2 Plan Sheet 4,03,04 PAINT REPAIR PLANS 0 0 0 4.03.04.1 Defect Map / Paint Prep Layout 5 Plan Street $ 3,773 4.04 SPECIFICATIONS 30 Special Provisions 30 4.05 CONSTRUCTION COST ESTIMATE Cost Estimate $ 23,441 4.06 QUALITY ASSURANCE / QUALITY CONTROL 118 24 24 $ 4.07 PROJECT MEETINGS & SITE VISITS 4.350 5.00 GRADY' AY BRIDGE MAINTENANCE 32 5.0 ENVIRONMENTAL 0 0 0 $ 5.01.01 Environmental Permit Coordination 0 Environmental Permits City of Tukwila Major Maintenance of Three Bridges TRANTECH's COST FRANK ZEPP $ 229,339 BEACON AVENUE $ 28,172 GRADY WAY $ 4,462 TOTAL 3 BRIDGES $ 261,974 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 3,447 TOTAL STAFF HOURS 2,188 DIRECT EXPENSES 809 PROJECT MANAGEMENT PERCENTAGE 4.25% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS TRANTECH DIRECT LABOR $101,504 TRANTECH OVERHEAD $130,733 TRANTECH FEE $28,928 TRANTECH DIRECT EXPENSES $809 TRANTECH TOTAL COSTS $261,974 PM STRUCTURAL CIVIL CAD od 0.0 � m of 0 N yO u u) N W 0 2 III aww e 2 5 0 t, N PIC PM ADMIN SSE PSE SSE2 SCE STE SDE SCE2 ST SCT CCT 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28,5% 28.5% 28.5% 28.5% 28.5% 28.5% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 168.41% 168.41% 559.00 559.00 520.00 554.50 050.00 536.00 $50.00 546.00 546.00 528.00 536.00 $37.00 537.00 162 215 52 315 326 248 106 232 85 62 38 279 68 Task Cost WBS PROJECT TASK Sheet Count Task Hours DELIVERABLE 5.01.02 Archaeological /Cultural (HRA) 5.01.03 Area of Potential Effect (APE) Exhibit 0 Exhibit 5.02 STRUCTURAL ANALYSIS 0 5.02.01 Seismic Analysis 0__. Seismic Report 5.02.02 Geotechnical Seismic Variables Geo Seismic Report ,5.03 PLAN PREPARATION 52 0= 0 5.03:01 GENERAL PLANS 0 0 5.03.01.1 General Notes Plan Sheet 5.03.01.2 Bridge Layout 2 Plan Sheet 5.03.01.3 Construction Sequencing Plan Sheet $ 5.03.01.4 Bridge Cross Section Plan Sheet 5.03.01.5 Temporary Erosion and Sediment Control (TESC) 0 Plan Sheet 5.03:02 AINTENANCE of TRAFFIC (MOT) PLANS 0 0 0 .; 0 5.03.02.1 Traffic Control Plan Sheet $ 5.03.02.2 Pedestrian Access Plan Sheet 5:03:03 SEISMIC DETAILS PLANS 0 5.03.03.1 Seismic Restraints 3 0 Plan Sheet 5.03.03.2 Shear Key Repair details Plan Sheet 5.04 SPECIFICATIONS 5.05 CONSTRUCTION COST ESTIMATE $ 4,350 5.06 QUALITY ASSURANCE / QUALITY CONTROL 16 8 4 4 $ 5.07 PROJECT MEETINGS & SITE VISITS 6.00 ASSEMBLY &.REVIEW- 30% /90%H 00% /AD 0 $ 6.01 FRANK ZEPP $ 6.02 BEACON AVENUE 6.03 GRADY WAY 0 857 7.00 ASSISTANCE DURING BID PERIOD 0. 0 $ 857 7.01 FRANK ZEPP RFI 3 3 $ 7.02 BEACON AVENUE RFI $ 7.03 GRADY WAY RFI 8.0 CONSTR ADMIN / ENGR SERVICES (OPTIONAL) 8.01 FRANK ZEPP 0 CM and CE services 8.02 BEACON AVENUE CM and CE services $ 8 .03 GRADY WAY CM and CE services City of Tukwila Major Maintenance of Three Bridges TRANTECH's COST FRANK ZEPP $ 229,339 BEACON AVENUE $ 28,172 GRADY WAY $ 4,462 TOTAL 3 BRIDGES $ 261,974 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 3,447 TOTAL STAFF HOURS 2,188 DIRECT EXPENSES 809 PROJECT MANAGEMENT PERCENTAGE 4.25% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS TRANTECH DIRECT LABOR $101,504 TRANTECH OVERHEAD $130,733 TRANTECH FEE $28,928 TRANTECH DIRECT EXPENSES $809 TRANTECH TOTAL COSTS $261,974 PM STRUCTURAL CIVIL CAD O ` 0 N a `o E N N O N 2 A 1� d LE W 0 `a C fI W 5 PIC PM ADMIN SSE PSE SSE2 SCE STE SDE SCE2 ST SCT CCT 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 28.5% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 123.06% 168.41% 168.41% 559.00 559.00 520.00 $54.50 550.00 536.00 550.00 544.00 546.00 528.00 536.00 537.00 937.00 162 215 52 315 326 248 106 232 85 62 38 279 68 Task Cost WBS PROJECT TASK Sheen Count Task Hours DE IVERABLE 9.0 POST - CONSTRUCTION LOAD RATING (OPTIONAL) 0 0 0 0 9.01 FRANK ZEPP 0 Load Rating 9.02 BEACON AVENUE Final Load Rating Direct Expenses No. Unit Each Reproduction Costs Cost Copies 2000 pages @ $0.06 /page $ 120.00 Reports 10 reports @ $15 /report $ 150.00 Plans 12 sets as $2 /set $ 24.00 Parking 0 @ $8 $ - Mail /Deliveries /Fed E 20 @ $20 $ 400.00 Mileage 200 miles @ $0.575 /mile $ 115.00 Subtotal 809 Exhibit E Subconsultant Cost Computations Aft mmmm Washington State TAp Department of Transportation Lynn Peterson Secretary of Transportation July 2, 2015 TranTech Engineering, LLC 12011 NE 1St Street, Suite 305 Bellevue, WA 98005 Subject: Acceptance FYE 2014 ICR - Negotiated Dear Mr. Khashayar Nikzad: Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504 -7300 360 -705 -7000 T'M 1- 800 - 833 -6388 www.wsdot.wa.gov We have negotiated and accepted your firms FYE 2014 Indirect Cost Rate (ICR) of 123.06 %. This ICR acceptance is in accordance with 23 CFR 172.7 and must be updated on an annual basis. This rate will be applicable for: Q WSDOT Agreements ® Local Agency Contracts in Washington State only Costs billed to agreements /contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm -is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705 -7104 or via email consultantrates(a,wsdot.wa.gov. Regards; r ERIK K. JONSON Manager, Consultant Services Office EKJ:kal •8 Acceptance ICR Negotiated City of Tukwila Major Maintenance of Three Bridges Historical Research Associates, Inc. FRANK ZEPP $ 3,953 BEACON AVENUE $ 3,425 GRADY WAY $ 3,100 TOTAL 3 BRIDGES $ 10,478 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 138 TOTAL STAFF HOURS 140 DIRECT EXPENSES 167 PROJECT MANAGEMENT PERCENTAGE 5.71% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit E Subconsultant Cost Computations HRA DIRECT LABOR $3,772 HRA OVERHEAD $5,407 HRA FEE $1,132 HRA DIRECT EXPENSES $167 HRA TOTAL $10,478 HRA Associates Research Arch Senior Arch U CO CO E a 0. a. 01 RA PA SA CSS PA2 PA3 AA PS FT 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 524.18 $23.25 $38.02 534.30 $25.46 $28.52 $19.00 $29.00 521.00 6 6 9 2 2 77 8 6 24 Task Cost WBS PROJECT TASK Sheet Count Task Hours DELIVERABLE 468 2.00 PROJECT MANAGEMENT and COORDINATION 0 2.01 MANAGEMENT 0 0 2.01.1 FRANK ZEPP $ 2.01.2 BEACON AVENUE 2.01.3 GRADY WAY 0 . 2.02 SUBCONSULTANT COORDINATION 0 2.02.1 FRANK ZEPP 2.02.2 BEACON AVENUE 2.02.3 GRADY WAY 2.03 a DEVELOP PROJECT SCHEDULE 0 2.03.1 FRANK ZEPP Schedule $ 2.03.2 BEACON AVENUE Schedule $ 2.03.3 GRADY WAY Schedule 2.04 +; IONTHLY INVOICES / PROGRESS REPORTS 0 6 104 2.04.1 FRANK ZEPP Monthly Invoice & Report 2 $ 104 2.04.2 BEACON AVENUE Monthly Invoice & Report 2 $ 104 2.04.3 GRADY WAY Monthly Invoice & Report 2 2.05 CHANGE MANAGEMENT 0 2.05.1 FRANK ZEPP Manage change $ 2.05.2 BEACON AVENUE Manage change $ 2.05.3 GRADY WAY Manage change 2.06 PS &E COVER SHEET 4 Cover Sheet 156 2.07 PROJECTS KICK -OFF MEETING 2 6 3.00 FRANK ZEPP BRIDGE MAINTEN ICE. 49 1 29 3,665 3.01 ENVIRONMENTAL 4' 2 29 $ 3.01.01 Environmental Permit Coordination Environmental Permits $ 3,665 3.01.02 Archaeological /Cultural (HRA) 2 2 3 1 29 1 2 8 $ 3.01.03 Area of Potential Effect (APE) Exhibit 0 Exhibit 3.02 STRUCTUI .L 'ANALYSIS' 0 0 '. 3.02.01 Seismic Analysis Seismic Report 3.02.02 Geotechnical Seismic Variables Geo Seismic Report City of Tukwila Major Maintenance of Three Bridges Historical Research Associates, Inc. FRANK ZEPP $ 3,953 BEACON AVENUE $ 3,425 GRADY WAY $ 3,100 TOTAL 3 BRIDGES $ 10,478 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES PROJECT MANAGEMENT PERCENTAGE 76 $ 138 140 167 5.71% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS HRA DIRECT LABOR $3,772 HRA OVERHEAD $5,407 HRA FEE $1,132 HRA DIRECT EXPENSES $167 HRA TOTAL $10,478 HRA Associates esearch Arch N N U r5 ,0 E .5 ii E Q RA PA SA CSS PA2 PA3 AA PS FT 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% $24.18 $23.25 538.02 534.30 $25.46 $28.52 $19.00 $29.00 921.00 6 6 9 2 2 77 8 6 24 Task Cos BS PROJECT TASK Sheet Count Task Hours DELIVERABLE 3.02.03 Load Rating (Draft) Draft Load Rating PLAN PREPARATION 33 3.03.01 GENERAL PLANS 0 3.03.01.1 General Notes 1 Plan Sheet 3.03.01.2 Bridge Layout 1 Plan Sheet 3.03.01.3 Construction Sequencing 1 Plan Sheet 3.03.01.4 Bridge Cross Section 1 Plan Sheet $ 3.03.01.5 Temporary Erosion and Sediment Control (TESC) 1 Plan Sheet 3.03.01.6 Drainage Plans / Profiles 2 Plan Sheet 3.03.01.7 Utility Relocation/ Coordination 1 Plan Sheet 3.03:02 AINTENANCE of TRAFFIC (MOT) PLANS 0 0 $ 3.03.02.1 Traffic Control 5 Plan Sheet 3.03.02.2 Detour Routes 1 Plan Sheet $ 3.03.02.3 Pedestrian Access 1 Plan Sheet 3.03.03 DECK REPAIR P 3.03.03.1 Concrete Defect Map Layout & Repair 2 Plan Sheet 3.03.03.2 Overlay Limits / Sequence 1 Plan Sheet $ 3.03.03.3 Expansion Joint Replacement 1 Plan Sheet 3.03.03.4 Expansion Joint Steel Finger Construction 1 0 Plan Sheet 3.03.03.5 Expansion Joint Compression Seal Replacement 1 Plan Sheet $ 3.03.03.6 Approach Demolition 1 Plan Sheet 3.03.03.7 Approach Improvements 2 Plan Sheet 3.03.03.8 Striping Plans 1 Plan Sheet 3.03.04 PAINT REPAIR PLANS 3.03.04.1 Defect Map Layout - Girders 1 0 Plan Sheet $ 3.03.04.2 Defect Map Layout - Rail 1 Plan Sheet 3.03.04.3 Temporary Platform & Containment 1 Plan Sheet .03.05 SEISMIC DETAILS PLANS 3.03.05.1 Seismic Restraints 2 Plan Sheet $ 3.03.05.2 Bearing Replacement 2 Plan Sheet 3.03.05.3 Jacking Plan 1 Plan Sheet 3.04 SPECIFICATIONS Special Provisions City of Tukwila Major Maintenance of Three Bridges Historical Research Associates, Inc. FRANK ZEPP $ 3,953 BEACON AVENUE $ 3,425 GRADY WAY $ 3,100 TOTAL 3 BRIDGES $ 10,478 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES PROJECT MANAGEMENT PERCENTAGE 76 $ 138 140 167 5.71% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS HRA DIRECT LABOR $3,772 HRA OVERHEAD $5,407 HRA FEE $1,132 HRA DIRECT EXPENSES $167 HRA TOTAL $10,478 HRA Associates rc Q °dam o m n U N N a a a E Q lLL RA PA SA CSS PA2 PA3 PS FT 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% $24.18 $23.25 $38.02 $34.30 925.46 528.52 919.00 529.00 $21.00 6 6 9 2 2 77 8 6 24 Task Cost WBS PROJECT TASK Sheet Count Task Hours DELIVERABLE 3.05 CONSTRUCTION COST ESTIMATE Cost Estimate $ 3.06 QUALITY ASSURANCE / QUALITY CONTROL 3.07 PROJECT MEETINGS & SITE VISITS 4.00. BEACON AVENUE RIDGE MAINTENANCE 43 23 2 4.01 ENVIRONMENTAL 43 23, 4.01.01 Environmental Permit Coordination Environmental Permits $ 3,197 4.01.02 Archaeological /Cultural (HRA) 43 2 2 3 1 23 1 2 8 $ 4.01.03 Area of Potential Effect (APE) Exhibit Exhibit 4.02 STRUCTURAL ANALYSIS 0 $ 4.02.01 Structural Analysis on New Superstructure (VE) VE assessment (OPTIONAL) $ 4.02.02 Geotechnical Services in abutment area $ 4.02.03 Load Rating (Draft) Draft Load Rating 4.03 PLAN PREPARATION 0 4.03.01 PLANS 0 4.03.01.1 General Notes 1 Plan Sheet $ 4.03.01.2 Bridge Layout 0 Plan Sheet 4.03.01.3 Construction Sequencing 2 Plan Sheet 4.03.01.4 Bridge Cross Section 1 Plan Sheet $ 4.03.01.5 Temporary Erosion and Sediment Control (TESC) 1 Plan Sheet 4.03.01.6 Drainage Plans Plan Sheet 4.03.02 MAINTENANCE of TRAFFIC (MOT) PLANS 0 4.03.02.1 Traffic Control 2 Plan Sheet 4.03.02.2 Detour Routes $ 4.03.02.3 Pedestrian Access 4.03.03 DECK REPLACEMENT PLANS Plan Sheet Plan Sheet 0 .! 0 4.03.03.1 Demolition Plan 2 Plan Sheet $ 4.03.03.2 Deck Replacement Details 2 Plan Sheet $ 4.03.03.3 Expansion Joint Installation 2 Plan Sheet 4.03.03.4 Approach Roadway Settlement / Backwall Repair detail: 3 Plan Sheet $ 4.03.03.5 Rail and Curb Installation Details (Steel Tube) 2 Plan Sheet 4.03.04 PAINT REPAIR PLANS 0 0 0 City of Tukwila Major Maintenance of Three Bridges Historical Research Associates, Inc. FRANK ZEPP $ 3,953 BEACON AVENUE $ 3,425 GRADY WAY $ 3,100 TOTAL 3 BRIDGES $ 10,478 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES PROJECT MANAGEMENT PERCENTAGE 76 $ 138 140 167 5.71% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS HRA DIRECT LABOR $3,772 HRA OVERHEAD $5,407 HRA FEE $1,132 HRA DIRECT EXPENSES $167 HRA TOTAL $10,478 HRA Associates N U E E LL RA PA SA CSS PA2 PA3 AA PS FT 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 143.33 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% $24.18 $23.25 $38.02 $34.30 925.46 $28.52 $19.00 929.00 921.00 6 6 9 2 2 77 8 6 24 Task Cost WBS PROJECT TASK Sheet Count Task Hours DELIVERABLE 4.03.04.1 Defect Map / Paint Prep Layout 5 Plan Sheet $ 4.04 SPECIFICATIONS Special Provisions $ 4.05 CONSTRUCTION COST ESTIMATE Cost Estimate $ 4.06 QUALITY ASSURANCE / QUALITY CONTROL 4.07 PROJECT MEETINGS & SITE VISITS 0 2,9 2 5.00' GRADY WAY BRIDGE MAINTENANCE 40 2,982 .01 ENVIRONMENTAL 4C 5.01.01 Environmental Permit Coordination Environmental Permits $ 2,982 5.01.02 Archaeological /Cultural (HRA) 40 2 2 3 23 2 8 5.01.03 Area of Potential Effect (APE) Exhibit Exhibit 5.02: STRUCTURAL ANALYSCS 0 $ 5.02.01 Seismic Analysis Seismic Report 5.02.02 Geotechnical Seismic Variables Geo Seismic Report 5.03, PLAN PREPARATION 12 0 0 5.03.01 GENERAL PLANS 0 0 0 5.03.01.1 General Notes 1 Plan Sheet 5.03.01.2 Bridge Layout 2 Plan Sheet 5.03.01.3 Construction Sequencing 1 Plan Sheet 5.03.01.4 Bridge Cross Section 1 Plan Sheet $ 5.03.01.5 Temporary Erosion and Sediment Control (TESC) 1 Plan Sheet 5.0302 MAINTENANCE of TRAFFIC (MOT) PLANS 5.03.02.1 Traffic Control 1 Plan Sheet 5.03.02.2 Pedestrian Access 1 Plan Sheet 5.03.03 SEISMIC DETAILS PLANS 5.03.03.1 Seismic Restraints 3 0 0 0 Plan Sheet 5.03.03.2 Shear Key Repair details Plan Sheet 5.04 SPECIFICATIONS 0 5.05 CONSTRUCTION COST ESTIMATE 5.06 QUALITY ASSURANCE / QUALITY CONTROL $ 5.07 PROJECT MEETINGS & SITE VISITS 6.00 ASSEMBLY & REVIEW- 30 %/90% /100 %!AD 0 0 0 City of Tukwila Major Maintenance of Three Bridges Historical Research Associates, Inc. FRANK ZEPP $ 3,953 BEACON AVENUE $ 3,425 GRADY WAY $ 3,100 TOTAL 3 BRIDGES $ 10,478 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 138 TOTAL STAFF HOURS 140 DIRECT EXPENSES 167 PROJECT MANAGEMENT PERCENTAGE 5.71% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS HRA DIRECT LABOR $3,772 HRA OVERHEAD $5,407 HRA FEE $1,132 HRA DIRECT EXPENSES $167 HRA TOTAL $10,478 HRA Associates search Arch .. o � U 01 43 E °a Q o h 11 5 o S ` N a LL RA PA SA CSS PA2 PA3 AA PS FT 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% 143.33% $24.18 $23.25 $38.02 $34.30 $25.46 $28.52 $19.00 $29.00 $21.00 6 6 9 2 2 77 8 6 24 Task Cost BS PROJECT TASK Sheet Count Task Hours DELIVERABLE 6.01 FRANK ZEPP 6.02 BEACON AVENUE 6.03 GRADY WAY 7.00 ASSISTANCE DURING BID PERIOD 0 7.01 FRANK ZEPP RFI 7.02 BEACON AVENUE RFI 7.03 GRADY WAY RFI 8.0 CONSTR ADMIN / ENGR SERVICES (OPTIONAL $ 8.01 FRANK ZEPP CM and CE services $ 8.02 BEACON AVENUE CM and CE services 8.03 GRADY WAY CM and CE services 9.0. POST - CONSTRUCTION LOAD RATING (OPTIONAL) 9.01 FRANK ZEPP Final Load Rating $ 9.02 BEACON AVENUE Final Load Rating Direct Expenses Reproduction Costs No. Unit Each Cost Copies 200 pages @ $0.06 /page S 12.00 Reports 0 reports @ $15 /report $ - Plans 0 sets @ $2 /set $ - Parking 5 @ $8 $ 40.00 Mail /Deliveries /Fed Ex 0 @ $20 $ - Mileage 200 miles @ $0.575 /mile $ 115.00 Subtotal 167 Exhibit E Subconsultant Cost Computations Washington State Transportation Building Department Of Transportation 310 Maple Park Avenue S.E. P.O. Box 47300 Lynn Peterson Secretary of Transportation Olympia, WA 98504 -7300 360- 705 -7000 TTY: 1 -800- 833 -6388 www.wsdot.wa.gov June 24, 2015 Historical Research Associates, Inc. PO Box 7086 Missoula, MT 59804 Subject: Acceptance FYE 2014 ICR — Cognizant Review Dear Ms. Reidun L. Johnston: We have accepted your firms FYE 201.4 Indirect Cost Rate (ICR) of 143.33% based on the "Cognizant Review" from the Montana Department of Transportation. Your ICR acceptance is in accordance with 23 CFR 172.7 and must be updated on an annual basis. This rate will be applicable for: ® WSDOT Agreements ® Local Agency Contracts in. Washington State only Costs billed to agreements /contracts will still be subject to audit of actual costs, based on the terms and conditions of the respective agreement/contract. Any other entity contracting with your firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705 -7104 or via email consultantrates@,,wsdot.wa.gov. Regards; O Manager, Consultant Services Office EKJ:kal M.- Acceptance ICR Cognizant Review Certification of Final Indirect Costs Firm Name: Historical Research Assoclales, Inc. Indirect Cost Rate Proposal: 143,33% Date of Proposal Preparation (mm/dd /yyyy): 06/24/2015 Fiscal Period Covered (mm/ddlyyyy to mmlddfyyyy): 01/01/2014 - 12134/2014 1, the undersigned, cartify that I have reviewed the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief- 1.) All costs included in this proposal to establish final indirect cost rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations (FAR) of title 48, Code of Federal Regulations (CFR), part 31, 2.) This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31. All known material transactions orevents that have occurred affecting the t1rm's ownership, organization and indirect cost rates have been disclosed. Name of Certifying Official" (Prinf : Reldun L Johnston Title: Controller /CFO Date of Certification (mm /dd /yyyy): 06/24/2015 *The "Certifying Official" must be an individual executive or financial officer of the firm at a level no lower than a Vice President or Chief Financial Officer, or equivalent, who has the authority to represent the financial information utilized to establish the indirect cost rate for use under Agency contracts. Ref. FHWA Directive 4470.1A available on line at: hftD: / /www.fhwa. dot. oovlien sreos /directives /orders /44701 a.htm O/H Certification: Nov 2010 M Historical Research Associates, .Inc. Schedule of Direct Labor, Fringe and Overhead Rates for Federal and State Clients For the Year Ended December 31, 20I4 The accompanying notes are an integral part of this schedule, 3 M.: Total Disallowed Net % Direct Desn iption Reported Cost FAR Reference Allowable Labor Direct Labor S 2,425,597 S 2,425,597 100.00% Fringe Benefits Payroll Taxes S 369,300 (19,553) (1) FAR 31.201-6(c)P-) S 349,747 Group Insurance 364,295 364,295 Workers' Compensation Insurance 37,850 37,850 Retirement 167.374 (5,228) (2) FAR 31.201-6(c)(2) 162,146 Vacation, l{oliday and Sick Pay 296,905 296,905 Other Employee Benefits 44,326 (44,326) (3) FAR 31.2014(c) & 31.205 -14 - Bonuses 396.111 396,111 Total FringeBeneGts 1,676,161 (69,107) 1,607,054 66,25% General Overhead Indirect Labor 1,043,922 (174.269) (4) FAR 31.201-6(c)(2) 869,653 Legal & Accounting 17.750 (4,363) (5) FAR 31,201-4 13.387 Supplies 63,207 63,207 Computer - Training and Maintenance 90;266 90,266 Repairs & Maintenance 14,459 14,459 Reproduction 155 155 Dues & Subscriptions 3,761 3,761 Travel 42,101 42,101 Shipping & Postage 14,202 14,202 Rent 471,285 471.285 Depreciation 46,110 46,110 Temps/CmrsulInnis 24,555 24,555 Insurance 49,622 (9,818) (6) FAR 31.205- 19(e)(2)(v) 39,804 Professional DevelopmenUfraining 40,216 40,216 Tclephonc 45,134 45,134 Internet 13,893 13,893 Recruitment costs 1,533 1,533 Proposal costs 9,070 9,070 Board of Directors Meetings 12.000 12,000 Charitable Contributions 500 (500) (7) FAR 31.205.8 & 31.205 -13(b) - Marketing Costs 105,096 (105,096) (8) FAR 31.205.1 - Interest 37,642 (37,642) (9) FAR 31,205 -20 Dank Charges 590 590 Settlement Expenses 76,628 (76,628) (10) FAR 31.205 -47 - Property & Revenue Taxes 54,272 54,273 Total General Overhead 2,277,969 (408,316) 1,869,653 758;'. Total Indirect Costs S 3,954,130 S (477,423) S3,476,707 143.33 90 The accompanying notes are an integral part of this schedule, 3 M.: Historical Research Associates, Inc. Criteria Description for FAR References For the Year Ended December 31, 2014 (1) 31.201- 6(e)(2) Marketing labor and related payroll tax expenses are disallowed. (2) - 31.201- 6(e)(2) Marketing labor and related retirement benefits are disallowed. (3) 31.201 -4(c) Cost of employee parking is not considered necessary to the overall operations of the business. A direct relationship to any particular cost objective cannot be shown. 31.205 -14 Travel, meals, and entertainment as part of public relations, employee relations, or company celebrations are disallowed. (4) 31.201- 6(e)(2) Marketing labor associated with unallowable activities is disallowed. (5) 31.2014 Income tax preparation fees are considered personal expenses of the shareholders and are disallowed. (6) 31.205- 19(e)(2)(v) Officer's life insurance is disallowed. (7) 31.205 -8 & 31.205 -13(b) Contributions and gifts are disallowed. (8) 31.205 -1 Advertising and marketing costs to promote general services are disallowed. (9) 31.205 -20 Costs of financing and interest on borrowings are disallowed. (10) 31.205 -47 Certain legal costs are not allowed. 4 City of Tukwila Major Maintenance of Three Bridges PANGEO's COST FRANK ZEPP $ 8,612 BEACON AVENUE $ 4,918 GRADY WAY $ 3,096 TOTAL 3 BRIDGES $ 16,627 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES PROJECT MANAGEMENT PERCENTAGE 76 $ 219 142 229 5.63% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS Exhibit E Subconsultant Cost Computations PANGEO DIRECT LABOR $6,392 PANGEO OVERHEAD $8,089 PANGEO FEE $1,918 PANGEO DIRECT EXPENSES $229 PANGEO TOTAL COSTS $16,627 GEOTECHNICAL 0. (9 f c2d c`o c .m N a` u c w W 8 PGE GPM SGE SEG SPE PE PG Admin 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 126.55% 126.55'k 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% $72.15 $62.05 $50.75 $40.39 $45.20 $38.45 $36.05 $28.85 4 32 14 12 0 64 0 16 Task Cost IBS PROJECT TASK Sheet Count Task Hours DELIVERABLE 762 2.00 PROJECT MANAGEMENT and COORDINATION ROJECT MANAGEMENT 2.01.1 FRANK ZEPP $ 2.01.2 BEACON AVENUE $ 2.01.3 GRADY WAY 2.02 SU>3CONSULTANT COORDINATION $ 2.02.1 FRANK ZEPP 0 $ 2.02.2 BEACON AVENUE $ 2.02.3 GRADY WAY 0 2.03 DEVELOP PROJECT SCHEDULE 0 0 2.03.1 FRANK ZEPP Schedule 2.03.2 BEACON AVENUE Schedule $ 2.03.3 GRADY WAY Schedule 2.04 MONTHLY INVOICES PROGRESS REPORTS 148 2.04.1 FRANK ZEPP Monthly Invoice & Report 2 148 2.04.2 BEACON AVENUE Monthly Invoice & Report 2 148 2.04.3 GRADY WAY Monthly Invoice & Report 2 205 GE MANAGEMENT 2.05.1 FRANK ZEPP Manage change 2.05.2 BEACON AVENUE Manage change 2.05.3 GRADY WAY 0 Manage change 2.06 PS &E COVER SHEET 4 Cover Sheet $ 318 2.07 PROJECTS KICK -OFF MEETING 2 52„ 3.00 FRANK ZEPP BRID,GEMAINTENANCE 12. 36 .01 ENVIRONMENTAL $ 3.01.01 Environmental Permit Coordination Environmental Permits 3.01.02 Archaeological /Cultural (HRA) $ 3.01.03 Area of Potential Effect (APE) Exhibit Exhibit 02 STRUCTURALANALYSIS 2 3.02.01 Seismic Analysis Seismic Report $ 8,152 3.02.02 Geotechnical Seismic Variables 72 Geo Seismic Report 2 12 6 12 36 4 City of Tukwila Major Maintenance of Three Bridges PANGEO's COST FRANK ZEPP $ 8,612 BEACON AVENUE $ 4,918 GRADY WAY $ 3,096 TOTAL 3 BRIDGES $ 16,627 LEGEND ROLL, UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES PROJECT MANAGEMENT PERCENTAGE 76 $ 219 142 229 5.63% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS PANGEO DIRECT LABOR $6,392 PANGEO OVERHEAD $8,089 PANGEO FEE $1,918 PANGEO DIRECT EXPENSES $229 PANGEO TOTAL COSTS $16,627 GEOTECHNICAL o. a` g u v N W W .6 a NC7 o PGE GPM SGE SEG SPE PE PG Admin 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% $72.15 $62.05 550.75 $40.39 $45.20 $38.45 $36.05 $28.85 4 32 14 12 0 64 0 16 Task Cost WBS PROJECT TASK Sheet Count Task Hours DELIVERABLE 3.02.03 Load Rating (Draft) Draft Load Rating PLAN PREPARATION 0- 3.03.01; GENERAL PLANS 3.03.01.1 General Notes Plan Sheet $ 3.03.01.2 Bridge Layout Plan Sheet $ 3.03.01.3 Construction Sequencing Plan Sheet $ 3.03.01.4 Bridge Cross Section 1 0 Plan Sheet $ 3.03.01.5 Temporary Erosion and Sediment Control (TESC) 1 Plan Sheet 3.03.01.6 Drainage Plans / Profiles 2 Plan Sheet 3.03.01.7 Utility Relocation/ Coordination 1 Plan Sheet .03,02;.. AINTENANCEof TRAFFIC (MOT) PLANS 0 $ 3.03.02.1 Traffic Control 5 Plan Sheet $ 3.03.02.2 Detour Routes 1 Plan Sheet 3.03.02.3 Pedestrian Access 1 Plan Sheet 3.03.03 DECK REPAIR PLANS O.y 0 3.03.03.1 Concrete Defect Map Layout & Repair 2 Plan Sheet 3.03.03.2 Overlay Limits / Sequence 1 Plan Sheet $ 3.03.03.3 Expansion Joint Replacement 1 Plan Sheet $ 3.03.03.4 Expansion Joint Steel Finger Construction Plan Sheet 3.03.03.5 Expansion Joint Compression Seal Replacement Plan Sheet 3.03.03.6 Approach Demolition 0 Plan Sheet 3.03.03.7 Approach Improvements 2 Plan Sheet $ 3.03.03.8 Striping Plans Plan Sheet .03.04 PAINT REPAIR PLANS 3.03.04.1 Defect Map Layout - Girders Plan Sheet 3.03.04.2 Defect Map Layout - Rail 1 Plan Sheet 3.03.04.3 Temporary Platform & Containment 1 Plan Sheet 3,03,05; SEISMIC DETAILS PLANS 3.03.05.1 Seismic Restraints 2 Plan Sheet $ 3.03.05.2 Bearing Replacement 2 Plan Sheet 3.03.05.3 Jacking Plan 1 Plan Sheet City of Tukwila Major Maintenance of Three Bridges PANGEO's COST FRANK ZEPP $ 8,612 BEACON AVENUE $ 4,918 GRADY WAY $ 3,096 TOTAL 3 BRIDGES $ 16,627 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT 76 COST PER SHEET $ 219 TOTAL STAFF HOURS 142 DIRECT EXPENSES 229 PROJECT MANAGEMENT PERCENTAGE 5.63% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS PANGEO DIRECT LABOR $6,392 PANGEO OVERHEAD $8,089 PANGEO FEE $1,918 PANGEO DIRECT EXPENSES $229 PANGEO TOTAL COSTS $16,627 GEOTECHNICAL 0. F o v c cS 3 o `o c c m fn W u (7 c 'm y W A: 8 PGE GPM SGE SEG SPE PE PG Admin 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% $72.15 $62.05 550.75 540.39 $45.20 $38.45 $36.05 $28.85 4 32 14 12 0 64 0 16 Task Cost WBS PROJECT TASK Sheet Count Task Hours DE IVERABLE 3.04 SPECIFICATIONS Special Provisions $ 3.05 CONSTRUCTION COST ESTIMATE Cost Estimate $ 3.06 QUALITY ASSURANCE / QUALITY CONTROL $ 3.07 PROJECT MEETINGS & SITE VISITS 60 4.00 BEACON AVENUE BRIDGE MAINTENANCE 4.01 ENVIRONMENTAL 0 6 4.01.01 Environmental Permit Coordination Environmental Permits 4.01.02 Archaeological /Cultural (HRA) 4.01.03 Area of Potential Effect (APE) Exhibit Exhibit $ 4,560 4.02 STRUCTURAL ANALYSIS 16 4.02.01 Structural Analysis on New Superstructure (VE) VE assessment (OPTIONAL) $ 4,560 4.02.02 Geotechnical Services in abutment area 36' 2 8 8 16 4 $ 4.02.03 Load Rating (Draft) 0 Draft Load Rating 4.03 PLAN PREPARATION 27 4.03.01 GENERAL PLANS 0 0 4.03.01.1 General Notes 1 Plan Sheet 4.03.01.2 Bridge Layout 1 Plan Sheet 4.03.01.3 Construction Sequencing 2 Plan Sheet $ 4.03.01.4 Bridge Cross Section 1 Plan Sheet $ 4.03.01.5 Temporary Erosion and Sediment Control (TESC) Plan Sheet $ 4.03.01.6 Drainage Plans 1 Plan Sheet 4,03.02'; MAINTENANCE of TRAFFIC (MOT) PLANS 0 $ 4.03.02.1 Traffic Control 2 Plan Sheet $ 4.03.02.2 Detour Routes Plan Sheet 4.03.02.3 Pedestrian Access 1 Plan Sheet 4.03.03 DECK REPLACEMENT PLANS 4.03.03.1 Demolition Plan 2 Plan Sheet 4.03.03.2 Deck Replacement Details 2 Plan Sheet 4.03.03.3 Expansion Joint Installation 2 Plan Sheet 4.03.03.4 Approach Roadway Settlement / Backwall Repair detail. 3 Plan Sheet 4.03.03.5 Rail and Curb Installation Details (Steel Tube) 2 Plan Sheet City of Tukwila Major Maintenance of Three Bridges PANGEO's COST FRANK ZEPP $ 8,612 BEACON AVENUE $ 4,918 GRADY WAY $ 3,096 TOTAL 3 BRIDGES $ 16,627 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES PROJECT MANAGEMENT PERCENTAGE 76 $ 219 142 229 5.63% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS PANGEO DIRECT LABOR $6,392 PANGEO OVERHEAD $8,089 PANGEO FEE $1,918 PANGEO DIRECT EXPENSES $229 PANGEO TOTAL COSTS $16,627 GEOTECHNICAL , c0 L C2 0 � a, `o fn W 0 o 88 c 'rn E PGE GPM SGE SEG SPE PE PG Admin 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 30.00% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% $72.15 $62.05 $50.75 $40.39 $45.20 $38.45 $36.05 $28.85 4 32 14 12 0 64 0 16 Task Cost BS PROJECT TASK Sheet Count Task Hours DELIVERABLE `s 4.03.04 PAINT REPAIR PLANS $ 4.03.04.1 Defect Map / Paint Prep Layout 5 Plan Sheet $ 4.04 SPECIFICATIONS Special Provisions 4.05 CONSTRUCTION COST ESTIMATE Cost Estimate 4.06 QUALITY ASSURANCE / QUALITY CONTROL 4.07 PROJECT MEETINGS & SITE VISITS 2,924 5.00 DY WAY BRIDGE M NTENANCE 24 10 2 5.01 ENVIRONMENTAL 5.01.01 Environmental Permit Coordination Environmental Permits $ 5.01.02 Archaeological /Cultural (HRA) 5.01.03 Area of Potential Effect (APE) Exhibit Exhibit 2,924 5.02' STRUCTURAL ANALYSIS 24 10 0 12 5.02.01 Seismic Analysis Seismic Report 2,924 5.02.02 5.03 Geotechnical Seismic Variables PLAN PREPARATION? GENERAL PLANS .: 2 Geo Seismic Report 0 10 0 12 2 .03.01 0 5.03.01.1 General Notes Plan Sheet 5.03.01.2 Bridge Layout 2 Plan Sheet 5.03.01.3 Construction Sequencing 1 Plan Sheet 5.03.01.4 Bridge Cross Section 1 Plan Sheet 5.03.01.5 Temporary Erosion and Sediment Control (TESC) 1 0 Plan Sheet 5.03.02,, MAINTENANCE of TRAFFIC (MOT) PLANS 0 5.03.02.1 Traffic Control 1 Plan Sheet 5.03.02.2 Pedestrian Access 1 Plan Sheet 5.03.03 SEISMIC DETAILS PLANS 5.03.03.1 Seismic Restraints 3 0 Plan Sheet 5.03.03.2 Shear Key Repair details 1 Plan Sheet $ 5.04 SPECIFICATIONS 0 5.05 CONSTRUCTION COST ESTIMATE 5.06 QUALITY ASSURANCE / QUALITY CONTROL 5.07 PROJECT MEETINGS & SITE VISITS City of Tukwila Major Maintenance of Three Bridges PANGEO's COST FRANK ZEPP $ 8,612 BEACON AVENUE $ 4,918 GRADY WAY $ 3,096 TOTAL 3 BRIDGES $ 16,627 LEGEND ROLL UP DATA ENTRY OKAY PROJECT SUMMARIES TOTAL SHEET COUNT COST PER SHEET TOTAL STAFF HOURS DIRECT EXPENSES PROJECT MANAGEMENT PERCENTAGE 76 $ 219 142 229 5.63% Fee Overhead Direct Labor Rate INDIVIDUAL TOTAL HOURS PANGEO DIRECT LABOR $6,392 PANGEO OVERHEAD $8,089 PANGEO FEE $1,918 PANGEO DIRECT EXPENSES $229 PANGEO TOTAL COSTS $16,627 GEOTECHNICAL nu o u 2 uv y w` 00 a` m` c 'ia N W w PGE GPM SGE SEG SPE PE PG Admin 30.00% 30.00 30.00% 30.00% 30.00% 30.00 30.00% 30.00% 126.55 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% 126.55% $72.15 $62.05 150.75 $40.39 $45.20 $38.45 $36.05 $28.85 4 32 14 12 0 64 0 16 Task Cos WBS PROJECT TASK Sheet Count Task Hours DELIVERABLE 6.00 ASSEMBLY & REVIEW- 301Y /904Y $ 6.01 FRANK ZEPP 0 6.02 BEACON AVENUE 6.03 GRADY WAY 7.00 ASSISTANCE DURING BID PERIOD $ 7.01 FRANK ZEPP RFI $ 7.02 BEACON AVENUE RFI 7.03 GRADY WAY RFI CONSTR ADMIN / ENGR SERVICES (OPTIONAL $ 8.01 FRANK ZEPP CM and CE services 8.02 BEACON AVENUE CM and CE services 8.03 GRADY WAY CM and CE services 9.0 POST - CONSTRUCTION LOAD RATING (OPTIONAL) 9.01 FRANK ZEPP Final Load Rating $ 9.02 BEACON AVENUE Final Load Rating Direct Expenses Reproduction Costs No. Unit Each Cost Copies 0 pages @ $0.06 /page $ - Reports 2 reports @ $15 /report $ 30.00 Plans 9 sets @ $2 /set $ 18.00 Parking 0 @ $8 $ - Mail /Deliveries /Fed Ex 1 @ $20 $ 20.00 Mileage 280 miles @ $0.575 /mile $ 161.00 Subtotal 229 .dft Washington State V,F Department of `Irransportation 'Lynn Peterson Secretary of Transportation June 9, 2015 PanGEO, Inc. 3213 Eastlake Avenue E, Suite B Seattle, WA 98102 Subject: Acceptance FYE 2014. ICR - Negotiated Dear Ms. Kristin Kimmerling: Exhibit E Subconsultant Cost Computations Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504 -7300 360- 705 -7000 TTY. 1-800-833-6388 www.wsdotwa.gov We have negotiated and accepted your firms FYE 2014 Indirect Cost Rate (ICR) of 126.55 %. This ICR acceptance is in accordance with 23 CFR 172.7 and must be updated on an annual basis. This rate will be applicable for: ❑ WSDOT Agreements ® Local Agency Contracts in Washington State only Costs billed to agreements /contracts will still be subject to audit of actual costs, based. on the terms and conditions of the respective agreement/contract. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the ICR. If you have any questions, feel free to contact our office at (360) 705 -7104 or via email consultantratesAwsdot.wa.gov. Regards; "sol�r Manager, Consultant Services Office EKJ:rck Acceptance ICR Negotiated 75 76 Exhibit F Title V/ Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows:. 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS "), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non - discrimination: The CONSULTANT, with regard to the work performed during this AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub - consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when this AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. Solicitations for Sub - consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub - contract, including procurement of materials or leases of equipment, each potential sub - consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this AGREEMENT and the REGULATIONS relative to non - discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the AGENCY, the STATE, or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, the STATE, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non - compliance: In the event of the CONSULTANT's non - compliance with the non- discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE, or the FHWA may determine to be appropriate, including, but not limited to: • Withholding of payments to the CONSULTANT under this AGREEMENT until the CONSULTANT complies, and /or; • Cancellation, termination, or suspension of this AGREEMENT, in whole or in part. 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub - consultant or procurement as the STATE, the AGENCY, or FHWA may direct as a means of enforcing such provisions including sanctions for non - compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub - consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY enter into such litigation to protect the interests of the STATE and /or the AGENCY and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Agreement Number: WSDOT Form 140 -089 EF Exhibit F Revised 1013012014 Page 1 of 1 77 ff.*] Exhibit G -1(a) Exhibit G -1(b) Exhibit G -2 Exhibit G -3 Exhibit G -4 Exhibit G Certification Documents Certification of Consultant Certification of Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying Certificate of Current Cost or Pricing Data Agreement Number: WSDOT Form 140 -089 EF Exhibit G Revised 1013012014 Page 1 of 1 W Exhibit G -1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of David Evans and Associates, Inc. whose address is 1115 West Bay Drive NW, Suite 301, Olympia WA 98502 and that neither the above firm nor I have: 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 AGREEMENT; b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. David Evans and Associates, Inc. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Agreement Number: WSDOT Form 140 -089 EF Exhibit G Page 1 of 1 80 Revised 1013012014 Exhibit G -1(b) Certification of City of Tukwila I hereby certify that I am the: ® Senior Program Manager ❑ Other of the City of Tukwila , and the City of Tukwila or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: a) Employ or retain, or agree to employ to retain, any firm or person; or b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be furnished to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Signature WSDOT Form 140 -089 EF Exhibit G Revised 1013012014 Date Agreement Number: Page 1 of 1 Ell Exhibit G -2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of 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 anti -trust 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 (3) year period preceding this application / proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. David Evans and Associates, Inc. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Agreement Number: WSDOT Form 140 -089 EF Exhibit G Page 1 of 1 82 Revised 1013012014 Exhibit G -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: 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, a officer or employee of Congress, or any 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 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 $10,000.00, and not more than $100,000.00, 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 sub- contracts, which exceed $100,000, and that all such sub- recipients shall certify and disclose accordingly. David Evans and Associates, Inc. Consultant (Firm Name) Signature (Authorized Official of Consultant) Date Agreement Number: WSDOT Form 140 -089 EF Exhibit G Revised 1013012014 Page 1 of 1 F- 1 Exhibit G -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 2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4) submitted, either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's representative in support of Major Maintenance on Three Bridges * are accurate, complete, and current as of 7 -13 -15 ** This certification includes the cost or pricing data supporting any advance AGREEMENT's and forward pricing rate AGREEMENT's between the offer or and the Government that are part of the proposal. Firm: David Evans and Associates, Inc. Signature Date of Execution * * *: Title *Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project title.) * *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. Agreement Number: WSDOT Form 140 -089 EF Exhibit G Page 1 of 1 Revised 1013012014 84 Exhibit H Liability Insurance Increase To Be Used Only If Insurance Requirements Are Increased The professional liability limit of the CONSULTANT to the AGENCY identified in Section XIII, Legal Relations and Insurance of this Agreement is amended to $ The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of $ Such insurance coverage shall be evidenced by one of the following methods: • Certificate of Insurance. • Self- insurance through an irrevocable Letter of Credit from a qualified financial institution. Self - insurance through documentation of a separate fund established exclusively for the payment of professional liability claims, including claim amounts already reserved against the fund, safeguards established for payment from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those funds. Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed $1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit. If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional professional liability insurance required. Notes: Cost of added insurance requirements: $ • Include all costs, fee increase, premiums. • This cost shall not be billed against an FHWA funded project. • For final contracts, include this exhibit. Agreement Number: WSDOT Form 140 -089 EF Exhibit H Revised 1013012014 Page 1 of 1 :NTA • Exhibit I Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and /or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manger and any personnel (including sub - consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: • It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Agreement Number: WSDOT Form 140 -089 EF Exhibit I Revised 1013012014 Page 1 of 2 LIM Step 5 Forward Documents to Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. • If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. • If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Agreement Number: WSDOT Form 140 -089 EF Exhibit I Page 2 of 2 88 Revised 1013012014 Exhibit J Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and /or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Agreement Number: WSDOT Form 140 -089 EF Exhibit J Revised 1013012014 Page 1 of 2 :• Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; • Explanation regarding those areas in which the Agency does /does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and /or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. Agreement Number: WSDOT Form 140 -089 EF Exhibit J Page 2 of 2 Revised 1013012014 90 City Of Tukwila • Transportation Committee TRANSPORTATION COMMITTEE Meeting Minutes July 6, 2015 — 5:15 p.m. — Foster Conference Room, 6300 Building PRESENT Councilmembers: Joe Duffie, Chair; Allan Ekberg, Kate Kruller (Absent: Kathy Hougardy) Staff: David Cline, Bob Giberson, Frank Iriarte, Robin Tischmak, Grant Griffin, Gail Labanara, Laurel Humphrey CALL TO ORDER: Committee Chair Duffie called the meeting to order at 5:15 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. Consultant Agreement: Major Maintenance on 3 Bridges 2015 Project Staff is seeking Council approval of a consultant agreement with David Evans and Associates, Inc. in the amount of $689,290.00 for design services for the Major Maintenance on 3 Bridges 2015 Project. $866,291.00 was budged for this project, funded by the Federal Bridge OPProgram. The required 10% match will be funded by the Annual Bridge Program. The bridges involved in this project are the Frank Zepp Bridge, the Beacon Avenue S Bridge, and the Grady Way Bridge. UNANIMOUS APPROVAL. FORWARD TO JULY 20, 2015 REGULAR CONSENT AGENDA. B. Aareement Amendment: Interurban Avenue South (South 143rd Street to Fort Dent Wav) Staff is seeking Council approval of Amendment No. 1 to Contract 14 -111 with DGK Inc.(dba Widener & Associates) in the amount of $37,280.90 for construction management environmental compliance support for the Interurban Avenue South roadway improvement project. This project is in the final phase of construction and required several environmental permits, including Shoreline, NPDES, and King County Sewer Discharge. Each of those permits has certain requirements, and Widener & Associates has been monitoring compliance. This amendment is to cover an increased scope of work due to the discovery of contaminated groundwater and soils. Funding for this amendment is available from the contingency budget. UNANIMOUS APPROVAL. FORWARD TO JULY 20, 2015 REGULAR CONSENT AGENDA. C. Ordinance: Tukwila Urban Center Pedestrian / Bicvcle Bridae Riaht- of -Wav Acauisition Staff is seeking Council approval of an ordinance that would authorize acquisition of property relating to the TUC Pedestrian /Bicycle Bridge Project. Final design for this project is nearly complete, and additional right -of -way is needed on the west side of the Green River. The property is currently part of the Riverview Plaza office park. Design has attempted to minimize the land encroachment but these remaining small amounts are needed in order to avoid significant impacts to the levee. The City continues to work with the property owner but this ordinance will provide the authority to condemn the property should negotiations fail. The owners have been notified of the opportunity for public hearing. UNANIMOUS APPROVAL. FORWARD TO JULY 27, 2015 COMMITTEE OF THE WHOLE FOR PUBLIC HEARING. 91