Loading...
HomeMy WebLinkAboutHNTB Corp AG-C-237 'l'3IÍoq ConsultanVAddressfT elephone Local Agency HNTB c::.....f·,.~~··'" Standard Consultant 600 108th Avenue NE, Suite 900 Agreement Bellevue, W A 98004 Agreement Number AG-C-237 425-450-2739 Federal Aid Number Project Title And Work Description ITS-2004(045) C307 A - Citywide Intelligent Transportation System Agreement Type (Choose one) Improvements - Construct new ITS system along S. 277th St. and Auburn Way South - Construct new o Lump Sum traffic management center - Install fiber optic cable, Lump Sum Amount $ video cameras, other data collection equipment and ~ Cost Plus Fixed Fee signal control software Overhead Progress Payment Rate 150.43 % DBE Participation Overhead Cost Method DYes ~No % D Actual Cost WBE Participation % D Yes ~ No % D Actual Cost Not To Exceed 33 FederallD Number or Social Security Number ~ Fixed Rate % Fixed Fee $ 28,866.00 Do you require a 1099 for IRS? Completion Date"L Cl; 5 DYes ~No March 3, Z66'zt- o Specific Rates Of Pay D Negotiated Hourly Rate Total Amount Authorized $ 360,472.00 D Provisional Hourly Rate Management Reserve Fund $ 25,000.00 o Cost Per Unit of Work Maximum Amount Payable $ 385,472.00 ¢' THIS AGREEMENT, made and entered into this j between the Local Agency of City of Auburn day of Ál.~ , Z«>1 , Washington, hereinafter called the "AGENCY" , and the above organization hereinafter called the "CONSULTANT". WITNESSETH THAT: WHEREAS, the AGENCY desires to accomplish the above referenced project, and WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: DOT Form 140-089 EF Revised 12/99 Page 1 of 8 ---T-T- I GENERAL DESCRIPTION OF WORK II SCOPE OF WORK All reports, PS&E materials, and other data, furnished to the CONSULTANT by the AGENCY shall be returned. All designs, drawings, specifications, documents, and other work products prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT and are property of the AGENCY. Reuse by the AGENCY or by others acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. The Scope of Work and project level of effort for this project is detailed in Exhibit "B" attached hereto, and by this reference made a part of this AGREEMENT. IV TIME FOR BEGINNING AND COMPLETION III GENERAL REQUIREMENTS 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. All aspects of coordination of the work of this AGREEMENT, with outside agencies, groups or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups or individuals shall be coordinated through the AGENCY. The established completion time shall not be extended because of any delays attributable to the CONSUL T- ANT, 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. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY or such Federal, Community, State, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum number of hours or days notice - required shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "B" attached hereto and made part of this AGREEMENT. The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, that will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. Goals for Disadvan- taged Business Enterprises (DBE) and Women Owned Business Enterprises (WBE) if required shall be shown in the heading of this AGREEMENT. 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 compen- sation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work specified in Section II, "Scope of Work". The CONSULTANT shall conform with all applicable portions of 48 CFR 31. Page 2 ofB ... r~ . VI SUBCONTRACTING Thè AGENCY permits subcontracts for those items of work as shown in Exhibit G to this Agreement. Compensation for this subconsultant work shall be based on the cost factors shown on Exhibit G, at- tached hereto and by this reference made a part of this AGREEMENT. The work of the subconsultant shali not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, overhead, direct non- salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section V. All subcontracts exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any work 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 relatior¡ship. 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 consider- ation, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability, or in its discre- tion, 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 mayor 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 CONSULT ANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full or part time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Depart- ment of Transportation, the STATE, or the AGENCY, except regularty retired employees, without written consent of the public employer of such person. VIII NONDISCRIMINATION The CONSULTANT agrees not to discriminate against any client, employee or applicant for employ- ment or for services because of race, creed, COIOf, national origin. marital status, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the following' employ- ment upgrading, demotion or transfer, recruitment or any recruitment advertising, a layoff or terminations, rates of payor other forms of compensation, selection for training, rendition of services. The CONSULT- ANT 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 discrimina- tory practices have terminated and that recurrence of such action is unlikely. During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees and successors in interest agrees as follows: A. COMPLIANCE WITH REGULATIONS: The CONSULTANT shall comply with the Regula- tions relative to nondiscrimination in the same manner as in Federal-assisted programs of the Page 3 of 8 -·-r-· Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be , amended from time to time, (hereinafter referred to as the Regulations), which are herein incorpo- rated by reference and made a part of this AGREEMENT. The consultant shall comply with the American Disabilities Act of 1992, as amended. B. NONDISCRIMINATION: The CONSULTANT, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, creed, color, sex, age, marital status, national origin or handicap except for a bona fide occupational qualification in the selec- tion and retention of subconsultants, including procurements of materials and leases of equip- ment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix II of the Regulations. C. SOLICITATIONS FOR SUBCONSULTANTS, INCLUDING PROCUREMENTS OF MATERI- ALS AND EQUIPMENT: In all solicitations either by competitive bidding or negotiation made by the CONSULTANT for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's 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 Regulations, or directives issued pursuant thereto, and shall permit access to its books. records, accounts, other sources of information, and its facilities as may be determined by the AGENCY to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of the CONSULTANT is in the 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 Transportation as appropriate, and shall set forth what efforts it has made to obtain the information. E. SANCTIONS FOR NONCOMPLIANCE: In the event of the CONSULTANT's noncompliance with the nondiscrimination provisions of this AGREEMENT, the AGENCY shall impose such sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: 1. Withholding of payments to the CONSUL T- ANT under the AGREEMENT until the CONSULTANT complies, and/or 2. Cancellation, termination or suspension of the AGREEMENT, in whole or in part. F. INCORPORATION OF PROVISIONS: The CONSULTANT shall include the provisions of paragraphs (A) through (G) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The CON- SUL T ANT shall take such action with respect to any subconsultant or procurement as the AGENCY or the Federal Highway Administra- tion may direct as a means of enforcing such provisions including sanctions for noncompli- ance: provided, however. that, in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the CON- UL TANT may request the AGENCY to enter into such litigation to protect the interests of the AGENCY, and in addition, the CONSULTANT may request the United States to enter into such litigation to protect the interests of the United States. G. UNFAIR EMPLOYMENT PRACTICES: The CONSULTANT shall comply with RCW 49.60.180. Page 4 of 8 -~. ---------...------------.----.----------...-. IX TERMINATION OF AGREEMENT The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit F for the type of AGREEMENT used. No payment shall be made for any work completed after ten days following receipt by the CONSUL T- ANT of the Notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice ofTermination exceeds the total amount that would be due computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CON- SUL T ANT, 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 CONSUL T- ANT In performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termina- tion, whether that work is in a form or a type which is usable to the AGENCY at the time of termination; the cost to the AGENCY of employing another firm to complete the work required and the time which maybe required to do so, and other factors which affect the value to the AGENCY of the work per- formed at the time of termination. Under no circumstances shall payment made under this subsec- tion 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 CONSUL T- ANT 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 accordance with the provision of this AGREEMENT. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervi- sory personnel assigned to the project, or, dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, 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 AGENCY. The subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY's concur- rence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CON- SUL TANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSUL T- ANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitle- ment to exercise those rights with respect to any future act or omission by the CONSULTANT. X CHANGES OF WORK The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. Page 5 of 8 -r~'- - XI DISPUTES Any dispute concerning questions of fact in connec- tion with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT, provided however, that if an action is brought challenging the Director of Public Works or AGENCY Enginee(s decision, that decision shall be subject to de novo judicial review. 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 Washing- ton, situated in the county the AGENCY is located in. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accor- dance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located in. XIII LEGAL RELATIONS AND INSURANCE The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accord with the laws of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE, and their officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT's negligence or breach of any of its obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY and the STATE against and hold harmless the AGENCY and the STATE from claims, demands or suits based solely upon the conduct of the AGENCY and the STATE, their agents, officers and employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT's agents or employees and (b) the AGENCY and the STATE, their agents, officers and employees, this indemnity provision with respect to (1) ciaims or suits based upon such negligence, (2) the costs to the AGENCY and the STATE of defending such claims and suits, etc. shall be valid and enforce- able only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents or employees. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. The CONSULTANT recognizes that this waiver was specifically entered into pursuant to the provisions of RCW 4.24.115 and was the subject of mutual negotiation. Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of an acceptable, supplemental agreement, the CONSULTANT shall provide on-call assistance to the AGENCY during contract adminis- tration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as other- wise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to RCW 48. Page 6 of 8 ---....--.------.-.--- ·-r Insurance Coverage A. Worke(s compensation and employe(s liability insurance as required by the STATE. B. General commercial liability insurance in an amount not less than a single limit of one million and 00/100 Dollars ($1,000,000.00) for bodily injury, including death and property damage per occurrence. Excepting the Worke(s Compensation insurance and any professional liability insurance secured by the CONSULTANT, the AGENCY will be named on all certificates of insurance as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete. certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within 14 days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million dollars, whichever is the greater unless modified by Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not excJu- sive: and the AGENCY and the STATE may take such other action as is available to them under other provisions of this AGREEMENT, or otherwise in law. 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 compietion schedule. or both; and (3) other affected terms and shall modify the AGREE- MENT accordingly. C. The CONSULTANT must submit its "request for equitable adjustment" (hereafter referred to as claim) under this clause within 30 days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a claim submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However nothing in this clause shall excuse the CON- SUL TANT 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 furnished by him. Page 7 of 8 -T 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 responsibility matters - primary covered transactions, Exhibit "A-3" Certification regarding the restrictions of the use of Federal funds for lobbying, and Exhibit "A-4" Certificate of Current Cost or Pricing Data. Exhibits "A-3" and "A-4" are only required in Agreements over $100,000. XVIII COMPLETE AGREEMENT This document and referenced attachments contains all covenants, stipulations and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, represen- tation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to 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 CONSUL T- ANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first above written. By ~~~ Consultant HN!ß ~"'f""r~ By qK ---- ( ----,- Agency City of Auburn ~ Page 8 of 8 Exhibit A-1 Certification Of Consultant Project No. C307 A Local Agency City of Auburn 1 hereby certify that I am ~d"" Of ~ "'- V. P. and duly autborized , representative of the firm of HNTB ~,.f"',.....b·o.... whose address is 600 I 08tb Ave NE, Suite 900, Bellevue, W A 98004 and tbat neitber I nor tbe above firm I here represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm or person (otber than a bona fide employee working solely for me or tbe above CONSULTANT) to solicit or secure tbis contract. (b) Agreed, as an express or implied condition for obtaining this contract, to employ or to retain the services of any firm or person in connection witb carrying out tbe 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 tbe contract; except as here expressly stated (if any): I further certify that the firm I hereby represent is autborized to do business in tbe State of Washington and tbat 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 witb this contract involving participation of Federal aid funds and is subject to applicable State and Federal laws, both criminal and civil. \ Wc:u . <1 ate Ç)~ ~at~ Certification of Agency Official I hereby certify tbat I am tbe AGENCY Official of the Local Agency of City of Auburn Washington and that the above consulting firm or their representative has not been required, directly or indirectly as an express or implied condition in connection witb obtaining or carrying out tbis contract to: (a) Employ or retain, or agree to employ or retain, any firm or person, or (b) Payor agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of any kind, except as here expressly stated (if any). I acknowledged tbat this certificate is to be available to tbe Federal Highway Administration, U.S. Department of Transportation, in connection witb this contract involving participation of Federal' way funds and it subject to applicable State and Federal laws, both criminal and civil. 0~~L;ar.~ .1tiJI c Signature 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 debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attcmpting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph l.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 to certif'y to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Consultant (Fifl11): HNTB Co,...tol'Q,.i\o\oO\ \~"c4 (Date) of Consu~ant 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, that: I. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or 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 federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Consultant (Firm): HNTB ~,.porc:.-h'QO'\. ~ kÍ.øJ'Ó+- (Date) Exhibit A-4 Certificate of Current Cost or Pricing Data This is to verify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writin)l' to the contracting officer or to the contracting officer's representative in support of f( - C· 23 · are accurate, complete, and current as of ) ". This certification includes the cost or pricing data supporting any advance agreements and orwar pricing rate agreements between the offeror and the Government that are part of the proposal. Finn HNTB ó:>..po,.....:tiOI.o\ Narne ~L ii_Î)\}Iø.....m Title \i'iA- ~t"U>I~ Date of Execution'" ·'ÆJv~~ I~~ ittY-/ , . Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the appropriate identifying number (e,g., RFP No.). .. Insert the day, month, and year when price negotiations were concluded and price agreement was reached. ... Insert the day, month, and year of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. Auburn ITS Project -Phase I Scope of Wor/c- Exhibit B HNTB Corporation October, 2004 Exhibit B SCOPE OF WORK AUBURN ITS PROJECT PHASE I During the term of this Agreement, the engineering consultant (CONSULTANT) shall perform professional services for the City, including preliminary and final design: Auburn ITS Project, Phase I This document shall be used to plan, conduct and complete the work on the project. I. BACKGROUND The City of Auburn currently operates and manages a total of 65 traffic signals. The majority of existing signals are controlled via dial up over twisted-pair from the City's existing Maintenance and Operations Facility on "C" Street. The City's existing traffic signal control system and field infrastructure does not have the capability to support advanced operational strategies. In 2004, the City received a Federal ITS Earmark to support the implementation of central system control software to support enhanced operational strategies. II. PROJECT DESCRIPTION The following scope of work is for the planning and design of the first phase of the City of Auburn's Intelligent Transportation S~stem (ITS) Project. This phase of the project will include the following efforts: establish ITS corridors on 277' between West Valley Highway and Auburn Way North and Auburn Way S. between 2nd Street SE and Academy Drive and provide communications connection to the City's existing Maintenance and Operations Facility; implement Econolite ICONS Signal Control Software and develop an ITS concept to guide future ITS deployments in the City of Auburn. The City of Auburn ITS Project is being conducted in a partnership between the City of Auburn, King County, the Washington State Department of Transportation (WSDOT), and the Muckleshoot Indian Tribe. III. PROJECT OBJECTIVES The goals of the Project are to: · Implement central system software for the control of traffic signals and other existing and planned field devices; · Provide a list of requirements for an "interim" Traffic Management Center (TMC) at the City's existing Maintenance and Operations Facility and the design for a "permanent" TMC at a location to be determined by the City of Auburn; · Provide a communications connection between the City's TMC, (to be located at the existing Maintenance and Operations Facility) and sections of both 277"' Street and Auburn Way S. defined in this project; · Provide a data and video connection to the King County Traffic Control Center; · Provide a video connection to WSDOT for the dissemination of camera images on the WSDOT traveler information website; 1 Auburn ITS Project-Phase I Scope of Work- Exhibit B HNTB Corporation October, 2004 . Document the City's ITS needs and requirements in an ITS Concept Report to support both current and future ITS project efforts. IV. DESIGN CRITERIA Documents developed as part of this scope of work, to the extent feasible, will be in accordance with the latest edition and amendments to the following documents, as of the date the AGREEMENT is signed. City of Auburn Publications: a) Current Auburn Design Standards and Standard Details. WSDOT Publications: a) Standard Specifications for Road, Bridge and Municipal Construction, English edition (2004) (M41-10) b) Standard Plans for Road, Bridge and Municipal Construction, English edition (M21-01) c) Design Manual, (M22-01) d) Plans Preparation Manual, (M22-31) e) Amendments and General Special Provisions f) Standard Item Table g) Traffic Manual, (M51-02) h) Utilities Manual, (M22-87) i) Local Agency Guidelines, (M36-63(PA)) American Association of State Highway and Transportation Officials (AASHTO) Publications: a) A Policy on Geometric Design of Highways and Street, (1994 - 'Green Book') U.S. Department of Transportation (USDOT) Publications: a) Manual of Uniform Traffic Control Devices for Streets and Highways Other Publications/Design Guides: a) National Electrical Code b) International Building Code c) State of Washington Regulations (WAC 51-50) V. PROJECT SCHEDULE The preliminary project schedule is as shown in Exhibit B.1. The key milestone dates taken from the schedule are: Milestone Consultant Notice to Proceed Approval of ITS Concept by the City Final Phase I PS&E Package submitted to the City Date November 1, 2004 December 15, 2004 March 3, 2005 The anticipated duration of the reviews by the CITY, and by others, is given in the project schedule. VI. ITEMS AND SERVICES TO BE FURNISHED BY CITY 2 Auburn ITS Project -Phase I Scope of Work- Exhibit B HNTB Corporation October, 2004 The CITY will provide the following items and services to the CONSULTANT that will facilitate the studies and preparation of the documents for work within the limits of the PROJECT. The CONSULTANT is entitled to rely on the accuracy and completeness of this and other data furnished and represented by the CITY and others, to the extent represented by the City or other Agency. 1. Available as-built/record drawings and information on the current project and on other public works and/or private projects in the immediate vicinity. 2. Timely reviews of CONSUL TANT submittals at the mutually agreed upon times set forth in the project schedule and the consolidation of all review comments by others onto one review set prior to return to the CONSULTANT. 3. Codes and governing regulations for the project corridor area. 4. Responsibility for public involvement and public information for the PROJECT. 5. Payment of all fees including permit fees. 6. Utility locates (if existing data is insufficient for design purposes). 7. A list of utilities and other agencies having jurisdiction in the project area. 8. Compilation, reproduction and distribution of Bid Documents to potential bidders and interested parties and the Consultant. 9. The City of Auburn shall provide its GIS mapping in Autocad 2002 format for the Consultant's use in developing base mapping, Task 3.0. The City of Aubum does not guarantee the accuracy of the City's GIS mapping. 10. It is assumed that the City of Auburn will verify the availability of conduit on the South 27fh Street Corridor from West Valley Highway to Auburn Way North. 11. The City of Auburn shall be responsible for obtaining approval from WSDOT to include WSDOT owned and operated traffic signals in the Auburn ITS Project. 12. The City of Auburn shall provide the horizontal and vertical datum necessary to develop project base mapping. 13. Environmental documentation and permitting will be the responsibility of the City of Auburn. 14. Tha City shall provide the Consultant all information on the Maintenance and Operations Facility necessary to develop a list of equipment requirements for the interim TMC in Task 3.0. 15. The City shall contact appropriate Utilities to obtain facility maps of existing overhead and underground facilities within the corridor and provide these to the Consultant. 16. The City of Auburn shall provide the consultant with the location of the "permanent" TMC to support Task 3.0 design efforts. VII. ABBREVIATIONS 3 Auburn ITS Project-Phue f Scope of Wor/c- Exhibit B HNTB Corporation October, 2004 The following abbreviations are referred to throughout this scope of work: ITS TMC ROW PS&E WSDOT Intelligent Transportation Systems Traffic Management Center Right-of-way Plans, specifications, and estimates Washington State Department of Transportation VIII. PROJECT DOCUMENTATION The documents listed as "Deliverables" in the Work Tasks, Section IX of this scope of work, and other exhibits or presentations for the work covered by this AGREEMENT and associated supplements, if necessary, will be furnished by the CONSULTANT to the CITY upon completion of the various tasks of work. Whether the documents are submitted in electronic media or in tangible format, any use of the materials on another project or on extensions of this project beyond the use for which they were intended, or any modification of the materials or conversion of the materials to an alternate system or format will be without liability or legal exposure to CONSULTANT. The CITY will assume all risks associated with such use, modifications, or conversions. The CONSULTANT may remove from the electronic materials delivered to the CITY, all references to the CONSULTANT involvement and will retain a tangible copy of the materials delivered to the CITY which will govern the interpretation of the materials and the information recorded. Electronic files are considered working files only; the CONSULTANT is not required to maintain electronic files beyond 90 days after the project final billing, and makes no warranty as to the viability of electronic files beyond 90 days from date of transmittal. IX. WORK TASKS Parameters for execution of work: 1. Design documents shall be reviewed by the City of Auburn at the following inteNals: 30%, 60%, 90% and final. 2. Electronic contract plan files will be delivered to the CITY in Autocad 2002 format at the conclusion of Task 3.0. 3. The analyses, design, plans, specifications, and estimate performed or prepared as part of the PROJECT will be in English units. Metric units will not be used on this PROJECT 4. The plans will be prepared in accordance with City of Auburn drafting standards, with WSDOT and KING COUNTY standards being the default standards to follow, as directed by the City, if CITY standards do not exist. 4 Auburn ITS Project-Phase I Scope of Work- Exhibit B HNTB Corporation October, 2004 Auburn ITS Project - Phase I Task 1.0 - Project Management This task describes those services necessary to plan, perform, and control the various elements of the project so that the needs and expectations of the CITY and other project stakeholders will be met or exceeded. Task 1.1 . Meetings Bi-weekly meetings, summarized in the table below, will be held between the Consultant and the City of Auburn throughout the duration of the project which is anticipated to be four months. The Consultant will prepare meeting minutes for all meetings and distribute to all attendees. The Consultant will also provide weekly electronic mail project updates to the City of Auburn's Project Manager. Meetino Anticipated Date Attendees Purpose 1 November 8, 2004 City of Auburn Project Project status, Manager, Consultant coordination, transfer of Proiect ManaQer information 2 November 23, 2004 City of Auburn Project Project status, Manager, Consultant coordination, transfer of Project Manager, information. Consultant team members as needed 3 December 7,2004 City of Auburn Project Project status, Manager, Consultant coordination, transfer of Project Manager, information, prepare for Consultant team members Task 2.4 workshop. as needed 4 December 21 , 2004 City of Auburn Project Project status, Manager, Consultant coordination, transfer of Project Manager, information, document Consultant team members final review comments as needed on Task 2.4,prepare for Task 3.5 review workshoP. 5 January 18, 2005 City of Auburn Project Project status, Manager, Consultant coordination, transfer of Project Manager, information, document Consultant team members final review comments as needed on Task 3.5. 6 February 1, 2005 City of Auburn Project Project status, Manager, Consultant coordination, transfer of Project Manager, information, document Consultant team members 60% review comments. as needed 7 February 15. 2005 City of Aubum Project Project status, Manager, Consultant coordination, transfer of Project Manager, information, document Consultant team members 90% review comments.. as needed 5 Auburn ITS Project -Phase I Scope of Wor/c- Exhibit B HNTB Corporation October, 2004 Meeting AnticiDated Date Attendees Purpose 8 February 29, 2005 City of Auburn Project Project status, Manager, Consultant coordination, transfer of Project Manager, information, document Consultant team members Final review comments. as needed 9 March 3, 2005 City of Auburn Project Project status, Manager, Consultant coordination, transfer of Project Manager, information, prepare for Consultant team members project bid. as needed Task 1.1 - Dellverables: . Meeting minutes, (1 copy each meeting). . Weekly project updates, via electronic mail. Task 1.2 - Invoicing, Progress Reporting and Scheduling The Consultant shall: · Prepare monthly project invoices to the City of Auburn Project Manager; · Review subconsultant invoices and other job charges in preparation for monthly invoices to identify and resolve any discrepancies; · Prepare a summary table to accompany each invoice's detailed labor, overhead, fee, and direct expenses to date for the Consultant and subconsultants; · Prepare monthly progress reports to be submitted to the City of Auburn Project Manager with each monthly invoice for the duration of the project; · Using Microsoft Project Version 4.0 and the preliminary schedule provided in Exhibit B-1, the Consultant shall develop and manage a detailed project schedule. The project schedule shall be updated weekly throughout the duration of the project. The project schedule shall identify task durations, predecessors, constraints, linkages, City reviews, reviews by others, progress, milestones and completion dates Task 1.2- Deliverables: · Monthly invoices (1 copy); · Monthly progress reports (1 copy); · Updated Auburn ITS Project Schedule provided weekly (1 copy). Task 1.3. - Quality Assurance/Quality Control The Consultant shall develop a project specific Quality Control Plan based on the Consultants Quality Manual. The project Quality Control Plan shall dictate the process by which all Consultant supplied reports, plans estimates, quantities and specifications shall be checked before submittal to the City. Task 1.3-Deliverables: Auburn ITS Quality Plan, (1 copy). 6 Auburn ITS Project-Phase I Scope of Work- Exhibit B HNTB Corporation October, 2004 Task 1.4. - Public Involvement Support (Optional) At the request of the City of Auburn, the Consultant will support the City of Auburn's public involvement activities related to the Auburn ITS Project. This task is considered optional. Task 2.0 - Auburn ITS Concept The purpose of this task is to develop an ITS concept that best meets the City of Auburn's needs both for the design to be completed in Phase I of the City of Auburn ITS Project and in subsequent ITS project efforts. The concept document, produced in Task 2.4, will be used to validate the level of effort identified in Task 3.0, Contract Documents. In addition, the Auburn ITS Concept will provide support to the City in obtaining both financial and institutional support of future ITS projects. Assumptions: 1. Both the "interim" and "permanent" traffic management centers must support the transfer of data and video to King County's Traffic Control Center located at 201 King Street, Seattle and the transfer of video to WSDOT. 2. The "interim" TMC will be located in existing space at the City's Maintenance and Operations Facility at 1305 'C' Street No architectural, mechanical or electrical modifications are anticipated. 3. A permanent TMC area may be located within an existing City of Auburn building. Once the permanent TMC space requirements are identified, the City will inventory and identify available existing building space for the consultant to use in developing the conceptual layouts. If no existing space is available, the level of effort needed to design new space for the permanent TMC will need to be evaluated. 4. All deliverables to the City are to be provided in hard copy and electronically. 5. The Consultant will be responsible for obtaining as-built intersection plans for WSDOT owned and operated signals on the South 27-1" and Auburn Way South project corridors. Task 2.1. - Development of Requirements and Inventory The purpose of this task is to develop the background information needed to develop an ITS concept for the City of Auburn. Information required to support this task will be solicited in a half-day (4-hour) workshop with the City of Auburn. The Consultant shall identify conceptual operational requirements that best meet the City of Auburn's existing and future traffic management needs. This set of requirements will be used to direct the design of the first phase of the Auburn ITS Project and future ITS project efforts in the City of Auburn. A set of draft ITS requirements will be developed by the Consultant and presented to the City for review in this task. The Draft ITS requirements will be updated based on input received by the City of Auburn. In this task the Consultant will develop the total square footage required to accommodate the City's permanent traffic management center (TMC). This information will be used by the City to identify up to three potential locations in the City of Auburn to house the permanent TMC. In Task 2.3 conceptual layouts of the permanent TMC will be developed for these potential locations. The permanent TMC must accommodate, at a minimum: the control room, video display equipment, work space and testing space for two employees and viewing area. 7 Auburn ITS Project-Phase I Scope of Worlc- Exhibit B HNTB Corporation October, 2004 The Consultant shall prepare an inventory of existing and planned traffic signal control infrastructure in the City of Auburn based on information provided by the City of Auburn. This task shall include existing traffic signal control infrastructure owned and operated by Washington State DOT. The inventory will address infrastructure impacted by both the first phase and subsequent phases of the Auburn ITS project. Information inventoried in this task will be used in Task 3.0 - PS&E. Field verification will be necessary in Task 3.0. Task 2.1- De/iverab/øs: · Tabular summary of ITS requirements developed in Task 2.1; Draft and Final; (10 copies). · Inventory log; Draft only; (10 copies) · The results of this task will be detailed in the Auburn ITS Concept Report, Task 2.4 Task 2.2. - Communications Needs The purpose of this task is to develop high-level, conceptual communications requirements that may impact Task 3.0 design efforts and future ITS design efforts. To develop the City's overall communications needs and requirements, the Consultant shall investigate and develop a summary table of City of Auburn communications system uses, users, user locations and data loads. This task shall include the following efforts: · An evaluation of broadband wireless network infrastructure to support the Auburn ITS project. In addition, evaluate whether the broadband wireless network has applicability to other City of Auburn communication needs. · Assess, at a high-level the applicability of wireless communications to the Auburn ITS Project; · Based on the Consultant's investigation, develop a set of recommendations for the phased implementation of communications infrastructure in the City of Auburn. Task 2.2 - Del/verables: . Memorandum summary results of the broadband wireless evaluation, phasing recommendations and summary of the communications system users and corresponding data loads; (10 copies). . The results of this task will be detailed in the Auburn ITS Concept, Task 2.4; (10 copies). Task 2.3. -Traffic Management Center Plan In this task the Consultant will program space and equipment needs for the City's permanent Traffic Management Center (TMC). The Consultant will develop up to three conceptual layouts for the City's permanent TMC. One conceptual layout will be developed for each of the potential permanent TMC locations identified by the City of Auburn in Task 2.1. The conceptual layouts will be developed to minimize the need for modifications to existing space. The permanent TMC Plan shall include the following information: · List of required equipment; · Approximate power requirements for all equipment; · Communications requirements; · Estimate of cubic airflow impacts from equipment. 8 Auburn ITS Project-Phase I Scope of Work- Exhibit B HNTB Corporation October, 2004 In the event that it is not feasible to implement the permanent TMC in time to operate the Auburn Way South corridor by June 1", 2005, the City will implement an "interim" TMC at the City's existing Maintenance and Operations Facility at 1305 "COO Street. The Consultant will develop recommendations to address the following components of the interim TMC in this task: · · Number of computers; · Number of monitors; · Assessment of adequacy of 1 OOMS data line. Task 2.3 - Deliverables: · Permanent TMC plan including three "perrnanent" TMC conceptual layouts prepared at 8.5 x11 and equipment, power, communications and air flow requirements; (10 copies) · Set of "interim" TMC recomrnendations; (10 copies) · The results of this task will be detailed in the Auburn ITS Concept Report Task 2.4; (10 copies). Task 2.4. - Prepare Auburn ITS Concept Report The purpose of this task is to validate the level of effort required to develop contract documents (Task 3.0). In this task the Consultant shall summarize the results of Tasks 2.1, 2.2 and 2.3 and the process by which the results were developed. The Auburn ITS Concept report will include implementation recommendations for the first phase of the Auburn ITS Project. One half-day (4-hour) workshop will be held to facilitate input on the Auburn ITS Concept. It is anticipated that this document will be used to facilitate necessary approvals. In this task the Consultant will develop a strategy to include WSDOT owned and operated signals in the City's priority corridors. The consultant will, by coordinating w~h WSDOT and the City of Auburn, identify the technical and institutional considerations to be addressed in facilitating signal coordination between City of Auburn and WSDOT traffic signals. The Auburn ITS Concept will address, at a minimum, a total of 17 signalized intersections on the Auburn Way South corridor (between 2nd Street SE and Academy Drive) and South 277'" Street (between West Valley Highway and Auburn Way North). The possibility of including additional signalized intersections will be investigated in this Task. In this task the Consultant will evaluate options for the communications route to provide a physical communications connection between the South 277'" and Auburn Way South corridors to the Maintenance and Operations Facility at 1305 'C' Street. The evaluation of the route for the communications route will validate the level of effort detailed in Task 3.0. Task 2.4. Deliverables: · City of Aubum ITS Concept Report; Draft and Final; (10 copies each). Task 3.0 - Contract Document Package The first phase of the design for the Auburn ITS project shall include the following primary corridors: Auburn Way South (SR 164) and South 277'" Street. The first phase of the Auburn ITS Project shall 9 Auburn ITS Project -Phase I Scope of Work- Exhibit B HNTB Corporation October, 2004 also include the communications connection between the City of Auburn's Maintenance and Operations Facility and the two primary corridors. This design effort will make use of existing City-owned communications infrastructure whenever practical. It is anticipated that existing interconnect conduit as well as aerial fiber installation will be investigated in this Task. The contract package is based on the following routes for communications connections between the two priority corridors and the Maintenance and Operations facility. The approximate mileage of the communications connection routes described below is 10 miles. The communications connection will be shown on the "Signal Interconnect" sheets and will be reproduced at a scale of 1 '=40' (full-size). Auburn Way South The preliminary route along the Auburn Way South corridor runs from Academy Drive to 2nd Street SE From 2nd Street SE and Aubum Way South, the communications route will run west to the existing conduit route at approximately Division Street and 2nd Street SE. The communications route will follow the existing conduit route to 'C' Street SW where it will run south to 5th Street Sw. It will be necessary to determine a route to get communication from this intersection to the existing Maintenance and Operations Facility at 1305 'C' Street. South 277th Street The South 277'h Street corridor runs from West Valley Highway to Auburn Way North. From the intersection of South 277'h and Auburn Way North, a preliminary option may be to run the communications route south on Auburn Way North to the intersection of Auburn Way South and 2nd Street Southeast. At Aubum Way South and 2nd Street Southeast, the 277th St and Auburn Way South corridor communications connection routes will merge. At a minimum, the contract package will include the design of a connection to the following signalized intersections: 1. South 277th Street and West Valley Highway 2. South 277th Street and SB SR 167 on and off ramps 3. South 277th Street and NB SR 167 on and off ramps 4. South 277th Street and Frontage Road 5. South 277th Street and 'D' Street 6. South 277th Street and B Street NW 7. South 277th Street and Auburn Way North 8. Auburn Way South and Academy Drive g. Auburn Way South and Dogwood Drive Southeast 10. Auburn Way South and 'M' Street Southeast 11. Auburn Way South and 12th Street Southeast 12. Auburn Way South Pedestrian Signal 13. Auburn Way South and F Street SE 14. Auburn Way South and EB SR 18 on and off ramps 15. Auburn Way South and WB SR 18 on and off ramps 16. Auburn Way South and 4th Street Southeast 17. Auburn Way South and 2nd Street Southeast. Assumptions: 1. The level of effort anticipatad for this task will be validated basad on the Final City of Auburn ITS Concept Report prepared in Task 2.4. 10 Auburn ITS Project-Phase I Scope of Work- Exhibit B HNTB Corporation October, 2004 2. The contract package will include the installation of a communications connection between the South 27fh and Auburn Way South priority corridors, King County and WSDOT. The level of effort described in Task 3.0 corresponds to the design of a fiber connection for a minimum of 17 signalized intersections on the two priority corridors. 3. The completion of the design for the communications connection to the following four traffic signals will be subject to WSDOT approval: South 27fh and SB SR 167 ramps, South 27fh and NB SR 167 ramps, Auburn Way South and EB SR 18 ramps, and Auburn Way South and WB SR 18 ramps. 4. Swvey pick-up may be required for verification at select locations (see optional Task 3.2). 5. Property lines will not be provided in base mapping. 6. Coordination necessary to accomplish work is included in the PS&E tasks. 7. The City of Auburn's existing twisted-pair interconnect system will be maintained to provide a redundant system. 8. The City of Auburn will manage and operate equipment implemented in Phase I from a "permanent" TMC (location to be determined) or an "interim" Traffic Management Center located at the City's existing Maintenance and Operations Facility. 9. Both the "interim" and "permanent" traffic management centers must support the transfer of data and video to King County's Traffic Control Center located at 201 King Street, Seattle and the transfer of video to WSDOT. 10. All plan sheets will be developed to City of Auburn standards where applicable. 11. The Maintenance and Operations Facility location are structurally and mechanically sound. 12. No modifications to the existing Maintenance and Operations facility will be required to accommodate the "interim" TMC. 13. Only minor mechanical and electrical modifications will be required to accommodate the implementation of the "permanent" traffic management center. 14. Adequate electrical power is available at the Maintenance and Operations Facility and the location of the "permanent" TMC to support equipment identified in Task 3. O. 15. Information required to locate Utilities can be acquired through the Utility "one-call" service. 16. The Consultant shall provide the City of Auburn with hardware and software requirements to facilitate the procurement of equipment for both the interim and permanent TMCs. 17. Fiber connections to the existing Maintenance and Operations Facility will not be relocated upon the implementation of the "permanenf' TMC. Communications between the "permanent" TMC and the Maintenance and Operations Facility will be provided by the City of Auburn via the City owned wide area network. Task 3.1 - Conduit Proofing (Optional) Based on the ITS Concept developed in Task 2.4, it may be necessary to proof existing conduit. If this optional task is necessary, the Consultant shall identify a vendor to provide conduit proofing services to verify the availability and usability of existing conduit if requested by the Ciy. Task 3.2. -Survey (Optional) 11 Auburn ITS Project -Phase I Scope of Work- ExhIbit B HNTB Corporation October, 2004 Based on the ITS Concept developed in Task 2.4, it may be necessary to supplement existing base mapping so that it is suitable for design. If this optional task is necessary, the Consultant shall identify a contract to provide survey pick-up services if requested by the City. Task 3.3. - Utility Coordination The Consultant shall review the City's existing GIS maps to identify any potential areas of conflict. Following this review the Consultant shall conduct a walk-through of the project site to verify utility conflicts observed in the review of the City's GIS maps. For utility conflicts that remain unresolved following walk-through, the City shall provide detailed locates based on the areas requested by the consultant. The consultant shall add locate information to base mapping, Task 3.1. Task 3.3- Dellverables: · Log of collected data, (10 copies). Task 3.4. Base Mapping The Consultant shall develop base mapping at 1 "=40' (full-size) scale based on existing City of Auburn mapping. Task 3.4-De/iverables: . Electronic AUTOCAD 2002 base map files at 1 "= 40' (full-size) of the project limits and approximate property boundaries and right-of-way lines. Task 3.5. Preliminary Design The purpose of this task is to perform a preliminary design for the Auburn ITS Project and receive approval to further the design process. The preliminary design will be based on the Final City of Auburn ITS concept developed in Task 2.4. · The design report shall include the following: Design drawings based on base mapping provided by the City of Auburn. The design drawings will represent a 30% design effort. Preliminary design drawings will be developed at a scale of 1 "=40" (full-size), 1"=80' half-size. · Preliminary cost estimate; · List of proposed specifications. The Draft ITS Design Report will first be presented to the City of Auburn. Based on the City's review comments, the Consultant shall generate a revised Draft ITS Design Report and present it at a half-day (4- hour) workshop attended by project stakeholders including WSDOT and King County. The Consultant shall incorporate review comments and issue a Final ITS Design Report. Task 3.5 - Deliverables: . Draft Preliminary Design plan sheets; (10 copies) . Final ITS Design Report Task 3.6 - PS&E The Consultant shall develop PS&E packages that include the following: Plans 12 Auburn ITS Project-Phase I Scope of Work- Exhibit B HNTB Corporation October, 2004 The final plan sheet set will be based on the results of the ITS Concept Report, Task 2.4. The scale for relevant plan sheets will be as follows: "Signal Interconnect Sheets" 1"=40' (full-size), 1"=80' (half-size) "Fiber Splice Details" 1"-20' (full-size), 1"=40' (half-size) It is anticipated that the following forty plan sheets will be included in this package: · Cover sheet, index, vicinity map (1 sheet) · Sheet Layout, wire notes, general notes, legend (1 sheet) · Schematic wiring diagram (1 sheet) · Signal Interconnect (25 sheets) · Fiber splice detail sheets (9 sheets) · Pull box and vault details 1 sheet) · CClV Detail sheet (1 sheet) · Powerlbreaker sheet (1 sheet) · Permanent TMC Layout (1 sheet) · Permanent TMC Mechanical modifications (1 sheet) · Permanent TMC Electrical modifications (1 sheet) · Permanent TMC Cable Layout (1 sheet) · Permanent TMC rniscellaneous space modification details (1 sheet) Technical Specifications The Consultant shall prepare a complete set of contract technical specifications. The specifications shall use the City of Auburn boilerplate special provisions but may be supplemented by specifications prepared as part of King County's Trans-Valley ITS Design project where applicable. The Consultant shall develop the Technical Specifications based on the City of Auburn's current specification template and General Special Provisions. The Consultant shall submit the contract technical specifications at the 60%, 90% and final PS&E package submittals. Given the nature of ITS equipment and the dynamic nature of technology and NTCIP standards, updates to the specifications shall be anticipated until the submittal of the Final PS&E package to the City. Technical specifications shall address equipment required for the "interim" and "permanent" TMC. Quantities and qost Estimate The Consultant shall calculate quantities for the PS&E package based upon the design shown in the PS&E Plans. The Consultant shall document all assumptions and back-up information on the quantity calculations and provide these to the City. The quantities will be updated for each PS&E submittal (60%, 90% and final). The Consultant shall prepare a complete cost estimate for each PS&E submittal (60%, 90% and Final). The cost estimate shall follow City standards. The Consultant shall prepare the construction cost estimate in Microsoft Excel 2000 or later. Review The Consultant shall facilitate the review process by tracking comments and responses in an electronic form generated in Microsoft Excel. Task 3.6. Deliverab/es: · 60%, 90% and Final PS&E Packages; see Tasks 3.6.1,3.6.2 and 3.6.3; 10 copies of each. 13 Auburn ITS Project -Phase I Scope of Work- Exhibit B HNTB Corporation October, 2004 Task 3.6.1 Develop 60% PS&E Package The Consultant shall submit to the City of Auburn a 60% complete PS&E package to the City. 60% plan sheets will depict all communications routes and field device connections. The 60% PS&E shall include the following: · Information gained through surveying and base mapping · Information gathered in design meetings with the City of Auburn and other project stakeholders; Task 3.6.1- Deliverables: · Ten half-size (11 "x17") copies of the 60% PS&E project plans; · One full-size (22"x34") copy of the 60% PS&E project plans at 1"=20'; · List of Construction Cost Estimate items; · Relevant technical specifications. Task 3.6.2 Develop 90% PS&E Package The Consultant shall incorporate review comments from the 60% submittal and meeting with the City of Auburn to resolve questions. After incorporating all comments, the Consultant shall update the 60% comment form with final response to each comment by the design and shall complete design changes and submit a 90% complete PS&E package to the City. Task 3.6.2 - Deliverables: · Ten half-size (11"x17") copies of the 90% PS&E project plans; · One full-size (22"x34") copy of the 90% PS&E project plans at 1 "=20'; · Draft Specifications and Special Provisions; · Construction Cost Estimate: · Comment/Response log. Task 3.6.3 Develop Final PS&E Package The Consultant shall submit final stamped plans to the City once all 90% review comments are received and addressed. The submittal shall include Final (100% completion) plans and special provisions in accordance with review comments provided by the City of Auburn. The Consultant shall submit one draft Final package to the City. The City of Auburn shall review the draft Final submittal to ensure that all 90% review comments have been incorporated in the final package. Based on the City's review of the draft Final submittal, the Consultant shall generate a Final submittal including one full-size copy of stamped project plans on 0.4 mil mylar. Task 3.6.3- Dellverables: · One full-size (22" x 34") copy of draft final PS&E project plans on roll plot paper; · One full-size (22" x 34") copy of final stamped PS&E project plans on 0.4 mil mylar sheets and electronic files in Autocad 2002 format; · One camera ready copy of final, stamped, PS&E special provisions and electronic files in Microsoft Word 2000 format. · Fin¡¡1 PS&E Construction Cost Estimate and electronic files in Microsoft Excel format. · Quantity Calculations (1 Copy) Task 4.0 - Services During Construction 14 Auburn ITS Project-Phase I Scope of Wor/c- Exhibit B HNTB Corporation October, 2004 The following design, bidding and construction phase services are outside the scope of this agreement. In the event such services are requested, the scope and payment shall be specified in a supplemental agreement: · Bidding support; · Review of submittals; · Response to RFls; · Support of reporting requirements for Federal ITS Deployment projects; · ICONS implementation: · Testing; · Provide record drawings. 15 ::; " ~ !o! '" ..m . ::; w ::; .. 2 ijm "- w ::; .. " ¡m -, w .8::; E 8m ~ w J!! c ~ t> " u CI> 0 "e- o a. t> w ~_~'7 _Q)I:CC CI> e=8:š ~::; '" ß¡f..c::.2 ~ .. a. :æ. g»~ 1)m 'õ e 0 = ~ CI> U :; w a¡ 'fi ~ ~ e ~ Q Q X Q i X e 1\ Q 1\ Š "' ... ~ "' "' "' "' "' "' "' en !2 .. !2 ~ .. !2 ~ ~ ~ :t: ~ ~ ~ iiI "' ~ !;¡ ~ t:: ¡¡¡ I:? ~ ~ ~ ~ - - - :!: ~ - ~ ~ ~ ~ ~ ¡;; " - ~ ~ ~ - ¡::! ;::¡ ~ .. ~ - ~ ~ ~ - ~ ~ ~ - ~ c 'C ~ " ¡¡; C C C C c c - ~ c CI> ! CI> CI> - ~ 0 - ~ 'C it "- 'C if " 0 0 0 0 0 0 c c 0 " ~ " " " ::; 1: 'C "- "- .... ::; ::;; :Ii ::;; ::; ::;; 0 0 ::; .... .... .... .c " "- "- :Ii ::; .... .... .. .. .. .. .. .. .. .. '" ~ .. .. .. .. .. '" .. .. .. .. .. .. ~ .. .. c ¡;- '" ¡;- '" ¡;- '" ¡;- '" .. ¡;- ¡;- '" ¡;- '" .. '" '" '" '" '" '" '" ¡;- 0 .. .. .. .. ." .. .. .. ." .. .. .. .. .. .. .. .. ~ ." ." '" ." ." ." ." ." ." ." ." ." '" ." '" ." ." ." ." ." ." ." ." .. c;; '" "' .. <0 '" "' .... '" "' "' '" N .. "' .. "' .. .. '" N .. " .., ~ N ~ CD ~ ~ - ~ on ~ ~ ~ ~ ~ 0 ~ ¡ ~ ¡ " .. " .. J!! " ." '" .. ." J!! e ~ 0 8- c !:!. c 0. "' 'is. "' .~ .t ~ ~ c 0. .11 CI> e. " " .. e. ~ 0 c a: a: f 0. C W W W .. .. ~ " ãi CI> "$ ë. 0. ë. E 1: c 0. .. ~ .. > .. u ¡¡ ~ > 0 Z .. 0 en en ~ en 0 .= " 8 " 1! :;¡ :g .¡;; " a. a. a. 0 0 0 z 8. .. c c " .. E E E 0 ." C '" c 0. 0 .. '6> 0 '" '* '* ñi ñi ~ 15. c .. ~ 0 0 " " c " ñi .. c U ~ U ~ :æ m c ~ ~ g .Q ¡;¡ .Q .Q c " CI> ¡¡: ¡¡: c e u J!! .2 15. en en " c ." W .. " ~ " ¡¡: c ~ !:: e 'Ë c c 0. « 0. 0. « I!! " c " !:: ~ .. ~ .~ .t 0 0 'õ 0 'õ .. 0 " c " 8 '" I! ~ 'õ ~ a; .. 'Ë .. <J E c u '" æ ñi u 0. .. C c !1 > ~ ~ > Z. .Q C ~ I!! " a: 0 !! c 0 U '>, :¡¡ ~ CI> ~ I!! " ~ .. 'S E u 0 ¡¡: 0 CI> a. w 0 U 0 u t5 a. en :Ii 1 e u 1:í ~ ~ 'i! oil .. ~ z ¥ e 0 ::;; !! '5 " en -" " U .... ~ en 0. a. .. a. "ë" .Q c .. .... " 0 .... z a. « u g ~ N '" ... "' co .... <0 '" .. ~ N '" ... "' co .... <0 '" .. N N '" ... "' ~ ~ ~ ~ ~ ~ ~ N N N N N Exhibit C-2 Payment (Cost Plus Fixed Fee) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed or services rendered and for all labor, materials, equipment, and incidentals necessary to complete the work specified in Section II, "Scope of Work." The CONSULTANT shall conform with the applicable portion of 48 CFR 31. A. Actual Costs Payment for all consulting services for this project shall be on the basis of the CONSULTANT's actual cost plus a fixed fee. The actual cost shall include direct salary cost, overhead, and direct nonsalary cost. I. Direct Salary Costs The direct salary cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. 2. Overhead Costs Overhead costs are those costs other than direct costs which are included as such on the hooks of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rate shown in the heading of this AGREEMENT, under "Overhead Progress Payment Rate." Total overhead payment shall be based on the method shown in the heading of the AGREEMENT. The three options are explained as follows: a. Actual Cost Not To Exceed Maximum Percent: If this method is indicated in the heading of this AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actual overhead rate verified by audit up to the maximum percentage shown in the space provided. Final overhead payment when accumulated with all other actual costs shall not exceed the total maximum amount payable shown in the heading of this AGREEMENT. b. Fixed Rate: If this method is indicated in the heading of the AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change during the life of the AGREEMENT. A summary of the CONSULTANT's cost estimate and the overhead computation are attached hereto as Exhibit D-l and by this reference made part of this AGREEMENT. When an Actual Cost method, or the Actual Cost Not To Exceed method is used, the CONSULTANT (prime and all subconsultants) will submit to the AGENCY within three months after the end of each firm's fiscal year, an overhead schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's overhead cost to reflect the actual rate. Failure to supply this information by either the prime consultant or any of the subconsultants shall cause .the agency to withhold payment ofthe billed overhead costs until such time as the required information is received and an overhead rate for billing purposes is approved. The STATE and/or the Federal Government may perform an audit of the CONSULTANT's books and records at any time during regular business hours to determine the actual overhead rate, if they so desire. 3. Direct N onsalary 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 at the current rate approved for AGENCY employees and shall be supported by the date and time of each trip with origin and destination of such trips. Subsistence and lodging expenses will be reimbursed at the same rate as for AGENCY employees. The billing for nonsalary cost, directly identifiable with the Project, shall be an itemized listing of the charges supported by copies of original bills, invoices, expense accounts, and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be provided to the AGENCY upon request. All of the above charges must be necessary for the services to be provided under this AGREEMENT. 4. Fixed Fee The fixed fee, which represents the CONSULTANT's profit, is shown in the heading of this AGREEMENT under Fixed Fee. This amount does not include any additional fixed fee which could be authorized from the Management Reserve Fund. This fee is based on the scope of work defined in this AGREEMENT and the estimated man-months required to perform the stated scope of work. In the event a supplemental agreement is entered into for additional work by the CONSULTANT, the supplemental agreement may include provisions for the added costs and an appropriate additional fee. The fixed fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the monthly progress reports accompanying the invoices. Any portion of the fixed fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX, Termination of Agreement. 5. Management Reserve Fund The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator the flexibility of authorizing additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $50,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this agreement This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the "Management Reserve Fund" shall be made in accordance with Section XlV, "Extra Work." 6, Maximum Total Amount Payable The maximum total amount payable, by the AGENCY to the CONSULTANT under this AGREEMENT, shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, which includes the Fixed Fee and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for extra work as stipulated in Section XlV, "Extra Work." B. Monthly Progress Payments The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual costs plus the calculated overhead and fee not rnore often than once per month during the progress of the work. Such invoices shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, General Requirements, of this AGREEMENT. The invoices will be supported by an itemized listing for each item including direct salary, direct nonsalary, and allowable overhead costs to which will be added the prorated Fixed Fee. To provide a means of verifying the invoiced salary costs for CONSULTANT employees, the AGENCY may conduct employee interviews. Tbese interviews may consist of recording the names, titles, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment Final payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such final payment by the CONSULTANT shall constitute a release of all claims for payment which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and that at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within ninety (90) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. D. Inspection of Cost Records The CONSULTANT and the subconsultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of three years after final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim, or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three-year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. Exhibit "0-1" Consultant Fee Determination Summary Sheet (Cost Plus Fixed Fee) Principal in Charge 26 $74.64 $1,946 Project Manager 350 $42.39 $14,637 Sr. Engineer 526 $43.90 $23,160 Communications Engineer 304 $45.35 $13,766 Architect 256 $45.21 $11,574 Engineer 232 $29.42 $6.625 CADD 596 $23.23 $13.644 Administrative Assistant 60 $16.52 $1 ,462 HNTB DIRECT SALARY COSTS Staff Classification HNTB Total Hours HNTB Direct Salary Cost (DSC) HNTB Overhead Cost (OH 150.43% of DSC) Subtotal (DSC + OH) Fixed Fee (FF 33% of DSC) Hours Rate Total Cost 2372 $67,474 $131,567 $219,061 $26,666 $247.9281 HNTB TOTAL SALARY COSTS HNTB REIMBURSEABLE COSTS Travel: $450 Reproduction": Other: TOTAL REIMBURSEABLE COSTS SUBCONSUL TANT COSTS Local travel Other travel $1,025 $500 $1,975 TransCore TOTALSUBCONSULTANTFEES TOTAL FEE "-Includes 6.5X11, 11X17, 22X34 and mylars HNTB Corporation Auburn ITS Project 10/29/2004 $110,5691 $110.5691 $360,4721 gg~ë'i0 !!H! ~F OONNili: ~ In ~ ~~ ~ ~.N W ~¡CDO :¡¡WN f8;~ oooo~ ¡;j.W ~ 0: ~- .-~,... 8 '" ~ ... ~~~o ¡;j¡: ¡! ~n QONN~ n!!! N ~ ~~ ~ ::¡ "'- ~~ :E: .~ . ~ W ~ WWW iI N ~ :~ ~ ~ .ww !,¡!'! ¡!§;Z ~ N~ ! c " !li "... ;:¡ ~'!' ~::g~ ¡: N .! w ;Z :¡¡ iI!'¡~ ~ c: 0 ~ '" .. .~ c: ~ .- E E " iU ~~CD ~ '!' :¡¡.N ~ ¿; dI 0 N_ -:c ~- . 0 '" dI dI ~ dI_ :E ... .. ,:¡ - E æ:;; !,¡ !,¡ NWW .WN :i;!~ W ~~ N ~ ¡; šL1J '" c: 0 U ~CD~ ~~CD ~CD~ ::g~è't ~ N ~ W . ¡¡¡ ~ o § 10 ...- o '" o .. o .. n ~~8 ~ j-~ !< ~ :E: _ ",,:f\!M:'"*: '-N(')1' NNNN ,-N(,)1'It)CO...N(') I'S~~~I'SI'SIÓIÓIÓ I'S~I'S ........ G) G) LL "t) G) .~ LL (/) ~ a.. Ñ , £:) - (/) o Ü ....... - G) >- G) ro .I::. a.. (J) - ~O ro (/) E2 E ro :::Ie:: (J) () ~ c:: .- o () .- G) -a. ~(J) E ..... 2 G) £:) G) G) LL - :ë .I::. X W - c:: ro - :::I (/) c:: o Ü » .c .!! c: 01 0 c:::::¡::¡ Q rJ ",,,,, 01 .- ~ :J Q 01 >- «() Q '" .'9 c: ~ Q a. .!! 01 oc » 1: :> o J: Q Q ~ ã. E W c: o B "" ,;; UJ 01 (3 II:: 01 ëij ~ ... .... ... c/.'è/. 00 1/)1/) "'''' 1/)0 N""': ........ ...... c: ,ii .- -J: en"C "C.- 01 > ~ 01 roD I:g, ~ 01 L: () , c: 'T -¡¡; e. .¡:; :~ It '" 0 0') '" N M ;:;t ;:;t ;F. o o ~ "#.'#.fflrF. OOI.OLO C"')NNN '" 0') N '<t ... CD CO 1.00 Q)MOO> CÓNmU; vLt)C"')C"') tl9-fA-fA-69- -'" ª .c œ ro Q .!::: e 01 () Q '" 01 c: ~ Õ Q 'õ' ~ UJ L: c: '" Q :> L:L: 0 u-S_J: :; :E I-!::: Q <tI 1.2 c: ro 5 .!;;-¡:: cn-::>cu UJ UJ »:5 :::s ~ m (\'J oca.oc:.:: Q Q c: '¡;' c: W ...: en B » "E o LL ~ 01 a. I~ Q o Q .- c: "B'¡;' _ c: c:W :> E E 8 I/) 0') .0 '<t ... '#. fP. o 0 o 0 ~ ~ I/) 0') .0 ;:;t ~ N .0 '<t ... ~ N .0 '<t ... c: "" :; ro è:' ~ I~ :E " .( c: Q '" UJ c: 0:> oc 01 Q :; ~ .S 0:; Q Q c: '¡;' c: W '#.?f.. 00 1/)1/) '<to N<O N<O NO') ...... N '<t 0; N ... 'ffl.;¡f!. 00 ~'" NO') '<t'<t ON O')N ...... .m c: c: -- g¡"E ~ 01 "J: c: Q o c: OC.!!J c: 01 .¡:; '1: L: " ~ D o « () 0') N M N ... E 01 ...J :> 01 >- '" c: iii '" ...J g! c: ;.19 ~ .!!! - UJ .~ ~ 'Ë ~ ~ o o o ~ N I/) 0:; ~ ... N I/) 0:; ~ ... c:õ o Q ~'ê' ca. e. en '<t o~o ()-o roE~ f-:>'" Z.Q~ J:¿~ fl·~.i ~ .. ~. Ji.I!J ~ <.s t .~ .'"J i 8 ~.Ij .;;; i~' j .!J 'I¡ Jj J o¡ ;, ¡tiS~ U~g;J . ~ ~~ onl ¡tiS~ fH ~ ~1~ iiì~~ :i~~~ ~ 'é ! i " 'I ~ ~l~~.~: '"I ;::....,' !õ! _ M M i . ! _ .~ :§o I ~ § I!. ~ i! I g .J:; n" '8 ~ H Exhibit "E" Breakdown of Overhead Cost ,g" .þ ø gg ~ ~~~~U~~ ~ ~, :!~=..r ~ R~""....~~t-C:O §!B s:¡:- !¡~~~ ..,,~.;¡;.'" i:!i ~!i2"" -~ fO' "";;;;! 0 :!::f::"" !i' ~5~.n.~~¡¡¡~~~ .~- ""~~Ef°:! ~;; :: ~.,'O_I=:I"'-q, _ "':.fM"l~"':v;J·'¿I'- t"- N_ N'" <Jtt, ~ ~~g ~ U~~~~U ~ ~I oõ""¡"':"': ci N-IInO'lt r- r- 0 C 0 --- IIn N ....... r- !:! 9ì!~~1§~ ~:C~ï;1,¡;î~~~~~ ~. :~fr;¡·~~~ ~2~iI;~,ñ:g~~~ ~ ""'0""_'" .0\ N \Q ¡"':<"'I. Ö of .~ ª~I~;~· ~n~n ~ -~~. ~~.~!:: .'"f'S' ...... .t'\~fPl ~~_..;:: R~'"-t:¡ ~ r-. ª ~ N r'I .... 10'1'0',"" III'..~. ~12:1!;/::¡:;;~~'~..~'" - "'". f"o.. V"L""1.'"1 ,00;1..... ~~ ~.;; ~.£ì~~;:!~ ... <"'111""1 = _ ¡¡¡í8¡i!:Iì~ ~ gSq!!!9~U~ ~-ë: ;:ft:·~f~"" CI'\.~2::"f;¡",". In Yi ~. ~ ~ ...,I<.,I:JW :: :¡¡.",o.-.1I.~~~ ¡¡¡:z OIIInN'.... ..,..1,0__ 0 r- ... --- on rt.... 11""1 N = ~ .. tilt tit tit... l- II f I i Jifl 1'1111 1~··II" JiJs hft..... i!jj~= ! 1 ]fft' I~U· )bJd ~ ~ ~ ; :j 1 'I¡ J .{ Hg S J ï! h Ii. '6] .¡¡ It i HI !1l . II ! . ~i ~ Ii Ü Ii H ~! u ~I d ~! H ~ liJ{ Ii{ I i~.:! j,!] i fl ~ IHH .~ ~ .§ I ~Ihj I i I I '~IIJ ~ u 1 E ~~~~~ :!! :e ~ ~ !i5;),t¡9 ~ ;. ! ; Jt:t;..ø u §1 § ~ ~ ~I ~ .. 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 percentage 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, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. 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. Costs Per Unit of Work Contracts A Final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. Local Agency Guidelines December 2000 Page 29 of 33 Exhibit "G" Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: TransCore ITS ITS Requirements and Concept Development, Communications Design, PS&E Support EXHIBIT "G-1" FEE ESTIMATE - TRANSCORE SALARY COSTS DIRECT SALARY COSTS Phas. II Hours HourlY Rate" Estimated Cost Project Principal 8 $45.29 $3621 Project Manager 216 $48.69 $10,517 Quality Control 52 $35.26 $1,834 Senior Engineer 428 $41.37 $17,706 Engineer 188 $28.98 $5,448 Graphics 0 $19.86 $0 Clerical/Accountina 0 $13.92 $0 Total Hours 892 Total Direct Salary Cost (DSC) $35,867 Salary Escalation (5.00%) $178 Subtotal (DSC.+SE) $36,046 Overhead Cost (OH 163.90% of DSC+SE) $59,079 Subtotal (DSC+SE+OH) $95,125 Fixed Fee (FF 32,00% of DSC+SE) $11,536 Total Salary Costs (DSC+SE+OH+FF) $106,660 REIMBURSABLE COSTS Copies: $250 Travel: Local Travel $400 Other Travel $3,000 Other: $250 Total Reimbursable Costs $3,900 TOTAL TRANSCORE AMOUNT AUTHORIZED $110,560 Exhibit G-1 Transcore Fee 10/29/2004 ESTIMATE OF HOURS - TRANSCORE CITY OF AUBURN - CITYWIDE ITS IMPROVEMENTS EXHIBIT G-1 ."'J~t ."'Joct ".a,,1y Senior Tuk No. Ta.k Prlnclplll Manager Control Engln..r Engln..r Graphlca Clerical TOTAL 1 Mana ment 1.1 Meetinas " ,. .. 1.2 Invoicina .. .. 1.4 QAIQC Plan . . 1.. Public Involvement Su'::'rv>rt 2 ConceDt DevtIoDment 2.1 Reauirementa & Inventorv 12 .. .. 2.2 Communications Needs 12 .. 7. 2.3 TMCPlan 12 12 2.' ITS Conceot Report DrafllTS Concept Report 12 .. .. Wo""",,, 12 32 .. Finat ITS Concoot Re""rt · . 12 2. 3 ContnIct Document Preoaratlon 31 Conduit Proofjno 3.2 S- in and Base MaDoina 3.3 Ulilitv Coordination 3.4 Utility Locales 3.' Prelimln Desinn 24 12 72 ., ,.. 3.. Final Deslnn .60% Pack_ 24 ,. .. .. 102 .9Q%PIldcAoø 24 ,. .. .. 12. ·FinølPackaoe · 12 . 2. 24 7. . SIIrvle.. Dutlna Construction T..... · ". .2 ... ,.. ..2 ExhIbitG-1 TrantcOl'tFee 1012812004 ----.-.-.-~-- Exhibit "G-2" Breakdown of Subconsultant's Overhead Cost TransCore ITS, Inc. -Schedule of Direct Labor, Fringe, and Overhead Costs For the fiscal year ended January 31,2004 Per Company Disallowed Statement Costs $ 8,470,954 $ 1.132,452 $ 9,603,406 $ . Direct labor: Home 88.21% Field 11. 79% Total Adinsted $ 8,470,954 1,132,452 $ 9,603,406 Burden and fringe: Payroll taxes Vacation, holiday and sick Bonus Jnsurance 40l(k) match Other fringe Total burden and fringe $ 1,290,582 1,597,394 242,063 1,236,130 226,373 29,525 4,622,067 Overhead: Indirect labor Professional memberships and subscriptions Meals and entertainment Transportation expenses Lodging Training and other expenses Moving and miscellaneous Office rent Depreciation and amortization Commwlications Ststionery and supplies Equipment rents! and maintenance Taxes and licenses Outside services Corporate allocations Bad debt recovery Interest expense Fines and penalties State tax benefit Contributions Advertising Employee awards Retention plan expense Royalty expense Other Total overhead Total burden, fringe, and overhead 3,525,503 25,390 86,460 219,903 123,710 58,639 52,334 1,597,172 170,700 349,021 126,273 456,626 60,284 292,248 3,643,260 (28,374) 61 1,224 (49,333) 7,844 1,940 12,464 286,853 1,226,471 13,422 12,260,095 $ ]6,882,162 4 $ (59,763) (14,444) (62,093) (123,132) 28,374 (61) (1 ,224) (7,844) (1,940) (12,464) (286,853) (1,226,471) (13.422) (1,781,337) $(1,78J,337) $ 1,290,582 1,597,394 242,063 1,236,130 226,373 29,525 4,622,067 3,525,503 25,390 26,697 205,459 61,617 58,639 52,334 1,597,172 170,700 349,021 126,273 456,626 60,284 292,248 3,520,128 (49,333) 10,478,758 $ 15,100,825 0404-0S38466.PH . - -_._~--'--'-~-----~"'-------"'--'-~""'-"-""-"---- Field Office Notes Per Audit Home Office Per Audit % % 3 $ 152,188 $ 1,138,394 3 188,368 1,409,026 3 28,545 213,5i8 3 145,767 1,090,363 3 26,694 199,679 3 3,482 26,043 545,044 48.1 % 4,077,023 48.1 % 3 415,734 3,109,769 4 911 24,479 1,4 958 25,739 1,4 7,376 198,083 1,4 2,212 59,405 4 2,105 56,534 4 1,879 50,455 4 57,337 1,539,835 4 6,128 164,572 4 12,529 336,492 4 4,533 121,740 4 16,392 440,234 4 2,164 58,120 4 10,491 281,757 1,4,6,8 126,368 3,393,760 8 8 7 4 (1,771) (47,562) 2 5 9 6 10 665,346 58.8% 9,813,412 115.8% $ 1,210,390 106.9% $ 13,890,435 163.9% o.wwSJS466-PH 5 __'_-------.---__..._.H_...~