HomeMy WebLinkAboutTIC 2017-02-14 Item 2D - Agreement - Major Maintenance on 3 Bridges: Grady Way / Frank Zepp / Beacon Avenue Construction Management with David Evans and Associates ® Attan Ekberg,Mayor
C"I ty of Tukwila•
• Public Works Department-Bob Giberson,Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committ
FROM: Bob Giberson, Public Works Director
BY: Steve Carstens,Senior Program Manager
CC: Mayor Ekberg
DATE: February 10,2017
SUBJECT: Major Maintenance on 3 Bridges(Grady Way, Frank Zepp,and Beacon Ave)
Project Nos.91510406, 91510407,and 91510408
Construction Management and Design Support(Construction Mgmt.)Service Contracts
ISSUE
Approve two (2)contracts with David Evans and Associates, Inc. (DEA). Contract 1 -Construction Management Design
Support Supplement No. 3 to Contract#15-139 and Contract 2-a Construction Management(new)contract for CM services.
BACKGROUND
In July 2015,the City contracted with DEA to design the Major Maintenance on 3 Bridges Project. The City has completed the
right-of-way certification,WSDOT has authorized construction grant funding, and the project will be advertised for construction
bids in mid-February. City staff recently performed a construction management consultant selection process and three firms
were interviewed. DEA was selected as the top candidate for the project due to their expertise, knowledge,and ability to
provide the appropriately sized team for the three bridges.These contracts with DEA will provide construction management
services for the duration of the construction project. Note:The City typically contracts with the Design consultant to provide on-
call design support services during construction.
ANALYSIS
The grant covers 100%of the eligible project costs.The scope of work for each project requires the consultant to provide all
field work, testing, inspection, and documentation.
FISCAL IMPACT.
The budget for construction management and design support are broken down as follows:
S 180th/Frank Zepp Bridge Contract Cost Budget
Construction Management(Contract 2) $240,490.87 $320,400.00
Design Support CM Supplement No.3(Contract 1) 68,887.95 .
Grady Way Bridge
Construction Management(Contract 2) 19,372.61 31,200.00
Design Support CM Supplement No.3 (Contract 1) 8,862.43
Beacon Avenue S Bridge
Construction Management(Contract 2) 163,253.20 241,400.00
Design Support CM Supplement No. 3 (Contract 1) 60,659.84
Total $561,526.90 593 0 0.00
RECOMMENDATION
Council is being asked to approve two contracts. Contract 1 -Supplement No. 3 to Contract No. 15-139 with David Evans and
Associates in the amount of$138,410.22 and Contract 2-a new contract with DEA for construction management services in
the amount of$423,116.68 for the Major Maintenance on 3 Bridges Project and consider these items on the Consent Agenda
at the February 21,2017 Regular Meeting.
Attachments: Page 12,2017 CIP
Construction Management contract and supporting documents
Design support Supplement No.3 and supporting documents
WAPW Eng\PROJECTS\A-RW&RS Projects\Major Maintenance on 3 Bridges(91510406)\03 Consultant Selection\CM Selection\Info Memo DEA CM&Sup#3 021017-rrt-sm.docx 63
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
91510406
PROJECT: Major Maintenance on 3 Bridges 2015 Project Nos. 91510407
91510408
DESCRIPTION: Perform Seismic Retrofit, Deck and Joint Repair, and Bridge Painting work under the Local Agency Bridge
Program on the Frank Zepp Bridge, Grady Way Bridge and the Beacon Avenue South Bridge.
The three bridges were identified as good candidates for federal funding under the Local Agency Bridge
JUSTIFICATION: Program administered by WSDOT. The proposed work will preserve the City owned infrastructure and
extend the service lives of the bridges.
STATUS: Federal grant funding was approved December 2014. Council budget amendment approved 8/3/15.
MAINT. IMPACT: Maintenance needs will be reduced once these three major maintenance projects are completed.
The three bridges were approved for grants under separate federal aid numbers but will be combined into
COMMENT: one for the design&construction contract. Grant funding requires a 10% match for the design phase;
projects that obtain construction authorization by 9/30/18 are eligible for 100% Federal construction funding.
FINANCIAL Through Estimated
in$000°s 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL
EXPENSES
Design 421 445 866
Land (R/W)
0
Const. Mgmt. 300 293 593
Construction 2,886 1,003 3,889
TOTAL EXPENSES 421 445 3,186 1,296 0 0 0 0 0 5,348
FUND SOURCES
Fed BRAC Grant 379 401 3,186 1,296 5,262
Mitigation Actual 0
Mitigation Expected 0
City Oper. Revenue 42 44 0 0 0 0 0 0 0 86
TOTAL SOURCES 421 445 3,186 1,296 0 0 0 0 0 5,348
riN%- jai
if
9
64
2017-2022 Capital Improvement Program 12
Major Maintenance of 3 Bridges
Frank Zepp BHM- 1274(009), Beacon BHOS-
1320(004), Grady BHM- 1288(005)
Jacobs
individual reviewer scores
DEA
individual reviewer scores
Akana
individual reviewer scores
Max Score
Topics
Firm Structure
20
27
25
28
30
24
25
29
25
30
Project Manager
10
17
15
19
20
14
15
19
15
20
Team availability and schedule
5
7
5
10
10
8
5
9
7
10
presentation
10
17
12
20
20
18
20
19
16
20
response to questions
10
17
13
20
20
13
20
19
15
20
Totals
55
85
70
97
100
77
85
95
78
100
Average
70.00
91.33
86.00
From each category, maximum score is shown on far right. Consultant with highest score (out of 100) was selected as the winning firm.
Review Staff: Steve Carstens, Scott Bates, Peter Lau.
Selection Date: 12/19/16
Top Firm: DEA (David Evans and Associates, inc.)
Selection Justification: the selected firm demonstrated relevant bridge experience, had the best /most appropriately sized team for the project, demonstrated
intimate knowledge of the design, and has recent federal experience of similar sized structures. Based on the overall score /ranking, DEA prevailed.
AMMOM
v7Washington State
APIDepartment of Transportation
Supplemental Agreement Organization and Address
Number 3 David Evans and Associates,Inc.
Original Agreement Number 1115 West Bay Drive NW,Suite 301
Olympia,WA 98502
15-139
Phone: 360-705-2185
Project Number Fed. Aid Nos. Execution Date Completion Date
BHM-1274(009)BHM-1288(005)BHOS-1320(004) July 23,2015 03/31/2018
Project Title New Maximum Amount Payable
City of Tukwila-Major Maintenance of Three Bridges $874,147.22
Description of Work
Construction Engineering Support Services for the Major Maintenance of Three Bridges project,as described in Exhibit A-1,Scope
of Services.
The Local Agency of City of Tukwila
desires to supplement the agreement entered in to with David Evans and Associates,Inc.
and executed on July 23,2015 and identified as Agreement No. 15-139
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
I
Section 1, SCOPE OF WORK, is hereby changed to read:
See Exhibit A-1,Scope of Services.
I I
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days
for completion of the work to read: new completion date is 03/31/2018.
III
Section V, PAYMENT, shall be amended as follows:
See Exhibit D,Prime Consultant Cost Computations.
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate
spaces below and return to this office for final action.
By:Richard Hovde P.E. Associate By:
ft
t Signature Approving Authority Signature
o l_ Date
DOT Form 140-063
Revised 09/2005
66
Summary of Payments
Agreement No.15-139
Basic Agreement Supplement#1 Supplement#2 Supplement#3 Total
Direct Salary Cost 127,752.00 2,530.00 25,012.00 155,294.00
Overhead
(Including Payroll Additives) 232,483.00 4,604.00 45,476.81 282,563.81
Direct Non-Salary Costs
(includes Suhconsultant
charges) 290,407.00 38,876.00 60,417.81 389,700.81
Fixed Fee 38,326.00 759.00 7,503.60 46,588.60
Management Reserve Fund 0.00
Total 688,968.00 46,769.00 0.00 138,410.22 874,147.22
Basic Agreement Supplement#1 Supplement#2 Supplement#3 Total
Frank Zepp Bridge No. {
91510406.1000.100 343,368.00 46,769.00 date change only 68,887.$ 459,024.94
Grady Way Bridge No.
91510407.1000.100 96,539.00 0.00 8,862.43 105,401.43
Beacon Ave.S Bridge No.
91510408.1000.100 249,061.00 0.00 60,659.84 309,720.84
Total 1 688,968.00 0.00 138,410.22 874,147.22
67
EXHIBIT -1
CITY OF TUKWILA
MAJOR MAINTENANCE ON THREE BRIDGES
CONSTRUCTION ENGINE I G SUPPORT SERVICES
Scope of Services
Supplement No.
Prepared by:
David Evans and Associates, Inc.
415 118th Avenue SE
Bellevue,WA 98005
FEBRUARY 2017
68
TABLE OF CONTENTS
TASK 7.0 ASSISTANCE DURING BID PERIOD................................................................................................2
TASK 8.0 CONSTRUCTION ENGINEERING SUPPORT SERVICES...........................................................2
8.01 FRANK ZEPP(S 180TH STREET)CONSTRUCTION ENGINEERING SUPPORT SERVICES....................................2
8.01.01 Project Management-(DEA TASK)....................................................................................................................................2
8.01.02 Construction Office Support Services-Frank Zepp(TranTech)...........................................................................3
8.01.03 Construction Field Support Services(TranTech).........................................................................................................3
8.01.04 As-Built Record Drawings(TranTech)..............................................................................................................................4
8.02 BEACON AVENUE CONSTRUCTION ENGINEERING SUPPORT SERVICES...................................................................4
8.02.01 Project Management..................................................................................................................................................................4
8.02.02 Construction Office Support Services-Beacon Avenue............................................................................................5
8.02.03 Construction Field Support Services..................................................................................................................................5
8.02.04 As-Built Record Drawings-Beacon Avenue..................................................................................................................6
8.03 GRADY WAY CONSTRUCTION ENGINEERING SUPPORT SERVICES..............................................................................6
8.03.01 Project Management-Grady Way......................................................................................................................................6
8.03.02 Construction Office Support Services-Grady Way.....................................................................................................7
8.03.03 Construction Field Support Services..................................................................................................................................7
8.03.04 As-Built Record Drawings.......................................................................................................................................................7
City of Tukwila 2 Scope of Services
Major Maintenance on Three Bridges,Construction Engineering Support Services February 1,2017
69
TASK 7.0 ASSISTANCE DURING BID PERIOD
The deliverables in Task 7.0 are revised as follows:
1. Prepare responses up to 10 bidder questions and develop up to 1 bid document addendum
2. Review of contractor's unit bid proposal
3. Prepare Reference check forms
4. Prepare pre-award letter
5. Prepare Letter of recommendation to award bid
The intent of Task 7.0 was to provide support during the project bid period; pre-construction meetings
occur after the bid period.
TASK 8.0 CONSTRUCTION ENGINEERING SUPPORT SERVICES
This work element provides for engineering design support and load rating services during the
construction phase of the project. David Evans and Associates, Inc. (DEA) is also providing Construction
Management Support Services as part of a separate Agreement.The Construction Management Support
Services will be referenced as"CM" in this Scope.
m01 PRANK ZEPP (S 1 BOTH STREET) CONSTRUCTION ENGINEERING SUPPORT
SERVICES
8.01®01 Project Maiiageinient—(D EA AS )
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 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.
SUBCONSULTANT Coordination.
The following SUBCONSULTANT is anticipated to be used on this PROJECT:
o TranTech Engineering LLC—Bridge Engineering
CONSULTANT shall provide direction of the SUBCONSULTANT over the course of the project.
Monthly monitoring of SUBCONSULTANT's budget will occur overthe 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.
City of Tukwila 2 Scope of Services
Major Maintenance on Three Bridges,Construction Engineering Support Services February 1,2017
70
® 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.
Deliverables:
1. Monthly invoices and progress reports(12 assumed,time split among all three bridges).
8.01.02 Construction Office Support Services-Frank Zepp T'r-anTech)
The CONSULTANT shall provide Construction Office Support Services on an "on-call" basis at the CITY's
request during the construction phase of the project. Construction Office Support Services may include
the following:
A. Pre-Construction Meetings: The CONSULTANT will attend one (1) pre-construction meeting. This
may include the general pre-construction meeting with the prime contractor and subcontractors.
B. Construction Meetings: The CONSULTANT will attend construction meetings as requested. This
task assumes up to three (3) meetings attended by 2 to 3 staff depending on meeting agenda and
Contractor's schedule of work.
C. Review Selected Shop Drawings and Material Submittals: The CONSULTANT will review and
recommend action on selected Contractor materials submittals, shop drawings, and material test
reports as requested by the CITY. The effort for this task is for input/support of the review of shop
drawings and materials submittals by the Contractor to the CITY.
D. Requests for Information(RFIs): At the CITY's request,the CONSULTANT may be asked to provide
assistance to the CITY in answering the Contractor's RFIs.
E. Change Orders(COs):At the CITY's request,the CONSULTANT may be asked to provide assistance
to the CITY in reviewing change order proposals, preparing independent change order cost
estimate,and developing required information for COs.Work may include preparation of drawings
and supporting information.
F. Load Rating of Repaired Structure: The CONSULTANT will perform load rate calculations for the
structure after work is completed and prepare a load rating report.
Assumptions:
1. Material testing services are not included in this Scope of Work.
2. The CONSULTANT level of effort for Review of Shop Drawings, Material Submittals, RFI's and
Change Orders is limited to hours shown in the fee proposal.
Deliverables:
1. Shop drawing and material submittal reviews.
2. Responses to RFIs.
3. Drawings,calculations,and specifications required for change orders.
4. Load rating report and calculations. (hard copy and PDF copy with appropriate stamped,
signed bridge rating summary sheet)
8.01.03 Construction Ftefrf Support Services (Tr•anTecfr)
The CONSULTANT shall provide Construction Field Support Services on an "on-call" basis at the CITY's
request during the construction phase of the project.
City of Tukwila 3 Scope of Services
Major Maintenance on Three Bridges,Construction Engineering Support Services February 1,2017
71
A. The CONSULTANT will assist the CITY with any requests where field construction modifications or
additions require field investigation and the written recommendation of a professional
engineer. This task assumed four(4)modifications or additions.
B. The Pavement Engineer will provide on-call pavement assistance as requested by the CITY. It is
anticipated that this may include engineering support related to excavations for full-depth
pavement repairs. This task assumes one(1)field visit.
C. Post Repair Inventory Inspection: The CONSULTANT will perform an inventory inspection of the
bridge after repairs are completed and will update the WSBIS database with inspection findings.
The CONSULTANT will prepare an inspection report with photographs, inspection findings and
repair recommendations.
Deliverables:
1. Drawings,sketches,field notes, calculations,engineer reports, and other records as required.
2. Post repair inventory inspection report.
3. Update of information into WSDOT's WSBIS Bridge Management System program.
8.01.04 As-Built Record Drawings TranTecln
The CONSULTANT shall prepare as-built record drawings at the completion of the project. The CITY will
provide Contractor-prepared marked-up drawings, inspector's field notes, and other available
information. The CONSULTANT shall use these materials to prepare the as-built record drawings. As-built
record drawings shall be prepared in accordance with the CITY's"As-built Record Drawing Requirements."
Deliverables:
1. As-built Record Drawings for Engineering Review(11"x17" bond [1 copy]and electronic pdf)
2. As-built Record Drawings,full size set, per CITY requirements
8,02 BEACON AVENUE U CONSTRUCTION ENGINEERING SUPPORT SERVICES
0.02.01 Project Mannageirnent
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 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.
Monthly Invoices/Progress Reports A-Beacon Avenue
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.
Deliverables:
1. Monthly invoices and progress reports(12 assumed,time split among all three bridges).
City of Tukwila 4 Scope of Services
Major Maintenance on Three Bridges,Construction Engineering Support Services February 1,2017
72
8.02.02 Construction Office Support Services—Beacon Avenue
The CONSULTANT shall provide Construction Office Support Services on an "on-call" basis at the CITY's
request during the construction phase of the project. Construction Office Support Services may include
the following:
A. Pre-Construction Meetings: The CONSULTANT will attend up to two (2) pre-construction
meetings. These may include the general pre-construction meeting with the prime contractor and
subcontractors, and also a pre-construction meeting that is dedicated to the discussion of curb
ramp and sidewalk construction. The CONSULTANT will prepare a draft agenda and submit draft
notes. The CONSULTANT shall finalize the meeting notes.
B. Construction Meetings: The CONSULTANT will attend construction meetings as requested. This
task assumes up to three(3)meetings. This task assumes that DEA's CM team will prepare meeting
agendas, and finalize the draft meeting notes and distribute them.
C. Review Selected Shop Drawings and Material Submittals: The CONSULTANT will review and
recommend action on selected Contractor materials submittals, shop drawings, and material test
reports as requested by the CITY. The effort for this task is for input/support of the review of shop
drawings and materials submittals by the Contractor to the CITY.
D. Requests for Information (RFIs): At the CITY's request, the CONSULTANT will review RFI's and
provide assistance to the CITY in answering the Contractor's RFIs.
E. Change Orders(COs):At the CITY's request,the CONSULTANT may be asked to provide assistance
to the CITY in reviewing change order proposals and developing required information for COs.Work
may include preparation of drawings and supporting information.
F. Load Rating of Repaired Structure: The CONSULTANT will load rate the structure after work is
completed and prepare a load rating report.
Assumptions:
1. Material testing services are not included in this Scope of Work.
2. The CONSULTANT level of effort for Review of Shop Drawings, Material Submittals, RFI's and
Change Orders is limited to hours shown in the fee proposal.
Deliverables:
1. Draft meeting notes.
2. Shop drawing and material submittal reviews.
3. Responses to RFIs.
4. Drawings,calculations,and specifications required for change orders.
5. Load rating report and calculations. (hard copy and PDF copy with appropriate stamped,
signed bridge rating summary sheet)
8.02.83 Construction n Field Support Services
The CONSULTANT shall provide Construction Field Support Services on an "on-call" basis at the CITY's
request during the construction phase of the project.
A. Field Investigations: the CONSULTANT will assist the CITY with any requests where field
construction modifications or additions require field investigation and the written recommendation
of a professional engineer or surveyor.
City of Tukwila S Scope of Services
Major Maintenance on Three Bridges,Construction Engineering Support Services February 1,2017
73
B. Structural Inspections:
1. Inspection of Steel Superstructure: Following the asphalt deck removal, CONSULTANT will
inspect the steel superstructure in order to evaluate the condition of the stringers and
floorbeams that were not visible during earlier inspections. CONSULTANT will catalogue the
locations where deficiencies exist and create a repair list.This task assumes (1)field visit.
2. Inventory Inspection, Post Construction: the CONSULTANT will perform an inventory
inspection of the bridge after repairs are completed and will update the BridgeWorks database
with inspection findings. The CONSULTANT will prepare an inspection report with
photographs,inspection findings and repair recommendations.This task assumes(1)field visit.
Deliverables:
1. Drawings,sketches,field notes, calculations,engineer reports, and other records as required.
2. Inspection memorandum and repair list for condition inspection of steel superstructure
3. Post construction inventory inspection report
8.02.04 As-Built Record Drawings•-Beacon Avenue
The CONSULTANT shall prepare as-built record drawings at the completion of the project. DEA's CM team
will provide contractor-prepared marked-up drawings, inspector's field notes, and other available
information to CONSULTANT staff. The CONSULTANT shall use these materials to prepare the as-built
record drawings. As-built record drawings shall be prepared in accordance with the CITY's "As-built
Record Drawing Requirements."
Deliverables:
1. As-built Record Drawings for Engineering Review(11"x17" bond [1 copy] and electronic pdf)
2. As-built Record Drawings,full set per CITY requirements
8.03 GWIDYWAY CONSTRUCTION ENGINEERING SUPPORT SERVICES
8.03.01 Project Ma.nagei ent—Grady Way
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 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.
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.
Deliverables:
1. Monthly invoices and progress reports(12 assumed,time split among all three bridges).
City of Tukwila 6 Scope of Services
Major Maintenance on Three Bridges,Construction Engineering Support Services February 1,2017
74
8.03.02 Construction Office Support Services—Grady Way
The CONSULTANT shall provide Construction Office Support Services on an "on-call" basis at the CITY's
request during the construction phase of the project. Construction Office Support Services may include
the following:
A. Pre-Construction Meetings: The CONSULTANT will attend up to two (2) pre-construction
meetings. This may include the general pre-construction meeting with the prime contractor and
subcontractors, and also a pre-construction meeting that is dedicated to the discussion of curb
ramp and sidewalk construction. The CONSULTANT will prepare a draft agenda and submit draft
notes. The CONSULTANT shall finalize the meeting notes.
B. Construction Meetings: The CONSULTANT will attend construction meetings as requested. This
task assumes three (3) meetings. This task assumes that DEA's CM team will prepare meeting
agendas, and finalize the draft meeting notes and distribute them.
C. Review Selected Shop Drawings and Material Submittals: The CONSULTANT will review and
recommend action on selected Contractor materials submittals, shop drawings, and material test
reports as requested by the CITY. The effort for this task is for input/support of the review of shop
drawings and materials submittals by the Contractor to the CITY.
D. Requests for Information(RFIs): At the CITY's request,the CONSULTANT may be asked to provide
assistance in answering the Contractor's RFIs.
E. Change Orders(COs):At the CITY's request,the CONSULTANT may be asked to provide assistance
to the CITY in reviewing change order proposals and developing required information for COs.Work
may include preparation of drawings and supporting information.
Assumptions:
1. Material testing services are not included in this Scope of Work.
2. The CONSULTANT level of effort for Review of Shop Drawings, Material Submittals, RFI°s and
Change Orders is limited to hours shown in the fee proposal.
Deliverables:
1. Shop drawing and material submittal reviews.
2. Responses to RFIs.
3. Drawings,calculations,and specifications required for change orders.
8.03.03 Construction Field Support Services
The CONSULTANT shall provide Construction Field Support Services on an "on-call" basis at the CITY's
request during the construction phase of the project.
A. Field Investigations: the CONSULTANT will assist the CITY with any requests where field
construction modifications or additions require field investigation and the written recommendation
of a professional engineer or surveyor. This task assumes one (1) modification or addition.
Deliverables:
1. Drawings,sketches,field notes,calculations,engineer reports, and other records as required.
8.03.84 As-Built Record Drawings
The CONSULTANT shall prepare as-built record drawings at the completion of the project. DEA's CM team
will provide contractor-prepared marked-up drawings, inspector's field notes, and other available
City of Tukwila 7 Scope of Services
Major Maintenance on Three Bridges,Construction Engineering Support Services February 1,2017
75
information to CONSULTANT staff. The CONSULTANT shall use these materials to prepare the as-built
record drawings. As-built record drawings shall be prepared in accordance with the CITY's "As-built
Record Drawing Requirements."
Deliverables:
1. As-built Record Drawings for Engineering Review(11"x17" bond [1 copy] and electronic pdf)
2. As-built Record Drawings,full set per CITY requirements
GENERAL ASSUMPTIONS
1. The duration of Task 8.0 is assumed to be 12 months.Work performed beyond this duration may be
considered Extra Work to be covered in a future supplement.
City of Tukwila 8 Scope of Services
Major Maintenance on Three Bridges,Construction Engineering Support Services February 1,2017
76
Exhibit
Prime Consultant Cost Computations
Supplement
City mfTukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
ControutNo.15-139
Budget No. 104.98.595.800,$1.00
Summary of Construction Support(PE Support)Services
Total Construction
Support Services
(PE Support) FEE
FnanhZepp $68,887.94
Beacon Avenue $60,653'84
Grady Way $886243
TOTAL CONSTRUCTION SUPPORT $138,410'22
SERVICES (PE SUPPORT)ALL THREE
BRIDGES
77
Exhibit 01
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
FRANK ZEPP Contract No. 15 -139
Budget No. 104.98.595.800.41.00
David Evans and Associates, Inc. 2 3 11 13 17
Work
Element #
Work Element
Project Manager (PM R)
Executive Administrator (E)(AD)
Senior Scientist (S:SCI)
Survey Manager (SWM)
Project Administrator (PADM)
DEA `
DEA
�
�;
��LF��
r
r
;
RPH
GAWI
Gray
Doug
JMWI
,i.
direct rates
$66.00
38.00 $48.00
$65.00
$34.00
f
) i4 't u�. 1 4 j ? ''r „i� � gJ'"•
�Qtalr
��I
i^7 ����,
�4t�� J
��� '`
� �
.i ✓'i ��I v'
1Oe 1#
8.01
Construction Eng. Support Svcs, Frank Zepp
8.01.01
Project Management (DEA- includes construction mtgs)
20 6
4
6
20
$8,762
8.01.02
Office Support (see TranTech Hrs)
8.01.03
Field Support (see TranTech Hrs)
8.01.04
As -Built Record Drawings (see TranTech Hrs)
a
`
3` `
'.,. {;
66
"
Y J 3 r ✓ 1 . F
Element OT ®dC
Subconsultant Fee (TranTech)
$59,900
EXPENSES
�`'� �z
$226
SALARY ESCALATION
PROJECT WORK;ELEMENTS TOTALS , `
2'0 6
4
6 ` `
20
56
6 p $
100
Exhibit D1
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
FRANK ZEPP Contract No. 15-139
David Evans and Associates, Inc.
Direct
Classification Hrs. x Rate = Cost
1 Engineering Manager(ENGM) 0 $ 66.00 0.00
2 Project Manager(PMGR) 20 $ 66.00 1,320.00
3 Executive Administrator(EXAD) 6 $ 38.00 228.00
4 Managing Prof Engineer(MGPE) 0 $ 68.00 0.00
5 Professional Engineer(PFEN) 0 $ 44.00 0.00
6 Senior Bridge Engineer(SBEN) 0 $ 62.00 0.00
7 Bridge Engineer(BREN) 0 $ 47.00 0.00
8 Senior CADD Technician(SCAD) 0 $ 44.00 0.00
9 CADD Technician(CADD) 0 $ 30.00 0.00
10 Construction Manager(CONM) 0 $ 69.00 0.00
11 Senior Scientist(SSCI) 4 $ 48.00 192.00
12 Scientist(SCIT) 0 $ 34.00 0.00
13 Survey Manager(SVYM) 6 $ 65.00 390.00
14 Project Land Surveyor(PLSU) 0 $ 42.00 0.00
15 Instrument Person(INST) 0 $ 26.00 0.00
16 Administrative Assistant(ADMA) 0 $ 22.00 0.00
17 Project Administrator(PADM) 20 $ 34.00 680.00
18 0 0.00
Total Hrs. 56
Salary Cost 2,810.00
Salary Escalation Cost(estimated)
Escalation-%of Labor Cost 0% per year @ 0 year(s) 0.00
Total Salary Cost 2,810.00
Overhead Cost @ 181.82% of Direct Labor 5,109.14
Net Fee @ 30.0% of Direct Labor 843.00
Total Overhead&Net Fee Cost 5,952.14
Direct Expenses No. Unit Each Cost
Reproduction Costs
Copies 200 pages @ $0.06 /page $ 12.00
Reports 0 reports @ $15 /report $ -
Plans 0 sets @ $2 /set $ -
Parking 0 @ $8 $ -
P20 Scanner 0 @ $650 $ -
Mileage 400 miles @ $0.535 /mile $ 214.00
Subtotal 226.00
Prime Compensation for Subconsultant Cost
David Evans and Associates Total 8,988.14
Subconsultants
- W/DBE 111159E Hrs Total
Trantech, LLC 486 59,899.80
Total 0.0% 0.0% 0.0% 486
Subconsultant Total 0% 59,899.80
Direct Expenses Sub-Total(including Subconsultants) 60,125.80
Total Costs 68,887.94
Page 1 of 1
\\blvfsl\project\t\TUKA00000014\OOOOCON\0020Pre-ContractlSupplement 3\T313-Suppl.3-Fee DRAFT-3 Bridges-2017-01-11-Review MASTER.Winted:2/1/2017,8:33 AM
79
Exhibit El
City of Tukwila
Major Maintenance of Three Bridges,Construction Engineering Support Services
FRANK ZEPP Contract No 15-139
Trantech,ILLC 1 2 3 4 5 a 7 a a 10 11 12
_g
A
Z5,
O
tx
Work �2
Element# Work Element ce rante.h,LLC et
T
V,0.00 55090 $40M $37,00 T=
direct rates: $69
8.01 Frank Zapp(180th Street)Construction Eng Support
8:111.(YI r"id Management(DEA Task)
8,01.02 Office Support Sewices
Pre-Construction and Construction Meeting$ 16 4 4 2 2 4 2 4
Shop Drawing Review,RFrs and Charqia Orders 16 16 48 30 14 16 6 20 2 8 14 4 $23,530
Load Rathng of Repaired Structure 8 4 8 30
$5,545
8.01.03 Field Support Services
Field Invashgations 8 8 16 8 4 4 4 16 4 16 8 4 $11,948
Post Repair Inventory Inspection
a 4 8 $2,634
5,
8.01.04 As-Sulft Record Drawings 16 —1-6 16
2 32
2 at0 559 ,BCr'-
'S
— -4
EXPENSES t
-##
__$228
SALARY ESCALATION T i I"-11 1
'tlS, ,44 44 ,48&!,' "'$59,9 100.00%
_PROJECT WORK ELEMENTS TOTALS.,
S!�-42,,',-76, 2V'l Q_, 8,:
80
Exhibit E1
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
FRANK ZEPP Contract No. 15-139
Trantech, LLC
Direct
Classification Hrs. x Rate = Cost
1 Project Manager 72 $ 59.00 $4,248
2 Senior Structural Engineer 52 $ 54.50 $2,834
3 Project Structural Engineer 92 $ 50.00 $4,600
4 Staff Structural Engineer 76 $ 36.00 $2,736
5 Senior Civil Engineer 20 $ 50.00 $1,000
6 Staff Civil Engineer 20 $ 30.00 $600
7 Senior Drainage Engineer 12 $ 50.00 $600
8 Senior Traffic Engineer 40 $ 50.00 $2,000
9 Senior CADD Technician 8 $ 40.00 $320
10 CADD Technician 56 $ 37.00 $2,072
11 Project Engineer 24 $ 36.00 $864
12 Administrative Assistant 14 $ 20.00 $280
Total Hrs. 486
Salary Cost $ 22,154
Salary Escalation Cost(estimated)
Escalation-%of Labor Cost 0% per year @ 0 year(s) $0
Total Salary Cost $ 22,154
Overhead Cost @ 140.85% of Direct Labor $ 31,204
Net Fee @ 28.5% of Direct Labor $ 6,314
Total Overhead&Net Fee Cost $ 37,518
Direct Expenses No. Unit Each Cost
Reproduction Costs
Copies 0 pages @ $0.06 /page $ -
Reports 0 reports @ $15 /report $ -
Plans 0 sets @ $2 /set $ -
Parking 10 @ $8 $ 80.00
Mail/Deliveries/Fed Ex 2 @ $20 $ 40.00
Mileage 200 miles @ $0.540 /mile $ 108.00
Subtotal $ 228
Trantech, LLC Total $ 59,900
Page 5 of 9
81
Exhibit E1
Certification of Final Indirect Costs
TranTech, LLC
Washln!gton State 'Transportation Building
GAP Department of "a
310 Maple Par: Avenue S.F.
RO.Bm 473,00
O ly a,.,'INA 385004-7300
Lynn Peterson
360-705-7000
February 10,2016
TranTech Engineering, LLC
1.2011 NE 1 st Street NE, Suite 305
Bellevue,WA 98005
Subject: Acceptance FYE 2015 ICR—Risk Assessment Review
Dear Mr. Nikzad Khashayer :
Based on Washington State Department of Transportation's (WSDOT) Risk
Assessment review of your Indirect Cost Rate (ICR),we have accepted your proposed
FYE 2015 ICR of 140.85%. This ICR acceptance is in accordance with 23 CFR 172.7
and must be updated on an annual basis. This rate may be subject to additional review
if considered necessary by WSDOT and 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 consultantrates c�wsdot_wa.tov.
Regards;
J N
Manager, Consultant Services Office
EKJ:rck
Acceptance ICR Risk Assessment Review
82
Exhibit E1
Certification of Final Indirect Costs
Wshinston State TranTech, LLC
Department of Transportation Memorandum
February 3,2016
TO: Erik Jonson,Contracting Services Manager
FROM: Schatzie Harvey,Agreement Compliance Audit Mana er
a
SUBJECT: Tran Tech Engineering,LLC Indirect Cost Rate
for Fiscal Year Ended December 31,2015
i
We are accepting the Tran Tech Engineering proposed rate of 140.85%of direct labor for 1
the above referenced fiscal year based on our risk assessment process. Tran Tech
Engineering provided a FHWA Certificate of Final Indirect Costs indicating all costs
included in the indirect cost rate schedule are in compliance with Federal Acquisition
Regulations(FAR),Subpart 31.We did not complete a review for this firm.
Costs billed to agreements will still be subject to audit of actual costs,based on the terms
and conditions of the respective agreement.
This was not a cognizant review. Any other entity contracting with the firm is
responsible for determining the acceptability of the Indirect Cost Rate.
If you have any questions,feel free to call me at(360) 705-7006,or via email-at
harveys wsdot.wa.gov
cc: Steve McK.erney
File
i
i
f
DOT Form 700.005 EF
Revised 5199
83
Exhibit E1
Certification of Final Indirect Costs
TranTech, LLC
Certification of Final Indirect Costs
Firm Name:TranTeoh Engineering LLC
Indirect Cost Rate Proposal: 140,85% 7
Date of Proposal Preparation(mm/dd/yyyy): 1118/2016
Fiscal period Covered(mmldd/yyyy to mm/dd/yyyy):1t112ois to 1p139l2o15
1, the.undersigned, certify that i have reviewed the proposal to establish final Indirect cast rates
for the fiscal period as specified above and to the best of my knowledge and beNef.•
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 of48 CPR 31.
All known material transactions or events that have occurred affecting the firms ownership,
organization and Indirect cost rates have been disclosed.
Signature: ;'
Name of Certifying Official*(Print):_ ��� �� (,
Title: — -s .ie
Date of Certification(mtnidd/yyyy): A 8y
*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.
j
Ref,FHVVA Directive 4470,1A available on line at:
Irot1n:/Iwww.fhwa,drat.govfiegsrens/clirectiveslordersT41l7U°l a.l7irn
4/H Certification;Nov 2010
M
Exhibit D2
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
BEACON AVENUE Contract No.15 -139
Budget No. 104.98.595.800.41.00
2 4 6 7 8 11 13 17
David Evans and Associates, Inc.
Work
Element #
Work Element
DEA
direct rates:
MLF PDMO MCF
Gray Doug i JMWI
66.00 $68.00 $62.00 $47.00 $44.00 $48.00 $65.00 $34.00
8.02 Construction Eng. Support Services, Beacon Avenue
8.02.01
8.02.02
Project Management
18
$5,613
Construction Office Support Services
Pre - Construction and Construction Meetings
8.02.03
Shop Drawing Review, RFI's and Change Orders
Load Rating of Repaired Structure
Construction Field Support Services
Field Investigations
Structural Inspections
8.02.04 As -Built Record Drawings
20
2
t
20
0 20
10 20
$7,983
$10,346
$5,070
16
24 20 44
2 10 20 36
$5.794
$15,466
$10,215
PRIME COMPENSATION FOR SUB. COST
EXPENSES
SALARY ESCALATION
OJECT WORK ELEMEII
TOTALS
0
.00%
Exhibit D2
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
BEACON AVENUE Contract No.15-139
David Evans and Associates, Inc.
Direct
Classification Hrs. x Rate = Cost
1 Engineering Manager(ENGM) 0 $ 66.00 0.00
2 Project Manager(PMGR) 68 $ 66.00 4,488.00
3 Executive Administrator(EXAD) 0 $ 38.00 0.00
4 Managing Prof Engineer(MGPE) 10 $ 68.00 680.00
5 Professional Engineer(PFEN) 0 $ 44.00 0.00
6 Senior Bridge Engineer(SBEN) 80 $ 62.00 4,960.00
7 Bridge Engineer(BREN) 122 $ 47.00 5,734.00
8 Senior CADD Technician(SCAD) 36 $ 44.00 1,584.00
9 CADD Technician(CADD) 0 $ 30.00 0.00
10 Construction Manager(CONM) 0 $ 69.00 0.00
11 Senior Scientist(SSCI) 2 $ 48.00 96.00
12 Scientist(SCIT) 0 $ 34.00 0.00
13 Survey Manager(SVYM) 16 $ 65.00 1,040.00
14 Project Land Surveyor(PLSU) 0 $ 42.00 0.00
15 Instrument Person (INST) 0 $ 26.00 0.00
16 Administrative Assistant(ADMA) 0 $ 22,00 0.00
17 Project Administrator(PADM) 24 $ 34.00 816.00
Total Hrs. 358
Salary Cost 19,398.00
Salary Escalation Cost(estimated)
Escalation-%of Labor Cost 0% per year @ 0 year(s) 0.00
Total Salary Cost 19,398.00
Overhead Cost @ 181.82% of Direct Labor 35,269.44
Net Fee @ 30.0% of Direct Labor 5,819.40
Total Overhead&Net Fee Cost 41,088.84
Direct Expenses No. Unit Each Cost
Reproduction Costs
Copies 200 pages @ $0.06 /page $ 12.00
Reports 0 reports @ $15 /report $ -
Plans 0 sets @ $2 /set $ -
Parking 0 @ $8 $ -
P20 Scanner 0 @ $650 $ -
Mileage 300 miles @ $0.535 /mile $ 160.50
Subtotal 173.00
Prime Compensation for Subconsultant Cost
David Evans and Associates Total 60,659.84
Subconsultants
W/DBE M/DBE Hrs Total
Trantech, LLC 0 0.00
Total 0.0% 0.0% 0.0% 0
Subconsultant Total: 0% 0.00
Direct Expenses Sub-Total(including Subconsultants) 173.00
Total Costs 60,659.84
Page 1 of 1
\\blvfsllprojectlt\TUKA00000014\OOOOCON1002OPre-Contract\Supplement 3MB-Suppl.3-Fee DRAFT-3 Bridges-2017-01-11-Review MASTERAPrinted: 2/1/2017,8:37 AM
86
Exhibit D3
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
GRADY WAY Contract No.15 -139
Budget No. 104.98.595.800.41.00
David Evans and Associates, Inc. 2 4 6 7 8 11 17
Work
Element #
Work Element
direct rates:
$66.00 $68.00
PDMO MCF Diana
$62.00 $47.00 $44.00
Gray JMWI
$48.00 $34.00
8.03 Construction Eng. Support Services, Grady Way
8.03.01 Pro ect Management
8.03.02 Office Support
Pre - Construction and Construction Meetings
Shop Drawing Review, RFI's and Change Orders
8.03.03 Construction Field Support Services
8.03.04 As -Built Record Drawings
$352
$2;457
$440
$4.559
PRIME COMPENSATION FOR SUB. COST
EXPENSES
SALARY ESCALATION
OJECT WO
ENTS TOTAL
Exhibit D3
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering''Support Services
GRADY WAY Contract No.15-139
GRADY WAY
David Evans and Associates, Inc.
Direct
Classification Hrs. x Rate = Cost
1 Engineering Manager(ENGM) 0 $ 66.00 0.00
2 Project Manager(PMGR) 6 $ 66.00 396.00
3 Executive Administrator(EXAD) 0 $ 38.00 0.00
4 Managing Prof Engineer(MGPE) 5 $ 68.00 340.00
5 Professional Engineer(PFEN) 0 $ 44.00 0.00
6 Senior Bridge Engineer(SBEN) 7 $ 62.00 434.00
7 Bridge Engineer(BREN) 16 $ 47.00 752.00
8 Senior CADD Technician (SCAD) 14 $ 44.00 616.00
9 CADD Technician (CADD) 0 $ 30.00 0.00
10 Construction Manager(CONM) 0 $ 69.00 0.00
11 Senior Scientist(SSCI) 2 $ 48.00 96.00
12 Scientist(SCIT) 0 $ 34.00 0.00
13 Survey Manager(SVYM) 0 $ 65.00 0.00
14 Project Land Surveyor(PLSU) 0 $ 42.00 0.00
15 Instrument Person(INST) 0 $ 26.00 0.00
16 Administrative Assistant(ADMA) 0 $ 22.00 0.00
17 Project Administrator(PADM) 5 $ 34.00 170.00
Total Hrs. 55
Salary Cost 2,804.00
Salary Escalation Cost(estimated)
Escalation-%of Labor Cost 0% per year @ 0 year(s) 0.00
Total Salary Cost 2,804.00
Overhead Cost @ 181.82% of Direct Labor 5,098.23
Net Fee @ 30.0% of Direct Labor 841.20
Total Overhead&Net Fee Cost 6,939.43
Direct Expenses No. Unit Each Cost
Reproduction Costs
Copies 200 pages @ $0.06 /page $ 12.00
Reports 0 reports @ $15 /report $ -
Plans 0 sets @ $2 /set $ -
Parking 0 @ $8 $ -
P20 Scanner 0 @ $650 $ -
Mileage 200 miles @ $0.535 /mile $ 107.00
Subtotal 119.00
Prime Compensation for Subconsultant Cost
David Evans and Associates Total 8,862.43
Subconsultants
- W/DBE M/DBE Hrs 'Total
Trantech, LLC 0 0.00
Total 0.0% 0.0% 0.0% 0
Subconsultant Total 0% 0.00
Direct Expenses Sub-Total(including Subconsultants) 119.00
Total Costs 8,862.43
Page 1 of 1
\lblvfsll project\t1TUKA00000014\OOOOCON\002OPre-Contract\Supplement 3\T3B-Suppl.3-Fee DRAFT-3 Bridges-2017-01-11-Review MASTERrinted:2/1/2017, 8:40 AM
88
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
Washington state David Evans and Associates, Inc.
Department of Transportation Memorandum
May 19,2016
TO: Erik Jonson,Contracting Services Manager
FROM: Schatzie Harvey,Agreement Compliance Audit Manager
SUBJECT: David Evans&Associates,Inc. Indirect Cost Rate
for Fiscal Year Ended October 31,2015
The Oregon Department of Transportation (ODOT)has concluded their cognizant review
of David Evans&Associates for the above referenced fiscal year. ODOT is the
Cognizant State for David Evans&Associates. As such, ODOT has performed its
cognizant review and accepted the audit performed by Grant Thornton,LLP,with some
minor exceptions.
Based on ODOT's acceptance of the David Evans &Associates Indirect Cost Rate,we
are issuing this memo establishing the David Evans&Associates rate for the fiscal year
ended October 31,2015 at 181.82%of direct labor(rate includes 0.33%Facilities Cost of
Capital).
Costs billed to agreements will still be subject to audit of actual costs,based on the terms
and conditions of the respective agreement.
If you have any questions,feel free to call me at(360) 705-7006,or via email at
harveys(t-0,wsdot.wa.aov
i
e
i
Attaclunent
i
cc: Steve McKerney j
File
j
;
DOT Form 700.008 EF
Revised 5/99
89
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
Certification of Final Indirect Costs
Firm Name:David Evans and Associates,Inc.
Indirect Cost Rate Proposal: 981,49 OH+.33 FCCM=984.82
Date of Proposal Preparation(mm/dd/yyyy):0412812016
Fiscal Period Covered(mm/dd/yyyy to mm/dd/yyyy): 11/2/20141014/3112015
1,the undersigned, certify 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 or events that have occurred affecting the firm's ownership,
organization and indirect cost rates have been disclosed.
Signature:_ G----,
7
Name of Certifying Official*(Print):Ryan Randall
Title: Controller
Date of Certification(mm/dd/yyyy):05/19/2016
I
I
j
*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:
11tto://www.fhwa.dol.cov/legsre.gs/directives/orders/4470*1a.htm
I,
tf1i
li
01H Certification; Nov 2010
90
Exhibit D
Prime Consultant Cost Computations t
CERTIFICATION OF INDIRECT COSTS
Inc
{ ,
j
Department of Tz aiasportaEioo taal Seatiees—tncit Services n
355 Capital St.NE—MS52
to 9 hate Brown.Governor
5ateaaa,OR 9730I-2523
(503)986-3223
Atari!28,2016
!
Tile Board of Directors and Stocldaolders
David Evans atai:I Associates, Inc.(DEA) t
RE: David Evans and Associates, Inc.Schedule of indirect Coast Rate, :
Fiscal Year Ended October 31,2015
a
We have performed a cognizant review of documentation and the Working papers of your independent CPA ;
firm, Grant Thornton(OT),of tlieir audit of tlae Schedule of Indirect Cost Rate for David Evans and Associate's
(DEA)Fiscal Year Ender! October 31,2015 in accordance with our role as Cognizant Agetacy as defined in 23
U.S.C. 112(b)(2)(c)and 23 C>R 1723 and 172.7. Our cognizant review was performed in accordance with the
AAS.HTO Review Program for CPA Audits of Consulting Engineers' Indirect Cost Rates.
We were provided Willi a copy of OT's audit report dated January 28,2016,copies of their working papers and
additional documentation front DEA.
Based oil our review. we accepted the revised Schedule of Indirect Cost Rate and this letter of concurrence
establishes DEA's Schedule of Indirect Cost Rate foa the fiscal year ended October 3l, 2015 at 181. 9°fe of
direct labor and a Facilities Capital Cost of Money factor of 0.33%of direct label-. �
1
A copy of this letter will be forwaarded to the appropriate ODOT contracting offices. If you or any representative r
ofDEA liasany questions,please contract tale at 503 986-3213 or Ruth Wit at 503 986-4003.
S' a] ,.
1a
Margar Cole,CP
External Audit Manager
Oregon Department of Transportation
y
CC. Marcus McGarity,ClsiefFin aneial Officer,David Evans and Associates,Inc. 1
Tony Parke,Partner,Grant Thornton
t
i
� J
fs;
3 ,
91
Exhibit D
Prime Consultant Cost Computations
David Evans and Associates,Inc. CERTIFICATI0N ®F INDIRECT COSTS
Statement of Direct Labor,Fringe Benefits,and General Overhead David Evans and Associates, Inc.
For the Fiscal Year Ended October 31,2015
DEA only Proposed
General Ledger Direct Disallowed Company
Acct Number Description Account Balance Costs Costs wide
DIRECT LABOR
DIRECT LABOR $ 28,526,415 $28,526,415 $ $ 28,526,415
FRINGE BENEFITS $ 17,937,448 $ - $ (425,434) a,b $ 17,512,014
GENERAL OVERHEAD
Indirect Labor $ 17,599,330 $ (442,582) $ (1,161,826)a,b,c $ 15,994,923
Occupancy $ 7,033,717 $ $ (566,009)d $ 6,467,708
Communications $ 823,801 $ $ (44,930) d $ 778,871
Supplies and NonCap Equipment $ 512,521 $ (182,429) $ f $ 330,092
Service Contracts $ 631,971 $ $ $ 631,971
Publications and Memberships $ 265,857 $ $ (350) e $ 265,507
Computer Hardware-NonCap $ 166,324 - $ 166,324
Computer Software-Noncap $ 611,675 $ 611,675
Computer Supplies $ 1,398 $ 1,398
Repairs&Maintenance $ 63,309 $ 63,309
Vehicle Expense $ 1,956,033 (459,555) (9,844) f,g $ 1,486,634
General and Administrative $ 727,861 $ $ (55,822)g,h $ 672;039
Public Relations $ 242,501 $ $ (242,501) b $ -
Selling Expense $ 511,438 (19,814)g,h $ 491,624
Training Expense $ 345,003 $ $ (25,223)g,h $ 319,780
Employee Recruiting and Retention $ 579,696 $ $ (360,981) h,i $ 218,715
Professional Services $ 691,832 $ $ $ 691,832
Business Insurance $ 1,122,388 $ $ (6,694) $ 1,115,694
Taxes,Licenses and Fees $ 650,542 $ $ $ 650,542
Depreciation and Amortization $ 1,686,740 $ $ $ 1,686,740
Bad Debt Expense $ 110,076 $ $ (110,076) k $ -
Contributions $ 192,554 $ $ (192,554) 1 $
Misc Expenses $ (6,017) $ (6,017)
401k Matching&ESOP Contribut $ - $ -
Profit Sharing Expense(Bonus) $ 3,881,031 $ $ (449,841) a,t $ 3,431,190
Reserves and Settlements-Non Ops $ 324,122 $ (324,122) k $ -
Interest Expense(net of Interest Income) $ 214,304 $ $ (214,384) m $ (80)
Gain/Loss on Sale of Fixed Ass $ (28,107) $ (28,107)
Dividend Income $ $
Deferred Compensation $ (146,246) $ $ - $ (146,246)
Misc Other Income/Expense/Penalties $ (832) $ $ (556) n,o $ (1,388)
Grp Med Insur Reimbursement $ - - $
Gain/Loss on Investments $ $
Rental Income-External $ (4,406) $ (4,406)
Federal Income Tax $ 1,507,362 (1,507,362) p $
State Income Tax $ 284,704 (284,704) p $
Support Services Allocation $ (200,432) $ (200,432)
TOTAL GENERAL OVERHEAD $ 41,850,184 $ (582,699) $ (5,577,593) $ 35,689,891
TOTAL INDIRECT COSTS&OVERHEAD RATE $ 59,787,632 $ (582,699) $ (6,003,027) $ 53,201,906
DIED Allocation(Home Office) $ 1,198,142 $ $ (434,191) (q) $ 763,952
DEA Corp Allocation to Onsite $ (2,437,484) $ $ 244,738 (r) $ (2,192,747)
TOTAL AFTER ALLOCATIONS 58,548,289 (582,699) (6,192,480) 51,773,110
TOTAL INDIRECT COSTS&OVERHEAD RATE AFTER ALLOCATIONS 205.24% 181.49%
FCCM(Facilities Capital Cost of Money) 0.33%
COMBINED INDIRECT COSTS&OVERHEAD RATE 181.82%
FAR References and Notes
(a)31.205-6 and 31.201-4 Compensation and Allocability
92
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
(b)31.205-1 Public Relations Costs(including directly associated costs) David Evans and Associates, Inc.
(c)31.205-6(p)Excess Executive Compensation
(d)31.205-36&31.205-17 Rental Costs&Idle Facilities/Idle Capacity Costs(including directly associated costs)
(e)31.205-14 Entertainment Costs
(f)31.202:Excluded direct project costs(both billable&non billable costs)from indirect cost pool
(g)31.205-46 Travel Costs
(h)31.205-51 Costs of Alcoholic Beverages
(1)31.205-13 Employee Morale
(j)31.205-19 Insurance and Indemnification
(k)31.205-3 Bad Debts
(1)31.205-8 Contributions or Donations
(m)31.205-20 Interest and Other Financial Costs
(n)Miscellaneous Revenue
(o)31.205-15 Fines,Penalties and Mischarging Costs
(p)31.205-41 Taxes
(q)See DEEI Office Allocatin Worksheet
(r)See Corp Allocation DEA to Onsite
(s)Remove Special Equip costs for use in Billable Equipment Rate
(t)31.205-27 Organization Costs
93
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
David Evans and Associates,Inc.
SCHEDULE OF INDIRECT COSTS
Year ended October 31,2015
Direct Unallowable Costs
Cost Costs Net of FAR
Description Total Cost eliminations elminations elminations reference
labor Burden:
Holiday Pay $ 1,411,046 $ - $ - $ 1,411,046
Sick Pay 1,041,292 - - 1,041,292
Vacation Paid 3,650,381 - - 3,650,381 -
Termination/Severance 58,837 - - 58,837
New Employee Signing Pay 80,679 - (80,679) - 15
Vacation Accrual (858,064) - - (858,064)
Vacation Cash Out 658,940 - - 658,940
DOL Compliance Labor 55,545 - - 55,545
PTO 203,260 203,260
Group Medical 5,416,091 - - 5,416,091 -
Group Life Ins 23,088 - - 23,088
Workers'Comp Ins. 269,727 - - 269,727
FICA&PR Taxes 3,781,014 - - 3,781,014
SUTA&State PR Taxes 763,004 - - 763,004
Union Benefits 705,196 - - 705,196
Civic Duty Labor 20,876 - - 20,876
Officer Supp Comp 577,538 - - .577,538
Other Payroll Related Costs 79,000 - - 79,000 -
Public Relations Calculated Fringe Elimination (344,755) (344,755) 1
FRINGE BENEFITS 17,937,448 (425,434) 17,512,014
GENERAL OVERHEAD
Indirect Labot 18,460,494 (449,653) (1,115,646) 16,895,194 1,9
Salary Variance (861,163) 7,071 41,912 (812,180) 1
Occupancy 7,033,717 - (566,009) 6,467,708 10,16
Communications 823,801 - (44,930) 778,871 16
Equipment (501,867) 501,867 - -
Supplles 512,521 (182,429) - 330,092 18
Service Contracts 631,971 - - 631,971
Publications and Memberships 265,857 - (350) 265,507 12
Computer and Printer Costs 842,706 - - 842,706
Vehicle Expense 1,956,033 (459,555) (9,844) 1,486,634 4,17
General and Administrative _ 727,861 - (54,887) 672,974 3,4
Public Relations 242,501 - (242,501) - 1
Selling Expense 511,438 -- (19,029) 492,410 3,4,12
Training Expense 345,003 - (24,720) 320,282 3,4
Employee Recruiting and Retention 579,696 - (360,981) 218,715 2,3
Professional Services 691,832 - - 691,832
Business Insurance 1,122,388 - ` (6,694) 1,115,694 7
Taxes,Licenses and Fees 650,542 - - 650,542
Depreciation and Amortization 1,686,740 - - 1,686,740
Bad Debt Expense 110,076 - (110,076) - 6
Contributions 192,554 - (192,554) - 5
Misc Expenses (6,017) - - (6,017)
Profit Sharing Expense 774,684 - (449,841) 324,843 8
401K and ESOP Contributions 3,106,347 - - 3,106,347
Reserves and Settlements 324,122 - (324,122) - 6
Interest Expense 210,658 - (210,658) - 11
Discounts Taken (80) - - (80)
Finance Charges 3,727 - (3,727) - 11
Gain/Loss on Sale of Fixed Assets (28,107) - - (28,107)
Deferred Compensation (146246) - - (146246)
Mae Other Income/Expense (832) - (556) (1,388) 14
Rental kicome-External (4,406) - (4,406)
Income Taxes 1;792,066 - (1,792,066) - 13
Support Services Allocation (200,432) (200,432)
Total General Overhead Expense 41,850,184 (582,699) (5,487,279) 35,780,205
Labor Burden and General
Overhead Expense Before Allocation $59,787,632 $ (582,699) $(5,912,713) $53,292220
DEEI Allocation(Home Office) 1,198,142 - (434,191) 763,952 1,3,5,7
DEA Corp Allocation to Onsite (2,437,484) 241,056 (2,196.429)
abor Burden and General Overhead Expense $58,548289 $ (582,699) _j(6,105,848) $51,859,743
Direct Labor 28,526,415 28,526,415
Overhead Expense Rate 205.24% 181.80%
Facilities Capital Cost of Money Rate 0.33%
Combined Overhead Expense and Facilities
Capital Cost of Money Rate 182.13%
The accompan3dng notes are an integral part of this schedule.
5
94
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inca
David Frans and Associates,Inc.
Cv0=fN1F_NTS CAN SCHEDULE OF INDIRECT COSTS
Year ended October 31,2015
1. Public Relations and Advertising-FAR 31.205-1
2. Employee morale-FAR 31.205-13
3. Alcohol-FAR 31.205-51
4. Excess travel costs-FAR 31.205-46
5. Contributions or donations-FAR 31.205-8
r
6. Bud debt-FAR 31.205-3
a
Officers'life.insurance- FAR 31.205-19
r
8. Bonuses paid not in accordance with established plan-FAR 31.205-6(t)
r
9. Compensation for personal services-FAR 31.205--6(p)
10. Gains on sale of capital assets-EAR 31205-16
r
11. Interest and other financial costs-FAR 31.2(}5-20
a�
12. Entertainment-FAR 31.205-14
11 Income taxes-FAR 31.205-41
s
14. Fines,penalties and mischatging costs-FAR 31.205-15
15. Signing bonuses-FAR 31.205-6(f)and FAR 31.201-4
16. Rent,idle facilities and idle capacity costs(including directly associated costs)-
FAR 31-205-36,FAR 31.205-17
1?. Personal mileage expenses-FAR 31.205-46
■
18. Excluded direct project costs(both billable and non billable)from indirect cost pool-FAR 31.202
The accompanying notes are an integral part of this schedule.
6
95
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates,InDavid Evans and Associates, Inc.
NOTES TO SCHEDULE OF INDIRECT COSTS-CONTINUED
October 31,2015
NOTE 1-SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES,Continued
Pension Plans
The Company has a 401(k)pension plan,meeting the requirements of FAR 31.205-60),to which it makes
annual contribution at the discretion of the board of directors. The amount of the Company's 401(k)
contribution included in the overhead pool for the current year was$1,242,604
Facilities Capital Cost of Money(FCCM)
The cost-of-money rate has been calculated in accordance with FAR 31.205-10,using average net book
values of equipment and facilities multiplied by the average treasury rate for the applicable period.
Equipment and facilities include furniture and fixtures, computer equipment, vehicles and leasehold
improvements. The numbers represented below relate only to the DEA division. The calculation was
made as follows:
Net book value of fixed assets $4,313,867
Average treasury rate 2.19%
Computed facilities capital 94,258
Direct labor base 28,524,415
Cost of money rate: 0.330%
NOTE 2-FEDERAL ACQUISITION REGULATIONS ELIMINATIONS
Public Relations and Advertising
Certain costs incurred for public relations and advertising were eliminated from the schedule of indirect
costs pursuant to FAR section 31.205-1. The costs are comprised of$931,708 of non-project labor,
$344,755 of payroll taxes and fringe benefits related to public relations,and$242,501 of public relations
and advertising expenses.
Travel and Entertainment
The schedule of indirect costs includes an elimination of $117,285 for travel specifically related to
entertainment,alcohol expenses,and excess travel costs which are disallowed pursuant to FAR sections
31.205-14,31.205-51,and 31.205-46,respectively.
Executive Compensation
The Company evaluates compensation paid to senior executives to ensure any excess of FAR 31.205-6(p')
is not included in the overhead rate. The Company compares executive compensation against a comparable
benchmark in accordance with the American Association of State Highway and Transportation Officials
("AASHTO") Accounting Guide.Based on this comparison,the amount of$183,938 was disallowed in
the Schedule of Indirect Costs.
8
96
Local Agency A&E Professional Services
Cost is Fixed Fee Consultant Agreement
Agreement Number:
Firm/Organization Legal Name (do not use dba's):
David Evans and Associates, Inc.
Address Federal Aid Number
1115 W.Bay Dr.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
Execution Date Completion Date
12/31/2017
1099 Form Required Federal Participation
Q Yes Q No [Z] Yes E] No
Project Title
Major Maintenance of Three Bridges, Construction Management Services
Description of Work
Construction Management Services for the Major Maintenance of Three Bridges project.
0 Yes 0 No DBE Participation Total Amount Authorized: 423,116.68
Yes 0 No MBE Participation Management Reserve Fund:
Yes Q No WBE Participation
o Maximum Amount Payable: 423,116.68
0 Yes 7.8% Q No SBE Participation
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
a Mauuidy 1113u1a1J%. ...use
use.
Exhibit I Alleged Consultant Design Error Procedures
Exhibit J Consultant Claim Procedures
Agreement Number:
Local AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14
Revised 311112016 97
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
9
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.
III. General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall
receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, 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 AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14
Revised 311112016 98
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 fine 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: If to CONSULTANT:
Name: Steve Carstens, P.E. Name: Mo Sheikhizadeh,P.E.
Agency: City of Tukwila Agency: David Evans and Associates, Inc.
Address: 6300 Southcenter Blvd Ste 100 Address: 1115 West Bay Drive NW, Suite 301
City: Tukwila State: WA Zip: 98188 City: Olympia State: WA Zip: 98502
Email: steve.carstens@tukwila.wa.gov Email: mxsh@deainc.com
Phone: 206-431-2446 ext. 1646 Phone: 360-888-7551 (c) 360-628-5005 (o)
Facsimile: Facsimile:
IV. Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing
by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this
AGREEMENT 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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 3 of 14
Revised 311112016 99
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.
1. 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 WSDOT's 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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14
Revised 311112016 100
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."
5. Management Reserve Fund (MRF): The AGENCY may desire to establish 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,
"Extra Work."
6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the
CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this
AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and
the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in
Section XIII, "Extra 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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14
Revised 311112016 101
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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14
Revised 311112016 102
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 • Civil Rights Restoration Act of 1987
(42 U.S.C. Chapter 21 Subchapter V § 2000d (Public Law 100-259)
through 2000d-4a) • American with Disabilities Act of 1990
• Federal-aid Highway Act of 1973 (42 U.S.C. Chapter 126 § 12101 et. seq.)
(23 U.S.C. Chapter 3 § 324) • 23 CFR Part 200
• Rehabilitation Act of 1973 • 49 CFR Part 21
(29 U.S.C. Chapter 16 Subchapter V § 794) • 49 CFR Part 26
• Age Discrimination Act of 1975 • RCW 49.60.180
(42 U.S.C. Chapter 76 § 6101 et. seq.)
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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14
Revised 311112016 103
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."
L 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 parry 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:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14
Revised 311112016 104
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 AGENCY'S, their agents', officers'and employees' failure to comply
with specific written instructions regarding use provided to STATE and/or AGENCY,their agents, officers and
employees by the CONSULTANT, its 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 between the Parties.
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14
Revised 311112016 105
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"AIs"), 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 AIs 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 AIs. 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: Steve Carstens, P.E.
Agency: City of Tukwila
Address: 6300 Southcenter Boulevard, Suite 100
City: Tukwila State: WA Zip: 98188
Email: steve.carstens @tukwila.wa.gov
Phone: 206-431-2446 ext. 1646
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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14
Revised 311112016 106
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.
VI. 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 III "General
Requirements"prior to its performance of any SERVICES under this AGREEMENT.
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14
Revised 311112016 107
VII. 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
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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14
Revised 311112016 108
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 CONSUL'T'ANT 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 AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14
Revised 311112016 109
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.
February 1, 2017
Signature Date
Signature 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 A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14
Revised 311112016 110
Exhibit A
City of Tukwila
Major Maintenance of Three Bridges
Construction Management Services
SCOPE OF SERVICES
This Scope of Services (SCOPE)provides construction management Major Maintenance of Three
Bridges project(PROJECT) during construction.
Project Description, Scope of Services, and Duration of Contract
Project Description
The work included within this SCOPE is for David Evans and Associates, Inc. (CONSULTANT) to
provide construction management services to the City of Tukwila (AGENCY) for THE PROJECT. This
work includes rehabilitation of Frank Zepp and Beacon Avenue Bridges and seismic retrofit of the Grady
Way Bridge.
Scope of Services
The CONSULTANT will provide construction management services during the construction phase of the
PROJECT. These services shall include preparation of a record of materials (ROM) list, supplementing
AGENCY with a resident engineer (RE), a construction inspector- (CI), contract documentation staff,
WSDOT shop inspection, and materials sampling and testing services.
Duration of Contract
The construction contract duration is assumed to be 150 working days at 9 hours/day for the Construction
Inspector.
Work beyond the time frame mentioned above would be considered Extra Work as a supplement to this
agreement.
Section 1.0 Frank Zepp Construction Management Services
1.1 Resident Engineering Construction Management Services
The CONSULTANT shall provide a resident engineer (RE) for the duration of the contract to the
AGENCY. The RE oversees construction activities and provides supervision over inspection, contract
changes, project documentation, contract schedule, contract disputes, WSDOT inspection coordination,
and material sampling and testing. The RE reports directly to the AGENCY Project Manager. The RE
will perform tasks as described below:
1.1.1 Pre-construction Meeting
• Attend pre-construction meeting,prepare agenda, lead the meeting, and provide meeting notes.
Davide Evans and Associates,Inc. 1 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
111
1.1.2 Coordination and Management of Subconsultant
• Coordinate and manage subconsultants.
1.1.3 Daily Oversight of Construction Activities
• Coordinate responses to contractor's Requests for Information(RFIs)(up to 10 RFIs total)
• Provide draft responses to contractor RFI's for approval by the AGENCY
• Oversee construction activities for compliance with the Contract
• Monitor Contractor's activities for compliance with all regulatory, environmental,permit and
material requirements, including: (Noted in IDR)
• NPDES Construction Permit(TESC and water quality requirements)
• ROM requirements
• Adherence(or non-adherence)to HPA permit(Frank Zepp)
• Assist AGENCY in the documentation and investigation of malfunctions, failures, or accidents
that may occur during construction. (Noted in IDR)
• Review CI's Inspector's Daily Reports(IDRs)
• Direct Contractor to promptly rectify any non-conforming work observed.
• Communicate with the AGENCY PM weekly or as needed
• Site visits for quality assurance compliance
• Provide direct supervision over DEA's construction management personnel including the Cl,
materials sampling and testing personnel,and design support.
• Maintain construction files using a format provided by AGENCY.
1.1.4 Review of Field Note Records (FNRs), Progress Estimates, and Invoicing
• Review FNRs,monthly progress estimates and invoicing
1.1.5 Weekly Contractor Meetings
• Prepare agenda and meeting notes and conduct weekly contractor meetings
1.1.6 Submittal Reviews and Management
• Review contractor submittals and responses to the contractor for contract compliance
• Identify any change to the Contract
• Prepare substantial completion and close out documentation as requested. This can include:
• Orderly transfer of field records and documents, including as-built drawings and
specifications.
• Resolution of outstanding contractual issues e.g. changes or claims.
• Assessment of liquidated damages,if any.
• Contractor's final payment.
• Document as-constructed conditions of the project for the eventual creation of the As-Built
Record Drawing. The Construction Contractor shall furnish a red-lined plan set to AGENCY at
the completion of the project; and the Consultant shall weekly verify the accuracy of the
Contractor's As-Built Record Drawings during construction.
Davide Evans and Associates,Inc. 2 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
112
• Respond and record decisions to questions which may arise regarding the quality,quantity and
acceptability of material furnished,work performed, and rate of progress of work performed by
Contractor. (Noted in IDR)
1.1.7 Coordination and Responses to the Contractor and Utilities
• Coordinate with Engineers of Record,Reviews and provide responses to Contractor's RFI's(up
to 10 total)
• Actively confirm Contractor's coordination of construction activities with adjacent property
owners,businesses, utilities and other agencies through review of the required Project Schedule
and notice forms.
• Facilitate utility coordination for existing and new utility improvements.
• Punch list. Upon substantial completion of work, coordinate with AGENCY and other affected
agencies,to perform a project inspection and develop a`punch list' of items to be completed.
1.1.8 Change Order Management and Coordination
• Manage contract risks and disputes
• Review and make recommendations on change orders, includes review of contractors cost
proposal.
• Evaluate and manage changes to the contract and oversee change order preparation with the
AGENCY's approval.
• Assist in claim evaluation at AGENCY's request
• Issue Correction Notices and Stop work Notices when appropriate and as approved by the
AGENCY.
• Track Change Orders and Force Account activities for appropriate reimbursement and Time
Impact Analysis. (Noted in IDR)
1.1.9 Review and Monitoring of Schedule
• Monitor Contractor's schedule and requests requires updating
Deliverables:
As identified in 1.1.1 to 1.1.9 above.
Assumptions:
The AGENCY will provide timely direction to the RE for contract changes and risk management.
Number of dispute management cases and change orders is assumed to be a total of three under $50K
each.
1.2 Field Inspection for Quality Control
The CONSULTANT shall provide an on-site construction inspector (CI) to the AGENCY for
construction management and inspection services for the PROJECT. In addition, an expert field inspector
shall be provided during painting and an expert inspector shall observe the polyester deck overlay during
placement. The Cl will perforn tasks as described below:
Davide Evans and Associates,Inc. 3 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
113
1.2.1 Contract Documents Review
• Review contract documents prior to pre-construction meeting.
1.2.2 Pre-construction Meeting
• Attend Pre-construction meeting.
1.2.3 Daily Site Observation
• Photograph daily construction progress;
• Serve as primary project contact for the Contractor;
• Attend Contractor's safety meetings;
• Coordinate with utilities;
• Field verify materials delivered to the site;
• Provide field directives as required with prior approval by AGENCY
• Communicate with stakeholders;
• Manage quality assurance;
• Coordinate materials sampling and testing with sub-consultant;
• Act as daily contact with the Contractor;
• Conduct field inspection and prepare daily inspection reports(IDRs);
• Conduct wage interviews;
• Maintain Field Note Records for pay quantities and submit monthly summary to the AGENCY
for pay requests;
• Coordinate engineering support services as needed;
• Prepare punch list(s);
• Inform the RE and AGENCY PM immediately of any potential changes to the contract(Cl will
have no approval authority for contract changes);
• Track prevailing wages; and
• Monitor the site for environmental compliance and BMPs.
1.2.4 Special Inspection (TranTech)
• Polyester overlay inspection will be conducted by specialized inspectors:
• Paint inspection will be conducted by specialized inspectors.
Deliverables
As described above 1.2.1-1.2.4
Assumptions
The AGENCY will provide the following:
• AGENCY PM or representative attends weekly meetings;
• Prepare and process pay requests from quantities received from the Cl;
• AGENCY retains full approval authority for contract changes.
1.3 Contract Documentation
The CONSULTANT shall provide a documentation coordinator for compliance with federally funded
project.
Davide Evans and Associates,Inc. 4 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
114
1.3.1 Documentation Coordination
The documentation coordinator will perform the following tasks:
• Daily filing of IDRs;
• Administration of contractor sublets and approval;
• Submittal log development and tracking;
• ROM maintenance;
• Preparation of monthly progress payments;
• Monitors use of foreign steel;
• Prepares change orders under RE's supervision;
• Document contractors certified payrolls.
• Maintain construction files using a format provided by AGENCY.
1.3.2 ROM Development
• The CONSULTANT shall prepare a Record of Materials(ROM) for the PROJECT for use during
construction by the AGENCY. The ROM will be submitted to WSDOT. The ROM will follow
the format provided by WSDOT.
1.4 Materials Sampling and Testing
Materials inspection and testing will be provided by the CONSULTANT's subconsultant Mayes Testing
Engineers Inc. (MTE). MTE's laboratories are in full confonnance with ASTM E-329 "Recommended
Practice for Independent Testing & Inspection Agencies." All personnel are under direct supervision of
Washington State and Oregon State Registered Professional Engineers as required by E-329. Also, as
required by ASTM E-329, our laboratory has been inspected and approved by the American Association
for Laboratory Accreditation (A2LA), Washington State Department of Transportation (WSDOT),
Oregon Department of Transportation (ODOT) and the US Army Corps of Engineers. Its A2LA
Accreditation complies with ISO/IEC 17025.2005. The material samples and testing will be conducted
by Washington Association of Building Officials (WABO) WABO-certified senior special inspectors.
CONSULTANT will coordinate on-site testing as necessary.
The inspection testing includes:
• Soil Compaction Testing
• Reinforced Concrete Inspection and Testing
• Hot Mix Asphalt Testing
• Welding Inspection
Assumptions:
Any pre-fabricated steel items will be fabricated at a local Puget Sound or Portland area fabrication shop.
1.5 WSDOT Shop Inspection
WSDOT is expected to provide shop fabrication inspection for steel beams, brackets and bearings. This
service will include validation of materials origin (CMO) to comply with use of domestic steel.
CONSULTANT will coordinate offsite fabrication inspection with relevant independent testing authority
Davide Evans and Associates,Inc. 5 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
115
Section 2.0 Beacon Avenue Construction Management Services
2.1 Resident Engineering Construction Management Services
The CONSULTANT shall provide a resident engineer (RE) for the duration of the contract to the
AGENCY. The RE oversees construction activities and provides supervision over inspection, contract
changes, project documentation, contract schedule, contract disputes, and material sampling and testing.
The RE reports directly to the AGENCY Project Manager.The RE will perform tasks as described below:
2.1.1 Pre-construction Meeting
• Attend pre-construction meeting,prepare agenda, lead the meeting, and provide meeting notes.
2.1.2 Coordination and Management of Subconsultants
• Coordinate and manage subconsultant
2.1.3 Daily Oversight of Construction Activities
• Coordinate responses to contractor's Requests for Information(RFIs)(up to 10 RFIs total)
• Provide draft responses to contractor RFI's for approval by the AGENCY
• Oversee construction activities for compliance with the Contract
• Monitor Contractor's activities for compliance with all regulatory, environmental,permit and
material requirements, including: (Noted in IDR)
• NPDES Construction Permit(TESL and water quality requirements).
• ROM requirements.
• Assist AGENCY in the documentation and investigation of malfunctions, failures, or accidents
that may occur during construction. (Noted in IDR)
• Review CI's Inspector's Daily Reports(IDRs)
• Direct Contractor to promptly rectify any non-conforming work observed.
• Communicate with the AGENCY PM weekly or as needed
• Site visits for quality assurance compliance
• Provide direct supervision over DEA's construction management personnel including the Cl,
materials sampling and testing personnel, and design support.
• Maintain construction files using a format provided by AGENCY.
• Punch list. Upon substantial completion of work, coordinate with AGENCY and other affected
agencies,to perform a project inspection and develop a`punch list' of items to be completed.
2.1.4 Review of Field Note Records (FNRs), Progress Estimates, and Invoicing
• Review FNRs and monthly progress estimates
2.1.5 Weekly Contractor Meetings
• Prepare agenda and meeting notes and conduct weekly contractor meetings
2.1.6 Submittal Reviews and Management
• Review contractor submittals and responses to the contractor for contract compliance
• Identify any change to the Contract
• Prepare substantial completion and close out documentation as requested. This can include:
Davide Evans and Associates,Inc. 6 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
116
• Orderly transfer of field records and documents, including as-built drawings and
specifications.
• Resolution of outstanding contractual issues e.g. changes or claims.
• Assessment of liquidated damages,if any.
• Contractor's final payment.
• Document as-constructed conditions of the project for the eventual creation of the As-Built
Record Drawing. The Construction Contractor shall furnish a red-lined plan set to AGENCY at
the completion of the project; and the Consultant shall weekly verify the accuracy of the
Contractor's As-Built Record Drawings during construction.
• Respond and record decisions to questions which may arise regarding the quality, quantity and
acceptability of material furnished,work performed, and rate of progress of work performed by
Contractor. (Noted in IDR)
2.1.7 Coordination and Responses to the Contractor and Utilities
• Coordinate with Engineers of Record,Reviews and provide responses to Contractor's BFI's(up
to 10 total)
• Actively confirm Contractor's coordination of construction activities with adjacent property
owners,businesses,utilities and other agencies through review of the required Project Schedule
and notice forms.
• Facilitate utility coordination for existing and new utility improvements.
• Punch list. Upon substantial completion of work, coordinate with AGENCY and other affected
agencies,to perform a project inspection and develop a`punch list' of items to be completed.
2.1.8 Change Order Management and Coordination
• Manage contract risks and disputes
• Review and make recommendations on change orders,includes review of contractors cost
proposal.
• Evaluate and manage changes to the contract and oversee change order preparation with the
AGENCY's approval.
• Assist in claim evaluation at AGENCY's request
• Issue Correction Notices and Stop work Notices when appropriate and as approved by the
AGENCY.
• Track Change Orders and Force Account activities for appropriate reimbursement and Time
Impact Analysis. (Noted in IDR)
2.1.9 Review and Monitoring of Schedule
• Monitor Contractor's schedule and requests requires updating
Deliverables:
As identified in 2.1.1 to 2.1.9 above.
Davide Evans and Associates,Inc. 7 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
117
Assumptions:
The AGENCY will provide timely direction to the RE for contract changes and risk management.
Number of dispute management cases and change orders is assumed to be a total of three under $50K
each.
2.2 Field Inspection for Quality Control
The CONSULTANT shall provide an on-site construction inspector (CI) to the AGENCY for
construction management and inspection services for the PROJECT. In addition, an expert field inspector
shall be provided during painting and an expert inspector shall observe the polyester deck overlay during
placement. The Cl will perform tasks as described below:
2.2.1 Contract Documents Review
• Review contract documents prior to pre-construction meeting.
2.2.2 Pre-construction Meeting
• Attend Pre-construction meeting.
2.2.3 Daily Site Observation
• Photograph daily construction progress;
• Serve as primary project contact for the Contractor;
• Attend Contractor's safety meetings;
• Coordinate with utilities;
• Field verify materials delivered to the site;
• Provide field directives as required with prior approval by AGENCY
• Communicate with stakeholders;
• Manage quality assurance;
• Coordinate materials sampling and testing with sub-consultant;
• Act as daily contact with the Contractor;
• Conduct field inspection and prepare daily inspection reports(IDRs);
• Conduct wage interviews;
• Maintain Field Note Records for pay quantities and submit monthly summary to the AGENCY
for pay requests; '
• Coordinate engineering support services as needed;
• Prepare punch list(s);
• Inform the RE and AGENCY PM immediately of any potential changes to the contract(Cl will
have no approval authority for contract changes);
• Track prevailing wages; and
• Monitor the site for environmental compliance and BMPs.
2.2.4 Special Inspection (TranTech)
• Polyester overlay inspection will be conducted by specialized inspectors;
• Paint inspection will be conducted by specialized inspectors.
Davide Evans and Associates,Inc. 8 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
118
Deliverables
As described above 2.2.1-2.2.4
Assumptions
The AGENCY will provide the following:
• AGENCY PM or representative attends weekly meetings;
• Prepare and process pay requests from quantities received from the CI;
• AGENCY retains full approval authority for contract changes.
2.3 Contract Documentation
The CONSULTANT shall provide a documentation coordinator for compliance with federally funded
project.
2.3.1 Documentation Coordination
The documentation coordinator will perform the following tasks:
• Daily filing of IDRs;
• Administration of contractor sublets and approval;
• Submittal log development and tracking;
• ROM maintenance;
• Preparation of monthly progress payments;
• Monitors use of foreign steel;
• Prepares change orders under RE's supervision;
• Documents contractors certified payrolls.
• Maintain construction files using a format provided by AGENCY.
2.3.2 ROM Development
• The CONSULTANT shall prepare a Record of Materials(ROM)for the PROJECT for use during
construction by the AGENCY. The ROM will be submitted to WSDOT. The ROM will follow
the format provided by WSDOT.
2.4 Materials Sampling and Testing
Materials inspection and testing will be provided by the CONSULTANT's subconsultant Mayes Testing
Engineers Inc. (MTE). MTE's laboratories are in full conformance with ASTM E-329 "Recommended
Practice for Independent Testing & Inspection Agencies." All personnel are under direct supervision of
Washington State and Oregon State Registered Professional Engineers as required by E-329. Also, as
required by ASTM E-329, our laboratory has been inspected and approved by the American Association
for Laboratory Accreditation (A21,A), Washington State Department of Transportation (WSDOT),
Oregon Department of Transportation (ODOT) and the US Army Corps of Engineers. Its A2LA
Accreditation complies with ISOJEC 17025.2005. The material samples and testing will be conducted
by Washington Association of Building Officials(WABO)WABO-certified senior special inspectors.
The inspection testing includes:
• Soil Compaction Testing
• Reinforced Concrete Inspection and Testing
Davide Evans and Associates,Inc. 9 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
119
• Hot Mix Asphalt Testing
• Welding Inspection
Assumptions:
Any pre-fabricated steel items will be fabricated at a local Puget Sound or Portland area fabrication shop.
2.5 WSDOT Shop Inspection
WSDOT is expected to provide shop fabrication inspection for steel beams, brackets and bearings. This
service will include validation of materials origin (CMO) to comply with use of domestic steel.
CONSULTANT will provide coordination with WSDOT.
Section 3.0 Grady Way Construction Management Services
3.1 Resident Engineering Construction Management Services
The CONSULTANT shall provide a resident engineer (RE) for the duration of the contract to the
AGENCY. The RE oversees construction activities and provides supervision over inspection, contract
changes, project documentation, contract schedule, contract disputes, and material sampling and testing.
The RE reports directly to the AGENCY Project Manager.The RE will perform tasks as described below:
3.1.1 Pre-construction Meeting
• Attend pre-construction meeting,prepare agenda, lead the meeting, and provide meeting notes.
3.1.2 Coordination and Management of Subconsultants
• Coordinate and manage subconsultant
3.1.3 Daily Oversight of Construction Activities
• Coordinate responses to contractor's Requests for Information(RFIs)(up to 10 RFIs total)
• Provide draft responses to contractor RFI's for approval by the AGENCY
• Oversee construction activities for compliance with the Contract
• Monitor Contractor's activities for compliance with all regulatory,environmental,permit and
material requirements, including: (Noted in IDR)
• NPDES Construction Permit(TESL and water quality requirements).
• ROM requirements.
• Assist AGENCY in the documentation and investigation of malfunctions, failures, or accidents
that may occur during construction. (Noted in IDR)
• Review CI's Inspector's Daily Reports(IDRs)
• Direct Contractor to promptly rectify any non-conforming work observed.
• Communicate with the AGENCY PM weekly or as needed
• Site visits for quality assurance compliance
• Provide direct supervision over DEA's construction management personnel including the Cl,
materials sampling and testing personnel, and design support.
• Maintain construction files using a format provided by AGENCY.
Davide Evans and Associates,Inc. 10 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
120
• Punch list. Upon substantial completion of work, coordinate with AGENCY and other affected
agencies,to perform a project inspection and develop a `punch list' of items to be completed.
3.1.4 Review of Field Note Records (FNRs), Progress Estimates, and Invoicing
• Review FNRs and monthly progress estimates
3.1.5 Weekly Contractor Meetings
• Prepare agenda and meeting notes and conduct weekly contractor meetings
3.1.6 Submittal Reviews and Management
• Review contractor submittals and responses to the contractor for contract compliance
• Identify any change to the Contract
• Prepare substantial completion and close out documentation as requested. This can include:
• Orderly transfer of field records and documents, including as-built drawings and
specifications.
• Resolution of outstanding contractual issues e.g. changes or claims.
• Assessment of liquidated damages, if any.
• Contractor's final payment.
• Document as-constructed conditions of the project for the eventual creation of the As-Built
Record Drawing. The Construction Contractor shall furnish a red-lined plan set to AGENCY at
the completion of the project; and the Consultant shall weekly verify the accuracy of the
Contractor's As-Built Record Drawings during construction.
• Respond and record decisions to questions which may arise regarding the quality, quantity and
acceptability of material furnished,work performed, and rate of progress of work performed by
Contractor. (Noted in IDR)
3.1.7 Coordination and Responses to the Contractor
• Coordinate with Engineers of Record,Reviews and provide responses to Contractor's RFI's(up
to 10 total)
• Actively confirm Contractor's coordination of construction activities with adjacent property
owners,businesses,utilities and other agencies through review of the required Project Schedule
and notice forms.
• Facilitate utility coordination for existing and new utility improvements.
• Punch list. Upon substantial completion of work,coordinate with AGENCY and other affected
agencies,to perform a project inspection and develop a`punch list' of items to be completed.
3.1.8 Change Order Management and Coordination
• Manage contract risks and disputes
• Review and make recommendations on change orders, includes review of contractors cost
proposal.
• Evaluate and manage changes to the contract and oversee change order preparation with the
AGENCY's approval.
• Assist in claim evaluation at AGENCY's request
• Issue Correction Notices and Stop work Notices when appropriate and as approved by the
AGENCY.
Davide Evans and Associates,Inc. 11 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
121
• Track Change Orders and Force Account activities for appropriate reimbursement and Time
Impact Analysis. (Noted in IDR)
3.1.9 Review and Monitoring of Schedule
• Monitor Contractor's schedule and requests requires updating
Deliverables:
As identified in 3.1.1 to 3.1.9 above.
Assumptions:
The AGENCY will provide timely direction to the RE for contract changes and risk management.
Number of dispute management cases and change orders is assumed to be a total of three under $50K
each.
3.2 Field Inspection for Quality Control
The CONSULTANT shall provide an on-site construction inspector (CI) to the AGENCY for
construction management and inspection services for the PROJECT. In addition, an expert field inspector
shall be provided during painting and an expert inspector shall observe the polyester deck overlay during
placement. The Cl will perform tasks as described below:
3.2.1 Contract Documents Review
• Review contract docu vents prior to pre-construction meeting.
3.2.2 Pre-construction Meeting
• Attend Pre-construction meeting.
3.2.3 Daily Site Observation
• Photograph daily construction progress;
• Serve as primary project contact for the Contractor;
• Attend Contractor's safety meetings;
• Coordinate with utilities;
• Field verify materials delivered to the site;
• Provide field directives as required with prior approval by AGENCY
• Communicate with stakeholders;
• Manage quality assurance;
• Coordinate materials sampling and testing with sub-consultant;
• Act as daily contact with the Contractor;
• Conduct field inspection and prepare daily inspection reports(IDRs);
• Conduct wage interviews;
• Maintain Field Note Records for pay quantities and submit monthly summary to the AGENCY
for pay requests;
• Coordinate engineering support services as needed;
• Prepare punch list(s);
• Inform the RE and AGENCY PM immediately of any potential changes to the contract(Cl will
have no approval authority for contract changes);
Davide Evans and Associates,Inc. 12 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
122
• Track prevailing wages; and
• Monitor the site for environmental compliance and BMPs.
As described above 2.2.1-2.2.3
Assumptions
The AGENCY will provide the following:
• AGENCY PM or representative attends weekly meetings;
• Prepare and process pay requests from quantities received from the Cl;
• AGENCY retains full approval authority for contract changes.
3.3 Contract Documentation
The CONSULTANT shall provide a documentation coordinator for compliance with federally funded
proj ect.
3.3.1 Documentation Coordination
The documentation coordinator will perform the following tasks:
• Daily filing of IDRs;
• Administration of contractor sublets and approval;
• Submittal log development and tracking;
• ROM maintenance;
• Preparation of monthly progress payments;
• Monitors use of foreign steel;
• Prepares change orders under RE's supervision;
• Documents contractors certified payrolls;
• Maintain construction files using a format provided by AGENCY.
3.3.2 ROM Development
• The CONSULTANT shall prepare a Record of Materials(ROM) for the PROJECT for use during
construction by the AGENCY. The ROM will be submitted to WSDOT. The ROM will follow
the format provided by WSDOT.
3.4 WSDOT Shop Inspection
WSDOT is expected to provide shop fabrication inspection for steel beams, brackets and bearings. This
service will include validation of materials origin(CMO)to comply with use of domestic steel.
Davide Evans and Associates,Inc. 13 Scope of Services
Major Maintenance of Three Bridges,Construction Management Services January 31,2017
123
Exhibit
DBE Participation
TranTech,LLC is an SBE (7.8%)per Federal definition.
Agreement Number:
WSDOT Form 140-089 EF Exhibit B Page 1 of 1
Revised 1013012014 124
Exhibit
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
All survey data and design files will be submitted to AGENCY-provided standards when specified.
B. Roadway Design Files
All survey data and design files will be submitted to AGENCY-provided standards when specified.
C. Computer Aided Drafting Files
All survey data and design files will be submitted to AGENCY-provided standards when specified.
Agreement Number:
WSDOT Form 140-089 EF Exhibit C Page 1 of 4
Revised 1013012014 125
D. Specify the Agency's Right to Review Product with the Consultant
The Agency has the right to review product with Consultant throughout the course of the Project. Standard
formats are identified in Exhibit A.
E. Specify the Electronic Deliverables to Be Provided to the Agency
As described in Exhibit A.
F. Specify What Agency Furnished Services and Information Is to Be Provided
As described in Exhibit A.
Agreement Number:
WSDOT Form 140-089 EF Exhibit C Page 2 of 4
Revised 1013012014 126
II_ Any Other Electronic Files to Be Provided
None.
III. Methods to Electronically Exchange Data
Microsoft Outlook(email),FTP site, CD's/DVD's , flash drives, ProjectWise if necessary.
WSDOT Form 140-089 EF Exhibit C Page 3 of 4
Revised 1013012014 127
A. Agency Software Suite
Unknown
B. Electronic Messaging System
Microsoft Outlook
C. File Transfers Format
Unknown
WSDOT Form 140-089 EF Exhibit C Page 4 of 4
Revised 1013012014 128
Exhibit D
Prime Consultant Cost Computations
City of Tukwila
Major Maintenance of Three Bridges, Construction Management Services
Budget No. 104.98.595.800.41.00
Summary of Construction Management Services
Total Construction
Management Current
Services FEE Proportions
Frank Zepp $240,490.87 56.84%
Beacon Avenue $163,253.20 38.58%
Grady Way $19,372.61 4.58%
TOTAL CONSTRUCTION $423,116.68
MANAGEMENT SERVICES ALL
THREE BRIDGES
129
Frank Zepp
Exhibit D
Prime Consultant Cost Computations
Exhibit D-1.1
City of Tukwila
Major Maintenance of Three Bridges,Construction Management Services
FRANK ZEPP
Budget No. 104.98.595.800.41.00
David Evans and Associates,Inc. 1 2 3 4 97
z i
w
Nt tt3 ,
C
E N 1
p' d • "� ..E X
6, 3 kr
Work
Work Element# DEA
direct rates. $72.00 $33 00
t a ti T ( dta1 ToteI Tp1al {ltttl r2rta 7 �
i W
1.1 RE Construction-Management Services_ _ 4
1.1.1 Pre-Construction Including Agenda- 7 $1,572 8
--- -- - - „
1.12 Subconsultant Coordination 9 $2,021
1.1.3 Daily Oversi ht of Construction Activities 136 13i $30,533 8
-- - — ---
1.1.4 FNR Reviews,Progress Estimate Reports and Invoicing- - 23- 3 8 34 $6,342
1.1.5 Weekly Contractor Meetin s 73 $16,389 0
1.1.6 Submittal Reviews and Management 37
1.1.7 Coordination and Respones to Contractor RFls 11 1l $2,470 �
1.1.8 Manages and Processes Change Orders 34 3�4 —_ $7,633 f2�" aol
1.1.9 Reviews and Monitors Contractors Schedule 11 1'I $2,470 t172"lu
} ,Wnrklg1negt2l 9 7dta7 3&- S 352 a ...
1.2 Field Inspection
1.2.1 Contract Documents Review 5 fr $565 ti 0.3°!0 '1
1.2.2 Preconstruction Meeting 2 2 $226 01a
1.2.3 Daily Site Observation and Preparation of FNR 822 & $92,915 ' B3 76
1.2.4 Special Inspections(Trantech-see Exhibit E1.1 for hours) _
EletnePt 229�r a
_ �ins
1.3 Contract Documentation
Documentation(RFIs,progress payments,Sublet approvals, h
1.3.1 Submittals Tracking,up to 10 C.O.s,ROM Maintenance) 297 _ 37 33 $_37,379
1.3.2 ROM Development and Management 14 $3,143
-- - --- --
>.
r .
1.4 Materials Te sting
- _ a
_ (Mayes Testing-see cost under Subconsultants,Exhibit E2.1)
1Afrk Element 1!1 fatal z
1.5 WSDOT Shop Inspection
See cost under"Direct Expenses",Exhibit D-2.1
Wink-Elettrent•1
Subconsultant Fees $26.658
EXPENSES $1,869 s ti
SALARY ESCALATION �-
PROJ'ECT WORK El'EMENTS TOTALS 341., ,1136': ,3;-". 34 ,;,,45„ 1 529: "x $24®;"491 100.00%
131
Exhibit D
Prime Consultant Cost Computations
City of Tukwila
Major Maintenance of Three Bridges, Construction Management Services
FRANK ZEPP
Exhibit D-2.1
David Evans and Associates,Inc.
Direct
Classification Hrs. x Rate = Cost
1 Construction Manager(CONM) 341 $ 72.00 $24,552
2 Construction Inspector(CINS) 1126 $ 36.25 $40,818
3 Executive Administrator(EXAD) 3 $ 38.00 $114
4 Managing Prof Engineer(MGPE) 14 $ 72.00 $1,008
5 Sr.Professional Engineer(SPEN) 0 $ 67.00 $0
6 Senior Bridge Engineer(SBEN) 0 $ 62.00 $0
7 Bridge Engineer(BREN) 0 $ 48.00 $0
8 Senior CADD Technician(SCAD) 0 $ 44.00 $0
9 CADD Technician(CADD) 0 $ 30.00 $0
17 Project Administrator(PADM) 45 $ 33.00 $1,485
18 0 $0
Total Hrs. 1529
Salary Cost $ 67,977
Salary Escalation Cost(estimated)
Escalation-%of Labor Cost 0% per year @ 0 year(s) $0
Total Salary Cost $ 67,977
Overhead Cost @ 181.82%of Direct Labor $ 123,595
Net Fee @ 30.0% of Direct Labor $ 20,393
Total Overhead&Net Fee Cost $ 143,988
Direct Expenses No. Unit Each Cost
Reproduction Costs
Copies 200 pages @ $0.06 /page $ 12.00
Reports 0 reports @ $15 /report $ -
Plans 0 sets @ $2 /set $ -
Parking 0 @ $8 $ -
WSDOT shop inspection 1 @ $1,750 $ 1,750.00
Mileage 200 miles @ $0.535 /mile $ 107.00
Subtotal $ 1,869
David Evans and Associates Total $ 213,833
Subconsultants
- W/DBE M/DBE Hrs $Total
Trantech,LLC 150 $ 18,896
Mayes Testing,Inc. 0 $ 7,762
Total 0.0% 0.0% 0.0% 150
Subconsultant Total 0% $ 26,658
Direct Expenses Sub-Total(including Subconsultants) $ 28,527
Total Costs $ 240,491
132
Exhibit E
Subconsultant Cost Computations
Exhibit E-1,1
City of Tukwila
Major Maintenance of Three Bridges,Construction Management Services
FRANK ZEPP
Trantech,LLC 1 z 3 4 s
2
co
N N �
Work
O
Element# Work Element,. n> `: s� "m . a H - Trantech,LLC Gobi t.�
direct rates: $36.00 $45.00 $65.00 $50.00
4~ --------- r S>
a xg _ t ', 11 �Ta1-s Tb't31' Tal
s�i>
1.2.4 S ecialIns ection �, '-
P P -- ------ ------- -- --
Paint Inspection _ 100 14 ` $12,188 $
------- -
4
Polyester Inspection - 50 $4,875
--- - - —
.�s
EXPENSES $1,832 T
- -- -- ---- - -- --- .._------------
- -
SALARY ESCALATION
tee:
PROIECTWORK ELEMENTS TOTAL`S; 50 460:s'"' 150 , $18 89fs;100.00%
133
Exhibit E
Subconsultant Cost Computations
City of Tukwila
Major Maintenance of Three Bridges, Construction Management Services
FRANK ZEPP
Exhibit E-1.2
Trantech, LLC
Direct
Classification Hrs. x Rate = Cost
1 Special Inspector 1 50 $ 36.00 $1,800
2 Special Inspector II 100 $ 45.00 $4,500
3 Senior Bridge Engineer 0 $ 65.00 $0
4 Bridge Engineer 0 $ 50.00 $0
5 Project Engineer/Scientist 0 $0
6 Engineer/Scientist 3 0 $0
7 Engineer/Scientist 2 0 $0
8 Engineer/Scientist 1 0 $0
9 Lead Tech 0 $0
10 Senior Technician 0 $0
11 Technician 0 $0
12 Word Processor 0 $0
Total Hrs. 150
Salary Cost $ 6,300
Salary Escalation Cost(estimated)
Escalation-%of Labor Cost 0% per year @ 0 year(s) $0
Total Salary Cost $ 6,300
Overhead Cost @ 140.85% of Direct Labor $ 8,874
Net Fee @ 30.0% of Direct Labor $ 1,890
Total Overhead&Net Fee Cost $ 10,764
Direct Expenses No. Unit Each Cost
Reproduction Costs
ea $ -
ea $ -
Plans 0 sets @ $2 /set $ -
Parking 10 @ $8 $ 80.00
Mail/Deliveries/Fed Ex 2 @ $20 $ 40.00
Mileage 3200 miles @ $0.535 /mile $ 1,712.00
Subtotal $ 1,832
Trantech, LLC Total $ 18,896
134
Exhibit E
Subconsultant Cost Computations
Exhibit E1.3
Mayes Testing Costs
SUBCONSULTANT FEE DETERMINATION 1/13/2017
DIRECT SALARY COSTS(DSC)
Personnel Hours Rate Cost
1 Project Manager 12 X $54.60 = $ 655
2 Soil Density Testing 20 X $28.50 = $ 570
3 Concrete Inspection 40 X $28.50 = $ 1,140
3 HMA Density Testing 20 X $28.50 = $ 570
4 Welding Inspection 32 X $29.50 = $ 944
Total Hours 92 Subtotal Direct Salary Costs(DSC)= $ 2,935
Salary Escalation(SE)= 5% of DSC= $ 147
Subtotal(DSC+SE)= $ 3,082
Overhead(OH) 191.26% of(DSC+SE)= $ 5,895
Fixed Fee(FF) 30.00% of(DSC+SE)= $ 925
TOTAL SALARY COSTS(DSC+SE+OH+FF)= $ 9,901
DIRECT NONSALARY COSTS(DNSC)
Soil Moisture Density 2 $225 $450
Concrete Compressive Test 50 $25 $1,250
WSDOT T606 Test 1 $550 $550
Seive Analysis 2 $225 $450
Sand Equivalent 1 $60 $60
Fractured Face Count 1 $75 $75
HMA Rice Density 2 $100 $200
TOTAL REIMBURSABLE EXPENSES(DNSC)= $ 3,035
TOTAL AUTHORIZED AMOUNT = $ 12,936
7,752 for Frank Zepp
PAYMENT 5,174 for Beacon Avenue
Services will be paid on a DSC multiplier equal to 3.213
Page 1 of 1
135
tseacomio%i Avenue
136
Exhibit D
Prime Consultant Cost Computations
Exhibit D-1.2
City of Tukwila
Major Maintenance of Three Bridges,Construction Management Services
BEACON AVENUE
Budget No.104.98.595.800.41.00
David Evans and Associates,Inc. 1 2 3 4 17
6 W .<
m
E
c;" c
`.2 2
Work
W
Element# Work Element `U• v•`" LU _m-
direct rates.. $72.00 $36.25 $38.00 $72.00 $34.00 _` z
2.1 RE Construction Management Services
2 1.1 Pre-Construction Including Agenda 5 $1,123
- - -- - - - -
- ---- —
2.1.2 Subconsultant Coordination 6 $1 347; v
-- -- -
2.1.3 Daily Oversi ht of Construction Activities 91 9t $20,430 M
2.1.4 FNR Reviews Progress Estimate Reports and Invoicn 15 3 6 z $4,359£ 3 a t4
2.1.5 49
$11,001
2.1.6--1 Submittal Reviews and Management 25 $5 613,°_
2.1.7 Coordination and Res ones to Contractor RFIs 8 $1,796 t5 �
2.1.8 Mana_9es and Processes Change Orders 23 3 $5 164 *
2.1.9 Reviews and Monitors Contractors Schedule 8 $1 796 ° ,
_ e
2.2 Field Inspection
2.2.1 Contract Documents Review 3 3 $339. 2 a
2.2.2 Preconstruction Meeting _ 2 2 '$226` � y
— - - --- - -
2.2.3 Daily Site Observation and Preparation of FNR 554 X54 $62,621 i
-- - - - -- ---- - - -- r -
2.2.4 (TranTech-see cost under Subconsultants Exhibit D2.2) -_ y
- rkleeLtt27 3bffit ? £ r 54191'.
2.3 Contract Documentation
tA
Documentation(RFIs,progress payments,Sublet approvals, 1
t
2.3.1 Submittals Tracking up to 10 C_O.s,ROM Maintenance) _- Z00 25 } $25 257
2.3.2 ROM Development and Management 9 $2 021
-- -- - -
F .v
�.
2.4 Materials Testing -
{
(Mayes Testing-see cost under Subconsultants,Exhibit D2.2)
Cr
� t
„ Mori Etnertfi2 3TOtaP
2.5 WSDOT Shop Inspection
See cost under Direct Expenses Exhibit D-2.2
Wdllf EIYt»etrt? tot81
Subconsultant Fees $19 094 c
EXPENSES
$1,066
SALARY ESCALATION
PBOJ ECT,INORK ELGIVI EN TS°TOTALS> 230 11132 '°$163,253 100.00'x.
137
Exhibit D
Prime Consultant Cost Computations
City of Tukwila
Major Maintenance of Three Bridges, Construction Management Services
BEACON AVENUE
Exhibit D-2.2
David Evans and Associates, Inc.
Direct
Classification Hrs. x Rate = Cost
1 Construction Manager(CONM) 230 $ 72.00 $16,560
2 Construction Inspector(GINS) 759 $ 36.25 $27,514
3 Executive Administrator(EXAD) 3 $ 38.00 $114
4 Managing Prof Engineer(MGPE) 9 $ 72.00 $648
17 Project Administrator(PADM) 31 $ 34.00 $1,054
18 0 $0
Total Hrs. 1032
Salary Cost $ 45,890
Salary Escalation Cost(estimated)
Escalation-%of Labor Cost 0% per year @ 0 year(s) $0
Total Salary Cost $ 45,890
Overhead Cost @ 181.82%of Direct Labor $ 83,437
Net Fee @ 30.0% of Direct Labor $ 13,767
Total Overhead&Net Fee Cost $ 97,204
Direct Expenses No. Unit Each Cost
Reproduction Costs
Copies 200 pages @ $0.06 /page $ 12.00
Reports 0 reports @ $15 /report $ -
Plans 0 sets @ $2 /set $ -
Parking 0 @ $8 $ -
WSDOT Shop Inspection 1 @ $1,000 $ 1,000.00
Mileage 100 miles @ $0.535 /mile $ 53.50
Subtotal $ 1,066
Prime Compensation for Subconsultant Cost
David Evans and Associates Total $ 144,159
Subconsultants
W/DB M/DBE Hrs Total
Trantech, LLC 110 $ 13,920
Mayes Testing, Inc. $ 5,174
Total 0.0% 0.0% 0.0% 110
Subconsultant Total 0% $ 19,094
Direct Expenses Sub-Total(including Subconsultants) $ 20,160
Total Costs $ 163,253
138
Exhibit E
Subconsultant Cost Computations
Exhibit E-2.1
City of Tukwila
Major Maintenance of Three Bridges, Construction Management Services
BEACON AVENUE
Trantech,LLC 1 2 3 4 s
o _
n 2
4
Work IV
Element Work Element rn rnt - .rn= '-�M a Trantech,LLC •Jxs1
direct rates: $36.00 $45.00 $05.00 1 $5 0.o0 -----
c � � Tai TAPat �'�lfat 7gSatt � Totat+ ? Totx6 �T�ta1
2.2.4 Special Inspection ,`
Paint Inspection 60 %89 $9,751� 5 y
Pdyester Inspection 30 351 $2,9 25 27T°�A '
. . IorkEle�e t?�2k ttal at3, L". r , i1�1 n �T6 Ad1
._....__-- ._.-.__.._
EXPENSES $1,244 .
SALARY ESCALATION 1'
P(tQ1ECF WORK ELEMENTS TOTALS ., 30. 8Q', 110 $13;920 100:00%'
139
Exhibit E
City of Tukwila Subconsultant Cost Computations
Major Maintenance of Three Bridges, Construction Management Services
BEACON AVENUE
Exhibit E-2.2
Trantech, LLC
Direct
Classification Hrs. x Rate = Cost
1 Special Inspector 1 30 $ 36.00 $1,080
2 Special Inspector II 80 $ 45.00 $3,600
3 Senior Bridge Engineer 0 $ 65.00 $0
4 Bridge Engineer 0 $ 50.00 $0
5 Project Engineer/Scientist 0 $0
6 Engineer/Scientist 3 0 $0
7 Engineer/Scientist 2 0 $0
8 Engineer/Scientist 1 0 $0
9 Lead Tech 0 $0
10 Senior Technician 0 $0
11 Technician 0 $0
12 Word Processor 0 $0
Total Hrs. 110
Salary Cost $ 4,680
Salary Escalation Cost(estimated)
Escalation-%of Labor Cost 0% per year @ 0 year(s) $0
Total Salary Cost $ 4,680
Overhead Cost @ 140.85% of Direct Labor $ 6,592
Net Fee @ 30.0% of Direct Labor $ 1,404
Total Overhead&Net Fee Cost $ 7,996
Direct Expenses No. Unit Each Cost
Reproduction Costs
MaterialsTesting(Mayes @
Testing) 0 $0 ea $ -
WSDOT Fabrication @
Inspection 0 $0 ea $ -
Plans 0 sets @ $2 /set $ -
Parking 10 @ $8 $ 80.00
Mail/Deliveries/Fed Ex 2 @ $20 $ 40.00
Mileage 2100 miles @ $0.535 /mile $ 1,123.50
Subtotal $ 1,244
Trantech, LLC Total $ 13,920
140
Exhibit E
Subconsultant Cost Computations
Exhibit E®2m
Mayes Testing Costs
SUBCONSULTANT FEE DETERMINATION 1/13/2017
DIRECT SALARY COSTS(DSC)
Personnel Hours Rate Cost
1 Project Manager 12 X $54.60 = $ 655
2 Soil Density Testing 20 X $28.50 = $ 570
3 Concrete Inspection 40 X $28.50 = $ 1,140
3 HMA Density Testing 20 X $28.50 = $ 570
4 Welding Inspection 32 X $29.50 = $ 944
Total Hours 92 Subtotal Direct Salary Costs(DSC)= $ 2,935
Salary Escalation(SE)= 5% of DSC= $ 147
Subtotal(DSC+SE)= $ 3,082
Overhead(OH) 191.26% of(DSC+SE)= $ 5,895
Fixed Fee(FF) 30.00% of(DSC+SE)= $ 925
TOTAL SALARY COSTS(DSC+SE+OH+FF)= $ 9,901
DIRECT NONSALARY COSTS(DNSC)
Soil Moisture Density 2 $225 $450
Concrete Compressive Test 50 $25 $1,250
WSDOT T606 Test 1 $550 $550
Seive Analysis 2 $225 $450
Sand Equivalent 1 $60 $60
Fractured Face Count 1 $75 $75
HMA Rice Density 2 $100 $200
TOTAL REIMBURSABLE EXPENSES(DNSC)= $ 3,035
TOTAL AUTHORIZED AMOUNT = $ 12,936
79762 for Frank Ze
PAYMENT 5,174 for Beacon Avenue
Services will be paid on a DSC multiplier equal to 3.213
Page 1 of 1
141
Grady Way
Exhibit D
Prime Consultant Cost Computations
Exhibit D-1.3
City of Tukwila
Major Maintenance of Three Bridges, Construction Management Services
GRADY WAY
Budget No.104.98.595.800.41.00
David Evans and Associates,Inc. t z 3 4 17
o
o �a w Q
o.`
4
C W R
W
o . c
0 0 ¢ o E
-
Work 0
Element# Work Element ..v v. , u . ; n N DE34 _ D_EA_ f
direct rates: $72.00 $36.25 1 $36.00 $72.00 $3400 t �'
Tats Toth T6ta1°` T 7otaC Tgtal Tote[ _ mil
2
3.1 RE Construction Management Services - -
3.1.1 Pre Construction Including Agenda 1 $225
- -- _-- — — -- --
3.1.2 Subconsultant Coordination 1 ( $225 � &
3.1.3 Daily Oversight of Construction Activities 13 33 $2,918 °b
3.1.4 FNR Reviews,Progress Estimate Reports and Invoicing 2 2 4 $ $1,110 �o,
3.1.5 Weekly Contractor Meetings 6 - $1;347 4P`s5
a"M:
3.1.6 Submittal Reviews and Management 3 - t ' $674 ,
3.1.7 Coordination and Respones to Contractor RFIs 1 r ( $225
3.1.8 Manages and Processes Change Orders -_--_- 3 3 $674
3.1.9 Reviews and Monitors Contractors Schedule 1 1 $225 36°i
-— -
a Work E6omettt3 7 TvCal } '` 2 ` o °n
-- - -----------
3.2 Fieell d Inspection
3.2.1 Contract Documents Review 1 $113
--- i t
3.2.2 Preconstruction Meeting 1 1 $113 °
3.2.3 IDaily Site Observation and Preparation of FNR 65 65 $7,347
T ' c
Uakk)?tepner 3 Total 61 ` $7,573 5tk 7fi '
Dccumentation o r 3.3.1 (RFls,progress payments,Sublet approvals,Submittals T 24 3 27 $3,031 tt S
—.._
3.3.2 ROMDevelocP ment and Management 1 h $225 13 v
h..
--
3.4 WSDOT Shop Inspection
See cost under"Direct Expenses",Exhibit D-2.3 a
-- _ n. gitp►IFrner�tfafa[ u
PRIME COMPENSATION FOR SuE.COSY --- ----- -" -------
EXPENSES $923
SALARY ESCALATION
PROJECT WORK'ELEMENTST,OTALS .. .;. �.: % . . °` 31 . 91'; "`27.
143
Exhibit D
Prime Consultant Cost Computations
City of Tukwila
Major Maintenance of Three Bridges, Construction Management Services
G RADY WAY
Exhibit D-2.3
David Evans and Associates, Inc.
Direct
Classification Hrs. x Rate = Cost
Construction Manager(CONM) 31 $ 72.00 $2,232
Construction Inspector(CINS) 91 $ 36.25 $3,299
Executive Administrator(EXAD) 2 $ 38.00 $76
Managing Prof Engineer(MGPE) 1 $ 72.00 $72
Sr.Professional Engineer(SPEN) 0 $ 67.00 $0
Senior Bridge Engineer(SBEN) 0 $ 62.00 $0
Bridge Engineer(BREN) 0 $ 48.00 $0
Senior CADD Technician(SCAR) 0 $ 44.00 $0
Project Administrator(PADM) 7 $ 34.00 $238
0 $0
Total Hrs. 132
Salary Cost $ 5,917
Salary Escalation Cost(estimated)
Escalation-%of Labor Cost 0% per year @ 0 year(s) $0
Total Salary Cost $ 5,917
Overhead Cost @ 181.82% of Direct Labor $ 10,758
Net Fee @ 30.0% of Direct Labor $ 1,775
Total Overhead&Net Fee Cost $ 12,533
Direct Expenses No. Unit Each Cost
Reproduction Costs
Copies 200 pages @ $0.06 /page $ 12.00
Reports 0 reports @ $15 /report $ -
Plans 0 sets @ $2 /set $ -
Parking 0 @ $8 $ -
WSDOT Shop Inspection 1 @ $750 $ 750.00
Mileage 300 miles @ $0.535 /mile $ 160.50
Subtotal $ 923
David Evans and Associates Total $ 19,373
Direct Expenses Sub-Total(including Subconsultants) $ 923
Total Costs $ 19,373
144
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
AYWashington a David O 264,10 5ociates, Inc.
Department of any rt i Ro.Box 473co
Lynn Peterson
Secretary of 7,rams, rtation TTY, I-BC 833-6388
tr�rr%t�>�tle�t.,��. cav
May 23,2016
David Evans &Associates, Inc.
179 W Sterling Pond Circle
The Woodlands,TX 77382
Subject: Acceptance FYE 2015 ICR—Cognizant Review
Dear Ms. Marie Fuzzell:
We have accepted your firms FYE 2015 Indirect Cost Rate (ICR) of 181.82% based
on the"Cognizant Review" from CDCT. 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 firin 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;
K. .C�NSO
Manager, Consultant Services Office
EKJ:ks
Aceeptance ICR Cognizant Review
145
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
Aft Washington State David Evans and Associates, Inc.
® Department of Transportation Memorandum
May 19,2016
TO: Erik Jonson,Contracting Services Manager
FROM: Schatzie Harvey,Agreement Compliance Audit Manager-%
SUBJECT: David Evans&Associates,Inc. Indirect Cost Rate
for Fiscal Year Ended October 31,2015
The Oregon Department of Transportation (ODOT)has concluded their cognizant review
of David Evans&Associates for the above referenced fiscal year. ODOT is the
Cognizant State for David Evans&Associates.As such,ODOT has performed its
cognizant review and accepted the audit performed by Grant Thornton,LLP,with some
minor exceptions.
Based on ODOT's acceptance of the David Evans&Associates Indirect Cost Rate,we
are issuing this memo establishing the David Evans&Associates rate for the fiscal year
ended October 31,2015 at 181.82%of direct labor(rate includes 0.33%Facilities Cost of
Capital).
Costs billed to agreements will still be subject to audit of actual costs,based on the terms
and conditions of the respective agreement.
If you have any questions, feel free to call me at(360)705-7006,or via email at
liarveysOwwsdot.wa.gov
f
f
i
Attachment
cc: Steve McKerney j
File
i`
4'
DOT Form 700.009 EF
Revised 5/99
46
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
Certification of Final Indirect Costs
Firm Dame:David Evans and Associates,Inc.
Indirect Cost Rate Proposal:181.49 OH+.33 FCCM=181.82
Date of Proposal Preparation(mmldd/yyyy):04/2812016
Fiscal Period Covered(mm/ddlyyyy to mmlddlyyyy):11/2/2014 to 10/31/2015
1,the undersigned, certify that 1 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 or events that have occurred affecting the firm's ownership,
organization and indirect cost rates have been disclosed.
Signature:
Name of Certifying Official*(Print):Ryan Randall
Title: Controller
Date of Certification(mmlddlyyyy):05/19/2016
I
i
"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 4470.18 available on line at:
l lttp://%tww.fhwa.dat.gov/legsregs/directives/orders/44701 a.htm
O/H Certification; Nov 2010
1 7
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
Inc
M�,��°� � ��
Department of
Central Services—Audit Services
Kate I3rnw€r,Governor
355 Capitol St.NE--MS52
Salem,OR 92301-2528
(503)9£6-3213
April 28,2016
The Board of:Directors alad Stockholders �
David Evans and Associates,Inc. (DEA)
RE: David Evans and Associates,Inc. Schedule of Indirect Cost Rate,
I
Fiscal Year Elided October 31,2015 [
t
We have performed a cognizant review of documentation and the working papers of your independent CPA
firni, Grant Thornton(GT),of their audit of the Schedule of Indirect Cost Ripe for David Evans and Associate's
(DEA)Fiscal Year Ended October 31, 2015 in accordaance with our role as Cognizant Agency€its defined in 23
U.S.C. 112(�)(2)(c) and 23 C1tR 172.3 and 172.7. Our cognizant review was performed iat accordance with the
AASHTO Review Piograrn for CPA Audits of Consulting Engineers'Indirect Cost Rates.
We were provided with a copy of GT's audit report dated January 28,2016,copies of their working papers and
additional docunlettt€atioir from DEA.
Based on our review, we accepted the revised Schedule of Indirect Cost Rate and this letter of concurrence
establishes DEA's Schedule of Indirect Cost Rate for tite fiscal year ended October 31, 2015 tit 181.49% of
fa
direct labor and a Facilities Capital Cost of Money factor of 0,33%of direct labor.�
A copy of this letter will be forwarded to the appropriate ODOT contracting offices. if you or any representative k
of DEA.liras airy questions,please contact me at(503)986-3213 or Ruth Wu at(503)986-4003.
Stncei•el = �
Margar Cole, CP
External Audit Manager
Oregon Department of'ri-ansportation #
C.C.: Marcus McGarity,Chief Financial Officer,David Evans and Associates, Inc.
Tony Parke,Partner,Grant Thornton
i
g g;
, y
3
1 8
Exhibit D
Prime Consultant Cost Computations
David Evans and Associates,Inc. CERTIFICATION OF INDIRECT COSTS
Statement of Direct Labor,Fringe Benefits,and General Overhead David Evans and Associates, Inc.
For the Fiscal Year Ended October 31,2015
DEA only Proposed
General Ledger Direct Disallowed Company
Acct Number Description Account Balance Costs Costs wide
DIRECT LABOR
DIRECT LABOR $ 28,526,415 $28,526,415 $ $ 28,526,415
FRINGE BENEFITS $ 17,937,448 $ - $ (425,434) a,b $ 17,512,014
GENERALOVERHEAD
Indirect Labor $ 17,599,330 $ (442,582) $ (1,161,826)a,b,c $ 15,994,923
Occupancy $ 7,033,717 $ $ (566,009)d $ 6,467,708
Communications $ 823,801 $ $ (44,930) d $ 778,871
Supplies and NonCap Equipment $ 512,521 $ (182,429) $ f $ 330,092
Service Contracts $ 631,971 $ - $ $ 631,971
Publications and Memberships $ 265,857 $ $ (350) e $ 265,507
Computer Hardware-NonCap $ 166,324 - $ 166,324
Computer Software-Noncap $ 611,675 $ 611,675
Computer Supplies $ 1,398 $ 1,398
Repairs&Maintenance $ 63,309 $ 63,309
Vehicle Expense $ 1,956,033 (459,555) (9,844) f,g $ 1,486,634
General and Administrative $ 727,861 $ $ (55,822)g,h $ 672;039
Public Relations $ 242,501 $ $ (242,501) b $ -
Selling Expense $ 511,438 (19,814)g,h $ 491,624
Training Expense $ 345,003 $ $ (25,223)g,h $ 319,780
Employee Recruiting and Retention $ 579,696 $ $ (360,981) h,i $ 218,715
Professional Services $ 691,832 $ $ $ 691,832
Business Insurance $ 1,122,388 $ $ (6,694) $ 1,115,694
Taxes,Licenses and Fees - $ 650,542 $ $ $ 650,542
Depreciation and Amortization $ 1,686,740 $ $ $ 1,686,740
Bad Debt Expense $ 110,076 $ $ (110,076) k $ -
Contributions $ 192,554 $ $ (192,554) 1 $
Misc Expenses $ (6,017) $ (6,017)
401k Matching&ESOP Contribut $ - - $ -
Profit Sharing Expense(Bonus) $ 3,881,031 $ $ (449,841) a,t $ 3,431,190
Reserves and Settlements-Non Ops $ 324,122 $ (324,122) k $
Interest Expense(net of Interest Income) $ 214,304 $ $ (214,384) m $ (80)
Gain/Loss on Sale of Fixed Ass $ (28,107) $ (28,107)
Dividend Income $ $
Deferred Compensation $ (146,246) $ $ - $ (146,246)
Misc Other Income/Expense/Penalties $ (832) $ $ (556) n,o $ (1,388)
Grp Med Insur Reimbursement $ - $
Gain/Loss on Investments $ $
Rental Income-External $ (4,406) $ (4,406)
Federal Income Tax $ 1,507,362 (1,507,362) p $
State Income Tax $ 284,704 (284,704) p $
Support Services Allocation $ (200,432) $ (200,432)
TOTAL GENERAL OVERHEAD $ 41,850,184 $ (582,699) $ (5,577,593) $ 35,689,891
TOTAL INDIRECT COSTS&OVERHEAD RATE $ 59,787,632 $ (582,699) $ (6,003,027) $ 53,201,906
DEEI Allocation(Home Office) $ 1,198,142 $ $ (434,191) (q) $ 763,952
DEA Corp Allocation to Onsite $ (2,437,484) $ $ 244,738 (r) $ (2,192,747)
TOTAL AFTER ALLOCATIONS 58,548,289 (582,699) (6,192,480) 51,773,110
TOTAL INDIRECT COSTS&OVERHEAD RATE AFTER ALLOCATIONS 205.24% 181.49%
FCCM(Facilities Capital Cost of Money) 0.33%
COMBINED INDIRECT COSTS&OVERHEAD RATE 181.82%
FAR References and Notes
(a)31.205-6 and 31.201-4 Compensation and Allocability
149
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
(b)31.205-1 Public Relations Costs(including directly associated costs) David Evans and Associates, Inc.
(c)31.205-6(p)Excess Executive Compensation
(d)31.205-36&31.205-17 Rental Costs&Idle Facilities/Idle Capacity Costs(including directly associated costs)
(e)31.205-14 Entertainment Costs
(f)31.202:Excluded direct project costs(both billable&non billable costs)from indirect cost pool
(g)31.205-46 Travel Costs
(h)31.205-51 Costs of Alcoholic Beverages
(i)31.205-13 Employee Morale
(j)31.205-19 Insurance and Indemnification
(k)31.205-3 Bad Debts
(I)31.205-8 Contributions or Donations
(m)31.205-20 Interest and Other Financial Costs
(n)Miscellaneous Revenue
(o)31.205-15 Fines,Penalties and Mischarging Costs
(p)31.205-41 Taxes
(q)See DEEI Office Allocatin Worksheet
(r)See Corp Allocation DEA to Onsite
(s)Remove Special Equip costs for use in Billable Equipment Rate
(t)31.205-27 Organization Costs
150
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
David Evans and Associates,Inc.
SCHEDULE OF INDIRECT COSTS
Year ended October 31,2015
Direct Unallowable Costs
Cost Costs Net of FAR
Description Total Cost eliminations elminations elminations reference
Labor Burden:
Holiday Pay $ 1,411,046 $ - $ - $ 1,411,046
Sick Pay 1,041,292 - - 1,041,292
Vacation Paid 3,650,381 - - 3,650,381
Termination/Severance 58,837 - - 58,837
New Employee Signing Pay 80,679 - (80,679) - 15
Vacation Accrual (858,064) - - (858,064)
Vacation Cash Out 658,940 - - 658,940
DOL Compliance Lbor 55,545 - - 55,545
PTO 203,260 203,260
Group Medical 5,416,091 - - 5,416,091
Group Life Ins 23,088 - - 23,088
Workers'Comp Ins. 269,727 - - 269,727
FICA&PR Taxes 3,781,014, - - 3,781,014
SUTA&State PR Taxes 763,004 - - 763,004
Union Benefits 705,196 - - 705,196
Civic Duty labor 20,876 - - 20,876
Officer Supp Comp 577,538 - - 577,538
Other Payroll Related Costs 79,000 - - 79,000
Public Relations Calculated Fringe Elimination (344,755) (344,755) 1
FRINGE BENEFITS 17,937,448 (425,434) 17,512,014
GENERAL OVERHEAD
Indirect Labor 18,460,494 (449,653) (1,115,646) 16,895,194 1,9
Salary Variance (861,163) 7,071 41,912 (812,180) 1
Occupancy 7,033,717 - (566,009) 6,467,708 10,16
Communications 823,801 - (44,930) 778,871 16
Equipment (501,867) 501,867 - -
Supplies 512,521 (182,429) - 330,092 18
Service Contracts 631,971 - - 631,971
Publications and Memberships 265,857 - (350) 265,507 12
Computer and Printer Costs 842,706 - - 842,706
Vehicle Expense 1,956,033 (459,555) (9,844) 1,486,634 4,17
General and Administrative 727,861 - (54,887) 672,974 3,4
Public Relations 242,501 - (242,501) - 1
Selling Expense 511,438 (19,029) 492,410 3,4,12
Training Expense 345,003 - (24,720) 320282 3,4
Employee Recruiting and Retention 579,696 - (360,981) 218,715 2,3
Professional Services 691,832 - - 691,832
Business Insurance 1,122,388 - (6,694) 1,115,694 7
Taxes,Licenses and Fees 650,542 - - 650,542
Depreciation and Amord2ation 1,686,740 - - 1,686,740
Bad Debt Expense 110,076 - (110,076) - 6
Contributions 192,554 - (192,554) - 5
Misc Expenses (6,017) - - (6,017)
Profit Sharing Expense 774,684 - (449,841) 324,843 8
401K and ESOP Contributions 3,106,347 - - 3,106,347
Reserves and Settlements 324,122 - (324,122) - 6
Interest Expense 210,658 - (210,658) - 11
Discounts Taken (80) - - (80)
Finance Charges 3,727 - (3,727) - 11
Crain/Loss on Sate of Fixed Assets (28,107) - - (28,107)
Deferred Compensation (146246) - - (146,246)
Misc Other Income/Expense (832) - (556) (1,388) 14
Rental Income-External (4,406) - (4,406)
Income Taxes 1,792,066 - (1,792,066) - 13
Support Services Allocation (200,432) (200,432)
Total General Overhead Expense 41,850,184 (582,699) (5,487,279) 35,780,205
Labor Burden and General
Overhead Expense Before Allocation $59,787,632 $ (582,699) $(5,912,713) $53,292,220
DEEIAllocation(Home Office) 1,198,142 -. (434,191) 763,952 1,3,5,7
DEA Corp Allocation to Onsite (2,437,484) 241,056 (2,196,429)
abot Burden and General Overhead Expense $58,548,289 $ (582,699) $(6,105,848) $51,859,743
Direct Labor 28,526,415 28,526,415
Overhead Expense Rate 205.24% 181.80%
Facilities Capital Cost of Money Rate 0.33
Combined Overhead Expense and Facilities
Capital Cost of Money Rate 182.13
The accompanying notes are an integral part of this schedule.
5
151
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
David Evans and Associates,Inc.
COTMA1ENTS ON SC HEDULF OF INDIRECT COSTS
Year ended October 31,2015
1. Public Relations and Advertising-FAR 31.205-1
r
1 Employee morale-FAR 31.205-13
r
3. Alcohol- FAR 31205-51
4. Excess tra-vel costs-FAR 31.205-40
e
5. Contributions or donations-FAR 31.205-8
6. Bad debt-FAR 31.2055-3
7. Officers'life insurance-FAR 31.205-19
8. Bonuses paid not in accordance with established plan- FAR 31.205-6(f)
9. Compensation for personal services-FAR 31.205-6(p)
10. Gains on sale of capital assets-FAR 31.205-16
11. Tnterest and other financial costs-FAR 31.205-20
r
12. Entertainment-FAR 31.205-14
13. Income taxes-FAR 31.205-41
14. Fines,penalties and mischarging costs-FAR 31.205-15
O
15. Signing bonuses-FAR 31.205-6(f)and FAR 31.201-4
16. Rent,idle,`aciliities and idle capacity costs(including directly associated costs)-
FAR 31-205-36,FAR 31,205-17
r
17. Personal mileage expenses--FAR 31.205-46
718. Excluded direct project costs{`Froth billable and non-billable;from indirect cost pool-FAR 31202
The accompanying notes are an integral part of this schedule.
6
152
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates,InDavid Evans and Associates, Inc.
NOTES TO SCHEDULE OF INDIRECT COSTS-CONTINUED
October 31,2015
NOTE 1 -SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES,Continued
Pension Plans
The Company has a 401(k)pension plan,meeting the requirements of FAR 31.205-60),to which it makes
annual contribution at the discretion of the board of directors. The amount of the Company's 401(k)
contribution included in the overhead pool for the current year was$1,242,604
Facilities Capital Cost of Money(FCCM)
The cost-of-money rate has been calculated in accordance with FAR 31.205-10,using average net book
values of equipment and facilities multiplied by the average treasury rate for the applicable period.
Equipment and facilities include furniture and fixtures, computer equipment, vehicles and leasehold
improvements. The numbers represented below relate only to the DEA division. The calculation was
made as follows:
Net book value of fixed assets $4,313,867
Average treasury rate 2.19%
Computed facilities capital 94,258
Direct labor base 28,524,415
Cost of money rate: 0.330%
NOTE 2-FEDERAL ACQUISITION REGULATIONS ELIMINATIONS
Public Relations and Advertising
Certain costs incurred for public relations and advertising were eliminated from the schedule of indirect
costs pursuant to FAR section 31.205-1. The costs are comprised of$931,708 of non-project labor,
$344,755 of payroll taxes and fringe benefits related to public relations,and$242,501 of public relations
and advertising expenses.
Travel and Entertainment
The schedule of indirect costs includes an elimination of $117,285 for travel specifically related to
entertainment,alcohol expenses,and excess travel costs which are disallowed pursuant to FAR sections
31.205-14,31.205-51,and 31.205-46,respectively.
Executive Compensation
The Company evaluates compensation paid to senior executives to ensure any excess of FAR 31.205-6(p)
is not included in the overhead rate. The Company compares executive compensation against a comparable
benchmark in accordance with the American Association of State Highway and Transportation Officials
("AASHTO")Accounting Guide.Based on this comparison,the amount of$183,938 was disallowed in
the Schedule of Indirect Costs.
8
153
Exhibit E
Subconsultant Cost Computations
AM CERTIFICATION OF FINAL INDIRECT COSTS
Washington to Transportation Building TranTech, LLC
Moo" om Maple Park Avenue S.E.ar end Trans RO.Box 47300
Lynn Peterson O yrnpia,, A
i 5 3
40.
Secreetaty of`transportafian TT1I: - c 3 •
February 10,2016
TranTech Engineering, LLC
12011 NE Ist Street NE, Suite 305
Bellevue,WA 98005
Subject: Acceptance FYE 2015 ICR-Risk Assessment Review
Dear Mr.Nikzad Khashayer:
Based on Washington State Department of Transportation's (WSDOT) Risk
Assessment review of your Indirect Cost Rate(ICR), we have accepted your proposed
FYE 2015 ICR of 140.85%. This ICR acceptance is in accordance with 23 CFR 172.7
and must be updated on an annual basis. This rate may be subject to additional review
if considered necessary by WSDOT and will be applicable for:
® WSDOT Agreements
Z 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 fine 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(c-t)wsdot.wa.ggN
Regards;
. J N
Manager, Consultant Services Office
EKJ:rck
Acceptance ICR Risk Assessment Review 154
Exhibit E
Subconsultant Cost Computations
CERTIFICATION OF FINAL INDIRECT COSTS
MAP Washington State TranTech, LLC
Department of Transportation Memorandum
February 3,2016
TO: Erik Jonson,Contracting Services Manager
FROM: Schatzie Harvey,Agreement Compliance Audit Mana er
SUBJECT: Tran Tech Engineering,LLC Indirect Cost Rate -
for Fiscal Year Ended December 31,2015
We are accepting the Tran Tech Engineering proposed rate of 1 40.85%of direct labor for
the above referenced fiscal year based on our risk assessment process. Tran Tech
Engineering provided a FHWA Certificate of Final Indirect Costs indicating all costs
included in the indirect cost rate schedule are in compliance with Federal Acquisition
Regulations(FAR), Subpart 31.We did not complete a review for this finn. I
lti
Costs billed to agreements will still be subject to audit of actual costs,based on the terns
and conditions of the respective agreement.
This was not a cognizant review. Any other entity contracting with the finn:is
responsible for determining the acceptability of the Indirect Cost Rate.
If you have any questions,feel free to call me at(360) 705-7006,or via email at
harveys rr,wsdot.wa.gov
cc: Steve McKerncy
File
I
i
i
• j.
II
• DOT f=orm 700-005 EF
1.
Rovlaed 5199
155
Exhibit E
Subconsultant Cost Computations
CERTIFICATION OF FINAL INDIRECT COSTS
TranTech, LLC
Certification of Final Indirect Costs
Firm Name:TranTech Engineering t1.G
Indirect Cost Rate Proposal:140.86% 1
Date of Proposal Preparation(mmldd/yyyy):1/18/2016
Fiscal Perfod Covered(mm/ddlyyyy to mmlddlyyyy):mi2o15 to 1213112o16
1, the•undersfgnad, certify that I have reviewed the proposal to establish final Indirect cost rates
for the rascal period as specified above and to the best of my knowledge and bellef.•
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.) 7"his proposal does not include any costs which are expressly unallowable under the cost
principles of the FAR of 48 CPR 31.
Alf known material transactions or events that have occurred affecting the firm's ownership,
organization and Indirect cost rates have been disclosed.
1'--
Signature:
Name of Certifying Official"(Print):�
Title: s 1 Le
Date of Certification(mrn/dd/yyyy):
i
I
*The"Certifying Official"must be an Individual executive or financial officer of the firm at a level l
no lower than a Vice President or Chief f=inancial Officer,or equivalent,who has the authority to
represent the financial information utilized to establish the indirect cost rate for use under Agency
contracts.
I
Ref.FHWA Directive 4470.1A available on line at:
httn:l/www.fhwa.dol.gov/legKe-g§/directiyeslordersi44701 a.litm
• t
O/H Certification;Nov 2010
15
Exhibit E
Subconsultant Cost Computations
CERTIFICATION OF FINAL INDIRECT COSTS
AftkL Mayes Testing/Terracon
Washington state
Department of Transportation Memorandum
August 11,2016
�f
i
TO: prigs Jonson,Contracting Services Manager
FROM: Schatzie Harvey,Agreement Compliance Audit Ivlanager�
SUBJECT: Terracon Consultants,Inc.Indirect Cost Rate for
Fiscal Year Ended December 31,2015
Y:
We accept the audit work performed by BKD CPAs&::Advisors related to the Terracon
Consultants Indirect Cost Date for the above referenced fiscal year. BKD audited the
Terracon Consultants indirect costs for compliance with Federal Acquisition Regulations
(FAR),Subpart 31. Our office did not review their audit work.
Based on our acceptance of the CFA's audit,we are issuing this memo establishing the
Terracon Consultants Indirect Cost Rate for fiscal year ending;December 31,2015 at
191.26%of direct labor(rate includes 0.52%FCC K).
Casts billed to agreements will still be subject to audit of actual costs,based on the terms
and conditions of the respective agreement.
This was not a cognizant review. Any other entity contracting with the fine is -
responsible for determining the acceptability of the Indirect Cost Rate.
If you have any questions,feel free to call me at(360)705-7006,or via email at
hai-veys(@wsdot.Nya.Eoy.
j
Attachment `a
cc: Steve lvlcKerney _
File `
is
DOT Fmm 700-COS EF
Revised 5193
Exhibit E
Subconsultant Cost Computations
CERTIFICATION OF FINAL INDIRECT COSTS
Mayes Testing/Terracon
Terracon Consultants, Inc.
Statement of Direct Labor, Fringe Benefits and General Overhead
Year Ended December 31, 2015
Nonallowable Allowable %of Direct
Total Costs Costs Labor
Direct Labor
Terracon $ 125,408,107 $ 125,408,107 100.00%
Overhead on Direct Labor
Vacation,sick,holiday leave $ 20,079,221 $ 20,079,221
Payroll taxes 18,340,560 18,340,560
Group insurance 24,659,365 24,659,365
Workers'compensation insurance 2,878,396 2,878,396
Profit sharing/401(Ic) 7,463,678 7,463,678
73,421,220 73,421,220 58.55%
General and Administrative Overhead Costs
Indirect/administrative labor 95,236,758 $ (9,613,318)(1) 85,623,440
Travel expense 7,952,953 (1,979,886)(2) 5,973,067
Depreciation expense 3,455,896 3,455,896
Amortization expense 6,977,738 (6,977,738)(3) -
Gain—sale of assets (95,557) (95,557)
Rent—office 15,601,110 15,601,110
Insurance—general 2,839,641 2,839,641
Insurance—professional liability 7,208,260 7,208,260
Telephone 6,138,761 6,138,761
Lab expense and supplies 2,195,000 2,195,000
Supplies 3,989,264 3,989,264
Equipment repairs and maintenance 1,314,721 1,314,721
Fleet expense 2,850,721 2,850,721
Maintenance contracts 34,155 34,155
Licenses and taxes 784,467 784,467
Equipment rental 167,700 167,700
Property tax 257,733 257,733
Office expense 1,489,435 1,489,435
Printing expense 349,130 (71,511)(4) 277,619
Photocopy expense 1,376,129 1,376,129
Data processing 5,940,281 5,940,281
Utilities 2,333,761 2,333,761
Building repair and maintenance 3,340,269 3,340,269
Provision for doubtful accounts 422,806 (422,806)(5) -
Dues and subscriptions 1,931,253 (58,062)(6) 1,873,191
Client development 2,495,729 (1,465,110)(7) 1,030,619
Temporary office help 2,619,178 2,619,178
Freight/postage expense 774,009 774,009
Professional fees 1,767,701 (418,078)(8) 1,349,623
Donations 330,500 (330,500)(9) -
Employee expense 2,423,700 (1,691,063)(10) 732,637
Health and safety 380,444 (25,300)(16) 355,144
Employee relocation 442,865 (52,172)(11) 390,693
Employee education and training 2,455,621 2,455,621
Interest expense 213,875 (213,875)(12)
Recruiting fees and expense 602,035 - 602,035
Interest income (97,679) 97,679 (13) -
Other income 78,071 (411,696)(I4) (333,625)
Other expenses 835,686 420 (15) 836,106
189,414,120 (23,633,016) 165,781,104 132.19%
Total Overhead $ 262,835,340 $ (23,633,016) $ 239,202,324 190.741/o
See Notes to Statement of Direct Labor, Fringe Benefits and General Overhead 3
158
Exhibit E
Subconsultant Cost Computations
CERTIFICATION OF FINAL INDIRECT COSTS
Mayes Testing/Terracon
Terracon Consultants, Inc.
Statement of Direct Labor, Fringe Benefits and General Overhead
(Continued)
Year Ended December 31, 2015
FAR References and Notes:
(1) 31.205-1(f)(1-3) Marketing,lobbying and any labor associated with unallowable activities are unallowable.
31.205-27 Labor related to acquisitions is unallowable.
31.205-3 Labor related to Bad Debt Collection is unallowable.
31-205-6(b) Stock Options/Stock Bonuses are unallowable.
31-205-6(b) Certain payments to employees/officers made unallowable due to reasonableness.
31.205-6(g) Payments made for severance not pursuant to a formal policy are unallowable.
(2) 31.205-1 Travel related to unallowable public relations and advertising costs.
31.205-1(f)(7) Costs of memberships in civic organizations are unallowable.
31.205-14 Entertainment costs are unallowable.
31.20546 Lodging,Meals,Per Diem in excess of GSA JTR Rates are unallowable.
31.20546 Auto Allowance is an unallowable expense.
31.205-5.1 Costs of alcoholic beverages are unallowable.
(3) 31.205119 Costs for amortization of intangible assets and goodwill are unallowable.
(4) 31.205-1 Cost for marketing materials-brochures and direct mail publications are unallowable.
(5) 31.205-3 Estimated losses arising from uncollectible accounts receivable are unallowable.
(6) 31.205-22 Lobbying costs,paid as a percentage of professional dues,are unallowable.
(7) 31.205-1 Costs for promotional activities and trade shows are unallowable.
31.205-14 Entertainment costs are unallowable.
(8) 31.205-27 Professional costs paid related to acquisitions and reorganization are unallowable.
31.205-41 Costs incurred related to Federal income taxes are unallowable.
(9) 31.205-8 Contributions and gifts are unallowable.
(10) 31.205-13 Costs for tickets shows/sporting events,picnics,parties are unallowable.
(11) 31.205-35 Lump sum payments in excess of$5,000 are unallowable.
(12) 31.205-20 Interest expense is unallowable.
(13) 31.205-20 Interest income is unallowable.
(14) 31.201-5 Credits related to allowable costs have been allowed.
(15) 31.205-15 Costs of fines and penalties related to traffic violations are unallowable.
31.205-19(2)(vi) Key man insurance is unallowable.
(16) 31.205-13 Costs of undistributed spot bonuses are unallowable.
See Notes to Statement of Direct Labor, Fringe Benefits and General Overhead 4
159
Exhibit E
Subconsultant Cost Computations
CERTIFICATION OF FINAL INDIRECT COSTS
Mayes Testing/Terracon
Terracon Consultants, Inc.
Notes to Statement of Direct Labor, Fringe Benefits and General Overhead
December 31, 2015
Note 8: Facilities Capital Cost-of-Money Factor
The cost-of-money rate has been calculated in accordance with FAR§31.205-10 using average net
book values of equipment and facilities multiplied by the average treasury rate for the year ended
December 31,2015. Equipment and facilities include fittniture and fixtures,computer equipment,
software and leasehold improvements. The calculation is as follows:
Average Book Value for 2015 $ 29,105,421
Average treasury rate 2.25%
Cost of facilities capital $ 654,872
Direct labor base $125,408,107
Cost of facilities capital percentage 0.52%
Note 9: Direct Cost Accounts
The Statement of Direct Labor,Fringe Benefits and General Overhead schedule provides a detail
listing of the direct cost accounts not included on the overhead pool. This list includes costs for
subcontract labor, drilling equipment and supplies, depreciation,equipment rental,travel and
environmental/well supplies.
Note 10: Subsequent Events
Subsequent events have been evaluated through the date of the Independent Auditor's Report,
which is the date the financial statement was available to be issued.
10
160
'
�
8
Exhibit E
Subconsultant Cost Computations
Mayes Testing/Terraco
Firm Nam": Terracoil C011SUItalItS, 111C.
Indirect Cosi J?aje: 190,74%
1---Icilities C,'Pitfll Cost of Money: 0.520A
Date of Preparalion:
d to enablishfinal indirect
4) .411 cost used tv establishfinal indirecl eostsrales(71-0 olloivable in accordance wilh the
FederalAcquisition Regulations(FAR)ofTitle 48, Code
Title., Controllel- Vice President
Date of Certification: June- 30. ?n 1 r,
� 1G1
Exhibit
Title V1 Assurances
During the performance of this AGREEMENT,the CONSULTANT, for itself, its assignees, and successors
in interest agrees as follows:
I. 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.
3. 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 Page 1 of 1
Revised 1013012014 162
Exhibit G
Certification Documents
Exhibit G-1(a) Certification of Consultant
Exhibit G-1(b) Certification of City of Tukwila
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
Exhibit G-4 Certificate of Current Cost or Pricing Data
Agreement Number:
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 1013012014 163
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 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)
....ate
`` J✓ r. � February 1, 2017
Signature(Authorized Official of Consultant) Date
Agreement Number:
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 1013012014 164
Exhibit G-1(b) Certification of City of Tukwila
I hereby certify that I am the:
Q Senior Program Manager
El Other
of the City of Tukwila , and 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 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 Date
Agreement Number:
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 1013012014 165
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.
H. 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
Revised 1013012014 166
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:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a Member
of Congress, an officer or employee of Congress, or 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)
February 1, 2017
Signature(Authorized Official of Consultant) Date
Agreement Number:
WSDOT Form 140-089 EF Exhibit G Page 1 of 1
Revised 1013012014 167
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 Tukwila 3 Bridges, Construction Mgt. * are accurate, complete, and current
as of 1/31/2017 **.
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.
CES Puget Sound Region Manager
Signature Title
Date of Execution***:
*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 168
Exhibit l
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 manager 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 Page 1 of 2
Revised 1013012014 169
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
Revised 1013012014 170
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 I 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 Pagel of 2
Revised 1013012014 171
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 Public 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 172