Loading...
HomeMy WebLinkAboutR-1991-D6015 I-82RESOLUTION NO. D-6015 A RESOLUTION authorizing the City Manager and City Clerk of the City of Yakima to execute an agreement with CH2M-Hill for professional services. WHEREAS, it is necessary to engage .professional services for the Yakima Avenue / 1-82 Interchange and Fair Avenue Project; and WHEREAS, local and state law including RCW 39.80 to the extent required have been complied with the procurement of this contract, and WHEREAS, CH2M-Hill has offered to perform those professional services in accordance with the provisions of the attached agreement document; and the City Council deems it to be in the best interest of the City that the agreement document be executed by the City, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL. OF THE CITY OF YAKIMA: • The City Manager and the City Clerk of the City of Yakima are hereby authorized and directed to execute an agreement with CH2M=Hill for the purpose mentioned above, a copy of which agreement is attached hereto and by reference made a part hereof. ADOPTED BY THE. CITY COUNCIL this 22nd day of October, 1991. ATTEST: 2 '-4- CITY CLERK 1D-10 DC.6 4 - 10/21/91 MAYOR CONSULTANT AGREEMENT CONSULTANT / ADDRESS / TELEPHONE CH2M HILL, NORTHWEST, INC. 777 - 108th Ave. NE P. O. Box 91500 Bellevue, WA 98009-2050 AGREEMENT NUMBER FEDERAL AID NO. A G R E E M E N T T X P Esupplement n k 0 e LUMP SUM LUMP SUM AMOUNT $ PROJECT TITLE AND WORK DESCRIPTION Yakima Avenue/I-82 Interchange and. Fair .1 Avenue, Phase I, Concept Development Subsequent phases including Predesign, Environrental Impact Evaluation, Right of Way Acquisition, Design for roadways, structures and utilities, and Constructic Management are to be performed under a to this agreement. COST PLUS FIXED FEE OVERHEAD PROGRESS PAYMENT RATE % OVERHEAD COST METHOD ACTUAL COST FEDERAL ID NO. OR S.S. NO. 93-0723698 Do you require a 1099 for IRS? • ACTUAL COST NOT TO EXCEED % RATE %e FIXED ❑ YES 2NO o FIXED FEES COMPLETION DATE !MAXIMUM AMOUNT PAYABLE $ 285,265 © SPECIFIC RATES OF PAY , COST PER UNIT OF WORK May 31, 1992 n THIS AGREEMENT, made and entered into this day of _ between the City of Yakima Washington, hereinafter called the `AGENCY' , and the above organization hereinar 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 professiorral 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 IH 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 CONSULT- ANT snail furnish all services, labor and related equipment neces- sary to conduct and complete the work as designated elsewhere in this AGREEMENT. 11 SCOPE OF WORK The Scope of Work and project level of effort for this project is cieta:!ed in Exhibit "B" attached hereto, and by this reference made a pa - of this AGREEMENT 1 GENERAL REQUIREMENTS Al 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, Commu- nity, State, city or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CON- SULTANT sufficient notice prior to meetings requiring CONSULT- ANT participation. The minimum number of hours or days notice required shall be agreed to between the AGENCY and the CON- SULTANT 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 Disadvan- taged Business Enterprises (DBE), Minority Business Enterprises (MBE), and Women Owned Business Enterprises (WBE) if required shall be shown in Exhibit 'B". All designs, drawings, specifications, documents, and other work products of the CONSULTANT are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse by the AGENCY or by others acting through or on behalf of the AGENCY of any such instruments of service without the written permission of the CONSULTANT will be at the AGENCY's sole risk. IV TIME FOR BEGINNING AND COMPLETION The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT 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 ti, "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 subconsuttant work shall be based on the cost factors shown on Exhibit G, attached hereto and by this reference made a part 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 non -salary costs for the subconsuttant shall be substantiated in the same manner as outlined in Section V. All subcontracts exceeding $10,000 in cost shall contain all appli- cable provisions of this AGREEMENT. 2 The CONSULTANT shall not subcontract for the performance of any work under 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 AGREE- MENT 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 under 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 under 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 consequence of any act or omission on the part of the CON- SULTANT'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 shalt 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 Depart- ment of Transportation, the STATE, or the AGENCY, except regu- larly retired employees, without written consent of the public em- ployer of such person. VIII NONDISCRIMINATION The CONSULTANT agrees riot 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 handicap except for a bona fide occupational qualification with regard to, but not limited to the following: employment upgrading, demotion or transfer, recruitrnent 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 terminated by the AGENCY and further that the CONSULTANT shall be barred from performing any services for the AGENCY now or in the future 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 fol- lows: A. COMPLIANCE WITH REGULATIONS. The CONSULTANT shall comply with the Regulations relative to nondiscrimi- nation in the same manner as in Federally -assisted pro- grams 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 Regula- tions), which are herein incorporated by reference and made a part of this AGREEMENT. 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 equipment The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regula- tions, including employment practices when the contract covers a program set forth in Appendix II of the Regulations. C. SOLICITATIONS FOR SUBCONSULTANTS, INCLUDING PROCUREMENTS OF MATERIALS AND EQUIPMENT: In all solicitations either by competitive bidding or negotia- tion made by the CONSULTANT for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of the CONSULTANTs obligations under 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 Regu- lations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be deter- mined by the AGENCY to be pertinent to ascertain com- pliance with such Regulations or directives. Where any information required of the CONSULTANT is in the exclu- sive 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 Transporta- tion 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 nondiscrimina- tion provisions of this AGREEMENT, the AGENCY shall impose such sanctions as it or the Federal Highway Ad- ministration may determine to be appropriate, including, but not limited to: 1 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. 3 F. INCORPORATION OF PROVISONS: 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 Regula- tions 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 non- compliance; provided, however, that, in the event a CON- SULTANT 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 inter- ests 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 CONSULTANT shall comply with RCW 49.60.180 prohibiting unfair em- ployment practices and the Executive Orders numbered E.O.70-01 and E.O.66.03 of the Governor of the State of Washington. IX TERMINATION OF AGREEMENT The right is reserved by the AGENCY to terminate this AGREE- MENT at any time upon ten days wrr'tten notice to the CONSULT- ANT. In the event this AGREEMENT is terminated by the AGENCY other than for fault 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. in the event the services of the CONSULTANT are terminated by the AGENCY for fault 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 perform- ing the work to the date of termination, the amount of work origi- nally required which was satisfactonly completed to date of termi- nation, whether that work is in a form or a type which is usable to the AGENCY at the lime 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 time of terrrrna- tion. Under no circumstances shall payment made under 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 CONSULTANT's failure 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 accor- dance 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 protect, or, dissolution of the partnership, termination other corpo- ration, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to com- plete the work under 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 rnembers 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 AGREE- MENT, payment shall be made as set forth in the second para- graph of this section. In the event this AGREEMENT is terminated prior to completion, the original copies of all reports and other data, PS&E materials furnished to the CONSULTANT by the AGENCY and documents prepared by the CONSULTANT prior to said termination, shall become and remain the property of the AGENCY and may be used by it without restriction. Such unrestricted use, not occurring as a part ofthis PROJECT, shall be without liability or legal exposure to the CONSULTANT. Payment for any part of the work by the AGENCY shall not consti- tute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREE- MENT 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 desir- able for its own purposes to have previously satisfactorily corn- pleted work or parts thereof changed or revised, the CONSULT- ANT 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. XI DISPUTES 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 AGREE- MENT, 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 the scope of judicial review provided under Washington Case Law 4 XII VENUE, APPLICABLE LAW AND PERSONAL JURISDICTION In the event that either party deems it necessary to institute 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 Wash- ington 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 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 done under this AGREEMENT. This AGREEMENT shall be interpreted and con- strued in accord with the laws of Washington. The CONSULTANT hereby agrees to indemnify and hold the AGENCY and the STATE, and their officers and employees harm- less 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's negligence or breach of any of its obliga- tions 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 COINSULTANT's agents or employees and (b) the AGENCY and the STATE, their agents, officers and employees, and invtotves those action covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the CONSULTANTS negligence or the negligence of the CONSULTANTS agents or employees except as limited below. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required, the following insur- ance with companies or through sources approved by the State Insurance Commissioner pursuant to RCW 48. Excepting the professional liability insurance the AGENCY will be named on all certificates of insurance as an additional insured. The certificates of insurance shall cover the work specified in or per- formed under this AGREEMENT. The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This rem- edy 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 taw. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B Regular public 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. C The CONSULTANT's professional liability shalt be limited to the amount payable of this AGREEMENT or one million dollars, whichever is the lesser. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CON- SULTANT shall submit a certificate 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. XIV 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 an increase or decrease in the estimated cost of, or the time required for, performance of any part of the work under 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 any 'proposal for adjustment' (hereafter referred to as proposal) 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 proposal submitted before final payment of the AGREE- MENT 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 maximum 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 fumished by him. XVI FEDERAL AND STATE REVIEW The Federal Highway Administration and the Washington State Department of Transportation shall 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-1', are the Certifications of the Consultant and the Agency. Exhibit 'A-2' Certification regarding debarment, suspension and other respons:ibity matters - primary covered transactions, and Exhibit -A-3' Certification regarding the restrictions of the use of Federal funds for lobbying. XVIII COMPLETE AGREEMENT This document and referenced attachments contains alt covenants, stipulations and provisions agreed upon by the parties. No agent. or representative of either party has authority to make, and the parties shah not be bound by or be liable for, any statement. representation, prontise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shalt be valid unless reduced 10 writing and signed by the parties as an amendment to this 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 ac- cept the AGREEMENT and agrees to alt 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 Consultant: DOT 140-089 SI51 5 By City/County of Principal EXHIBIT A-1 CERTIFICATION OF CONSULTANT Project No. City ntx YAKIMA I hereby certify that I am and duly authorized representative of the firmof CH2M HILL, NORTHWEST INC. whose address is 777 — 108th Ave. NE; Bellevue, WAS. __ and thatneither I nor the above firm I here represent has: 98009-2050 (a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this contract. (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firrn 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 funds and is subject to applicable State and Federal laws, both criminal and civil. Date Signature CERTIFICATION OF AGENCY OFFICIAL I hereby certify that I am the AGENCY Official of the City/County of 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, person or organization, any fee, contribution, donation or consideration of any kind, except EIS 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 Bonne ion with this contract involving participation of Federal aid highway funds and is subject to applicable State and Federal laws, both criminal and civil. Date Signature 6 EXHIBIT A-2 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 fit, 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 dor had a civil meat 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, orreceiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, sbte„-or local) with commission of any of the offenses enumerated in paragraph 1.b. 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 tocertify to any of the.statements in this certification, such prospective participant shall alta tan explanation to this proposal. Consultant(Ficm): CH2M HILL NORTHWEST, INC. (Date) President or Authorized Official of Consultant (Signature) 7 EXHIBIT A-3 CERTIFICATION REGARDING THE RESTRICTIONS OF THE USE OF FEDERAL FUNDS FOR LOBBYING The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, than 1. No federal appropriated funds have been paid or will be ;aid, by or on behalf of the undersigned, to any lin ¢bt in!lue±cing 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 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. 2. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federatil agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 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 ower tier subcontracts which exceed S100,000 and that all such subrecipients shall certify and disclose accordingly. Consultant(Fum): CH2M HILL NORTHWEST, INC. (Date) President or Authorized Official of Consultant (Signature) 8 I-82/Yakima Avenue EXHIBIT B SCOPE OF WORK PREDESIGN, ENVIRONMENTAL IMPACT EVALUATION, RIGHT-OF-WAY ACQUISITION, DESIGN FOR ROADWAYS, STRUCTURES, AND UTILJTIES, AND CONSTRUCTION MANAGEMENT PHASE 1: CONCEPT DEVELOPMENT YAKIMA AVENUE/I-82 INTERCHANGE AREA AND FAIR AVENUE CTTY OF YAKIMA CH2M HILL October 1991 sea0885/044.51/1 10/171'91 CONTENTS I-82/Yakima Avenue Page 1 Introductory Materials 1-1 Project Description 1-1 Project Deliverables 1-1 Abbreviations 1-1 Manuals 1-2 Review Comments 1-3 Enclosures 1-3 2 Preliminary :Design 2-1 Phase 1 --Concept Development 2-1 Task 1 --Project Management 2-1 Task 2 --Quality Control and Peer Review 2-3 Task 3 --Community Relations 2-3 Task 4 --Preliminary Alternatives Analysis 2-6 Subsequent Phases 2-11 ' a ::5-Els:::Se p ' :. ;::::_::.>.::.::-..;.::.:.::::::::.:::...-::.:.:.:: :.::A;` .::...>:::....::. ; 241 Togi..:6, PI IS/ r1 o :::R e f..:2 :1r .:.:f:: i�.4 .4: ✓: u: t: w�: 4'.:Y:'i-: i.: 4:'i).:1:: av«:.i: �«: t:: a..;1:.: Y.: a+:<:.i�:«vi:.: fi::<::t"4'.:4'....:.<. . Ta 1C:-*+ li 'I e rienv: cess::• 241:2 :At::.R e8.v::;..::..:::.:.:.:..:;..:: -:. 242 Task`s .4 Task:II—Strut :es , :(§-41.j.sepotIvOrk;to be _negotiafe) ,.. _ 2-12 Task 12.: Intei i. n ; ust e u tt< e rt . 2=1 "�'ask:I�3-=Desi Task:14 T14 Task: Task-:21- :fit: of WayIlan:.:.:• Task 22—Value I 4 eenng gitt+of may :.equisitii:.: .::.::..:.:....... `.ask .2 --Apps al TA* .24--Aeq.:04ii on.: Task: 25--1Z.elaution. Assistance sea0S85/043.51/1 10/17/91 :a'�:✓'«.«.-.:«.i.:.f:: a:4 :4': «:v.i. moi:... --:i 'e CONTENTS 4 I-82/Yakima Avenue Page • . .. • • Dt!,oii:41.tri.eyiAtaildiM40pmg 44 717.1k.• .',.4.P.-,'0:tiOralts.:110.41g' i....--,- .:•.4. f, .., , :.,• ..-..,;,•,- -,...4,..,,,,,,-,,,,,.,..., ,1/4 .....--;:. ' - • - - - -- • 42 TOW 29`,.1115A04).f.P1411... • • . - ' . • • It: . , Task. 30,,,Drainage Figil. .(Subsequent Work. t6.:be:Nega' tia ted- ).: ..---- _ 4-3 Tasr4AjtilitpPla , •..- • • • '- - . . . ••• . q:.':sle.8Z4k6ic1:4deD&eIbpment::.Pian& -i,.. , - . - - - . .- :'..: • -•:•••- - • • - - • - 44 TASit:334Ttaffit nit*: i- * •' . ' * •: * :* • * - .... ' * • • : . .. • ' •• ** ***. ***** ** * •• • * • • ' * * • : Task 34 -Structure - .. , • -: -.:::-. ..-. : . . Pans•:• .-.-----.:-..- ,----E---:- ii-•----i,.4.--3.;'-•-•-,--ii..- .,,•----: -- •-,-:-!---••-,-----ii- -----,•-• -,:---•.:3-;,,--,-..-ii-••-•.---i,--,, ...,- .z f....,:' +.:5 Tatk35,--Pbri-listilififk • Task 16-SixciA 46 Thgt:37,Z.Itite, : i.. , , ,.--i:., . '•.- - ....,::, . ,.---• - -, - , --- - ..,;..;.,;,..-.-..;,...,.i......,..4. :•?$,O. Tast:394kiditittuit- Ji: :5: 44 . . S: bilkt6:150 gteid): Task 4O-Servjce Durrn ttuctioit ---.• - -54 sea0885/043.51 sea0885/043.51/2 10/17/91 I-82/Yakima Avenue Section 1 Introductory Materials Project Description • Fair Avenue connection to Lincoln Avenue and "B" Street one-way couple. • Widening of Yakima Avenue • Modifications to I-82/Yakima Avenue Interchange to provide appropriate access to Fair Avenue • Bicycle and pedestrian connection between the Greenway and Fair Avenue Project Deliverables Expected Phase 1 technical deliverables include, among others: • Public information and involvement plan • Design criteria • Summary of existing conditions • Evaluation of design concepts • Evaluation of selected alternatives Abbreviations • AASHTO American Association of State Highway and Transportation Officials • DR Design Report • DEIS Draft. EIS • EIS Environmental Impact Statement • EPA Environmental Protection Agency • FEMA Federal Emergency Management Agency • FHWA Federal highway Administration • I/C Interchange • IDC Intra -Departmental Communication • IDT Interdisciplinary Team • riF Intercha-ge ,-ffcati^n Deport ��a • LOMR Letter of Map Revision • LOS Level of Service • NEPA National Environmental Protection Act • NPDES National Pollutant Discharge Elimination System • PDEIS Preliminary Draft EIS • PFEIS Preliminary Final EIS • PS&E Plans, Specifications, and Estimates • SEPA. State Environmental Protection Act sea0885/045.51/1 10/17/91 1-1 I-82/Yakima Avenue • TS&L Type, Size, and Location • USF&WS United States Fish and Wildlife Service • V/C Volume to Capacity • WSDOT Washington State Department of Transportation • WSP Washington State Patrol Manuals The following manuals and their abbreviations will be used in the preparation of the work. • AASHTO AASHTO Standard Specification for Highway Bridges, 14th Edition, and subsequent interim specifications • AB WSDOT Asbestos Abatement Manual (M 27-80) • BDM WSDOT Bridge Design Manual (M 23-50) • DM WSDOT Design Manual (M 22-01) • Docket FHWA Docket No. 89-23, "Additional Interchanges to the Interstate System," Federal Register 55, No. 204, October 22, 1990. • EPM WSDOT Environmental Procedures Manual (M 31-11) • Guide FHWA "Region 10 Guide for New/Revised Access Points and Inter- changes on the Interstate System;" March 14, 1989 • HCM Highway Capacity Manual (TRB Special Report 209) • HRG WSDOT Hydraulics Report Guide (District 1) (June 1991) • HM WSDOT Hydraulics Manual (M 23-03) • LAG Local Agency Guidelines (M36-63(PA)) • MUTCD Manual on Uniform Traffic Control Devices (M 24-01) • PPM WSDOT Plans Preparation Manual (M 22-31) • SP WSDOT Standard Plans for Road and Bridge Construction (M 21-01) • SS WSDOT 1988 Standard Specifications for Road, Bridge, and Municipal Construction (M 41-10) • SSP WSDOT Standard Special Provisions and Supplemental Standard Specifications sea0885/045.51/2 10/17/91 1-2 I.-82/Yakima Avenue • UM WSDOT Utilities Manual (M 22-87) • WQM 'WSDOT Highway Water Quality Manual (M 22-15) • CYS City of Yakima Standards • YCRS Yakima County Road Standards Review Comments This section describes the review and comment process to be followed for all submittals. The goal is to expedite the response to review comments received from the City and the various agencies. A review comments sheet will be used. All review comments by the various agencies will be shown on these sheets. For each submittal review, the City will assemble comments for review with CH2M HILL. CH2M HILL will jointly assist the City in the determination of the appropriate disposition of each com- ment. All conflicting comments will be jointly resolved by the City and CH2M HILL with the final dis- position given by the City. CH2M HILL will not commence work on response to comment(s) without a final City disposition. Each submittal is expected to be reviewed one time before proceeding on to the next deliverable. Re- views are expected to be timely and occur within the scheduled time (Enclosure B). Subsequent review iterations of a given submittal may be considered extra work. The decision will be based upon a joint City and CH2M HILL assessment of the impact to the budget and/or schedule for receipt of comments beyond the scheduled review periods. The City and the Consultant will assess the level of effort required of the Consultant to respond to re- view comments. A determination will be made by the City prior to executing the responses, with respect to the intended level of effort for the overall magnitude of the task(s) being reviewed!.. Such determina- tion will also include any additional effort by the Consultant to modify previously completed work, de- fined as work previously accepted in writing by the City Project Administrator, or designee. A. Labor and Expense Summary B. Project Schedule sea0885/045.51 sea0885/045.51l3 10/17/91 Enclosures 1-3 Section 2 Preliminary Design Phase 1 Task 1 Project Management This task involves the following: I-82/Yakima Avenue Schedule Development This task prepares and maintains the schedule for the project (Enclosure C). One month "horizon" schedules will be developed to plan the day-to-day activities of the project team. The schedule will be updated periodically to reflect the current status of the project. Direction and Review This task provides for the direction of the staff and review of their work over the course of the project. This is for the overall project rather than a specific task and will provide guidance to the entire team. Progress Reports This task prepares the monthly progress reports. Progress reports will discuss the work in the previous month, the status of individual tasks, meetings attended, and outstanding information. Invoicing This task prepares the monthly invoices. Project Meetings This task provides for the preparation, attendance, followup, and documentation of meetings over the course of the project. These meetings will be the forum for the agencies to provide input and guidance for the direction of the project. They will also be used to discuss project issues, approve submittals and develop potential solutions. Project Assistant This task provides for a project assistant or clerk to assist in the day-to-day activities including typing, filing, recordkeeping, correspondence, etc. Budget Review This task provides for periodic monitoring of the budget over the course of the project. Current status as well as projections to complete will be developed. This task is intended to help monitor costs and sea0885/046s1/1 10/17/91 2-1 I-82/Yakima Avenue budgets and to propose corrective actions. These actions could include formal requests for budget increases or scope modifications or reductions. Records Management This task provides for the management of the drawings and documents received and generated over the course of the project. This information will be filed and logged to facilitate ready and selective retrieval. A status of requested information will also be maintained. Scope Development This project will be developed in several phases. This task provides for developing the scope for Phase 2 (EIS, Design Report and Right -of -Way Plans). Subsequent phases will include right-of-way acquisition, final design, and services during construction. Task 2 Quality Control and Peer Review The quality control and peer review program has particular emphasis on technical aspects resting with the various technical disciplines (e.g., geotechnical, hydraulics, structural, etc.). The overriding strategy of the program is to eliminate major defects in project work products and limit minor defects, so as not to negatively impact client acceptance or contractor progress, and to minimize liability exposure. The program entails the periodic review of study criteria, assumptions, concepts, and presentation of product format. This determines that the overall project objectives are being fulfilled. Quality control includes technical discipline review, lead designer review, and senior review. Discipline reviews will be performed while the detailed technical work is in progress (Le., when computations are completed, when sketches and preliminary drawings have been prepared but not yet submitted for draft- ing, and when specifications and special provisions are ready for typing). Lead designers will review specific products, such as plans, reports, specifications, and other documents, at which time these pro- ducts are completed. Senior reviews will be performed for an overall task, when and as defined in the quality control program. Such reviews will be performed after project packages are assembled and be- fore they are submitted for review to the City of Yakima and affected agencies. All scheduled formal reviews will be documented in a memorandum format to the project manager. The project manager will be responsible for adjudication of comments/responses with respect to the project scope, budget, and schedule. This task conducts a review, as described above prior to delivery of the alternatives analysis report to the city. sea0885/046.51/2 10/17/91 2-2 I-82/Yakima Avenue Task 3 Community Relations Public Information and Involvement Program This task prepares the public information and involvement program. To learn about project related issues and concerns, interviews will be held with the following: Representatives from project -funding agencies Appropriate public agencies Business Local community groups Environmental groups Other constituents identified by the project team The city will provide a distribution list. The list will be reviewed and modified to include other inter- ested parties identified by the project team. A project mailing list will be developed. A technical memorandum will be prepared using the results of the interviews. It will provide an issues assessment and a community relations level of effort evaluation. It will also recommend community relations strategies, activities, and specific communication tools. Coordination with public involvement activities of the Yakima Metropolitan Plan will be considered in development of this plan. Ten (10) copies will be submitted for review and comment. The review comments will be addressed, and 10 copies of the final technical memorandum will be submitted While the exact program for informing and involving the community will be developed during this task, the following work tasks have been assumed to establish a level of effort Project Briefings Project information materials and audio visuals for three City Council briefings and three project steer- ing committee briefings will be provided. This will inform the members and funding agency representa- tives of project activities, report on public reactions and comments, and receive guidance and direction. The briefings scheduled during the project are: • Project startup • After Initial Alternatives screening • After completion of Alternatives Analysis Two information briefings for media representatives will be conducted. They will occur at the beginning of the project, and before the final alternative selection is announced to the public. Information materi- als and graphics will also be prepared. sea0885/046.51/3 10/17/91 2-3 I-82/Yakima Avenue Community Meetings Two general community meetings will be scheduled and coordinated. These meetings will inform the community groups and citizens about the project and soiicit input and comments. Each meeting willbe conducted in an "open house," exhibit -format in which attendees view a series of visual displays and project boards describing project activities. Project team members, as appropriate, will be available to answer questions. The City will provide a bilingual (Spanish -English) translator at each meeting. Infor- mation materials and graphics will also be developed. Meetings will be held: Prior to Initial Screening • Prior to completion of Alternatives Analysis Three rounds of meetings with up to 10 special interest groups will also be held to brief members on the project and to solicit comments and suggestions. These groups will be identified as part of the commu- nity relations plan. Project Information Line A project information line will be set up and administered. This line will allow the Yakima community to ask questions and provide comments regarding the project. The line will provide information about upcoming project events and offer an opportunity for callers to tape comments and questions in English and Spanish. The message will be updated as appropriate and provided on both an English and a Span- ish line. The Spanish line will be monitored and translated by a City staff translator. Two easily recognized telephone numbers will record all messages. Messages will be collected daily, transcribed, and answered by phone by appropriate project team members within three working days. Messages and responses will be filed as part of the information line notebook and distributed to project team members for information. Information Materials Information materials will be prepared for distribution to the community, media, and other appropriate agencies and groups as identified in the community relations plan. They will also be distributed to other individuals and groups later identified in the community relations process. The "Yakima Gateway Project" name and the project logo developed for the selection interview will be used on all project information materials to provide a consistent, recogiryable image for the project. The following information materials will be developed and produced by the consultant and distributed by the City with Spanish translations prepared by the City in accordance with project schedule. • Media Releases and Project Newsletters --Prepare three media releases and three project newsletters: sea0885/04651/4 10/17/91 At project startup After initial alternatives screening After completion of Alternatives Analysis 2-4 I-82/Yakima Avenue The consultant will produce the media releases and newsletters in English, and provide one camera-ready copy to the City. Media releases will be 1 -page, doublesided; newslet- ters will be 2 -page, 11 x 17, doublesided. Releases and newsletters will be translated into Spanish, copied, and distributed by the City. • Project Fact Sheets --Prepare and produce up to three project fact sheets that focus on specific issues of concern related to the project. Fact sheets will be 1 -page doublesided. The consultant will produce the fact sheets in English, and provide one camera-ready copy to the City. The City will translate them into Spanish, copy, and distribute. Public Meeting Announcements --Prepare and produce two public meeting announce- ment posters in English and Spanish (Total: 4). Posters will be 11 x 17, 1 -color screened and printed in English and Spanish. One hundred copies of each poster (4) will be printed by the consultant. The City will distribute the posters. • City Mailing Project Information Inserts --As appropriate, the City will include informa- tion inserts in utility billings, using information from the Project Fact Sheets. • Official Meeting Notices --Prepare drafts of official notices of upcoming meetings in English to be distributed by the City in accordance with prescribed regulatory guidelines. • Static Project Display --Prepare and produce three static project displays with English and Spanish text that hold current project information (newsletters, fact sheets, meeting and hearing notices, and other pertinent project information). The display will be up- dated periodically throughout the project to reflect project progress. City staff will make arrangements for, and move the displays to appropriate public locations (i.e., City Hall, library, malls, etc.). City staff will monitor and restock the displays located in public locations and consultant staff will maintain the displays in their offices. • Slide Presentation --Prepare and produce an initial 20 -slide package that will provide a project overview. The initial package will be updated to reflect the results of the alter- native analysis. This slide presentation may be used in briefings and community meetings. • Video --Develop a video in both 3/4 -inch and VHS format that describes project back- ground, purpose, selection process and illustrates the final preferred alternative -- 7 -minutes long, one English soundtrack, one Spanish soundtrack. sea0885/04651/5 10/17/91 The consultant will provide shot sheets, shooting and final scripts in English and pro- vide technical review and review Spanish translation of scripts before final production. In accordance with project schedule, the City video production services will provide shooting crew --one cameraman, video and audio equipment and up to five shooting tapes --all post -production services, studio time and staff, including time coded master tape, working tape and logs for all tapes shot, graphics including titles, sound, and asso- ciated labor, five copies of each final video for use in public involvement program. The City will provide Spanish translation and Spanish voice over for final videos. The City video production services will provide English and voice over for English version tapes. The City video production service will provide one final copy of each video to 2-5 I-82/Yakima Avenue the consultant for review•, the consultant will then submit each video to the City Engi- neering and Utilities Department for final review and approval before distribution. Upon approval by City Engineering and Utilities, City video production services will provide the following copies: • 3/4 -inch format English Master and 5 copies Spanish Master and 5 copies • VHS format English Master and 5 copies Spanish Master and 5 copies Models --One stick -built, 3' x 8' rigid contour foam table -mounted model produced at a scale of 11 = 100' showing preferred alternative of the I-82/Yakima Avenue inter- change will be developed. It will include principal geographic features such as river, Sundome, adjacent principal streets and structures. Task 4 Preliminary Alternatives Analysis This task develops a series of alternative design concepts, evaluates them, and selects a preferred alterna- tive. This alternative will be carriiedinto the environmental process. An Interchange Justification Re- port will also be prepared. This task consists of four elements: • Prepare geometric, operational, and traffic analysis • Develop and evaluate alternative design concepts • Refine and evaluate selected alternatives • Prepare an "Interchange Justification Report" Geometric, Operational, and Traffic Analysis Establish Design Criteria This task prepares the operational/design criteria to be used throughout the planning; and design phases of the project. It will be developed in consultation with the City, WSDOT, and outer participating agen- cies. Criteria for elements of horizontal, vertical and cross section geometry will be established for arte- rial, freeway, and interchange portions of this project. A technical memorandum will be prepared sum- marizing the design criteria for the project. Ten copies will be submitted for review and comment. Review comments will be addressed and 10 copies will be submitted for approval. sea0885/04651/6 10/17/91 2-6 I-82/Yakima Avenue Assemble Existing Data The following material will be obtained from the City, Yakima County, and WSDOT: • Available traffic volume data including 24-hour volumes, turning movement counts, and ramp volumes • Available truck volume counts by classification • Available traffic accident data for the most recent 3 -year period • As -built plans and right-of-way plans for existing conditions • Photogrammetric maps, photomosaics, and related survey and mapping data • Related traffic and transportation reports • Other available data pertaining to geotechnical bridge and pavement conditions Analyze and Evaluate Existing Conditions An analysis will be made of geometric, operational, and traffic conditions of the existing facilities as follows: Geometric Elements. The CYS, WSDOT, and AASHTO design policies shall be used to evaluate: • Horizontal alignment and clearances • Vertical alignment and clearances • Stopping sight distance • Cross section • Decision sight distance • Fxit and entrance design Operational Features. The following features will be evaluated: • Lane continuity • Lane balance • Ramp sequence • Freeway guide signing • Adequacy of merge and diverge areas • Traffic control and channelization at ramp terminals and arterial intersections Traffic Conditions. The analysis of existing traffic conditions will include: • Level of Service (LOS) for both arterial and freeway facilities • Accident analysis A summary memorandum and graphic display of existing conditions for both freeway and related aerial facilities will be prepared. This memorandum will identify existing deficiencies and serve as input to the sea0885/04651 f7 10/17/91 2-7 I-82/Yakima Avenue development of alternative design concepts. It will also aid in evaluation of the effectiveness of alterna- tive improvement schemes. Ten copies will be suibmitted for review and comment. The review comments will be addressed, and 10 copies will be submitted for approval. Traffic Modeling 2010 traffic forecasts will be prepared from the Yakima Metropolitan Area Transportation Study (YMATS) regional traffic study. Design year forecasts will be estimated from the existing traffic vol- umes and the 2010 forecasts. The 2010 traffic forecasts will be used to support the development of design concepts and determine lane requirements. The City will provide available traffic counts for re - c 1ibration of the model. CH2M HILL will provide other counts as necessary, including 16 -hour truck classification counts. The existing conditions traffic model will be upgraded to reflect the 1990 conditions. This will entail the following tasks: • Enter land use data on household/population and employment for 1990 for each traffic analysis zone. • Review and revise network coding by link for correct speed, capacity, functional class, and number of lanes. • Review and revise trip generation equations where appropriate. • Develop an external to external trip table. • Recalibrate the gravity model and network. Preparation of the 2010 model will entail the following tasks: • Review land use data for 2010 and enter data into each traffic analysis zone. • Code committed projects into the network. • Review model forecasts for reasonableness. • Code alternative design concepts into the model for evaluation. Traffic Analysis The traffic analysis will support the development and evaluation of the alternative design concepts. The traffic forecasts from the model will be assigned to each alternative design concept. Level of Service evaluation will be performed at ramp terminals, adjacent intersections; and merge, diverge and weaving points on freeway sections. sea0885/04651/8 10/17/91 2-8 I-82/Yakima Avenue Develop and Evaluate Alternative Design Concepts Develop Design Concepts --Level One Screen Alternative design concepts for both the freeway and arterials will be developed and tested. Information gathered from interviews with community leaders and the first community meeting will be used to develop these altematives. This stage in the project is the link between planning and design. A range of concept solutions will be developed at a scale of 1"=200' using aerial photography of the existing facility as a base. Approximately 20 design concepts including the one recommended in the "Traffic Alternative Study" will be developed in this task. The concept development will be accomplished using a single -line sketch technique. The sketches are developed rapidly, in freehand fashion, in accordance with a specific technique and an organized and controlled procedure, requiring scaling of certain dimensions and checking of critical radii and alignment elements. Future traffic will be assigned to the various components of each concept alternative to determine lane requirements. The concepts will reflect vertical alignment requirements. Special cross sections and structural sketches will be prepared as necessary, to illustrate solutions in critical areas. Phased imple- mentation concepts and planning level opinions of cost will also be developed for each concept. Evaluate Design Concepts --Level One Screen The design concepts will be evaluated using a comparative ranking or screening methodology. This will determine the alternatives to be carried forward to the next phase of engineering refinement. Both qual- itative and quantitative measures of performance or effectiveness will be used to differentiate between the alternatives. The following features will be addressed in the evaluation: • Operations and Level of Service • Safety and accidents • Delay and average speed • Ease of implementation • Right -of -Way and land use impacts • Environmental consideration • Relative opinions of costs The measures of effectiveness and amount of detail in the evaluation will be tailored to highlight major trade-offs among the alternatives. The evaluation results will be described in a summary memorandum and displayed graphically for public and agency review. Ten copies that be submitted for review and comment. The review comments will be addressed, and 10 copies will be submitted for approval. Develop Design Concepts --Level Two Screen Up to eight (8) design concepts will be further refined and developed at r = 200'. Single line draw- ings will be produced for use in the Level Two Screening. sea0885/046S1/9 10/17/91 2-9 I-82/Yakima Avenue Evaluate Design Concepts --Level Two Screen The refined design concepts will be subjected to a second screening using more refined criteria in the same areas as in Level One. A summary memorandum will be prepared and 10 copies will be submitted for review and comment. The review comments will be addressed and 10 copies will be submitted for approval. Refine and Evaluate Selected Alternatives Refine Selected Alternatives Up to three selected alternative design concepts will be developed in full functional form at a scale of 1"=100' on topographic mapping. The plan refinement task will include the following for each of the selected alternatives: • Typical sections • Functional plans (1"=100') showing geometries, pavement edges, bridges, intersection channelization, right-of-way, and retaining walls • Functional profiles ()."==100' horizontal and 1"=10' vertically) for new roadways and ramps • Representative cross sections to adequately determine side slope, construction quan- tities, approximate right-of-way, and retaining wall locations and heights • Guide signing plans indicating messages and approximate location and type of panel mounting • Refined level of service analysis including lane determination • Signal timing/phasing; at intersections • Sequence of construction and traffic maintenance plans indicating, in concept, a se- quence of construction and a scheme for handling traffic in each construction stage • Drainage concepts • Utility concepts showing potential utility conflicts • Right-of-way requirements at the level of detail of the lam:tonal pi%cns • Preliminary opinions of cost at the level of detail of the functional plans for each con- struction stage and for the entire plan sea088510 611/10 10/17/91 2-10 I-82/Yakima Avenue Evaluate Selected Alternatives The selected alternatives refined will be subjected to a detailed screening using similar, but expanded, criteria from the initial evaluation. The results of this evaluation will be made available for agency and public review in the selection of a preferred alternative. A summary memorandum will be prepared. Ten copies will be submitted for review and comment. The review comments will be addressed, and 10 copies will be submitted for approval. TASK NOV DEC JAN FEB MAR APR F Interviews/Public Information Plan mum 1N1111mm Establish Design Criteria Assemble Existing Data um mom 1110� F Scheduled Tasks Finalize Task F Meetings y Agency Review Hume' Analyze Existing Conditions Traffic Modeling Traffic Forecasts 111111111MM F Develop and Evaluate Design Concepts — Level 1 Develop Design Concepts — Level 2 (8) .....mem F 010I� F Evaluate Design Concepts — Level 2 (8) 111111U F Refine Alternatives (3) ,• IWMI F Evaluate Alternatives (3) Brief Steering Committee Brief City Council Media Briefing Workshops V V' V y V euel y y 1r V Static Display Slides Video Model Scope Development — Phase II ENCLOSURE B Project Schedule Yakima Avenue/I-82 Interchange and Fair Avenue EXHIBIT C-3 PAYMENT (SPECIFIC RATES OF PAY) 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 work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform with all applicable portions of 48 CFR 31. 1. Hourly Rates The CONSULTANT shall be paid by the AGENCY for, work done, based upon the negotiated hourly rates shown in Exhibits D and E attached hereto and by this reference made part of this AGREEMENT. The rates listed shall be applicable for calendar year 1991 and shall be subject to negotiation for each following 12 -month period upon request of the CONSULTANT or the AGENCY. The rates are inclu- sive of direct salaries, payroll additives, overhead, and fee. In the event renegotiation of the hourly rates is conducted, the AGENCY reserves the right to audit for any change in the over- head rate currently in use by the CONSULTANT and modify the hourly rates to be paid to the CONSULTANT subsequent to the renegotiation accordingly. Any changes in the CONSULTANT'S fixed hourly rates may include salary or overhead adjust- ments. 2. Direct Nonsalary Costs - Direct nonsalary 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 subconsultants. 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 as the current rate approved for AGENCY employees and shall be supported by the date and time of each trip with origin and designation 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 the original bills, invoices, expense accounts, and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. 3. Maximum Amount The maximum amount payable for completion of work under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. No minimum amount payable is guaranteed under this AGREEMENT. This does not include payment for extra work as stipulated in Section XIV, Extra Work. 4. Monthly Progress Payments Progress payments may be claimed on a monthly basis for all costs authorized in 1 and 2 above. The monthly invoices shall be supported by detailed statements for hours expended at the rates established in Exhibits D and E, including names and classifi- cations of all employees, and invoices for all direct nonsalary expenses. 5. Inspection of Cost Records The CONSULTANT and his/her subconsultants shall keep available for inspection by representatives of the AGENCY, STATE, and the United States, for a period of three years after final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim, or audit is started before the three-year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. The three-year retention period begins when the CONSULTANT receives final payment. 6. 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 AGREEMENT. Acceptance of such final payment by the CONSULTANT shall constitute a release of claims of any nature which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the 1 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 rates and total price of the original contract and any additions or changes thereto shall be adjusted to exclude any significant sums by which the AGENCY determines the contract price was increased due to inaccurate, incomplete, or noncurrent wage rates or overhead rates, supplied to the AGENCY by the CONSULTANT. 7. Management Reserve Fund If the AGENCY desires the CONSULTANT to perform additional work beyond that already defined in this AGREEMENT, the Agreement Administrator may authoriaeadditionai funds for this purpose. Such authorization(s) shall be in writing anti! shall not exceed the lesser of $50,000 or 10% of the Maximum Amount Payable as shown in the heading of this Agreement_ Any changes requiring additional costs in excess of the "Management Reserve Fund" shall be made in accordance with Section XIV, "Extra Work." 2 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 rates and total price of the original contract and any additions or changes thereto shall be adjusted to exclude any significant sums by which the AGENCY determines the contract price was increased due to inaccurate, incomplete, or noncurrent wage rates or overhead rates, supplied to the AGENCY by the CONSULTANT. 7. Management Reserve Fund If the AGENCY desists the CONSULTANT to perform additional work beyond that already defined in this AGREEMENT, the Agreement Adminissrattx may authorize additional funds for this purpose. Such authorization(s) shall be in writing and shall not exceed the lesser of S50,000 or 10% of the Maximum Amount Payable as shown in the heading (gilds Agreement. Any changes requiring additional costs in excess of the "Management Reserve Fund" shall be made in accordance with Section XIV, "Extra work." 2 EXHIBIT D-2 CONSULTANT FEE DETERMINATION -SUMMARY SHEET (SPECIFIC RATES OF PAY) FEE SCHEDULE Discipline or Job Title ENGINEER 0 11 Hourly Overhead Profit Rate Rate @ 168% @ 27% Per Hour 15.12 25.40 4.08 44.60 17.78 29.87 II 19.76 III IV V VI VII VTTT IX TECHNICAL AIDE TECHNICIAN I II III IV V OFFICE 21.84 36.69 25.27 42.45 28.74 48.28 32.91 55.29 39.14 65.76 46 91 7R_R1 75.43 126.72 9.27 15.57 12.20 20.50 14.38 24.16 16.85 28.31 19.18 32.22 99.94 17 36 11.44 19.22 1 4.80 52.45 5.34 58.29 5.90 64.43 6.82 74.55 7.76 84.78 8.89 97.08 10.57 115.46 12.67 13R.3R • 20.37 222.52 2.50 27.35 3.29 35.99 3.88 42.42 4.55 49.71 5.18 56.58 6.05 65 61 3.09 33.75 RUN DATE: 10/16/91 RUN TIME: 5:36 PM CH2M HILL ..SUMMARY SHEET `CONSULTANT FEE DETERMINATION CH2M HILL . FILE C;IEXCELiFILES11-821REQi.XLS DATE; Oil a/91 SEA 413:60 .. .... 1. Direct Salary Cost (DSC) 1991 Average Hourly Raw Labor Class Role Hours Rate Cost Rate E7 PM/Sr. Reviewer 497 $39.14 $19,453 E6 Task Lead Engineer 182 $32.91 $5,990 E5 Lead Engineer 188 $28.74 $5,403 E4 Lead Engineer 168 $25.27 $4,245 E3 Design Engineer 768 $21.84 $16,773 E2 Design Engineer 250 $19.76 $4,940 El Designer 0 $17.78 $0 T4 Design Technician 239 $19.18 $4,584 T3 Lead Drafting Tech. 378 $16.85 $6,369 T2 Technician 246 $14.38 $3,537 OA Office Clerk 133 $11.44 $1,522 2. Total Direct Salary Cost (DSC) 3,049 $72,816 $23.88 3. Overhead Cost (OH) - Including Salary Additives (Based upon Federal audit) (DSC) 168.00% $122,331 Subtotal $195,147 4. Fixed Fee (DSC) 27.00% $19,660 5. Reimbursables $63,845 6. Subconsultants Costs (See Note D) MBE WBE OTHER TOTALS HLA• 7.87% $22,462 SHIMONO 1.73%' $4,923 ETS 0.00% $0 TECHSTAFF 1.53% $4,372 JGL 0.00% $0 SUB 6 0.00% $0 SUB 7 0.00% $0 Subtotals 1.73% 1.53% 7.87% $31,757 7. Escalation Costs (See Note C) $6,612 8.; GRAND.TO'T`AL-`Estfai$fed Fee (See Note C) ..... $285,264.. ; NOTES: LUMP A. Escalation factors: SUM 1992 labor rates over 1991: 5.40% 1.. YES Current work planned for 1992: 57.00% Salary escalation factor: 3.08% Includes fixed fee noted above: 10.07% B. Other factors: Overhead: 168.00% Fixed fee on DSC: 27.00% Labor 100.00% Multiplier 295.00% C. See separate table for breakdown. D. Costs included in Number 5. Page: 1 of 1 COMPANY PROPRIETARY CH2M HILL, INC. ESTIMATED ALLOWABLE OVERHEAD RATE (Federally Funded Projects) Projected for the Year Ended December 31, 1991 (000's rounded) PAYROLL TAXES AND FRINGE BENEFITS: Payroll Taxes Vacation, Holiday, and Sick Pay Group Insurance and Miscellaneous Pension Plan 15.6% 17.8 15.6 2.0 GENERAL AND ADMINISTRATIVE EXPENSES: Indirect Salaries 61.9 Incentive and Retirement Pay 13.2 Buildings and Equipment 38.6 Taxes, Licenses, and Insurance 9.7 Professional Services 8.4 Travel and Subsistence 16.1 Office Supplies and Other Expenses 21.1 Professional Education 3.1 - Recruiting Costs 4.9 Printing and Computer 17.2 Service Center Income 6_6) 51.0% 128.6 TOTAL ALLOWABLE OVERHEAD RATE 179.6 LESS - VOLUNTARY MANAGEMENT RATE REDUCTION (11.6) 1991 FORWARD PRICING OVERHEAD RATE 168.0% CH2M HILL's 1991 forward pricing overhead rate, as proposed to the U.S. Environ- mental Protection Agency, Office of the Inspector General for Audits, is 168% (50% salary fringe, 118% general and administrative) applied to direct labor costs. The above estimated breakdown has been prepared for informational purposes only, and has not been reviewed by U.S. EPA OIG. This document contains proprietary financial information. No portion of this document may be extracted or reproduced for any purposes without the advance written permission of CH2M HILL s0561/080s1n 517191 COMPANY PROPRIETARY RUN DATE: 10/16/91 RUN TIME: 5:37 PM FILE. CAEXCEL\FILES\I-82\REC11.XLS DATE: 16 -Oct -91 SEA 413.60 Page: 1 of 1 HOUR , LABOR AND EXPENSE ESTIMATE CITY OF YAKIMA I-82/YAKIMA AVENUE CONCEPT DEVELOPMENT lgoisTOF . 1.plyOkoLt, oiNkql.xyr4s: PERCENT $000.s9 TASKTASK 1 DESCRIPTION . : HOURS 1,44,04::0 AND EXPENSES ,: HOURS LABOR AND: EXPENSES , . HOURS • LABOR. AND 'EXPENSES HOURS : LABOR AND EXPENSES. HOURS 4,4100.1i• AND EXPENSES: OF TOTAL HOURS — 325 - ---- $0-4-177 ---- 0 --- $0 0 $0 0 0 0 112 0 $0 $0 $0 $4,346 $0 325 34 650 2040 0 $34,177 $4459 $78,905 $160430 $0 10.7% 1.1% _ 21.3% 66.9% 0.0% 1 --,.:•••••• 1 : 3 .4„.....„1 : 4 PROJECT MANAGEMENT QUALITY CONTROL AND PEER REVIEW . COMMUNITY RELATIONS .,,,,,,,,...,,, PRELIMINARY ALTERNATIYES ANALYSIS::: 1 ' 24 510 1,740 0 $3,609 $67,728 $141,385 $0 10 140 140 0 $850 $11,177 $9,808 $0 0$0 0 $0 48 $4,891 ,...0 $0 SUBTOTAL .URS 'YoDP TOTAL -HOURS 2.,saa 80.2%E......E 111100911 : - . aaolliM 4,6% 111181111111a i: a: 1.7%11111111111=1111111111 IIIKIIIII4A4W a,949. 100.0% MEM 100,0 SALARY ESCALATION: : : , ; ' MkgALL:__,.,....:;7;: : : ' :: - : : : III $6,612 $0 $625 $0 $31 $0 $26 $0 $7294 $0 •wi: -. ._. ii r. ei ‘ ' • f - t4 OF TOTA(NOU RS 85:i% -t 'r! I 1/5% . ..T. • . I : • : iiiimmitirda• : l'.6% 1 M i.i.% q. : : ; : 100.0% UMW 1111 11 ESTIMATED HOURV1ABOR RATE OLIII” LABOR PLUS oN,RHiAD EXHIBIT F PAYMENT UPON TERMINATION OF AGREEMENT BY THE AGENCY OTHER THAN FOR FAULT OF THE CONSULTANT (Refer to Agreement, Section IX) Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same per- centage of the Lump Sum Amount 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. Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, chap 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. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A fatal payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. EXHIBIT G SUBCONTRACTED WORK The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: Huibregtse, Louman Associates: Arterial street system design, construction observation, community involvement Techstaff, Inc.: Engineering support services • Engineering Technical Services: Drafting and document production • Don Shimono Associates: Landscaping concept and design, and visual analysis . Diversified Field and Land Services, Inc.: Right of way impact analysis, true cost estimate, appraisal, negotiation, relocation assistance RUN DATE: 1017/91 RUN TIME 8:47 AM EXHIBIT G-1 `,�` 5Kkr,:7g`o 0 .� .'`':. •/WgIyK\y,•ea: :A`v' `.�» ..,:„*.G..4'...,.4., �•�/^*��iti.�Y.w .v :A !.`t,...r,'x•.,447g :•. :>•.. s"i'C +rr•wi+NaAa:xs f;; ;Y .a.M.}:•S v:..::J.`^ `;.vn 4,' ' IlVwiili5► >¢ 'S' Y �air` ,e x;.•, ''ti i "r,i'a .s !.11IIa�y S00411 .:'Pi['.vUC.ts`vv. x^t�.' .. : ''�''..w.r /ti �..d..:\few..... .. tet,~��,�.N M. 1. Direct Salary Cad (DSC) 1991 Average Hourly Raw Labor Crass Rob Flours Platen Cott Acte PIC Ptincipge 48 $3.00 Stow P Proteeadoasal o $15.00 30 CAD Cedd Operator o $10.00 $0 D Dir 0 $8.80 $o QA dWmirthetruave 0 *10.00 30 o 10.00 00 0 $0.00 10 0 $0.00 $0 o $0.00 $0 0 $0.00 $0 0 $0.00 10 2. Total Direct Salary Cast (DSC) 45 $1 $45.00 Cvethead Coot (Ori) - Itxdu % Salary AddMlvas (Basted capon Radp'r* (DSC) 149.40% $2.310 .0 $77 fee (DSC) 13.00% $252 . Retrabuteabba 3450 Subooniuktsab Ooste SBO Nolo 0} Subtotals w 0.0056 0.00% 0.00% *0 . Et anlarvn Coats (Saw No C) 391 ms's aar x`'',,,,i C .r-" , a NOTES: LUMP al KA 19921817w ranee o41er 1991: 7.05%.' Curtent work p wvted for 1992; 10.00% Salary estcattdion lector: 0.71% Includes abed tee Edd ate: 0.01' B. Other factors: Oved 149.40% Fisted be Ort: 13.001: Labot 10000% Multiplier 264.40% C. Nola nvt used D. Na subconsuitarti are on lite terrr- RUN DATE: 10/17/91 RUN TIME: 8:46 AM EXHIBIT G-1 SUB 1 :SUMMARY SHEET CONSULTANT FEE DETERMINATION MLA FILE: C: CELIFIL£S11-82‘fEO1:XLS DATE: t0/17/9i SEA 413;60 1. Direct Salary Cost (DSC) 1991 Average Hourly Raw Labor Class Role Hours Rate Cost Rate PE Principal Engineer 180 $28.90 $5,202 RE Registered Engineer 110 $20.00 $2,200 PRE Project Engineer 0 $15.00 $0 SET Sr. Engineering Tech. 0 $12.00 $0 ET Engineering Tech 0 $10.00 $0 RLS Reg. Land Surveyor 0 $17.00 $0 RSE Resident Engineer 0 $16.00 $0 SPC Survey Party Chief 0 $13.00 $0 ST Survey Technician 0 $10.00 $0 WPT Word Processing Tech. 0 $12.14 $0 0 $0.00 $0 2. Total Direct Salary Cost (DSC) 290 $7,402 $25.52 3. Overhead Cost (OH) - Including Salary Additives (Based upon Federal audit) (DSC) 141.00% $10,437 Subtotal $17,839 4. Fixed Fee (DSC) 27.00% $1,999 5. Reimbursables $1,999 6. Subconsultants Costs (See Note D) Subtotals 0.00% i 0.00% 0.00% $0 7. Escalation Costs (See Note A) $625 8: GRAND TOTAL : Efflitnated Fee.(See'Note 0) ..: $22,482. . ..:. .. 'NOTES: LUMP A. Escalation factors: SUM 1992 labor rates over 1991: 5.00% YES Current work planned for 1992: 63.00% Salary escalation factor: 3.15% Includes fixed fee noted above: 11.20% B. Other factors: Overhead: 141.00% Fixed fee on DSC: 27.00% Labor 100.00% Multiplier 268.00% C. Note not used D. No subconsultants are on the team. Page: 1 of 1 HUIBREGTSE, LOUMAN ASSOCIATES, INC. Exhibit G-2 BREAKDOWN OF SUBCONSULTANT'S OVERHEAD COST BREAKDOWN OF OVERHEAD COST FICA 7.51% Unemployment Compensation 5.00% Medical Aid and Industrial Insurance 1.00% Company Insurance and Medical 3.55% Vacation, Holiday, and Sick Leave 8.80% State B&O Tax 6.00% Insurance 5.09% Administration and Time Unassignable 23.02% Printing, Stationery, and Supplies 7.06% Travel Not Assignable 11.53% Telephone and Telegraph Not Assignable 3.72% Fees, Dues, Professional Meetings 1.89% Utilities and Maintenance 5.19% Rent 7.03% Rental of Equipment 23.01% Office Miscellaneous, Postage 14.12% Professional Services 7.48% Total Generated Overhead 141.0% HLA3-18 RUN DATE: 10/17/91 RUN TIME: 8:47 AM EXHIBIT G-1 s SUMMARY SHEET CON$LILTANT FEE DETERMINATION SHIMONO FILE 0: \ EXCEL*" LES‘1-82‘RE01:XLS DATE: 10/17/91 SEA 413.60 1 Direct Salary Cost (DSC) 1991 Average Hourly Raw Labor Class Role Hours Rate Cost Rate PIC Principal -in -Charge 48 $35.00 $1,680 P Professional 0 $15.00 $0 CAD Cadd Operator 0 $16.00 $0 D Designer 0 $8.50 $0 OA Administrative 0 $10.00 $0 0 $0.00 $0 0 $0.00 $0 0 $0.00 $0 0 $0.00 $0 0 $0.00 $0 0 $0.00 $0 2. Total Direct Salary Cost (DSC) 48 $1,680 $35.00 13. Overhead Cost (OH) - Including Salary Additives (Based upon Federal audit) (DSC) 149.40% $2,510 Subtotal $4,190 4. Fixed Fee (DSC) 15.00% $252 5. Reimbursables $450 6. Subconsultants Costs (See Note D) Subtotals 0.00% 0.00% 0.00% 7. Escalation Costs (See Note C) $31 8. GFIAND TOTAL Estimated Fe4.fSee.NOte C) $4;923 NOTES: LUMP 1 A. Escalation factors: SUM 1992 labor rates over 1991: 7.05% J. YES Current work planned for 1992: 10.00% Salary escalation factor: 0.71% Includes fixed fee noted above: 6.01% I B. Other factors: Overhead: 149.40% Fixed fee on DSC: 15.00% Labor 100.00% Multiplier 264.40% C. Note not used D. No subconsultants are on the team. Pager1 �f1 LANDSCAPE ARCHITECTS ENVIRONMENTAL PLANNERS EXHIBIT G-2 BREAKDOWN OF SUBCONSULTNAT'S OVERHEAD COST PROJECT: I-82 INTERCHANGE IMPROVEMENTS RECREATION PLANNERS OVERHEAD FOR 1991 DATE: 9-13-91 OVERHEAD ITEMS SUB TOTALS X. - A. SALARY RELATED OVERHEAD Sick Leave 1.9% Vacation 6.1% Holidays 2.3% Payroll Taxes 6.0% SUBTOTAL 16.3% B. GENERAL OVERHEAD Automobile 3.0% Professional Dues/Publications 1.4% Education 0.4% Business Insurances 4.6% Outside Professional Services 1.9% Maintenance 1.2% Advertising 0.7% Office Expenses 18.9% Retirement Plan 10.6% Rent/Utilities 13.9% Donations 1.9X Business Taxes 24.5% Overhead Wages 50.1% Subtotal 133.1% TOTAL OVERHEAD EXPENSES 149.4% \overhead\ohcalc.91 375 118TH AVENUE S.E. SUITE 100 BELLEVUE WASHINGTON 98005 (206)454-1500 RUN DATE: 10/17/91 RUN TIME: 8:48 AM EXHIBIT G-1 SUB 4 SUMMARY .SHEET CONSULTANT :FEE DETERMINATION TECHSTAEF FILE: C:\EXCEL\FfLESU-82\REQ1.XL5 DATE: 10/17/91 SEA 413.60 1. Direct Salary Cost (DSC) 1991 Average Hourly Raw Labor Class Role Hours Rate Cost Rate SG Senior Geologist 0 $35.00 $0 SC Survey Party Chief 0 $30.00 $0 JG Junior Geologist 0 $25.00 $0 PDT Project Design Tech 112 $25.00 $2,800 CAD CAD Tech 0 $22.00 $0 IP Instrument Person 0 $20.00 $0 ROB Rod Chain/Brusher 0 $15.00 $0 0 $0.00 $0 0 $0.00 $0 0 $0.00 $0 0 $0.00 $0 2. Total Direct Salary Cost (DSC) 112 $2,800 $25.00 3. Overhead Cost (OH) - Including Salary Additives (Based upon Federal audit) (DSC) 41.23% $1,154 Subtotal $3,954 4. Fixed Fee (DSC) 14.00% $392 5. Reimbursables $0 6. Subconsultants Costs (See Note D) • • Subtotals 0.00% 0.00% 0.00% $0 7. Escalation Costs (See Note C) $26 S. ;GRAND TOTAL='Estimated .Pee See Nate G ......... _.....:$4:372 NOTES: LUMP A. Escalation factors: SUM 1992 labor rates over 1991: 6.00% YES .. Current work planned for 1992: 10.00% Salary escalation factor: 0.60% Includes fixed fee noted above: 9.91 % B. Other factors: Overhead: 41.23% Fixed fee on DSC: 14.00% Labor 100.00% Multiplier 155.23% C. Note not used D. No subconsultants are on the team. Page: 1 of 1 Mr. Don Tranum CH2M HILL Yakima Project BREAKDOWN OF OVERHEAD Based on 1990/91 sales and expenses through fiscal year, ending 3/31/91. SALES $3,778,042.00 DIRECT SALARY COSTS/WAGES $2,679,788.00 EXPENSES: % D.S.C. PAYROLL TAXES ON DIRECT WAGES $ 312,957.00 11.7 % TAXES •& LICENSES 73,622.00 2.7 % RENT 37,310.00 1.4 % PHONE 18,007.00 .72% ADMIN. SERVICES (ADMIN P/R, LEGAL, CONSULTING, 536,713.00 20.0% INSURANCE) OFFICE (SUPPLIES, EQUIPMENT, FIXTURES, POSTAGE) 126,228.00 4.71% TOTAL EXPENSES 1991 Escalation Factor for Direct Labor Rates: Limited to 6.0% $1,104,837.00 41.23% TECHSTAFF, INC.