HomeMy WebLinkAboutREG 2017-02-21 COMPLETE AGENDA PACKETTukwila City Council Agenda
• ❖ REGULAR MEETING ❖
Allan Ekberg, Mayor Counci /members: • :- Joe Duffie • :- Verna Seal
David Cline, City Administrator Kathy Hougardy • :- De'Sean Quinn
Dennis Robertson, Council President Kate Kruller • :- Thomas McLeod
Tuesday, February 21, 2017; 7:00 PM • Ord #2523 • Res #1906
1. CALL TO ORDER / PLEDGE OF ALLEGIANCE / ROLL CALL
2. SPECIAL
a. Police Department awards. Mike Villa, Police Chief.
PRESENTATIONS
Life - saving medal awarded to Officer Dean Kolstad and Off=icer Jason Wollan.
b. City of Tukwila 2016 Annual Report.
Rachel Bianchi, Communications and Government Relations Manager.
3. PUBLIC
At this time, you are invited to comment on items not included on this agenda
COMMENTS
(please limit your comments to five minutes per person). To comment
on an item listed on this agenda, please save your comments until the issue is
presented for discussion. (Refer to back of agenda page for additional information.)
4. CONSENT
a. Approval of Minutes: 2/13/17 (Special)
AGENDA
b. Approval of Vouchers
c. Authorize the Mayor to sign a contract with R. L. Evans for health
Pg.I
care brokerage services in the amount of $50,000.00.
[Reviewed and forwarded to Consent by the Finance Committee on 217117]
d. Accept as complete the Crystal Springs Emergency Surface Water
Pg.15
Repair Project (contract #16 -118) with Hoffman Construction, Inc.,
of Enumclaw; authorize release of retainage, subject to the standard
claim and lien release procedures (final cost of project, including
retainage: $211,947.08).
[Reviewed and forwarded to Transportation and Infrastructure Committee
on 2114117]
e. Boeing Access Road over BNRR Bridge Rehabilitation Project:
Pg.23
1. Authorize the Mayor to sign Supplement #5 to contract #13 -161
Pg.29
for construction management design support with Jacobs
Engineering Group, Inc., for the Boeing Access Road over BNRR
Bridge Rehabilitation Project in the amount of $260,956.00.
[Reviewed and forwarded to Transportation and Infrastructure
Committee on 2114117]
2. Authorize the Mayor to sign a new contract for construction
Pg.35
management services with Jacobs Engineering Group, Inc., for
the Boeing Access Road over BNRR Bridge Rehabilitation Project
in the amount of $1,524,293.83.
[Reviewed and forwarded to Transportation and Infrastructure
Committee on 2114117]
(continued...)
REGULAR MEETING
Tuesday, February 21, 2017
Page 2
4. CONSENT
f. Major Maintenance on 3 Bridges Project (Grady Way, Frank Zepp, and
Pg.87
AGENDA
Beacon Avenue):
(cont.)
1. Authorize the Mayor to sign Supplement #3 to contract #15 -139
Pg.93
for construction management design support with David Evans
and Associates, Inc., for the 3 Bridges Project in the amount of
$138,410.22.
[Reviewed and forwarded to Transportation and Infrastructure
Committee on 2114117]
2. Authorize the Mayor to sign a new contract for construction
Pg.125
management design support with David Evans and Associates,
Inc., for the 3 Bridges Project in the amount of $423,116.68.
[Reviewed and forwarded to Transportation and Infrastructure
Committee on 2114117]
g. Award a bid and authorize the Mayor to sign a contract with
Pg.211
Marshbank Construction, Inc., for the South 144th Street Phase II
Project in the amount of $1,883,895.03.
[Reviewed and forwarded to Transportation and Infrastructure Committee
on 2114117]
5. UNFINISHED
Authorize the Mayor to enter into an Interlocal Agreement with Regional
Pg.223
BUSINESS
Animal Services of King County (RASKC) for animal control services.
Please refer to 2113117 C. 0. W. packet. Q
6. NEW BUSINESS
Discussion and consensus on Legislative House Bill 1999, relating to the
Pg.225
makeup and composition of the Port of Seattle's Board of
Commissioners.
7. REPORTS
a. Mayor
b. City Council
c. Staff - City Administrator Report
Pg.233
d. City Attorney
e. Intergovernmental
S. MISCELLANEOUS
9. EXECUTIVE SESSION – Collective Bargaining – Pursuant to RCW 42.30.140(4)(a) – 90 minutes
QPiease bring your Collective Bargaining notebooks.
10. ADJOURNMENT
Tukwila City Hall is ADA accessible.
Reasonable accommodations are available at public hearings with advance notice to the
City Clerk's Office (206- 433 -1800 or TukwilaCityClerk (cTukwilaWA.gov). This agenda is available at
www.tukwilawa.gov, and in alternate formats with advance notice for those with disabilities.
IL— Tukwila Council meetings are audio /video taped (available at www.tukwilawa.gov)
HOW TO TESTIFY
If you would like to address the Council, please go to the podium and state your name and address clearly for
the record. Please observe the basic rules of courtesy when speaking and limit your comments to 5 minutes.
The Council appreciates hearing from citizens and members of the public, and may not be able to take
immediate action on comments received until they are referred to a Committee or discussed under New
Business.
PUBLIC COMMENTS
At each Council meeting, members of the public are given the opportunity to address the Council on items
that are not included on the agenda during PUBLIC COMMENTS. Please limit your comments to 5
minutes.
SPECIAL MEETINGS /EXECUTIVE SESSIONS
Special Meetings may be called at any time with proper public notice. Procedures followed are the same as
those used in Regular Council meetings.
Executive Sessions may be called to inform the Council of pending legal action, financial, or personnel
matters as prescribed by law. Executive Sessions are not open to the public.
PUBLIC HEARINGS
Public Hearings are required by law before the Council can take action on matters affecting the public
interest such as land -use laws, annexations, rezone requests, public safety issues, etc. Section 2.04.150 of the
Tukwila Municipal Code states the following guidelines for Public Hearings:
The proponent shall speak first and is allowed 15 minutes for a presentation.
2. The opponent is then allowed 15 minutes to make a presentation.
3. Each side is then allowed 5 minutes for rebuttal.
4. Members of the public who wish to address the Council may speak for 5 minutes each. No one may
speak a second time until everyone wishing to speak has spoken.
5. After each speaker has spoken, the Council may question the speaker. Each speaker can respond to the
question, but may not engage in further debate at that time.
6. After the Public Hearing is closed and during the Council meeting, the Council may choose to discuss
the issue among themselves, or defer the discussion to a future Council meeting, without further public
testimony. Council action may only be taken during Regular or Special Meetings.
COUNCIL MEETING SCHEDULE
No Council meetings are scheduled on the 5th Monday of the month unless prior public notification is given.
Regular Meetings - The Mayor, elected by the people to a four -year term, presides at all Regular Council
Meetings held on the 1st and 3rd Mondays of each month at 7:00 p.m. and Special Meetings. Official
Council action in the form of formal motions, adopting of resolutions and passing of ordinances can
only be taken at Regular or Special Council meetings.
Committee of the Whole Meetings - Councilmembers are elected for a four -year term. The Council
President is elected by the Councilmembers to preside at all Committee of the Whole meetings for a
one -year term. Committee of the Whole meetings are held the 2nd and 4th Mondays at 7:00 p.m.
Issues discussed there are forwarded to Regular or Special Council meetings for official action.
COUNCIL AGENDA SYNOPSIS
11ilials --------------------------------- ITEmNo.
Nleeliq Dale
Prepared by
-,I layor s rview
(fot—lzcd remew
02/21/17
SB
[—I Public I lea;-iq
A It Date
E] Other
iA 11
,g Date 02124117
SPONSOR ❑Council ❑yWayor [][-/,R ❑DCD ❑Finance DFire ❑TS EIP&R ❑Police ❑I)IV ❑Courl
SI)()NS0R'1, Request the Council to approve a contract for services for the City's Health Insurance
SUNINIARY Broker, the R.L. Evans Company for 2017.
IiN, C.O.W. -,\,Itg. ❑ CDN Comm Finance Comm. Public Safety Comm.
❑ Trans &Infrastructure ❑ Arts Comm. F] Parks Comm. F] Planning Comm.
DATE: 2/7/17 CHAIR: SEAL
RECOMMENDATIONS:
SPONSCAR /AtxwN. Human Resources Department
CONIMI'l-YFIF, Unanimous Approval; Forward to Consent Agenda on 2/21/17
COST IMPACT / FUND SOURCE
. . ...... .. . .......
Fund Source: 2017 502 FUND BUDGET
Comments:
IMTG.DATE
ITEM INFORMATION
4.C.
1S*FAFFSP()NS0It: STEPHANIE BROWN O1t1c11NA1.Ac,l N1)i\ Dx11--,: 02/21/17
Contract for City Health Insurance Broker Services
Cx1*1:(3om, ❑ Discussion
,A Ii
,g Date
D Motion
llltg Date 2121117
� Resolution
A It
,g Date
E] Ordinance
RIPS Date
❑ BidAward
Ali Date
[—I Public I lea;-iq
A It Date
E] Other
iA 11
,g Date 02124117
SPONSOR ❑Council ❑yWayor [][-/,R ❑DCD ❑Finance DFire ❑TS EIP&R ❑Police ❑I)IV ❑Courl
SI)()NS0R'1, Request the Council to approve a contract for services for the City's Health Insurance
SUNINIARY Broker, the R.L. Evans Company for 2017.
IiN, C.O.W. -,\,Itg. ❑ CDN Comm Finance Comm. Public Safety Comm.
❑ Trans &Infrastructure ❑ Arts Comm. F] Parks Comm. F] Planning Comm.
DATE: 2/7/17 CHAIR: SEAL
RECOMMENDATIONS:
SPONSCAR /AtxwN. Human Resources Department
CONIMI'l-YFIF, Unanimous Approval; Forward to Consent Agenda on 2/21/17
COST IMPACT / FUND SOURCE
E X I I F N 1) 111) R I ? R I ?Q U I I t I ? 1) AMOUNT BUDGETED APPROPRIATION REQUIRED
$50,000 $ $
Fund Source: 2017 502 FUND BUDGET
Comments:
IMTG.DATE
RECORD OF COUNCIL ACTION
MTG. DATE
ATTACHMENTS
2/21/17
Informational Memorandum dated 01/31/17
Contract for Services -R.L. Evans Company
Minutes from the Finance Committee meeting of 2/7/17
City of Tukwila
Allan Ekberg, Mayor
TO: Finance Committee
FROM: Stephanie Brown, Human Resources Director
BY: Erika Eddins, Human Resources Analyst
CC: Mayor Ekberg
DATE: January 31, 2017
SUBJECT: Healthcare Broker Services
Contract for R.L. Evans, Broker of Record
ISSUE
Execute a contract with R.L. Evans in the amount of $50,000 for healthcare brokerage services
regarding the active employee and LEOFF 1 retiree plans in 2017.
BACKGROUND
The City of Tukwila's self-funded health insurance program was started in 1990. R.L. Evans
has been our broker since that time, helping the City to manage the costs of both the retiree and
active employee health insurance plans as well as negotiating competitive prices on Life, Long-
term Disability, Stop-Loss Insurance and IRS Section 125 Plan services.
DISCUSSION
City staff have been pleased with the expertise and the high level of customer service that R.L.
Evans has provided to us in the past and is confident that their ongoing service will assist the
City in continuing to operate a cost effective and comprehensive benefits plan.
A one-year guarantee for 2017 provides for a 2.6% increase over 2016 for an overall fee of
$50,000. It is expected that any fees and commissions collected in 2016 will offset against the
fees that occur in 2017. The contract expenses will be within 2017 budgeted amounts.
RECOMMENDATION
The Committee is being asked to approve the contract with R.L. Evans for Healthcare Broker
Services and forward this item to the subsequent February 21 Regular Meeting Consent
Agenda.
ATTACHMENTS
R.L. Evans Contract, Scope of Services and Method of Payment
3
El
City of Tukwila Contract Number:
• 6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter
optional municipal code city hereinafter referred to as "the City," and R.L. Evans Company, Inc.,
hereinafter referred to as "the Contractor," whose principal office is located at 3535 Factoria Blvd. SE
Suite 120, Bellevue, WA 98006.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain
terms and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and
the handling of any funds used in connection therewith. The Contractor shall request and obtain
prior written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by
this reference. The total amount to be paid shall not exceed $50,000 per year at a rate of -
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the
City whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
January 1, 2017, and ending December 31, 2017, unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor
with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
CA Revised December 2016 Page 1 of 7
6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the Public Entity.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,
then, in the event of liability for damages arising out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence of the Contractor and the Public
Entity, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be
only to the extent of the Contractor's negligence. It is further specifically and expressly understood
that the indemnification provided herein constitutes the Contractor's waiver of immunity under
Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has
been mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
I against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and
limits as required herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance
Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products - completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
contractors, products - completed operations, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from explosion, collapse or underground property damage. The City shall be named
as an additional insured under the Contractor's Commercial General Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or
substitute endorsements providing at least as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
CA Revised December 2016
0
Page 2 of 7
B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute with
it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best
rating of not less than A: VII.
D. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy
of the amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement of
the work. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of
such notice.
G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance
as required shall constitute a material breach of contract, upon which the City may, after giving
five business days notice to the Contractor to correct the breach, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all premiums in
connection therewith, with any sums so expended to be repaid to the City on demand, or at the
sole discretion of the City, offset against funds due the Contractor from the City.
8. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW
Chapter 40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance
of this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor
thirty (30) days written notice of the City's intention to terminate the same. Failure to provide
products on schedule may result in contract termination. If the Contractor's insurance coverage is
canceled for any reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimi nation Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the
presence of any disability, or any other protected class status under state or federal law, in the
selection and retention of employees or procurement of materials or supplies.
CA Revised December 2016
Page 3 of 7
VA
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Contractor and
supersedes all prior negotiations, representations, or agreements written or oral. No amendment or
modification of this Agreement shall be of any force or effect unless it is in writing and signed by the
parties.
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement,
which by their sense and context are reasonably intended to survive the completion, expiration or
cancellation of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law; Venue; Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand
and agree that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit.
DATED this _ day of 1 20_.
CITY OF TUKWILA CONTRACTOR
Allan Ekberg, Mayor
ATTEST /AUTHENTICATED:
in
Printed Name and Title:
Address: 3535 Factoria Blvd., Suite 120
City Clerk, Christy O'Flaherty Bellevue, WA 98006
APPROVED AS TO FORM:
Office of the City Attorney
CA Revised December 2016
Rl
Page 4 of 7
EXHIBIT A SCOPE OF SERVICES
For Active and Retiree Plans
The Scope of Services for this contract includes the following coverages or programs:
MedicuKRx Ind ivNua Stop Loss
Dental Third Party Administrative (TP/\) Services
Vision Group Life 6t/\D&D and Dependent Life
Long Term Disability (LID) IRS Section 125 Medical Reimbursement Plan
HMO (Group Health Co'op)
The following are representative of the basic services the BROKER will provide with respect tothe CITY'S
benefit plans:
l. Current Plan Review
• Review in-force contracts, plans, benefit design
• Review funding agreements
• Review claims data and plan benefit design
• Assist with reocv/u| contract negotiations
2. Bidding the In-Force Lines of Coverage
• Prepare bid specifications for underwriters
• Research insurance markets on CITY'S (Plan Sponsor's) behalf
• Analyze proposals and make recommendations
3. Plan Administration
• Evaluate current/prospective TPA`s
• Assist with billing and eligibility problems
• Assist with plan b'NuUudon
• Monitor TPA for compliance with contract terms
4. Benefit Communiootion
• Plan and organize employee meetings
• Develop benefit summaries
• Assist with preparation of Summary Plan Descriptions
5. Assist the City (Plan Sponsor) tn Comply with Federal Laws Impacting Benefit Plans
• COBRA compliance
• PP/\L/\compliance
• TEPRAconup|iance
• 0lP/\/\compliance
CA Revised December 2016
Page 5 of 7
�
�
6. Other Services
* Act as an advocate of the participants and CITY in resolving difficult clairns and administrative
problems
• Meet, at least quarterly with Health Care Committee, and usdesired, with City representatives to
discuss claims experience, administration services, cost containment ideas, benefit design, new
programs and other employee benefit plan issues and pn`b|enno.
• Assist in providing detailed annual financial accountings
• Review and analyze claims data and make recommendations
• Review industry trends and advise the City ofTukwila
• Assist the CITY in strategic benefit planning
• Other special projects agreud\obetwuentheClTYandDllOKEK
CA Revised December 2O1S
Page Gof7
EXHIBIT B. METHOD OF PAYMENT
ACTIVE (4024) and RETIREE (5024) PLANS
The Broker Commission Fee payable to R.L. Evans is $4,166.67 per month. This contract is not to exceed
$50,000 in a year. The fee is reduced by any standard agent fees or commissions that R.L. Evans receives
during the year and will provide a full accounting at year-end.
CA Revised December 2016
Page 7 of 7
11
12
FINANCE COMMITTEE
Meeting Minutes
City Council Finance Committee
February 7,2017- 6:15 p.m. - Hazelnut Conference Room, City Hall
Councilmembers: Verna Seat, Chair; Kathy Hougardy, Thomas McLeod
Staff: David Cline, Peggy McCarthy, Vicky Carlsen, Stephanie Brown, Laurel Humphrey
CALL TO ORDER: Chair Seat called the meeting to order at 6:23 p.m.
I. PRESENTATIONS
11. BUSINESS AGENDA
A. Contract: Health Care Broker Services
Staff is seeking Council approval of a contract with R.L. Evans in the amount of $50,000 for
healthcare brokerage services for active employee and LEOFF 1 retiree plans in 2017. R.L. Evans
has been the City's broker since the inception of the self - funded health insurance program in
1990, and helps the City to manage costs and negotiate prices. Staff continues to be satisfied
with the value and the quality of service provided by R.L. Evans and would like to renew the
service through 2017 for $50,000, representing a 2.6% increase. Councitmember McLeod
suggested changingthe language in the second recital to say "employees" instead of "citizens."
He also requested that in the future staff conduct additional research to determine that the City
is still getting the best quality service for the best value. The other Committee members agreed
with these proposals. Staff agreed to return to Committee in the 4th quarter of 2017 with the
additional research requested. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 21, 2017
REGULAR CONSENT AGENDA.
B. Interlocal Agreement: Regional Animal Services of King County
Staff is seeking Council approval of an interlocal agreement with King County Regional Animal
Services (RASKC) for continued animal services for unincorporated King County and 24 contract
cities. The City's 2012 contract with RASKC included a two-year extension which was approved
by the Council last year and expires on December 31, 2017. The existing contract is currently
under review by representatives of each of the member cities and by King County, and proposed
changes are summarized in the memo. The Cost allocation method of 80% service usage and
20% population will remain the same. Since the Council was last briefed in 2016, the City of
Kirkland has decided to withdraw and King County will be making program cost reductions to
mitigate 50% of this impact. Tukwila's costs are estimated at $111k, about $6k lower than
current budget. The final deadline for municipal approval of the intertocal agreement is June
1, 2017. A representative from RASKC will attend the Committee of the Whole to provide
additional information. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 13, 2017
COMMITTEE OF THE WHOLE.
13
Im,
COUNCIL AGENDA SYNOPSIS
---------------------------- - - - - -- Initial,
Meetin g Date
Pre .pared by
Mayor's rew . en,
Council review
02/21/17
BG.
t�
F-1 Ordinance
A/ g Date
nBidAward
Mtn Date
EjPublicllearin ,g
Ai g Dwe
V -
SPONSOR ❑ Council [:] Mayor ❑ [IR ❑ DCD E] Finance ❑ .Fire [:1 IT ❑ P&R [:]Police Z PIF
SPONSOR'S The contract with Hoffman Construction of Enumclaw, WA is complete for the Crystal
SUIMINIARY Springs Emergency Surface Water Repair. This contract completed permanent repairs to
the collapsed surface water pipe within Crystal Springs Park. Unit price over-runs totaled
$8,586.08. Council is being asked to accept and finalize the contract with Hoffman
Construction in the amount of $211,947.08.
Ri3A11FIWE'D BY cow mtg. ❑ CA&P Cmte ❑ F&S Cmte Z Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 02/14/17 COMMITTEE C1 IAIR: KATE KRULLER
RECOMMENDATIONS:
SPONSOR/ADMIN. Public Works
COM1\111-j"'IF Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
ExPi,M)ITURE, REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$211,947.08 $233,865.15 $0.00
Fund Source: 412 SURFACE WATER
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
02/21/17
ITEM NO.
CAS NUMBER:
STAFF SPONSOR: BOB GIBERSON
02/21/17
AGENDA I'll,"IMT]TIA" Crystal Springs Emergency Surface Water Repair
Contract Completion and Acceptance
Cxrl"("'()Ity ❑ Discussion
ARS Date
Z Motion
At g Dale 02121117
F-1 Resolution
A tg Date
F-1 Ordinance
A/ g Date
nBidAward
Mtn Date
EjPublicllearin ,g
Ai g Dwe
[:1 Olb e r
Ali
,g Date
SPONSOR ❑ Council [:] Mayor ❑ [IR ❑ DCD E] Finance ❑ .Fire [:1 IT ❑ P&R [:]Police Z PIF
SPONSOR'S The contract with Hoffman Construction of Enumclaw, WA is complete for the Crystal
SUIMINIARY Springs Emergency Surface Water Repair. This contract completed permanent repairs to
the collapsed surface water pipe within Crystal Springs Park. Unit price over-runs totaled
$8,586.08. Council is being asked to accept and finalize the contract with Hoffman
Construction in the amount of $211,947.08.
Ri3A11FIWE'D BY cow mtg. ❑ CA&P Cmte ❑ F&S Cmte Z Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 02/14/17 COMMITTEE C1 IAIR: KATE KRULLER
RECOMMENDATIONS:
SPONSOR/ADMIN. Public Works
COM1\111-j"'IF Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
ExPi,M)ITURE, REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$211,947.08 $233,865.15 $0.00
Fund Source: 412 SURFACE WATER
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
02/21/17
MTG. DATE
ATTACHMENTS
02/21/17
Informational Memorandum dated 02/10/17
State of WA Depart of Revenue Notice of Completion 16-118
Minutes from the Transportation & Infrastructure Committee meeting of 02/14/17
15
16
TO:
FROM
B':
CC
DATE:
City of Tukwila
Allan Ekberg, Mayor
Transportation and Infrastructure Co
Bob Gibersom, Public Works Director
Dave Sorensen, Project WNmmager
February 10, 2017
SUBJECT: Crystal Springs Emergency Surface Water Repair — Construction
Project No. 91641206, Contract No. 10-110
Contract Completion and Acceptance
ISSUE
Accept contract aa complete and authorize release Vfretain8ge.
BACKGROUND
The Notice to Proceed for Contract NV. 16-118 with Hoffman COOS[nJCUOO. Inc. of EOUDlC|8VV.
Washington was issued on October 3, 2016 for the Crystal Springs Emergency Surface Water
Repoir- Construction. Maintenance staff was notified of pavement settlement within Crystal
Springs Park and 51»' Ave S during the week of July 18,2O18.A collapsed surface water pipe
was discovered with additional failure of the pavement and a sinkhole. The Mayor declared an
emergency on July 21'2U18 and Council approved Resolution No. 1887. Frank CO|uCci0
Construction stabilized the emergency repair by filling the sinkhole, securing the utilities, and
installing 8 bypass pipe. This construction contract with Hoffman Construction, Inc. provided
permanent repairs.
ANALYSIS
Construction was physically completed on November 28'2U18. One no cost change order was
executed for the contractor's convenience to allow substitute crushed surfacing top course
granular material. The budget for the construction phase of the Crystal Springs Emergency
Surface Water Repair ' Construction project vvag$233.805.15'inu|ud|nga15q600niingenoy'of
which $8,586.08 was utilized to cover additional costs for pavement removal. Retainage of
$1O.597.85is being withheld.
Construction Contract Amount $203.361.00
Over-runs
Total Amount Paid $ 211,947.08
RECOMMENDATION
Council is being asked k}formally accept and authorize the release of the retainage. subject tO
standard claim and lien release procedures, for the Crystal Springs Emergency Surface Water
Repair - Construction Project YvithHoffrnon[:ODGtru[tiOn'|nc.inthefina|a0OOuOt[f $211'847.08
and consider this item on the Consent Agenda at the February 21, 2017 Regular Meeting.
Attachment: Notice of Completion Contract No. 16-118
WAPW Eng\PROJECTS\A- DR Projects\Crystal Springs Emergency Surface Water Repair �91 mut\DocsmTC\lnfo Memo Crystal Springs Closeout 021017msb.clocx
W.
Date: 2/01/2017
STATA.,
Original
❑ Revised #
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Contractor's UBI Number: 600247364
Name & Mailing Address of Public Agency Department Use Only
City of Tukwila Assigned to:
6200 Southcenter Boulevard
Tukwila, WA 98188 Date Assigned:
,UBI Number: 179 000 208 1 1
Notice is herebv eiven relative to the comnletion of contract or nroiect described below
Project Name
Contract Number
Job Order Contracting
Crystal Springs Emergency Surface Water Repair (91641206)
116-118
❑ Yes V No
Description of Work Done/Include Jobsite Address(es)
Removing and replacing existing storm drain pipes and drainage structures, installation of new storm drain pipes and
drainage structures, removing and replacing HMA roadway paving, removing and replacing cement concrete
sidewalk, and site restoration.
Federally funded transportation project? El Yes SK No (if yes, provide Contract Bond Statement below)
Contractor's Name
E-mail Address
Affidavit ID*
Hoffman Construction, Inc.
lbrad@hofcon.com
1693970
Contractor Address
Telephone #
P.O. Box 845, Enumclaw, WA 98022
1360-825-9797
If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number.
[:1 Retainage Bond ❑ Contract/Payment bond (valid for federally funded transportation projects)
Name:
I Bond Number:
Date Contract Awarded
Date Work Commenced
Date Work Completed
Date Work Accepted
10/12/16
1 10/13/16
111/22/16
1
Were Subcontracters used on this project? If so, please complete Addendum A. 56Yes ❑ No
Affidavit ID- - No L&I release will be granted until all affidavits are listed.
Contract Amount
Additions +
Reductions
Sub-Total
Sales Tax Rate 0 %
(If various rates apply, please send a breakdown)
Sales Tax Amount
TOTAL
$ 203,361.00
$ 8,586.08
$ 0.00
$ 211,947.08
U. I I •
Liquidated Damages $
0.00
Amount Disbursed $
201,349.73
Amount Retained $
10,597.35
NOTE: These two totals must he eaual
TOTAL $ 211,947.08
Comments:
Tax does not apply - Rule 171
Note: 'Fhe Disbursing Officer must submit this completed notice immediately after acceptance of the work done Linder this contract.
NO PAYMENT SlIA1,1, BE MADE FROM RE'FAINED FUNDS until receipt of all release certificates.
Submitting Form: Please submit the completed form by email to all three agencies below.
Contact Name: Diane Jaber
Email Address: Diane.Jaber@TukwilaWA.gov
Department of Revenue Washington State Department of
Public Works Section 40 Labor & Industries
(360) 704-5650 Contract Release
PWC@dor.wa.gov (855) 545-8163, option # 4
ContractRelease@LN 1. WA. GOV
REV 31 0020e (10/26/15) F215-038-000 10-2014
Title: Fiscal Specialist
Phone Number: (206) 433-1871
Employment Security
Department
Registration, Inquiry,
Standards & Coordination
Unit
(360) 902-9450
publicworks@esd.wa.gov
19
Addendum A: Please List all Subcontractors and Sub-tiers Below
This addendum can be submitted in other formats.
Provide known affidavits at this time. No L&I release will be granted until all affidavits are listed.
Subcontractor's Name:
UBI Number: (Required)
Affidavit ID*
Holmvig, Dewitt, Gallion $ Assoc, LLC
603162312
691914
Evergreen Concrete Cutting
601605667
681642
ICON Materials
601006854
687521
DGS Landscaping / The Hydroseeder
602321388
686609
Corliss Resources
602237779
680597
Olsen Electric
602696333
684890
Hoffman Construction, INC
600247364
693970
Corliss Resources
602237779
684647
For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the
Washington Relay Service by calling 711.
RE 6 1 0020e Addendum (10/26/15) F215-038-000 10-2014
City of Tukwila
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
February 14, 2017 -5.30 p.m. — Foster Conference Room, 630o Building
Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn
Staff: Bob Giberson, Robin Tischmak, Steve Carstens,
Laurel Humphrey
CALL TO ORDER: Chair Kruller called the meeting to order
I. PRESENTATIONS
II. BUSINESS AGENDA
A. Contract Comoletfon: Crvstal Sorinas,E
Staff is seeking Council approval of cor
Construction, Inc. in the amount of $21
Water Repair Construction Project. Th
surface water pipe, pavement and sink
orensen, Gail Labanara,
IN
mpletion and release of retainage to Hoffman
3 for the Crystal Springs Emergency Surface
ject
Frank Coluccio Construction Company stabiliz
Construction provided permanent repairs. UN
FEBRUARY 21, 2021 REGULAR CONSENT A
onstructed emergency repair of a collapsed
3tal SpOngs Park and 51st Avenue South. The
:he emergency repair and Hoffman
IMOUS APPROVAL. FORWARD TO
q DA.
B. Bid Award: South 1441" Street Phase II (4:2"' Avenue'South — Tukwila International Boulevard)
Staff is seeping Council approval to award a bid to Marshbank Construction, Inc. in the amount
of$1.,8�3;895.o3 for construction of the South 144th Street Phase II Street Improvement Project.
Marshbank was selected as the low bidder of five received, and the contract amount plus 150/0
contingency is within the total project budget of $2,248,000.00. This project will construct curb,
gutter, sidewalk, bike lanes, pavement restoration, illumination, drainage and utility
undergrounding from Tukwila International Boulevard to 42nd Avenue South as well as add a
traffic signal. UNANIMOUS APPROVAL. FORWARD TO FEBRUARY 21, 2017 REGULAR
CONSENT AGENDA.
21
22
COUNCIL AGENDA SYNOPSIS
Meetin g Date
PrePared by A
Mayor'c revieiv,,"
Council retion,
02/21/17
BG
❑ Resolution
Altg Dau,
❑ Ordinance
Aft
,g Date
❑ Bid2bvard
Al�g Dale
❑ Public Flearin
,g
Altg Date
❑Other
EJ
Altg Date
SPONSOR ❑ Council ❑ Mayor ❑ JIR ❑ D CD ❑ finance ❑ Fire ❑ 17' ❑ P&R ❑ Police Z PIV
SPONSOR'S Council is being asked to approve the construction management design support
SUININIARY Supplement No. 5 for $260,956.00 and a new construction management contract for
$1,524,293.83 with Jacobs Engineering Group, Inc. for the Boeing Access Road over BNRR
Bridge Rehabilitation Project. Jacobs was selected from three consulting firms.
Construction management services will include project management, documentation, and
inspection. The City is advertising construction bids on 2/15/17 and 2/22/17.
Ri,1*viF\X11,1'I) BY ❑ cow mtg. [:] CA&P Cmte ❑ F&S Cmte ❑ Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 02/14/17 COMMI'T'TEE CHAIR: KATE KRULLER
RECOMMENDATIONS:
Sll()N,SoR/ADNIIN. Public Works
COMNIFI'll"E Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
Exi+'NIATURI," Rl?QUIRFD AMOUNT BUDGETED APPROPRIATION REQUIRED
$1,785,249.83 $10,869,100.00 $0.00
Fund Source: 104 ARTERIAL STREETS (PAGE 10, 2017 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
02/21/17
ITEMNO.
4.E.
CAS N I 1XIBFIR: I
STAFFSPONSOR: BOB GIBERSON
� 010GINIU, A(;I,.Nt),x D,\'i'i�": 02/21/17
ITFNITITLE Boeing Access Rd over BNRR Bridge Rehabilitation Project
Construction Management Contract and Supplement No. 5 with Jacobs
Cxl'1�1(;()IZy ❑ Dircus.fion
ARS Dale
Z Motion
Alig Date 02121117
❑ Resolution
Altg Dau,
❑ Ordinance
Aft
,g Date
❑ Bid2bvard
Al�g Dale
❑ Public Flearin
,g
Altg Date
❑Other
EJ
Altg Date
SPONSOR ❑ Council ❑ Mayor ❑ JIR ❑ D CD ❑ finance ❑ Fire ❑ 17' ❑ P&R ❑ Police Z PIV
SPONSOR'S Council is being asked to approve the construction management design support
SUININIARY Supplement No. 5 for $260,956.00 and a new construction management contract for
$1,524,293.83 with Jacobs Engineering Group, Inc. for the Boeing Access Road over BNRR
Bridge Rehabilitation Project. Jacobs was selected from three consulting firms.
Construction management services will include project management, documentation, and
inspection. The City is advertising construction bids on 2/15/17 and 2/22/17.
Ri,1*viF\X11,1'I) BY ❑ cow mtg. [:] CA&P Cmte ❑ F&S Cmte ❑ Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 02/14/17 COMMI'T'TEE CHAIR: KATE KRULLER
RECOMMENDATIONS:
Sll()N,SoR/ADNIIN. Public Works
COMNIFI'll"E Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
Exi+'NIATURI," Rl?QUIRFD AMOUNT BUDGETED APPROPRIATION REQUIRED
$1,785,249.83 $10,869,100.00 $0.00
Fund Source: 104 ARTERIAL STREETS (PAGE 10, 2017 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
02/21/17
MTG. DATE
ATTACHMENTS
02/21/17
Informational Memorandum dated 02/10/17
page 10, 2017 CIP
Consultant Selection Scoring Matrix
Jacobs Design Support Supplement No. 5
Jacobs CM Contract with Scope of Work and Fee
Minutes from the Transportation & Infrastructure Committee meeting of 2/14/17
23
24
TO:
FROM:
BY:
CC:
DATE:
City of Tukwila Allan Ekberg, Mayor
Public Works Department - Bob Giberson, Director
Transportation and Infrastructure Commits A
Bob Giberson, Public Works Director
Steve Carstens, Senior Program Manager
Mayor Ekberg
February 10, 2017
SUBJECT: Boeing Access Rd over BNRR Bridge Rehabilitation Project
Project No. 99410408
Construction Management and Design Support (construction mgmt.) Service Contracts
ISSUE
Approve two (2) contracts with Jacobs Engineering Group, Inc. (Jacobs). Contract 1 - Construction Management Design
Support Supplement No. 5 to Contract #13 -161 and Contract 2 - Construction Management (new) contract for construction
services related to the Boeing Access Road Bridge Rehabilitation project.
BACKGROUND
In October 2013 the City contracted with Jacobs to design the Boeing Access Road Rehabilitation Project. The City has
completed the right -of -way certification, WSDOT has authorized the construction grant funding, and the project will be
advertised for construction bids in mid - February. Staff recently performed a construction management consultant selection
process and interviewed three firms. Jacobs was selected as the top candidate for the project due to their expertise,
knowledge, and ability to provide the appropriately sized team for the project. These contracts with Jacobs will provide
construction management services for the duration of the construction project. Note: For Contract 1, the City typically executes
a contract with the Design consulting firm to provide on -call support for design services during construction.
ANALYSIS
The grant covers 80% of the project costs. The scope of work requires the consultant to provide all field work, testing,
inspection, and documentation. It should be noted that the total estimated project costs are less than the budget amount. The
estimated construction management fees for this project are a larger than normal percentage of the estimated construction
costs due to the complex technical nature of the project and significant anticipated railroad coordination efforts. The total
estimated project costs are well within the project budget.
FISCAL IMPACt
The budget for construction management and construction management design support are broken down as follows:
Boeing Access Road Bridge Rehabilitation Contract Cost Budget
Construction Management (Contract 2) $1,524,293.83 $1,124,000.00
Design Support CM Supplement No. 5 (Contract 1) 260,956.00
Estimate for Construction 8,558,100.00 9,745,100.00
Total $10.343.349.83 $10.869.100.00
RECOMMENDATION
Council is being asked to approve Contract 1 - Supplement No. 5 to Contract No. 13- 161(e) with Jacobs in the amount of
$260,956.00 and Contract 2 - a new contract with Jacobs for construction management services in the amount of
$1,524,293.83 and to consider these items at the Consent Agenda at the February 21, 2017 Regular Meeting.
Attachments: Page 10, 2017 CIP
Construction Management contract and supporting documents
Design support Supplement No. 5 and supporting documents
WAPW Eng \PROJECTS\A- RW & RS Projects \Boeing Access Rd Bridge Rehab (99410408) \03 Consultant Selection \Info Memo Jacobs CM & Sup N5 021017 gl- M- sm.docx
25
26
PROJECT:
DESCRIPTION:
JUSTIFICATION:
STATUS:
M4|NT.|K8PACT:
CITY OF TUKVVLA CAPITAL PROJECT SUMMARY
2017 to 2022
Boeing Access Rd over BNRRBridge Rehabilitation Project No. 3S41U4OO
Rehabilitate the existing bridge with a 340' long concrete msteel bridge structure. |t will beOlanes
and have a sidewalk on one side.
The existing bridge is structurally and seismically deficient. Several pedestals are leaning, have concrete
spalls, exposed rusty anchor bolts and reinforcements and some cracks. The existing railings do not meet
current bridge standards.
Type size, and location draft report (specifically required for bridges) was completed in 2005. Federal
grant applications were submitted in 2008 and 2010 and the bridge rehabilitation was successful for
funding in 2012 for federal bridge funds. A Public Works Trust Fund (PWTF) loan was rescinded in 2013.
Maintenance will bareduced.
Bridge will be rehabilitated in phases to allow continued traffic use. Federal bridge grant of $9,745,600
requires a 20% local match. A bond issue for the City match was issued in 2015 with the Interurban Ave S.
FINANCIAL Through Estimated
(in S000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL
EXPENSES
Design
1,249
104
1,353
Land (R/W)
100
100
Const. Mgmt.
1,124
1,124
Construction
9,745
9,745
TOTAL EXPENSES
1,249
2041
10,869
0
0
01
01
0
0
12,322
FUND SOURCES
Awarded Grant
905
163
8,677
9,745
Proposed Grant
0
Fund Balance-Bond
344
41
2,192
2,577
Mitigation
0
201r-2022 Capital Improvement Program 10 27
W-P
_0
cu
co
0
E
Q)
_0
cz_
w
c
-E
(U _0
.0 cu 0
U
Q)
>
0
a)
0 -C
0-
0. C:
0
_0
0 CU
0
E
co
0
0 (U :3
a)
ci
-C CL
x
V)
a) —
0) 0
w
_0 Qu)
c
a)
0 (V
> 0.
x
4-; �S? w
-r- aj
(U
_0
ra :3
m
C
0
0 u
E w
o Q)
= V� _0
V) a)
E -c
a) co
o
u 0
o 0
u
V) (D
V�
E QJ a)
IR W -C
m Qj
E c
u 0
0 C)
Q>) —N LC,, w
0 a) -0
w — u
a) Q)
(�n
ti� — u
u CU 0
_r_ m 0 c
U V)
a) .0 0
E U U- u E
0 S? 0- - ,
w 0 a) c
U- V) V)
0
u
C
0
0
0
0
C)
V)
rn
rlj
r-i
N
N
x
-zr
Lr)
-�o
It
ry)
0
u
DO
<
0
0
>
(1)
rQ
0)
�.6
(1)
w
-
00
t
co
0
0
Ln
0
0
Ln
.c
rf)
r-i
N
rj
a)
a)
r-4
00
m
1.0
r,
0
<
LU
F-
I-
r-
r,
Ln
rn
r.,
-q
00
k.0
=3
0
0
0
V)
0
C
LI)
c
r4
H
1-1
r-I
V)
0)
Lf)
�.D
rl
Lr)
(,4
r.1
-4
r-i
00
0
Ln
-0
0
(3)
.—
0
0
0
C)
0
>
a)
M
r4
r-I
N
N
a)
-0000000
0
c
(Y)
(N
--I
N
rN
C:
0
-C
-LL)
:3
cu
w
_0
co
'0
m
0
0
0
C)
-
OD
m
:5
c
cr
Z)
C
M
0
0
M
00
< rn
>
m
a)
tD
c
9�
C
C
0
M
E
o
E
m
a
0
-
C)
0
>
cn co
U-
a-
�(u
—
m
-
<
W-P
_0
cu
co
0
E
Q)
_0
cz_
w
c
-E
(U _0
.0 cu 0
U
Q)
>
0
a)
0 -C
0-
0. C:
0
_0
0 CU
0
E
co
0
0 (U :3
a)
ci
-C CL
x
V)
a) —
0) 0
w
_0 Qu)
c
a)
0 (V
> 0.
x
4-; �S? w
-r- aj
(U
_0
ra :3
m
C
0
0 u
E w
o Q)
= V� _0
V) a)
E -c
a) co
o
u 0
o 0
u
V) (D
V�
E QJ a)
IR W -C
m Qj
E c
u 0
0 C)
Q>) —N LC,, w
0 a) -0
w — u
a) Q)
(�n
ti� — u
u CU 0
_r_ m 0 c
U V)
a) .0 0
E U U- u E
0 S? 0- - ,
w 0 a) c
U- V) V)
M*wb- wit of Tonspwtadan
Supplemental Agreement
Organization and Address
Jacobs Engineering Group Inc
Number 05
600 108th Avenue NE Suite 700
Bellevue, WA 98004
Original Agreement Number
13-161
Phone: 425-452-8000
Project Number
Execution Date
Completion Date
99410408, BHM- 1380(003)
0/10/2013
12/30/2018
Project Title
LNew Maximum Amount Payable
Boeing Access Road Over BNRR Bridge
$ 1,331,513.00
Description of Work
This supplement is for providing design services during construction of the project. Detailed scope and fee for the
services are attached.
The Local Agency of City of Tukwila
desires tosupplement the agreement entered into with Jacobs Engineering
and executed on 10/)0/201] and identified as Agreement No. 13-161
All provisions in the basic agreement remain in effect except ao expressly modified by this supplement.
The changes ho the agreement are described aofollows:
Section 1. SCOPE OF WORK, is hereby changed horead:
See 2ffiqched Exhibit A-] for Supplernent 5 Scope of Work
AU
Section IV, TIME FOR BEGINNING AND COMPLETION, isamended to change the number of calendar days for
completion of the work to read: Time, for completion is revised to December 31 ?019
|U>
Section V, PAYMENT, shall be amended as follows:
Total pa)�ment will he increased h�4 �?60'956 00
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.
R11111111"1071 M1, rel',MkILMLToToXlraranu&ToukvAr.I 0
DOT Funn 140-063 Er
Revised 9/2005
Consultant Signature Approving Authority Signature
Date
City of Tukwila
Construction Support
Project Objective and Project Description
This project will provide preliminary and final design and construction engineering services to the City of
Tukwila (CITY) for the rehabilitation of the South Boeing Access Road over BNSF/UPRR Bridge. The
Boeing Access Road Bridge, originally constructed in 1944 and widened in 196S, is a five span bridge,
three steel girder spans and two concrete T-beam spans, supported on concrete piers founded on H-pile
foundation.
The project will be accomplished in the following three phases:
Phase 1 — Bridge Rehabilitation Alternatives Evaluation
Phase 1 of the project is to assess bridge conditions and identify its deficiencies by conducting an in-
depth bridge inspection. Seismic analysis will also be performed to identify seismic vulnerability of the
bridge under current AASHTO design level earthquake (1,000-year return period). The findings and
recommendations, along with associated costs, will be summarized in a Design Report.
Phase 2— Final Design (PS&E)
Upon approval of the Design Report by the CITY, the final construction documents (PS&E) will be
prepared for the retrofit measures recommended and selected in Phase I. The final design and the
construction PS&E documents will be prepared in accordance with the City and WSDOT standards.
Phase 3 — Construction Support
The CONSULTANT will assist the CITY with design services during construction of the Boeing Access Road
over BNRR Bridge and preparing bridge load rating analysis after completion of the bridge construction.
The details nf the tasks are described below.
Project Schedule
The preliminary project schedule will be developed upon notice to proceed for the project and updated
as changes occur. The anticipated major milestone dates are:
Phase 2: Tobecompleted
January 2016
Phase 3: Notice tnProceed
February 2017
Ad for Construction
February 2017
Construction begin
March 2017
Construction completion
April 2018
JACOBS
Scope of Work
(Continued)
PHASE 3 - CONSTRUCTION SUPPORT
1. PROJECT MANAGEMENT
The CONSULTANT shall provide continuous project management and administration of services under
this agreement. This work element includes preparing monthly invoices and progress reports, including
the status of individual work elements, number of meetings attended, change management status,
outstanding information required and work items planned for the following month.
The CONSULTANT's Project Manager shall maintain communication with the COUNTY's Project Manager
and the CONSULTANT's Project Team via meetings, telephone discussions, emails and other means
necessary. An FTP site may be used for file transfer.
The CONSULTANT's project manager shall provide direction to the project team including subconsultants
supporting this project.
Assumptions:
The project management for this phase is assumed for 16 month; CONSULTANT may provide
services beyond this duration as requested by COUNTY and within limits of available budget.
The construction phase is anticipated to be approximately 16 months.
Headlight system will not be used in this Construction Support service.
Deliverables:
• Monthly Invoices and Progress Reports (up to 16)
• Meeting minutes
2 ENGINEERING SERVICES DURING CONSTRUCTION
2.1 Attending Pre - Construction
The CONSULTANT shall attend the pre- construction meeting prepare to answer any questions from the
Contractor or the City regarding the construction.
Deliverables:
■ Meeting notes and comments associated with the meetings.
2.2 Construction Coordination and Field Visits
The CONSULTANT shall attend the construction coordination meetings and visit the site as requested by
the CITY and /or required for clarification of construction - related issues or review of unusual or
unanticipated conditions.
Assumptions:
■ The scope of this task is based on attending monthly basis, an initial estimate of up to 16 site
visits.
Deliverables:
• Meetings /Site visit reports (up to 16)
• Technical memorandum regarding constructability issues or field revisons.
SOW BAR DSDC 2017.01.09
31
JACOBS
Scope nfWork
2'3 Response to Contractor's RFI's
The CONSULTANT shall review and respond to Requests for Information (RHd throughout the
construction period when requested by the CITY. Coordination and follow-up efforts will be provided to
ensure a timely review. CONSULTANT shall maintain a log of RFI's showing the level of efforts required
for each and the log will be available for the CITY asrequested.
Assumptions:
• The scope of this task is based upon oninitial estimate ofupto100RFI'sotfour(4) hours per RFI.
• The Contractor ismsponsiblefor updating design record drawings to reflect responses to RR's
with redlines on record set. As-built plans will bp prepared based on these changes o/ the end 4/
construction by the CONSULTANT os specified /n Section 4.2ofthis Scope. .
Deliverables:
• Responses 1oRR's (electronic files)
• RH'sLog
2.4 Shop Drawings 0kConstruction Submittals Review
The CONSULTANT shall review the construction shop drawings and other Contractor submittals at the
request of the CITY for general conformance with the Contract Plans and Specifications. All reviewed
shop drawings and submittals will be returned with shop drawing stamped indicating appropriate action.
Assumptions:
• The scope of this task is based on an initial estimate of up to 50 submittals at 10 hours per
submittal.
• The Contractor isrcspons/b/r/br updating design record drawings to reflect any changes /nthe
submittals with redlines on record set. As-built plans will be prepared based on these changes ot
the end of construction by the CONSULTANT as specified in Section 4.2 of this Scope.
Deliverables:
• Reviewed shop drawings and submittals (electronic files unless requested otherwise)
• Submittal Log
3 Environmental Compliance (Widener & Associates)
3.1 NPIDES Compliance
The CONSULTANT shall provide weekly NPDES oversight to assure the Contractor compliant with the
NPDE5 permit throughout the construction duration.
Assumptions:
0 The scope ofthis task is based on24'munth construction duration.
Deliverables:
M Weekly Inspection Reports submitted to the DOE and copies to the City.
4 POST-CONSTRUCTION SERVICES
4.1 Bridge Load Rating Report
The CONSULTANT shall complete the bridge load rating analysis based on the as-built conditions and
SOW BAeoSDC 2017.01.09
Scope of Work
(Continued)
prepare the bridge load rating report, including the summary sheet, in accordance with the current
AASHTO Manual for Bridge Evaluation and WSDOT BDM and Bridge Inspection Manual.
Assumptions:
• The CITY'S CM Team will provide the bridge as -built drawings.
• Bridge load rating will meet the new FHWA's SHV rating requirements.
Deliverables:
• Bridge load rating analysis reports (Two (2) hard -copy sets of the load rating, including load rating
summary, analysis report, and other calculations (prepared in 8 YZ" x 11" sized, "D" ring, "Quick
Fit Brand View Binder ")
• Bridge Load Rating Summary (signed and sealed by a P.E. licensed in the State of Washington)
• One (1) complete electronic file of the hard -copy set in PDF.
• Posting /uploading of the load rating report into the WSBIS software once approved by the City.
4.2 As -Built Drawings
The CONSULTANT shall prepare as -built plans at the substantial completion of the project based on
the information provided by the Contractor and the Construction Management Team. All the
changes occurred during construction will be shown in clouds with revision blocks on the original
design files.
Assumptions:
■ The Contractor and /or Construction Management Team will provide the as -built information,
including all the design changes during construction in the field, in a single set of redline plans.
Deliverables:
■ As -Built Plans (2 hard copies and AutoCAD files in CD)
SOW BAR DSDC 2017.01.09
33
EXHIBIT E -2A
Supplement No 4
City of Tulkwila JACOBS
Fee Proposal
South Boeing Access Road Bridge Rehabilitation Project - Design Services During Construction
Task
Description
Project
Manager
Sr. Str.
Eng.
Sr. Civil
Eng.
Des. Eng.
CADD
Contract
Admin
Non-
Project
Admin
Jacobs
Total
Hours
Jacobs Cost
by Task
Sub -
consultant
1
Project Management & Admin.
144
0
16
24
0
4
16
204
$17,200
o '' "�r�>rdirl rl ra (u,,4wne 16 rnorr2)s)
1110
16
21
4
L24
I' rr r - par:ir :r /Ir r nre :
(4
16
,fill
2
Engineering Services during Construction
88
130
92
878
80
0
0
1,268
$57,651
2 1
A7' unGzrrrrl lam (oor ,,truction Nh rUmq
S
6
6
20
? 2
101
64
1h
10
100
� 7
1?6,,(rnww to (misurt r 100)
50
50
00
100
1.4
3hOP drtr.vir, ✓is & COI itrt+C(r O 1,WY i 101 rr.✓iOV, ( rrr- re 50/
Ro
20
400
! >00
3
Environmental (Widener & Associates)
0
0
0
0
j 0
0
0
-
$44,718
( own trur icon .upoo't (N('DF F 1, <pemo, r 14 romal —J
4
Bridge Load Rating(TranTech)
8
0
0
76
40
0
0
124
$4,999
7 1
1 "ma! (Frrctq l.arxrt / ir',nr1 (Rru l rich}
.1
16
20
$10,000
(;
f:prrlld t P 8 t d,l " f ' s /or ItCCnld
4
60
40
104
Total Hours
232
130
108
902
80
4
16
1,472
Billing Rates - Negotiated Hourly (Estimated)
$236.27
$155.00 1
$177.82 1
$79.61
$93.44
$11681
1 $58.40
JACOBS Total Direct Labor
$79,850
$54,718
Overhead (103.61% of Direct Labor)
$81,733
Fee (30% of Direct Labor)
$23,955
TOTAL LABOR COST
$ 186,538
54,718
Direct Expenses (mileage, mailing, etc.)
$1,000
Contingencies (10 %)
$18,700
Sub -total
$ 206,238
TOTAL
$ 260,956
Assumptions
The budget is based on "cost +fixed fee" method.
Mileage are paid at current federal allowed rate.
The project duration is assumed for 16 months
C: Userslkimksl0esktop7ukwila BoeinglScopingOSDCZoeing Access Road Br_ DSDC draft_ 201701.09
34
11912017
Local Agency A &E Professional Services
Cost Plus Fixed Fee Consultant Agreement
Agreement Number:
Firm/Organization Legal Name (do not use dba's):
Jacobs Project Management Co
Address
Federal Aid Number
600 - 108th Ave NE Suite 700, Bellevue WA 98004
Sub-consultant Cost Computations
UBI Number
Federal TIN or SSN Number
602-802-387
35-2321289
Execution Date
Completion Date
Lxhibit l
June 1, 2018
1099 Form Required
Federal Participation
Project Title
Boeing Access Road Bridge Rehabilitation Project
Description of Work
Provide construction inspection and management services for the Boeing Access Road Bridge Rehabilitation
project
[:] Yes No DBE Participation
Total Amount Authorized: $1,524,293.83
F� Yes No MBE Participation
Management Reserve Fund: $0.00
Yes No WBE Participation
Yes No SBE Participation
Maximum Amount Payable: $1,524,293.83
Index of Exhibits
Eshibit/\ Scope ofWork
Lxhibd�
DBE Participation
Eshibh[
Preparation and Delivery o[ Electronic Engineering and Other Data
[sbiHtQ
Prime Consultant Cost a
ExhiNl[
Sub-consultant Cost Computations
Exhibil F
Title VlAssurances
EzbiNiG
Certification Documents
EdhiN! K
Liability Insurance Increase
Lxhibit l
Alleged Consultant Design Error Procedures
Lxhibil ]
Consultant Claim Procedures
Agreement Number
Loca AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement
Revised 311112016
Page YoyY4
THIS AGREEMENT, made and entered into ua shown in the "Execution Date" box on page one (1)nfthis
/\ORI"EMEN1[ bctv/ccn the City of Tukwila `
herelnafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this
/\GR£EMENl[ hereinafter called the ''C()N8i]L[AN1["
Wf IEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one
o[ 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 CONSULTANTto provide
the necessary SERVICES; and
VVHERE/\S, the CONSULTANT represents that they comply with the Washington State Statutes relating
to professional registration, if applicable, and has signified u willingness io 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:
D. 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 e|ncvvhcre in this AGREEMENT.
UK. General Scope of Work
The Scope of Work and projected |evc|nfeffodrcquirodfbrihescSERVlCESisdcacribcdiuExhiNt''/t" attochcd
hereto and hv this reference made u part of this AGREEMENT. The General Scope of Work was developed
utilizing performance based contracting methodologies.
UUU. 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 nncodngs with the AGENCY and/or such State, Federal, Community, City, or County officials,
groups or individuals aa may be requested by the AGENCY. The AGENCY will provide the CONSULTANT
sufficient notice prior to nnccdngs requiring CONSULTANT participation. The nniuioounn required hours or days'
notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A."
The CONSULTANT shall prepare u monthly progress report, in n fbnn 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 uo that the progress ofthe SERVICES can cuai|y be evaluated.
The CONSULTANT, any sub-consultants, and the AGENCY mhui| comply with all Federal, State, and local |avva,
rules, codes, regulations, and all AGENCY policies and directives, applicable 1n the work to be pc,D)rnucd 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 3nft4
Revised 311112016
Participation for Disadvantaged Business Enterprises (0BE) ocSmall Business Enterprises (3BE) if required,
per 49CFR Part 26` shall bc shown on the heading of this AGREEMENT. lf DBE firms are utilized otthe
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 P,innc
CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation
outlined in the AGENCY`a"DBE Program Participation Plan" and perform unoiuinuurn of30%of the total amount
of this AGREEMENT. It is rcconnnncudcd, but not required, that non-DBE Prime CONSULTANTS per[b,ou
o minimum of30%of the total unnouoto[ this AGREEMENT.
The CONSULTANT, on xrnonih|f 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 ofElectronic Engineering and othcr[>n1a."
All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared
by the CONSULTANT prior to cornpletion or termination of this AGREEMENT are instruments of service for
these SERVICES, and are the property ofthe AGENCY. Reuse by the AGENCY orby others, acting through or
on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be
without liability or legal exposure to the CONSULTANT.
Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other
party by (i) certified mail, return receipt requested, or (ii) by email or facsimile, to the address set forth below:
If to AGENCY:
Name: Steve Curnten, PE
Agency: City of Tukwila - Public Works Dept
Address: h3U0Southccn1crBoulevard
City: Tukwila State: VV& Zip: 90188
Email: Steve. Carstens {�Tukv/i|uVV/\. gov
Phone: (206) 431-2446 (ext 1646)
Facsimile: 206'431-3665
IV. Time for Beginning and Completion
|ftoCONSULTANT:
Name: Jay Rueter
Agency: Jacobs Project MunugcmnontCn
Address: 600 ' |00th Ave NE, Suite 700
City: Bellevue State: WA Zip: 98004
Email: 'ay.h acobs.comn
Phone: 425-990~6854
Facsimile: N/A
The CONSULTANT shall not begin any work under the icrn`e of this AGREEMENT uod| authorized in writing
bv 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
[(}N8UL]ANl[ /\ prior supplemental AGREEMENT issued by the AGENCY is required to extend the established
completion time.
Agreement Number:
LosdAgeocyA8EProfesaional Services Cost Plus Fixed Fee Consultant Agreement Page 3of14
Revised 311112016
V Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered Linder this AGREEMENT
um provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES
rendered and for all |uhoc nuu1eriu|u, supplies, equipment, and incidentals necessary (ocomplete SERVICES,
specified io Section ll, "Scope of\4ork" The CONSULTANT shall conform 10 all applicable portions n[48CPQ
Part 3l (\�n ). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits
^`D" and ^'E" and hy this reference made part of this AGREEMENT.
A. Actual Costs: Payment for all consulting services for this PROJECT shall he on the basis of the
CONSULTANT'S actual cost plus afixed fee. The actual cost shall include direct salary cost, indirect cost ruic
and direct non-salary costs.
|. Direct Labor Costs: The Direct Labor Cost is the direct salary paid k/ principals,
professional, technical, and clerical personnel for the time they are productively engaged in work necessary
to [x|fiU the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the
direct salary costs billed to the AGENCY.
Indirect Cost Rate (ICR) Costs: lCRCosts are those costs, other than direct costs, which are included as
such onthe books of the CONSULTANT in the normal everyday keeping nf its books. Progress payments
shall be made at the ICR rates shown in attached Exhibits "D" and "E" of this AGREEMENT. Total
|CQ payment shall bc based on Actual Costs. The AGENCY agrees tn reimburse the CONSULTANT
the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this
AGREEMENT, when accumulated with a|| other Actual Costs.
A Summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits "D" and
"E7`, attached hereto and b« this reference made part of this /\(|QEEMfNl[ 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 lCl{rate for billings received and paid during the fiscal year represented hythe
lCBschcdu|c. 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 oo1uu| rate. The ICR schedule will be
Failure to Supply this information by either the prime CONSULTANT or any of their sub-consultants abuU
cause the AGENCY to withhold payment of the billed ICR costs until such time as the required information
ia received and uu overhead rate for billing purposes isapproved.
The /\(]EN[y`a Project K4unugorund/orthe Federal Government may perform on audit ofthe
CONSULTANT'S books and records at any time during regular business hours to determine the actual ICR
rate, if they aodesire.
3. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed u1 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-conSLI]tants. Air or train travel will hc
reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT
oba|| comply with the rules and regulations regarding travel costs (excluding air, train, and ccntu| car costs)
in accordance with WSD()T`s Accounting Manual M l3-82, Chapter |0— Travel Rules and Procedures, and
revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal
Regulations (CFEl) Part 3|.2O5-46 "Travel Cus1y." The billing for Direct Non-Salary Costs shall include an
itemized listing of the charges directly identifiable with the PB[)]E[l[ The CONSULTANT shall maintain
the original supporting documents io their office. Copies of the original supporting documents shall bc
supplied to the AGENCY upon request. All above charges must bc necessary for the services provided
under this AGREEMENT.
Agreement Number:
Local AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4of14
Revised 311112016
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 o[ Work defined in this AGREEMENT and
the estimated person-hours required kz perform the stated Scope nyWork. ln the event the CONSULTANT
enters into o eupp|onucntu| AGREEMENT for additional work, the supplemental AGREEMENT may
include provisions for the added costs and an appropriate additional fee. The Fixed Fee will beprorated
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 o[ the Fixed Fee earned but not
previously paid iu the progress payments will be covered iuthe final payment, subject tn the provisions uf
Section /X entitled "Termination of/\grccrnonL"
Management Reserve Fund : The AGENCY may desire to establish MRFk> provide the Agreement
Administrator with the flexibility to authorize additional funds to the AGREEMENT for u|/oxm6|c
unforeseen costs, or reirnbursing the CONSULTANT for additional work beyond that already defined in
this AGREEMENT. Such ou1horizotion(a)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 MRFim shown in the heading of this AGREEMENT. This fund may not bereplenished. Any
changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII,
"Extra Work."
Maximum Total Amount Payable: The Maximum Total Amount Payable b« the AGENCY tothe
CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this
/\(]RE£MBNl[ The Maximum Total Amount Payable is comprised of the Total Arnount Authorized, and
thcM8[ The Maximum Total Arnount Payable does not include payment for Extra Work as stipulated in
Section >{l||, ^'Ex1,u \4ock." No nuininnunn 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 lC}t and calculated fee nou monthly basis during the progress o[ the work. Such billings
shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under
Section lll, "General Qoquircnnents"o[ this AGREEMENT. The billings will bc supported byunitemized
listing for each item including Direct (R/\W) Labor, Direct Non-So|ory,and u|lovvub|e lCR Costs towhich will
bc added the prorated Fixed Fee. Tb provide u means ofverifying the billed Direct (R/\VV) Labor costs for
CONSULTANT employees, the AGENCY may conduct cnnp|nyec interviews. Tbcac interviews may consist of
recording the uan)ca, titles, Direct (RAW) Labor rates, and present duties of those employees performing work
on the PROJECT o1 the time ofthe interview.
C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will bemade
promptly upon its verification bv the AGENCY after the completion oF the work under this AGREEMENT,
contingent, if applicable, upon receipt n[all PS6tE, plans, maps, notes, reports, electronic data and other related
documents which are required tobc furnished under this AGREEMENT. Acceptance o[ Such Final Payment by
the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have
against the AGENCY uo|cas such claims are specifically reserved in v/ddng and transmitted to the AGENCY by
the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, bcu bar to any claims that
the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect
io such claims.
The payment ofany billing will not constitute agreement aato the appropriateness of any item and u1 the time
of final audit; all required adjustments will be made and reflected in a final payment. |n 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
u waiver bythe CONSULTANT for any c|uinom relating tnthe validity ofafinding by the AGENCY of
overpayment. The CONSULTANT has twenty (20) working days after receipt of the final POST AUDIT to
begin the appeal process 10 the AGENCY for audit findings.
Agreement Number:
LocalAgencyA8E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5uf14
Revised 311112016
D. Inspection of Cost Records: The C(XNBOlJANT and their sub-consultants shall keep available for inspection
by representatives o[ the AGENCY and the United States, for aperiod of six (b) years after receipt of final
payrncuL the cost records and accounts pertaining to this AGREEMENT and all i1cnns related to or bearing upon
these records with the following exception: if any litigation, c|uion nr audit arising out of, in connection with,
or ,c|u1td to this AGREEMENT is initiated before the expiration of the six (0) year period, the coat records and
accounts shall be retained until sucb litigation, claim, or audit involving the records is completed.
An interim oc post audit may be performed oo 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 Munugcc
V1. 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-uonmu|tun{, any contract or any other relationship.
Compensation for this sub-consultant SERVICES shall be based nn the cost factors shown on Exhibit '^[" 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 rote, direct non-salary costa 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 ahu|| contain all upp|irub|c provisions of this AGREEMENT, and the CONSULTANT shall require
each sub-consultant or subcontractor, of any tier, tm abide by the terms and conditions of this AGREEMENT. With
respect to sub-conSUItant payment, the CONSULTANT shall comply with all applicable sections of the SIATE`a
Prompt Payment laws um set forth inRLCW39.04.250 and RCW39.7h.0l|.
The CONSULTANT, sub-recipient, or sub-consultant aba|| not discriminate on the basis of race, color, uodonu|
origin, or sex io the performance of this AGREEMENT. The CONSULTANT shall carry out applicable
requirements of49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure hythe
CONSULTANT to carry out these requirements is u noo1e,io| breach of this AGREEMENT, vvbicb may result in the
termination of this AGREEMENT ocsuch other renocdyoo 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 ubona
fide cnop|oycc working xoic\y for the CONSULTANT, 1n solicit orsecure this contract, and that it has not paid or
agreed 10 pay any company o, person, other than u 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 nf 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 clairns that may arise under any Workmen's
Agreement Number:
LocalAgencyA8E Professional Services Cost Plus Fixed Fee Consultant Agreement PagVof14
Revised 311112018
Compensation Act oo behalf of said employees mother persons while m 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 wf the CONSULTANT.
The CONSULTANT shall not engage, onu full- or part-time basis, or other basis, during the period o[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.
Vi80~ Nondiscrimination
During the performance of this AGREEMENT, the CONSULTANT, for dae|[ its assignees, sub-consultants,
"
Title l/lof the Civil Rights Act of}gh4
(42 U.S.C. Chapter 21 Subchapter V§2000d
°
Federal-aid Highway Act of|973
[2] U.S.C. Chapter § 324)
• Rehabilitation Act of|973
(29 U.S.C. Chapter |6 Subchapter V87g4)
• /\&c Discrimination Act of 1975
(42 U.S.C. Chapter 76 8 6101 ni seq.)
° Civil Rights Restoration Act of|907
(Public Law l00-259)
^ American with Disabilities Act of|990
(42 U.S.C. Chapter l208 12101 el. xog)
° 23CFpL Part 200
° 49CPR Part 2l
° 49[FQ Part 2h
lu relation to Title lqo[ the Civil Rights Act of|904, the CONSULTANT io bound 6v the provisions nf Exhibit "F"
attached hereto and b» this reference made part of this AGREEMENT, and shall include the attached Exhibit '^F" in
every sub-contract, including procurement of materials and leases ofequipment, unless exempt hythe Regulations
ur directives issued pursuant thereto.
IX, Termination of Agreement
Iho right is reserved by the AGENCY 0o terminate this AGREEMENT at any time with or without cause upon bru
(10) days written notice to the CONSULTANT.
In the event this AGREEMENT isterminated by the AGENCY, other than for default onthe 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 bemade for any SERVICES completed after ten (l0days 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 he due when computed as set fhnb in paragraph two (2) of this
section, then no final payment sbo|| be due and the CONSULTANT o6ul| immediately reimburse the AGENCY for
any excess paid.
l[ the services of the CONSULTANT are terminated by the AGENCY for default on the part ofthe CONSULTANT,
the above formula for payment shall not apply.
|n the event nfa termination for default, the amount tohc paid no the CONSULTANT shall bcdetermined 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
Revised 311112010
Page 7 of 14
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 ut the time oftermination. Under no circumstances shall payment rnade 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
bc4 termination for the convenience o[ the AGENCY. |n such un event, the CONSULTANT Would bcreimbursed
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 mernber,
partner, or officer of the CONSULTANT orthe death nr change of any o[ the C0NS[TL[ANT`e supervisory and/or
other key personnel assigned 10 the project ordisuffi|iationofuoyprincipu||y involved CONSULTANT employee.
The CONSULTANT shall also notify the AGENCY, in writing, in the event ofthe su|c or transfer nf5OY6or
more of the beneficial ownership of the CONSULTANT within l5 days o[ Such sale or transfer occurring. The
CONSULTANT shall continue tobe 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 tcrnn(s)
of this AGREEMENT. If termination for convenience Occurs, final payment will be made to the CONSULTANT
ua set forth in the second and third paragraphs o[ this section.
Payment for any part ofthe SERVICES by the AGENCY shall not constitute a waiver hy tile AGENCY o[
any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the
CONSULTANT, nr for failure of the CONSULTANT tnperform SERVICES required ofitby the AGENCY.
Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights
with respect 10 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 bcconsidered
as Extra Work and will bc paid for uu herein provided under section X||l "Extra Work."
X1, Disputes
Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within
iO days 10 the Director of Public Works oc AGENCY Engineer, whose decision io the matter shall be final and
binding nn the parties of this AGREEMENT; provided however, that ifon action iu 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" lo the event that either party deem it necessary to institute |cgu| action or
proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior
Court nfthe State of Washington, situated in the county in which the AGENCY islocated. The parties hereto
agree that all questions shall bcresolved 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 ofthe Superior Court of the State ofWashington,
si1uated in the county in which the AGENCY is located.
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8oyY4
Revised 311112016
XKU, 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 perD>oncd under this
AGREEMENT. This AGREEMENTshall be interpreted and construed in accordance with the laws of the State of
Washington.
The CONSULTANTshall defend, indemnify, and hold The State of Washington (STATE) and the AGENCY and
their officers and ennp|nyceo harmless from all c|oinny, demands, or suits at law o,equity arising in whole orin part
from the negligence of, orthe breach of any obligation under this AGREBMENTby, the CONSULTANT o,the
CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons
for whom the CONSULTANT may be |cgu|/y liable; provided that nothing herein ohu|| require u CONSULTANT
to defend or indernnify 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 |cgu||y 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 he legally liable. This provision shall bc included inany
AGREEMENT between CONSULTANT and any sub-consultant, subcontractor and vendor, of any tier.
The CONSULTANT mhu|| also defend, indemnify, and hold the STATE and the AGENCY and their officers
and employees harmless from all u|ainna, dcrnunde, or suits at |uvv or equity arising in r/bo|c or in pad 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 |e&o||y liable, in performance of the Work under this AGREEMENT or arising out ofany
use in connection with the AGREEMENT of methods, processes, designs, information or other iterns furnished or
communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT;
provided that this indemnity mbu|| not apply to any a||cQcd patent orcopyright iufiingerncnt or other allegedly
improper appropriation oruse 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 bythe C()NS\]LJ7\NlL its agents, employees, sub-consultants, subcontractors orvendors, of any tier, or
any other persons for whom the CONSULTANT may bc 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 8nucd or other tribunal, the AGENCY may, in its ao|c
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 QCW; or
any similar statute involving the CONSULTANT in the procurement o[ or performance under, this AGREEMENT.
The CONSULTANT specifically aasu,nca potential liability for actions brought bythe C0N80L][ANT`x 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:
Loce AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9oft4
Revised 311112016
Unless otherwise specified in this AGREEMENT, the AGENCY aboU be responsible for administration of
construction contracts, if any, on the project. Subject 0n the processing ofu new sole source, ocuuacceptable
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, o,any construction contractor's failure toperform 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 nnininuurn
limits of one million dollars ($|,OUO,O00.00) per occurrence and two million dollars ($2,00O,0OO.O0) inthe
aggregate for each policy period.
C. Business auto liability insurance written under ISO Form C(;000| 10 01 oc 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 no all policies of CONSULTANT and any sub-
consultant and/or subcontractor as an additional insured (the ^^/\ls`l, with no restrictions or limitations concerning
products and completed operations coverage. This coverage shall be primary coverage and non-contribu1oryand
any coverage maintained by the /\lm shall bc 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 /\/a. The CONSULTANT shall furnish the AGENCY with
verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to
require cnnop|c1c, certified copies of all required insurance policies ut any time.
All insurance shall be obtained frorn 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
Agency: City of Tukwila -puh|icWorknT]ent
Address: 630O8outhccoterBoulevard
City: Tukwila State: W/\ Zip: 98188
Email: Stcvc.CurmtcoagTukv/i|oW/\.gov
Phone: (206)431-2440(cxt1646)
Facsimile: 206'431-3665
No cancellation of the foregoing policies shall be effective without thirty 80days prior notice to the AGENCY.
The C(}N8L]LT&NT`a professional liability to the AGENCY, including that which may arise in nctercocc 10
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 C(JNSDlJ[ANT`apnofeaaiooa|
liability to third parties be limited in any way.
Agreement Number:
LocalAgencyA8EProfessional Services Cost Plus Fixed Fee Consultant Agreement Page YpofY4
Revised 311112016
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/N(]ENCY will pay no progress payments Linder section \/ "Payment Provisions" until the CONSULTANT has
fuj/I 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 o[ this AGREEMENT, or otherwise in |avu
X111. Extra Work
A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT
ia the SERVICES tobeperformed.
U. If any such change causes an increase or decrease in the estimated cost of, or the tirne 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: (|) onuxinounn amount payable; (2) delivery or completion schedule, or both; and (3) other affected tcona
and abo|| modify this AGREEMENT accordingly.
C. The CONSULTANT must submit any "request for equitable u/6umtmncnL" hereafter referred to as "CLAIM,"
undcrtbiac|auacvvithinthidy(30) duyafinrn1hcdutcofreoeip1ofthcvvdttenoo]cc However, if the AGENCY
decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final
payment nf this AGREEMENT.
D. Failure to agree to any adjustment aba|| be a dispute under the section }{l '^Qispu1ca" clause. However, nothing
in this clause ahu|| czrusc the CONSULTANT from proceeding with the AGREEMENT oa changed.
B. 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.
XUV Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering
data furnished 6vthem.
XV. Federal Review
The Federal Highway Administration shall have the right to participate in the review or examination of the
SERVICES inprogress.
XVU, 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 ^`(]-3" is required only ioAGBEEMENT"o
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 beexecuted 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 Y1off4
Revised 311112016
F, R
XVQU~ Complete Agreement
This docunnen1und 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 bvmr
be liaHe for, any staternent, 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 on original having identical lcQu| 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 bf 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 AGREEMENTor its performance may consist of information that is exempt
from disclosure Cothe public oc other unauthorized persons under either chapter 42.56 RLCVV or other local, state
or federal a1o1uteo /^'Stutc`o Confidential |nfhono1ioo`l The ^^Siutc`s Confidential lofhnmo1ion" includes, but is
not limited to, names, addresses, Social Security numbers, e-rnail 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, SI/{rE and AGENCY non-publicly uvui|oh|c data, proprietary software, State
security data, or information which may jeopardize any part of the project tbutrc|ntcato any of these types nf
information. The CONSULTANT agrees to hold the Stu1o`x 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
/\GREEMEN1[torc|cuse 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 kuov/o to any other party without the /l(]ENC`/`s express written consent
oruaprovided by |uvv. The CONSULTANT agrees to release such iothnmudoo or material only to cnup|oycca,
sub-consultants or subcontractors who have signed n nondisclosure AGREEMENT, the tcrnna 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 lufoono1ioo.
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 Sbdc`a Confidential lufonno1ioo was received; who received, maintained and used the State's Confidential
Information; and the final disposition nf the State's Confidential lufbonu1ioo. The C()NSD[JANT`srecords ahu||
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:
LocalAgencyA&E Professiona/ServiceCost Plus FixeFeeConoultantAgreement Page Y2oft4
Revised 311112016
VimXohnn of this section by the CONSULTANT oc its mu[+conau|tunta 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 io maintain the
confidentiality ofsuch 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
bc returned tothe disclosing party at the conclusion of the SERVICES under this AGREEMENT.
The CONSULTANT shall provide the AGENCY with u list ofall information and nna1ecio|y it considers confidential
and/or proprietary in nature: (a) at the con000cuucnocntofthe term of this AGREEMENT; or (b) as soon as such
confidential or proprietary material iedeveloped. "Proprietary and/or confidential information" io not meant hm
include any information which, at the tirne 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 os the CONSULTANT.
The pydica also acknowledge that the AGENCY is subject to Washington State and federal public disclosure
|uvva. 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
public disclosure request is made to view materials identified aa "Proprietary and/or confidential information" oc
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 disc\onurc. If the CONSULTANT fails to obtain the onuu order enjoining disclosure, the
AGENCY will release the requested information oo the date specified.
The CONSULTANT agrees tn notify the sub-consultant of any AGENCY communication regarding disclosure that
may include uoub-cnoau|tunt`s proprietary and/or confidential information. The CONSULTANT notification 1othe
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 o court order from o court ofcompetent jurisdiction enjoining ihu1dixc(oyurc
the AGENCY will ,e|coac the requested information. If the CONSULTANT and/or sub-consultant [oi| to obtain
u court order ocn1hcrjudicia| relief enjoining 1bc&(]ENCYbythcrc|camodu1e"1hcC{)NSl}LTANTxha||v/oivc
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 nf not less than six (6)years
from the doic of final payment to the C(]N8Ul]ANlC the C()N6|JLJANI shall keep, retain and maintain all
"docurnents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all ^^dncunnentm"
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. '`Doouoncn1s" shall bc retained until
all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past
the six (h) year retention period.
For purposes of this AGREEMENT, ^^docunlcu1 " meanuevc?yv/htngorrccordofeverytypcunddcscrntion"
including electronically stored information ('B3l"),thu1 is in the possession, control, or custody of the
CONSULTANT, including, without limitation, any and all correspondences, contracts, 'm,
appraisals, plans, designs, data, surveys, maps, spreadsheets, u/cnnoronda,sh:oogrophirorhoodwritteu
notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records,
work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings,
Agreement Number:
Local Agency A8EProfessional Services Cost Plus Fixed Fee Consultant Agreement Page 13 oft4
Revised 311112016
tabulations, computations, su0000mdco,invcutohca,andvvrdingsreoordingcnnferenocy,convccsodousor
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 o, 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" rneans any and all computer data or electronic recorded media of any
kind, including "Native Fi|ca", that are mk)rcd in any nncdiuno from which it can be nzbicvcd and examined, either
directly or after translation into u reasonably useable form. ESl 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 iu the performance of its operations. ESl may hc 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 athome.
"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 10 this AGREEMENT and bind the sub-consultant 0o its tcona, unless expressly agreed to otherwise in
writing by the AGENCY prior to the execution of such subcontract.
ln witness whereof, the parties hereto have executed this AGREEMENT oan[ the day and year shown iuthe
"Execution Date" box on page one (1) of this AGREEMENT.
Signature
Signature
Date
Date
Any or reformation o/*thi*AGR£EMENTxhull require as x/form by the Of
c
n/1hm Attorney General.
Agreement Number:
LocalAgencyA8EProfessional Services Cost Plus Fixed Fee Consultant Agreement Page Y4off4
Revised 311112016
Exhibit A
Scope of Work
Project No.
See attached
Agreement Number:
WSDO T Form 140-089 EF Exhibit A
Revised 1013012014
Page 1 of I
We,
SCOPE OF WORK
Agreement Number:
Construction Management Services
City of Tukwila — Public Works Department
South Boeing Access Road Bridge Rehabilitation
Consultant: Jacobs Project Management Company
Client: City of Tukwila — Public Works Department
Assignment:
This Assignment is to provide Construction Management services to the City of Tukwila for the South Boeing
Access Road Bridge Rehabilitation. Anticipated consultant staff for this project includes: 1 part time Design
Liaison, 1 part time Project Manager, 1 part time Home Office Contract Administrator, 1 full time Resident
Engineer /Project Manager, 1 full time Lead Inspector, 1 full time Document Control. As needed resources include:
additional inspection, material testing, geotechnical reviews and surveying. Work is expected to begin on or
around Monday, January 23, 2017
Scope of Work:
Consultant shall furnish all services and labor necessary to complete the following tasks as provided for in the
Estimate for Construction Services:
100 — PROJECT MANAGEMENT
Task 101 — Administration of the Consultant Construction Management Agreement
Provide overall project management & oversight, coordination with the City, monthly progress reports, and
invoicing. This effort specifically includes the following:
a) Develop and follow reporting and invoicing procedures specific for Construction Management
Services for this project, review and adjust procedures as may be requested by the City.
b) Prepare and submit invoices and monthly progress letter outlining service performed during that
month including amounts spent to date and amounts remaining.
c) If work is required by the CONSULTANT outside the scope of work identified herein, the
CONSULTANT'S project manager shall immediately notify the City's Project Manager and propose
alternatives to complete the work within the existing scope and budget, or if collectively agreed,
proceed with the development of an amendment.
Deliverables:
a) Consultant monthly invoices with progress report.
Assumptions:
a) Field office to be provided by others as provided in the Construction Contract and shall include:
a. Office desk and executive chair (3 each)
b. Conference table (36" x 72" min) and chairs (8 each)
c. Four (4) drawer legal file cabinet
d. Metal trash cans and recycle bins (3 each)
e. Color photocopy machine, with PDF scanning capabilities for sizes up to 11 x 17, own under
storage cabinet, preset reduction to 50% and enlarge to zoom in 1% increments, bypass tray,
and a repair and maintenance service contract with 4 hour service response on site -parts and
labor
f. FAX machine
g. Internet access — wireless and local area network
Exhibit A - Scope of Work
Boeing Access Road Rehabilitation
Jacobs
50
Page 1 of 5
2OO—PRECO0STRUCT|ON PHASE SERVICES
Task 281—precmnnbuction
Review of construction contract and City supplied construction management documents; attend meetings ao
requested by the City. Organize and conduct the Pre-Construction conference. Plan and organize forms,
standards and documentation to be used during construction for tracking adherence to contract documents by
construction contractor.
Deliverables:
a) Contract document review comments.
b) Provide pre-construction meeting documents (agenda, sign in sheet, draft and final meeting minutes,
etc)
c) Prepare logs for:
i Change Orders,
ii |omues/pnhantks|changem
iii. ROM/RAM,
iv. Submittal log
V. RF|'s.
vi. Non-Conformance Reports
vii Required documentation (oub|ete, offidavdo, debannend, certification for fed pnojeots, and
other required forms for prime/subo)
viii Training program and trainee hours
ix. Equipment rotes/Labornahau
X. Force Account
xi. Pay Estimate Ledger and quantity tracking
xii DBE
xiii Ticked logs
xiv. Wage rate interviews
xv. Field Memos
xvi Design changes
xvii Incidents
xviii. Correspondence
3OO— CONSTRUCTION PHASE SERVICES
Task 301 - Construction Services — General and Administrative Construction Management of
Construction Contract
The Consultant, under the direction of the City's Project Manager, shall provide the following:
a) Provide monthly construction schedule review with corresponding technical analysis prepared by
Resident Engineer including review of logic, durations, and work zones.
b) Review Contractor's submittals (RAMs, TESC & SPCC Plan, TCP, shop drawings, etc.) for initial
conformance with contract requirements. Distribute to appropriate reviewer as necessary and provide
draft responses for approval by the City.
c) Provide and/or coordinate draft responses to Contractor's Requests for Information (RFI's) for
approval by the City
d) Provide Field Directives to the Contractor as required with prior approval by the City.
m) Review and make recommendations on requested Change Orders — includes review of Contractor's
cost proposal. Provide independent cost estimate (may require additional resources for structural
change orders, resources not included in budget and would be considered Additional Services)
f) Coordinate off-site fabrication inspection with relevant independent testing authority
ExhibitA - ScopeofVVor
Boeing Access Road Rehabilitation
Jacobs
Page 2 of 5
g) Coordinate on- hehastingaenecesoary.
h) Facilitate utility coordination for existing and new utility improvements.
i) Issue Correction Notices when appropriate and ae approved by the City.
j) Issue Stop Work Notices when required and aa approved by the City.
k) Attend project and public meetings, and assist in preparation of meeting notes (develop agenda, etc).
|) Chair Weekly Construction Progress Meeting -ino|udeu:
i Draft, distribution and finalization of Weekly Construction Project Progress Meeting minutes
ii Prior to mesding, update and distribute logs for Submittals, RR's. NCR'a, Change Orders
iii. Prior to meeting, update and distribute to the City the Potential Cost Issue Log
iv. Receipt ofContractor's Daily Diary for preceding weeks work
V. Review ofContractor's Record Drawings
m) Provide project administration per WSDOT and Federal requirements, which will include, and not
be limited to (Construction Management budget is based upon the following items — additional
items would need tobe reviewed for potential cost impouta):
i. Equal Employment Opportunity and Monthly Utilization Reports.
ii. Prevailing wage verifications and interviews.
iii. Disadvantaged Business Enterprise and Training Goals.
iv. Record of Materials (ROK8). Certificate of Material Origin and Manufacturer
V. Certificate of Compliance tracking.
n) Maintain construction files using o format provided by the City.
o) Update logs contained in 201c at least monthly and distribute as requested by City
p) Punch list. Upon substantial completion of work, coordinate with the City and other affected
agencies, to perform a project inspection and develop a 'punch list' of items to be completed.
q) Prepare substantial completion and close out documentation asrequested. This can include:
i. Orderly transfer of field records and documents, including as-built drawings and
specifications.
ii. Resolution of outstanding contractual issues e.g. changes orclaims.
iii. Assessment of liquidated damages, ifany.
iv. Contractor's final payment.
0 Review and verification of complete project files prior to delivery to City. Includes periodic internal
audits (mid-point with monthly follow up on any deficient items) to ensure documentation is complete.
o) Coordinate with contractor to obtain outstanding project documentation
t) Other tasks as requested by the City. Consultant shall request additional funding if it appears that the
additional tasks will exceed the approved budget.
Defiverab|es:
a) Monthly construction schedule review
b) Consolidate, review and conform draft responses for Contractor's submittals and RFI's. Distribute
upon approval.
n) Draft Field Directives for City's review. Distribute upon approval.
d) Change order review and opinion for entitlement, quantum and schedule impact.
e) Draft Correction Notices (Non Conformance Report) for City's review. Distribute upon approval.
f) Draft Stop Work Notices for City's review. Distribute upon approval.
g) Prepare and distribute draft meeting minutes for review and comments. Consolidate comments,
finalize and distribute meeting minutes.
h) Update and distribute logs prior to Weekly Construction Progress Meeting
i) Complete VVSDOT and Federal contract administration oo outlined above.
j) Construction document files upon completion of project. (Two paper copies and one electronic file)
k) Oneh Punch List for City's review. Distribute upon approval.
|) Weekly statement of working days
m) Review of contractor LS breakdowns for accuracy and payment purposes
ExhibitA - Smp of Work
Boeing Access Road Rehabilitation
Jacobs
Page 3 of 5
n) Provide construction contract monthly progress payment recommendation (fonnsdbyChy)
Task 302- Construction Services — Inspection Services
The Consultant shall provide the following:
c) Observe Contractor's activities for compliance with the Contract Documents, and generate
construction audit trail using City's provided Inspector's Daily Report (IDR) and other required special
inspection forms.
b) Monitor Contractor's activities for compliance with all regulatory, environmental, permit and material
requirements, including: (Noted in |DR)
i NPDES Construction Pennb(TESC and water quality requirementa).
ii ROM requirements.
iii. Railroad Overpass Agreement (aka Construction and Maintenance Agreement)
iv. Railroad Temporary Occupancy Permit
V. Approved Traffic Control Plans
vi. Other requirements au directed by the City.
c) Track Change Orders and Force Account activities for appropriate reimbursement and Time Impact
Analysis. (Noted in |OR)
d) Actively confirm Contractor's coordination of construction activities with adjacent property owners,
buoineooee, utilities and other agencies through review of the required Project Schedule and notice
forms.
e) Document as-constructed conditions of the project for the eventual creation of the Record Drawing.
The Construction Contractor shall furnish a red-lined plan set to the City at the completion ofthe
project; and the Consultant shall weekly verify the accuracy of the Contractor's 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 |OR)
f) Direct Contractor to promptly rectify any non-conforming work observed.
g) Assist the City in the documentation and investigation of malfunctions, failures, or accidents that may
occur during construction. (Noted in |DR)
h) Other tasks as requested by the City. . Consultant shall request additional funding if it appears that
the additional tasks will exceed the approved budget.
i) Observe and document placement of materials and work completed for progress payments
j) Project Photos with date stamp, location and description (may be included in Headlight application)
Deliverables:
a) Inspector Daily Reports
b) Paper copies of as-builts shall be provided on 11 x1 7 paper, bound, single sided sheets. Two copies.
Task 303' Construction Services — Materials Testing
The Consultant shall provide the following:
e) Coordinate, obtain and evaluate tes results from testing services (e.g. turbidity monitoring pressure
testing, closed circuit television inspection, concrete strength, bedding and backfill, gradation,
eubgrode and asphalt compaction baating). Promptly notify the City of any failing test reports.
Deliverables:
a) Test reports
b) Notification to City (email, verbal) of any failing test reports and initial Contractor remedial actions
Task 304- Construction Services —Geotechnica| Inspection Services
The Consultant shall provide the following:
o) Inspect and accept Bottom of Shaft Excavation per WSDOT 2016 Standard Specification 6-19.3(3)D
ExhibitA - ScopeofWork
Boeing Access Road Rehabilitation
Jacobs
Page 4 of 5
b) Observe Contractor's Compaction Grout Soil Denuificetion
c) Sample and test for contaminated material eo directed by the City
Deliverables:
n) Daily Inspection Reports
b) Test reports for suspected contaminated materials
Task 305- Construction Services —Survey
The Consultant shall provide the following:
a) Prior to Contractor performing the appropriate Work, review, confirm and approve Contractor's
surveying to assure layout accuracy. Such approval shall not relieve the Contractor of responsibility of
accuracy of the stakes
b) Confirmation monitoring of Contractor's Settlement Monitoring
o) Final as-built survey
Deliverables:
a) Survey notes
Task 306—Electronic Daily Inspection Reports (Head|ight)
Daily inspection reports shall be completed using Headlight. The City will be allowed access to the project
|OR'a and updates
Deliverables:
e) Paper and electronic copies of|UR'o.
400 — ASSUMPTIONS
a) Budget
i Staffing levels are anticipated in accordance with the attached budget estimate (see
attachment)
ii Project vehicles are not contained within the scope mr budget cf this project.
iii. Vehicle mileage will be reimbursed at the Federal Internal Revenue Service Standard
Business Mileage Rate in effect at the time the mileage expense is incurred. Mileage is
based from the individuals "home baoe^ Full time CK8 team members base io considered the
job trailer. Some subconsultants (Shannon & Wilson) consider their office as home and will
be reimbursed portal toportal.
iv. The current budget is based upon a 40 hour work week with an overtime allowance. As a
matter of safety, cost and efficiency, Jacobs would like hm limit scheduled overtime honot
more than 1O hours per week for o total 50 hour work week. The City will notify Jacobs ifthey
feel additional resources are required. Compensation for additional resources will be based
upon that person's all-inclusive rate.
V. The level of effort required will not exceed the approved budget without prior approval bythe
500 — ADDITIONAL SERVICES
When requested by City, Consultant shall provide additional services that may increase the level of effort
described in this document. Authorization to perform additional services will be in the form of a mutually
negotiated Supplement to this Agreement, specifying the work to be performed, and basis of payment.
ExhibhA - Soopem[Work
Boeing Access Road Rehabilitation
Jacobs
Page 5 of 5
Exhibit B
DBE Participation
N/A
Agreement Number:
WSDOT Form 140 -089 EF Exhibit 8
Revised 1013012014
Page 1 of 1
55
LIfF
LWAM
Exhibit C
Preparation and Delivery of Electronic Engineering and Other Data
In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is
to use in preparing electronic files for transmission to the agency. The format and standards to be provided may
include, but are not limited to, the following:
I. Surveying, Roadway Design & Plans Preparation Section
A. Survey Data
IME
B. Roadway Design Files
N/A
C. Computer Aided Drafting Files
N/A
Agreement Number:
WSDOT Form 140-089 EF Exhibit C
Revised 1013012014
Page 1 of 4
57
1). Specify the Agency's Right to Review Product with the Consultant
N/A
E. Specify the Electronic Deliverables to Be Provided to the Agency
N/A
F. Specify What Agency Furnished Services and Information Is to Be Provided
Final project plans and specifications
Agreement Number:
WSDOT Form 140-089 EF Exhibit C Page 2 of 4
Revised 1013012014
58
II. Any Other Electronic Files to Be Provided
Inspection reports to be completed using Pavia Systems Headlight application. Inspection reports to be saved
as PDF file and hard copies provided to the City as part of document turnover at the end of the project
111. Methods to Electronically Exchange Data
N/A
WSDOT Form 140-089 EF Exhibit C
Revised 1013012014
Page 3 of 4
We,
A. Agency Software Suite
N/A
B. Electronic Messaging System
MO.,
C. File Transfers Format
Hard copies and PDF of project files to be transfer to City upon completion of the project
WSDOT Form 140-089 EF Exhibit C Page 4 of 4
Revised 1013012014
60
Exhibit D
Prime Consultant Cost Computations
See attached
Agreement Number:
WSDOT Form 140 -089 EF Exhibit D
Revised 1013012014
Page 1 of 1
61
Exhibit D
JACOBS - Estimate for Construction Services
City of Tukwila - Boeing Access Road Bridge Rehabilitation
1/23/2017
Title
Personnel
Billing Rate
Billing Rate
Total Hours
Total Cost
2018 -2019
2017 -2018
(estimated)
JACOBS
Project Manager
— — ._....
Jay Hueter
.....
$ .
...._ ...._ -
$ 246.45
-- - --- -- -----
124
..... ........
$ 29,763.78
Resident Engineer /Assistant Project Bryan Nicholson
$ 129.76
$ 134.95
2,946
$ 386,634.09
Manager
Document Controls
Cathy Braswell
$ 108.61
$ 112.96
2,672
$ 293,862.45
Lead Inspector /Assistant Resident
Chris Lyons
$ 132.93
$ 138.25
2,866
$ 385,457.47
Engineer
Headlight/Contract Administration
Arlene Prieto
$ 129.55
$ 134.74
152
$ 19,982.42
Contract Administration
Dawn Gamler
$ 162.04
$ 168.52
68
$ 11,148.24
Subtotal - Jacobs
- -- - --- - - - - --
8,828
$ 1,126,848.44
Jacobs - Labor
$1,126,848.44
Directs
$397,445.40
Total
$1,524,293.83
62
ESTIMATED DIRECTS
JACOBS Duration = 16 months
Communication
_
$
External Hard Drives (To City at Completion) $
Vehicle Lease
$
Reproduction Expenses
$
Express Mail
$
Mileage
$
Subconsultant -
$
Shannon & Wilson (Geotech) $
1 Alliance (Survey) $
O'Neil Services Group (Testing) $
TranTech (Inspection) $
Overtime Premium
$
Headlight - 16 months
$
Office Supplies (paper, desk supplies, file folders,
Nriting utensils, etc.)
Field Supplies (paint, write -in -rain books, etc. $
Safety $
Total All Estimated Directs I S
2,400.00 Ipad data plans.
200.00
- No Vehicles provided by Jacobs for this project.
500.00
500.00
1,000.00 allowance
33,716.00 quote
66,332.00 quote
215,394.64 quote
38,273.00 quote
16,779.76
20,000.00 Headlight = $13,547.00
Added amount for customization (IDR Reports) and support (if
needed)
800.00 $50 /month
800.00 $50 /mo.
750.00
397,445.40
63
m
Exhibit E
Sub-consultant Cost Computations
There isn't any sub-consultant participation at this time. The CONSULTANT shall not sub-contract for
the performance of any work under this AGREEMENT without prior written permission of the AGENCY.
Refer to section VI "Sub-Contracting" of this AGREEMENT.
See attached
Agreement Number:
WSDOT Form 140-089 EF Exhibit E
Revised 1013012014
Page 1 of I
65
Exhibit E
16-149 LAG - TUK BB CM M:\2016\16-149 JAC TUK\000000N\0010Proposal\16-149 1AG - TUK BB CM 2/2/2017
r,
I STIV,
NUMBE R
E
16-149
S Boeing Acc Rd Br CM
1 ALLIANCE
GEOMATICS
A
%..,op, SURVEYING & MAPPING
MBE/DBE
]NAM
CLIENT
CL
Jacobs
L
OWNER
Tukwila
TASK
Principal
PM
Project
CADD 5
CADD 3
TECH 5
TECH 3
ADMIN
FEE
305 - Construction Services - Survey
$ 175.00
$ 150.00
125.00
115=
95.00
$ 115.00
95.00
75.00
No.
DESCRIPTION
HOURS
TASK
I
Contractor's Surveying QA/QC
388
4
16
24
56
56
112
112
8
$ 41,980
2
Contractor's Monitoring QA/QC
84
1
2
4
12
16
24
24
1
$ 8,990
3
final As-Builts
140
2
4
8
12
32
40
40
2
$ 14,920
4
0
$
5
0
$
6
0
$
7
0
$
8
0
$
9
0
$
10
0
11
0
12
0
13
0
$
14
0
$
is
0
$
16
0
$
17
0
$
18
0
$
TOTAL HOURS
612
7
22
36
80
104
176
176
11
$ 1,225.00
$ 3,300.00
$ 4,500.00
$ 9,200.00
$ 9,880.00
$ 20,240.00
$ 16,720.00
$ 825.00
TOTAL DIRECT BURDENED SALARY COSTS $ - $ 65,890.00
$ 65,890
OTHER DIRECT COSTS
MILEAGE (ONE WAY)
14
MILEAGE (TOTAL MILES)
616
333
number of field days 4
22
PER DIEM (DAYS)
-
NOTES
LODGING (DAYS)
$
MATERIALS & SUPPLIES
99
OTHER (DESCRIBE)
SUELOCATE
TOTAL OTHER DIRECT COSTS
432
GRAND TOTAL FEE ESTIMATE
$ 66,322
16-149 LAG - TUK BB CM M:\2016\16-149 JAC TUK\000000N\0010Proposal\16-149 1AG - TUK BB CM 2/2/2017
r,
I STIV,
Exhibit E
OSG Estimate for Boeing Access BNRR Bridge Rehabilitation
UPDATE ',D TABLE OF BUDGET BREAKDOWN BASED ON EYE 15 OVERHEAD RATES
Task Description
No. of
Visits
Units Per
Visit
No. & Type of Units
Direct Labor
Rate (NTE)
Overhead
Fee(Profit)
Hourly
Billing
Rate INTEL
Estimated
Cost
$87.14
$38,339.84
Structural steel (erection, welding, & bolting)
110
81
880
87.84`%
30.00'%
$35.14
$12.00
Construction Inspections and Materials Testing Services
' labor stns ar e t. 5� th e'- dard, -t for nights,wrvekantL. end hovrsover8Pe, day. Four hour rn ln'int urn ch arge tur inspections.
"Ell I,, Multi lllpr- (1.0x dlrnt labor rate) � 10.8784 x on, r- 111,11 rat el 1 (0 30 xdirect labor rat el= 2.1784 xdirect labor rate
67
Reinfroced concrete
55
81
440
hours
$40.00
$35.14
$12.00
$87.14
$38,339.84
Structural steel (erection, welding, & bolting)
110
81
880
hours
$40.00
$35.14
$12.00
$87.14
$76,679.68
Structural steel fabrication shop audit inspection
(AISC approved fabricator)
8
8
64
hours
$40.00
$35.14
$12.00
$87.14
$5,576.70
Soil and asphalt compaction
72
8
576
hours
$40600
$3514
$12.00
$87.14
$50,190.34
Project Manager (meeting, report review, final letter)
96
1
96
hours
$62.00
$54.46
$18660
$135.06
$12,965.84
Administrative
96
1
96
hours
$37.50
$32.94
$11.25
$81.69
$7,842.24
Concrete /grout /mortar test cylinders (Unit Cost)
55
4
220
each
$22.00
$4,840.00
Moisture /density relationship (ASTM D 698, D 1557)
5
1
5
each
$200,001
$1,000.00
Grain six. analysis (ASTM C 136/C 1171
10
1
10
each
$100.00
$1,000600
Sand equivalent (ASTM D 2419)
10
11
30
each
$80.00
$800.00
Fracture face count(WSDOT 103)
5
1
5each
$50.00
$250.00
Rice density (ASTM D 2041, AASHTO T245)
5
1
5
each
$90.00
$450.00
Asphalt oil content ignition method(ASTM D 6307)
5
1
5
each
$250.00
$1,250.00
Vehicle (Unit Cost Local Seattle Area)
245
1
245
trip /day
i
$58.00
$14,210.00
Estimated Project Budget
$215,394.64
' labor stns ar e t. 5� th e'- dard, -t for nights,wrvekantL. end hovrsover8Pe, day. Four hour rn ln'int urn ch arge tur inspections.
"Ell I,, Multi lllpr- (1.0x dlrnt labor rate) � 10.8784 x on, r- 111,11 rat el 1 (0 30 xdirect labor rat el= 2.1784 xdirect labor rate
67
Exhibit E
Geotechnical Services Construction Phase Estimate SHANNON 8 WILSON, INC.
South Boeing Access Road- Airport Way Overcrossing
City of Tukwila, Washington
The above is a rough estimate of effort and was not based on the Contractor's schedule. The actual will need to be adjusted based on the Contractor's actual schedule.
1/12/2017
•
21- 261537 -001
LABOR
Assoc/Sr
Senior
Engineer
Drafting
Clerical
Subtotal
SCOPE OF WORK ITEM
PIG
Associate
Engineer
N
Hours
�r.. '/.
B&W Copies /Reproduction
ea $0.10
60
$6.00
Color Copies /Reproduction
ca $1.00
TASK 1 - Contractor Submittals
Mil <;age
m $0540
1000
$540.00
Markup rrn CDC (0 %)
(included as
part of Design
Services During
Construction)
TASK 2 - Shaft and Pile Field Observation
Kickoff meeting
2
2
2
6
RR Safety training /site meeting
4
4
Office Support
2
8
8
18
Review Driving Records /CSL
1
4
5
Field Observation
80
80
TASK 3 Compaction Grouting
Kickoff meeting
2
2
2
f
RR Safety training /site meeting
4
4
Office Support
2
10
8
20
Review Verific ation Borings /CPTs
1
4
Field Observation
100
100
TASK 4 Wall backfill and compaction
Office Support
2
2
Field Observation
16
1.6
TASK 4.5- Project Management
Project Management
4
4
8
Teem Meerinys /Conference Calls
Subtotal Hours
SO
33
224
4
274
Subtotal Labor Fee
52,050
$6,1.20
S2 4-(s40
$320
$33,130
TOTAL FEE (Labor + ODC)
$33,716
The above is a rough estimate of effort and was not based on the Contractor's schedule. The actual will need to be adjusted based on the Contractor's actual schedule.
1/12/2017
•
21- 261537 -001
Direct Expenses
Item
Unit
Unit
Qty-
Sub -Total
I Price
Expenses
B&W Copies /Reproduction
ea $0.10
60
$6.00
Color Copies /Reproduction
ca $1.00
40
$40.00
Mil <;age
m $0540
1000
$540.00
Markup rrn CDC (0 %)
$ -
ODC Total $ 586
The above is a rough estimate of effort and was not based on the Contractor's schedule. The actual will need to be adjusted based on the Contractor's actual schedule.
1/12/2017
•
21- 261537 -001
Exhibit E
TranTech
Exhibit B - Subconsultant Cost Computations La i E.ngineering LL C�
Citv of Tukwila Boeina Access Road Bridae BNSF RR CM Services 1
Work Element 1 - Project Management
Work Element 2 - inspection Services
)ject inspector Admin
iagler —
S 8
8
280
8
$59.00
$47.50
$22.00
$83.10
$66.90
$30.36
$17.70
$14.25
$6,60
$159.80
$128.65
$58.96
$1,278
$36,023
$472
_
Total
Direct Labor d
$37.773.14
Direct Costs (production, Fedex, Parking, etc) $500
Total = $38,273
- ........... _. .... .. - -- - _
Notes: NHR is based on WSDOT 2016 audited overhead letter i
Page 1
70
Exhibit F
Title V1 Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and Successors
in interest agrees as follows:
|. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-
discrimination in 5cdccu||v assisted programs nf the AGENCY, Title 49, Code ofFederal Regulations,
Part 21, as they may be arnended from time to time (hereinafter referred to as the "REGULATIONS"),
n/bioh are herein incorporated by reference and made o part of this AGREEMENT.
Non-discrimination: The CONSULTANT, with regard to the v/nck performed during this AGREEMENT,
sboU not discriminate on the grounds ofrace, color, sex, or national origin in the mc|outioo and retention
of sub-consultants, including procurement of materials and leases of equipment. The CONSULTANT
shall not participate either directly or indirectly iu the discrimination prohibited by Section 21.5 of the
REGULATIONS, including employment practices when this AGREEMENT covers a program set forth
in Appendix 2:of the REGULATIONS.
3. Solicitations for Sub-c000u|1unt , Including Procurement nf 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 RB(]QLA[|()NS relative to nnn-di scrim ination 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 o/ refuses to furnish this information, the CONSULTANT shall
so ocdi[v to the AGENCY, the STATE, or the F8WAao appropriate, and ahu|| set forth what efforts it has
made to obtain the information.
5. Sanctions for Non-compl iance: In the event of the CONSULTANT's lion-compliance with the non-
discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions
as it the STATE, or the FHWAnouy 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 p/ho|c or in part.
6. Incorporation ofProvisions: The CONSULTANT shall include the provisions *f 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-coonp|iancu.
Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with,
litigation with u sub-consultant or supplier ua u result ofsuch 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 intcnroia
of the United States. Agreement Number:
NSDQT Form 140-08gEF Exhibit F
Revised 1013012014
Page I of I
72
Exhibit G
Certification Documents
E�biW�G-|(a) Certification ofConsultant
Ezbiblt Q-|(b) Certification of city of Tukwila
1-1xhibliG-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters -
Covered Transactions
ExbibiiG-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying
�,xhi�!��k G-4 Certificate Of Current Cost or Pricing Data
Agreement Number:
NSDOT Form Y40-0VVEF Exhibit G
Revised 1013012014
Page 1 of I
Exhibit G-I(a) Certification of Consultant
l hereby certify that 1omthe and duly authorized representative uf the firm of
Jacobs Project Management Co.
whose address is
600 KO8th Avenue NE, Bellevue WA, 98OO4
and that neither the above Oon nor l have:
a) Employed mretained for u commission, percentage, brokerage, contingent fee, m 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;
6) Agreed, as an express or implied condition for obtaining dhis cnobucL to employ or retain the services of
any firin or person in connection with carrying out this AGREEMENT; or
c) Paid, magreed to pay, to any firm, organization or person (other than ubona fide employee working solely
for nncnr the above CONSULTANT) any fee, contribution, donation, oc consideration of any kind for, o,iu
connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any);
}acknow|cdge that this certificate istobc furnished to the City of Tukwila
and the Federal Highway Administration, U.S. [}cparbncct 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.
Jacobs Project Management Co.
Consultant (Firm Name)
Signature (Authorized Official ofConsultant) Date
Agreement Number:
NSDOT Form Y40-V89EF Exhibit
Revised 1013012014
Page 1 of I
Exhibit G-1 (b) Certification of City of Tukwila
i bcrekv certify that |un\the:
1-1
�
��� Other
of the
I and
or its representative has not been required, directly o, indirectly umun 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
bo puv or agree tn pay, 0o any firm, person, nr organization, any fee, contribution, donation, orconsideration
of any kind; except as hereby expressly stated (if any):
lacknmw|mdge that this certificate imto be furnished to the
and the Federal Highway Administration, U.S. Department of Transportation, in connection with this
/\(]81EEMEr4T involving participation of Federal-aid highway funds, and is subject to applicable State and
Federal laws, both criminal and civil.
Signature
NSD0T Form Y40-089 EF Exhibit G
Revised 1013012014
Agreement Number:
Page 1 of I
Exhibit G_2 Certification Regarding Debarment, Suspension and Other
Responsibility Matters - Primary Covered Transactions
i The prospective primary ouoic' certifies 10 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 b»any Federal department oragency;
B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment
rendered against them for cornmission 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 orotherwise orinoiuu||y or civilly charged by u governmental entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (|)(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.
lL Where the prospective primary participant is unable to certify to any ofthe statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Jacobs Project Co
Consultant (Firm Name)
Signature (Authorized Official of Consultant) Date
Agreement Number:
N/gDOT Form 140-089 EF Exhibit Page YofY
Revised 1013012014
Exhibit G_3 Certification Regarding the Restrictions of the Use of Federal Funds
for Lobbying
The prospective participant certifies, b« signing and submitting this bid or proposal, to the best of his ovher
knowledge and belief, that:
No Federal appropriated funds have been paid or will bc paid, 6voron behalf of the undersigned, toany
person for influencing Vr attempting iu influence an officer or employee ofany Federal agency, uMember
of Congress, un officer or employee of Congress, orany employee ofu Member of Congress inconnection
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 Lobbyiug," in accordance with its instructions.
This certification iaamaterial representation of fact upon which reliance was o|uccd when this transaction
was made or entered into. Submission of this certification is upnrrequimhe for making or entering into
this transaction imposed by Section }352, Title 3l,D.S.Code. Any person who fails to file the required
certification shall be subject tnu civil penalty ofnot less than $|0,0UO.0O, and not more than $|00,O00.0V,
for each such failure.
The prospective participant also agrees bv submitting his or her bid or proposal that hc or she shall require
that the language of this certification bc included in all lower tier muh-conbact ,v/hichcsoerd$|OO,O00,
and that all such sub-recipients shall certify and disclose accordingly.
Jacobs Project Management Co.
Consultant (Firm Name)
Signature (Authorized 0#iciaofConsukanU Date
Agreement Number:
NSDQT Form 140-089 EF Exhibit
Revised 1013012014
Page 1 of 1
Exhibit G-4 Certificate of Current Cost or Pricing Data
This iytocertify that, to the best of my knowledge and belief, the cost m pricing data (as defined insection
2.|Olofthe Federal Acquisition Regulation (FAR) and required Linder FAR subsection 15.403-4) submitted,
either actually or by specific idcn1ibcudnu in writing, to the Contracting Officer ortn the Contracting Officer's
representative in Support o[ Boeing Access Road Bridge Rcbubi|dodnn ~ are accurate, complete, and current
aaof January 23,20\7 ^^
This certification includes the cost V,pricing data supporting unyudvunce/\(]REEMENT`sundfb,vvnodphcing
rate AGREEMENT's between the offer or and the Government that are part of the proposal.
Firm: Jacobs Project Management Co.
Signature
Date o[Ezecudon***:
Operations Manager
Title
"The burdened labor rates, including fringe and G&A, utilized in support of this Agreement are as negotiated and approved
by the City. These rates are not subject to recertification herein."
~Wcodf� the proposal, quotation, request for pricing adjustment, m other submission involved, giving the appropriate identifying number (e�. project bdc)
~~Insert the day, month, and year, when price negotiations were concluded and price AGREEMENT was reached.
°°^|nsrn the day, month. and year. o/ signing, which should beoy close uo practicable u the date when thcp,iu,ucgvhminosxereuovv|udcdondLbv
contract price was agreed to.
Agreement Number:
N/SDO7 Form Y40-089 EFExhibit G Page Yoff
Revised 1013012014
Exhibit H
Liability Insurance Increase
To Be Used Only If Insurance Requirements Are Increased
The professional liability limit of the CONSULTANT to the AGENCY identified in Section XII, Legal Relations
and Insurance of this Agreement is amended to $ N/A
The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the
amount of $ N/A
Such insurance coverage shall be evidenced by one of the following methods:
• Certificate of insurance.
• Self- insurance through an irrevocable Letter of Credit from a qualified financial institution.
Self- insurance through documentation of a separate fund established exclusively for the payment of professional
liability claims, including claim amounts already reserved against the fund, safeguards established for payment
from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for
those funds.
Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed
$l million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted
to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit.
If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional
professional liability insurance required.
Notes: Cost of added insurance requirements: $ N/A
• Include all costs, fee increase, premiums.
• This cost shall not be billed against an FHWA funded project.
• For final contracts, include this exhibit.
Agreement Number:
WSDOT Form 140 -089 EF Exhibit H
Revised 1013012014
Page 1 of 1
79
I
�
Exhibit u
Alleged Consultant Design Error Procedures
The purpose of this exhibit iatV establish o procedure to determine ifn consultant's alleged design error is of
nature that exceeds the accepted standard of care. In addition, it will establish u uniform method for the resolution
and/or cost recovery procedures in those instances where the agency bc|iuvcm it has suffered some material damage
due io the alleged error by the consultant.
Step Potential Consultant Design lOrmnr(m)imIdentified by Agency's Project Mamuger
/\t the first indication of potential consultant design errnr(a)` the first step in the process io 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, tbel{egion 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 nnonnger,vvhohuanoibcenasdirccdyiuvu|vcdioLhep 'cCL
to be responsible for the remaining steps in these procedures.)
Step Project Manager Documents the Alleged Consultant Design ]8
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
Director of Pub] ic Works nr Agency Engineer's concurrence, the project nuuoagc,obtuivamoon:dctui|cd
documentation than ia normally required on the project. Examples include: all decisions and descriptions
of work; photographs, records nF labor, materials and equipment.
Step Contact the Consultant Regarding the Alleged Design E
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
crror(a). The project ouanugcrondothcroppropriutcugencyotaffabou|dceprcscnttbcagcncyandtbe
consultant should hc represented by their project nnuuugecundaoyperaouno|(inc|udioguub-conyu|tants)
deemed appropriate for the alleged design crror(a)issue.
Step 4 Attempt to Resolve Alleged Domi#m Error with Consultant
After the nnceiing(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 consultant design error(s). If this is the case,
then the process will not proceed beyond this point.
• U is determined via mutual agreement that u consultant design c,rude) nccunzd. If this is the case,
then the Director of Public Works orAgency Engineer, or their representatives, negotiate usettlement
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 ou the project invvhichthedcoigncoror
took place. The agency iaioprovide L|!1hroughthcRLegion Local Programs Engineer, asummary
of the settlement for review and tomake o/6ux1nmcots, if any, as to how the settlement affects federal
rcinlbumcnocuts. No further action is required.
"
There is not a mutual agreement regarding the alleged consultant design crcone. The consultant may
request that the alleged design coons) issue be forwarded to the Director o[ Public Works ncAgency
Engineer for review. lf the Director of Public Works or Agency Engineer, after review with their legal
counsel, is not able tn reach mutual agreement with the consultant, proceed to Step 5.
Agreement Number:
N/SDQT Form Y4V-089EFExhibit/
Revised 1013012014
Page 1 of 2
Fix
Step 5 Forward Documents ko Local Programs
For federally funded projects all available information, including costa, 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
10 hod u resolution to the issue. If necessary, LP will request assistance from the Attorney [lcncna|`o 0Dlcc
for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project oostu
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. LlP, in consultation with FBWA, 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.
&grnmemNumber
NKSDOT Form 140-D09EF Exhibit/ Page 2oy2
Revised 1013012014
Exhibit J
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s)
that total $1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step 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 clairn to the Agency's project manager.
The consultant's claim must outline the following:
• Summation of hours by classification for each firm that is included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Timeframe of the additional work that was outside of the project scope;
• Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work; and
• Explanation as to why the consultant believes the additional work was outside of the agreement
scope of work.
Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency's project manager. The project manager will review the consultant's claim and will met with the
Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the
FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's
recommendation for federal participation in the claim to the WSDOT Local Programs through the Region
Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from
agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs
(if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including
backup documentation to the consultant to either supplement the agreement, or create a new agreement
for the claim. After the request has been approved, the Agency shall write the supplement and /or new
agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for
the agreement is subject to audit. No further action in needed regarding the claim procedures.
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
Agreement Number:
WSDOT Form 140 -089 EF Exhibit J
Revised 1013012014
Page 1 of 2
Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim, the project manager shall prepare osummary
for the Director ofPublic Works o,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 nr Agency Engineer shall review and administratively approve nrdisapprove
the claim, or portions thereof, which may include getting Agency Council nr Commission approval (as
appropriate tn agency dispute resolution pnnccdu,cs). lf the project involves federal participation, obtain
concurrence from VVSD()TLoco| Programs and FBWA regarding fiuo| settlement nf the claim. lF the c|oimo
im not eligible for federal participation, payment will need to be from agency funds.
Step Informing Consultant oy Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final
decision regarding the consu|tunt"xc|uirn(s). Include the final dollar amount o[ 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:
NxQDQT Form f4O-0V9EFExhibit J Page 2of2
Revised 1013012014
Transportation & Infrastructure Committee Minutes
February 14, 2017
C. Contract: Boeing Access Road over BNRR Bridge Rehab Project
Staff is seeking Council approval of two contracts with Jacobs Engineering Group, Inc for the
Boeing Access Road over BNRR Bridge Rehabilitation Project. The first is Supplement No. 5 to
Contract #13 -161 in the amount of $260,956.0o for design support and the second is a new
contract in the amount of $1,524,293.83 for construction management. Both contracts together
will provide construction management services for the duration of the project, which will
rehabilitate the structurally and seismically deficient bridge. A Washington State Department of
Transportation ( WSDOT) federal bridge grant covers 800/6 of the project. UNANIMOUS
APPROVAL. FORWARD TO FEBRUARY 21, 2017 REGULAR CONSENT AGENDA.
D. Contract: Major Maintenance on 3 Bridges
Staff is seeking Council approval of two contracts with David Evans and Associations, Inc. forthe
Major Maintenance on 3 Bridges Project. The first is Supplement No. 3to Contract #15-139 in
the amount of $138,410.22 and the second is a new contract for construction management
services in the amount of $423,116.68. The project will perform seismic retrofit, deck and joint
repair, and painting on the Frank Zepp Bridge, Grady Way Bridge and the Beacon Avenue South
Bridge. A WSDOT grant covers l00% of the eligible construction costs. UNANIMOUS
APPROVAL. FORWARD TO FEBRUARY 21, 2017 REGULAR CONSENT AGENDA.
III. SCATBd
Staff noted that SCATBd is still working to finalize its legislative agenda for 2017 and copies will be
shared with the Committee.
IV. MISCELLANEOUS
The Transportation Committee Meeting adjourned at 5:50 p.m.
Committee Chair Ap
Minutes by LH, Reviewed by
W
W.
COUNCIL AGENDA SYNOPSIS
nilials
Meetiq Dale
Prepared 4
Mayor's rew . en)
Council review
02/21/17
BGZ
❑ Resolution
Ali
,g Date
❑ Ordinance
Ali Date
❑ Bid Award
Alt
,g Date
❑ Public Hearing
APP Date
❑ Other
Alt
,g Dote
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ finance ❑ Fire ❑ IT ❑ P&R ❑ Police ❑ Pfr/'
SPONSOR'S Council is being asked to approve the construction management design support
SUIININIARY Supplement No. 3 for $138,410.22 and a new construction management contract for
$423,116.68 with David Evans and Associates, Inc. for the Major Maintenance on 3 Bridges
Project. David Evans was selected from three consulting firms. Construction management
services will include project management, documentation, and inspection. The City will be
advertising for construction bids soon.
Ri3VIHWF'J) BY ❑ cow Mtg. ❑ CA&P Cmte ❑ F&S Cmte Z Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 02/14/17 COMMITTEE CHAIR: KATE KRULLER
RECOMMENDATIONS:
SPONSOR/ADMIN. Public Works
CON'M FI "I"'T" Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
F,xj,rND1TLJR' ' Ri,' REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$561,526.90 $593,000.00 $0.00
Fund Source: 104 ARTERIAL STREETS (PAGE 12, 2017 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
02/21/17
4.F.
CAS Nu.NIBI,'R:
I STAFFSP0NSOit: BOB GIBERSON I
ORIG INA], A(',E,Ni)ADA'i'j,': 02/21/17
A('&'1NDA ITFAITITLF' Major Maintenance on 3 Bridges; Grady, Zepp, and Beacon
Construction Management Contract and Supplement No. 3 with David Evans
❑ Discussion
Alig Date
❑ Motion
Ali
,g Date 02121117
❑ Resolution
Ali
,g Date
❑ Ordinance
Ali Date
❑ Bid Award
Alt
,g Date
❑ Public Hearing
APP Date
❑ Other
Alt
,g Dote
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ finance ❑ Fire ❑ IT ❑ P&R ❑ Police ❑ Pfr/'
SPONSOR'S Council is being asked to approve the construction management design support
SUIININIARY Supplement No. 3 for $138,410.22 and a new construction management contract for
$423,116.68 with David Evans and Associates, Inc. for the Major Maintenance on 3 Bridges
Project. David Evans was selected from three consulting firms. Construction management
services will include project management, documentation, and inspection. The City will be
advertising for construction bids soon.
Ri3VIHWF'J) BY ❑ cow Mtg. ❑ CA&P Cmte ❑ F&S Cmte Z Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 02/14/17 COMMITTEE CHAIR: KATE KRULLER
RECOMMENDATIONS:
SPONSOR/ADMIN. Public Works
CON'M FI "I"'T" Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
F,xj,rND1TLJR' ' Ri,' REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$561,526.90 $593,000.00 $0.00
Fund Source: 104 ARTERIAL STREETS (PAGE 12, 2017 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
02/21/17
MTG. DATE
ATTACHMENTS
02/21/17
Informational Memorandum dated 02/10/17
2017 CIP, page 12
Consultant Selection Scoring Matrix
David Evans Design Support Supplement No. 3
David Evans Jacobs CM Contract with Scope of Work and Fee
Minutes from the Transportation & Infrastructure Committee meeting of 2/14/17
-T
NE
..
Alt
TO:
FROM:
BY:
CC:
DATE:
city of Tukwila Allan Ekberg, Mayor
Public Works Department - Bob Giberson, Director
Transportation and Infrastructure Committal,
- ZeTA
Bob Giberson, Public Works Director , rp
Steve Carstens, Senior Program Manager
Mayor Ekberg
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.
a Lq Kq Ml a
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
Construction Management (Contract 2)
Design Support CM Supplement No. 3 (Contract 1)
Grady Way Bridge
Construction Management (Contract 2)
Design Support CM Supplement No. 3 (Contract 1)
Beacon Avenue S Bridge
Construction Management (Contract 2)
Design Support CM Supplement No. 3 (Contract 1)
Total
Contract Cost Budge
$240,490.87 $320,400.00
68,887.95
19,372.61 31,200.00
8,862.43
163,253.20 241,400.00
60,659.84
$561,526.on
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 12,2017CIP
Construction Management contract and supporting documents
Design support Supplement No. 3 and supporting documents
WAPW Eng\PROJECTS\A- HW & PS ProieclsWajor Maintenance on 3 Bridges (91510406)\03 consultant SelectionZM SelectionVnfo Memo DEA CM & Sup #3 021017-rrt-sm.docx
we
Mal
CITY CJFTWKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
91510406
PROJECT: Major Maintenance on 3 Bridges 2015 Project Nos. 91510407
91510408
DESCRIPTION: Perform Gdumio 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 byVVSDOT. 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.
MA|NT 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 0000 000i onoo npyomn Toru/
EXPENSES
Design
421
445
866
Const. Mgmt.
300
293
593
Construction
2,886
1,003
3,889
FUND SOURCES
Fed BRAC Grant
379
401
3,186
1,296
5,262
Mitigation Actual
0
Mitigation Expected
0
mnr'uouu Capital Improvement Program 12 91
M.
-0
0
E
u >
<
ui
-C 0
c;_-
0
c
-E E
c
_0 C)
(v 0
75
m
ru
_0
>
0
0
CL
co 0-
M 0
0
E cc
0
(U
:3
0
0
u
-C
U
C:
on
x
u
(U
> x
Q)
-C C
'0
C) (U
0 c:
u Q)
(U c 0 U
E
0 a- w
= V� C)
0
E
u
0
(V co
0 <
u 0
V) u u
E v) C:
:3 V� m
-0
E c
M -C
>
W
0
0
> .- w
> N M - to
0 ro -0
on U Q)
<
m LU
0
c
-C
U c
0 0
(U tu LZ
u E
CL
0 >
C W w 0
L.L cc V) Ln
0
u
0
0
0
0
0
V)
x
LI)
F'4
U-)
r-I
�.D
LI)
00
0
u
a)
c
0
>
Q)
r4
1-4
1-1
r-I
0)
<
00
_0
LI)
Lr)
LI)
0
C)
V)
.c
"
-1
r1i
(11
00
Q )
�Zr
r1i
;r
00
00
m
r-
0
u
<
LLJ
>
0
0
C)
0
C
CD
C)
(Y)
rJ
q
(N
(N
_0
_0
00
m
0
0
0
r-
C
rJ
�H
-1
C4
N
M
)
a 0
Ln
rlj
Ln
-1
Lr)
r1i
��
(Y)
-1
0
r,
0
u
0
>
rj
r-
-i
r,
r,
rH
r,
Ln
u
m
_0
L,
Ln
c
(Ij
I-i
r-i
4
Lr)
0
c
0
u
ru C)
(1)
to ca 0
_0 00
14
00
co
U
'a
_0
0
-C
0
-0
V)
Q) rlj
c
c
0
m -0
c m
bn
:3
(v
CO (D
C
cy
0. -.,-
'Fa
Z
—
u
C
m
M
=
0
.-
0
—
CL "
cu 0
:3
w
N
0 -Y
c
W
tw
.F c
E
W
cu
0 >
2mr1i
rn
r-4
U-
0-
1--
0-
W
<
M.
-0
0
E
u >
<
ui
-C 0
c;_-
0
c
-E E
c
_0 C)
(v 0
75
m
ru
_0
>
0
0
CL
co 0-
M 0
0
E cc
0
(U
:3
0
0
u
-C
U
C:
on
x
u
(U
> x
Q)
-C C
'0
C) (U
0 c:
u Q)
(U c 0 U
E
0 a- w
= V� C)
0
E
u
0
(V co
0 <
u 0
V) u u
E v) C:
:3 V� m
-0
E c
M -C
>
W
0
0
> .- w
> N M - to
0 ro -0
on U Q)
<
m LU
0
c
-C
U c
0 0
(U tu LZ
u E
CL
0 >
C W w 0
L.L cc V) Ln
AdUk
'"w' Washington State
MAP Department of Transportation
Supplemental Agreement
Organization and Address
Number 3
David Evans and Associates, Inc.
1115 West Bay Drive NW, Suite 3 01
Oh#al Agreement Number
Olympia, WA 98502
15 139
Phone: 360-705-2185
Pro�ect Number Fed. Aid Nos.
Execution Date
Completion Date
131-IM-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 of City of Tukwila
desires tosupplement the agreement entered into with David Evans and Associates, Inc.
and executed on July 23, 2015 and identified am Agreement No.
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described eafollows:
Section 1. SCOPE OF WORK, ks hereby changed toread:
See Exhibit A- 1, Scope of Services.
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended tochange the number of calendar days
for completion of the work boread: new completion date is 03/31/2018.
III
Section V, PAYMENT, ehmU be amended msfollows:
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
t Signature
DOT Form 14o*on
Revised 09/2005
Approving Authority Signature
Summary of Payments
Agreement No. 15-139
rt..i, hat rijnn1pmpnt HI Surmlement #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
date change only
45,476.81
282,563.81
Direct Non-Salary Costs
Jdncludes Subconsultant
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
Total
688,968.001
46,769.001
0.001
138,410.221
874,147.22
91-1, Anrnomnnt A....1—int III Sunniement #2 Supplement#3 Total
Frank Zepp Bridge No.
91610406.1000.100
343,368.00
46,769.00
date change only
68,887.,
459,024.94
Grady Way Bridge No.
91610407.1000.100
96,539.00
0.00
8,862.43
105,401.43
Beacon Ave. S Bridge No.
91610408.1000.100
1 249,061.00
0.001
60,659.84
309,720.84
C71
688,968.00
0.001
138,410.22
874,147.22
El
r �
CITY OF TUKWILA
CONSTRUCTION ENGINEERING SUPPORT SERVICES
Scope of Services
Supplement No. 3
Prepared by:
David Evans and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005
FEBRUARY 2017
95
TABLE OF CONTENTS
TASK I0ASSISTANCE DURING BID PERIOD ........................
2
TASK 8.0 CONSTRUCTION ENGINEERING SUPPORT SERVICES ......~~..2
8.O1 FRANK Z899(D18UTB STREET) CONSTRUCTION ENGINEERING SUPPORT SERVICES .................................... 2
8.01.01 Project Management -(DEA TASK) .................................................................................................................................... 2
8.81.02 Construction Office Support Services- Frank %epy( TranTecb) ........................................................................... 3
8.01.03 Construction Field Support Services (Tcao7ecb) ......................................................................................................... J
8.U1.04 As-Built Record Drawings (TraoTec6) .............................................................................................................................. 4
8.02 BEACON AVENUE CONSTRUCTION ENGINEERING SUPPORT SERVICES ................................................................... 4
8.O3.01 Project Management
8.O2.02 Construction Office Support Services - Beacon Avenue ............................................................................................ 5
8.02])3 Construction Field Support Services .................................................................................................................................. 5
O.02/D4 As-Built Record Drawings - Beacon Avenue .................................................................................................................. u
O.O3CDADY WAY CONSTRUCTION ENGINEERING SUPPORT SERVICES ........................................................................... b
8.O3.O1 Project Management - Grady Way ......................................................................................................................................
8.O3.O2 Construction Office Support Services - Grady Way ..................................................................................................... 7
8.O3.O3 Construction Field Support Services .................................................................................................................................. /
City nfTukwila 2 Scope ofServices
Major Maintenance on Three Bridges, Construction Engineering Support Services February 1, 2017
TASK 7.0 ASSISTANCE DURING BID PERIOD
The deliverables in Task 7.0 are revised as follows:
2 ntt.,.,,J and paFtieipate iA PF,,_W AStFWetiwi ,,,eating
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.
8.01 FRANK ZEPP (S 180TH STREET) CONSTRUCTION ENGINEERING SUPPORT
SERVICES
8.01.01 Project Management - (DEA TASK)
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 over the course of the project. Status
and projections will be developed. This work element is intended to help monitor costs and
budgets, and to propose corrective actions. These actions could include formal requests for
increases, modifications, or reductions in scope and /or budget.
City of Tukwila 2 Scope of Services
Major Maintenance on Three Bridges, Construction Engineering Support Services February 1, 2017
WA
° Moo1hl`lommices 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 todate.
Deliverables:
1. Monthly invoices and progress reports (12 assumed, time split among all three bridges).
8.Q1.O2 Construction Office Support Services- Frank Zcpp(TruoTech)
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 ofwork.
C. Review Selected Shop Drawings and Material Submittals: The CONSULTANT will review and
recommend action onselected 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 ofshop
drawings and materials submittals by the Contractor to the CITY.
D. Requests for Information (RFIs): At the C|TY's request, the CONSULTANT may be asked to provide
assistance to the CITY in answering the Contractor's RF|s.
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 ofRepaired 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 ofWork.
l. 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.
1. Shop drawing and material submittal reviews.
2. Responses toRF|s.
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 Field Support Services (TranTecb)
The CONSULTANT shall provide Construction Field Support Services on an "on-call" basis at the [|TY'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
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 (TranTech)
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 CONSTRUCTION ENGINEERING SUPPORT SERVICES
8.02.01 Project Management
Direction of CONSULTANT staff and review of their work over the course of the project shall be provided.
This work element includes preparing monthly progress reports that include the status of individual work
elements, number of meetings attended, outstanding information required, and work items planned for
the following month.
Monitoring of CONSULTANT'S 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 - 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
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.
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.
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)
8.02.03 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.
City of Tukwila 5 Scope of Services
Major Maintenance on Three Bridges, Construction Engineering Support Services February 1, 2017
100
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:
Drawings, sketches, field notes, calculations, engineer reports, and other records as required.
Inspection memorandum and repair list for condition inspection of steel superstructure
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 GRADY WAY CONSTRUCTION ENGINEERING SUPPORT SERVICES
8.03.01 Project Management - 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
101
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.
8.03.04 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
102
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 CDY's"As-built
Record Drawing Requirements."
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
104
Exhibit D
Prime Consultant Cost Computations
Supplement 3
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
Contract No.1 5-139
Budget No. 104.98.595.800.41.00
Summary of Construction Support (PE Support) Services
Frank Zepp
Beacon Avenue
Grady Way
TOTAL CONSTRUCTION SUPPORT
SERVICES (PE SUPPORT) ALL THREE
BRIDGES
Total Construction
Support Services
(PE Support) FEE
$68,887.94
$60,659.84
$8,862.43
$138,410.22
105
•
106
�t� i '` r � �: v wssv.:'��a ,.:. ✓'k g i i+$�'�" �r v7 "r l "�'
!'Yy J�!"„
(,; ziy sVti4 ✓;�,�.y1`s }if�ifs W ,l�j�`„ SrwY„f >i+7�
,
i ii' J i x�
✓d
,.,.k>?• tP�`I,�F S Y'A �+ Yr kl ri'a �1 Ft ;R4 SY. �: 1 Fti 13 (7
i,.f: t Z,c 7s'q,4aZ'+'"�i7M 4 v?�n Y9d„'l9yrX ytZ,g "ar8 tr''q y. Ir r
'�.0.
i"
§:L
5`'Y�r
4s
iv;`Y �,,arr �i�r,v.4.f
r:�
miu'�f,lra„
✓.•2' ,,, r.';��a,t, �k,u.,}ui'I>% nZr toY klv„��ukvR, .. ;�. + ",.
O
N
f�
ITr
O)
N
00
a)
H}
00
ui
13
dla�
w
SvbiY
G
P f Jf
c//
O
(M
{
;w:,
U)
H� r
MOdd) JOIBJ}siuiwPV 3oafad
c
°� �
c°"
N
u 4
yf+
Gs
(W),AS) jaBeuew AanmS
co
ww
G
o
CD
°�
j -
0)
CV)
l"K', A
r �— o
o
W r
(Ioss);si;uaios Joiues
�6
0
°O
>
O
fl � Ni
_ t9 M
((IVX3) Jo;eaIsiuiwpy ani�noax�
Q
M
co
coy
LO
f
V%
f11
O OD
rn N
(2lJWd) iaBeueW aoa(ad
2
0
6
•t0
o
O U a°
?f:
m
z
� N o
m
°'
m
W
O
V Z
r
F-
Z
{
�cc
«�
x
a
f 5 1
C
W
_
.�h
d
W
Gi m
O
�u
U-
�-
i N
a
4i
y
J
N
't�
f !rp
r
=
'_
U)
V)
U
U.
ai N
N
=
Q
C
w
>
R
W
a=i
~
0
W
L ?
LU
y
,0
=
°
N
�O
tf
O
W
0
C
Q
Q
N
W
3
U
U)
U)
U0
°
6
3
-OU-Q
N
Ce)
_
0
0
0
0
C
m
pp
O
O
O
C1
0
3
w
co
00
00
c
a
106
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
FRANK ZEPP Contract No. 15-139
David Evans and Associates, Inc.
Prime Compensation for Subconsultant Cost
David Evans and Associates Total
Suhnnnsult2rits
8,988.14
- W/ DBE M/ DBE Hrs $ Total
Trantech, LLC 486 59,899.80
Total 0.0% 0.0% 0.0% 486
Subconsultant Total 0% 69,899.80
Direct Expenses Sub-Total (including Subconsultants) 60,126.80
Total Costs 68,887.94
Page 1 of 1
\\blvfsl\project\tkTUKAOODOD014\OOODCON1002OPre-ContractkSupplement3\T3B-Suppl. 3-Fee DRAFT-3 Bridges- 2017- 01 -11- Review MASTERReinted: 2/1/2017, 8:33 AM
107
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 (SEEN)
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 (PLSLI)
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
6,109.14
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
Suhnnnsult2rits
8,988.14
- W/ DBE M/ DBE Hrs $ Total
Trantech, LLC 486 59,899.80
Total 0.0% 0.0% 0.0% 486
Subconsultant Total 0% 69,899.80
Direct Expenses Sub-Total (including Subconsultants) 60,126.80
Total Costs 68,887.94
Page 1 of 1
\\blvfsl\project\tkTUKAOODOD014\OOODCON1002OPre-ContractkSupplement3\T3B-Suppl. 3-Fee DRAFT-3 Bridges- 2017- 01 -11- Review MASTERReinted: 2/1/2017, 8:33 AM
107
Exhibit E1
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
FRANK ZEPP Contract No 15 -139
Trantech, LLC 1 2 3 4 E 4 7 a e to 11 12
] fi
S
G
p
m
r
B
tir
f�f�i � /�YiY1
W_W
m
C
c
�qg
A'h�'f`gJ�j)4Yr
T
e
W
U
74 7Ay rr
A
W
g
C
c
W
F
6
4
/'
"'M
�b71��'
"f'
Work
o
o
c
C
c
r
O
o
Eweaanta
WorkElemem
It
reo
n`
w
m°
N
ie
w°
in
v
a
. f
rantech LL
�pf O'
direct rates:
S56.00
E54.50
550.00 536.00 550.00 E30.00
550.00 1 S50.00 Sg0.00
E37.DO 536.00
$20.00
�
Totet Tt
Total„ Ted Tbt�;f
Totat T1
7oW
�,!..�Tu
m ,i,�7
9' ✓fi�p %..
i /,fi,l�J'`�f,ia
nr
,`fast, rii.,,,,,f
8.01
Frank Zep 180th Street Construction En Support
8.01.01
Project Maria ement DEA Task)-3
�1'
l
8.01.02
Office Support Services
�yAAp%rp'i
Pre- Construcim and Construction Meetings
16
4
4
2
2
4
2
4
ra
S5,15
Shop Review, RFI's and Cha a Orders
16
16
48
30
14
16
6
20
2
8
14
4
1
$23,5
a
°
Load Rating of R eEiared Structure
8
4
8
30;?!
$5,84
{
8.01.03
Field Support Services
; ,rx.� s
Feld Investigations
8
a
16
8
4
4
4
16
4
16
8
4
;{r
$11,94
Post Repair Iment Inspection
8
4
8
ptn ,.
634
Alf, 4 7aJy
8.01.04
As -Butte Record Drawin s
16
16
16
$10,559
,
14
rCw
se.'` ": 35967
r00 dip:
✓h%
=rr,y-
EXPENSES
S �
$228
� r
� v �4
SALARY ESCALATION
5
x'w1ki 'dv..4u,
PROJECT WORN ELEMENTS TOTALS
72 52 92 76 20 20 12 40 8 56 24 14
486
$59,900
100.
i
Exhibit El
City of Tukwila
Major Maintenance of Three Bridges, Construction Engineering Support Services
FRANK ZEPP Contract No. 15-139
Trantech, LLC
Trantech, LLC Total $ 69,900
Page 5 of 9
WIR
Direct
Classification
Hrs.
X
Rate
=
Cost
I Project Manager
72
$
59.00
$4,24-8
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 $ 69,900
Page 5 of 9
WIR
Aft
� Washington State
/A Department of Transportation
Lynn Peterson
Secretary of Transportation
February 10, 2016
TranTech Engineering, LLC
12011 NE 1st Street NE, Suite 305
Bellevue, WA 98005
Exhibit E1
Certification of Final Indirect Costs
TranTech, LLC
Transportation Building
310 Maple Park Avenue S.E.
P.O. Box 47300
Olympia, WA 98504 -7300
360 -705 -7000
TTY: 1-800-833-6388
www.wsdot.wa.gov
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(.wsdot.wa.gov.
Regards;
J N
Manager, Consultant Services Office
EKJ:rck
Acceptance ICR Risk Assessment Review
110
Exhibit El
Certification of Final Indirect Costs
AMIL
CWashington State
PO Department of Transportation
February 3, 2016
TO: Erik Jonson, Contracting Services' Manager
TranTech, LLC
Memorandum
FROM: Schatzie Harvey, Agreement Compliance Audit ManagSr�
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 140.85% 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 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
.harve,ys@wsdot.wa.aov
cc: Steve McKerney
File
DOT Form 70MB EF
Ravised 5199
ill
Exhibit El
Certification of Final Indirect Costs
TranTech, LLC
Certification of Final Indirect Costs
Firm Name: TranTech Engineering LLC
Indirect Cost Rate Proposal: 140.85%
Date of Proposal Preparation (mm/dd/yyyy): via/2o16
Fiscal Period Covered (mmlddlyyyy to mmldd/yyyy): 1 f1no15 to 12131/2015
1, the. undersigned, certify that i have reviewed the proposal to establish final indirect cost rates
for the r1scal perlod 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 (PAR) 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 transections or events that have occurred affecting the firm's ownership,
organization and Indirect cost rates have been disclosed.
Signature:
Name ofC
'title: LC 4
Date of Certification (mM/dd/yyyy): 'A � ZI
1
*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:
htto : / /www.fhwa.dot.govllegsrecls !directives /orders(44701 a.litm
O/H Certification; Nov 2010
112
R1 +
H t
Q
W
0
M O ti N
o
cri ui cri �n o
6 6 r
cis ea
113
bo
(ert,
(Wo`dd)1oIe1ISIUIWPb 409101d
g
o
L "'
(INAAS)1a6eueW Aan1nS
o
L
:
o
sq
s
F
x
I
A
w(L{
(loss) 3Sl ;ualoS loluag
T
9
N
9
1
r,
(at1oS)
v
M
M
M
M
-
Uehlupel OOdO loluag
(NMI9) l99ul6u3 96Pu9
N
N
`O
N
"
0
> . o
U p
i C10
s
s c
laaul6u a6 IJ 101ua
(N99S) 9 86P !Jig S
0
o
o
N
o
N
0
N
0
0
N
o
a.
oDc
o
00
0 L
6
> > d,
(3dJW)
�
car
O
o-
W°
199ul6u3101d BUI6eueW
to
d Z
Z
(HOM) 1a6eueW;Oa(01d
a
m
o'.
co
0
N
.-
CN
N
°
00
co
w
0
m
cu
0
cn
CO
W
J
w
ro
O.
•
•
U
C)
_°
c
�
C
�
W
W
to
> C
4
_0
E:
O
W
s —
_
O
w,
LL
U
cm
C
N
LL!
Z
O
J
.4+
N
N
m
i'.
Q
CD
O
+
C
CD
Z
f'n
f
E
N
Uyy
L
N
U
C
"O'
N
n.
W
(D
y
`
-5
O
J
a
M
n
'if
W
O
aiv
c
m
CO OL
O
N
o
0)
CY
N
>
to
c
m
ai
cr
c-
o
H
.O
C
O
U
O
'd
(0
N
W
>
W
O
O
i
C
3
c
N—
LL
(—
c
7
t1i
0
0
r
C
�`
f9
00
G
�`
o
v
W
J
�.
m
2
w
o
U
D
o
D'
-o
5
W
ate+
V
O
r
o
0
. .
N
Y
`
C
L
O
V
0
to
J
LL
to
m
(�
0 a.
U
4
y C
N
O
N
O
M
O
O
m
O
o
0
0
0
3 d
Cd
w
00
00
co
OD
o.
113
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 Expenses
Reproduction Costs
Copies
Reports
Plans
Parking
P20 Scanner
Mileage
Subtotal
No.
Classification
Each
Hrs. x
Cost
Direct
Rate =
Cost
1
Engineering Manager (ENGM)
$ 12.00
0
$
66.00
0.6-0
2
Project Manager (PMGR)
sets @
68
$
66.00
4,488.00
3
Executive Administrator (EXAD)
0
$
38.00
0.00
4
Managing Prof Engineer (MGPE)
300
10
$
68.00
680.00
5
Professional Engineer (PFEN)
0
$
44.00
0.00
6
Senior Bridge Engineer (SEEN)
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
Reproduction Costs
Copies
Reports
Plans
Parking
P20 Scanner
Mileage
Subtotal
No.
Unit
Each
Cost
200
pages @
$0.06
/page
$ 12.00
0
reports @
$15
/report
$ -
0
sets @
$2
/set
$ -
0
@
$8
$ -
0
@
$650
$ -
300
miles @
$0.535
/mile
$ 160.50
Prime Compensation for Subconsultant Cost
David Evans and Associates Total
Su he Ons Liftents
173.00
60,659.84
- 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
k\blvfsl\project\t\TUKAOOD00014\DOODCON\002OPre-Contract\Supplement 3\M-Suppl. 3-Fee DRAFT-3 Bridges-2017-01-11-Review MASTER.xisPrinted: 2/1 /2017, 8:37 AM
114
M
x
ui
115
r dW zh 'twr y x Y'j
'Al r
i�`�,
if
ry
> .� ��, wt
'�GrWa,',Wy� y d d j,;' W'�1tg i hp ,Kn,�dnl ,' n yy w�o,W d Xi Wt k }`yi�t/ a >✓ r4 d�'.
;� ,af7 ?yta %!d'�i'`�'%a�l$ WJ a ,w.4ux�lA✓'' fk xt +l3J,fSypwd�F ^�'r
:`�
fi
�?�.! � A'f'li / �� d 4� 4 �1
��V
;��
!J�! ( 1 +'A�'�h�rh���� � A✓�j IflO'i ."v�'� � Ai Jh/'
�
1a '� ! ✓ �"#' d
'.�.
� « � W w C+Jtu r4 �S "yr / Ciir � yf' °�
4
P f « Z
to
Cl)
N
to
1.—
LO
O a)
IT to
•i.�
0)
M
It
V t!)
At.
00
w
0
}
/4ddf?P
AA'
(
N
Ln
Ln
(WO`dd) Jo;eJ;sluiuwPy;0a(o1d
4
m J�
N
�
rn
,
(loss) Isi;uaio S �olue S
T
O
e
��
'D�Gr
N
(Y4
N
(avos)
W
g7
(NMA) �aaw6u3 a6pug
LL
ti
�
N
M
�`,;'
WC)
e�-I
4 Z o
(NABS)
20
°
oo
J99ui6u3 96Pug Jolua5
°
LO
Lci
tlf �
(3dEWY)
a
o
«� ! ,
'
I' o U v
J99ui6u3 Jwd 6ui6eueW
g
}°
Ln
o / A
C5
o
(�IJWd) Ja6eueW Pafo.ad
a
°
ch
�u
V Z
F ;
+-
to
W
O
m
U
Z
Q
co
U
°'
,'
�RrS
}
O,i
0 -
S V
RO
E2
w
L
d`
D:
0
W
yr
U
fn
O
d'I
W+
Z
Q
�O
Cl)
L'
O
Q
U
H
E
°—
�,
w
a.
C
'ctf
w
O
Q
R
g
M
v
w
m
w
O
N
v
3
0
�'
N
O >
°
'
a
IN-
W w
W
oitW
m
Z
-p
=
E
rn
p
W
O
N
V
N
0
J
m
Q
o
.2
N
W
OG
G
L)
m
O
U
C
CLO
UQ
x
M
a
o
0
0
`m
E
o
0
0
Cl)
O
w
00
00
cow
o.
115
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
116
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.
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost 0% per year @ 0 year(s)
Total Salary Cost
M
2,804.00
Overhead Cost @ 181.82% of Direct Labor 6,098.23
Net Fee @ 30.0% of Direct Labor 841.20
Total Overhead & Net Fee Cost 6,939.43
Direct Expenses
No.
Unit
Direct
Classification
Hrs. x
Rate =
Cost
Engineering Manager (ENGM)
0
$
66.00
0.00
Project Manager (PMGR)
6
$
66.00
396.00
Executive Administrator (EXAD)
0
$
38.00
0.00
Managing Prof Engineer (MGPE)
5
$
68.00
340.00
Professional Engineer (PFEN)
0
$
44.00
0.00
Senior Bridge Engineer (SBEN)
7
$
62.00
434.00
Bridge Engineer (BREN)
16
$
47.00
752.00
Senior CADD Technician (SCAD)
14
$
44.00
616.00
CADD Technician (CADD)
0
$
30.00
0.00
Construction Manager (CONM)
0
$
69.00
0.00
Senior Scientist (SSCI)
2
$
48.00
96.00
Scientist (SCIT)
0
$
34.00
0.00
Survey Manager (SVYM)
0
$
65.00
0.00
Project Land Surveyor (PLSLI)
0
$
42.00
0.00
Instrument Person (INST)
0
$
26.00
0.00
Administrative Assistant (ADMA)
0
$
22.00
0.00
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)
Total Salary Cost
M
2,804.00
Overhead Cost @ 181.82% of Direct Labor 6,098.23
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
Prime Compensation for Subconsultant Cost
David Evans and Associates Total
Q"henna"Ifiqnft
119.00
8,862.43
- VWDBE M/DBE Hrs $ Total
Trantech, LLC 0 0.00
Total 0.0% 0.0% 0.0% 0
Subconsuftant Total 0% 0.00
Direct Expenses Sub-Total (including Subconsultants) 119.00
Total Costs 8,862.43
Page 1 of 1
k\blvfsl\projectkt%TUKAOOODOO14\OOOOCON\002OPre-Contract\Supplement 3MB-Suppl. 3-Fee DRAFT-3 Bridges-2017-01-11-Review MASTdkinted: 2/1/2017, 8:40 AM
Ad■
V7Washington State
A#F Department of Transportation
May 19, 2016
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
Memorandum
TO: Erik Jonson, Contracting Services Manager
FROM: Scliatzie 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 Qwsdot.wa.gov
Attachment
cc: Steve McKerney
File
DOT Form 700-DD8 EF
Revised 5199
117
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: 181.49 OH +.33 FCCM = 181.82
Date of Proposal Preparation (mm/dd/yyyy): o4/26/2o16
Fiscal Period Covered (mm/dd/yyyy to mmlddlyyyy): 11/2/2014 to 10/31/2015
1, the undersigned, certify that / 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 (mm/dd/yyyy): 05119/2016
*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:
fillp://www.fhwa.dot.govAegsregs/directives/orders/44701 a.htm
0/1i Certification; Nov 2010
118
0 0
fir -;�' •,.� �
!6 9
April 28, 2016
regon
Kate Brown, Qcnvrnor
The Board of Directors and Stockholders
David Evans and Associates, Inc. (DEA)
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
RE: David Evans and Associates, Inc. Schedule of Indirect Cost Rate,
Fiscal Year Ended October 31, 2015
Department of Transportation
Central Services — Audit Services
355 Capitol St. NE— MiS52
Salem, OR 97301 -2528
(503)956 -3213
We have performed a cognizant review of documentation and the working papers of your independent CPA
firm, Grant Thornton (GT), of their audit of the Schedule of Indirect Cost Rate for David Evans and Associate's
(DEA) Fiscal Year Ended October 31, 2015 in accordance with our role as Cognizant Agency as defined in 23
U.S.C. I I2(b)(2)(c) and 23 CFR 172.3 and 172.7. Our cognizant review was performed in accordance with the
AASHTO Review Program for CPA Audits of Consulting Engineers' Indirect Cost Rates.
We were provided with a copy of GT's audit report dated January 28, 2016, copies of their working papers and
additional documentation 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 the fiscal year ended October 31, 2015 at 181.49% of
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
of DEA has any questions, please contact me at (503) 986 -3213 or Ruth Wu at (503) 986 -4003.
SincereI
Margar Cale, CP '
External Audit Manager
Oregon Department of'fransportation
CC: Marcus McGarity, Chief financial Officer, David Evans and Associates, Inc.
Tony Parke, Partner, Grant Thornton
Inc.
119
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
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
GENERAL OVERHEAD
Indirect Labor
Occupancy
Communications
Supplies and NonCap Equipment
Service Contracts
Publications and Memberships
Computer Hardware - NonCap
Computer Software - Noncap
Computer Supplies
Repairs & Maintenance
Vehicle Expense
General and Administrative
Public Relations
Selling Expense
Training Expense
Employee Recruiting and Retention
Professional Services
Business Insurance
Taxes, Licenses and Fees
Depreciation and Amortization
Bad Debt Expense
Contributions
Misc Expenses
401k Matching & ESOP Contribut
Profit Sharing Expense (Bonus)
Reserves and Settlements - Non Ops
Interest Expense (net of Interest Income)
Gain /Loss on Sale of Fixed Ass
Dividend Income
Deferred Compensation
Misc Other Income /Expense /Penalties
Grp Med Insur Reimbursement
Gain /Loss on Investments
Rental Income-External
Federal Income Tax
State Income Tax
Support Services Allocation
TOTAL GENERAL OVERHEAD
TOTAL INDIRECT COSTS & OVERHEAD RATE
DEEI Allocation (Home Office)
DEA Corp Allocation to Onsite
TOTAL AFTER ALLOCATIONS
$ 17,937,448
$
$ (425,434)
a,b
$ 17,512,014
$ 17,599,330
$
(442,582)
$ (1,161,826)
a, b,c
$ 15,994,923
$ 7,033,717
$
$ (566,009)
d
$ 6,467,708
$ 823,801
$
$ (44,930)
d
$ 778,871
$ 512,521
$
(182,429)
$
f
$ 330,092
$ 631,971
$
-
$
$ 631,971
$ 265,857
$
$ (350)
e
$ 265,507
$ 166,324
$ 166,324
$ 611,675
$ 611,675
$ 1,398
$ 1,398
$ 63,309
$ 63,309
$ _ 1,956,033
(459,555)
(9,844)
f,g
$ 1,486,634
$ 727,861
$
$ (55,822)
g h
$ 672;039
$ 242,501
$
$ (242,501)
b
$ -
$ 511,438
(19,814)
g,h
$ 491,624
$ 345,003
$
$ (25,223)
g h
$ 319,780
$ 579,696
$
$ (360,981)
hj
$ 218,715
$ 691,832
$
$ -
$ 691,832
$ 1,122,388
$
$ (6,694)
$ 1,115,694
$ 650,542
$
$ -
$ 650,542
$ 1,686,740
$
$
$ 1,686,740
$ 110,076
$
$ (110,076)
k
$ -
$ 192,554
$
$ (192,554)
1
$
$ (6,017)
$ (6,017)
$ 3,881,031
$
$ (449,841)
a,t
$ 3,431,190
$ 324,122
$ (324,122)
k
$
$ 214,304
$
$ (214,384)
m
$ (80)
$ (28,107)
$ (28,107)
$ (146,246)
$
$
$ (146,246)
$ (832)
$
$ (556)
n,o
$ (1,388)
$ (4,406)
$ (4,406)
$ 1,507,362
(1,507,362)
p
$
$ 284,704
(284,704)
p
$
$ (200,432)
$ (200,432)
$ 41,850,184
$
(582,699)
$ (5,577,593)
$ 35,689,891
59,787,632 $ (582,699) $ (6,003,027)
53,201,906
$ 1,198,142 $ $ (434,191) (q) $ 763,952
$ (2,437,484) $ $ 244,738 (r) $ (2,192,747)
58,548,289 (582,699) (6,192,480) 51,773,110
TOTAL INDIRECT COSTS & OVERHEAD RATE AFTER ALLOCATIONS 205.24%
FCCM (Facilities Capital Cost of Money)
COMBINED INDIRECT COSTS & OVERHEAD RATE
FAR References and Notes
(a) 31.205 -6 and 31.201 -4 Compensation and Allocability
120
181.49%
0.33%
181.82%
(b) 31.205 -1 Public Relations Costs (including directly associated costs)
r
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT 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
0) 31.205 -19 Insurance and Indemnification
(k) 31.205 -3 Bad Debts
(1) 31.205 -8 Contributions of 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
121
. 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
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
122
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
1,041292
1,041292
Vacation Paid
3,650,381
3,650,381
Termination/Severance
58,837
58,837
New Employee Signing Pay
80,679
(90,679)
-
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 Sr 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 Camp
577,538
577,538
Other Payroll Related Cosa
79,000
79,000
Public Relations Calculated Fringe Elimination
(344,755)
(344,755)
1
FRINGE BENEFITS
17,937,
(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
942,706
-
842,706
Vehicle Expense
1,956,033
(459,555)
(9,844)
1,486,634
4,17
General and Administrative
727,961
(54,887)
672,974
3.4
Public Relations
242,501
(242,501)
-
1
Selling Expense
511,438
09,029)
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
1,122,398
(6,694)
1,115,694
7
Taxes, Licenses and Fees
650,542
650,542
Depreciation and Amortization
1,686,740
1,696,740
Bad Debt Expense
110,076
(110,076)
-
6
Contributions
192,554
(192,554)
-
5
Misc Expenses
(6,017)
(6,017)
Profit Sharing Expense
774,694
(449,941)
324,943
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
(90)
(80)
Fin-cc Charges
3,727
(3,727)
-
11
Gain/Loss an Sale of Fixed Assets
(28.107)
(28,107)
Deferred Compensation
(146,246)
-
(146,246)
MJsc Other Income/Expense
(B32)
(556)
(1,388)
14
Rental Income-Extem2l
(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
35,780205
Labor Burden and General
Overhead Expense Before Allocation
$ 59,787,632
(582,699)
$(5,912,713)
$ 53,292,220
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)
labor Burden and General Overhead Expense
5
Direct Labor
28,526,415
28,526,415
Overhead Expense Rate
205249/6
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
122
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
David Evans and Associates, Inc.
COMMENTS ON 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
V
4. Excess travel costs - FAR 31.205-46
r
5. Contributions or donations - FAR 31.205-8
6. Bad debt - FAR 31.205-3
r
7. Officers' life insurance - FAR 31.205-19
V
8. Bonuses paid not in accordance with established plan - FAR 31.205-6(f)
r
9. Compensation for personal services - FAR 31205-6(p)
r
10. Gains on sale of capital assets - FAR 31.205-16
11. Interest and other financial costs - FAR 31.205-20
12. Entertainment - FAR 31.205-14
13. Income taxes - FAR 31.205-41
14. Fines, penalties and mischarging costs - FAR 31205-15
15. Signing bonuses - FAR 31.205-6(o and FAR 31.201-4
V 16. Rent, idle facilities 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
r 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
123
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 31.205-6(j), 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 Moncy (ECChQ
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 Entertainmen
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.
124
Local Agency
Cost Plus Fixed
Agreement Number:
A &E Professional Services
Fee Consultant Agreement
FirmlOrganization Legal Name (do not use dba's):
David Evans and Associates, Inc.
Address
Federal Aid Number
1.115 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
Yes ❑i No
Yes ❑ 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.
Yes Q No DBE Participation
Total Amount Authorized: 423,116.68
❑ Yes Q No MBE Participation
Management Reserve Fund:
Yes Q No WBE Participation
Maximum Amount Payable: 423,116.68
❑ Yes 7.8% ❑ 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
Exhibit 11 Hability 1115ul allec 'ITICT casc
Exhibit I Alleged Consultant Design Error Procedures
Exhibit J Consultant Claim Procedures
Agreement Number:
Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14
Revised 311112016 125
THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this
AGREEMENT, between the City ofTukwila
hereinafter called the "AGENCY," and the "Finn / Organization Name" referenced on page one (1) of this
AGREEMENT hereinafter called the ^^C0N8DLTANI^`
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 nfu CONSULTANT tnprovide
the necessary SERVICES; and
WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes rc)n1iog
to professional registration, if applicable, and has signified u 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:
U. General Description of Work
The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and
necessary tV accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor,
and rc}odcd equipment and, if applicable, sub-consultants and subcontractors necessary to conduct and complete the
SERVICES as designated elsewhere in this AGREEMENT.
KU, General Scope of Work
The Scope ofWork and projected level o[effort required for these SERVICES is described in Exhibit "A" attached
hereto and 6v this reference roudouoartnftbio AGREEMENT. The General Scope ofWork was developed
utilizing ycrfbrnoocobased contracting methodologies.
UUl, General Requirements
Al] �����oo�1���of�im w�m�i���' ��,�b�°��m��|
receive aspects
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 zcguidug CONSULTANT participation. The nnioinuomn required hours or days'
notice shall hc agreed 1n between the AGENCY and the CONSULTANT and shown io 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 ao 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 uodcr
this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State
of Washington.
Agreement Number
LocalAgency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2uft4
qQ*1 t�0Y0
�� ��
Participation for Disadvantaged Business Enterprises (DBE)o« Small Business Enterprises (SBF),if
per 49 CFR Part 26, shall be shown on the heading of this AGREEMENT. lf DBE firinuare utilized at the
commmxcoccmeotofthis AGREEMENT, the amounts authorized 0n 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 isaDBE certified firm they must comply with the Commercial Useful Function (LlJF) regulation
outlined iu the /\GENCl,`s"DBE Program Participation Plan" and perform a minimum of 30% of the total amount
of this AGREEMENT. It is recoonnncodcd" but not required, that non-DBE Prime [ONSlJIJ}\NT9 perform
armioimouzo of3O%ofthe total amount nf this AGREEMENT.
The C(JNSlJIJANl[ on 4r000tb}y hooim, is required to submit DBE Participation of the amounts paid to all DBE
finna 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 I)u1u."
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 nf the AGENCY. Reuse 6v the AGENCY orhy others, acting through oc
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 tothe CONSULTANT.
Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other
party 6v(i) certified mail, return receipt requested, oz(iU6v email or facsimile, to the address set forth below:
TftoAGENCY- IftoCONSULTANT:
Nun>u: Steve Cara1eoo,P.E. Name: &4o SbeikJ/zodcb"P.B.
Agency: City ofTukwila Agency: David Evans and Associates, Inc.
Address: 6300 SnuUzccotcrI)lvd Ste 100 Address: 1115 West Bay Drive NW, Suite ]Ol
City: Tukwila State: WA Zip: 98108 City: ()knmnia State: \9A Zip: 98502
8roui|: steve.carstens@tukwila.wa.gov Email: ozxsb@deuioo.cooz
Phone: 206-431-2446 ext. 1846 Phone: 300-800-7551 6J]6O-h20-S0O5(o)
Facsimile: PacmboUo:
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 3ofY4
Revised 311112016 127
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
Jc2&d 311112016
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 AgencyA&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14
Revised 311112016 129
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
Joa®ed 311112016
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made
by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other
persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation
and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this
AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this
AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly
retired employees, without written consent of the public employer of such person if he /she will be working on this
AGREEMENT for the CONSULTANT.
VIII. Nondiscrimination
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub - consultants,
subcontractors and successors in interest, agrees to comply with the following laws and regulations:
• Title VI of the Civil Rights Act of 1964
(42 U.S.C. Chapter 21 Subchapter V § 2000d
through 2000d4a)
• Federal -aid Highway Act of 1973
(23 U.S.C. Chapter 3 § 324)
• Rehabilitation Act of 1973
(29 U.S.C. Chapter 16 Subchapter V § 794)
• Age Discrimination Act of 1975
(42 U.S.C. Chapter 76 § 6101 et. seq.)
• Civil Rights Restoration Act of 1987
(Public Law 100 -259)
• American with Disabilities Act of 1990
(42 U.S.C. Chapter 126 § 12101 et. seq.)
• 23 CFR Part 200
• 49 CFR Part 21
• 49 CFR Part 26
• RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F"
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in
every sub - contract, including procurement of materials and leases of equipment, unless exempt by the Regulations
or directives issued pursuant thereto.
IX. Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten
(10) days written notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the
CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate
fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non -salary costs incurred up to
the time of termination of this AGREEMENT.
No payment shall be made for any SERVICES completed after ten (10) days following receipt by the
CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this
section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for
any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the
AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES
to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to
Agreement Number:
Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14
Revised 311112016 131
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
perfiormed at the time of termination. Under no circumstances shall payment made under this subsection exceed the
amount, which would have been made using the formula set forth in paragraph two (2) of this section.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to
perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed
for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default
clauses listed previously.
The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member,
partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and /or
other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee.
The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or
more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The
CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT
unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s)
of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT
as set forth in the second and third paragraphs of this section.
Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of
any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the
CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY.
Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights
with respect to any future act or omission by the CONSULTANT.
X. Changes of Work
The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as
necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find
it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or
revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered
as Extra Work and will be paid for as herein provided under section XIII "Extra Work."
XI. Disputes
Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within
10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and
binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the
Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If the
parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under
the procedures found in Exhibit "J ". In the event that either party deem it necessary to institute legal action or
proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior
Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto
agree that all questions shall be resolved by application of Washington law and that the parties have the right of
appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington,
situated in the county in which the AGENCY is located.
Agreement Number:
Local AgencyA &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14
n(012ed 311112016
X11. Legal Relations
The CONSULTANT, any 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 1obc 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 (8TATE) and the AGENCY and
their officers and crup\Vyenn bunnlcmu from all claims, demands, or suits at |ovv or equity arising in vvbolo or in pmt
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 bc legally liable; provided that nothing herein shall require uCONSULTANT
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 o[ or breach of any obligation under this AGREEMENT by the SI/Q-E and the AGENCY, their
agents, officers, employees, sub-consultants, subcontractors orvendors, 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, ot0ucro, crnp|uyccs" 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 ohuU be valid and enforceable only 1othe extent ofthe C()NSDIJANT^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 hc legally liable. This provision shall ho included ivany
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 oluionm, demands, or suits at law or equity arising in whole nrin 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 io connection with the AGREEMENT of methods, processes, designs, information oz other items furnished nr
communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT;
provided that this indemnity dbuU not apply to any alleged patent orcopyright 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 /&GENCY`a, 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 Uub|c.
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 itim found after due notice and
examination 6v the AGENCY that there is aviolatino of the Ethics in Public Service Act, Chapter 42.52 RCW; or
any similar statute involving the CONSULTANT iothe procurement of, or performance under, this AGREEMENT.
The CONSULTANT specifically ueaumncm pntcudul liability for actions brought bythe C(JNSlJl][&NT`m ovvo
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:
LocaAgencyA4EPmfessional Services Cost Plus Fixed Fee Consultant Agreemen Pagegnft4
Revised 311112016 133
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
Jc34ed 311112016
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.
X111. 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 X1 "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.
XV1. Certification of the Consultant and the Agency
Attached hereto as Exhibit "G -1(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 135
XVI8~ Complete Agreement
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon hvthe
parties. No agent, m representative nf either party has authority b/ make, and the parties shall not bc bound by or
be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, nr
modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement
to this AGREEMENT.
XVUHU~ Execution and Acceptance
This AGREEMENT may be simultaneously executed ioseveral 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 hy 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 io connection with this AGREEMENT orits performance may consist of information that ioexempt
from disclosure tothe public or other unauthorized persons under either chapter 42.5O RCWor other local, state
or federal statutes ("3tate"o Confidential luf00001ion"). The ^^8bdo"m Confidential Information" includes, but ia
not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles,
credit card iob)nou1inu" driver's license numbers, zocd;ua) du1u" 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, orimDVooa±iou which may jeopardize any part of the project tbn1reluieotouoyofdhemetypcuof
iofbouu1ioo. 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 onop}oycoo, oob-uooaoltuoto 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
orumprovided by \ap/ The CONSULTANT agrees to release such imfbmoo1ioo or material only to unoy\nyccm'
sub-consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have
been previously approved 6v the AGENCY. The CONSULTANT agrees tn 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
lufoouutino'or/i0r�1uroodul)nf1bc8��c'y[oo�d�o1iu|Iofbnon1ionto�bc/�GEJ�[��or/iiUtakevvbu1everotbcr
, `' ' (iii)
steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information.
As required under Executive Order 00-O3'the CONSULTANT shall maintain u 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 nfthe State's Confidential Information. The C(}NSTJIJANT`sn:uorda 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 ufthe State's Confidential Information
collected, used, nc acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or
investigating may include, but ionot limited to, salting databases.
Agreement Number:
LocalAgencyA8EPmfesaional Services Cost Plus Fixed Fee Consultant Agreement Page f2nft4
Apj&d 311112016
Violation of this section by the CONSULTANT or its or subcontractors may result in tennination of
this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, orpenalties.
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
000fideodu|ityof such information during the bcnnof this AGREEMENT and afterwards. All materials containing
such proprietary and/or confidential information shall be clearly identified and marked as "Confidential" and shall
he 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
an&or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or(b)ao soon uusuch
confidential or proprietary material is developed. "Proprietary and/or confidential iofbnmu1ioo" is not meant to
include any information which, atthe time of its disclosure: (i) is already known to the other party; (ii) is rightfully
disclosed to one of the parties by u third party that is not acting um an agent nrrepresentative 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 ua the CONSULTANT.
The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure
laws. /\s such, the AGENCY shall maintain the confidentiality ofall such information marked proprietary and/
or confidential or otherwise cxeon[u, unless such disclosure is required under applicable state or federal law. If
public disclosure request ia made tn view materials identified uu "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 ucoud order from u court ofcompetent
jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the
AGENCY will release the requested information oo the date specified.
The CONSULTANT agrees to notify the sub-consultant of any AGENCY communication regarding disclosure that
may include uuo6-couou|tuot`a proprietary and/or confidential information. The CONSULTANT notification tothe
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 oldojno a court order from u court ofcompetent jurisdiction enjoining that disclosure
the AGENCY will release the requested information. If the CONSULTANT and/or sub-consultant fail tnobtain
u court order or other judicial relief enjoining tbe/\GENCYhythorc)eaocdatc"tboCANSDITANTabal|vvaivn
and release and shall hold harmless and indemnify the AGENCY from all claims nfactual nr alleged damages,
liabilities, or costs associated with the AGINCY`u said disclosure Vfsub-oonuu/tunto"information.
XX~ Records Maintenance
During the progress of the Work and SERVICES provided hereunder and for aperiod of not less than six (6) years
from the date of final payment tothe CONSULTANT, the CONSULTANT shall keep, cc1uiu 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
uf business during normal working hours. If any litigation, o}uinu or audit is commenced, the CONSULTANT shall
cooperate with AGENCY and assist in the production of all such documents. ^^Douunucnts" shall bo retained until
all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past
the six (h) year retention period.
For purposes of this AGREEMENT, "documents" means every writing or record of every type and description,
including electronically stored information (^^£SI"),that is io the possession, control, nz custody ofthe
CONSULTANT, including, vvidbnu1 limitation, any and all ouormpoudeucco, contracts, AGREEMENT ^u,
appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten
notes, reports, records, 8:|sgruo/m, schedules, diaries, notebooks, logbooks, invoices, accounting records,
work sheets, charts, notes, drafts, scribhUoga, recordings, visual displays, photographs, minutes nfmeetings,
Agreement Number:
Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page Y3ofY4
Revised 311112016 137
tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or
telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or
description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the
CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original,
or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original.
For purposes of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media of any
kind., including "Native Files ", that are stored in any medium from which it can be retrieved and examined, either
directly or after translation into a reasonably useable form. ESI may include information and/or documentation
stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe
Acrobat, SQL databases, or any other software or electronic communication programs or databases that the
CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup
tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other
electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any
personal devices used by the CONSULTANT or any sub - consultant at home.
"Native files" are a subset of ESI and refer to the electronic format of the application in which such ESI is normally
created, viewed, and /or modified.
The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in
relation to this AGREEMENT and bind the sub - consultant to its terms, unless expressly agreed to otherwise in
writing by the AGENCY prior to the execution of such subcontract.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
"Execution Date" box on page one (1) of this AGREEMENT.
Signature
X"Aj
Signature
February 1, 2017
Date
Date
Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office
of the Attorney General.
Agreement Number:
Local Agency A &E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14
1018ed 311112016
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
139
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)
o 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:
o 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.
o 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
140
• 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 perform tasks as described below:
Davide Evans and Associates, Inc. 3 Scope of Services
Major Maintenance of Three Bridges, Construction Management Services January 31, 2017
141
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
142
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 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 (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
143
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 BFI'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)
o NPDES Construction Permit (TESC and water quality requirements).
o 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 CI,
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
144
• Orderly transfer of field records and documents, including as -built drawings and
specifications.
• Resolution of outstanding contractual issues e.g. changes or claims.
o Assessment of liquidated damages, if any.
o 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 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.
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
145
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
IT, M.
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 Cl;
• 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 (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.
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
147
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)
o NPDES Construction Permit (TESC and water quality requirements).
o 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
I ,
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:
o 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.
o 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, Inca 11 Scope of Services
Major Maintenance of Three Bridges, Construction Management Services January 31, 2017
149
• 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 documents 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 (CI 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 .
150
• 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
project.
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
151
152
TranTech, LLC is an SBE (7.8%) per Federal definition.
Exhibit B
DBE Participation
Agreement Number:
WSDOT Form 140-089 EF Exhibit B Page 1 of 1
Revised 1013012014 153
154
Exhibit C
Preparation and Delivery of Electronic Engineering and Other Data
In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is
to use in preparing electronic files for transmission to the agency. The format and standards to be provided may
include, but are not limited to, the following:
I. Surveying, Roadway Design & Plans Preparation Section
A. Survey Data
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 155
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:
WSDO T Form 140-089 EF Exhibit C Page 2 of 4
156 Revised 1013012014
II. Any Other Electronic Files to Be Provided
None.
111. 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 157
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
158 Revised 1013012014
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
159
160
Frank Zepp
161
1-
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 x 3 4 17
k
I
`o
°'
a
105
io
c
o
`"
ii'
di
a
c
iA
W
1r{
Pz
W
c
,E
a
o
o
Q
LL
E
bl�ix Y�f
,
2
Cm
pC,p#
ltl
y,
A h Fl
'1 %t
Work
Element q
Work Element
0
z
o
C.
w
U
io
'PE
ry
DEA
;
direct rates:
o0
$ 25
$ 00
$7�d2 00
$33.00
R, ` P' 4'? i u i " 1' d ' , 'i,4 +t
1Y.'fl:''4L �+{il
k;* ,`''
% 41a W
�✓k'k:'nd{
TotaF�N
t {1tu
Il I) �"�'
�l +<i�Ytk I
ly ,�d
'O rev,
ply
1.1
RE Construction Management Services
irE r7{ ✓' ,
f r
73EI'
X��
A {;
r ,r, 1�r
,
d,
1.1.1
Pre - Construction indudin Agenda
7
$1,572
1.1.2
Subconsultant Coordination
g
$2,021
1.1.3
P±Iy Oversight of Construction Activities
136
$30,533
$6,342
1.1.4
FNR Reviews, Progress Estimate Be epons and Invoicin
23
3
8
1.1.5
Weeldy Contractor Meetings
73
$16,389
$8,307
1.1.6
Submittal Reviews and Management
377
1.1.7
Coordination and Re ones to Contractor RFIs
11
1Y
34"
$2,470
34
$7,633
1.1.8
Manages and Processes Change Orders
1.1.9
Reviews and Monitors Contractors Schedule
11
� iS,1�
$2,470
�y�,9,:rd n;
w� {
di 7Y
1.2
Field Inspection
"
(-
5
$565
1.2.1
Contract Documents Review
5
M1'7� V11
7%
022
$226
$92,915
,
d>kb
1.2.2
Preconstruction Meeting
2
1.2
Dai Site Observation and Preparation of FNR
822
.3
1.2.4
Special Inspections rantech -see Exhibit E1.1 for hours)'
{ Y mn 21i1 " C"
fy
t i
>32!
1rY nr,
1.3
Contract Documentation
1.3.1
Documentation (RFIs, progress payments, Sublet approvals,(
Submittals Tracking, up to 10 C.O.s, ROM Maintenance )
297
37
334 ' e'
33
$37,379
(i
1.3
ROM Develo ment and Management
14
$3 143
.2
Work Element 1.3 Total
- 297 '
14, 37
348
$4p 5 2
1.4 Materials Testing"
(Mayes Testing-see cost under Subconsultants, Exhibit E2.1
Work Element 14 iotai
yr� �
1.5
WSDOT Shop Inspection
See cost under "Direct Expenses", Exhibit D -2.1
Work Oren
Subconsultant Fees
$26,658
$1,869
EXPENSES
SALARY ESCALATION
PROJECT WORK ELEMENTS TOTALS
341 1126 3 14 45
1529
$240,491
100.0006
163
- VWDBE 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
164
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
-Subconsuftants
- VWDBE 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
164
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 2 3 4 S
COED,
Y� ��
�
4
�
i
pp
UJ
in
c
a
c
�
m
of
W
�
W
✓' � nJ,' " `
� "� � yv��'.
N
'tf
Y aad+✓
M 1G
Work
to
'ZS
Of
of
m
.�
�Aif
iiru
�orA
Y
�iC
J
Element #
Work Element
�.
W
CO
CL
✓F'✓��� ,.
TraMech, LL.
�� .
direct rates:
S36.00
Eas.00
se5.00
$50.00
`♦4 „.,� 'f
1 Y'.l ht
OE IN ?:'4^Y 7 ✓p J f Ica,�,^, M7"wg yt f y fif1 ^yl k.. �, M j p1✓ :a Jfi4�
'u�' ,. '�krY�V,,SVd',f uM i»r „ak d,+�u
. ,.� a /51
.'
C9'Ui
4
VkrMD! frm.,z�y�t
y»
) ,otai
sJ ✓r$n�rX��, wi,
'f
�;4 iadt ro” ��.�F�, Rtiv��!�Sul
gggf
1.2.4
Special inspection
$12,188
Paint ins ection
100
1p04;
t �i
i
Polyester Inspection
50
�r ' '
l4 �V
$4,875
,}"{r"�f�(' iV'� !X4 /i•i' f kJ �
J,,rrnn u h �a.n6rP 143� " +
�i ➢,�I
0pp
fJ J
J� 1
r ro f
9,j1 X �i !Y N*j F
,�ir,Ar4i✓ G ✓��'fy.�n�i;'h �SNf fi L:.W. x� ✓
2Xryry ,
EXPENSES
SALARY ESCALATION
PROJECT WORK ELEMENTS TOTALS
50 100
150
$18,896
100.00%
165
Exhibit E
Subconsultant Cost Computations
City of Tukwila
Major Maintenance of Three Bridges, Construction Management Services
FRANK ZEPP
Exhibit E-1.2
Trantech, LLC
Total Hrs. 150
Salary Cost
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost 0% per year @
Total Salary Cost
Overhead Cost @ 140.85% of Direct Labor
Net Fee @ 3D.0% of Direct Labor
Total Overhead & Net Fee Cost
Direct Expenses
Reproduction Costs
Plans
Parking
Mail/Deliveries/Fed Ex
Mileage
Subtotal
Trantech, LLC Total
166
0 year(s)
No. Unit Each
Cost
Direct
Classification
Hrs. X
$ -
Rate =
Cost
1 Special Inspector 1
50
$
36.00
$1,800
2 Special Inspector 11
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
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost 0% per year @
Total Salary Cost
Overhead Cost @ 140.85% of Direct Labor
Net Fee @ 3D.0% of Direct Labor
Total Overhead & Net Fee Cost
Direct Expenses
Reproduction Costs
Plans
Parking
Mail/Deliveries/Fed Ex
Mileage
Subtotal
Trantech, LLC Total
166
0 year(s)
No. Unit Each
Cost
$ 6,300
$0
$ 6,300
$ 8,874
$ 1,890
$ 10,764
$ 1,832
18,896
ea
$ -
ea
$ -
0
sets @
$2 /set
$ -
10
@
$8
$ 80.00
2
@
$20
$ 40.00
3200
miles @
$0.535 /mile
$ 1,712.00
$ 6,300
$0
$ 6,300
$ 8,874
$ 1,890
$ 10,764
$ 1,832
18,896
SUBCONSULTANT FEE DETERMINATION
DIRECT SALARY COSTS (DSC)
Personnel
Hours
Exhibit E
Subconsultant Cost Computations
Exhibit E1.3
Rate
Mayes Testing Costs
1/13/2017
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
3,035
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 CQST5J-QNSC
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
7,762 for Frank ZeppJ
PAYMENT 5,174 for Beacon Avenue
Services will be paid on a DSC multiplier equal to 3.213
Page 1 of 1
167
I •:
=AW VOTIM,
169
170
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 s 4 17
z
O
w
d
_
E
E
zt i
2
CMw
c
& a,
Work
c
o
CD
Element#
Work Element
0
U
�
2 �
a
�#DE.J1r
",c,'
DEA
8
direct rates:
$7200
$36.25
1 $38.00 1 $72.00 $3400il�n
ru"�f `5 q+"
Iy p1NrY(';ti,.
Ap A
.{df.�
<, atf'sry`T#?a)
'.;tire" �°
', u>�r
ttry!;, vi1'
Xr C.'nT4taj �j�)1
,
" d�F' i�l fa' Sm1" �YG'
y 1�(
tGY' u*+ Y4uSi^. Yu�iYYY, l�: �r° �M1iadt': ��nl✓"'' uh1i9Fit �i' t, ?r, IWAh' :f'`EyY,:,PC'NN.,WIfll,.?hiSAf
Y y�:.,..
✓vt� %7,r`�',M
�a ") „
f -;
llj �,
; )) v
",
23'r
68 )
�
n1r
$1,123
tA;
i
,
"
2.1
RE Construction Mana ement Services#
2.1.1
Pre - Construction Including Agenda
5
2.1.2
Subconsultant Coordination
6?n#
$1,347
2.1.3
Daily Oversight of Construction Activities
91
$20,430
$4,359
$11,001
2A A
FNR Reviews, Progress Estimate Reports and Invoicing
15
3
6
2.1
Weekly Contractor Meetings
49
.5
2.1.6
Submittal Reviews and Management
25;ds
$5,813;
2.1.7
Coordination and Res ones to Contractor RFIs
8
$1,796
$5,164
2.1.8
manages and Processes Change Orders
23
2.1.9
Reviews and Monitors Contractors Schedule
8
$1,796
Jo,,.,w °�52,r z��
!CR ° WEle�ent,�;'��Total
✓'SAN,
�..
,,
.,6 "r
,,23t�ir
.
+ ruc u
§ C
° ; � r "`
�pi�,:
ti '
2.2
Field Inspection
$339
$226
2.2.1
Contract Documents Review
3
2.2.2
Preconstruction Meeting
2
2.2.3
Daily Site Observation and Preparation of FNR
554
554 i
$62,621
2.2.4
ranTech see cost under Subconsultants Exhibit D2.2)
z
2.3
Contract Documentation
Documentation (RFIs, progress payments, Sublet approvals,
r
2.3.1
Submittals Tracking, up to 10 C.O.s, ROM Maintenance)
200
25
225
9 r
$25,257
$2,021
2.3.2
ROM Development and Management
9
Wont Element 2 3Total
290 r
9,26
234
S2� 27>S
.
#
2.4
Materials Testing"
(Mayes Testing-see cost under Subconsu�Exhibit 2"
Work Element 2.4 Total
2.5
WSDOT Shop Inspection
See cost under "Direct Expenses", Exhibit D-2.2
r
A
$19,094
`r5ii r.`;ry
mt h
Subconsultant Fees
EXPENSES
$1,066Fr
SALARY ESCALATION)u,
PROJECT WORK ELEMENTS TOTALS
230 759 3 9 31
1032
$163,253
100.00%
171
Prime Compensation for Subconsultant Cost
David Evans and Associates Total
$ 144,159
- WIDBE 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
172
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
I
Construction Manager (GUN-M)
230
$ 72.00
$16,560
2
Construction Inspector (CINS)
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
I
@
$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
- WIDBE 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
172
Exhibit E
Subconsultant Cost Computations
Exhibit E-2.1
City of Tukwila
Major Maintenance of Three Bridges, Construction Management Services
BEACON AVENUE
Trantech, LIC 1 2 3 4 6 1
W
(D
'a
'a
T
0
LU
(D
W
ts
rc
Work
2
Element #
Work Element
W
U2
V)
M
Trantec
—00
direct rates:
$56
$45-00
1 $65-00
$50-OD
X", 'k g4"t n AM
T
i
$9,751
2.2.4
Special Inspection
rs ..
A . ....
31i d
Paint Inspection
80
Polyester Inspection
30
$2,925
"Pop"g,
"M "?A'T R,
MAW"
31,1r,"R91
$1,244
pfdnlh
EXPENSES
SALARY ESCALATION
PROJECT WORK ELEMENTS TOTALS
30 80
AAV
Sd3,920
I00.00%1
1
173
1
2
3
4
5
6
7
8
9
10
11
12
174
Exhibit E
City of Tukwila Subconsultant Cost Computations
Major Maintenance of Three Bridges, Construction Management Services
BEACON AVENUE
Exhibit E-2.2
Trantech, LLC
Total Hrs. 110
Salary Cost $ 4,680
Salary Escalation Cost (estimated)
Escalation - % of Labor Cost 0% per year @ 0 year(s)
Total Salary Cost
Overhead Cost @ 140.85% of Direct Labor
Net Fee @ 30.0% of Direct Labor
Total Overhead & Net Fee Cost
Direct Expenses
Reproduction Costs
MaterialsTesting (Mayes
Testing)
WSDOT Fabrication
Inspection
Plans
Parking
MaiUDelivedes/Fed Ex
Mileage
Subtotal
Trantech, LLC Total
No. Unit Each
Cost
Direct
0
Classification
Hrs. X
$ -
Rate =
Cost
Special Inspector 1
30
$
36.00
$1,080
Special Inspector 11
80
$
45.00
$3,600
Senior Bridge Engineer
0
$
65.00
$0
Bridge Engineer
0
$
50.00
$0
Project Engineer/Scientist
0
$0
Engineer/Scientist 3
0
$0
Engineer/Scientist 2
0
$0
Engineer/Scientist 1
0
$0
Lead Tech
0
$0
Senior Technician
0
$0
Technician
0
$0
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)
Total Salary Cost
Overhead Cost @ 140.85% of Direct Labor
Net Fee @ 30.0% of Direct Labor
Total Overhead & Net Fee Cost
Direct Expenses
Reproduction Costs
MaterialsTesting (Mayes
Testing)
WSDOT Fabrication
Inspection
Plans
Parking
MaiUDelivedes/Fed Ex
Mileage
Subtotal
Trantech, LLC Total
No. Unit Each
Cost
$0
$ 4,680
$ 6,592
$ 1,404
$ 7,996
$ 1,244
13,920
0
$0 ea
$ -
0
$0 ea
$ -
0
sets @
$2 /set
$ -
10
@
$8
$ 80.00
2
@
$20
$ 40.00
2100
miles @
$0,535 /mile
$ 1,123.50
$0
$ 4,680
$ 6,592
$ 1,404
$ 7,996
$ 1,244
13,920
SUBCONSULTANT FEE DETERMINATION
DIRECT SALARY COSTS (DSC)
Personnel
Hours
Exhibit E
Subconsultant Cost Computations
Exhibit E-2.3
Mayes Testing Costs
1/13/2017
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
3,035
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 NONSAILARY COSTS (DNS
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 (DINISC) = $
3,035
TOTAL AUTHORIZED AMOUNT = $ 12,936
7,762 for Frank Ze pp
PAYMENT 5,174 for Beacon Avenue
Services will be paid on a DSC multiplier equal to 3.213
Page 1 of 1
175
176
177
W.*
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. 1 2 3 4 17
0
z
V
V
Q
p�
i�i,i,
G
Y
C
W
�J,
0
0
¢
6y-1
a
mY1µ�y§�"�ar
G Wd5
E
(
,ppfbY
`iisV 443h(�p
s
Work
Element#
Work Element
v
()
N
'u�'E
a
DEA7y
rW
OEA�ry
y
y „a,Fatyywr,"r
direct rates:
$72.00
$36.25 1
$38.00
$72.00
$34.00
8r �n�t x�i�w %,,,�* �r��r r,,�r, rr�'.n�rvp� ambt��'�T ";rr iU� ��,;,.r�� f,
�r,u:Ft
„^'t�.
�s�rn,�ai
u,y”
;,; ar✓r�4, p,s."�k�!a,rvt
„,
;# , , rT'dw ;
�r�`
�
+ �'
3.1
RE Construction Management Services
3.1.1
Pre - Construction Including Agenda
'N8
„r
3.1.2
Subconsultant Coordination
3.1.3
Daily Oversight of Construction Activities
13
3.1.4
FNR Reviews, Pro ress Estimate Reports and Invoicing
2
2
4?
$1,110
$1,347
$674
$225
3.1.5
Weekl Contractor Meetings
6
�i itTr
,Pr,3�d s',
-
3.1.6
Submittal Reviews and Management
3,
3.1.7
Coordination and Res ones to Contractor RFIs
1
3.1.8
Manages and Processes Chan 2e Orders
3�
3
° 1y r I
$674
r
r
3.1.9
Reviews and Monitors Contractors Schedule
1
$225
'MrMrr'wY
rk, ,
1 n
i p
3.2
Field Inspection
1
$113
3.2.1
Contract Documents Review
$113
r
i”
12.2
Preconstruction Meeting
1
1(r
r 65 ,
3.2.3
Daily Site Observation and Preparation of FNR
65�
$7,347
r
�
2]
1
8
�If�X�����h�r�v.
� a fs�r T4
W to F',
r
M
3.3
Contract Documentation
3.3.1
Documentation RFIs, progress payments, Sublet a royals, Submittals T
24
3
$3,031
$225,i"
3.3.2
ROM Development and Management
1
' .. ..
u< xvr
x''.. 'Work ^EleFiie "r1t 3 3 TQtal
;;t� `
, `
24
1 ". °
3
2$
53 255
21 ^
.
„ 0
3.4 WSDOT Shop Inspection
See cost under "Direct Expenses", Exhibit D -2.3
Work Element SA total
PRIME COMPENSATION FOR SUB. COST
EXPENSES
SALARY ESCALATION
PROJECT WORK ELEMENTS TOTALS
31 91 2 1 7
132
$19,373
#######
179
Prime Consultant Cost Computations
City of Tukwila
Major Maintenance of Three Bridges, Construction Management Services
GRADY WAY
Exhibit D-2.3
David Evans and Associates, Inc.
Classification
Hrs. x
Direct
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 (SEEN)
0
$
62.00
$0
Bridge Engineer (BREN)
0
$
48.00
$0
Senior CADD Technician (SCAD)
0
$
44.00
$0
Project Administrator (PADM)
7
$
34.00
$238
0
$0
Total Hrs. 132
200 pages @
$0.06 /page
$
Salary Cost
Reports
$ 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
im
Adft
mmm60m Washington State
1/0' Department of Transportation
Lynn Peterson
Secretary of Transportation
May 23, 2016
David Evans & Associates, Inc.
179 W Sterling Pond Circle
The Woodlands, TX 77382
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David tq dA9
sociates, Inc.
P.O. Box 47300
Olympia, WA 98504-7300
360-705-7000
T1Y. 1-800-833-6388
www.wsdot.wa.gov
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 ODOT. Your ICR acceptance is in accordance with
23 CFR 172.7 and must be updated on an annual basis. This rate will be applicable
for:
WSDOT Agreements
Local Agency Contracts in Washington State only
Costs billed to agreements/contracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective agreement/contract.
Any other entity contracting with your firm is responsible for determining the
acceptability of the ICR.
If you have any questions, feel free to contact our office at (360) 705-7104 or via
email consultantrates(a-),wsdot.wa.go .
Regards;
9ONSO,?Z-V��
Manager, Consultant Services Office
EKJ:kms
Acceptance ICR Cognizant Review
181
V7A21b,
Washington State
AF Department of Transportation
May 19, 2016
41 M PTI
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
Memorandum
TO: Erik Jonson, Contracting Services Manager
FROM: Sebatzie 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 Qwsdot.wa.grov
Attachment
cc: Steve McKerney
File
MA
DOT Form 700-008 EF
Revised 5799
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: 181.49 OH +.33 FCCM = 181.82
Date of Proposal Preparation (mm/dd/yyyy): 04/2812016
Fiscal Period Covered (mmlddlyyyy to mm/dd/yyyy): 11/2/2014 to 1W31/2015
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:
Name of Certifying Official* (Print): Ryan Randall
Title: Controller
Date of Certification (mm/dd/yyyy): o5119/2016
*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:
littp:/iwww.fhwa. dot .govAeqsregs/directives/orders/44701 a.htm
01H Certification; Nov 2010
183
.1 ! K
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
F . N o
April 28, 2016
Idle Brown, Gcmernor
The Board of Directors and Stoel,holders
David Evans and Associates, Inc. (DEA)
RE: David Evans and Associates, Inc. Schedule of Indirect Cost Rate,
Fiscal Year Ended October 31, 2015
Department of Transportation
Central Services — Audit Set-vices
355 Capitol St. NE — MS52
Salem, OR 97301 -2528
(503)986 -3213
We have performed a cognizant review of documentation and the working papers of your independent CPA
firni, Grant Thornton (GT), of their audit of the Schedule of hydirect Cost Rate for David Evans and Associate's
(DEA) Fiscal Year Ended October 3I, 2015 in accordance with our role as Cognizant Agency as defined in 23
U.S.C. 112(b)(2)(c) and 23 CFR 172.3 and 172.7. Our cognizant review was performed in accordance with the
AASHTO Review Program for CPA Audits of Consulting Engineers' Indirect Cost Rates.
We were provided with a copy of GT's audit report dated January 28, 2016, copies of their working papers and
additional documentation 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 the fiscal year ended October 31, 2015 at 181.49% of
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
of DEA has any questions, please contact me at (503) 986 -3213 or Ruth Wtr at (503) 986 -4003.
Sincerel
Margar Cole, CP '
External Audit Manager
Oregon Department of Transportation
CC: Marcus McGarity, Chief Financial Officer, David Evans and Associates, Inc.
Tony Parke, Partner, Grant Thornton
A
Inc.
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
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
$
677039
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,l
$
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
185
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
i •
. 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
Wit
Direct
Unallowable
Costs
Cost
costs
Net of
FAR
Description
Total Cost
eliminations
-elminations
ehninations
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
SLJTA & State PR Taxes
763,004
763,004
Union Benefits
705,196
705,196
Civic Duty Labor
20,876
20,876
Officer Supp Comp
577$38
577$38
Other Payroll Related Costs
79,000
799W
Public Relations Calculated Fringe Elimination on
(344,755)
1
FRINGE BENEFITS
17,512,014
GENERAL OVERHEAD
I
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
Supplies
(501,867)
512,521
501,867
(182,429)
-
330,092
18
Service Contracts
Publications and Memberships
631,971
265,857
-
(350)
631,971
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)
-
I
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
1,122,388
(6,694)
691,832
1,115,694
7
Business Insurance
Taxes, Licenses and Fees
650,542
650,542
Depreciation and Amortization
1,696,740
1,686,740
Bad Debt Expense
110,076
(110,076)
-
6
5
Contributions
192,554
(192,554)
-
Misc Expenses
Profit Sharing Expense
(6,017)
774,684
(449,841)
(6,017)
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)
Discounts Taken
(80)
Finance Charges
3,727
(3,727)
Gain/Loss on Sale of Fixed Assets
(28,107)
(28,107)
Deferred Compensation
(146246)
-
(146,246)
Misc Other Income/Expense
(832)
(556)
(1,388)
14
Rental income trial
(4,406)
(4,"
Income Taxes
1,792,066
(1,792,066)
-
13
Support Services Allocation
(290,432)
(200,432)
Total General Overhead Expense
41,850,184
(582A99)
35,780,205
Labor Burden and General
Overhead Expense Before Allocation
$ 59,787,632
$ (582,699)
$ (5,912J13)
$ 53,292,220
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
Direct labor
28,526,415
28,526,415
Overhead Expense Rate
205249/6
181.80%
Facilities Capital Cost of Money Rate
033%
Combined Overhead Expense and Facilities
182.13%
Capital Cost of Money Rate
The accompanying notes are an integral
part of this schedule.
5
Wit
Exhibit D
Prime Consultant Cost Computations
CERTIFICATION OF INDIRECT COSTS
David Evans and Associates, Inc.
David Evans and Associates, Inc.
COMMENTS ON 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
r
3. Alcohol - FAR 31.205-51
r
4. Excess travel costs - FAR 31.205-46
5. Contributions or donations - FAR 31.205-8
6. . Bad debt -FAR 31205-3
7. Officers' life insurance - FAR 31.205-19
8. .
Bonuses paid not in accordance with established plan -FAR 31.205-6(f)
V
9. Compensation for personal services - FAR 31.205-6(p)
10. Gains on sale of capital assets - FAR 31.205-16
V
11. Interest and other financial costs - FAR 31.205-20
12. Entertainment - FAR 31.205-14
13. Income taxes - FAR 31.205-41
14. Fines, penalties and mischarging costs - FAR 31.205-15
Pr
15. Signing bonuses - FAR 31.205-6(o and FAR 31.201-4
r 16. Rent, idle facilities 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
V 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
ff *T.*
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 Plan
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 Mo= ECCK
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'D Accounting Guide. Based on this comparison, the amount of $183,938 was disallowed in
the Schedule of Indirect Costs.
im
Adlb►
� Washington State
/0 Department of Transportation
Lynn Peterson
Secretary of Transportation
February 10, 2016
TranTech Engineering, LLC
12011 NE 1st Street NE, Suite 305
Bellevue, WA 98005
.Exhibit E
Subconsultant Cost Computations
CERTIFICATION OF FINAL INDIRECT COSTS
Transportation Building TranTech, LLC
310 Maple Park Avenue S. E.
P.O. Box 47300
Olympia, WA 98504 -7300
360 - 705 -7000
TTY 1 -800- 833 -6388
www.wsdot.wa.gov
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 a wsdot.wa.>;ov.
Regards;
4J JN
Manager, Consultant Services Office
EKJ:rck
Acceptance ICR Risk Assessment Review
190
Alft
v7Washington State
*0 Department of Transportation
February 3, 2016
Exhibit E
Subconsultant Cost Computations
CERTIFICATION OF FINAL INDIRECT COSTS
TranTech, LLC
Memorandum
TO: Erik Jonson, Contracting Services Manager
FROM: Schatzie Harvey, Agreement Compliance Audit ManagEr�
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 140.85% 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 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 McKerney
File
DOT Form mo-oos EF
RmInd W99
191
Exhibit E
Subconsultant Cott Computations
CERTIFICATION OF FINAL INDIRECT COSTS
TranTech, LLC
Certification of Final Indirect Costs
Firm Name: TranTech Englneadng LLC
Indirect Cost Rate Proposal: 140.85%
Date of Proposal Preparation (mm/dd/yyyy): 1m/2o16
Fiscal Period Covered (mmlddlyyyy to mmldd/yyyy): vino15 to iwiaom
1, the,undersigned, car* 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 (PAR) 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.
Aft known material transactions or events that have occurred affecting the firm's ownership,
organization and Indirect cost rates have been disclosed.
Signature:
Name of Certifyin�F6fflclal* (Print)
"nue:
Date of Certification (minldd/yyyy): t e;, A (0
"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:
littp://www.fhwa.dot._qovfle sregs/directives/orders/`44701a.litm
0/H Certification; Nov 2010
192
AdW
MWashington State
W Department of Transportation
August 11, 2016
Exhibit E
Subconsultant Cost Computations
CERTIFICATION OF FINAL INDIRECT COSTS
Mayes Testing/Terracon
TO: Erik Jonson, Contracting Services Manager
Memorandum
FROM: Schatzie Harvey, Agreement Compliance Audit Managen�
SUBJECT: Terracon Consultants, Inc. Indirect Cost Rate for
Fiscal Year Ended December 31, 2015
We accept the audit work performed by BKD CPAs & Advisors related to the Terracon
Consultants Indirect Cost Rate 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 CPA'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% FCCM).
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
harveysO,wsdot.wa.gov.
Attachment
cc: Steve McKerney
File
DOT Form 700-008 EF
Revised 5/99
193
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
General and Administrative Overhead Costs
Indirecdadministrative labor
Travel expense
Depreciation expense
Amortization expense
Gain — sale of assets
Rent — office
Insurance — general
Insurance —professional liability
Telephone
Lab expense and supplies
Supplies
Equipment repairs and maintenance
Fleet expense
Maintenance contracts
Licenses and taxes
Equipment rental
Property tax
Office expense
Printing expense
Photocopy expense
Data processing
Utilities
Building repair and maintenance
Provision for doubtful accounts
Dues and subscriptions
Client development
Temporary office help
Freight/postage expense
Professional fees
Donations
Employee expense
Health and safety
Employee relocation
Employee education and training
Interest expense
Recruiting fears and expense
Interest income
Other income
Other expenses
Total Overhead
95,236,758
Nonailowable
Allowable
%of.Direct
(1,979,886) (2)
Total Costs
Costs
Labor
Direct Labor
6,977,738
(6,977,738) (3)
-
Terracon
$ 125,408,107
$ 125,408,107
100.001/0
Overhead on Direct Labor
15,601,110
2,839,641
-
Vacation, sick, holiday leave
$ 20,079,221
$ 20,079,221
7,208,260
Payroll taxes
18,340,560
18,340,560
2,195,000
Group insurance
24,659,365
24,659,365
-
workers' compensation insurance
2,878,396
2,878,396
1,314,721
Profit sharing/401(k)
7,463,678
7,463,678 .
34,155
-
73,421,220
73,421,220
58.55%
General and Administrative Overhead Costs
Indirecdadministrative labor
Travel expense
Depreciation expense
Amortization expense
Gain — sale of assets
Rent — office
Insurance — general
Insurance —professional liability
Telephone
Lab expense and supplies
Supplies
Equipment repairs and maintenance
Fleet expense
Maintenance contracts
Licenses and taxes
Equipment rental
Property tax
Office expense
Printing expense
Photocopy expense
Data processing
Utilities
Building repair and maintenance
Provision for doubtful accounts
Dues and subscriptions
Client development
Temporary office help
Freight/postage expense
Professional fees
Donations
Employee expense
Health and safety
Employee relocation
Employee education and training
Interest expense
Recruiting fears and expense
Interest income
Other income
Other expenses
Total Overhead
95,236,758
$ (9,613,318) (1)
85,623,440
7,952,953
(1,979,886) (2)
5,973,067
3,455,896
3,455,896
6,977,738
(6,977,738) (3)
-
(95,557)
-
(95,557)
15,601,110
-
15,601,110
2,839,641
-
2,839,641
7,208,260
-
7,208,260
6,138,761
-
6,138,761
2,195,000
-
2,195,000
3,989,264
-
3,989,264
1,314,721
-
1,314,721
2,850,721
-
2,850,721
34,155
-
34,155
784,467
-
784,467
167,700
-
167,700
257,733
-
257,733
1,489,435
-
1,489,435
349,130
(71,511) (4)
277,619
1,376,129
1,376,129
5,940,281
5,940,281
2,333,761
2,333,761
3,340,269
3,340,269
422,806
(422,806) (5)
-
1,931,253
(58,062) (6)
1,873,191
2,495,729
(1,465,110) (7)
1,030,619
2,619,178
2,619,178
774,009
774,009
1,767,701
(418,078) (8)
1,349,623
330,500
(330,500) (9)
-
2,423,700
(1,691,063) (10)
732,637
380,444
(25,300) (16)
355,144
442,865
(52,172) (11)
390,693
2,455,621
2,455,621
213,875
(213,875) (12)
602,035
-
602,035
(97,679)
97,679 (13)
78,071
(411,696) (14)
(333,625)
835,686
420 ( 15)
836,106
189,414,120 (23,633,016)
$ 262,835,340 $ (23,633,0]6)
See Notes to Statement of Direct Labor, Fringe Benefits and General Overhead
194
165,781,104 132.19%
$ 239,202,324 190.74%
3
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(1)(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.
31.2054(1)(7) Costs of memberships in civic organizations are unallowable.
31.205 -14 Entertainment costs are unallowable.
31.205116 Lodging, Meals, Per Diem in excess of GSA JTR Rates are unallowable.
31.205 -46 Auto Allowance is an unallowable expense.
31.205 -51 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 umallowable.
(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
195
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 furniture 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 $125,408,107
Cost of facilities capital percentage 0.52%
Note 9: Direct Cost Accounts
The Statement of Direct Labor, Fringe Benefits and General Overhead schedule provides a detail
listing of the direct cost accounts not included on the overhead pool. This list includes costs for
subcontract labor, drilling equipment and supplies, depreciation, equipment rental, travel and
environmental/well supplies.
Note 10: Subsequent Events
Subsequent events have been evaluated through the date of the 1ndependent Auditor's Report,
which is the date the financial statement was available to be issued.
196
10
Exhibit E
Subconsultant Cost Computations
eEF$Flr ink r11RFCT 0, TS
Mayes Testing/Terrac4
CONTRACTOR CERTF ICA.770N OF IiINTAL rNIDIREC•T COST
Firm Name: Tei't'aCOI� Cons�ltanes j11C
Indirect Cost Rate: 19034%
Facilities Capital Cost of Money: —0.52%
Date of Preparat ion: May 23, 2016
Fiscal Year Covered: _ 01/01/2015 to 12(31/2015
T, the trndersiglled, ceriifi, that I hove rcriemed the injormation used to establisl /irtal inclircc/
cost r'ateSAr !hc fiscal period as indicated in this audit, and to the best of ink• knowleclge acrd
he(ie /:
1) All cost used to establish final indirect costs rates are allowable in accordance ii*h the
applicable cost principles vftlm Federal Acquisition Regulations (FAR.) of-7ifle 48, Code
of'Federal Regulations (CFR), Part 31,
') This submitted audit (inchrsive vJ'indirect costs) does nor include ar71 casts wbleb are
expressli, unallox•able lender the cost principles of the FAR of 48 C'FR 31.
AdditionalIV, I certifj, that all loos -r7t niaterial tT077SClctibm or events that have occurred affecting
the fir in .v ou-nership, 01'9071Latiun. Mid indirect Co -vis have been disclosed
Siunature:
Nameof Certifying official: Doug D. Loyeridge
Title: Controller / Vice President
Date of Certification: June_30 2016
197
Exhibit F
Title V/ Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors
in interest agrees as follows:
1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-
discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations,
Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS "),
which are herein incorporated by reference and made a part of this AGREEMENT.
2. Non - discrimination: The CONSULTANT, with regard to the work performed during this AGREEMENT,
shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention
of sub - consultants, including procurement of materials and leases of equipment. The CONSULTANT
shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
REGULATIONS, including employment practices when this AGREEMENT covers a program set forth
in Appendix B of the REGULATIONS.
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.
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:
WS Revised 13
40- 0/ F Exhibit F Page 1 of 1
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 I of 1
Revised 1013012014 1 99
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
11.15 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.
T)avid Evans and Associates, Inc.
Consultant (Firm Name)
Signature (Authorized Official of Consultant)
February 1, 2017
Date
Agreement Number:
WSDOT Form 140 -089 EF Exhibit G Pagel 0t7
200 Revised 1013012014
Exhibit G -1(b) Certification of City of Tukwila
I hereby certify that I am the:
Senior Program Manager
E] 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
WSDOT Form 140 -089 EF Exhibit G
Revised 1013012014
Date
Agreement Number:
Page 1 of 1
201
Exhibit G -2 Certification Regarding Debarment, Suspension and Other
Responsibility Matters - Primary Covered Transactions
L The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals:
A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
B. Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under
a public transaction; violation of Federal or State anti -trust statues or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b)
of this certification; and
D. Have not within a three (3) year period preceding this application / proposal had one or more public
transactions (Federal, State and local) terminated for cause or default.
II. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
agvid F.vans and Associates. Inc.
Consultant (Firm Name)
Signature (Authorized Official of Consultant) Date
Agreement Number:
{SOT Form 140 -089 EF Exhibit G Page 1 of 1
�R Revised 1013012014
Exhibit G -3 Certification Regarding the Restrictions of the Use of Federal Funds
for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
I . 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.
n2vid Evans and Associates, Inc.
Consultant (Firm Name)
Signature (Authorized Official of Consultant)
WSDOT Form 140 -089 EF Exhibit G
Revised 1013012014
February 1, 2017
Date
Agreement Number:
Page 1 of 1
203
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.
Signature
Date of Execution***:
CES Puget Sound Region Manager
Title
*Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. project title.)
* *Insert the day, month, and year, when price negotiations were concluded and price AGREEMENT was reached.
** *Insert the day, month, and year, of signing, which should be as close as practicable to the date when the price negotiations were concluded and the
contract price was agreed to.
Agreement Number:
]YSLIOT Form 140 -089 EF Exhibit G Page 1 of 1
2U14 Revised 1013012014
Exhibit I
Alleged Consultant Design Error Procedures
The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a
nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution
and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage
due to the alleged error by the consultant.
Step I 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 205
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
206 Revised 1013012014
Exhibit J
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total
of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the
Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s)
that total $1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential
claim by the consultant.
Step 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 z
Revised 1013012014 207
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 S 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
208 Revised 1013012014
Transportation & Infrastructure Committee Minutes
February 14, 2017
C. Contract: Boeing Access Road over BNRR Bridge Rehab Project
Staff is seeking Council approval of two contracts with Jacobs Engineering Group, Inc for the
Boeing Access Road over BNRR Bridge Rehabilitation Project. The first is Supplement No. 5 to
Contract #13 -161 in the amount of $260,956.0o for design support and the second is a new
contract in the amount of $1,524,293.83 for construction management. Both contracts together
will provide construction management services for the duration of the project, which will
rehabilitate the structurally and seismically deficient bridge. A Washington State Department of
Transportation ( WSDOT) federal bridge grant covers 800/6 of the project. UNANIMOUS
APPROVAL. FORWARD TO FEBRUARY 21, 2017 REGULAR CONSENT AGENDA.
D. Contract: Maior Maintenance on -� Bridaes Proiect
Staff is seeking Council approval of two contracts with David Evans and Associations, Inc. forthe
Major Maintenance on 3 Bridges Project. The first is Supplement No. 3to Contract #15-139 in
the amount of $138,410.22 and the second is a new contract for construction management
services in the amount of $423,116.68. The project will perform seismic retrofit, deck and joint
repair, and painting on the Frank Zepp Bridge, Grady Way Bridge and the Beacon Avenue South
Bridge. A WSDOT grant covers l00% of the eligible construction costs. UNANIMOUS
APPROVAL. FORWARD TO FEBRUARY 21, 2017 REGULAR CONSENT AGENDA.
III. SCATBd
Staff noted that SCATBd is still working to finalize its legislative agenda for 2017 and copies will be
shared with the Committee.
IV. MISCELLANEOUS
The Transportation Committee Meeting adjourned at 5:50 p.m.
Committee Chair Ap
Minutes by LH, Reviewed by
l
210
COUNCIL AGENDA SYNOPSIS
------------------------- Iiiiiials
Meetiq Dale
Prepared by
Ma yors repiyw
Council review
02/21/17
BG
F-1 Resolution
Aft
'g Date
L.
Z.Bid2bvard
Altg Date 02121117
❑ Public lleariq
Altg Date
❑ Other
Alt
,g Die
SPONS(M, ❑ Council ❑ Mayor ❑ PIR [:1 DCD ❑ Finance ❑ .Fire ❑ IT ❑ P&R ❑ Police ❑ PW'
SPONSOR'S The South 1441h Street Phase II Street Improvement Project was advertised for bids on
SUMMARY January 5 and 12, 2017 and five bids were opened on January 24. Marshbank Construction
was the apparent low bidder with $1,883,895.03. This project will install street
improvements and a traffic signal at 42nd Ave S and S 144th St. Council is being asked to
award the bid to Marshbank Construction in the amount of $1,883,895.03.
Ri,'XiFWF1D BY ❑ cow mtg. ❑ CA&P Cmte ❑ F&S Cmte Z Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 02/14/17 COMMITTEE Cl IAIR: KATE KRULLER
RECOMMENDATIONS:
SPONSOR/At)NIIN. Public Works
COMM H-f' Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
F,M)FNIATURF, Rj,'1QU1R(3D AMOUNT BUDGETED APPROPRIATION REQUIRED
$1,883,895.03 $2,248,000.00 $0.00
Fund Source: 104 ARTERIAL STREETS (PAGE 14, 2017 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
02/21/17
ITEMNO.
CAS NUMBER:
I STAFF SPONSOR: BOB GIBERSON
02/21/17
South 144th Street Phase II (42nd Ave S - Tukwila International Blvd)
Bid Award to Marshbank Construction, Inc.
Cxrl (x()m' ❑ Dzicusfion
Altg Date
Z MeVion
Alt
,g Date
F-1 Resolution
Aft
'g Date
❑ Ordinance
Altg Date
Z.Bid2bvard
Altg Date 02121117
❑ Public lleariq
Altg Date
❑ Other
Alt
,g Die
SPONS(M, ❑ Council ❑ Mayor ❑ PIR [:1 DCD ❑ Finance ❑ .Fire ❑ IT ❑ P&R ❑ Police ❑ PW'
SPONSOR'S The South 1441h Street Phase II Street Improvement Project was advertised for bids on
SUMMARY January 5 and 12, 2017 and five bids were opened on January 24. Marshbank Construction
was the apparent low bidder with $1,883,895.03. This project will install street
improvements and a traffic signal at 42nd Ave S and S 144th St. Council is being asked to
award the bid to Marshbank Construction in the amount of $1,883,895.03.
Ri,'XiFWF1D BY ❑ cow mtg. ❑ CA&P Cmte ❑ F&S Cmte Z Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 02/14/17 COMMITTEE Cl IAIR: KATE KRULLER
RECOMMENDATIONS:
SPONSOR/At)NIIN. Public Works
COMM H-f' Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
F,M)FNIATURF, Rj,'1QU1R(3D AMOUNT BUDGETED APPROPRIATION REQUIRED
$1,883,895.03 $2,248,000.00 $0.00
Fund Source: 104 ARTERIAL STREETS (PAGE 14, 2017 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
02/21/17
MTG. DATE
ATTACHMENTS
02/21/17
Informational Memorandum dated 02/10/17
Page 14, 2017 CIP
Bid Tabulation
Minutes from the Transportation & Infrastructure Committee meeting of 02/14/17
211
212
TO:
FROM
B':
CC:
DATE:
City of Tukwila
Allan Ekberg, Mayor
Transportation and Infrastructure Committee
Bob Gibemaom, Public Works Director le
Cymdy Knighton, Senior Program Manager
Mayor Ekberg
February 10, 2017
SUBJECT: S 144 1h Street Phase 11 (42 nd Ave S — Tukwila Int'l Blvd)
Project No. 99510402
Bid Award
ISSUE
Award the construction bid from Marshbank Construction, Inc. as the lowest responsive bidder
for the South 144 1h Street Phase 11 Street Improvement Project.
BACKGROUND
A call for bids was advertised on January 5and 12, 2017. One addenda was issued. Five bids
were received OD January 24,2O17 and the lowest bid came from W18[Shb8Dk Construction, Inc.
ANALYSIS
The construction bids were reviewed and only one minor error was found on Marshbank
Construction's bid. Correction of the bidding error did not change the contractor bidding order or
the recommendation tO award the project. TheTn@OGpOrtG1iDD|Dlp[OV8[OeDiBO8nd(T|B)'8
funding partner, has reviewed the bid tabulations and given Tukwila authorization to proceed
with the bid award. Marshbank Construction is an established company with the resources
required to construct the S 144m m
Street Phase || Project.
BUDGET AND BID SUMMARY
The proposed bid, along with remaining known and estimated expendUoree, is within the
combined project budgets.
Construction Contract
Contingency (15%)
Total
RECOMMENDATION
Bid Results Estimate 2017 Bud-ge
$1 $2,078.619.75 .00
282,584.25 0.00 0.00
Council iS being asked tO award the construction contract tOM8[8hhank Construction, Inc. for
the South 144 1»S8 Phase U Project iDth880OUOtOf$1,883.8S5.O3@ndcVDSide[thiSit8OOOOthe
Consent Agenda at the February 21, 2017 Regular Meeting.
Attachments: Page 14.m)17QP
Bid Tabulation
wApw eng�projects�a-=urs projects\s,44th* phase nlib - 42nd ave"(99510402 95-rw02)\design\Jnfo memo bid award 021017 gl-rrt,docx
214
CITY OF TWKVVLA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT:
S 144 St Phase U(42 Ave S- Tukwila |nt'/ Blvd) ° Project No. 9951040 Zone 3
OE���|P�|ON'
Construct bike povem��xao��don illumination, drainage and uh|by
' ' ' '
�
undergrounding from Tukwila Int'l Blvd to 42nd Ave S. Also add a signal at 42nd Ave S.
JUSTIFICATION:
Provide pedestrian and vehicle safety, drainage and neighborhood revitalization.
STATUS:
Phase Tuk�|a|nf| Blvd toMi|itaryRdpn�ec�cnmp|�edin2OO7for�31miUionwdh$1miUioningxa�o
' �
Phase ||'42 Ave S10 Tukwila International Blvd.
MA|NT.|MPACT:
Reduce pavement, drainage repairs, and maintenance costs.
COMMENT:
Awarded Transportation Improvement Board's Arterial Improvement Program (AIP) grant of $1 million.
Project ioon Impact Fee list. Design and construction related ho the Tukwila Village project.
FINANCIAL Through Estimated
(in $000's) 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL
EXPENSES
Design
345
97
442
Const. Mgmt.
350
350
Construction
2,248
2,248
FUND SOURCES
Awarded Grant
186
964
1,150
Sea City Light
29
206
235
Frontage/SSWM
781
781
Traffic Impact Fees
190
22
321
533
2017 uVcu Capital Improvement Program 14 ��1/�
~-'~
216
217
0
coo
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
o
0
o
0
o
0
o
0
o
0
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Ui
0
0
0
0
0
0
0
0
0
0
0
0
vi
o
0
0
0
0
0
0
m
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
y
O
c
O
c
m
N
O
O
O
C
O
C
O
C
O
C
O
C
O
C
O
m
O
(O
m
r:
O
V:
O
c
O
V
O
m
O
O
N
r
O
v)
O
o
N
m
O
C
m
U)
m
v
N
M
m
M 'It
O
O
r
O
m
O
m
N
M
O
C
O
N
U)
(O
O
N
O
ac
O
O
O
m
m
U)
V'
N7
m
O
M
m
M
m
m
m
m
ct
0
O
O
v)
r
N
It
U)
U
O
m
O
v)
M
r
N
m
m
U)
m
m
m
m
N
r�
m
m
CO
N
o
0
V�
r�
m
N
r
N
N
M
M
O
M
M
M
N
w
V'
V'
m
V'
V'
r
M
m
�'-
m
M
V'
o
o
N
b
m
N
N
V'
C
U
N
N
N
m
m
r
m
N
M
m
M
M
r
N
r
r
V'
r
N
O
r
r
N
N
M
V'
m
O
V
F
N
V}
V3
V3
V}
63
V3
V3
-1-1-
V3
V3
V3
V}
V3
V3
V3
V3
V3
V}
V3
V3
V3
63
V3
V3
V3
V}
V}
63
63
V}
V3
V3
V3
V3
V}
VT
V}
V3
V3
V}
V;
V3
V3
V}
V3
V3
V3
V3
V3
V3
V3
V3
V3
V3
V3
V3
V3
V3
V3
C
O
U
0
q
o
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
O
0
O
0
O
0
o
0
0
0
o
0
O
IR
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
q
0
0
0
0
y
.`+
d
U
O
O
O
O
O
O
0
O
O
0
O
0
O
0
O
N
O
m
m
N
0
M
0
O
0
r
0
r
0
O
t0
N
0
O
0
O
v)
M
O
O
m
N
m
M
V•
V'
V'
M
O
r
O
r•
O
r•
O
O
t()
N
O
O
O
m
N
0
O
U)
O
O
O
O
M
M
r
M
M
O
r
O
m
1-
V'
0
O
0
O
0
O
0
m
0
O
0
m
0
0
0
0
0
0
0
0
O
0
O
0
O
0
O
0
o
0
0
0
O
O
O
.O
O
C
O
O
m
N
0
O
0
C
C
0
C
C
R.
C
m
co
U)
O
O
U)
M
c
�"'
m
Q)
C
O
r
r
M
m
V'
v)
m
O
c
N
m
U)
r-
N
N
v)
4
U)
O
m
m
r
N
w
U)
U)
N
N
V'
m
r
N
r
N
c0']
O�
oo
N
N
m
.0
N
N
N
m
m
6%
V3
V}
63
63
V3
63
V3
V3
03
63
V3
63
V3
63
V3
63
V}
V3
W
W.
63
V3
63
63
63
V3
V3
613
V3
63
63
V3
613
V3
63
W
V3
(&
V3
603
6F3
V3
63
63
-L
V3
-
V3
-
V3
V3
V3
-
V3
-
V3
V3
V}
1-
O
0
O
o
O
0
o
0
O
0
O
0
O
0
O
0
O
0
o
0
O
0
O
0
O
0
o
0
O
0
O
0
O'
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
o
0
O
0
O
0
o
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
c!
O
0
o
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
o
0
O
0
O
0
o
0
o
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
0
O
U
N
O
O
O
c
U)
M
C
O
O
C
O
C
O
c
c
O
m
O
N
M
(D
r:
O
m
�'
ci
tt)
r:
U)
(�
U1
m
O
C
N
N
O
O
m
r
V•
N
m
m
O
C
V'
N
r_
v)
m
o
U)
o
m
O
r
U)
r
O
r:
O
V_
O
O
O
r:
M
tD
V•
N
0
V
c\
N
U)
M
V•
N
0
N
0
O
0
m
0
V_
m
0
0
N
O
0
0
N
0
0
0
0
U
U]
c
O
0
O
N
0
h
0
V'
t0
C
O
m
O
v)
(D
r
O
O
(D
O
r•
M
M
O
N
N
co
in
r
m
r
m
m
_
N
UJ
r
M
r
N
r-
V)
r
O
M
r
to
r
U)
v)
V'
O
N
Cl)
r
�'-
U)
M
M
r
N
m
N
V'
N
r
N
M
r
C
U
N
N
N
N
U)
r
M
N
M
m
CO
::'
M
N
r
N
M
r
r
r•
r
r
+-
N
M
+-
M
v)
O
R
V
O
i
~
N
C
O
63
V3
V3
0-
V3
V3 I
V3
613
0-
V3 I
V3
V3 I
V}
V3
to 1
V3
,
63
V3
V3
V3
V3
V3 1
6%1V3
1
V3
V3 1
03
U31613-1
V3
E13-
V3
63
V3 I
V}
V3
V3
V3
V3
V3
V}
V3
V3
V3
V3
V3
V3
V3
V}
V3
V3 1
6%
6%1
V3 1
V3
V}
V3
V3
V3
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
o
O
O
O
o
O
o
O
O
O
O
O
O
O
O
O
o
O
O
O
O
o
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
U)
O
O
O
O
o
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Y
O
O
C
R
0)
U
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
m
M
O
M
M
N
V•
N
O
O
m
m
M
r
0
U)
0
0
U)
0
O
N
m
O
O
m
r
V'
N
N
r-
N
r•
N
r•
U)
U)
m
o
O
O
O
o
O
v)
V•
o
m
O
O
o
O
o
O
N
M
O
m
M
o
m
w
m
U)
w
0
0
0
0
0
0
0
0
0
0
t0
0
0
0
0
0
0
0
0
0
0
O
O
.0
t
O
O
tq
O
O
O
O
O
m
0
m
M
N
V'
c
U)
m
r:
M
U)
r•
N
O
M
V•
(c
V'
c
N
c
C
N
V'
O
v
r
r:
m
a
U)
O
m
m
c-
O
O
m
0
aD
co
r•
N
r
r
N
r
N
M
M
m
N
N
r
ca
±+
N
N
N
O
v)
r
N
N
N
r
V3
63
63
613
V3
63
V3
(0
V3
W.
V3
V3
V3
E%
613
6%
V3
63
V3
V3
V3
V3
V3
V3
E43-
09-16%
E9-
E0
63
6%
V3
V3
03-,6%,
6%
V3
63
V3
V3
63
63
63
V3
V3
V3
6'3
V3
63
63
V3
V3
W.
V3
V3
V3
V3
V3
03
V3
11,11
O
O
O
N
O
m
o
O
O
O
O
N
Cl)
m
O
r
o
m
O
m
O
0
O
0
O
0
o
0
o
0
O
0
O
o
m
m
O
O
O
N
to
m
O
o
O
V'
O
m
O
m
O
m
O
O
O
N
O
M
O
U)
O
0
o
0
O
m
O
m
O
o
m
m
N
V'
r•
V•
O
0
O
0
O
0
O
0
O
0
O
0
O
V'
O
m
o
U)
O
N
o
O
O
r
O
m
O
0
O
0
O
O
O
O
O
m
O
O
O
O
O
OR
O
M
C
O
O
M
o
o
M
o
r•
N
o
r
(D
Oo
m
r•
r
M
r•
m
V'
N
d•
m
o
N
o)
o)
N
O
o
00
(O
m
M
M
r
m
m
m
0
0
0
tD
V'
m
m
r•
N
r
m
N
m
m
0
V'
tV
N
v)
O
N
m
O
C
m
m
N
M
V'
U)
m
r•
m
cc
M
r
r•
r.
N
m
m
U)
m
O
m
m
N
r
N
V•
m
v!
m
r
N
m
r
M
r
m
V
U)
m
m
r
0
M
0
O
m
M
r:
r•
U)
N
O
M
v)
m
O
U)
V'
m
M
M
r-
m
M
N
m
V
r
m
U]
C
r
r
O
m
m
U)
M
at
m
O
m
m
M
N
on
N
M
m
Cl!
U)
N
C
m
V
m
m
O
N
y
o
O
m
m
r
v)
to
M
V'
r•
V'
V'
V'
M
tD
V'
N
r•
U)
(D
M
m
to
N
(o
M
O
N
V'
r
V•
M
M
M
M
r
O
M
r•
m
Cl)
M
m
M
.-
r
M
U)
m
r
o)
V'
r
M
m
N
M
N
M
•„�
U
N
N
N
m
r-
N
Z;
m
M
V'
m
V'
r
M
r
T
r
M
r
M
M
r
r
r
N
N
r
N
M
V'
O
o
2
f'
o
O
V3
V3
V3
V3
V3
V3
V3
V}
(R
V3
V3 1-1-1
03
V3
V3
V3
V3 1-1-1
V3
V3
V3
V3
V3 I
V} 1
V3
w- I
V} 1
V3 1
V3 I
V3
V3 I
V3 1
6%16'3,1
V3 1
V3
V3 I
V3 1
V3
V3 1
V3 1
6% 1
V3
E% I
e3 I
V3 1
V3 1
63
V3
6%
V3
V3
V3
03
U3.16%,
V3
V3
o
O
O
N
O
m
O
O
o
O
O
N
M
(o
O
r
O
m
O
m
O
m
O
0
o
r-
o
N
O
m
O
r•
O
M
M
V'
N
r•
O
N
m
U)
O
d:
O
V'
r
O
m
m
r
r
O
M
r
M
r
M
r
M
O
0
O
0
O
U)
m
O
O
m
r
r:
r
r:
r
r:
m
m
O
N
O
V•
O
m
o
m
O
N
O
O
O
m
O
M
O
o
O
N
O
O
o
r•
O
m
O
0
o
0
O
m
o
O
o
m
O
O
O
O
O
m
U
O
V
d
O
M
0
0
M
O
r•
m
U)
M
m
m
m
m
M
r•
m
O
N
(V
M
N
M
v)
m
U]
O
O
w
0
0
f7)
r
m
M
V'
(O
m
V'
M
m
m
N
v)
N
y
U
O
O
U)
O
O
M
m
m
'V'
v)
r
V'
M
M
O
M
r
m
m
o
M
o
c
m
m
m
U)
m
w
t0
U)
m
v)
M
m
m
V•
m
m
m
m
m
O
m
M
m
N
m
m
m
m
m
M
N
m
M
r
N
U)
N
r•
m
m
V:
V•
M
m
O
W
o-
O
M
N
o)
m
r
O
v)
O
m
m
M
[D
cr
N
r�
M
r
V'
r
U)
N
Oct
m
r
m
M
m
r
V
v)
r
r
Cl)
N
r
O)
M
V
d-
m
M
r
T
N
++
C
N
N
N
m
r.
N
m
m
�
>
63
V3
V3
V3
63
03
V3
6%1
V3
63
613
V3
V3
V3
6%16%
V3
63
V3
63
V3
V3
63
63
03
V3
V3
V3
V3
03
03
63
613
V3
V3
03
60-
V3
613
V3
63
V3
63
03
V3
63
V3
V3
W
W.
V3
W, 1
V3
V3
V3
V3
V3
V}
V3
63
V3
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
o
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
T
C
o
o
o
o
O
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
0
o
o
o
o
o
0
o
o
o
o
o
o
o
o
o
O
(D
UI
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O.
N
O
O
O
O
O
O
O
O
0
O
c
O
c\
N
U)
m
m
d•
0
m
cl
m
0
M
v)
M
O
0
U)
r•
O
0
O
0
N
(l
O
O
V•
N
m
r
o
m
0
V'
C
O
U)
N
U)
r•
O
o
O
t0
O
O
M
V'
O
M
c
O
0
O
0
v)
m
V•
m
O
m
o
v)
0
c
c
0
0
c
c
0
c
0
0
U)
0
c
c
0
0
C
c
0
c
0
c
0
O
0
O
0
O
0
C
0
c
0
0
C
t
U7
E
O
m
U)
U)
w
m
M
m
O
M
m
to
V•
(D
m
M
N
o
m
M
m
U)
M
w
to
m
U)
N
V'
N
M
r
r•
CO
s-
o
M
N
N
r
w
v
U)
N
w
to
U)
M
M
w
M
a-
O
m
r
M
w
M
U)
N
V'
U
N
N
N
N
o
N
N
M
r
N
m
CO
r
N
r
N
N
V'
N
m
r
co
U)
r
co
C
O
�
F,
' U
V3
V3
V3
V3
V3
V3
V3
V3
V3
V}
V3
ffi
V3
V3
VJ
V3
V3
V3
6%11,%
V3
V3
611.11.%1613
V} 1
V3 1
V3 I
V)
63
V}
V}
V3 I
E4 I
V3 1
63 1
V} I
V} I
d3
63
V} 1
63
V3
Vi I
V3
V3 1
63 1
V3 1
V9-163-1
V3
V3
V3
613 1
W-1
U311
V3 1
63 1
63
V3
i N
C
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
o
O
O
U)
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
()
(D
0
0
0
0
0
m
6
0
6
6
6
m
to
o
m
N
m
O
o
6
o
N
o
m
m
o
o
m
U)
m
6
6
6
0
o
o
0
o
(D
0
o
U)
o
O
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
o
0
2
0
0
0
0
0
0
0
0
0
0
V•
V'
r
N
m
m
r
O
U)
O
O
r
O
r
r
N
m
r-
r-
r
o
c
o
u)
o
O
N
r
O
Vi
o
N
O
m
r
N
N
N
o
M
0
N
0
O
o
O
o
v)
o
tq
0
ct
0
CL
0
cL
o
Ct
o
CL
0
ct
0
o
co
0
CL
0
ct
0
Cl
0
C
o
v)
i 2
a
U7
c
m
c
m
c
w
C
co
C
M
c
U)
c
O
c
m
c
o
V
CL
tD
ci
0
O
Ui
r
r
N
N
N
m
N
N
M
0
r
r
O
v)
m
r
U)
r
' N
.0
N
N
N
N
m
•
V3
W.
V3
63
63
V3
V3
613
W.
V3
V3
V}
V3
V3
V3
V3
V3
63
613
V3
V3
V3
W.
V3
63
613
V3
V3
V3
V3
63
V3
V3
63
63
V3
E4
V3
69-
V3
63
63
E4
63
W.
63
V3
V3
63
603
V3
W.
63
63
63
V3
613
63
E13.
V3
6%
i
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
o
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
o
O
O
o
O
O
O
O
O
O
O
O
O
O
o
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
o
o
O
O
m
o
O
o
O
O
O
O
O
O
O
O
O
O
O
O
o
o
O
o
O
o
O
o
O
m
O
O
O
O
o
O
`
y
O
O
O
o
O
c
O
ct
O
CL
O
c
O
0
O
CL
O
o
O
O
O
N
m
m
N
C
m
V'
d•
M
O
r
O
r•
V'
v)
N
O
O
O
O
r•
U)
O
O
m
U)
N
M
m
r
0
C
0
V'
0
N
vI
N
0
r-
0
V'
0
o
m
m
w
m
O
V'
O
m
O
M
m
N
N
M
V'
m
O
U)
m
r:
o
c
o
C
o
m
o
ac
o
m
O
c
O
m
O
O
c
c
c
U)
O
O
O
O
O
V'
O
M
o
m
M
m
(D
m
o
O
O
o)
M
v)
N
m
M
on
(D
(D
r
o)
M
V
U)
r-
m
M
r
N
V•
M
U)
m
M
CD
V
N
U)
M
OD
(D
r
V'
O
r
v)
U)
(D
M
G
M
N
m
r
r
to
M
N
U
N
N
N
r
r
t0
U)
Cl)
M
m
m
M
V•
r
V'
r
N
m
r
tN
i
R
�
O
F
C
Y
V}
V3
V3
V3
V3
V}
V3
6%
1-1
V3
63
03
V3
V3
1 6%
V3
V3
V3
V3
V3
V3
V3
V}
V3
V3
V3
V3
V3
V3
V3
V3
I V3
E1.1
I
V3
6%
1 V3
V3
I V3
I V3
V3
1 63
V}
6%1
V3
V3
I V3
6%
1 6%
1 V3
1 6%1
V3
1 63
V3
V3
63
I 6'3
I V3
I V3
V3
V3
V3
IL
r p
r
0
0
o
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
o
0
o
0
o
0
o
0
o
0
r
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
o
0
o
0
o
0
o
0
o
0
d
o
o
o
o
o
o
o
o
o
o
o
w
V'
r•
m
O
U)
o
o
o
r-
o
m
N
r.
w
o
o
m
o
o
o
m
M
o
o
o
o
O
t!)
N
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
U
o
o
o
o
o
o
o
o
O
o
V•
M
M
V'
O
O
r
m
N
o
C
o
O
V•
O
O
N
M
V•
N
r
V'
0
r
0
r.
0
V'
0
O
w
O
r
O
M
O
M
O
M
M
M
N
r
O
r
O
ct
O
U)
O
m
m
m
O
N
o
r
0
ct
o
Ct
o
ct
o
Ct
m
N
O
m
o
C
m
M
o
ct
0
v)
O
m
'
Q.
C
v)
c
O
c
m
c
U)
c
m
C
m
C
m
C
0
0
0
c
0
r•
(P
M
Ui
U)
N
N
N
r
N
N
M
w
M
m
r•
U)
r
_
++
N
N
N
r
r
U)
m
s
�
_
V3
V3
V3
63
V3
V3
613
V3
V3
V3
V3
V3
V3
V3
63
09-
V3
V3
V3
63
V3
V3
63
V3
V3
V3
V3
(a
613
V3
V3
V3
63
W.
69
V3
63
m
63
V3
VJ
V3
V3
V3
V3
V3
63
03
613
V3
63
V3
V3
63
63
E9
V3
V3
E43-
V3
V3
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
o
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
i
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
o
o
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
o
o
o
o
o
o
y
C
Ct
Cl
C
C
°
r
o
c
CL
m
U)
m
r•
O
N
O
r
O
r.
O
on
O
U)
w
N
O
Cl
O
O
O
V•
o
O
o
N
o
M
0
O
o
O
o
c
U)
r•
m
N
O
m
O
m
O
O
m
Oct
O
U)
O
c
o
m
o
r_
m
r
m
N
o
O
o
U)
m
N
o
O
o
O
w
r-
o
m
o
C
o
c
0
V'
0
(Q
0
ct
o
C
o
C
O
(O
O
O
O
ct
w
c
0
ct
0
C
O
r
O
tD
<Y
r
U)
(D
U)
M
M
o
U)
tp
U)
v)
U)
M
m
N
ED
V•
o
N
o
M
U)
V•
r
o
M
(D
V'
to
V•
M
r
m
M
r
N
(D
m
N
M
m
N
v
M
N
o
o
r
o
o
r
V'
N
N
y
U
N
N
N
V•
N
N
N
U)
N
N
m
co
M
r
M
V'
�-
V'
m
r
U)
v)
N
M
V-
>
o
F
W
N
V3
V3
V3
V}
V3
V3
V}
V3
V3
V3
V3
V3
V3
Vi
d;
V3
V3
V3
V3
V3
V}
V3
V}
V3
V3
V3
V3
VT
V3
V3
V3
V3
V3
.3.1
U916%
1 63
1 U301
V3
I
V3
I V3
I V3
1 6%16%1
V3
I V3
V3
1 6%16%1
&3-16%1
V3
V3
6%
V3
I V3
1 6%1
V3
I V3
I V3
V3
d
C
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
O
o
O
O
o
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
O
o
w
O
v)
m
O
O
O
o
0
0
0
0
6
6
m
w
N
v)
O
o
o
m
o
o
o
o
U)
r
M
M
w
O
O
o
o
o
o
o
o
o
o
o
O
O
O
o
o
O
O
C
U
O
O
O
O
O
O
O
O
O
O
m
U)
N
V•
O
O
r
0
m
w
N
0
O
0
O
V•
O
O
M
M
m
N
N
N
N
r
O
v)
0
U)
o
c
U)
m
m
r•
m
r
U)
r•
M
N
N
N
O
r
O
O
m
N
O
m
O
C
o
U)
tt)
m
O
N
O
O
O
c
O
c
M
r
O
U)
O
c
v)
M
o
C
o
c
o
r•
W
O
O
O
O
O
m
O
U)
r•
M
O
U)
o
o
o
U)
r
r
r
M
r
N
O
O
N
N
N
V'
N
N
N
r
M
M
V
C
V3
03
V3
V3
V3
63
V3
E13-
63
V3
63
V3
03
V3
03
V3
V3
V3
V3
V3
V3
63
63
63
63
63
V3
V3
V3
63
V3
63
63
V3
m
V3
V3
W.
W.
V3
V3
V3
V3
E9
W
V3
V3
63
V3
V3
V3
V3
V3
V3
V3
V3
V3
W.
m
V3
V3
J
J
j
U
J
J
J
J
w
w
w
W
J
W
W
llltlz
0
O
O
0(
(n
.W-i
.WJ
w
W
J
m
-t
W
w
w
(n
m
H-Hlt
w
W
W
W
W
w
W
W
J
w
J
w
W
W
W
r
0
0
0
0
0
0
o
m
U)
r
r
O
r
O
0
0
0
M
r•
m
V'
N
N
m
m
m
<-
r
M
O
m
N
N
m
7
M
m
m
m
N
M
d•
m
U)
W
m
N
V'
N
M
m
M
U)
to
to
r
V'
V'
v)
C
co
R
N
¢
m
U
o
d
N
>
>
M
>
>
¢
U
m
m
d
c
-
W=
N
C
r
N
N
a)
0)
UI
C
E
C
C
N
m
D
0.
Z
C
U
O..
O
T
T
T
a
a
m
E❑
m
V,
C
C
ca
o
O
C
C
F
F
F
a)
m
(6
~
C
U
N
r
C
m
O
ca
O
i7
U
U
U
U>
m
0`
d
a
a)
�
W
X
x
C
�
G
i
O
a)
a)
N
w
ca
>
c
O
a
m>
>
o
d
m
m
:°_
:°_
U
H
F-
F-
(D
u)
°-
m
o
c
w
�'
o
m
o
m
.N+
v
o=
X
U
U
E
y
°
w
w
w
�c
a
a
a
o
c
O
o
_
a
3
3
0
❑
m
m
c
S
m
r
h
0)
CL
'
m
C
v
�
c
c
W
m
o>
0
.c
m
U
o
m
m
Y
m
m
m
.o
d
m
U)
d
m
o
'o
c
m
m
>
>
m
m
v
x
c
m
O
a)
(`
m
O
C
ca
O
N
N
N
E
LL
U
U
m
3
3
ca
3
a)
N
t0
3
m
d'
d'
2'
(A
N
N
s
3
o
E
E
m
V'
❑
7
'S
C
O
m
r
0)
lII
U
c
U
L
i
C
N
w
C
O
m
S
m
N
v
N
v
d
y
o
v
m
-
'O
''E
c
a)
a>
d
>>
o
0
U
3
o
p
.n
a
m
U
x
m
o
o
m
w
r
r
N
c
m
m
m
aci
p
d
m
c
a)
o
L
Q
Z
,'np
U
m
v
U
m
c
m
m
e
a
m
>
o
m
e
E
T
.e
.e
.e
c
p
tp
>
>>
w
Z
c
E
m
m
�-
m
o
m
y
c
d
rn
E
m
m
>>
a
°
a)
ca
.0.
(D
p
p)
m
N
N
>
C
c
U
:�
C:)
o
C
�'
E
y
>
o
I-
i�
O
i-
❑❑❑
N
'C
o
V)
a)
m
ci
U
U
E
m
(4
_
O
U
U
O
T
T
T
R
m
N
d
2
0
>
U
o
m
D
Z
c
o
a
U'
tD
o
o
3
t6
t_
a
a'
E
d
a
m
.x
U
ci
d
U
E
ti
ci
ci
E
a
(i
v
ci
ti
i
w
m
>>
rn
m
...
a)
H
H
F
W
e
��
Q
'0
0
u)
C
o
0
0)
O
c
E
c
p
x
W
W
o=
-
N
c
O
m
O
a
(n
U
to
o
c
O
c
O
c
O
0
c
(j
c
O
c
O
c
O
O
C
a
O
c
O
W
.O
c
O
c
O
c
O
a)
LLJ
W
x
U
C__
d.
d
C
c
•N
c
N
c
m
L
^U'
Q
p
w
p
a�
❑
o
.0..
0
T
O
C
O
o
a
O
S
O
F
ca
T
N
.n
o
m
y
r
m
U>
Q?
C;
m
U
U
U
a
v
U
U
U
o
(q
U
_
O
U
U
U
a
Ut
O
N
m
O`
co
m
O
o
N
U
„d„
U
m
a
3
n
o-
m
N
c>
3
a)
U
U
m
C
c
m
m
c
'.
`m
c
c
c
v
v
c
c
c
N
o
m
c
o
c
N
Q)
k
a)
9
U
Q
d
9
o
m
m
m
L
3
3
m
N
m
U
iq
m
U
N
X
•O
U
D
-
N
O
V
'O
Q1
L
a)
O
V
N
N
C`
N
Q)
N
,p
C
N
,y
Z
.0
>
._
'O
.II
E
U
L
L
N
C
C
E
E
Q
C
o
d
m
O
Q
N
m
O
C
L
2,
�
2
0
m
N
o
m
O
O
a)
m
O
i(
m
m
a)
v
m
.�
m=
m
m
m
Q
E
0
.0
.O
°
O
N
N
cU
V
O
D
o
V
N
a
N
N
N
111
U
ft
7
>a,
F-
O,.
U
m
C9
U
s
s
d
U❑
U
U
W
U
U
W
U
U
U¢
m
j
U
i-
UUU
❑
Q
.oC
to
C7
❑
V)
to
t/3
00
U
U¢
U
U
m
(n
❑
Q
m¢
co
W
Q
a
E
Q
N
O
p=
W-
0
O
r
N
M
V-
m
m
r•
m
m
0
N
M
V'
N
m
r•
m
m
0
N
M
m
m
0
-I
m
r
m
m
0
Z
,_.
Q
r
N
M
V'
U)
m
r•
m
m
r
r
N
N
N
N
N
N
N
N
N
N
M
M
M
M
W
M
M
M
M
M
M
O
V"
V'
1,,�
V'
V'
V'
V'
V'
V'
V'
V'
to
m
v)
U)
U)
F-
U)
to
v')
U)
U)
m
Z
m
m
p
Q
it
217
218
91,11
co
C:
0 tU
O
O
0
G)
m
219
0
0
00
00
0
000
0
o
0
0
0
0
0
C!
R
o
0
Ci
0
CO
0
ow
a
C�
0
Ci
N
CR
O
O
N
m
;I-
r
'n
(0
-6
C'f
-0:
C't
C\I
.0
r-
r
c) V,
0
0
0
0
0
0
0
0
o
O
O
O
O
�2
0
M
O
tEj
(D
0
0
0
0
o
Cd
0
0
0
C=L
w
N
'r
ct
m
CNI
v
C'L
0
c'!
t-
Ct
CCL
lzt
In
UI
It!
m
CCL
c'!
w
r
r
0
w
m
I',!
0
'IL
tl-
Iq
0
C
0
Ct
0
CL
0
utt
0
to
o
'6
'6
(6
'r
o
o
N
co
I-
C\I
CM
0
0
0
0
q
q 0
M
-
v
(0
oo
cwl
col
T
C\1
m
'r
C\I
0
-It
cS
C11
I UIS
c\! c'I
(D
c1d
N
-
c\j
(D
u)
't o
to
C4
0
U3
u3-j
u3
I &-*
1 6%1
u:3
I u,
en-16%
&g. 1
6%
O
0
0
0
O
0
0
m
o
O
R
R
O
R
R
R
6-4-666666
o
o
o
o
m
v
0
W
��
"q:
ct
"�
oct
M
0
(D
N
O
o
o
o
o
c)
o
c'
r'7
to
N
aR
(p
c�
o
o
co
N
-
m
'q-
m
a
I'-
N
COD
CD
o
N
N
LO
CO
CO
0)
m
o
"
'S
"
c\j
N N
17
cli
.6
cli
O')
(6
O
c6 as
V)
C
U3
U3
63
03
W-1
W-1
W-
1 V3-1
V3
1 E13-1
E13
03-1
U3
I E%
I UD-
1 V3
1
talU.11091
Cal
Q3-1(&l
03
W3
1 (&1
U3,16%16%1
to
U9
W3
16%1
EO
I W-1
W-1
EO
I
E4
G%l
609-
0
o
-
0
-
0
-
0
-
C,
0
0
0
0
m
0
0
0
0
0
0
m
0
0
0
a
0
0
0
0
0
0
0
0
0
0
0
0
c2
0
0
0
0
of
co
m
Ln
S
0
R
R
C14
N
N
R
R
R
R
U>
6%
6%
LO
cs
0
0
6
'cq II
ct
ct
ct
vi
ul
ct
vi tct
co
wvwmoNom
m
C6
vi
0
0
6
0
0
0
co N
0
O
0
0
00
0
0
In
cli
r-
W
a)
0
0
0
C\I
0
C0
n
r
04
m
0
0
w
t-
0
LO
0
to
N
N
N
-
-
-
-
-
-
-
0
0
0
to
0
0
0
Lo
0
m
0
a.
L6
L6
(6
o
0
0
o
0
Ld
c:i
m
CL
Ci
CL
ct
ci
ci
CIF
C4
C'i
C\I
-
N
&3
1 u3.
(&
u3
&3
u3
U3
w
O
o
o
o
o
0
o
C)
O
o
R
0
q
c!
o N
uy
o
o
o
o
o
o
o
0
0
0
0
o
o
o
o
0
131
01
m
vi
w
Ct
r
CL
rn
acL
m
-ct
-'r
ct
w
r"� rI
o
m
P-
Z: N
c\1
163
63
6%
69
6%
U>
6%
Va.
03.
V3
69
6%
013
64
603
6%
603
64
64
61>
6s
6%
6%
69
63
U9.
63
63
U3
93.
60
6%
63
eo)
613.1
1
603
, 603
o
0
9
O
oc000'r-'ro
O
o
o
o
o
IT
o
Cli
co
Nt
Ct
ct
0
0
0
0
0
0
0
0
0
0
0
0
0
a
0
0
0
0
u)
0
0
CD
69
63
O
o
o
O
o
o
ow
0
q
q
O
R
o
R
R
R
R
R
R
R
R
q
o
O
q
q
R
q
q
q
q
o
cl
R
R
CD
o
m
0
q
m w
cn m
(D
m
Lo
L6
(6
6
co m
cc!
0
0
m
0
0
w
m
0
0
a
0
G
0
0
"r
0
0
0
0
CD
0
0
0
0
0
0
0
0
ct
U3-16%1
0
C'j
U3
1-
m
0
qL
00
QCL
m
W
cri
0
(7i
M
CV
N
Iri
0
Ct
W
CCL
0
Ct
(D
0
CI)
CD
Lri
t�
M
V
cq.
C\I
Cli
Cr)
0
CO
M
t--
M
M
M
M
Oct
CD
't
0
C�
0
C\L
0
CC�
ct
0
C'L
0
c
LO
0
L6
Ui
w
c\I 'xi
(D
CIJ
U) x
-
-
-
Ln
(0
75
q
m
-
C11
cli
C\j
m
U)
m
0>
ca
2
w
= co
to
W
w
w
w
w
J
2
m
cI4
z
LU
o
.2
2
Ul
0
R
A
,
So
O
.q
W
0
63
031calw]
fo,
ca
1 U3.1
U��
1 U3.1
u>
Ea
U3�
1 U).
1 6%16a
1 eq
1
6%1
uq�
I U*
1 6%1
f&
I w,
1 U3�
U3.1
U)�
I U)�
1 6%
U3
1 U9,
I
U).
eg.
o
<
<
<
0
0
a)
0
oom
0
0
C,
O
0
0
0
0
0
0
0
0
m
0
0
0
0
0
a
0
0
0
0
0
0
0
a
0
O
0
0
0
0
0
0
0
0
0
x
m
m
m
m
C;
0
0
0
0
v
v
N
.
m
6
6
G
0
0
M
r.-
0
0
N
N
N
0
0
0
0
1-
0
6
6
6
C;
Lj-
.0
Cf)
0
CL
O
CL
O
Ct
0
0
r
N
0
m
t-
0
'IL
1--
r'.
r
co
m
0
CL
v
W
P.-
v
M
It
M
N
N
-
-
-
-
-
-
0
Ct
0
CII
0
131
0
C\L
U)
22
t
<
<
LL
-
LL
(i
LL
w
(D
LD
w
rn
81
N
-
a
719
11 .11
M
U3
U>
U>
&3,
U3.
w.
63
Ea
0>
U3
UU>
va,
va.
U>
ua,
v>
63
U3,
63
64
63
63
U9
U>
U3-
V3
E13-
U3-
El>
El)-
613-
Ell-
69
V)
El3
16%1
613
I
m
Ci
C�
r.
N
0
.
R
R
CR
cq
R
q
R
q
R
R
Iq
rl-:
a!
"It
R
R
r*-:
q
C�
q
U�
U�
q
V:
0
ci
1--
0
m
m
m
m
0
N
m
m
0
v
m
v
v
0
a
v
v
m
0
m
0
0
m
0
rl-
M
CI)
to
0
It
O
U)
cli
V:
(n
crt
c)
Ct
v
ai
m
M
v
Ct
1-
CL
0
IT
0
CI
t2
m
cri
IT
C11
0
(CL
0
ct
0
CNL
t,
CO
v
't
v
CCL
0
M
m
Oct
w
Cli
N
to
0
(D
m
LO
It
m
Cli
m
C�
w
112
m
C'i
0
C:L
c)
C'�
0
m
co
v
r-
CD
Ce)
C\j
Lo
F-
v
LO
C\j
C\I
C\I
m
U)
0
04
cli
cli
C11
04
0
0
09
w,
U3
1 &D
69*
1 U3
I 6>
(+%
Ca
ug
6%1
0
0
0
a
0
o
0
0
0
0
0
m
0
0
0
0
0
0
0
0
0
C,
o
0
0
0
0
0
0
0
0
0
0
0
-
'q
cy�
Cli
a�
0
q
C�
tc�
�q
2
r�-
U�
C�
cq
R
R
N
q
Ii
CO
U�
U�
c3i
a�
cl�
Ci
I,-:
C�
cq
cl�
CR
r*-:
R
C�
t-
o
m
0
t-
M
0
-
V
v
10
M
N
0
0
m
W
r.-
V
M
M
N
N
M
0
0
M
W
M
W
M
0
P-
o)
0
*r
CV
V:
(n
at
CI)
CL
-T
CC
-
CI)
m
M
r�-
't
ct
t-
0)
v
v
�;
T
0
C�
v
to
m
v
v
v
m
N
N
c)
CL
co
Vi
a)
(CL
0
ct
to
a.
CD
N
cli
V)
:!:!
C
0
C\I
N
C\I
C\I
cm
6%
W.
6%
U3
ca
6'3
UD
u3
6%
Y>
6'3
63
U3
6-3
63
6%
ug
0}
U3-
6%
U3
W-
03
fi3
63
&3
69
Or
63
613
E13
63
>
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
C,
R
0
0
0
0
In
m
0
0
w
m
0
tri
CL
0
C�
Ct
Ct
Ct
W
Cj
M
C�
N
01
V
It
C=t
m
M
0
C:L
0
N
0
ct
0
c!
0
v!
w
m
0
a
m
0
v
w
N
0
"r
0)
m
CIL
0
Cli
0
11 -
C\L
N
LR
0
CL
0
ct
0
ct
0
CL
0
0
E
0
0
2)
mo
�2
cm
M
M
r--
-
-
0
w
N
0
06
C\I
C\I
LO
-
cli
to
C
.2
W
U3
U3.
fia
Va.
c0q.
U).
63
1 U}
1 63
1 &3
1 eq.
V).
1 U3
(,-3
(a
E'3.
63
1 v3
63
(a
Ui
Eal
6n,
0
0
0
q
0
0
0
0
0
0
0
0
0
a
0
0
0
R
0
q
0
C!
0
q
0
q
0
q
C3
0
0
0
0
0
0
0
0
0
0
0
0
q
0
q
0
R
0
R
a
R
0
q
R
0
q
0
q
0
R
0
0
0
o
0
0
ci
0
6
6
6
6
0
0
6
ul
0
0
10
0
0
0
.
0
N
N
N
Lo
0
w
0
m
w
0
0
0
0
.
0
6
O
ct
-L
-t
N
0
0
0
CD
0
ct
co
m
C\I
1
-
N
0
Ci
w
co
0
00
0
00
N
N
N
-
-
-
-
-
-
-
0
Ct
0
Ct
0
C�
0
ct
0
Lq
00
Lr)
0
N
C14
N
M
(a
U9.
cl3
63
63
U>
03-
E,"+
63
U)-
63
63
&3
6%
E13-
VD-
63
63
6%
&3
6%1
V3
613
61>
(a
U3
613,
V3
Ea
U3
U11
6%
03
1 ulo
I I'll
I
I fj3
163
0
0
0
0
0
0
C,
0
0
0
0
0
0
0
0
0
0
0
a
0
0
0
0
0
0
a
0
0
a
0
0
0
0
0
0
0
0
m
U,
0
a
w
0
w
0
0
0
0
0
m
0
0
0
0
0
�n
M
M
0
M
0
M
M
0
0
0
0
0
0
Ct
ct
C�
ct
Ct
0
C�
CC
M
w
G�
:4
0
-CL
"
N
v
It
::�
0
C�
0
C\L
0
CL
0
I,
N
U�
t--
U)
v
Oct
N
Cli
0
I--
p"i
C�
C�
0
0
C\l
, Ln
0
ca
C\I
-
-
-
v
M
m
co
m
v
w
C'i
L6
cc�
0
N
C\I
In
Ao
It
.2
1
63
6-'1
6%
1 69
I
V>
I V>
I V)
69
1 eq
V3
1.
U3
U3.1
ca
I v+
I U3
U3.1
U3
I U).
I U3
1 6%16%1
C)-
1 03
61>
1 63
I e3
1 UD
1 U3
1 6%
613-1
03-16%1
E-,
I E13
I E41
U)
U3l
613
a.
0
a
C,
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
6
6
ci
LO
0
0
0
0
0
0
0
Lq
ci
ui
0
W
0
6
vj
C�
C\i
m
m
m
w
w
m
6
0
0
0
q
0
9
0
r�
LO
-
co
0
0
v
Ln
0
N
M
N
N
-
-
-
-
-
-
0
0
0
0
0
IL
Ct
Ct
CL
Ct
co
t--
ct
V
-
c)
0
v
-Ir
Ct
V
C
CIJ
tD
Ct
CO
C\j
169
U3.
E13.
6%
E9
63
W
V9-
U3-
6%
03
6%
ffil
63
613
U9
U>
V>
&3
CO3.
U>
u3
U3
fie,
U3,
63
03.
6%
U3
Ea
ca
ce
LOD
63
U3
U3.103.
0
0
0
CD
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
-
0
a
0
0
0
0
0
0
0
0
0
0
0
0
C"
0
0
U,
R
q
q
R
R
R
R
R
R
R
O
R
0
0
0
0
0
0
0
m
w
0
It
w
V-
v
N
0
m
0
0
0
00
O
0
ct
CL
Ct
cv)
m
C�
cc�
m
V:
C'j
t
v
Lq
C\I
ct
CNL
a)
m
C\[
0
cc�
0
C�L
0
M
v
CCL
N
Cli
I-
Lq
C�
w
cci
w
C\!
0
C�
0
mt
0
C�
0
0
0
a
T
0
&
0
C6
C)
1-
M
C\j
Il-
C0
In
-
-
-
-
-
C\1
cm
Lf)
0
m
v
C5
�z
pt
2
ON
LcNm
"
N
E
o
Cli
V-
W-
6%1
U9
I U)-
I
E13
U>
1 6%1
U)
I U9
1 W-1
V3-
E13-
I W-JV3
I W,
I Ca
I
U)
6%
1 CJ3-1(03,1
V3
I C09-
1 63
Y3
W
I U311
V3
1 &3
I W-
69-161>
1 W,
I ( 5%
1 6%1
G%j
63
03]'
if)
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Z <
N
N
m
m
N
N
C!
0
0
0
0
0
0
0
0
0
LU
C
Ct
Ct
Ct
C�
m
I-
ct
CL
Cli
ci
Ct
W
ff
a.
0
0
�2
0
r.
In
0
"
N
N
N
co
CO)
U31
U91
U)I
6%,
V3
Ua-
03
U)
63
U>
6%
El3
Ea
63
V31
U9
03
03
U3
V3-
V3-
U3
U3-
63
6%
63
6%
613-
E13
1 U3
ta
ta
U9
U9
0>
U)
U>
to
U)
z
z
fA
tL
W
L,
<
<
<
<
<
<
<
<
<
<
<
U-
U)
<
<
co
<
W=
w
w
w
w
w
.
. w
.
.
.
.
.
.
W
W
w
W
w
w
w
w
-i
-j
w
w
J
LU
�2
Iq
0
0
0
CIJ
V
CIJ
V
0
-0
C)
o
C\j
m
CD
(n
M
00
LO
co
In
v
04
C\I
m
O
cr)
0
C.)
0
to
M
r
N
CD
U)
C.D
U
>
E
E
<
'0
C-5
>
C-)
CO
C\I
w
U�
I q
2
a)
N
m
W
<
U)
m
2
:2
CD
Ea
CL
0
'0
76
C-1
0
E
0
m
CL
11
C\I
-2
I-0
.
.
-
�g
E
E
C,
(a.
CL
U)
0
L)
F-
a)
CL
L)
-0
a)
z
-2
a
E
E
CD
E
0
0
L)
w
(D
W
E
E
Uc)L
R
-
:2
:2
2
S
0
U)
LL'
�a
cu
U)
U)
11
Ef
2
`i
iE
F-
Z
0
CL
93
U)
0
0
z<
Ef
.2
w
'0
:'RL
>
P
Ul
B
w
X
*6
-
-2
E
Z-c
E
L)
0
Fn
.2
0
�
U)
0
rL
M
U,
ta
a)
cu
c
cm
=
CL
c
<
0
f
=
m
sq
2
2
§
o
.
W
U)
cr
CI
2i
E
E
65
3g
.
cj
L)
,
w
CL
E
E
9�
'E
M
0
2
F=
-
-5
u
0
'S2
E
Fj
Z
2
m
L
75
0
va
ra
tt;
EL
M
A
6
-j
M
Z
-2
2
(D
cu
<
ca
_0j
cm
-c
L)
<
LLI
75
0
.12
M
D�
.(D
T
Z
Z
E
a)
a
ca
0
C3
0
C3
C)
11
>
LLI
a
0
'a
LU
W
Lu
U
L,,
F-
w
M
wILU
fn
>7
L,,
U,
E
=
T;
0
0
0
IM
!2
ia
CL
2
a)
m
m
a-
cL
cL
rL
rL
cL
rL
cL
EL
0
0
15
65
wo
0
w
D2
w
CL
0-
IL
(L
CLI(Lli-115:11L
LLI
IL
m
a)
CO
V5
CL
Fn
n-
I,ILL,
Fn
Li-
05165
0-
EL
05
a-
F5
a-
F5
a.
53
a-
0
<
a)
m
F-
w
LL
<
E
w
O
C\1
co
't
w
LL
LL
CD
r--
m
0)
0
C'j
m
t
m
(D
F.-
00
0
0
N
m
*
m
w
[--
m
m
Cli
Ic"
M
z
'a
CD
CD
(D
;z
t-
P-
r.-
r-
tl-
P�
t-
r�-
m
w
m
m
w
w
w
w
w
m
m
R
a,
a)
(D
0
91,11
co
C:
0 tU
O
O
0
G)
m
219
0
0
00
00
0
000
0
o
0
0
0
0
0
C!
R
o
0
Ci
0
CO
0
ow
a
C�
0
Ci
N
CR
O
O
N
m
;I-
r
'n
(0
-6
C'f
-0:
C't
C\I
.0
r-
r
c) V,
0
0
0
0
0
0
0
0
o
O
O
O
O
O
o
o
o
o
o
o
o m
co
C!
0
0
0
0
q
q 0
oo
oo
S
oo
cwl
col
T
(D
N
It
Ct
N
't
cS
tct
I UIS
c\! c'I
cy)
m
c\j
(D
u)
't o
to
C4
U3
u3-j
u3
I &-*
1 6%1
u:3
I u,
en-16%
&g. 1
6%
O
0
0
0
O
0
0
m
o
O
R
R
O
R
R
R
6-4-666666
o
o
o
o
m
v
0
W
��
"q:
ct
"�
oct
M
0
(D
N
O
o
o
o
o
c)
o
c'
r'7
to
N
aR
(p
c�
o
o
co
N
-
m
'q-
m
a
I'-
N
COD
CD
o
N
N
LO
CO
CO
0)
m
o
"
'S
"
c\j
N N
17
cli
.6
cli
O')
(6
O
c6 as
m
m
to
69
(416-3-1
03-1
U3
I C&
E&
EID
V9- U3-
609-
o
o
o
O
N
co
to
v
co
LQ
N
to
c\L
w
Ict
w
ci
c2
o
Ct
of
co
m
Ln
U>
6%
6%
LO
'cq II
ct
ct
ct
vi
ul
ct
vi tct
co
wvwmoNom
m
co N
w
M
63
v3
l v>
I u3
1 6%1
('91
Q3.
Ea
eg. w.
4a
o
o
0
0
o
0
c:i
m
CL
Ci
CL
ct
N
&3
1 u3.
(&
u3
&3
u3
U3
w
O
o
o
o
o
0
o
C)
O
o
R
0
q
c!
o N
uy
o
o
o
o
o
o
o
0
0
0
0
o
o
o
o
0
131
01
m
vi
w
Ct
r
CL
rn
acL
m
-ct
-'r
ct
w
r"� rI
o
m
P-
Z: N
c\1
C-4
ca
u> 6%1
vl
o
o
O
o
O
q
o
0
9
O
oc000'r-'ro
O
o
o
o
o
IT
o
Cli
co
Nt
Ct
ct
CL
N
co
Z:
T
I
leg.
U3
u)
E4
va.
e%
69
63
O
o
o
O
o
o
ow
0
q
q
O
R
o
R
R
q c\!
C4
O
o
o
o
o
o
o
o
o o
6
O
c
o
m
o
cl
o
cL
0
ct
m
m
o
m
0
q
m w
cn m
(D
m
Lo
L6
(6
6
co m
cc!
r-
-
o -
co
cIj
cm
CIA
V3
W-1
U3-16%1
U3
I U3
I U3-
V3
I U3 U11
-Ul'
o
o
o
6
c5
ui
td
ci
.2 un
0 CD
ct
m
ct
0
q
m
o
c\I 'xi
L6
U) x
CD
75
U)
a
0>
ca
v3
w
= co
to
W
w
w
w
w
J
J
w
cI4
z
LU
2
Ul
0
R
A
,
So
O
.q
W
C)
O
o
I:
<
<
<
0
0
a)
0
p
>6
>
>
Ln
m
a.
EL
m
m
m
75
m
O
r-
C
G
E
'a
2
c-a
Lj-
Cf)
D
M:
N
ma
Lo
<
<
LL
LL
LL
(i
LL
w
w
rn
81
N
-
719
11 .11
91,11
co
C:
0 tU
O
O
0
G)
m
219
220
City of Tukwila
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
February 14, 2017 -5.30 p.m. — Foster Conference Room, 630o Building
Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn
Staff: Bob Giberson, Robin Tischmak, Steve Carstens,
Laurel Humphrey
CALL TO ORDER: Chair Kruller called the meeting to order
I. PRESENTATIONS
II. BUSINESS AGENDA
A.
Staff is seeking Council approval of cor
Construction, Inc. in the amount of $21
Water Repair Construction Project. Th
surface water pipe, pavement and sink
orensen, Gail Labanara,
IN
mpletion and release of retainage to Hoffman
3 for the Crystal Springs Emergency Surface
ject
Frank Coluccio Construction Company stabiliz
Construction provided permanent repairs. UN
FEBRUARY 21, 2021 REGULAR CONSENT A
B. Bid Award: South 1i
Staff i
of $1,#
MarsF
cortir
unci
31b95.03 Tor cons1
ank was selected
ency is within the
gutter, sidewalk, bike
undergrounding from Tu
traffic signal. UNANIMC
CONSENT AGENDA.
onstructed emergency repair of a collapsed
3tal SpOngs Park and 51st Avenue South. The
:he emergency repair and Hoffman
IMOUS APPROVAL. FORWARD TO
q DA.
:reet Rha'se II (42"' Avenue "South — Tukwila International Boulevard)
pproval to award a bid to Marshbank Construction, Inc. in the amount
ruction of the South 144th Street Phase II Street Improvement Project.
as the low bidder of five received, and the contract amount plus 150/0
total project budget of $2,248,000.00. This project will construct curb,
lanes, pavement restoration, illumination, drainage and utility
kila International Boulevard to 42nd Avenue South as well as add a
SUS APPROVAL. FORWARD TO FEBRUARY 21, 2017 REGULAR
221
222
CO uNcm AGENDA SYNOPSIS
Inilials
Aleeliq Date
Prepared by
Mayor' revi W
Council review
02/13/17
VC
❑ Resolution
Altg Dale
I-V="
02/21/17
VC
❑ 01her
Mg Dale
SPONSOR ❑Council ❑Mqyor 011R ❑D(,'D Z-Einan,'e E] Pire ❑TS ❑P&R E] Police ❑PW/ 0 Courl
SPONSOR'S Council is being asked to authorize the Mayor to enter into an Interlocal Agreement with
SUMMARY King County Animal Control Services (RASKC) beginning January 1, 2018 based on the
Agreement in Principle.
R FN I I I "W'I : 1) 13Y ❑ C.O.W. Mtg. ❑ CDN Comm Z Finance Comm. ❑ Public Safety Comm.
❑ Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. F-1 Planning Comm.
DATE: 2/7/17 COMMFITEE CHAIR: SEAL
RECOMMENDATIONS:
SPONSoR /Ai)-,\tlN. Finance Department
Unanimous Approval; Forward to Committee of the Whole
COST IMPACT / FUND SOURCE
AMOUNT BUDGF"TED APPROPRIATION REQUIRED
Fund Source:
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
2/13/17
ITEM INFORMATION
ITEMNO.
61
223
STAFF SPONSOR: VICKY CARLSEN
1 2/13/17
A(3,FNPA ITENITITLF, Authorize the Mayor to sign the Final Intent to Contract and enter into an Interlocal
Agreement with King County Regional Animal Services
Z Dhtiowion
Afrg Dale 2113117
Z Motion
jlltg Dale 2121117
❑ Resolution
Altg Dale
[:] Ordinance
Aftg Dale
F-1 Bid,,I))vard
Aftg Dale
[:] Public I leafing
Al�g Date
❑ 01her
Mg Dale
SPONSOR ❑Council ❑Mqyor 011R ❑D(,'D Z-Einan,'e E] Pire ❑TS ❑P&R E] Police ❑PW/ 0 Courl
SPONSOR'S Council is being asked to authorize the Mayor to enter into an Interlocal Agreement with
SUMMARY King County Animal Control Services (RASKC) beginning January 1, 2018 based on the
Agreement in Principle.
R FN I I I "W'I : 1) 13Y ❑ C.O.W. Mtg. ❑ CDN Comm Z Finance Comm. ❑ Public Safety Comm.
❑ Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. F-1 Planning Comm.
DATE: 2/7/17 COMMFITEE CHAIR: SEAL
RECOMMENDATIONS:
SPONSoR /Ai)-,\tlN. Finance Department
Unanimous Approval; Forward to Committee of the Whole
COST IMPACT / FUND SOURCE
AMOUNT BUDGF"TED APPROPRIATION REQUIRED
Fund Source:
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
2/13/17
Forward to the next Regular Meeting
MTG. DATE
ATTACHMENTS
2/13/17
Informational Memorandum dated February 1, 2017
Summary of Key Provisions and Changes from Current Interlocal Agreement
2018 Regional Animal Services Interlocal Agreement with Changes Tracked & clean copy
Benefits of Regional System, 2018 Estimated Payment Calculation
Minutes from the Finance Committee meeting of 2/7/17
2/21/17
No attachments
223
224
COUNCIL AGENDA SYNOPSIS
--------------------------- -- - - - -- Initial r
Meehn
,g Date
Prepared b y
Mayors re
Council review
02/21/17
BM
❑ Resolution
Alt
,g Date
❑ Ordinance
Alt Date
❑ Bid Award
Alt
,g Dote
❑ Public Hearing
Alt Date
❑ Other
Alt
,g Date
SPONSOR ❑Council ❑Mayor ❑11R ❑DCD ❑Finance ❑•ire ❑TV ❑P&R ❑Police ❑PW/ El Coud
SPONSOR'S Representative Mia Gregerson approached the City's lobbyist asking for City support for
SUMMARY House Bill (HB) 1999, currently being considered in the State House of Representatives.
HB 1999 concerns the makeup and composition of the Port of Seattle's Board of
Commissioners. The Bill would expand the number of Port Commissioners from five to nine
and create districts for each of the nine Port Commissioners to represent.
Ri,'1VIF1WF,D BY ❑ C.O.W. Mtg. ❑ CDN Comm EjFinance Comm. ❑ Public Safety Comm.
❑ Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: N/A COMMITTEE CHAIR: N/A
RECOMMENDATIONS:
SPONSOR/ADMIN. Staff is recommending that the City take no position on HB 1999.
CommrrnA,1'
COST IMPACT/ FUND SOURCE
EXPF,NDI'FURI,1' Ri,QLARED AMOUNT BUDGETED APPROPRIATION REQUIRED
$N/A $N/A $N/A
Fund Source: N/A
Comments: NIA
MTG. DATE
RECORD OF COUNCIL ACTION
02/21/17
ITEM INFORMATION
ITEMNO.
no
I
225
SL' FFSPONSOR: RACHEL BIANCHI
ORIGINAL AGF,Ni)ADA'111': 02/21/17
AG I :N D A ITt,"m Trn.j State Legislative Update: House Bill 1999 1
CA'1T'(',ORY ❑ Discussion
Alt Date 02121117
❑ Motion
Alt
,g Date
❑ Resolution
Alt
,g Date
❑ Ordinance
Alt Date
❑ Bid Award
Alt
,g Dote
❑ Public Hearing
Alt Date
❑ Other
Alt
,g Date
SPONSOR ❑Council ❑Mayor ❑11R ❑DCD ❑Finance ❑•ire ❑TV ❑P&R ❑Police ❑PW/ El Coud
SPONSOR'S Representative Mia Gregerson approached the City's lobbyist asking for City support for
SUMMARY House Bill (HB) 1999, currently being considered in the State House of Representatives.
HB 1999 concerns the makeup and composition of the Port of Seattle's Board of
Commissioners. The Bill would expand the number of Port Commissioners from five to nine
and create districts for each of the nine Port Commissioners to represent.
Ri,'1VIF1WF,D BY ❑ C.O.W. Mtg. ❑ CDN Comm EjFinance Comm. ❑ Public Safety Comm.
❑ Trans &Infrastructure ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: N/A COMMITTEE CHAIR: N/A
RECOMMENDATIONS:
SPONSOR/ADMIN. Staff is recommending that the City take no position on HB 1999.
CommrrnA,1'
COST IMPACT/ FUND SOURCE
EXPF,NDI'FURI,1' Ri,QLARED AMOUNT BUDGETED APPROPRIATION REQUIRED
$N/A $N/A $N/A
Fund Source: N/A
Comments: NIA
MTG. DATE
RECORD OF COUNCIL ACTION
02/21/17
MTG. DATE
ATTACHMENTS
02/21/17
Informational Memorandum dated 2/14/17
Proposed House Bill 1999
House Bill 1999 Digest
225
226
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: City Council
FROM: Rachel Bianchi, Government Affairs and Communications Manager
BY: Brandon Miles, Business Relations Manager
CC: Mayor Ekberg
DATE: February 14, 2017
SUBJECT: State Legislative Update: House Bill 1999
ISSUE
Should the City take a position on House Bill (HB) 1999?
BACKGROUND
Representative Mia Gregerson approached the City's lobbyist asking for City support for HB
1999, currently being considered in the State House of Representatives. HB 1999 concerns the
makeup and composition of the Port of Seattle's Board of Commissioners.
Currently, the Port's Commission consists of five commission members elected at large in King
County. H13 1999 proposes to restructure the Port Commission to resemble the composition of
the King County Council. The number of Port Commissioners would increase to nine and each
commissioner would represent a specific district. The nine Port Commission districts would have
the same boundaries as the King County Council districts. Under this legislation,
Commissioners must reside in the district he or she represents. Voting is similarly limited by
districts and all at-large positions are eliminated.
If passed by both chambers of the legislature and signed by the Governor, HB 1999 would go
into effect in 2019. There currently is no companion bill in the State Senate and it's unclear if
such legislation could pass the Senate.
DISCUSSION
HB 1999 has several pros and cons the City should consider before taking a position on the Bill:
Pros:
1. Proponents argue the Bill would expand representation for King County residents and
possibility allow for greater access.
2. Airport communities (Tukwila, Federal Way, SeaTac, Burien, Normandy Park, and Des
Moines) would be ensured of at least three Commission members, who live in or around
the communities.
3. Commission members might lobby more effectively for projects by the Port that benefit
their districts.
4. The City would be supporting legislation sponsored by south King County House
Representatives.
227
INFORMATIONAL MEMO
Page 2
Cons:
1. Increase cost iO taxpayers, for salaries Of8dditiOD8|POrt Commission members.
Additional costs would be incurred for staff t} support the added commission members
and the larger Port Commission.
2. A majority of the Port CO00iG6i0O members would come from outside the airport
cV[DnnUnid8S. Six [fthe nine CoO0NOiSSiOn members vvOU|d come from Seattle, OOdh King
County, and the eaGtsid8. Commission members from these areas may not b8
concerned with the needs Ofairport communities, since their voters dO not reside near
Sea-TGcAi[pOrt.
3. Airport communities, which are significantly impacted by Sea-Tac Airport operations,
may find it difficult to obtain mitigation funding since the Port funds VVOu|d likely be
proportioned between the nine districts.
4. The City could hurt existing relationships with Port Commission rnennb8r8 by supporting
HB199S. Port Commissioners have expressed concern, particularly because Vfthe
unique nature of the Port, which oversees multi-billion business entities.
RECOMMENDATION
Staff is recommending that the City take no position on HB 1999.
ATTACHMENTS
• Proposed HB1999
*HB18B9 Digest
Internet 999d
228 C:\Users\Brandon-m\AppData\LocaNMicrosoft\Windows\Temporary
H- 1444.1
HOUSE BILL 1999
State of Washington 65th Legislature 2017 Regular Session
By Representatives Gregerson, Stokesbary, Ryu, Hudgins, Cody, Pollet,
Santos, Senn, Springer, Fitzgibbon, McBride, Stanford, Kagi, and
Slatter
Read first time 02/07/17. Referred to Committee on State Govt,
Elections & IT.
1 AN ACT
Relating
to elections in port districts that are
2 coextensive
with a
county having a population of over one-half
3 million; and
amending
RCW 53.12.010.
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
BE IT ENACTED BY THE LEGISLATURE OF THE STATE OF WASHINGTON:
Sec. 1. RCW 53.12.010 and 2002 c 51 s 1 are each amended to read
as follows:
(1) The powers of the port district shall be exercised through a
port commission consisting of three or five members, ((when)) or as
otherwise permitted by this title((, five members)).
(a) Every port district that is not coextensive with a county
having a population of five hundred thousand or more shall be divided
into the same number of commissioner districts as there are
commissioner positions, each having approximately equal population,
unless provided otherwise under subsection (2) of this section.
(b) Where a port district with three commissioner positions is
coextensive with the boundaries of a county that has a population of
less than five hundred thousand and the county has three county
legislative authority districts, the port commissioner districts
shall be the county legislative authority districts.
(c) In other instances where a port district is divided into
commissioner districts, the port commission shall divide the port
P. 1 HB 1999
229
1 district into commissioner districts unless the commissioner
2 districts have been described pursuant to RCW 53.04.031. The
3 commissioner districts shall be altered as provided in chapter 53.16
4 RCW.
5 (d) Commissioner districts shall be used as follows: ( (+a+) W
6 Only a registered voter who resides in a commissioner district may be
7 a candidate for, or hold office as, a commissioner of the
8 commissioner district; and (4-b+) ) (ii) only the voters of a
9 commissioner district may vote at a primary to nominate candidates
10 for a commissioner of the commissioner district. Except as provided
11 in subsection (3) of this section, voters of the entire port district
12 may vote at a general election to elect a person as a commissioner of
13 the commissioner district.
14 (2) (a) In port districts with five commissioners, two of the
15 commissioner districts may include the entire port district if
16 approved by the voters of the district either at the time of
17 formation or at a subsequent port district election at which the
18 issue is proposed pursuant to a resolution adopted by the board of
19 commissioners and delivered to the county auditor.
20 (b) In a port district with five commissioners, where two of the
21 commissioner districts include the entire port district, the port
22 district may be divided into five commissioner districts if proposed
23 pursuant to a resolution adopted by the board of commissioners or
24 pursuant to a petition by the voters and approved by the voters of
25 the district at the next general or special election occurring sixty
26 or more days after the adoption of the resolution. A petition
27 proposing such an increase must be submitted to the county auditor of
28 the county in which the port district is located and signed by voters
29 of the port district at least equal in number to ten percent of the
30 number of voters in the port district who voted at the last general
31 election.
32 Upon approval by the voters, the commissioner district boundaries
33 shall be redrawn into five districts within one hundred twenty days
34 and submitted to the county auditor pursuant to RCW 53.16.015. The
35 new commissioner districts shall be numbered one through five and the
36 three incumbent commissioners representing the three former districts
37 shall represent commissioner districts one through three. The two at
38 large incumbent commissioners shall represent commissioner districts
39 four and five. If, as a result of redrawing the district boundaries,_
40 more than one of the incumbent commissioners resides in one of the
p. 2 HB 1999
230
1 new commissioner districts, the commissioners who reside in the same
2 commissioner district shall determine by lot which of the numbered
3 commissioner districts they shall represent for the remainder of
4 their respective terms.
5 (3) (a) Beginning in 2019, any port district with five members
6 that is coextensive with a county having a population of over one and
7 one-half million, and with a legislative authority of nine members,
8 must be divided into the same commissioner districts as the county
9 legislative authority districts and include the same number of
10 commissioner positions as the county legislative authority.
11 (b) Each commissioner must reside in the district from which he
12 or she is elected, and only voters from each district may elect the
13 commissioner to fill that district's commissioner position. No
14 commissioner Position may be elected at large.
15 (c) Each commissioner elected prior to 2019 with at least two
16 years remaining in his or her term may complete his or her term for
17 the new commissioner district in which he or she resides. If, as a
18 result of redrawing the district boundaries, more than one of the
19 incumbent commissioners, with at least two years remaining on each of
20 their terms, reside in one of the new commissioner districts, the
21 commissioners who reside in the same commissioner district shall
22 determine by lot which commissioner will represent the district for
23 the remainder of the term.-
24 (d) The initial election under this subsection (3) will include
25 the election of positions in each of the remaining district positions
26 as follows:
27 (i) A certain number of positions elected to serve an initial
28 two-year term, which in addition to any incumbent commissioner's
29 position, as established in (c) of this subsection (3), provide a
30 total number of four positions that will expire at the end of 2021;
31 and
32 (ii) Five positions elected to serve four-year terms.
33 (e) The county auditor must select which district positions will
34 be two-year or four-year terms for the initial election, pursuant to
35 (d) of this subsection. All subsequent terms for all positions must
36 be for four-year terms.
37 (f) Each commissioner must receive the same salary as a member of
38 the state legislature, as set under RCW 43.03.013.
CCZIM§f��
p. 3 HB 1999
231
HB 1999 - DIGEST
Requires a port district with five members that is
coextensive with a county having a population of over one and
one-half million and with a legislative authority of nine
members, to be divided into the same commissioner districts
as the county legislative authority districts and include the
same number of commissioner positions as the county
legislative authority.
232
ty of Ekberg, Mayor
The City of opportunity, the community of choice
TO: Mayor Ekberg
Councilmembers
FROM: David Cline, City Administrator
DATE: February 15, 2017
SUBJECT: Report for February 21, 2017 Regular Council Meeting
The City Administrator Report is meant to provide the Council, staff and community an update
on the activities of the City and on issues that concern Tukwila. Please let me know if you
have any questions or need additional information about any of the following items.
Intergovernmental Update
• Foster High Civics Classes: On January 31 Mayor Ekberg and Mia Navarro,
Community Engagement Manager attended the Civics classes at Foster High School.
While initially there for a different purpose, due to current events the Mayor Ekberg
spoke with the students about the current political climate. He also discussed
opportunities for students to get involved in the process and reassured students that
Tukwila is a diverse and inclusive community that does not actively investigate the
immigration status of our residents. Mia gave a presentation on Tukwila Works, which
was the slated purpose and was well received.
• Seattle Southside Chamber Business Awards and Recognition Luncheon: Mayor
Ekberg, Councilmember Hougardy, Council Analyst Laurel Humphrey and Economic
Development staff attended the Seattle Southside Chamber Business Awards and
Recognition Luncheon on February 10.
Community Events
• Tukwila Community Center 20th Anniversary Kick -Off: On February 1 Parks and
Recreation staff hosted an open house and spaghetti feed in honor of the 20th
Anniversary of the Tukwila Community Center. Approximately 175 people attended.
• Free Throw Competition: On February 8 Parks and Recreation Athletic staff hosted a
Free Throw Competition and raised over $700 for the H.E.R.O Scholarship fund.
• Annual Volunteer Appreciation Ice Cream Social: On February 8 Parks and
Recreation Volunteer staff hosted the annual Volunteer Appreciation Ice Cream Social.
Approximately 150 people attended.
III. Public Safety Plan
• Public Safety Plan Implementation: Staff presented to the Committee of the Whole
the Public Involvement Plan, and additional planning meetings were held on
communications and outreach, preliminary selection of an architecture and engineering
233
City Administrator's Report
February 15, 2017
Page 2
firm, programming needs for fire stations and the Justice Center, as well as other
activities. In the near future Council will be finalizing a monthly update document that
will be delivered to the Council to provide regular updates outside of what is discussed
at Committee and Council meetings.
IV. Staff Updates
Public Safety
• Bulldog Police Academy: The Bulldog Police Academy for students at Foster High
School started on February 9. Mayor Ekberg and Chief Villa gave introductions to open
the class. Approximately 25 students from grades from 9 -12 participated in the class.
The program outline, mission, goals, expectations were reviewed with the students and
they provided feedback on what they would like to learn. The class also included team
building exercises together and an overview of world and US history of policing.
• Community Engagement: To continue building community trust and youth
engagement the Police Department Command Staff are scheduled to visit each of the
Tukwila schools during lunch hours within the next couple of weeks.
• Washington Association of Sheriffs and Police Chiefs Grant Award: In support of
the Speed Reduction in the Neighborhoods of Tukwila (SPRINT) Initiative, the Police
Department has been awarded $8,272 by the Washington Association of Sheriffs and
Police Chiefs (WASPC) to purchase 4 Lidars and 4 Radars.
Project Updates
• Southcenter Pedestrian /Bicycle Bridge: The contractor is forming the Span 1 deck
and tying rebar for end diaphragms on the west side of Green River. The 200 -foot
bridge deck is being fabricated and assembled inside the fabrication shop in Arlington,
Washington.
• 53rd Ave S: KPG and City staff are meeting with individual property owners to discuss
real estate needs and the project's impact to their property.
• Tukwila iMap Site: Staff from Community Development and Technology and Innovation
Services have been meeting with King County's GIS Center staff to assist with
development of a Tukwila iMap site to replace NW Maps.
• King County Airport Meeting: Community Development staff attended the third King
County Airport Master Plan Update meeting. The focus was on alternatives for future
development of the airport and adjacent properties.
• Tukwila Village: Economic Development staff attended a "scoping" meeting convened
by the Washington State Housing Finance Commission to review the schedule for
completing the bond issuance and tax credit investment for phase 1. The closing
should occur in early May. The sale of the city land for that phase would close at the
same time.
• Washington Place: The project has laid the concrete floor for the 19th story and has
installed the main girder for the roof.
• 2016 Annual Awards
2016 Department Employee of the Year Award Recipients
• Carol Lumb, Community Development
• Raejean Kreel, Fire Department
234
City Administrator's Report
February 15, 2017
Page 3
• Vicky Carlsen, Internal Services
• Christy O'Flaherty, Mayor's Office
• Marcos Ortiz, Municipal Court
• Kris Kelly, Parks & Recreation
• Detective Randall Rusness, Police Department
• Alfred Spears, Public Works
2016 City -wide Award Recipients
• The Big Idea Award: Trina Cook for Ballot Drop Off Box
• The Leadership Award: Roy Whitcutt, Fire Department
• The Spirit Award: Ana Le, Mayor's Office
• The Pride in Service Award: Carol Lumb, Community Development
• Teamwork in Action Award: Finance Department - Peggy McCarthy, Vicky Carlsen,
Craig Zellerhoff, Karen Fricke, Lily Jue, Sherry Wright, Joanna Fortenberry, Richard
Takechi, Laurie Anderson, Diane Jaber, Cindy Wilkins, Penny Hansen
• Mayor's Award: Derek Speck, Mayor's Office
V. Community Outreach
• Cowlitz Tribal Pathways to Healing Program: Mayor Ekberg, Councilmember Duffie,
Evie Boykan Human Services Manager, Joseph Todd, Technology and Innovation
Services, and Benton Coblentz, Economic Development Intern attended an event at the
Cowlitz Tribal Offices to learn more about their Pathways to Healing Program on
January 25.
• Meeting with Abu -Bakr Islamic Center: On February 3 Mayor Ekberg, Chief Villa and
Sgt. Boyd met with leaders at the Abu Bakr Mosque to ease fears regarding the current
political environment and to reiterate the role of the police department in the community.
235
236
Upcoming Meetings & Events
February/March 2017
20th (Monday)
21st (Tuesday)
22nd (Wednesday)
23rd Thursda
24th (Friday)
25th (Saturday)
Presidents Day
% Public Safety
➢ Finance Crate,
Tukwila
TIB Workshop
Tukwila Int'l. Blvd.
Cmte.,
5:30 PM
International
Drop -in Session
Action Cmte's
City offices 8
5:30 PM
(Hazelnut
Boulevard
1:00 - 3:30 PM
Trash Pickup Day
Community Center
( Hazelnut
Conference
f
Workshop Public
(Church By the Side of
9:00 - 10:00 AM
closed
Conference
Room)
Session I
6:00 - 7:30 PM
the Road -- Community
Room 3455 S. 148"' St)
For location or
Room)
(Church By the Side
Help design the future
information
Free Family Cooking
of the Road --
of the Tukwila
contact
➢ City Council
Workshop
Community Room
International
Sharon Mann
Regular Mtg.,
5:30 - 7:30 PM
3455S. 14811,51)
Boulevard
206- 200 -3616
7:00 pm
(Community Center)
Help design the
neighborhood.
"Meatless Meals ".
future of the Tukwila
For additional
TIB Workshop
1`
(Council
Space is limited -
International
questions contact
q
Drop-in Session
Chambers )
please sign up to
Boulevard
Moira Bradshaw or
10:30 AM - 12:00 PM
reserve a spot.
neighborhood.
Lynn Miranda at
(Church By the Side
206 -768 -2822.
For additional
206431 -3670.
ofthe Road -
questions contact
Community Room
Moira Bradshaw or
3455 S. 1481^ St)
Lynn Miranda at
Hero Gala
206- 431 -3670.
5:00 - 7:00 PM
(Community Center)
Plannin
Celebrating 20 years at
the Tukwila
c,, MM;
Community Center.
Rescheduled to
The evening will
3/2/17
include music, stones,
small bites and cheer.
Tickets are $20 PP.
Proceeds will benefit
the HERO Scholarship
Fund. For additional
Information contact the
Community Center at
206 -768 -2822
Tukwila
International
Boulevard
Workshop
Public Session II
10:30 AM -12 PM
(Church By the Side
of the Road --
27th (Monday)
28th (Tuesday)
1st (Wednesday)
2nd (Thursday)
3rd (Friday)
Community Room
Duwamish Alive!
Public Meeting
Equity &
Help design the future
Help e gnth fu
Workshop
Storntwater Permit
Diversity
of the Tukwila
8:00 AM - 12:00 PM
Update
Commission,
International Boulevard
(Community Center)
1:00 - 2:00 PM
5:15 PM
neighborhood.
Visit
(6300 Southcenter
(Hazelnut
For additional
www.GreenDuwamish
Blvd., Foster
Conference Room)
Conference
Room)
questions contact
Moira Bradshaw or
Lynn Miranda at
Watershed. erg for
information.
The public is
206431 -3670.
welcome to provide
Free Dr. Seuss Night
➢ Community
input on Tukwila's
Development &
Western Washington
6:00 - 8:00 PM
Neighborhoods
Phase II Municipal
(Community Center)
Cmte.,
Stormwater permit.
There will be
5:30 PM
For more information
bouncers, arts &
Snaekpaek
(Hazelnut
contact Greg
crafts, food, games
Stuff the Bus
Conference Room)
Villanueva
and even a free book. I
10:00 AM - 2:00 PM
206431 -2442
(Target In
Southcenter)
➢ Transportation &
Planning
City Council
Infrastructure
Commission,
Let no Child go
Committee of
Cone.,
6:30 PM
hungry in
the Whole Mtg.,
5:30 PM
(Council
Tukwila!
7:00 Plot
(Foster
Chambers)
(Council Chambers)
Conference
Rescheduled
Room)
from 2/23/17
> Community Development and Neighborhoods Committee: 2nd & 4th Mon., 5:30 PM, Hazelnut Conf Room
➢COPCAB (Community Oriented Policing Citizens Adv. Board): 2nd Thurs., 6:30 PM, Duwamish Conference Room.
Contact Chris Portman at 206- 431 -219.7
>Equity & Diversity Commission: I st 1'hurs., 5:15 PM, hazelnut Conf. Room. Contact Cheryl Thompson at 206 -433 -1850.
➢Finance Committee: I st & 3rd Tues., 5:30 PM, Hazelnut Conf. Room. (A) A lease agreement with Dell. (B) Review & discussion of
City Council compensation policy. (C.) Finance Department Strategic Plan and operational overview.
➢Park Commission: 2nd Wed., 5:30 PM, Community Center. Contact Robert Eaton at 206- 767 -2332.
➢Planning Commission /Board of Architectural Review: 4" Thurs., 6:30 PM, Council Chambers at City Hall. Contact Wynetta
Bivens at 206- 431 -3670
➢Public Safety Committee: 1st & 3rd Mon., 5:30 PM, hazelnut Conf. Room. (A) An ordinance relating to destruction offorfeited
firearms. (B) Small Unmanned Aircraft Systems (s(JAS). (C) Discussion on Public Safety Plan Siting Advisory Committeef-amework.
(D) Public Safety Plan facilities draft siting criteria. (E) Discussion on format of monthly report to Council on the Public Safety Plan. n
(F) 2016 4`" Quarter Police Department Report. G
Tentative Agenda Schedule
MONTH
MEETING 1-
MEETING 2
MEETING 3
MEETING 4
REGULAR
COW
REGULAR
C.O.W.
February
6
13
21 (Tuesday)
See agenda packet
27
Public Hearing:
cover sheet for this
Three ordinances
week's agenda
updating landscaping
(February 212017
regulations.
Regular Meeting).
Special Issues:
-Three ordinances
updating landscaping
regulations.
-A resolution
adopting the Green
Tukwila 20-year plan.
March
6
13
20
27
Special Presentations:
Special Presentations:
New Employee
-Property tax
Introductions:
increases.
-Fire Department:
-Access to Public
Joseph Paglia and
Records Initiative
Michael Tappert.
Phase I - Permit
-Police and Fire:
Files.
Amairani Uribe-
Beltran, Washington
Service Corp
Volunteer, Officer
Howard Kim.
-Community
Development:
Jaclyn Adams,
Admin Support
Tech.; Maxwell
Baker, Assistant
Planner; Lindsay
Brown, Assistant
Planner; Lauri
Dunning, Code
Enforcement Officer;
Lee Sipe, Building
Inspector 111; Lori
Solberg, Admin
Support Tech.
-Communications:
Mia Navarro,
Community
Engagement
Manager.
-Finance:
Sherry Wright,
Senior Fiscal
Coordinator.
-Human Resources
Sara Valdez, Human
Resources Analyst.
-Parks & Recreation:
-Olena Perry,
Volunteer & Events
Specialist.
-Update on "The
Loop" sewer project.
238