HomeMy WebLinkAbout97-099 - Berger/ABAM Engineers Inc. - South 180th Street Grade SeparationStandard Consultant
Agreement
AGREEMENT NUMBER
FEDERAL AID NO.
A❑LUMP SUM
G Lump -Sum Amount. $
R
E COST PLUS FIXED FEE
E Overhead Progress Payment
M Rate, $
E Overhead Cost Method
N ❑ Actual Cost Not To Exceed:
T
Fixed Rate: 165";,()
Fixed Fee $ 29,704
(I
11 El SPECIFIC RATES OF PAY
E
C ❑ Negotiated Hourly Rate
K ❑Provisional Hourly Rate
N ❑ COST PER UNIT OF WORK
El
CONSULTANT/ADDRESS/TELEPHONE
BERGER/ABAM Engineers Inc.
33301 Ninth Avenue South, Suite 300
Federal Way, WA 98003
206/431-2300
PROJECT TITLE AND WORK
DESCRIPTION
South 180"' Street Grade Separation
DBE Participation
R1 Yes El No
MBE Participation
R Yes El No
Federal ID No
or SSN
91-1422812
Completion Date
July 31,1998
8.01/c,
Do you require a
1099 for IRS?
El Yes 21 No
Maximum Amount
Payable
$548,900
IS AGREEMENT, made and entered into this,x day of
4z I 5� between the Local Agency of City of Tukwila Public
Works Department, Washington, hereinafter called the "AGENCY", and the above organization
hereinafter called the "CONSULTANT'.
WITNESSETH THAT:
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and
therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide
the necessary services for the. PROJECT; and
WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State
Statutes relating to professional registration, if applicable, and has signified a willingness to furnish
Consulting services to the AGENCY,
NOW THEREFORE, in consideration of the terms, conditions, covenants and performance
contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as
follows:
1
GENERAL DESCRIPTION OF WORK
The work under this AGREEMENT shall consist of the above described work and services as herein
defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT
shall furnish all services, labor and related equipment necessary to conduct and complete the work
as designated elsewhere in this AGREEMENT.
SCOPE OF WORK
The Scope of Work and project level of effort for this project is detailed in Exhibit "B" attached
hereto, and by this reference made a part of this AGREEMENT.
III
GENERAL REQUIREMENTS
All aspects of coordination of the work of this AGREEMENT, with outside agencies, groups or
individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with
agencies, groups or individuals shall be coordinated through the AGENCY.
The CONSULTANT shall attend coordination, progress and presentation meetings with the
AGENCY or such Federal, Community, Sta,t--, City or County officials, groups or individuals as may
be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior
to meetings requiring CONSULTANT participation. The minimum number of hours or days notice
required shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "B"
attached hereto and made part of this AGREEMENT. The CONSULTANT shall prepare a monthly
progress report, in a form approved by the AGENCY, that will outline in written and graphical form
the various phases and the order of performance of the work in sufficient detail so that the progress
of the work can easily be evaluated. Goals for Disadvantaged Business Enterprises (DBE) and
Women Owned Business Enterprises (WBE) if required shall be shown in the heading of this
AGREEMENT.
All reports, PS&E materials, and other data, ftir-nished to the CONSULTANT by the AGENCY shall
be returned. All designs, drawings, specifications, documents, and other work products prepared by
the CONSULTANT prior to completion or ternunation of this AGREEMENT are instruments of
service for this PROJECT and are property of the AGENCY. Reuse by the AGENCY or by others
acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a
part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT.
IV
TIME FOR BEGINNING AND COMPLETION
The CONSULTANT shall not begin any work tinder the terms of this AGREEMENT until
authorized in writing by the AGENCY. All work tinder this AGREEMENT shall be completed by
the date shown in the heading of this AGREEMENT under completion date.
The established completion time shall not be extended because of any delays attributable to the
CONSULTANT, but may be extended by the AGENCY, in the event of a delay attributable to the
AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or
other conditions beyond the control of the CONSULTANT. A prior supplemental agreement issued
by the AGENCY is required to extend the established completion time.
V
PAYMENT
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under
this AGREEMENT as provided in Exhibit "C' attached hereto, and by this reference made part of
this AGREEMENT. Such payment shall be full compensation for work performed or services
rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete
the work specified in Section 11, "Scope of Work". The CONSULTANT shall conform with all
applicable portions of 48 CFR 31.
VI
SUBCONTRACTING
The AGENCY permits subcontracts for those items of work as shown in Exhibit G to this
Agreement.
Compensation for this subconsultant work shall be based on the cost factors shown on Exhibit G,
attached hereto and by this reference made apart, of this AGREEMENT.
The work of the subconsultant shall :not exceed its maximum amount payable unless a prior written
approval has been issued by the AGENCY.
All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the
subconsultant shall be substantiated in the same manner as outlined in Section V. All subcontracts
exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT.
The CONSULTANT shall not subcontract for the performance of any work tinder this
AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting
shall create, between the AGENCY and subcontractor, any contract or any other relationship.
VII
EMPLOYMENT
The CONSULTANT warrants that he/she has not employed or retained any company or person,
other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this
contract, and that it has not paid or agreed to pay any company or person, other than a bona fide
employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee,
gift, or any other consideration, contingent upon or resulting from the award or making of this
contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this
AGREEMENT without liability, or in :its discretion, to deduct from the AGREEMENT price or
consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage
fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of
any work or services required of the CONSULTANT tinder this AGREEMENT, shall be considered
employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may or
might arise tinder any Workmen's Compensation Act on behalf of said employees or other persons
while so engaged, and any and all claims made by a third party as a, collsequence of any act or
omission on the part of the CONSULTANT's employees or other persons while so engaged on any of
the work or services provided to be rendered herein, shall be the sole obligation and responsibility of
the CONSULTANT.
The CONSULTANT shall not engage, on a full or part. time basis, or other basis, during the period
of the contract, any professional or technical personnel who are, or have been, at any time during
the period of the contract, in the employ of the United States Department of Transportation, the
STATE, or the AGENCY, except regularly retired employees, without written consent of the public
employer of such person.
Vill
NONDISCRIMINATION
The CONSULTANT agrees not to discriminate against any client, employee or applicant for
employment or for services because of race, creed, color, national origin, marital status, sex, age or
Itandicap except for a bona fide occupational qualification with regard to, but not limited to the
following: employment upgrading, demotion or transfer, recruitment or any recruitment
advertising, a layoff or terminations, rates of pay or other forms of compensation, selection for
training, rendition of services. The CONSULTANT understands and agrees that if it violates this
provision, this AGREEMENT may be terntinated by the AGENCY and further that the
CONSULTANT shall be barred from performing any services for the AGENCY now or in the filture
unless a showing is made satisfactory to the AGENCY that discriminatory practices have
terminated and that recurrence of such action is unlikely.
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees and
successors in interest agrees as follows:
A. COMPLIANCE WITH REGULATIONS: The CONSULTANT shall comply with the
Regulations relative to nondiscrimination in the same manner as in Federal -assisted
programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part
21, as they may be amended from time to time, (hereinafter referred to as the Regulations),
which are herein incorporated by reference and made a part of this AGREEMENT. The
consultant shall comply with the American Disabilities Act of 1992, as amended.
B. NONDISCRIMINATION: The CONSULTANT, with regard to the work performed by it
during the AGREEMENT, shall not discriminate on the grounds of race, creed color, sex,
age, marital status, national origin or handicap except for a bona fide occupational
qualification in the selection and retention of subconsultants, including procurements of
materials and leases of equipi-fient. The CONSULTANT shall not participate either directly
or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including
employment practices when the contract covers a program set forth in Appendix 11 of the
Regulations.
C. SOLICITATIONS FOR SUBCONSULTANTS, INCLUDING PROCUREMENTS OF
MATERIALS AND EQUIPMENT: In all solicitations either by competitive bidding or
negotiation made by the CONSULTANT for work to be performed under a subcontract,,
including procurements of materials or leases of equipment, each potential subconsulta-ut or
supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations tinder
this AGREEMENT and the Regulations relative to nondiscrimination on the grounds of
race, creed, color, sex, age, marital status, national origin and handicap.
D. INFORMATION AND REPORTS: The CONSULTANT shall provide all information and
reports required by the Regulations, or directives issued pursuant thereto, and shall permit
access to its books, records, accounts, other sources of information, and its facilities as may
be determined by the AGENCY to be pertinent to ascertain compliance with such
Regulations or directives. Where any information required of the CONSULTANT is in the
exclusive possession of another who fails or refuses to furnish this information the
CONSULTANT shall so certify to the AGENCY, or the United States Department of
Transportation as appropriate, and shall set forth what efforts it has made to obtain the
information.
E. SANCTIONS FOR NONCOMPLIANCE: In the event of the CONSULTANT's
noncompliance with the nondiscrimination provisions of this AGREEMENT, the AGENCY
shall impose such sanctions as it or the Federal Highway Administration may determine to
be appropriate, including, but not limited to:
Withholding of payments to the CONSULTANT under the AGREEMENT until the
CONSULTANT complies, and/or
2. Cancellation, termination or suspension of the. AGREEMENT, in whole or in part.
F. INCORPORATION OF PROVISIONS: The CONSULTANT shall include the provisions of
paragraphs (A) through (G) in every subcontract, including procurements of materials and
leases of equipment, unless exempt by the Regulations or directives issued pursuant
thereto. The CONSULTANT shall take such action with respect to any subconsultant or
procurement as the AGENCY or the Federal Highway Administration may direct as a
means of enforcing such provisions, including sanctions for noncompliance; provided,
however, that, in the event a CONSULTANT becomes involved in, or is threatened with,
litigation with a subconsultant or supplier as a result of such direction, the CONSULTANT
may request the AGENCY to enter into such litigation to protect the interests of the
AGENCY, and in addition, the CONSULTANT may request the United States to enter into
such litigation to protect the interests of the United States.
G. UNFAIR EMPLOYMENT PRACTICES: The CONSULI'ANT shall comply with RCW
49.60.180 and Executive Order Number E.O. 77-13 of the Governor of the State of
Washington which prohibits unfair employment practices.
IX
TERMINATION OF AGREEMENT
The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten days
written notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of
the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit F for
the type of AGREEMENT used.
No payment shall be made for any work completed after ten days following receipt by the
CONSULTANT of the Notice to Terminate. If the accumulated payment made to the
CONSULTANT prior to Notice of Termination exceeds the total amount that would be due
computed as set forth herein above, then no final payment shall be due and the CONSULTANT
shall immediately reimburse the AGENCY for any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the
CONSULTANT, the above formula for payment shall not apply. In such an event, the amount to be
paid shall be determined by the AGENCY with consideration given to the actual costs incurred by
the CONSULTANT in performing the work to the date of termination, the amount of work
originally required which was satisfactorily completed to date of termination, whether that work is
in a form or a type which is usable to the AGENCY at the time of termination; the cost to the
AGENCY of employing another firm to complete the work required and the time which maybe
required to do so, and other factors which affect the value to the AGENCY of the work performed at
the tinie of termination. Under no circumstances shall payment made tinder this subsection exceed
the amount which would have been made using the formula set forth in the previous paragraph.
If it is determined for any reason that the CONSULTANT was not in default or that the
CONSULTAN'I's fail -Lire to perform is without it or, it's employee's fault or negligence, the
termination shall be deemed to be a termination for the convenience of the AGENCY in accordance
with the provision of this AGREEMENT.
In the event of the death of any member, partner or officer of the CONSULTANT or any of its
supervisory personnel assigned to the project, or, dissolution of the partnership, termination other
corporation, or disaffiliation of the principally involved employee, the surviving members of the
CONSULTANT hereby agree to complete the work -tinder the terms of this AGREEMENT, if
requested to do so by the AGENCY. The subsection shall not be a bar to renegotiation of the
AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the
AGENCY so chooses.
In the event of the death of any of the parties listed in the previous paragraph, should the surviving
members of the CONSULTANT, with the AGENCY's concurrence, desire to terminate this
AGREEMENT, payment shall be made as set forth in the second paragraph of this section.
Payment, for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of
any remedies of any type it may have against the CONSULTANT for any breach of this
AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform work required
of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute
waiver of entitlement to exercise those rights with respect to any future act or omission by the
CONSULTANT.
X
CHANGES OF WORK
The CONSULTANT shall make such changes and revisions in the complete work of this
AGREEMENT as necessary to correct errors appearing therein, when required to do so by the
AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its
own purposes to have previously satisfactorily completed work or parts thereof changed or revised,
the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be
considered as Extra Work and will be paid for as herein provided under Section XIV.
Any dispute concerning questions of fact in connection with the work not disposed of by
AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to
the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and
binding on the parties of this AGREEMENT, provided however, that if an action is brought,
challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be
subject to de novo judicial review.
X11
VENUE, APPLICABLE LAW AND PERSONAL JURISDICTION
In the event that either party deems it necessary to institutk, legal action or proceedings to enforce
any right or obligation under this AGREEMENT, the parties hereto agree that any such action
shall be initiated in the Superior court of the State of Washington, situated in the county the
AGENCY is located in. The parties hereto agree that all questions shall be resolved by application
of Washington law and that the parties to such action shall have the right of appeal from such
decisions of the Superior court in accordance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal jurisdiction of the Superior court of' the State of
Washington, situated in the county in which the AGENCY is located in.
XIII
LEGAL RELATIONS AND INSURANCE
The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable
to the work to be down under this AGREEMENT. This AGREEMENT shall be interpreted and
construed in accord with the laws of Washington.
The CONSULTANT shall indemnify and hold the AGENCY and the STATE, and their officers and
employees harmless from and shall process and defend at its own expense all claims, demands, or
suits at law or equity arising in whole or in part from. the CONSULTANT negligence or breach of
any of its obligations under this AGREEMENT; provided that nothing herein shall require a
CONSULTANT to indemnify the AGENCY and the STATE against and hold harmless the AGENCY
and the STATE from claims, demands or suits based solely upon the conduct of the AGENCY and
the STATE, their agents, officers and employees and provided further that if the claims or suits are
caused by or result from the concurrent negligence of (a) the CONSULTANT's agents or employees
and (b) the AGENCY and the STATE, their agents, officers and employees, this indemnity provision.
with respect to (1) claims or suits based upon such negligence, (2) the costs to the AGENCY and the
STATE of defending such claims and suits, etc. shall be valid and enforceable only to the extent of
the CONSULTANT's negligence or the negligence of the CONSULTANT's agents or employees.
The CONSULTANT's relation to the AGENCY shall be at all times as an independent, Contractor.
The CONSULTANT specifically assumes potential liability for actions brought by the
CONSULTANT's own employees against the AGENCY a -Lid, solely for the purpose of this
indemnification and defense, the CONSULTANT specifically waives any immunity under t1i.e state,
industrial insurance law, Title 51. RCW. The CONSULTANT recognizes that this waiver was
specifically entered into pursuant to the provisions of RCW 4.25.115 and was the subject of mutual
negotiation.
Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for
administration of construction contracts, if any, on the project. Subject to the processing of an
acceptable, supplemental agreement, the CONSULTANT shall provide on -call assistance to the
AGENCY during contract administration. By providing such assistance, the CONSULTANT shall
assume no responsibility for: proper construction techniques, job site safety, or any construction
contractor's failure to perform its work in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as
otherwise required, the following insurance with companies or through sources approved by the
State Insurance Commissioner pursuant to RCW 48.
Insurance Coverage
A. Worker's compensation and employer's liability insurance as required by the STATE.
B Regular pu blic liability and property damage insurance in an amount not less than a single
limit of one million and 00/100 Dollars ($1,000,000.00) for bodily injury, including death and
property damage per Occurrence.
Excepting the Worker's Compensation insurance and any professional liability insurance secured by
the CONSULTANT, the AGENCY will be named on all certificates of insurance as an additional
insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and
endorsements required by this AGREEMENT. The AGENCY reserves the right to require
complete, certified copies of all required insurance policies at any time.
All insurance shall be obtained from an insurance company authorized to do business in the State of
Washington. The CONSULTANT shall submit a verification. of insurance as outlined above within
14 days of the execution of this AGREEMENT to the AGENCY.
No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the
AGENCY.
The CONSULTANT's professional liability to the AGENCY shall be lintited to the amount payable
tinder this AGREEMENT or one million dollars, whichever is the greater unless modified by Exhibit
H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way.
The AGENCY will pay no progress payments tinder Section V until the CONSULTANT has fully
complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may
take such other action as is available to them under other provisions of this AGREEMENT, or
otherwise in law.
X1V
EXTRA WORK
A. The AGENCY may at any time, by written order, make changes within the general scope of
the AGREEMENT in the services to be performed.
B. If any such change causes aii increase or decrease ii-i the estimated cost of, or the time
required for, performance of any part of the work tinder this AGREEMENT, whether or not;
changed by the order, or otherwise affects any other terms and conditions of the
AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum
amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms
and shall modify the AGREEMENT accordingly.
C. The CONSULTANT must submit its "request for equitable adjustment" (hereafter to as
claim) under this clause within 30 days from the date of receipt of the written order.
However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act
upon a claim submitted before final payment, of the AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However
nothing in this clause shall excuse the CONSULTANT from proceeding with the
AGREEMENT as changed.
E. Notwithstanding the terms and condition of paragraphs (a) and (b) above, the in. aximuni
amount payable for this AGREEMENT, shall not be increased or considered to be increased
except by specific written supplement to this AGREEMENT.
XV
ENDORSEMENT OF PLANS
The CONSULTANT shall place his endorsement on all plans, estimates or any other engineering
data furnished by him.
XVI
FEDERAL AND STATE REVIEW
The Federal Highway Administration. and the Washington State Department of Transportation
sliall have the right to participate in the review or examination of the work in progress.
XVII
CERTIFICATION OF THE CONSULTANT
AND THE AGENCY
Attached hereto as Exhibit "A -I", are the Certifications of the Consultant and the Agency, Exhibit
"A-2" Certification regarding debarment, suspension and other responsibility matters - primary
covered transactions, Exhibit "A-3" Certification regarding the restrictions of the use of Federal
funds for lobbying, and Exhibit "A-4" Certificate of Current Cost or Pricing Data. Exhibits "A-3
and "A-4" are only required in Agreements over $100,000.
XVIII
COMPLETE AGREEMENT
This document and referenced attachments contains all covenants, stipulations and provisions
agreed upon by the parties. No agent,, or representative of either party has authority to make, and
the parties shall not be bound by or be liable for, any statement, representation, promise or
agreement not set forth herein. No changes, amendments, or modifications of the terms hereof
shall be valid unless reduced to writing and signed by the parties as an amendment to tlii.s
AGREEMENT.
XIX
EXECUTION AND ACCEPTANCE
This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be
deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and
adopt all statements, representations, warranties, covenants, and agreements contained in the
proposal, and the supporting materials submitted by the CONSULTANT, and does hereby accept
the AGREEMENT and agrees to all of the terms and conditions thereof.
In witness whereof,, the parties hereto have executed this AGREEMENT as of the day and year first
above written.
By By
C%of Tukwila
Consultant BERGER/ABAM Engineers Inc.
Agency City of Tukwila
Public Works Department
10
EXHIBIT A-1
CERTIFICATION OF CONSULTANT
Project No.
Local Agency City Of Tukwila Public
Works Department
I hereby certify that I am James S. Guarre and duly authorized representative of the firm of
BERGER/ABAM Engineers Inc. whose address is 33301 Ninth Avenue South, Suite 300,
Federal Way, WA 98003 and that neither Inor the above firm I here represent has:
(a) Employed or retained for a connnission, percentage, brokerage, contingent fee or other
consideration, any firm or person (other than a bona fide employee working solely for me or
the above CONSULTANT) to solicit or secure this contract.
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain
the services of any firm or person in connection with carrying out the contract.
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me or the above CONSULTANT) any fee, contribution, donation or
consideration of any kind for, or in connection with procuring or carrying out the contract;
except as here expressly stated (if any):
I further certify that the firm I hereby represent is authorized to do business in the State of
Washington and that the firm is in full compliance with the requirements of the Board of
Professional Registration.
I acknowledge that this certificate is to be available to the State Department of Transportation and
the Federal Highway Administration, U.S. Department of Transportation, in connection with this
contract involving participation of Federal aid iNnds an is subject to applicable State and Federal
laws, both criminal and civil.
Date 1414ature
CERTIFICATION OF AGENCY OFFICIAL
I hereby certify that I am the AGENCY Official of the Local Agency of City of Tukwila,
Washington, and that the above consulting firm or his representative has not been required,
directly or indirectly as an express or implied condition in connection with obtaining or carrying out.
this contract to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Pay or agree to pay to any firm, person or organization, any fee, contribution, donation or
consideration of any kind, except as here expressly stated (if any').
I acknowledged that this certificate is to be available to the Federal Highway Administration,
U.S. Department of Transportation, in connection with this contract involving participation of
Federal aid highway funds and is subject to applica and Federal laws, both criminal and
civil. "e St.
e-
Date Signai e
Fxhibit A-1
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER
RESPONSIBILITY MATTERS -PRIMARY COVERED TRANSACTIONS
1. The prospective primary participant certifies to the best of its knowledge and belief, that it
and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from covered transactions by any federal
department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of
or had a civil judgment rendered against them for commission or fraud or a
criminal offense in connection with obtaining, attempting to obtain, or
performing a public (federal, state, or local) transaction or contract under a
public transaction; violation of federal or state antitrust statues or
commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (federal, state, or local) with commission of any of the
offenses enumerated in paragraph Lb. of this certification; and
(d) Have not within a three-year period preceding this application/proposal had
one or more public transactions (federal, state, or local) terminated for cause
or default.
2. Where the prospective primary participant is unable to certify to any of the statements in
this certification, such prospective participant shall attach an explanation to this proposal,
Consultant (Firm)
Date
BERGER/AB Engi ee sine. si Pr- dent or Authorized Official of Consultant
]i ature
Exhibit A-2
10,14:11
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 lien knowledge and belief, that,,:
1. No federal appropriated fiends have been paid or will be paid, by or oil 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 all
employee of a member of Congress in connection with the awarding of any federal contract,
the making, of any federal grant, the making of any federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any federal contract, grant, loan, or cooperative agreement.
If any funds other than federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any federal
agency, a member of Congress, an officer or employee of Congress, or an employee of a
member of Congress in connection with this federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure
Form. to Report, Lobbying," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by Section 1352, Title 3 1, U.S. Code. Any person who
fails to file the retired certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts which
exceed $100,000 and that all such subrecipients shall certify and disclose accordingly.
Consultant (Firm):
Date
BERGER/A.B Engin ers Inc.
It v P
P e ident or Authorized Official of Consultant
Si ature
Exhibit A-3
EXHIBIT A-4
CERTIFICATE OF CURRENT COST OR PRICING DATA
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
sectiou, 1.5.801. of the Federal Acquisition Regulation (FAR) and required under FAR subsection
15.804-2) submitted, either actually or by specific identification in writing, to the contracting officer
or to the contracting officer's representative in support of the proposal (Exhibit D) are accurate,
complete, and current as of 5 December 1997. This certifteation includes the cost or pricing data
supporting any advance agreements and forward pricing rate agreements between the offeror and
the Government that are part of the proposal.
Firm: BERGER/ABAM Engineers Inc.
Name: James S. Guarre
Title: Vice President
Date. of Execution I
ExhibitA-4
SCOPE OF WORK
City of Tukwila Public Works Department
South 180"' Street Grade Separation, 72 nd Avenue South to 8 01h Avenue South
BACKGROUND
South 180'11 Street has been classified as a principal arterial road under the federal functional classification
guidelines. The posted speed limit is 35 mph.
The existing roadway section from 72 nd Avenue South to 80th Avenue South is from 4 to 5 lanes in width
with sidewalks on each side. The segment having only 4 lanes is approximately 400 to 500 feet both east
and west of the existing at -grade crossing with the railroads.
DESCRIPTION OF PROJECT
To improve vehicular traffic circulation and railroad traffic along this corridor, this project has been
initiated to grade separate the South 18 oth Street arterial and the BNSF and UP Railroads. The existing
roadway section will be evaluated for projected capacity, and the appropriate design section determined.
Future expansion of the railroads will be addressed and buildout limits determined. During construction,
the existing pedestrian, rail and motor vehicle access will be maintained.
1. Administration
A. Project Management
BERGER/ABAM will provide necessary project management, administration, and
coordination with the City and with BERGER/ABAM subconsultants. This will include
subcontract administration, invoicing, meetings, and deliverables. BERGER/ ABAM will
also facilitate the involvement of public and private utilities, private landowners, public
agencies, and the general public.
B. Project Schedule
BERGER/ABAM will prepare a master project schedule in bar chart form. The schedule
will be of sufficient detail to allow concerned parties to monitor progress, status, and costs. It
will be updated monthly. Near -term milestones and deliverables will be detailed ill calendar
form and distributed to subconsultants and the City at monthly coordination meetings.
C. Progress Reports
BERGER/ABAM will prepare monthly progress reports outlining task and budget status,
work performed during the previous month, work to be performed the next month, and
unresolved issues requiring immediate attention.
D. Invoicing
BERGER/ABAM will prepare and submit monthly invoices to the City for work
performed and expenses incurred during the previous month. Monthly invoicing will be done
in the format requested by the City.
Exhibit B- I
E. Project Meetings
BERGER/ABAM will arrange for and attend a monthly meeting to be held at the City.
In addition, BERGER/ABAM will conduct and/or facilitate other meetings with
subconsultants, utilities, public agencies, and the general public. Within two weeks
after receipt of the notice to proceed, BERGER/ABAM will arrange for and conduct a
kickoff meeting. The purpose of this meeting will be to discuss the project schedule,
review invoicing procedures, initiate the development of the public involvement plan
and provide an open forum to discuss pertinent project issues.
F. Technical Advisory Committee
BERGER/ABAM will coordinate and facilitate a Technical Advisory Committee for this
project. This coordination and facilitation will include periodic meetings, study sessions,
and reviews of technical project information as developed and presented by
BERGER/ABAM. The TAC will direct the BERGER/ABAM team regarding issues
which may require additional investigation and presentation of findings in order for a
preferred alternative to be selected. This work includes the development of drawings
and graphics to depicted the results of investigations and development of alternatives.
Coordination and facilitation of the TAC by BERGER/ABAM will conclude once a
preferred alternative is selected. The TAC will be briefed periodically by the City during
the development of the construction contract documents and right-of-way process.
BERGER/ABAM will prepare for presentation to the project TAC, the railroads, and to
the City's Transportation Committee, as appropriate, information for decisions and
approval of the following:
■ South 180"' Street Design Roadway Section
■ Future Railway Construction
■ Construct South 180"' Street Over the Rails Vs. Under the Rails
■ Construction Phasing and Detour
G. Quality Assurance
BERGER/ABAM will provide in-house independent review of project submittals prior to
City reviews. Subconsultant submittals will be reviewed by BERGER/ABAM and
revised as necessary prior to delivery to the City.
H. Design Standards
Berger/ABAM will develop a list of publications to be used for this project.
Berger/ABAM will submit the list to the project Technical Advisory Committee (TAC)
for approval before proceeding with the preliminary design.
2. Preliminary Engineering
A. Surveys
BERGER/ABAM will provide the horizontal and vertical topographic survey, including
utility, property ownership, and roadway and railroad alignment information and
railroad facility locations. The survey will be on disk in AutoCAD Release 12 fonnat.
Exhibit B-2
This survey will be the basis for the project base maps. BERGER/ABAM will also
provide additional surveying as necessary during preliminary and final design to
adequately address preliminary and final design details.
B. Data Collection
The City will provide BERGER/ABAM with information that has been collected on
utilities, existing and future traffic counts, and property ownership. Additional data
collection including right-of-way records, utilities, and railway facilities not immediately
available within the City will be done by BERGER/ABAM with assistance from the City.
C. Field Investigations
BERGER/ABAM will perform site visits to become familiar with the existing conditions.
Confirmation of topographic features and changes to the existing conditions will be
noted throughout the life of the project. Site visits will also help to assess seasonal
changes regarding sensitive areas within the project.
D. Base Maps
BERGER/ABAM will use the topographic survey, utility, property ownership and
alignment information, and field investigation to create the base maps for the project.
Base maps will be prepared at 1 inch = 20 feet. Base map limits will extend along South
180' Street from 72' Avenue South to 80" Avenue South and from South 180" Street
along the railway alignments approximately 1000 feet north and 1000 feet south.
E. Geotechnical Analysis
BERGER/ABAM will be responsible for geotechnical explorations and analysis. The
work will commence with a review of existing geological and geotechnical subsurface
data in the vicinity of the project area, supplemented by field explorations and
laboratory tests. Eight borings are proposed to better define subsurface soil and
groundwater conditions in the project area. Four borings will be located at or near each
of the two railroad bridge (BNSF and UP) abutments. These borings will be drilled to a
depth of approximately 100 feet. Two borings, each approximately 150 feet deep, will be
drilled at or near the center piers of the two railroad bridges. Two borings will be
located in the area of the proposed roadway reconstruction, and will be drilled about 50
feet deep. The proposed total drilling footage is approximately 800 feet. Observation
wells will be installed in two of the proposed borings to monitor groundwater levels
following completion of the drilling.
Exhibit B-3
The deliverable resulting form this work element will be a Geotechnical Report that will
be submitted to the City in draft and final forms. Specific items to be addressed in this
report include:
a) Results of the review of the existing subsurface data
b) Results of subsurface explorations and laboratory tests
c) Description of site geology and subsurface and groundwater conditions
d) Seismic engineering analysis and liquefaction evaluation, along with mitigation
measures
e) Geotechnical recommendations for temporary excavation support and groundwater
control
f) Geotechnical recommendations for design and construction of deep foundations
(drilled shaft and/or pile foundations) supporting the railroad bridges
g) Site and roadway subgrade preparation
h) Pavement section design
i) Structural fill type, placement and compaction criteria
j) Construction considerations, including deep foundation installation, dewatering,
and construction impacts on existing adjacent structures, utilities, and other facilities
3. Permitting and Special Studies
A. Stream Special Study
BERGER/ABAM will conduct a stream special study for Springbrook Creek from 200
feet north of South 180' Street to 1000 feet south of South 180th Street in the vicinity of
the existing railroad crossing of Springbrook Creek. The study will identify important
fisheries resources that could be impacted by this project. It win also assess the physical
characteristics of the stream. This study will consist of a literature search and a stream
survey. The study will conclude with a discussion of possible stream impacts from the
project and potential means of mitigating those impacts.
The literature search will be performed to describe the stream and fish usage of the
stream. Sources will include literature sources, maps, and agency reports from agencies
such as the U.S. Geologic Survey, the U.S. Environmental Protection Agency, the
Washington Department of Fish and Wildlife, and other pertinent agencies.
The stream survey will be an on -site survey of the stream from 200 feet north of S 180th
Street to 1000 feet south of South 180' Street. The linear measurements will be to the
nearest inch for width and depth and to the nearest foot for length. Visual observation
will be used to describe stream bank characteristics and vegetation, stream bed
composition, and presence of large woody debris.
Exhibit B-4
B. Wetlands Special Study
BERGER/ABAM will perform a wetlands delineation study for the area within the same
limits as the stream special Study. This Study will cover the riparian and non -riparian
wetlands in the project area not covered by the stream study. The objective of the study will
be to identify the location, extent, and boundaries of potentially affected wetlands in relation
to the proposed project and its construction sequencing requirements. The study will
conclude with a discussion of possible wetlands impacts and potential means of mitigating
those impacts.
The field survey will follow the routine on -site determination method as described in the
1987 Corps (?f Engineering Delineation Manual. [Jnder this method, the wetlands will be
identified and delineated based on the presence and distribution of three indicators:
hydrophytic vegetation, hydric soils, and wetlands hydrology. BERGER/ABAM will Survey
the delineated wetland boundary and provide this survey in the Wetlands Special Study.
C. Wildlife Special Study
BERGER/ABAM will conduct a wildlife study for Springbrook Creek, the creek's
riparian wetlands, and all undeveloped land within 100 feet of the project boundaries as
described in the Stream Special Study. The study will first determine the existing wildlife
species and existing wildlife habitat within the areas defining the project. The study will then
assess the impacts on wildlife, both short and long term, which may result from the project's
alteration of wildlife habitat. The study will conclude with a discussion of potential
mitigation measures.
Existing wildlife will be categorized into four groups: aquatic, mammals, reptiles and
amphibians, and birds. This part of the Study will consist of two phases, a literature search
and an on -site survey. The on -site survey will look for species actually present on site or
evidence of their presence Such as tracks, nests, and scat.
D. Flood Hazard Special Study
BERGER/ABAM will conduct a flood hazard study to determine the change in flood
characteristics due to the replacement of the at -grade railroad crossing with a bridge. In
addition, the effect of increased runoff due to added impervious area will be analyzed.
E. Focused EIS NOT INCLUDED
At this time an Eltidoes not appear to be required
Exhibit B-5
Permits
BERGER/ABAM will collect the necessary information required to complete the
following permits.
• King County Clearing and Grading
• King County Shoreline Substantial Development
• Washington State Department of Fish and Wildlife
• Hydraulic Project Approval
• Corps of Engineers 404
• Corps of Engineers 401 Water Quality Exemption
• Department of Ecology Water Quality Certification
• Railroad Easements and Agreements
• Utility Agreements
• Others
4. Public Involvement
A. Public Involvement Plan
BERGER/ABAM will prepare a plan to establish procedures for working with the public.
The plan will Outline how information will be presented to the public and flow input from the
public will be collected, reviewed, and addressed. The main elements of tile plan will be a
mailing list, newsletters, an open house, and public meetings. A report summarizing the
public's involvement will be prepared along with the final design report.
Z�
B. Mailing List
BERGER/ABAM will work with the City to assemble a mailing list of people and
businesses within 300 feet of the project boundaries. In addition, any person or business that
would likely be affected by or have input to the design of the project will be included. For
purposes of this scope, the mailing list will be assumed to have 200 addresses. The mailing
list will be updated throughout the project to include additional people and organizations with
an interest in the project.
C. Newsletters
BERGER/ABAM will prepare one notification and two newsletters. The first
notification will be sent to everyone on the initial mailing list about two weeks before the
open house. The content will be a general description of the project and information on the
open house. The newsletters will be distributed within two weeks prior to each of the public
meetings. The content will be status of the project, discussion of alternatives, and an agenda
for the upcoming meeting. The County will approve the notification and newsletters, and
BERGER/ABAM will produce the newsletters, make copies, and mail them, up to 200 copies
for each mailing.
F'Ahibit B-6
D. Open House
An open house to familiarize the public with the project will be held within two months
after the kickoff meeting. The open house will have no formal agenda. Instead there
will be displays, handouts, and City and BERGER/ABAM personnel to answer
questions. BERGER/ABAM will prepare the displays and handouts, attend the open
house, and prepare summary notes. The City will arrange for the meeting facility,
approve displays and handouts, and serve as lead at the open house.
E. Public Meetings
The BERGER/ABAM team has assumed that two public meetings will be held during
Phase 1. The first meeting will take place once the project alternatives have been
defined and will be used to develop consensus between the attendees regarding selection
criteria to be used during the alternative analysis. The second meeting will be
conducted after the alternative analysis has been completed and will provide the
opportunity for the public to comments on the results of the alternative analysis as well
as continue to establish consensus confirmation for the selected alternative. These
meetings will have an agenda and formal presentations. Both meetings will attempt to
address public concerns while taking note of new public concerns and comments.
BERGER/ABAM will prepare displays and handouts, present technical portions of the
presentation, and prepare meeting minutes. The City will arrange for the meeting
facility, serve as lead for the meeting and presentation, and approve displays and
handouts. BERGER/ABAM will provide visual aids to be used at the meetings and
facilitate the consensus -building at the meetings.
5. Preliminary Design
A. Roadway Improvements
BERGER/ABAM will develop a horizontal and vertical alignment for the new roadway
section. For purposes of this scope, two vertical alignments will be considered. One will
go over the railroads and one will go under the railroads. Three plan and profile sheets
will be prepared for the recommended alignment option. Separate sheets will prepared
to show preliminary right-of-way information including construction easements
Roadway typical sections will be generated on one sheet. Separate sections will apply to
each alignment options. Proposed roadway templates will be plotted at 50-foot intervals
on existing cross sections for both options. Retaining wall heights, locations, and types
will be determined from the cross sections and geotechnical recommendations.
Exhibit B-7
B. Railroad Realignment
BERGER/ABAM will develop a horizontal and vertical alignment for the railroad
section. For purposes of this scope, vertical alignments will be considered as they relate
to the proposed roadway alternatives. Existing rail alignments will be modified only if
feasible and the modifications promote needed clearance for the roadway. Right-of-way
and construction easements will be addressed under roadway improvements.
Rail typical sections will be generated on one sheet. Separate sections will apply to each
alignment options. Proposed rail templates will be plotted at 50-foot intervals or less on
existing cross sections for the preferred roadway alternative. Retaining wall heights, as
required, locations, and types will be determined from the cross sections and
geoteclinical recommendations.
C. Traffic
BERGER/ABAM will prepare an evaluation of future traffic volumes in the project
corridor to assist the City in defining whether the grade separation of the railroad
tracks should be four or six lanes. The study area for this traffic analysis will the South
180"' Street between West Valley Highway and 80' Avenue South. This study will
include the intersection of 72" Avenue South. In order to provide a baseline for the
analysis, available traffic counts (daily, AM and PM peak hour) for the intersections and
roadway sections will be assembled and reviewed. If needed, BERGER/ABAM will
arrange for up to four peak hour turning movement counts at the study intersections. A
brief field review of the study area will be performed to confirm existing conditions.
Traffic forecasts will be developed using the Puget Sound Regional Council travel
demand model or the City of Renton's Comprehensive Plan travel demand model. In
order to determine which model to use, BERGER/ABAM will evaluate the simulation
network zone structure and horizon year of each model.
The travel model will be run to develop 2020 forecasts(or other horizon year) for the AM
and PM peak hours for a four lane and six lane facility. The model data will be
adjusted, as appropriate, to reflect anticipated traffic patterns. Roadway level of service
will be estimated for each condition. AM and PM peak hour turning movements will be
estimated and levels of service will be calculated at South 180' Street/West Valley
Highway, South 180"' Street/72"" Avenue South and South 180' Street/80'hAvenue
South.
Based on the resulting traffic forecasts and levels of service, BERGER/ABAM will
determine a recommended roadway cross section and intersection geometries. The
analysis process and results will be documented in a technical memorandum.
The railroad at -grade signal system will require temporary relocation depending on the
detour design for South 1800' Street. A preliminary layout for the signal system
relocation and reconstruction will be included.
Illumination layout and signing layout will be included in the design report for the
preferred alternative.
D. Construction Phasing
Exhibit B-8
A preliminary construction phasing and traffic control plan will be prepared. This will
contain conceptual plans, sections and details for the maintenance of traffic on South
180' Street during construction and will include adjacent property access as
appropriate, temporary illumination and signing.
A preliminary construction phasing and railroad traffic control plan will be prepared
which includes the railroad shoofly design layout. This will contain conceptual plans,
sections and details for the maintenance of rail traffic on both the BNSF and the LT.
Shoofly rail plans will include two sheets for the alignment, two sheets for the rail
profiles and one sheet for typical sections. Railroad construction phasing will include
temporary illumination, and signing.
E. Drainage
BERGERABAM will perform area hydrologic and hydraulic analysis in accordance with
the King County Drainage Design Manual. Drainage basins will be identified from
available City, County, USGS, and similar mapping. Runoff will be calculated for the
design storm for each basin using WaterWorks software, and will be based on existing
and proposed land use. Preliminary culvert and storm sewer sizing will be determined
based upon the roadway horizontal and vertical alignment concepts developed during
preliminary design. Backwater analysis will be conducted as required based upon
potential for damage and flooding. The level of analysis to be performed will be limited
to the methods, subjects, and detail typical of the Mug County Drainage Design
Manual.
The Drainage Report will be prepared in accordance with the requirements of the King
County Drainage Design Manual. The report will include runoff estimates, tables
indicating preliminary estimates of gutter flow, inlet spacing at sag locations,
preliminary storm sewer and culvert designs, and ditch/swale design.
Water quality controls, including detention, biofiltratioii, oil -water separation, and
permit requirements, will be considered for each of the roadway alignment alternatives.
F. Bridge Type, Size, and Location Study
The Bridge Type, Size, and Location Study will be performed according to the guidelines
developed by the WSDOT. BERGER/ABAM will initially include the following
alternatives:
South 180"' Street over the railroad tracks - Concrete Spans
South 180"' Street over the railroad tracks - Steel Spans
South 180"' Street under the railroad tracks - Precast, Prestressed Concrete Spans
South 180' Street under the railroad tracks - Steel Wide Flange Beam Spans
South 180" Street under the railroad tracks - Through Plate Girder Spans
Exhibit B-9
BERGERABAM has assumed that two structures, one underpass for each of the UPRR
and BNSF and one overpass for both the UPRR and BNSF, will be studied. A preferred
South 180' Street cross section will be established prior to commencing the bridge TS&L
Study, Results of the Bridge TS&L Study will be used to finalize the roadway geometry
for inclusion in the Design Report.
Two foundation recommendations will be used from the geotechilical study for
alternative comparisons. Based on the Bridge TS&L Study analysis results and
discussions with the City, permitting agencies, railroad owners, and public, a single
foundation alternative will be included in the Design Report.
The underpass alternatives will be compared in light of two dewatering methods,
permanent pumping utilizing deep slurry walls to minimize groundwater draw down or
creation of a "bathtub" to prevent groundwater infiltration.
A preliminary alternative analysis between the overpass and underpass options will be
conducted using conceptual layouts. The selection criteria to be used to finalize a
recommendation for going over or going under the railroad tracks will be developed
during the public involvement and preliminary engineering tasks. Specific and detailed
alternatives will be further studied using the conceptual layouts for the selected
overpass or underpass option. For the purposes of this scope of services,
BERGERABAM has assumed that the underpass option will be selected and studied in
detail.
The South 180" Street underpass will be analyzed and compared with the project
analysis criteria Conceptual drawings and estimates of probable construction and
operating costs for each alternative will be prepared to allow comparison based on
constructibility, construction and operating costs, effects on the environment, aesthetics,
right-of-way, and other factors to a maximum of 10 selection criteria.
A detailed bridge plan, elevation, section, and construction phasing drawings will be
prepared on for inclusion in the design report for each structure. There will be three
bridge plan sheets ( one for BNSF, one for UPRR, and one for the Interurban Trail). A
construction phasing plan for each bridge will be included.
Based on data from the geotechnical investigation, BERGERABAM will analyze two
foundation alternatives. Based on these analyses and discussions with the permitting
agencies and railroad owners, a single foundation alternative will be included in the
design report.
G. Railroad Coordination
Railroad meetings and coordination efforts will be used to explain the project to the
railroads and gather the railroad requirements for signal relocation, temporary track
alignments, construction phasing, and the number of tracks to be carried by an
underpass structure.
The following meetings are included in these scope of services:
1. Initial meeting to explain project goals and process, solicit requirements for project
features, and solicit recommendation for selection criteria
Exhibit B-10
2. Review alternatives and finalize requirements
3. Affirm final selected alternative
Exhibits for preparation of construction and permanent easements on railroad property
will be prepared for the selected alternative for the City to process. BERGER/ABAM
will assist the City in developing language for an overall agreement with each of the
railroads and prepare exhibits to use with the agreements.
H. Environmental Considerations
In conjunction with the environmental studies and the EIS already discussed,
environmental mitigations and safeguards will be recommended to the City and
permitting agencies. These will include mitigation of permanently displaced and
temporarily displaced wetlands, mitigation of wildlife impacts, safeguards against
construction impacts, and permanent erosion control. In Phase 1, these mitigations will
only be covered in the narrative of the report.
I. Design Report
BERGER/ABAM will produce a design report that will summarize the results of Phase
1. It will include narrative on project background, alternatives considered, and
recommendations made. Each of the above items will be covered with narrative and
with the plan/profile sheets and detail sheets. The result of the studies, preliminary
engineering, and meetings will be a report that will discuss alternatives and present a
recommendation as the basis for Phase 2 of the project. A separate design report
technical appendix will accompany the design report. This will include data and
calculations used in the evaluation of the two alternatives. BERGER/ABAM will
provide the City with 10 copies of the preliminary review submittal and one camera-
ready copy of the final design report.
J. Preliminary Estimate of Probable Construction Costs
As part of the design report, BERGER/ABAM will produce a summary of quantities and
construction cost estimate for the entire project. This estimate will be for the
recommended alternative only. However, where costs figure in the evaluation of
alternatives for the various project items, approximate costs for those alternatives will
be discussed in the narrative.
■ Master Project Schedule
■ Geotechnical Report
■ Stream Special Study
■ Wetlands Special Study
■ Wildlife Special Study
■ Flood Hazard Special Study
Exhibit B-11
■ Focused Preliminary and Draft EIS NOT INCLUDED
■ Focused Preliminary and Final EIS NOT INCLUDED
■ Clearing and Grading Pen -nit Application NOT INCLUDED
■ Shoreline Substantial Development Permit Application NOT INCLUDED
■ Hydraulic Project Approval Permit Application NOT INCLUDED
■ Corps of Engineers 401 and 404 Permit Applications NOT INCLUDED
■ Department of Ecology Water Quality Certification NOT INCLUDED
■ Utility Agreement Exhibits NOT INCLUDED
■ Public Involvement Plan
■ Summary Report of Public Involvement
■ Drainage Report (TIR)
■ Design Report, including Bridge Type, Size, and Location Report and Preliminary Estimate of
Probable Construction Costs
■ Design Report Technical Appendix
PROJECT ASSUMPTIONS
This scope of services for the preparation of the Design Report, environmental review and
documentation, and environmental permit development has been developed under a set of
assumptions presented below. The attached project schedule reflects the time assumptions for
performing the work described in tasks 1 through 5 and is considered a part of this scope of
services. Other basic assumptions include the following:
■ Existing utility locations and record drawings will be coordinated by the City with limited
involvement by BERGER/ABAM. The City will make the request for onsite utility locations by
contacting "One Call".
■ No existing utility potholing will be performed by BERGER/ABAM.
■ BERGER/ABAM will coordinate and facilitate the TAC through their decision -making process.
This coordination and facilitation will end when the TAC has selected a preferred alternative or
31 July 1998, whichever comes first.
■ The City of Renton's traffic model is available for our use.
■ No Right -of -Way Plans, appraisals or negotiations are included in this work.
■ Environmental studies include a stream study, wetland study, wildlife study, and flood hazard
study only.
Exhibit B-12
EXHIBIT B-13: Proposed Schedule - SOUTH 180th STREET GRADE SEPARATION
City of Tukwila Public Works
Ta,qk Namp I Start I Finish I Dec'97 Feb '98 I Mar '98 I Apr'98 Ma '98 Jun'98 I Jul '98
WORK%
Administration
TAC Review & Updates
gm
--M.
TAC Preferred Alternative Selected
Survey & Data Gathering
Thu 1/1/98
Tue 3/31/
TASK 3
Thu 111/98
Fri 7/31/98
Environmental Studies/Ai
Thu qlR
Fri 7/31 /
Scoping Meeting
Mon 2/2/98
Mon 2/2/
TASK 4
Fri 7/31198
Public Involvement
Mon 98
Fri 7/31/98:
TASK 5
Thu 11/11/9
Traffic Analysis
g.
. . . . . . . . . . . . . . . . . . . .
Design Report
Task Summary IV Rolled Up Progress
Project: S 180th St Progress Rolled Up Task
Date: Printed Fri 12/5/97 EISEN=
Milestone Rolled Up Milestone 0,
7/31
198
EXHIBIT C
PAYMENT
(COST PLUS FIXED FEE)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under
this AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work
performed or services rendered and for all labor, materials, equipment, and incidentals necessary to
complete the work specified in Section 11, "Scope of Work." The CONSULTANT shall conform with
the applicable portion of 48 CFR 3 1.
A. Actual Costs
Payrnent for all consulting services for this project
ject shall be on the basis Of the
fixed
CONSULTANT's actual cost plus a fee. The actual cost shall include direct salary
cost, overhead, and direct -norisalary cost.
Direct Salary Costs
The direct salary cost is the direct salary paid to principals, professional,
technical, and clerical personnel for the time they are productively engaged in work
necessary to fulfill the terms of this AGREEMENT.
2. Overhead Costs
Overhead costs are those costs other than direct costs which are included as such
on the books of the CONSULTANT in the normal everyday keeping of its books.
Progress payments sham be made at the rate shown in the heading of this AG,
tinder "Overhead Progress Payment Rate." Total over -head payment shall be based
on the method shown in the heading of the AGREEMENT. The three options are
explained as follows:
a. Actual Cost Not To Exceed Maximum Percent: If this method is
indicated in the heading of this AGREEMENT, the AGENCY agrees to
reimburse the CONSULTANT at the actual overhead rate verified by audit
up to the maximum percentage shown in the space provided. Final overhead
payment when accumulated with all other actual costs shall not exceed the
total maximum amount payable shown in the heading of this AGREEMENT.
b. Fixed Rate: If this method is indicated in the heading of the
AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT for
overhead at the percentage rate shown. This rate shall not change during
the life of the AGREEMENT.
A summary of the CONSULTANT's cost estimate and the overhead computation are
attached hereto as Exhibit D and by this reference made part of this AGREEMENT. When
an Actual Cost method, or the Actual Cost Not To Exceed method is used, the
CONSULTANT (prime and all subconsultants) will submit to the AGENCY within three
months after the end of each firm's fiscal year, an overhead schedule in the format required
by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the
Exhibit C-1
overhead rate for billing purposes. It shall be used for the computation of progress
payments during the following year and for retroactively adjusting the previous year's
overhead cost to reflect the actual rate.
Failure to supply this information by either the prime consultant or ally of the
subconsultants shall cause the agency to withhold payment of the billed overhead costs illitil
such time as the required information is received and an overhead rate for billing purposes
is approved.
The STATE and/or the Federal Government may perform an audit of the
CONSLJLTANT's books and records at any time during regular business hours to determine
the actual overhead rate, if they so desire.
3. Direct Nonsalary Costs
Direct rionsalary 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 subconstiltants. Air or train
travel will only be reimbursed to economy class levels unless otherwise approved by the
AGENCY. Automobile mileage for travel will be reimbursed at the current rate approved
for AGENCY employees and shall be supported by the date and time of each trip with origin
and destination of such trips. Subsistence and lodging expenses will be reimbursed at the
same rate as for AGENCY employees. The billing for nonsalary cost, directly identifiable
with the Project, shall be an itemized listing of the charges supported by copies of original
bills, invoices, expense accounts, and miscellaneous supporting data retained by the
CONSULTANT. Copies of the original supporting documents shall be provided to the
AGENCY upon request. All of the above charges must be necessary for the services to be
provided under this AGREEMENT.
4. Fixed Fee
The fixed fee, which represents the CONSIJLTANT's profit, is shown in the heading of
this AGREEMENT under Fixed Fee. This amount does not include any additional fixed fee
which could be authorized from the Management Reserve Fund. This fee is based on the
scope of work defined in this AGREEMENT and the estimated man-montlis required to
perform the stated scope of work. In the event a supplemental agreement is entered into for
additional work by the CONSULTANT, the supplemental agreement may include provisions
for the added costs and an appropriate additional fee. The fixed fee will be prorated and
paid monthly in proportion to the percentage of work completed by the CONSULTANT and
reported in the monthly progress reports accompanying the invoices.
Any portion of the fixed fee earned but not previously paid in the progress payments
will be covered in the final payment, subject to the provisions of Section IX, Termination of
Agreement
Management Reserve Fund
The AGENCY may desire to establish a Management Deserve Fund to provide the
Agreement Administrator the flexibility of authorizing additional funds to the
AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for
additional work beyond that already defined in this AGREEMENT. Such authorization(s)
shall be in writing and shall not exceed the lesser of $50,000 or 101/(of the Total Amount
Exhibit C-2
Authorized as shown in the heading of this AGREEMENT. The amount included for the
Management Reserve Fund is shown in the heading of this agreement. This filrid may be
replenished in a subsequent supplemental agreement,. Any changes requiring additional
costs in excess of the "Management Reserve Fund" shall be made in accordance with Section
XIV, "Extra Work."
Maximum Total Amount Payable
The maximum total amount payable, by the AGENCY to the CONSULTANT tinder this
AGREEMENT, shall riot exceed the amount shown in the heading of this AGREEMENT.
The Maximum Total Amount Payable is comprised of the Total Amount Authorized,
which includes the Fixed Fee and the Management Reserve Fund. The Maximum Total
Amount Payable does not include payment for extra work as stipulated in Section XIV,
"Extra Work."
B. Monthly Progress Payments
The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual
costs phis the calculated overhead and fee riot more often than once per month during the
progress of the work. Such invoices shall be in a format approved by the AGENCY and
accompanied by the monthly progress reports required tinder Section 111, including direct
salary, direct nonsalary, and allowable overhead costs to which win be added the prorated
Fixed Fee. To provide a means of verifying the invoiced salary costs for CONSULTANT
employees, the AGENCY may conduct employee interviews. These interviews may consist
of recording the names, titles, and present duties of those employees performing work on the
PROJECT at the time of the interview.
C. Final Payment
Final payment of any balance due the CONSULTANT of the gross amount earned will
be made promptly upon its verification by the AGENCY after the completion of the work
under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports,
and other related documents which are required to be furnished under this AGRE EMENT.
Acceptance of such final payment by the CONSULTANT shall constitute a release of all
claims for payrnent which the CONSULTANT may have against the AGENCY unless such
claims are specifically reserved in writing and submitted to the AGENCY by the
CONSULTANT prior to its acceptance. Said final payment shall not, however, be a bar to
any claims that the AGENCY may have against the CONSULTANT or to any remedies the
AGENCY may pursue with respect to such claims. The payment of any billing will not
constitute agreement as to the appropriateness of any item and that at the time of final
audit, all required adjustments win be made and reflected in a final payinent. In the event
that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT
will refund Rich overpayment to the AGENCY within ninety (90) days of notice of the
overpayment Such refund shall riot constitute a waiver by the CONSULTANT for any
claims relating to the validity of a finding by the AGENCY of overpayment.
D. Inspection of Cost Records
The CONSULTANT and the subconsultants shall keep available for inspection by
representatives of the AGENCY and the United States, for a period of three years after final
payment, the cost records and accounts pertaining to this AGREEMENT and are items
Exhibit C-3
related to or bearing upon these records with the following exception: if any litigation,
claim, or audit arising out of, in connection with, or related to this contract is initiated
before the expiration of the three-year period, the cost records and accounts shall be
retained until such litigation, claim, or audit involving the records is completed.
Exhibit C-4
City ofTukwila Public Wod0Oepr eni
South 180thStreet Grade S8pGrat—
COnSu|t@ntCostPrnpnua|
4XV11:111111111IN
Analysis of Costs - BERGER/ABAM Inc.
Direct Salary Cost (DSC)
PERSONNEL
Hours
Pay Rate
Cost
Project Engineer
493
31.50
$15.530
Senior Engineer
963
24.50
$23.584
Planner
559
28.00
$15'652
CADDTmch
422
21.50
$9.073
Graphics Tech
246
10.00
$4.674
Direct Salary Cost Total
Salary Esouatiunfor 1D98(5%)(Assumes |5mo. Schedule with QrnO.inFY98) 83.378
Direct Salary Cost $93,409
Overhead Cost 165l0% 0fDSC $154.125
Net Fee 12.00% ofDSCQOH
SUBTOTAL $277,239
Reimbursables
Travel/Parking
$
2.520
Connputer/CADD
5'064
Repro duoUon/Postsge
6'840
Communications
972
SUBTOTAL
$15.496
Suboonsu|1anta: (See Exhibit {5)
Shannon 8.Wilson
13796
Participation
$75'326
HUR Inc
22.396
Participation
$122.675
CTSEngineers, VV/OBE
8.296
Participation
S45.108
Pharos Corporation VWDBE
0.096
Participation
$O
TnanspV
2.496
Participation
$13.056
�Infe)ZIN
Direct Nonsalary Total
Combined Total
Grand Total
$256,165
$271,661
City of Tukwila Public Works Dep 'ient
South 180th Street Grade Separa,
Consultant Cost Proposal
DIRECT NON -SALARY COSTS (BERGER/ABAM)
TRAVEL/PARKING
Mileage to project area, City Offices, & subconsultant offices for ABAM
2 Trips/Week @ 80 Miles/Trip @ $0.315/Mile for 50 Weeks
COMPUTER:
CADD Design & Drafting
CADD Tech Hrs @$12/Hr
2,520
5,064
REPRODUCTION/POSTAGE:
Final Design Report, Drainage Report, Flood Hazard Study, Wetland Study
Stream Study, Wildlife Study
1200 Pages and 10 Copies C@ $0.1 O/Page
$
1,200
Prepare & Maintain Mailing List
Copying & Distribution
$
200
Prepare, Mail & Distribute Public Meeting Hando ut/l n formation
3 Meetings P $250/Meeting
$
750
Engineers Estimate
15 Pages and 10 Copies @) $0.1 O/Page
$
15
Plans Review Submittals
30 Sheets and 25 Copies C@ $0.50/Sheet
$
375
Color Reproduction
400 SF Ca) $6.00/SF
$
2,400
20 Color Boards @ $1 OO/Board (assume 24"x36")
$
2,000
TOTAL REPRODUCTION
6,940_
COMMUNICATIONS:
Local Messenger/Courier
2 deliveries/month P $25/delivery for 6 months $ 300
FAX to Subconsultants
3 FAX/week for 24 weeks @ $4/FAX $ 288
FAX to City
4 FAX/week for 24 weeks P $4/FAX $ 384
TOTAL COMMUNICATIONS 972_
Exhibit D-3
Labor Hour Estimate
Project Name: South 180th Street Grade Separation
Project Number: P98154
Prepared By: G. Phillips
Date: 1214197 9:06
DESCRIPTION
PM/
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNER/
FIELD CREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
1. ADMINISTRATION
A. Project Mana ement/Workplan
18
20
10
20
68
B. Project Schedule and Updates
18
30
30
15
93
C. Progress Reports
18
30
30
20
98
D.Invoicing
18
30
30
78
E. Project Meetings
1) Kickoff meeting
4
4
4
2
14
2) Monthly meetings
15
12
12
39
3) Plan Review Meetings
12
12
12
8
44
4) Subconsuftant Meetings
60
16
16
92
F.TAC Coordination and Decision Facilitation
144
60
60
100
100
464
G. Quality Assurance
60
40
40
20
12
172
ADMINISTRATION TOTAL
367
1941
214
80
100
100
1071
1162
Exhibit D-4
Labor Hour Estimate
DESCRIPTION
PM]
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNER]
FIELD CREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
2. SURVEYS AND DATA GATHERING
A. Survey Services
1) Horizontal, Vertical Control, Property and ROW lines
24
721
64
160
CTS
2) Topographic Survey & CAD DrawiN
40
150
144
334
CTS
subtotal
64
0
0
222
208
0
0
494
B. Data Collection
1) Compile/review existing as -built plans, utility plans, etc.
4
2
8
14
2) Compilelreview existing railroad as -built plans and information
2
20
4
2
28
HDR
3) Review new & proposed commercial & residential development
4
2
8
14
4) Collect necessary traffic information
1
8
4
13
subtotal
10
25
28
0
0
0
6
69
C. Field Investigation
1) Visit project site for project familiarity
2
6
6
14
2) Visit project site for project familiarity
2
121
14
28
HDR
3) Field review existing drainage facilities & potential drainage
6
6
12
facility locations
4) Field review StreanVWetlands
6
6
subtotal
4
24
26
6
0
0
0
60
D. Base Maps
1) Develop base maps from survey
8
8
16
32
7
2) Prepare and review existing ground cross sections
20
8
28
20
subtotal
0
0
28
8
24
0
0
60
27
E. Geotechnical Analysis
1) Review previous subsurface investigations
8
4
12
S&W
2) Perform soil borings (800 feet)
10
120
14
144
S&W
3) Subsurface explorations/Lab Tests
16
10
26
S&W
4) Site geology/groundwater conditions
8
8
16
S&W
5) Seismic analysis/liquefaction evaluation
4
9
16
29
S&W
r
6) Retaining Structures
4
24
28
S&W
7) Deep foundations
4
32
36
S&W
8) Settlement
2
16
18
S&W
9) Groundwater studies
16
4
20
S&W
10) Construction considerations
2
12
14
S&W
11) Geotechnical Report
8
40
40
30
8
126
S&W
12) Reviews and Meetings
16
28
44
S&W
13) Assist wl plans and specifications
4
16
20
S&W
14) Riewtcoordinateidiscuss with geotech consultant
4
10
16
2
32
HDR
subtotal
58
227
240
0
30
0
10
565
SURVEYS AND DATA GATHERING TOTAL
136
276
322
236
262
01
161
1248
27
Exhibit D-5
Labor Hour Estimate
DESCRIPTION
PM/
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNER/
FIELD CREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
3. PERMITTING AND SPECIAL STUDIES
A. Stream Special Study
1) Coordinate with subconsultants
0
2) Research existing background data
1
8
9
3) Coordinate with Agencies
8
8
4) Fisheries and riparian habitat evaluation
1
24
25
5) Water quality & environmental
8
8
6) Hydrology and hydraulics
16
16
7) Data analysis (habitat & background)
81
8
8) Prepare Stream Special Study
1
1
32
6
40
9) Prepare impacts and proposed mitigations
6
6
10) Prepare graphics and photos
8
8
11) Prepare and review draft stream report
1
4
4
4
12
12) Prepare final stream report Incl. conceptual mitigation plans
I
0
subtotal
3
1
18
98
0
12
1d
140
Exhibit D-6
Labor Hour Estimate
DESCRIPTION
PM/
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNERt
FIELD CREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUSS
DRWGS.
S. Wetlands Special Study
1) Coordinate with subconsultants
1
2
3
2) review existing background data
1
8
9
3) Delineate wetlands & gather field data
32
32
a) On -site verification with the Corps of Engineers
4
4
4) Analyze field & background data
4
4
5) Determine functions and values
4
4
6) Establish buffers
4
4
7) Evaluate impacts
16
16
8) Develop mitigation plan for stream and wetland impacts
in coordination with flood hazard mitigation
a) Site selection and alternatives analysis
1. Client and agency coordination
4
4
2. Alternative analysis report
8
8
b) Conceptual mitigation plans
1. Client and agency coordination
4
4
2. Site visit
4
4
3. Conceptual mitigation plan
1
8
8
8
25
4. Preliminary cost estimates
4
4
4
12
5. Revisions to conceptual plan
2
2
2
6
9) Field Verification with Agencies
4
4
10) Develop wetland special study report
1
8
4
13
11) Review draft wetland report
1
1
1
12) Prepare final wetland report incl. conceptual mitigation plans
2
61
1 81
1 16
13) Review final wetland report incl. conceptual mitigation plans
1
4
4
9
subtotal
6
0
16
1301
01
221
81
182
Exhibit D-7
Labor Flour Estimate
DESCRIPTION
PMI
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNER/
FIELD CREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
C. Wildlife Special Study
1) Coordinate with Subconsultants
0
2) Review existing background data
4
4
3) Perform site visit
2
8
10
4) Analyze field & background data
8
8
5) Inventory existing wildlife and habitat
a) Aquatic
2
2
b) Mammals
2
2
c) Reptiles and amphibians
21
2
d) Birds
2
2
6) Determine wildlife impacts
a) Aquatic
2
2
b) Mammals
2
2
c) Reptiles and amphibians
2
2
d) Birds
2
2
7) Conceptual mitigation plans
a) Client and agency coordination
4
4
b) Site visit
4
4
c) Conceptual mitigation plan
8
8
8) Develop wildlife special study report
9)Prepare draft wildlife report
12
4
6
22
10) Review draft wildlife report
1
1
11) Prepare final wildlife report
1
4
5
12) Review final wildlife report incl. conceptual mitigation plans
1
2
4
7
subtotal
5
0
0
68
01
61
101
89
Exhibit D-8
Labor Hour Estimate
DESCRIPTION
PM/
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNER/
FIELD CREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
D. Flood Hazard Special Study
1) Coordinate with Subconsultants
0
2) Review existing background data & hydrologic modeling
2
8
10
3) Perform site visit
4
4
4) Perform hydraulic analysis (Pre & post project)
4
16
20
5) Evaluate flood impacts
4
8
12
6) Develop mitigation plan (for flood hazard impacts
in coordination with stream and wetland mitigation)
a) Site selection and alternative analysis
1. Client (and agency, if needed) coordination
2
4
6
2. Site visit
4
4
8
b) Develop mitigation plans
1. Client (and agency, if needed) coordination
2
4
6
2. Site visit
4
4
3. Preliminary mitigation plan
4
8
8
20
4. Finalize mitigation plans (revisions to preliminary plan)
2
2
4
4
12
7) Develop flood hazard special study report
a) Prepare draft report
2
4
4
4
14
b) Prepare 2nd draft report Incl. preliminary mitigation plans
1
1 2
41
1
1 4
41
14
c) Prepare final report incl. final mitigation plans
1 2
2
41
1
1 4
41
16
subtotall
41
30
761
01
121
121
12
146
Exhibit D-9
Labor Hour Estimate
DESCRIPTION
PM/
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNERI
FIELD CREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
E. Focused SEPA EIS NOT INCLUDED
1) Scoping Notice, meeting, and scoping document
1
1
16
4
2
24
2) Background, purpose and need
1
16
2
19
3) Cover letter
1
1
2
4) Table of Contents
1
2
3
5) Summary
24
24
6)Alternatives including No Action
16
16
7) Appendices
8
8
8) Affected Environment, Impacts, and Mitigations
a) Earth
8
8
b) Air Quality
8
8
c)Water
1. Water quality
8
8
2. Floodplain impacts/mitigation options
4
4
3. Stream impcatslmitigation options
4
8
12
4. Wetland impacts/mitigation options
1
8
9
5. Stormwater conveyencetcontrol treatment
1
4
4
9
d) Plants
8
8
e) Animals
81
8
f) Environmental health
1
24
25
Land Use/Consistency with plans and policies
1
16
17
h) Housing
2
2
1) Aesthetics, Light and Glare
6
6
j) Recreation
4
4
k) Cultural and historic resources assessment
1
4
5
4 Transportation and traffic
24
24
m) Transportation and traffic (Railroad)
2
2
8
1
13
HDR
n) Public services
1
8
9
o) Utilities
1
16
17
9) Prepare preliminary Draft EIS
4
4
4
40
32
16
100
10) Prepare Draft EIS
2
2
2
24
4
12
12
58
11) Prepare Response to comments from DEIS
4
2
2
40
12
60
12) Prepare preliminary Final EIS
2
2
2
40
8
8
16
78
13)Prepare Final EIS
1
1
1
16
12
8
39
subtotal
24
14
27
4101
12
68
721
627
Exhibit D-10
Labor Hour Estimate
DESCRIPTION
PM/
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNER/
FIELD CREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
F. Permits
1) Clearing and Grading
1
4
12
8
8
1
34
2) Shoreline Substantial Development
1
4
8
8
8
1
30
3) Hydraulic Project Approval
1
4
12
8
8
1
34
4) 404 (Corps of Engineers) Permit
1
4
12
8
8
1
34
5) 401 Water Quality Exemption
1
4
8
6
1
20
6) Water Quality Certification
1
4
8
6
1
20
7) Railroad Easements and Agreements
4
4
4
16
2
30
HDR
8) Utility Agreements
2
16
24
8
16
4
4
74
9) WSDOT (temporary Railroad crossing)
2
20
4
2
28
HDR
10) Other
4
16
16
36
subtotal
14
68
104
58
68
4
14
340
PERMITTING AND SPECIAL STUDIES TOTAL
56
113
2391
7741
921
124
126
1524
Exhibit D-11
Labor Hour Estimate
DESCRIPTION
PM/
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNER/
FIELD CREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
4. PUBLIC INVOLVEMENT
A. Public Involvement Plan
1) Prepare public involvement plan (draft & final)
2
4
4
24
2
36
2) Prepare public involvement summary report
2
2
2
8
2
16
3) Assist with Plan and Summary
14
14
4
32
HDR
subtotal
18
20
6
32
0
0
8
84
B. Mailing List
1) Prepare initial mailing list (assume 200 max on list)
4
4
16
24
2) Update & maintain mailiN list
4
4
8
16
subtotal
0
0
8
8
0
0
24
40
C. Newsletters
1) Prepare newsletters and notifications (assume 3)
3
3
6
12
0
6
12
42
2) Mail newsletters and notification (assume 3)
24
24
3) Assist with newletters and notifications
8
4
12
HDR
subtotal
11
7
6
12
0
6
36
78
D. Open House
1) Prepare displays (assume 12 - 24x36 boards)
8
8
4
60
80
2) Prepare handouts
1
1
4
2
2
10
3) Assist with displays and handouts
4
8
32
44
HDR
4) Attend open house
8
8
0
8
24
5) Attend open house
8
8
16
HDR
6) Prepare open house notes
1
2
2
5
subtotal
20
33
10
18
32
62
4
179
E. Public Meetings
1) Prepare displays (assume 12- 24x36 boards)
4
4
4
20
32
2) Prepare handouts
1
1
1
2
5
3) Assist with Displays and Handouts
8
8
32
48
HDR
3) Attend meetings (assume 2)
8
8
8
24
4) Prepare meetingminutes
2
2
4
subtotal
16
21
7
15
32
22
0
113
F. Other Meetings
1) Utility meetings (5)
2
12
14
2) Utility meetings (5)
2
12
14
HDR
3) Public agency meetings
2
14
16
4) Public agency meetings
2
14
16
HDR
5) Railroad meetings (2 Joint, 2 Separate & Coordination)
12
14
26
6) Railroad meetings (2 Joint, 2 Separate & Coordination)
48
24
72
HDR
subtotal
68
50
40
0
0
01
0
158
PUBLIC INVOLVEMENT TOTAL
133
131
77
85
64
90
72
652
Exhibit D-12
Labor Hour Estimate
DESCRIPTION
PM1
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNER!
FIELD GREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
5. PRELIMINARY DESIGN NOT INCLUDED
A. Roadway Improvements
1) Finalize horizontal & vertical alignment
2
16
40
8
66
2) Draft plan & profile layout
16
32
48
3
3) Prepare roadway typical sections
16
40
8
64
1
4) Plot proposed roadway templates on existing cross sections
16
32
48
10
5) Identify wall locations, types and heights
16
40
8
64
subtotal
2
48
152
01
88
0
0
290
14
B. Railroad Realignment (Shoofly)
1) Finalize horizontal & vertical alignment
14
50
40
104
HDR
2) Gross sections and qtys
2
28
40
70
HDR
+
3) Prepare railway typical sections (BNSF and UPRR)
6
8
14
HDR
1
4) Plot proposed railway templates on existing cross sections
10
101
HDR
10
5) Identify wall locations, types and heights
4
8
16
28
HDR
subtotal
20
84
8
0
114
0
0
226
C. Traffic
1) Analyze existing level of service(Intersectionlcorridor)
10
2
16
28
TRANSPO
2) Analyze future level of service (I ntersection(corridor)
10
4
20
34
TRANSPO
3) Determine intersection(corridor geometry (no. of lanes)
20
4
32
16
72
TRANSPO
4) Prepare intersection plans
4
8
4
20
36
2
subtotal
44
18
72
0
20
0
16
170
2
C. Construction Phasing
1) Prepare roadway plan
4
16
16
36
2
2) Prepare roadway sections
4
16
12
32
1
3) Prepare railway shoofly phasing plans
4
24
20
20
2
70
HDR
4
4) Prepare railway shoofly sections
2
20
12
34
HDR
1
subtotal
6
52
52
0
60
0
2
172
8
D. Drainage
1) Perform present basin analysis
8
40
48
2) Perform future basin analysis
8
16
24
3) Preliminary drainage calculations & conceptual layouts
4
24
32
60
4) Conveyance and runoff control facility sizing and location
4
16
16
36
5) Prepare plan
1
4
241
1 32
61
2
subtotall
1
28
1201
01
80
0
0
229
2
Exhibit D-13
Labor Hour Estimate
DESCRIPTION
PM/
EXECUTIVE
PROJECT
ENGINEER
SENIOR
ENGINEER
PLANNER/
FIELD CREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
E. Bridge Type, Size and Location Study
1) Pre are Over/Under Analysis
8
32
24
64
HDR
2) Prepare concept #1
2
32
16
50
HDR
1
3) Prepare concept #2
2
12
16
30
HDR
1
4) Prepare concept #3
2
12
16
30
HDR
1
5) Prepare foundation concept #1
2
12
16
30
HDR
1
6) Prepare foundation concept #2
2
12
16
30
HDR
1
7) Coordinate with agencies
24
24
HDR
8) Analyze alternatives and make recommendation
8
16
24
HDR
9) Prepare plan
1
4
12
17
HDR
2
10) Prepare elevation
1
4
8
13
HDR
11) Prepare section
1
4
8
13
HDR
12) Prepare construction phasing
4
4
8
16
HDR
1
13) Interurban Trail Bridge
16
16
22
54
2
14) Prerpare Bridge TSSL Report
32
8
40
HDR
subtotal
105
0
168
0
162
0
0
435
12
F. Environmental considerations
1) Summarize stream mitigation measures
2
4
4
2
12
2) Summarize wetland mitigation measures
2
4
4
2
12
3) Summarize wildlife mitigation measures
2
4
4
2
12
4) Summarize flood hazard mitigation measures
2
4
4
2
12
subtotal
0
8
16
16
0
0
8
48
G. Design Report
1) Prepare preliminary draft design report
4
8
2
14
15
2) Prepare final draft design report
2
2
4
2
10
3) Prepare design report technical appendix
2
4
2
8
subtotal
2
8
16
0
0
01
6
32
15
H. Preliminary Estimate of Probable Construction Costs
1) Calculate Quantities
4
20
20
44
2) Calculate Quantities
3
20
8
31
HDR
3) Prepare cost estimate
4
20
20
44
4) Prepare cost estimate
3
20
23
HDR
subtotal
14
80
40
0
8
0
0
142
PRELIMINARY DESIGN TOTAL
194
326
644
16
532
0
32
1744
Exhibit D-14
Labor Hour Estimate
DESCRIPTION
PMt
EXECUTIVE
PROJECT
I ENGINEER
SENIOR
ENGINEER
PLANNER/
FIELD GREW
CADD
TECH
GRAPHICS
TECH
CLERICAL
TOTAL
SUBS
DRWGS.
SUMMARY OF LABOR HOURS BY CONSULTANT TASKS 1, 2,3 less Focused SEPA EIS, 4, $ 5 = PHASE 1
BERGERIABAM Engineers
475
493
963
559
422
246
246
3404
HDR, Inc
231
308
222
0
378
0
12
1151
Shannon $ Wilson
54
217
224
0
30
0
8
533
CTS Engineers
64
0
0
222
208
0
0
494
Transpo
40
10
68
0
0
0
16
134
Pharos Corporation
TOTAL LABOR HOURS PHASE 1
886
1040
1496
1191
1050
314
353
6330
tww"13M
BREAKDOWN OF OVERHEAD COST
In this section, the following documents are as follows.
■ Forecasted FY98 Indirect Cost Rate, One -Tier System
■ Final FY97 Indirect. Cost Rate, One -Tier System
Exhibit E- I
BERGER/ABAM ENGINEERS INC.
FORECASTED FY98 INDIRECT COST RATE, ONE -TIER SYSTEM
(2080 Basis)
In 000s
FY98
Forecasted
Allocation Base
Total Direct Labor ��750
Indirect Costs
Indirect labor
(Admin, Proposal, Negotiation, Incentive)
$2, 177
Vacation, Holiday, Sick, Other Labor
665
Fringe Benefits
1,028
Administration Expense
870
Proposal Expense
185
Facilities
450
Furniture, Equipment, and Supplies
195
Communication and Reproduction
157
Computer Services
140
Auto and Field Equipment Expense
1.5
Miscellaneous Taxes and Insurance
27
Interest
0
E&O Insurance
245
B&O 'Taxes
269
$6,423
Less Unallowables
Interest
0
Contributions
5
Entertainment
20
Advertising
20
(45)
Total Indirect Costs
�378
Indirect Cost Rate, Labor Overhead
$6,378/$3,750
Indirect Costs/Allocation Base =
= 170.1%
Exhibit E-2
BERGER/ABAM ENGINEERS INC.
ACTUAL FY97 INDIRECT COST RATE, ONE -TIER SYSTEM
(2080 Basis)
In 000s
Allocation Base
FY 97
Actuals
Total Direct Labor. 13_, 165
Indirect Costs
Indirect labor
(Adm.in, Proposal, Negotiation, Incentive)
$1, 960
Vacation, Holiday, Sick, Other Labor
566
Fringe Benefits
820
Administration Expense
785
Proposal. Expense
164
Facilities
429
Furniture, Equipment, and Supplies
167
Communication and Reproduction
138
Computer Services
89
Auto and Field Equipment Expense
11
Miscellaneous Taxes and Insurance
24
Interest
I
E&O Insurance
140
B&O Taxes
267
$5,561
Less Unal..Iowables
Interest
I
Contributions
5
Entertainment.
13
Advertising
19
(38)
Total Indirect Costs
-) �523
Indirect Cost Rate, Labor Overhead
$5,523/$3,165
Indirect Costs/Allocation Base =
= 174.5%
Exhibit E-3
1 W4 gelto
PAYMENT UPON TERMINATION OF AGREEMENT
BY THE AGENCY OTHER THAN FOR FAULT OF THE CONSULTANT
(Refer to Agreement, Section IX)
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which when added to any payments
previously made, shall total the actual costs plus the same percentage of the fixed fee as the work
completed at the time of termination is to the total work required for the Project. In addition, the
CONSULTANT shall be paid for any authorized extra work completed.
Exhibit F-1
EXHIBIT G
SUBCONTRACTED WORK
The AGENCY permits subcontracts for the following portions of the work of this AGIU4,EMENT.
■ Shannon & Wilson
400 N. 34"' Street, Suite 100
P.O. Box C-30313
Seattle, WA 981-03
■ HDR, Inc.
500 1.08"' Avenue NE, Suite, 1200
Bellevue, WA 98004-5538
r CTS Engineers, Inc.
2115 112"' Avenue NE #200
Bellevue, WA 98004
■ The Transpo Group
1.4335 NE 24"' Street, Suite 201
Bellevue, WA 98007-3737
■ PHAROS Corporation
310 Waterfront Park Building
144 Railroad Avenue
Edmonds, WA 98020
Exhibit G-1
City of Tukwila Public Works Dep,- 'lent
South 180th Street Grade Separat.
Consultant Cost Proposal
EXHIBIT G-2
Sub -Consultant Analysis of Costs - Shannon & Wilson
Direct Salary Cost (DSQ)
PERSONNEL
Hours
Pay Rate
Cost
Project Manager/ Executive
54
$50.00
$2,700
Senior Engineer
211
27.00
5,697
Project Engineer
224
20.00
4,480
Drafting & CADD
30
17.00
510
Project Hydrogeologist
6
30.00
180
Clerical
8
16.00
128
Direct Salary Cost Total
533
$13,695
Salary Esculation for 1998 (5%) (Assumes 15 mo.
Schedule with 9 mo.
in FY98)
$514
Direct Salary Cost
$14,209
Overhead
171.40%
of DSC
$24,353
Net Fee
12.00%
of DSC+OH
$4,627
SUBTOTAL
$43,189
Reimbursables
Drilling (8001-F)
$17,400
Traffic Control
$3,421
Geotechnical Testing
$6,380
Mileage
$310
RR Right-of-entry/insurance
$4,000
Telephone/FAX
$100
Reproduction
$525
SUBTOTAL
$32,136
TOTAL $75,325
City of Tukwila Public Works Depr ient
South 180th Street Grade Separat,
Consultant Cost Proposal
EXHIBIT G-3
Sub -Consultant Analysis of Costs- HDR, Inc.
Direct Salary Cost (DSC)
PERSONNEL
Hours
Pay Rate
Cost
Project Manager/Executive
231
$47.00
$10,857
Railway/project Engineer
308
34.00
$10,472
Bridge/Structure Engineer
222
30.00
$6,660
Planner
-
$0
CADDITechnician
378
22.00
$8,316
Clerical
12
19.00
$228
Direct Salary Cost Total
1151
Salary Esculation for 1998 (5%) (Assumes 15 mo. Schedule with 9 mo. in FY98)
Diirect Salary Cost
Overhead Cost 167% of DSC
Net Fee 12.00% of DSC & OH
Reimbursables
Travel/Parking
Computer
Reproduction/Postage
Communications
SUBTOTAL
SUBTOTAL
$36,533
$1,370
$37,903
$63,298
$12,144
$113,345
$2,768
$3,450
$2,862
$250
$9,330
TOTAL $122,675
City NTukwila Public Works Dopp mnt
South 180thGh8e Grade
Consultant Cost Proposal
EXHIBIT G-4
Sub -Consultant Analysis of Costs- CTS Engineers, Inc
PERSONNEL
Hours
Pay Rate
Cost
Project Engineer
-
$0
Senior Engineer
-
$O
Field Crew
222
38.00
$8.486
CAOO/Teohnioian
208
20.50
$4'264
Clerical
$D
Direct Salary Cost Total
in
$14,546
Salary Eaou|aUmnfor 1988(596)(Assumes 15mq.Schedule with 0mn.inFY98) $545
Diirect Salary Cost $15,092
Overhead Cost 164.50% ofUSC $24.826
Net Fee 12I0% nfU5C@{}H
SUBTOTAL $44.708
Reimbursables
Travel/Parking $200
Computer $O
Reproduction/Postage $200
Communications $0
SUBTOTAL $400
TOTAL $45,108
City of Tukwila Public Works DepE, ant
South 180th Street Grade Separab,..
Consultant Cost Proposal
EXHIBIT G-5
Sub -Consultant Analysis of Costs- Transpo
Direct Salary Cost (DSC)
PERSONNEL
Hours
Pay Rate
Cost
Project Executive
4 $
45.90
$184
Project Manager
36
38.00
$1,368
Senior Engineer
68
26.00
$1,768
Project Enginer
10
17.50
$175
CADD/Technician
-
$0
Clerical
16
17.50
$280
Direct Salary Cost Total
134
Salary Esculation for 1998 (5%) (Assumes 15 mo. Schedule with 9 mo. in FY98)
Diirect Salary Cost
Overhead Cost 184.00% of DSC
Net Fee 12.00% of DSC & OH
Reimbursables
$3,775
$142
$3,916
$7,206
$1,335
SUBTOTAL $12,456
Travel/Parking
$150
Traffic Counts
$400
Reproduction/Postage
$0
Communications
$50
SUBTOTAL $600
TOTAL $13,056
City of Tukwila Public Works DepE )nt
South 180th Street Grade Separate,...
Consultant Cost Proposal
EXHIBIT G-6
Sub -Consultant Analysis of Costs- Pharos Corporation
Direct Salary Cost (DSC)
PERSONNEL Hours Pay Rate Cost
Project Manager/Executive 0 $ 26.00 $0
Project Engineer 0 17.00 $0
Senior Engineer - $0
Planner - $0
CADD/Technician - $0
Clerical - $0
Direct Salary Cost Total
M
;ng
Salary Esculation for 1998 (5%) (Assumes 15 mo. Schedule with 9 mo. in FY98) $0
Diirect Salary Cost $0
Overhead Cost 167.90% of DSC $0
Net Fee 12.00% of DSC & OH $0_
Reimbursables
Travel/Parking
Computer
Reproduction/Postage
Communications
SUBTOTAL $0
$0
$0
$0
$0
SUBTOTAL $0
TOTAL $0