Loading...
HomeMy WebLinkAboutCOW 2007-06-25 Item 3B - Agreement - Tukwila Urban Center (TUC) Pedestrian Bicycle Bridge with KPFF COUNCIL AGENDA SYNOPSIS Initials ITEMNO. Q s n l ``r Meeting Date j Prepared by 1 Mayor's review 1 Council review f 6/25/07 CK 4 1,� 1 7 1 C 1 1 Q l 3. j ITEM INFORMATION CAS NUMBER: 07-085 l ORIGINAL, AGENDA DATE: JUNE 25, 2007 AGENDAITEMTITLE Tukwila Urban Center— Pedestrian /Bicycle Bridge Consultant's Agreement with KPFF CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other Mtg Date 6/25/07 Mtg Date 7/2/07 Mtg Date Mtg Date Mtg Date Mfg Date Mtg Date: SPONSOR Council Ma Adm Svcs DCD Finance Fire Legal P&R Police PIV SPONSOR'S The agreement is for a Type, Size, and Location Report that is required for any bridge SUMMARY project and is the first step in designing the bridge. The pedestrian /bicycle bridge will connect the Tukwila Station (Amtrak and Sounder) with the Tukwila Urban Center by crossing the Green River. Four firms were interviewed and KPFF was chosen as the most qualified. REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DATE: 06/11/07 RECOMMENDATIONS: SPONSOR /ADMIN. Authorize Mayor to sign the consultant's agreement with KPFF. COMMrt-tLE Unanimous approval; forward to COW. COST IMPACT FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $239,756.82 $239,756.82 Fund Source: 104.01 Bridges (listed in Commercial Streets, page 58, 2007 CIP) Comments: Total amount budgeted includes $200,000 grant and $39,756.82 from the TOD grant 000.333.200.22. MTG. DATE RECORD OF COUNCIL ACTION 06/25/07 l 07/02/07 MTG. DATE ATTACHMENTS 06/25/07 Information Memo dated June 20, 2007 (revised after TC meeting) Map Consultant Agreement with Scope of Work 1 Transportation Committee Meeting Minutes from June 11, 2007 07/02/07 1 INFORMATION MEMO To: Mayor Mullet From: Public Works Director Date: June 20, 2007 UU T Subject: Tukwila Urban Center Pedestrian/Bicvcle Bridge Project No. 05 -RWO3 Consultant Selection Agreement for Type, Size, Location Report ISSUE Consultant selection and agreement for the TUC Ped/Bicycle Bridge. BACKGROUND In late 2005, Tukwila received a $200,000 grant for design of the Tukwila Urban Center (TUC) Pedestrian/Bicycle Bridge over the Green River from the Transportation Improvement Board's Statewide Enhancement Fund. The Pedestrian Bridge project was identified through the 2005 Comprehensive Plan Update as well as the TUC Subarea Plan and Sound Transit's Tukwila Station ro'ect. The funds have been obligated and are available for expenditure. p J The grant funds are adequate only for a "Type, Size, and Location" report (TSL). This TSL report is required for any bridge project and is the first step in designing the bridge. Additional funds from the Transit Oriented Development (TOD) grant are being made available for this project to ensure that planning and preliminary design work is done to connect the TOD area, and specifically the Tukwila Station project, with the Pedestrian Bridge and the rest of the TUC area. Figure 1, attached, is an aerial map of the surrounding area that shows a conceptual location for the bridge. ANALYSIS In November 2006, four consultant teams were interviewed in a competitive process. The teams interviewed were KPFF, Arai Jackson, HNTB, and ABKJ. The selection panel scored the four consultant teams and the panel consistently ranked the KPFF team as the top choice. Reference checks were performed with no negative feedback. Since then, staff and consultant have been negotiating the scope and fee. The fee amount of $239,756.82 is in excess of the $200,000 grant funds and the additional monies will be transferred from the TOD grant. Upon additional grant funding, the project will proceed to the design phase. RECOMMENDATION Approve the consultant agreement with KPFF for Type, Size Location Report for $239,756.82. (i:\pubarorks bridge\info memo consultant selection 6-20-07 gLdoc) TUKWILA URBAN CENTER PEDESTRIAN BICYCLE BRIDGE OVER GREEN RIVER AERIAL PHOTO Consultant/Address /Telephone Local Agency KPFF Consulting Engineers Standard Consultant 1601 Fifth Avenue, Suite 1600 Agreement Seattle, WA 98101 Architectural /Engineering Agreement Personal Services Agreement Agreement Number Project Title And Work Description Tukwila Urban Center, Pedestrian/Bicycle Bridge Federal Aid Number Type, Size And Location (TSL) Bridge Report Agreement Type (Choose one) Lump Sum Lump Sum Amount Cost Plus Fixed Fee DBE Participation Overhead Progress Payment Rate Yes 1:81 No Overhead Cost Method Federal ID Number or Social Security Number IX Actual Cost Do you require a 1099 for IRS? Completion Date Actual Cost Not To Exceed Yes No Fixed Rate Fixed Fee Total Amount Authorized Specific Rates Of Pay Negotiated Hourly Rate Management Reserve Fund Provisional Hourly Rate Maximum Amount Payable Cost Per Unit of Work Index of Exhibits Exhibit "A" Scope of Work Exhibit `B" DBE Participation Exhibit "C" Electronic Exchange of Engineering and Other Data Exhibit "D" Payment (by Agreement Type) Exhibit `E" Consultant Fee Determination Exhibit "F' Breakdown of Overhead Cost Exhibit "G" Subcontract Work/Fee Determination Exhibit "H" Title VI Assurances Exhibit `T' Payment Upon Termination of Agreement Exhibit "J" Alleged Consultant Design Error Procedures Exhibit "K" Consultant Claim Procedures Exhibit "L" Liability Insurance Increase Exhibit "M" Certification Documents THIS AGREEMENT, made and entered into this day of between the Local Agency of Washington, hereinafter called the "AGENCY" and the above organization hereinafter called the "CONSULTANT DOT Form 140 -089 EF Page 1 of 8 Revised 6/05 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: I General Description of Work The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II Scope of Work The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. III General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTAiNT, shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this AGREEMENT. If D/M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be shown on Exhibit `B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY'S `DBE Program Participation Plan". The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. All Reports, PS &E materials, and other data furnished to the CONSULTANT by the AGENCY shall be retumed. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT, and are the 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. Page 2 of 8 IV Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established completion time. V Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager. VI Sub Contracting The AGENCY permits sub contracts for those items of work as shown in Exhibit "G" attached hereto and by this reference made part of this AGREEMENT. Compensation for this sub consultant work shall be based on the cost factors shown on Exhibit "G." The work of the sub consultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the sub consultant shall be substantiated in the same manner as outlined in Section V. All sub contracts shall contain all applicable provisions of this AGREEMENT. With respect to sub consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT shall not sub contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. No permission for sub contracting shall create, between the AGENCY and sub contractor, any contract or any other relationship. A DBE certified sub consultant is required to perform a minimum amount of their sub contracted agreement that is established by the WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may 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 Page 3 of 8 third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Department of Transportation, or the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees to comply with the following laws and regulations: Title VI of the Civil Rights Act of 1964 (42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a) Federal -aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) Age Discrimination Act of 1975 (42 USC Chapter 76 Section 6101 et seq.) Civil Rights Restoration Act of 1987 (Public Law 100 -259) American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq.) 49 CFR Part 21 23 CFR Part 200 RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in every sub contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit 'T' for the type of AGREEMENT used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. Page 4 of 8 In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the partnership, termination 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. This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X Changes of Work The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. XI Disputes Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided, however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J", and disputes concerning claims will be conducted under the procedures found in Exhibit "K XII Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems it necessary to institute Iegal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located. Page 5 of 8 XIII Legal Relations The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its 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 or the STATE against and hold harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or 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 or the STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. 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. 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 a new sole source, or an acceptable supplemental agreement, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall not exceed one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to 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 ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. Page 6 of 8 Page 6 of 8 The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it 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 completion schedule, or both; and (3) other affected terms and shall modify the AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment hereafter referred to as "CLAIM under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. 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 "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters Primary Covered Transactions, Exhibit "M -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M-4" Certificate of Current Cost or Pricing Data. Exhibit "M-3" is required only in AGREEMENTS over $100,000 and Exhibit "M -4" is required only in AGREEMENTS over $500,000. XVIII Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to 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 material submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. Page 7 of 8 Page 7 of 8 In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. By By Consultant Agency DOT Form 140 -089 EF Page 8 of 8 Revised 6/05 g Exhibit A -1 Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge Type, Size And Location (TSL) Bridge Report PROJECT DESCRIPTION The Green River stands as a barrier between the City's urban center and the transportation hub of the Sounder Commuter Rail /Amtrak Station. This project is a preliminary step in defining the pedestrian corridor connecting these commuter hubs. This project shall determine the type of structure and its location for crossing the Green River. The bridge is to be a signature piece of the corridor and along with the associated trail provide a direct, safe and enjoyable walking experience. PROJECT OBJECTIVES The overall objective of this project is to develop a connection from the intersection of Baker Boulevard and Christensen Road to the Sound Transit property line of the Sounder Commuter Rail /Amtrak Station. This project will take place in three phases, which include the following: o Type, Size and Location (TSL) Phase o Plans, Specifications and Cost Estimate (PSE) Phase o Construction Management Phase This scope of work shall be for the TSL Phase, which includes surveying, bridge type and size, project aesthetics, civil and structural engineering, trail alignment studies and definition of permitting requirements to enable the bridge TSL to be determined. During and /or at the conclusion of the TSL Phase, the City of Tukwila can exercise the option to supplement KPFF's contract to include the following tasks: PSE Phase o Completion of 30 60 90% and final plans o Contract Specifications o Cost Estimate o Permitting Construction Management Phase Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 2 PROJECT TEAM The project team is made up of the following firms: Owner City of Tukwila Prime Consultant KPFF Consulting Engineers Structural Engineering KPFF Consulting Engineers Civil Engineering KPFF Consulting Engineers Urban Planning KPG Inc. Surveying KPG Inc. Bridge Architecture LMN Architects Environmental Services Landau Associates Geotechnical Engineering Landau Associates SCOPE OF WORK The following is a scope of work for the TSL phase of the project. In addition to the basic scope of services, the Consultant has included additional services that can be performed at the City's request. TASK NO. 1.0 PROJECT MANAGEMENT AND ADMINISTRATION Task No. 1.01 Project Schedule A project design schedule shall be created in Microsoft Project that spans from the notice -to- proceed to the completion of the TSL documents. The schedule shall be updated on a monthly basis. Task No. 1.02 Subconsultant Agreements KPFF shall prepare subconsultant contracts for KPG, Inc., Landau Associates, and LMN Architects. Task No. 1.03 Progress Reports A progress report form shall be provided to each subconsultant. This form shall be filled out on a monthly basis and submitted with the invoice for the work described in the progress report. KPFF shall then compile the reports into a single document to be submitted to the City with the associated monthly invoice. Task No. 1.04 Invoices Subconsultants are to prepare monthly invoices for work completed. KPFF shall compile the invoices into a single document to be submitted to the City. Task No. 1.05 Team Meetings The project team shall meet to discuss project issues, schedule, progress, and general coordination of effort as needed. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 3 Deliverables Project work plan Project schedule with monthly updates Monthly progress reports and invoices Team meetings Participation in project meetings (Task No. 10 11) Participation in one additional project meeting to be determined TASK 2.0 DESIGN CRITERIA DOCUMENT KPFF shall prepare the design criteria based on contributions from the project team: Minimum bridge /trail widths. Horizontal geometry constraints (including minimum radii for curves) and allowable design speeds for bicycles. Maximum allowable vertical grades and rates of curvature for both bridge structures and for access ramps. Emergency access requirements. Minimum lighting requirements. Green River hydraulic opening requirements. Requirements for stormwater detention and water quality. Construction criteria within 100 -year flood plain. Utility clearance requirements. Structural loading conditions. Allowable structural deflections and vibrations. Physical /aesthetic impacts on adjacent uses, Coordination with potential future vehicular bridge in similar area. Deliverables Draft Design Criteria Document Final Design Criteria Document Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 4 TASK 3.0 TOPOGRAPHIC AND BOUNDARY SURVEY KPG shall provide the field survey and mapping necessary to prepare a project base map. Anticipated tasks for the project are summarized below: Task No. 3.01 Aerial Basemap for Identifying Alternatives KPG shall create aerial basemaps for identifying viable alternatives. These basemaps will include City of Tukwila GIS information and King County parcel information. The project area will include Andover Park East (west boundary), BNSF /East City limit line (east boundary), Longacres Way (north boundary) and Strander Boulevard (south boundary). Task No. 3.02 Field Surveying Services KPG shall perform topographic surveying within the entire project corridor, which is defined as Andover Park East (west boundary) to the BNSF /East City limit line (east boundary). Horizontal and vertical control shall be established that is necessary for the boundary and topographic survey of the site. The survey for the defined project corridor shall include all areas required for future pathway connections and bridge location. All field topographic surveying shall be performed to achieve 1 -foot contour interval accuracy, and shall include location of existing 6 inches plus caliper trees, streets, curb and gutter, limits of paving, fences, above- and below ground utilities, drainage features, existing shrub and lawn areas, and existing improvements within the defined project corridor. A separate cost for private utility locating services has been included that assumes 16 hours of underground utility sensing and locating. The field survey includes surveying the banks of the Green River from 50 feet upstream to 50 feet downstream. The river survey shall include top of bank on both sides of the river and cross sections from top of bank to top of water at 25 -foot intervals. Indicate limits of 100 -year flood plain, ordinary high waterline (OHWL) flagged in advance on the bank by Landau Associates. The survey crew shall use City provided Horizontal and Vertical control in the project vicinity and all surveying and mapping shall be based on City Horizontal and Vertical Datum. Task No. 3.03 CAD Base Mapping Services A base map at a scale to be selected by the project engineer shall be developed detailing the items located in the above described field survey. The map shall include positions of record and surveyed boundaries, as well as deeded and platted right -of -way margins for the project area. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 5 It is proposes to use KPG's existing layer standards and point codes for the survey. Once drafted, field verified, and certified, KPG shall provide the project engineer with two Xerox Bond copies of the topographic survey and one digital copy of project survey files (AutoCAD, point files, field notes). Any as -built information gathered during our research shall also be copied and submitted to the engineer with the topographic mapping package. The deliverable submittal package shall include detailed descriptions of point code and layering schema. Task No. 3.04 Project Management and Quality Control KPG has included time and expense for project meetings, management of surveying and drafting efforts, professional review and quality control in our proposal. Deliverables Aerial Project base map (two hardcopies, one electronic copy) Survey Corridor Project base map TASK 4.0 GEOTECHNICAL RESEARCH AND RECOMMENDATIONS Landau Associates shall perform geotechnical engineering. The work is to review existing subsurface soil and groundwater information. The existing information shall be used to establish a basis for providing geotechnical engineering recommendations for the design and construction of the bridge and ramp facilities. If the existing information is inadequate to develop geotechnical recommendations subsurface exploration and laboratory testing can be performed as additional services per Task No. 4.02. The geotechnical work includes the following: Task No. 4.01 Review Available Geologic and Subsurface Information Review previous geotechnical studies, geologic maps, soil surveys, and other available geotechnical information regarding subsurface soil and groundwater conditions in the vicinity of the project. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 6 Task No. 4.02 Subsurface Explorations and Laboratory Testing Subsurface exploration or testing will by performed as an additional services if requested by the City. If existing information is not adequate for establishing geotechnical parameters and recommendations, field exploration can be performed as an additional service. Landau Associates would complete a boring to a maximum depth of 100 ft below the existing ground surface to characterize soil and groundwater conditions at the proposed bridge locations. The boring will be drilled on the west side of the Green River on the existing trail using a truck mounted drill rig and the mud rotary method. Disturbed and relatively undisturbed soil samples will be obtained from the boring on a 21/2 or 5 ft depth interval. A representative of Landau Associates will mark the exploration location in the field and complete an underground utility locate "Call Before You Dig prior to the start of work. Where underground utilities conflict with proposed exploration location, the exploration will be relocated and a recheck of utilities will be conducted. We will prepare and submit a work plan for review by the City to handle safety issues on the trail during the subsurface investigation. Assumptions: All drilling subcontractors, equipment subcontractors, laboratories, traffic control personnel and other related subcontractor personnel will be selected, hired and paid by the Consultant. Cuttings from the boring will be placed in drums and disposed of at an off site location by the drilling subcontractor. Soil sampling will be in accordance with ASTM D1586 (Standard Penetration Test procedure), ASTM D3550 (Ring -lined Barrel Sampling of Soil), and ASTM 1587 (Thin Walled Tube Sampling of Soil). Concrete pavement coring is not included in our budget. The location and elevation of the boring will not be surveyed as part of this task. A drawing showing the approximate location of the boring will be provided to KPFF so that the survey crews may pick up the location. The boring is located in a paved area and will be patched with concrete. Budget for analytical testing of suspected contaminated soil samples, or disposal of potentially contaminated soil encountered during drilling, is not included in this task. Field exploration will be performed during the daylight hours. Soil samples will be disposed of 90 days after the date of the final report. Laboratory testing will be accomplished to help determine soil classification and pertinent engineering properties of soil. We have budgeted for 15 index tests (dry unit weight, grain -size, Atterberg limit) and 5 moisture content determinations on selected samples from the borings. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 7 Task No. 4.03 Provide Geotechnical Design Recommendations The following recommendations are made from interpreting existing data only. Describe anticipated site conditions based on available data and conditions observed in the boring. A geologic description of the area shall be provided based on published information and experience in the area. Provide recommendations for earthwork and site preparation including suitability of on -site soils for reuse in ramp fills, placement and compaction of structural fill, and mitigation of unsuitable soil conditions. Provide recommendations for retaining walls for the ramp fills, including MSE walls, conventional concrete walls, geotextile walls, and others as appropriate. This shall include anticipated allowable earth pressures, soil friction, and footing support. Evaluate the stability of the riverbanks and provide recommended stabilization measures, if necessary. Evaluate estimated settlement of ramp fills and recommend mitigation measures, as appropriate. Conceptual and feasible foundation types for the substructure of the new bridge. Geotechnical design criteria for the bridge, including seismic design requirements and liquefaction hazard analysis (if applicable). Constructability issues and concerns. Deliverables Draft Geotechnical Technical Memorandum (six hardcopies, one electronic copy) Final Geotechnical Technical Memorandum (six hardcopies, one electronic copy) Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 8 TASK 5.0 HYDRAULICS The Corps of Engineers (COE) has recertified the Green River Levee. The recertification is only for the west bank, so the 100 -year flood plain on the east side will be estimated. The following is proposed for the hydraulic evaluation: Task No. 5.01 Meet with Agencies Meet with the Corps of Engineers and King County Surface Water Management to obtain the best understanding of the ongoing studies and work along Green River. Task No. 5.02 Establish 100 -year Floodplain Based on existing COE data of the Green River, establish the current elevation of the 100 -year floodplain. Task No. 5.03 Establish Structural Clearance Create a reasonably conservative margin above the floodplain level for all bridge foundations. Deliverables Draft Hydraulic Technical Memorandum (six hardcopies, one electronic copy) Final Hydraulic Technical Memorandum (six hardcopies, one electronic copy) TASK 6.0 ENVIRONMENTAL SERVICES Landau shall determine the required project permits, and document the processes and timelines required for the anticipated permits. Landau shall also estimate the boundaries of wetlands and shorelines on the project area and identify key environmental issues. The project area will include Andover Park East (west boundary), BNSF /East City limit line (east boundary), East Longacres Way (north boundary), and Strander Boulevard (south boundary). This work shall include the following: Task No. 6.01 Data Collection Collect available public domain information concerning wetlands, shorelines, existing habitat data, soils surveys, species distribution data, and other pertinent biological and historical /archeological information. Task No. 6.02 Site Reconnaissance Conduct a site reconnaissance to gain more specific understanding of the physical and biological attributes of the project area. This reconnaissance shall be used to better define the environmental permitting. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 9 Task No. 6.03 Species, Habitat and Cultural /Historical Information Obtain current species and habitat information from National Marine Fisheries Service (NMFS), U.S. Fish and Wildlife Service (USFWS), and Washington Department of Fish and Wildlife (WDFW) Priority Habitats and Species database, and Washington Department of Natural Resources Heritage Data. Obtain list of known cultural /historic sites from the State of Washington Department of Archeology and Historic Preservation (DAHP). Review the City's draft Shoreline Inventory and draft Shoreline Restoration Plan. Task No. 6.04 Wetlands, Fish and Wildlife Habitat, Cultural /Historic Resources Landau shall estimate the location of wetlands, fish and wildlife habitat, salmon restoration sites, and cultural /historic resources in the project area using the information from Tasks 6.01, 6.02, and 6.03. Task No. 6.05 Environmental Permits and Environmental Documentation Landau shall identify the permits and environmental documentation that is anticipated for this project. A schedule for obtaining the identified permits and completing the environmental documents shall be created. Opportunities to avoid impacts and /or minimize impacts shall be evaluated during interaction with the project team. A range of alternatives pursuant to and in the context of NEPA and SEPA shall be developed along with their associated costs. Deliverables Draft Environmental Technical Memorandum (six hardcopies, one electronic copy) Final Environmental Technical Memorandum (six hardcopies, one electronic copy) Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 10 TASK 7.0 PROJECT WORKSHOPS Task No. 7.01 Workshop No. 1 Identify Two to Three Viable Alternatives KPFF with the assistance of the subconsultants shall hold a four -hour workshop with City of Tukwila staff to discuss the trail alignment and bridge alternatives. In preparation for the workshop, the following items will be addressed: Bridge aesthetics options Structural alternatives Corridor alignment alternatives Urban design themes Aerial basemap Permit requirements search Basis of design documentation Geotechnical memorandum The topics for discussion during the workshop will include available right -of -way, pedestrian and bicyclist experiences, construction costs, City property lines, adjacent property lines, environmental considerations including wetlands, riparian habitat, flood plains, topography, and trail geometrical constraints. A summary of the workshop discussions shall be documented in the TSL report. The goal of Workshop No. 1 is the selection of two to three bridge types and trail alignments. These alternatives shall be further refined prior to Workshop No. 2. Task No. 7.02 Workshop No. 2 Public Involvement A public open house or one -on -one contacts will be used to provide project information to and solicited input from affected property owners and the general public. The project consultants will work with the City to develop the open house or one -on -one contact format and materials. Task No. 7.03 Workshop No. 3 Select Preferred Alternative A third workshop shall be held with City staff to examine the cost/benefit of the alternative designs. Trail alignments and bridge types shall be examined to determine the best combination of alignment and type of structure. Drawings and schematic renderings shall be prepared to assist in visualizing the various options. Evaluation matrices shall be examined that rate the alternatives against the project goals. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 11 The end of Workshop No. 3 should leave the City with a reasonable idea of the preferred alternative. The preferred alternative shall then be incorporated into the TSL Report. Deliverables Workshop materials Workshop meeting minutes (six hardcopies, one electronic copy) Attending 3 workshops TASK 8.0 CIVIL ENGINEERING KPFF shall perform the civil engineering support work necessary to complete the Design Criteria and TSL Report. Task No. 8.01 Support for Pedestrian Trail Route Assessment This work consists of assisting with the assessment and evaluation of the pedestrian trail alignment concepts, including participation in the project meetings described in Task No. 10 and 11. Task No. 8.02 General Plans and Profiles The Civil portion of the TSL report shall layout the preferred concept alignment including general plan and profile of the bridge and street connection. Profile shall be generated from terrain model information provided within Task 3. Drawings will show essential clearances. Written descriptions of the alignment and associated benefits and complications shall be integrated into the TSL Report. Task No. 8.03 Concept Utility Relocation Plans The Civil portion of the TSL report shall document the preferred concept alignment and shall include concept utility relocation plans for all utilities shown and identified within Task 3. Task No. 8.04 Earthwork Assessment The Civil work includes identifying all volumetric changes within the fioodplain based upon the preferred concept alignment. Cut and Fill boundaries will be shown on the General Plan and Profiles, and Typical Sections will be shown on a separate plan. Task No. 8.05 Stormwater Improvements The Civil work includes identifying concept conveyance, treatment, and detention systems for stormwater that would need to be constructed based upon the preferred concept alignment. Stormwater facilities will be designed in accordance with the current City guidelines. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge TSL Bridge Report Page 12 Task No. 8.06 Cost Estimate The Civil work includes identifying quantities of proposed civil road and site work, and assessing costs for said work for the preferred concept alignment. Costs shall include other associated items such as administration, design and construction management. Deliverables Participation in project meetings (Task No. 10 11) Civil sections of the TSL Report Stormwater conveyance and treatment concepts Cost Estimate for civil components of preferred alternative Assumptions Traffic and Accident Data for SR 181 (West Valley Highway) and Christensen Road will be provided by others. TASK 9.0 STRUCTURAL ENGINEERING KPFF shall perform the structural engineering work. Task No. 9.01 Bridge Alternative Analysis Once the trail alignment has been determined, the bridge alternatives shall be developed. The member types and sizes shall be determined for discussion in the workshops and inclusion in the TSL report. Conceptual level structural analysis shall establish the member types and depth, railing types, types of foundations, abutment types and sizes, depths of footings and estimated numbers of piles (if piles are required). This work will be done in coordination with the work done under Task 10. Task No. 9.02 Bridge Cost Analysis Cost Estimate: Program costs including administration, design and construction costs shall be estimated for the proposed structures. Funding Sources: As part of the bridge alternative analysis KPFF will assist the City in completing the documentation necessary for seeking additional funding. Task No. 9.03 Bridge Conceptual Drawings Conceptual plan drawings shall show the plan, elevation and typical section for each bridge alternative. The drawings will be supplemented as necessary to define any unique features being implemented. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 13 Task No. 9.04 Bridge Sections for TSL Report The criteria, constraints and procedures used in determining the structural alternatives will be included in the bridge sections of the TSL Report. Advantages and disadvantages will be outlined for each alternative including cost and constructability. Deliverables Bridge type alternatives Participation in project meetings (Task No. 10 11) Structural sections of the TSL Report Bridge TSL drawings Cost estimate for structural components TASK 10.0 BRIDGE AESTHETICS COLLABORATION LMN will be providing architectural collaboration through the project alternative analysis. They will assist in creating conceptual bridge forms. LMN along with KPFF will prepare computer generated renderings and /or hand drawings of a maximum of three preferred aesthetic design concepts. A four -hour bridge aesthetic meeting will be held to develop aesthetic design concepts to be presented in Workshop No.1. These early conceptual designs will be used to show the range of options and also stimulate ideas and discussion during the initial workshop. LMN shall create larger scale and more refined renderings of the project alternatives being moved forward from Workshop No.1. These drawings will then be used during Workshop No. 2 to inform the public of the alternatives being considered and during Workshop No. 3 to assist in the preferred alternative selection. After the preferred alternative is selected, LMN will create final renderings and one physical model. LMN as an additional service to the City can produce renderings for more than the three prescribed alternatives and can construct physical models for project alternatives in addition to the preferred alternative. Deliverables Bridge alternative renderings (Assume 3 bridge renderings) Physical model of preferred bridge alternative Participation in project meetings (Task No. 10 11) Participation in Workshop #1 and #3 (Task No. 7.01 7.03) Architectural treatments Cost estimate for architectural treatments Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 14 TASK 11.0 -URBAN DESIGN AND WAYFINDING KPG shall perform the work integrating this project with the Tukwila Urban Center vision. KPG shall lead the urban design and trail alignment options through the project alternative analysis. Urban design and trail alignment alternatives shall include the following components: Bridge Approaches Wayfinding Trail Alignment Alternatives Landscape Identify Pathway (Tukwila Urban Center) Character Pedestrian Safety Assist with Pathway Design Parameters Identify adjacent roadway crossings at West Valley Highway and Christensen A four -hour corridor project meeting will be held to develop conceptual ideas for the urban design to be presented in Workshop No.1. These early conceptual designs will be used to show the range of options and also stimulate ideas and discussion during the initial workshop. Deliverables Alternative trail alignment renderings Draft Technical Memorandum on evaluation of concept alignments Final Technical Memorandum on evaluation of concept alignments Participation in project meetings (Task No. 10 11) Participation in Workshop #1 and #3 (Task No. 7.01 7.03) Pathway sections Urban design construction materials Cost estimate for trail alignment alternatives Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 15 TASK 12.0 TYPE, SIZE AND LOCATION (TSL) REPORT The TSL report shall describe the project, the proposed structure, and give reasons why the bridge type, size, and location were selected. The report shall include the following items: Cover, Title Sheet, and Index Executive Summary Introduction Project Description Design Criteria Conceptual Studies o Aesthetics o Site constraints o Regulatory constraints o Construction requirements o Foundations o Hydraulics o Urban design o Structure types o Approach styles o Maintenance Project alternatives Cost estimates Appendices o Photographs o Workshop Meeting Minutes o Technical Memorandums Deliverables Draft TSL Report (six hardcopies, one electronic copy) Final TSL Report (six hardcopies, one electronic copy) Exhibit A Scope of Work Tukwila Urban Center, Pedestrian/Bicycle Bridge TSL Bridge Report Page 16 SCHEDULE It is anticipated that this proposed work should be completed by March 31, 2008. ASSUMPT IONS The scope of work for obtaining permits, right -of -way acquisition, right -of -way plans, environmental assessment, and construction document preparation shall be proposed and negotiated after the TSL phase of work is complete. The City of Tukwila shall provide the following: o All support files including aerial contours, mapping, photography, and any GIS information that is available for this project site. o Current City Standard Plans. TASK 13.0 PLANS, SPECIFICATIONS AND ESTIMATED COSTS (PSE) PHASE The PSE Phase shall take the preferred alternative selected in the TSL Study through final design and construction documentation. The PSE Phase will include the completion of the design calculations, contract plans, contract specification and the engineer's estimated construction costs. The scope and fee for this task will be determined at a later date. TASK 14.0 GEOTECHNICAL ANALYSIS This task will include the completion of all field exploration and laboratory testing needed to finalize the geotechnical recommendations for the project. Tasks are expected to include field borings, laboratory testing, and foundation type recommendations. The scope and fee for this task will be determined at a later date. TASK 15.0 HYDRAULIC AND SCOUR ANALYSIS This task shall cover the investigation of the hydraulics and scour associated with constructing a bridge over the Green River. This study involves performing a hydraulic analysis, determining the bridge hydraulic opening, calculating scour depths, evaluating abutment and bank protection measures, and preparing documentation to meet the needs and requirements of the project. The scope and fee for this task will be determined at a later date. TASK 16.0 ENVIRONMENTAL SERVICES Environmental services will include the finalization of the list of permits required for the project and the completion of these permits. The scope and fee for this task will be determined at a later date. Exhibit A Scope of Work Tukwila Urban Center, Pedestrian /Bicycle Bridge TSL Bridge Report Page 17 TASK 17.0 RIGHT -OF -WAY SERVICES This task will include the preparation of right -of -way plans and legal descriptions. It is assumed at this time that the City would determine property values and conduct land acquisition negotiations, as necessary. The scope and fee for this task will be determined at a later date. TASK 18.0 LAND SURVEYING The survey will include locations of utilities, surface features, drainage corridors, and roadway and bridge features. The survey will also include locating test pits and borings and any wetland delineations. The scope and fee for this task will be determined at a later date. TASK 19.0 CONSTRUCTION SUPPORT SERVICES The project team can provide construction support to the City as the project design is completed and the project goes to advertisement and then construction. Tasks could include attending preconstruction meetings, answering contractors' requests for information (RFI), submittal review and site visits. The scope and fee for this task will be determined at a later date. Exhibit D -2 Payment (Cost Plus a 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 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 to all applicable portions of 48 CFR Part 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, direct non -salary costs, and fixed fee. 1. 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. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Overhead Costs: Overhead Costs are those costs other than direct costs, which are included as such on the booksof the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rateshown in the heading of this AGREEMENT under "Overhead Progress Payment Rate." Total overhead paymentshall be based on the method shown in the heading of the AGREEMENT. The two options are explained as follows: a. 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. b. Actual Cost: If this method is indicated in the heading of the AGREEMENT the AGENCY agrees to reimburse the CONSULTANT the actual overhead costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANTS cost estimate and the overhead computation is shown in Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. When an Actual Cost method is used, the CONSULTANT (prime and all sub consultants) will submit to the AGENCY within six (6) months after the end of each firm's fiscal year, an 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. DOT Form 140 -089 EF Exhibit D -2 Revised 6/05 Failure to supply this information by either the prime CONSULTANT or any of their sub consultants shall cause the AGENCY to withhold payment of the billed overhead costs until such time as the required information is received and an overhead rate for billing purposes is approved. The AGENCY, STATE and/or the Federal Government may perform an audit of the CONSULTANT'S books andrecords at any time during regular business hours to determine the actual overhead rate, if they so desire. 3. Direct Non Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub consultants. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the AGENCY'S Travel Rules and Procedures. However, air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205 -46 "Travel Costs." The billing for Direct Non Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. 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 person -hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement." 5. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the Management Reserve Fund shall be made in accordance with Section XIV, "Extra Work." 6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the calculated overhead and fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct Salary, Direct Non Salary, and allowable Overhead Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed salary costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS &E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. D. Inspection of Cost Records: The CONSULTANT and their sub consultants shall keep available for inspection by representatives of the AGENCY, STATE and the United States, for a period of three (3) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three (3) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. Exhibit E -1 Consultant Fee Determination Summary Sheet (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) Project: Tukwila Urban Center, Pedestrian/Bicycle Bridge Type, Size And Location (TSL) Bridge Report Direct Salary Cost (DSC): Classification Man Hours Rate Cost Principal 72.0 X 56.00 4,032.00 Project Manager 232.0 X 50.00 11,600.00 Senior Engineer II 392.0 X 47.00 18,424.00 Design Engineer II 184.0 X 35.00 6,440.00 Project Coordinator 12.0 X 30.00 360.00 CAD Drafter 272.0 X 30.00 8,160.00 Administration 11.0 X 20.00 220.00 X X Total DSC 49,236.00 Overhead (OH Cost including Salary Additives): OH Rate x DSC of 1.2827 x 49,236.00 63,155.02 Fixed Fee (FF): FF Rate x DSC of 0.30 x 49,236.00 14,770.80 Reimbursables: Itemized 500.00 Subconsultant Costs (See Exhibit G): 112,095.00 Grand Total 239,756.82 Prepared By: KP1-1 Date: June 5, 2007 DOT Form 140 -089 EF Exhibit E -1 Revised 6/05 Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: TTrhan Planning KPCT Tue. Surveying KPCT Tue. Rridg Architecture T MN Architects Environmental Services T.andan Associates Cieotechnical Engineering T.andau Associates DOT Form 140 -089 EF Exhibit G Revised 6/05 Exhibit G -1 Subconsultant Fee Determination Summary Sheet Project: Tukwila Urban Center, Pedestrian/Bicycle Bridge Type, Size And Location (TSL) Bridge Report Direct Salary Cost (DSC): Classification Man Hours Rate Cost Senior Designer 51.0 X 60.10 3,065.10 Project Surveyor 4.0 X 43.75 175.00 Designer Surveyor 183.0 X 38.46 7,038.18 2 Man Survey Crew 40.0 X 67.30 2,692.00 Technician 210.0 X 19.23 4,038.30 X X X X Total DSC 17,008.58 Overhead (OH Cost including Salary Additives): OH Rate x DSC of 1.5677 x 17,008.58 26,664.35 Fixed Fee (FF): FF Rate x DSC of 0.35 x 17,008.58 5,953.00 Reimbursables: Itemized 1,940.00 Grand Total 51,565.93 Prepared By: KPG Date: June 5, 2007 DOT Form 140 -089 EF Exhibit G -1 Revised 6/05 Exhibit G -1 Subconsultant Fee Determination Summary Sheet Project: Tukwila Urban Center, Pedestrian/Bicycle Bridge Type, Size And Location (TSL) Bridge Report Direct Salary Cost (DSC): Classification Man Hours Rate Cost Partner 21.0 X 258.77 5,434.17 Project Manager 31.0 X 122.92 3,810.52 Project Designer 55.0 X 116.45 6,404.75 Project Architect 134.0 X 103.51 13,870.34 Intern 200.0 X 61.46 12,292.00 Administration 12.0 X 80.87 970.44 X X X Total DSC 42,782.22 Overhead (OH Cost including Salary Additives): OH Rate x DSC of x 42,782.22 0.00 Fixed Fee (FF): FF Rate x DSC of x 42,782.22 0.00 Reimbursables: Itemized 900.00 Grand Total 43,682.22 Prepared By: LMN Architects Date: June 5, 2007 DOT Form 140 -089 EF Exhibit G -1 Revised 6/05 Exhibit G -1 Subconsultant Fee Determination Summary Sheet Project: Tukwila Urban Center, Pedestrian/Bicycle Bridge Type, Size And Location (TSL) Bridge Report Direct Salary Cost (DSC): Classification Man Hours Rate Cost Senior Associate 18.0 X 48.00 864.00 Senior Project 36.0 X 32.00 1,152.00 Project 66.0 X 27.00 1,782.00 Assistant 20.0 X 18.00 360.00 CAD 10.0 X 26.00 260.00 Project Coordinator 13.0 X 22.00 286.00 X X X Total DSC 4,704.00 Overhead (OH Cost including Salary Additives): OH Rate x DSC of 2.1113 x 4,704.00 9,931.56 Fixed Fee (FF): FF Rate x DSC of 0.30 x 4,704.00 1,411.20 Reimbursables: Itemized 800.00 Grand Total 16,846.76 Prepared By: Landau Associates Date: June 5, 2007 DOT Form 140 -089 EF Exhibit 0-1 Revised 6/05 Exhibit H Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub contract, including procurement of materials or leases of equipment, each potential sub consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this AGREEMENT and the REGULATIONS relative to non discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non compliance: In the event of the CONSULTANT'S non compliance with the AGREEMENT, the AGENCY impose such AGREEMENT shall im non- discruntnation provisions of this A p sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to: Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies, and/or; Cancellation, termination, or suspension of the AGREEMENT, in whole or in part DOT Form 140 -089 EF Exhibit H Revised 6105 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every sub contract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub consultant or procurement as the AGENCY, STATE or FHWA may direct as a means of enforcing such provisions including sanctions for non compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Exhibit 1 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. Cost 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. DOT Form 140 -089 EF Exhibit I Revised 6/05 Exhibit J Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Highways and Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manger and any personnel (including sub consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide H &LP, through the Region DOT Form 140 -089 EF Exhibit J Revised 6/05 Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Step 5 Forward Documents to Highways and Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Highways and Local Programs Engineer to H &LP for their review and consultation with the FHWA. H &LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, H &LP will request assistance from the Attorney General's Office for legal interpretation. H &LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. H &LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. Exhibit K Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: Summation of hours by classification for each film that is included in the claim; Any correspondence that directed the consultant to perform the additional work; Timeframe of the additional work that was outside of the project scope; Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Highways and Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. DOT Form 140 -089 EF Exhibit K Revised 6/05 If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: Copy of information supplied by the consultant regarding the claim; Agency's summation of hours by classification for each firm that should be included in the claim; Any correspondence that directed the consultant to perform the additional work; Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; Explanation regarding those areas in which the Agency does /does not agree with the consultant's claim(s); Explanation to describe what has been instituted to preclude future consultant claim(s); and Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Highways and Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. Exhibit M -1(a) Certification Of Consultant Project No. Local Agency I hereby certify that I am David K. McMullen and duly authorized representative of the firm of KPFF Consulting Engineers whose address is 1601 Fifth Avenue, Suite 1600, Seattle, WA 98101 and that neither I nor the above firm I here represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure the AGREEMENT; (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Date Signature DOT Form 140 -089 EF Exhibit M -1(a) Revised 6/05 Exhibit M -1(b) Certification Of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of City of Tukwila Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agree to employ to retain, any firm or person; or (b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Date Signature DOT Form 140-089 EF Exhibit M -1(b) Revised 6/05 Exhibit M -2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; B. Have not within a three -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (I)(B). of this certification; and D. Have not within a three (3) year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Consultant (Firm): KPFF Consulting Engineers (Date) (Signature) President or Authorized Official of Consultant DOT Form 140 -089 EF Exhibit M -2 Revised 6/05 Exhibit M -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: 1. 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 (Film): KPFF Consulting Engineers (Date) (Signature) President or Authorized Official of Consultant DOT Form 140 -089 EF Exhibit M -3 Revised 6/05 Exhibit M -4 Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4) submitted, either actually or by specific identification in writing, to the contracting officer or to the contracting officer's representative in support of KPFF Consulting Engineers x are accurate, complete, and current as of April 30, 2006 *x. This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements between the offeror and the Government that are part of the proposal. Firm KPF'F' Consulting Engineers Name David K. McMullen Title Associate Date of Execution*** 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. xxx 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, DOT Form 140 -089 EF Exhibit M -4 Revised 6/05 w 9 sy''• City of Tukwila h Transportation Committee N r��� /Ns TRANSPORTATION COMMITTEE Meeting Minutes June 11, 2007- 5:00 p.m. PRESENT Councilmembers: Pam Carter, Chair; Pam Linder and Joe Duffle Staff: Jim Morrow, Jack Pace, Frank Iriarte, Maggi Lubov, Jaimie Reavis, Cyndy Knighton, Bob Giberson and Kimberly Matej CALL TO ORDER: Committee Chair Carter called the meeting to order at 5:08 p.m. I. PRESENTATIONS No presentations. II. BUSINESS AGENDA A. Commute Trin Reduction Efficiency Act and Local CTR Plan Maggi Lubov, CTR Coordinator, reported that recent changes have been made in C 1'R legislation at the state level. These changes focus on congested traffic areas and will focus local CTR efforts on the efficient use of highways. Additionally, the CTR responsibility shifts to jurisdictions rather than employers. In the local Tukwila plan, the goal will be for participants to reduce single occupancy rates by 10% and miles traveled by 13% by the year 2010. The City must submit an updated draft plan to Puget Sound Regional Council (PSRC) for review by July 2. PSRC will comment on the plan, staff will make appropriate changes and will return to Committee and full Council prior to the plan going to the Governor appointed board for review. Staff also intends to post the draft plan on the City's website for comment. Ordinance revisions will also be handled through this process. Staff anticipates the plan will be available for viewing on the website by the end of the month, and PSRC should return comments on the plan by September. Jaimie Reavis, Assistant Planner, briefly explained the Growth and Transportation Efficiency Center (GTEC) which focuses on CTR issues of smaller areas within the City. Staff is currently looking at the Tukwila Urban Center in order to reduce drive alone rates and take advantage of public transportation. Staff encouraged anyone with questions to contact Maggi or Jamie for additional information. INFORMATION ONLY. B. Pedestrian Bridge Over Green River Project Consultant Selection Staff is seeking approval to enter into a contract with KPFF Consulting Engineers for a type, size and location services report for a pedestrian bridge over the Green River. This contract is for consultant identification of the best possible bridge location within a general footprint area. The Committee recommends that staff clarify the information memo to state what is trying to be achieved through this process, as well as to state, very clearly, that this contract is only for consultant identification of a ee has requested that a ma of the general area being possible bridge location. Additionally, the Comrrntt q map g g p g T APPROVAL. FORWARD TO for full Council. UNAl\IVi IOUS discussed be included in the submission JUNE 25 COW FOR DISCUSSION. M. ANNOUNCEMENTS No announcements. IV. MISCELLANEOUS Meeting adjourned at 5:43 p.m. Next meeting: Monday, June 25, 2007 5:00 p.m. Conference Room 1 si.??0, Committee Chair Approval Minutes by KAM