HomeMy WebLinkAbout18-244 - TranTech Engineering - 2019 Bridge Program Engineering Support18-244(a)
Council Approval 8/5/19
City of Tukwila Agreement Number:
§6200 Southcenter Boulevard, Tukwila WA 98188
17
CONTRACT FOR SERVICES
Amendment # 1
Between the City of Tukwila and TranTech Engineering, LLC
That portion of Contract No. . 18-244 between the City of Tukwila and
TranTech Engineering,_ LLC is amended as follows:
Section 1 & 2:
The scope has been updated to reflect that some of the original work has been completed
and to include the requested work currently under way. See the attached Exhibit Al.
Rprtinn AA -
The "not to exceed" amount is increased by $68,163,00 to $107,680.00 per the attached
Exhibit Bl.
All other provisions of the contract shall remain in full force and effect.
Dated this
CITY OF TUKWILA
Allan Ekberg, M
day of
w.
'Flaherty, MMC, City Clerk
NTRACTOR TranTech Engineering, LLC
Pr ii Tte Name: Cry ftt(�- riff'in
APPROVED AS TO FORM
City Attorney
Pagc I of I
SCOPE OF WORK
TRANTECH Engineering
2019 Bridge Program Engineering Support
Amendment I
Exhibit Al
CITY of Tukwila, WA
PROJECT DESCRIPTION
The CITY ITY Of Tukwila (('11-Y) has entered into an on -call engineering services contract with
TranTech Enoineering, LLC (TranTech) to provide Ongoing bridge pro-rarn support for 2019.
These tasks originally include providing construction SLIPPOrt for the west approach slab repairs of
the 196"'/ 200"' Street Bridge, continued permit load rating services to manage the load posting of
the 42`1 .Avenue TrLISS. I'Lindirl" SLIpport for the 42"'l AVCIlUe Truss, and providing i-niscelialleOLIS
llleel*lll&3 SLIPPOrt Ior other bridge program tasks as identified by the CITY. The scope of this
agreement has changed at the request Of the 0TY as detailed below.
The CITY has requested revisions to the existing PS&I" package previously prepared for the
196"'/200"' Street Bridge. These changes have been proceeding as directed by the CITY, In
addition, TrailTech has provided unplanned miscellaneous engineering Support as a stopgap for all
Unanticipated personnel shortfall at the CITY. Progress oil the original tasks along with these
Unexpected additions have exhausted the remaining available bUdget for Agreement 18-244.
Amendment I provides additional funds to complete the requested revisions to the 196"'/200111
Street Bridge Repair PS&E. to continue the miscellaneous cngincering, support as these tasks are
transitioned to a nevv CITY employee. and to continue engineering support for the original tasks,
4n
SCIIEDULE
The Agreement shall remain in effect through December 31, 2019. However, all tasks will be
Z71
completed per the time requirements and submittal schedules Of the individual tasks as agreed to
With the CITY.
SCOPI" OF WORK - TECHNICAL APPROACH
All work shall be in accordance with WSDOT/ H IWA procedures and reqUirenicrIts and with the
rcqUircilients ofthe National Bridge Inspection Standards (NBIS) where applicable.
Task I - 196"'/ 200"' Street Bridge Repair Project
Task 1.1 - PS&E, Revisions
The CITY has requested changes to the current PS&1`1 package to provide a snoret7
permanent repair than previously scoped. Task 1.1 provides additional funds I 'or this effort.
as Tran'fcch provides requested changes as directed by the CITY.
2019 Tukwila Bridge Program Engineering Support - Amendment I -- SCOPE OF \VORK Page I
TRANUCH ENGINEERING
Task 1.2 - Construction onstruction Management Support
The 196"7200" Street Bridt7,,e Repair Project will move to the construction phase in
SUrnilier 2019. Task 1.2 provides for on -cal I construction management support as
i-cqLlCstcd by the CITY,
Task 2 — 42"" Street Load Ratin,_,, Services
TranTech will provide load rating analysis for all trucks reqUiring permit access to cross the load
z:7
posted bridge as requested by the CITY,
The CITY has contacted two grit -nary truck dispatchers in BNSI'-' and Baker Commodities that
utilize this bridge for their truck route to provide their specific trUCk. inflormation to be Used I'm,
load rating purposes.
Delivertibles
• Structural MC1110 to supplement the current load rating report that identifies the rating
t"actors associated with the specific permit truck information.
0 E'lectronic PDF copies of all reports generated provided on compact disk.
Task 3 — 42"" Ave Bridge Replacement Funding Assistance
A Federal Bridge Program Call for Projects was advertised in earl), 2019. Task 3 originally
consisted of assisting the CITY In the development of bridge replacement application package
to be submitted to the Local Agency Bridge Program for the 42"'l AVellUe S01.1th Truss in
Allentown. TranTech assisted the CITY in assembling and Updating the eXlStHliT C011StRiCtion
estimates and analysis.
Tran-Fech has provided and submitted the initial funding request pet- the Call for Projects
requirements and deadlines. Amendment I provides for continued support thl-01.101 the spring and
t7
SUMITIC17 candidate review period and through the funding meeting expected in the Fall of'20 19.
Task 4 -- Miscellaneous Bridge Program Support
v, Pil'ec I E. 1: �: I C I C, r 1, 'o i c l� Ro cu I a �W
OH-1!2rPJ'Ok.'L'111� d k:d ill t� h- PC , 2
ffif" coWlllu�,°J oF R6d�_'.c Pro,PJM VJ �md ode ,,,6
20'19 Tukwila Brid-c Program Enoineering Support - Amend anent SCOP E'OF` WORK Page 2
TRA NTF'C1 I FN G I N FIT I NG
TRANTECH
Exhibit B1 - Consultant Fee Determination
City of Tukwila; 2019 Bridge Program Engineering Support
Task 1.11-196th12ooth Street Bridge PS&E Revisions $ 42,007
Task 1.2 - 196thl 200th Street Bridge Repair CM Support $ 10,461
Task 2 - 42nd Avenue Load Rating Services $ 4,160
Task 3 - 42nd Ave Bridge Replacement Funding Assistance $ 1,283
Task 4 - Miscellaneous Bridge Program Support $ 9,753
Direct Costs $ Soo
Grand Total $ 68,163
EXHIBIT 131 - Budget
City of Tukwila 2019 Bridge Program Engineering Support
Project
QA1QC
Senior
Project
Senior
Const. Senior
Clerical
Total
Task Items
Manager
Engr.
Struc.
Struc.
Civil
Engr. CAD
Engr.
Engr.
Engr.
Task 11 - 196tW 200th Street Bridge PS&E Revisions
3
13
75
71
50
2 50
7
301
Total Manhours
3
13
75
71
50
2 BO
7
301
Direct Labor Rates (ULR)
5 57,50
$ 59.00
$ 58 00
$ 55.00
$ 52,00
$ 75.00 $ 37.00
$ 22 00
Total Direct Salary Cost
$173
$767
$4,350
$3,905
$2,600
$158 $2,960
$154
$15,067
Profit at 301/6 of DLR
$4,5,20
Overhead
at 1 4881 fimes DLR
$22,420
Total Labor Cost
$42,007
Note — The sum of the above Profit and Overhead is equal to a combined MUfi#Jef Of 2 7881
EXHIBIT BI - Budget
City of Tukwila 2019 Bridge Program Engineering Support
Project
QAIQC
Senior
Project
Staff
Senior
Senior
Const, Assistant
Clerical
Total
Task Items
Manager
Engr.
St-c.
Strut.
Struc.
Traffic
CAD
Engr. Inspector
Engr.
Engr.
Engr.
Engr,
cask 1 2 - 196ttV20ath Streer Bridge RepaiT (,M support
It
2
2
2
2
2
6
16 56
4
96
ToW Manhours
4
2
2
2
2
2
6
16 56
4
96
Direct Labor Rates fDLR)
5 5750
5 5,9 00
$ 5800
S 5500
S 3900
S 50.00
S 3700
S 56 DO 5 36 N
3 22 00
Total Direct Salary Cost
$230
$118
5116
$110
$78
$100
$896 $2,016
S88
$3,752
PmN at 30% of DLR
$1,126
Overhead at 1 4 $81 rmes ULR
$5,583
Total Labor Cost
$10,461
Noe -.'1 he sum nfrhe above Profit and O-rheas is equal to A r0mbiriel uiLihple—f 2 7R81
a
I
EXHIBIT B1 - Budget
City of Tukwila 2019 Bridge Program Engineering Support
Project
QAIQC
Senior
Project
Staff
Senior
Senior
Const. Assistant
Clerical
Total
Task Items
Manager
Engr.
Struc.
Struc.
Struc.
CAD
Civil
Engr. Inspector
Engr,
Engr,
Engr.
Eng.r.
Task 2- 42rud Avenue Laad Rating .S`eruices
4
2
2
to
10
4
32
Total Manhours
4
1
2
10
10
0
0
0 0
4
32
9D) raO Labor Rues (Dl..R 1
$ 5750
$ 5900
S 5800
$ 55.00
S 39.00
S 37.00
5 52 00
S 56.30 S 36.00
$ 2200.
Total Direct Salary Cost
S230
$118
$116
$550
$390
$0
so $o
$88
$1,492
Profit w 309ro of DP_R
$446
C7vernead
M 1 4881 tunas DLR
$2,220
Total Labor Cost
$4„160
Note - The Tram of Oe above Profit and Cverheadl is e9uaY to a combined multiplier of 2.'788t
EXHIBIT B1 - Budget
City of Tukwila 2019 Bridge Program Engineering Support
Project
QAIQC
Senior
Project
Staff
Senior
Senior
Const., Assistant
C$erlcal
Total
Task Items
Manager
Engr.
Struc.
Struc.
Strut.
CAD
Civil
Engr. Inspector
Engr.
Engr.
Engr.
Engr'.
Task 3 - 42nd .Ave, Bridge Replacement Funding Assistance
8
7aCal Manhuurs
8
0
0
a
0
0
0
0 0
0
8
Direct Labor Rates (DLR)
$ 57,50
5 59 D0
$ 5800
$ 56.00
$ 3900
$ 3700
S 52.00
$ 50.00 $ 38.00
5 2200
Total Direct Salary Cost
$460
$0
$a
$0
$0
$o
$0
$0 $o
$o
$460
PCofll, at 30% of DLR
$138
Overhead, at 1 48aI times DLR
$685
Total Lahor Cost
$1,283
Noe'e —'The sum at are above Profit and Overhead is equal to a combined rnUNtilaerof 7981
EXHIBIT B1 - Budget
City of Tukwila 2419 Bridge Program Engiineering
Support
Project
QAiQC
Senior
Project
Staff
Senior
Senior
6ffi ce Const.
Clerical
Total
Task. Items
Manager
Engr.
5truc..
Slruic.
Struc.
Coating
Traffic
Engineer Engr.
Engr.
Engr.
Engr.
Engr.
Engr.
Task 4- Miscellaneous Bridge Program Support
8
2
2
4
4
4
4
40 4
2
74
Total Manhows
a
2.
2
4
4
4
4
40 4
2
74
Direcl Labor Rates (DLR)
S 57.50
S 5900
5 55.00
55500
$ 39.DO
$ 40.00
S 5000
S 45.00 S 58.00
S 2200..
Total direct Salary Cost
$460
$118
$116
$220
$1516
$160
$200
$1„800 $224
$44
$3,498
Profit at 30'L of UP
$1,049
Overhoad
at 1.4881 limes DLR
S5,205
"folal Labor Cost
$9,753
Note --The sum of the above Profie aped Uvertread 6 equal to a,r.,wrnbined MLIHhpier of 1,7881
City of Tukwila Contract Number: 18-244
Council Approval N/A
6200 Southcenter Boulevard, Tukwila WA 98188
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the Cite of Tukwila. Washington. hereinafter
referred to as "the City", and TranTech Engineering. LLC, hereinafter referred to as "the
Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform Engineering Support
services in connection with the project identified on Exhibit "A".
2. Scope of Services. The Consultant agrees to perform the services, identified in Exhibit "A"
attached hereto. including the provision of all labor, materials, equipment and supplies.
-1. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2019. unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no
later than December 1, 2019 unless an extension of such time is granted in writing by the
C ity.
4. Pavment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $39.517.00
without express written modification of the Agreement signed by the Citv.
B. The Consultant may submit vouchers to the Cite once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City` and. upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the Cityafter the completion
of the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed.
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
Ownership and Use of Documents. All documents. drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information. reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings. specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement. faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials. employees and volunteers harmless from any and all claims, injuries. damages.
losses or suits including attorney fees, arising out of or resulting from the acts. errors or
omissions of the Consultant in performance of this Agreement. except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
424.115. then. in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City. its officers, officials, employees. and volunteers. the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant. its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance. or otherwise limit the City_ 's recourse to any remedy available at
laxx or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1.000.000 per accident. Automobile Liability
insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
CA revised : 1-2013 Page 2
?. Commercial General Liabilitv insurance with limits no less than $1.000.000 each
occurrence, $2.000,000 Qeneral aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liabilitv with limits no less than $1.000.000 per claim and
$1,000.000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liabilitv and Commercial
General Liability insurance policies are to contain. or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance. self-insurance, or
insurance pool coverage maintained by the Citv shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability- of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy, of the amendatory endorsements. including but not necessarily limited to the
additional insured endorsement. evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as
required by this section shall be delivered to the City within fifteen (15) days of execution
of this Agreement.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation. within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach.
immediately terminate the contract or. at its discretion. procure or renew such insurance
and pay any and all premiums in connection therewith. with any sums so expended to be
repaid to the City on demand. or at the sole discretion of the City. offset against funds due
the Consultant from the Citv.
4. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program. otherwise assuming the duties of an employer with respect to
the Consultant. or any employee of the Consultant.
CA revised : 1-2013 Page 3
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person. other than a bonafide employee working solely for the
Consultant. to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person. other than a bonafide employee working solely for the Consultant. any
fee. commission, percentage. brokerage fee, gifts. or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its
discretion to deduct from the contract price or consideration. or otherwise recover. the full
amount of such fee. commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant. with regard to the work performed by it under
this Agreement. will not discriminate on the grounds of race, religion. creed. color. national
orisgin, age, veteran status. sex. sexual orientation. gender identity. marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten ( 10)
days written notice to the Consultant.
B. In the event of the death of a member. partner or officer of the Consultant. or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement. if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
I Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to. and the
Consultant shall at all times comply with. all applicable federal, state and local laws,
regulations. and rules. including the provisions of the City of Tukwila Municipal Code and
ordinances of the Citv of Tukwila. In the event any suit. arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term. condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion. expiration or cancellation of this Agreement, shall survive
termination of this Agreement.
GA revised : 1-2013 Page 4
IT Notices. Notices to the Cite of Tukwila shall be sent to the following address:
City Clerk
Cite of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the follo�.N=inv, address:
TranTech Engineering. LLC
zn
365 — 118t" Ave. SE. Suite 100
Bellevue, WA 98005
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda.
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations. or agreements written or oral. No
amendment or modification of this Agreement shall be of anv- force or effect unless it is in
writing and signed by the parties.
DATED this daN of 20
CITY OF TUKWILA
U
r � "
-� _.
Mayor. Allan Ekberg
Attest/Authenticated:
Cif Clerk, Chiisty Q'Flaherty
CONSULTANT
B v:
t
Printed Name: Grant D. Griffin
Title: Senior Project Manager
Approved_a�to Fo
e of the City Attorney
CA revised : 1-2013 Page 5
SCOPE OF WORK
TRANTECH Engineering
2019 Bridge Program Engineering Support
Exhibit A
City of Tukwila, WA
PROJECT DESCRIPTION
The City of Tukwila (CITY) has requested an on -call engineering services contract from TranTech
Engineering. LLC (TranTech) to provide ongoing bridge program support for 2019. These tasks
include providing construction support for the west approach span repairs of the 196th/ 200`h Street
Bridge, continued permit load rating services to manage the load posting of the 42nd Ave Truss.
and providing miscellaneous engineering support for other bridge program tasks as identified by
the City.
SCHEDULE
The Agreement shall remain in effect through December 31. 2019. However. all tasks will be
completed per the time requirements and submittal schedules of the individual tasks as agreed to
with the City.
SCOPE OF WORE — TECHNICAL APPROACH
All work shall be in accordance with WSDOT/ FHWA procedures and requirements and with the
requirements of the National Bridge Inspection Standards (NBIS) where applicable.
Task I — 1961"1100"' Strcet bridge Repair Prt ect - Construction Nianagernent Support
The 196`'1'2001" Street Bridge Repair Project is moving to the construction phase Task 1 will
provide for on -call construction management support as requested by the City.
Task 2 — 4 ,_" Street Load Rating Services
TranTech will provide load rating analysis for all trucks requiring permit access to cross the load
posted bridge as requested by the City.
The City has contacted two primary truck dispatchers in BNSF and Baker Commodities that
utilize this bridge for their truck route to provide their specific truck information to be used for
load rating purposes.
Deliverables
Structural Memo to supplement the current load rating report that identities the rating
factors associated with the specific permit truck information.
• Electronic PDF copies of all reports generated provided on compact disk.
2019 Tukwila Bridge ProLram Engineering Support -- SCOPE OF WORK Page I
TRANTECH ENGINEERING
Task- 3 -- 2F"' AveBridge Replacement Funding Assistance
A Federal Bridge Program Call for Projects will be advertised in early 2019. Task 3 consists of
assistinP the City_- in the development of a bridge replacement application package to be
submitted to the Local Agency Bridge Program for the 42" d Avenue South Truss in Allentown.
Preliminary funding support analysis has been performed over the last few years. TranTech will
assist the City in assembling and, if necessary. updating the existing construction estimates and
analysis.
TranTech will provide overall assistance for the initial submittal package preparation per the Call
for Projects requirements and deadlines. Also included. will be continued support through the
spring and summer candidate review period and through the funding meeting expected in the Fall
of 2019.
Task 4 — Miscellaneous Bridge Program Support
i 1. `t L1
__ 11 �t�TI pi L
t;� }_'_
2019 Tukwila Bridge Program En-ineerina Support -- SCOPE OF FORK Page 2
TRANTECH ENGINEERING
Sheet 1
TRANTECH
EXHIBIT B - Budget
Id I
En 9 i n e e r u n g L � C
City of Tukwila 2019 Bridge Program Engineering Support
Project
QA/QC
Senior
Project
Staff
Senior
Senior
Senior
Senior
Const.
Assistant Clerical Total
Task Items
Manager
Engr.
Struc.
Struc.
Struc.
Coating
Traffic
CAD
Civil
Engr.
Inspector
Engr.
Engr.
Engr.
Engr.
Engr.
Engr.
Task 1 - 196th/ 200th Street Bridge Repair CM Support
4
2
2
2
2
2
6
16
56 4 96
Task 2 - 42nd Street Load Rating Services
4
2
4
24
24
4 62
Task 3 - 42nd Ave Bridge Replacement Funding Assistance
24
2
2
2
2
16
8
20
4 80
Task 4- Miscellaneous Bridge Program Support
16
4
4
8
8
8
8
10
4 70
Total Manhours
48
10
12
36
36
8
26
14
0
46
56 16 308
Direct Labor Rates (DLR)
$ 57,50
$ 59,00
$ 58,00
$ 55,00
$ 39.00
$ 40,00
$ 50,00
$ 37,00
$ 52,00
$ 56,00
$ 36,00 $ 2200
Total Direct Salary Cost
$2,760
$590
$696
$1,980
$1,404
$320
$1,300
$0
$2,676
$2,016 $362 $13,994
Profit at 301%,
of DLR $4,198
Overhead
at 1.4881
times DLR $20,824
Total
Labor Cost $39,017
Direct Costs (Copy, Fedex,
$500
Total
$39,517
Note - The sum of the above Profit and Overhead is equal to a combined multiplier of 2.7881
Page 1
MM Washington State
TWO pa ritment of' Transportation
May 22. 2018
TranTech Engineering. LLC
12011 NE 1" Street. Suite 305
Bellevue, WA 98005
Transp]d
Subject: Acceptance EYE 2017 ICR — Audit Office Review
Dear Mr. Kash Nikzad:
Transmitted herewith is the WSDOT Audit Office's memo of "Acceptance" of your
firm's EYE 2017 Indirect Cost Rate (ICR) of 148.81 %. This rate will be applicable for
WSDOT Agreements and Local Agency Contracts in Washington only. This rate may
be subject to additional review if considered necessary by WSDOT. Your ICR must be
updated on an annual basis.
Costs billed to agreetnentslcontracts will still be subject to audit of actual costs, based
on the terms and conditions of the respective ac, eemenUcontract.
This was not a cognizant review. Any other entity contracting with your firm is
responsible for determining the acceptability of the ICR.
If you have any questions. feel free to contact our office at (360) 705-7019 or via email
.,,�
Regards:
ERIK K. JONSON
Manager. Consultant Services Office
EKJ:kms
Jonson, Erik
May 23 2018 8:37 AM
Acceptance ICR Audit office Reim