Loading...
HomeMy WebLinkAboutCOW 2006-03-27 COMPLETE AGENDA PACKET ""`w Tukwila City Council Agenda o i1�' 0�i Steven M. Mullet, M or Councilmembers Joe Duffie Joan Hernandez l ag Rhonda Berry, City Administrator Pam Carter Jim Haggerton Dennis Robertson, Council President Pamela Linder Verna Griffin 7908 COMMITTEE OF THE WHOLE March 27, 2006 Tukwila City Hall 7:00 PM Council Chambers 1. CALL TO ORDER 2. PLEDGE OF ALLEGIANCE 3. SPECIAL a. Way Back Inn: Evze Boykan, Program Manager, Human Services PRESENTATIONS b. Tukwila Community Schools Collaboration: Deborah Salas, Executive Director, TCSC c. Tukwila Library Advisory Board Annual Report: Rick Still, Deputy Director, Parks Recreation Dept. 4. CITIZEN At this time, you are invited to comment on items not included on COMMENT this agenda. To comment on an item included on this agenda, please save your comments until the issue is presented for discussion. 5. SPECIAL ISSUES a. Discussion of alternatives for managing coyote problems. b. Unsolicited solid waste contract proposal. c. 2006 -2007 construction management services. 6. REPORTS a. Mayor b. City Council c. Staff d. City Attorney e. Intergovernmental 7. MISCELLANEOUS 1 8. EXECUTIVE SESSION 1 9. ADJOURNMENT Tukwila City Hall is wheelchair accessible. Reasonable accommodations are available at public hearings with advance notice to the City Clerk's Office: 206 433 1800/TDD 206 248 2933. This notice is available at www.ci.tukwila.wa.us and in alternate formats with advance notice for those with disabilities. Tukwila Council meetings are audio taped. �1LA y4S; COUNCIL AGENDA SYNOPSIS Q '�.y Ijrrt :alr ITE11I NO, Q P N 1 9 Meeting Date Prepared by Mayor's review Council review +3'�� 1 03/27/06 1 bjs /D.R. ,A4 1_- 1 1 1908 cx. ITEM INFORMATION CAS NUMBER. 06-034 I ORIGINAL AGENDA DATE. MARCH 27, 2006 AGENDA ITEM TITLE Alternatives for managing coyote problems CATEGORY Discussion Motion Resolution Ordinance Bid Award PublicHeariag Other Mtg Date 3-27-06 Mtg Date it itg Date ivItg Date ivLg Date i Itg Date i itg Date SPONSOR Council Mayor Adm Svcs DCD Finance Fire Legal P&R Police Pllt SPONSOR'S Citizens are having problems with coyotes in various Tukwila neighborhoods. Su MARY REVIEWED BY COW Mtg CA &P Cmte F &S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DAZE. RECOMMENDATIONS: SPONSOR /ADMIN Discuss alternatives COMMITTEE COST=IMPACT 1.FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED Fund Source Comments MTG. DATE RE- CORD OF COUNCIL ACTION 1 MTG. DATE ATTACHMENTS 3/27/06 Summary sheet Coyotes (2006) Problem: Citizens are having problems with coyotes in various TukwIla neighborhoods. In some cases the coyotes are bold enough to come up on back porches and run down streets during daylight hours. Small pets (cats and dogs) are disappearing. Situation: The city has no legal responsibility to do anything. If the city does take action (hire a trapper) the city runs two kinds of legal risks: 1. If someone or a pet is injured during the trapping the city may share liability since we hired the trapper. 2. If we say we are taking dre of the coyote problem and we don't we may be liable for damages caused by coyotes. Our City Attorney and our risk management representative have both warned us of the above liabilities. History: The city has employed/contracted with a state licensed trapper in the past. The experienced trapper has become ill and his apprentice?? Signed a contract with us but has not been returning phone calls. Questions: Should the city: 1. Continue to contract with a trapper? 2. Discontinue contract but help citizens to privately contract with a trapper? 3. Discontinue all contact with a trapper and merely forward on state info on how to 'live' with coyotes? COUNCIL AGENDA SYNOPSIS O Initials ITEM NO. Q i 4 i t it t 1 Meeting Date 1 Prepared by Mayor'sreview 1/ council review us 3/27/06 1' i rsoa I I, ITEM INFORMATION CAS NUMBER: 06-035 I ORIGINAL AGENDA DATE: MARCH 27, 2006 AGENDA ITEM TITLE Unsolicited Solid Waste Contract Proposal CATEGORY Discussion Motion El Resolution Ordinance Bid Award Public Hearing Other Mtg Date 3/27/06 Mtg Date 4/3/06 Mtg Date Mtg Date Mtg Date Mtg Date 111tg Date SPONSOR Council Mayor Atha Svcs DCD Finance Fire Legal P&R Police ®PFF SPONSOR'S The City's solid waste collection and recycling contract with Sea -Tac Disposal \Allied Waste SUMMARY is scheduled to expire on April 1, 2007. On February 10, 2006, Sea -Tac Disposal submitted an unsolicited proposal to continue providing service to the City beyond April 1, 2007. The proposal contains several key elements that will significantly improve residential, multi- family, and commercial recycling along with customer service while maintaining low rates. REVIEWED BY COW Mtg. CA &P Cmte F &S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DA LE: 3/21/06 RECOMMENDATIONS: SPONSOR /ADMIN. Forward to COW for discussion and decision. CoNMMITrEE Forward to COW with approval endorsement. COST IMPACT FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $0.00 $0.00 $0.00 Fund Source: Comments: MTG. DATE 1 RECORD OF COUNCIL ACTION 3/27/06 4/3/06 1 MTG. DATE ATTACHMENTS 3/27/06 Information Memo dated March 13, 2006 Letter from Allied Waste Services 2005 Garbage and Recycling Service Rates Utilities Committee Minutes from March 21, 2006 (draft) 4/3/06 INFORMATION MEMO To: From: Date: Subject: Mayor Mullet Public Works Directo~ March 13, 2006 Unsolicited Solid Waste Contract Proposal- Sea-Tac Disposal/Allied Waste ISSUE Should the City accept Sea-Tac Disposal's unsolicited solid waste contract proposal? BACKGROUND On March 8, 2001, the City awarded Sea-Tac Disposal a five-year contract to provide residential and commercial solid waste and recycling services for the City. The contract was subsequently extended for two more years. Unless renewed, the contract will expire on April 1, 2007. DISCUSSION On February 10,2006, Sea-Tac Disposal submitted the attached unsolicited proposal. As part of the proposal, Sea- Tac Disposal recommended a five-year contract with automatic one-year renewals subj ect to satisfactory contract perfonnance. In consideration of contract approval, Sea- Tac Disposal agrees to the following tenns: . Rates: Residential and commercial solid waste and recycling rates will not change except for the nonnal annual Consumer Price Index (CPr) rate adjustments. . Residential Recycling: At no cost to residential customers, Sea-Tac Disposal will convert to a fully commingled, single stream system utilizing new 96-gallon wheeled carts with lids. In addition to new containers, the current list of acceptable recyclable materials will be expanded. . Commercial Recycling: Develop, design, and promote an outreach program to increase business recycling. . City/Code Enforcement Clean-ups: Support semi-annual City clean-up events by strategically positioning large drop containers for scrap metal and selected bulky items. To assist code enforcement personnel in their residential clean-up efforts, Sea- Tac Disposal will offer reduced rates for cleaning up wastes and litter. . Customer Service: Provide a more robust and responsive customer service operation that will reduce the amount of time It takes to answer customer telephone calls and ensure accurate dissemination of infonnation. Mayor Mullet Page 2 March 13, 2006 ANALYSIS To assist Council in deciding whether to accept Sea-Tac Disposal's proposal, it is important to ascertain the legality of accepting the proposal without allowing other solid waste haulers to compete for the services and discuss the options that are available to the City for solid waste collection and recycling services. Contracting directly with solid waste haulers is a legally acceptable practice. Currently, there are no statutory requirements for cities to bid solid waste collection and recycling services. Therefore, if Council chooses, it could accept Sea-Tac Disposal's proposal without violatmg contract statutes. If the Council rejects Sea-Tac Disposal's proposal, it must decide on how to handle the City's solid waste collection and recycling requirements. The following options are offered for consideration: . Establish a municipal (in-house) solid waste collection and recycling services utility. This option affords the City a great deal of flexibility in providing a wide range of services to the community. However, tills option is labor intensive and requires significant capital investment and manpower. . Solicit bids/Request for Proposals (RFP) from solid waste collection companies. One of the most important aspects of the bid/RFP process is competition. Theoretically, lower costs are achieved by competing services and other requirements. The disadvantage to using the bidfRFp process to fulfill the City's solid waste collection requirements beyond April 2007 is that there is no guarantee that rates wIll be reduced. In fact, there is some risk that rates on some services may increase. The reason for this is that the City currently has some of the lowest rates in South King County (see attachment). In summary, Council has the legal authority to accept Sea- Tac Disposal's proposal or negotiate any modification to the proposal. Council also has the option to approve a municipal solid waste collection and recycling services utility. Due to capital and other considerations, this is not a viable option in the short term. Finally, with the understanding that rates mayor may not decrease, the bid/RFP option could be pursued. RECOMMENDATION Present to the Utilities Committee for discussion and then fOlWard to the Committee of the Whole. attachment (P,alice\Unso1iciled Solid Was<< Coottaet Proposa!) ~~~ ALLlID WASTI I!RVIClS February 10, 2006 Mr. Jim Morrow Public Works Director City of Tukwila 6200 Southcenter Blvd. Tukwila, WA. 98188 Dear Mr. Morrow: We would like to propose several concepts for an extension to our current contract with the City of Tukwila that will enable us to continue and strengthen our excellent relationship with the City and our customers. As you know our Tukwila residential customers already enjoy very favorable rates in comparison with other south King County cities. To further enhance the service levels for those residential customers we propose the following service concepts which we feel will meet your concerns about recycling and abatement of unsightly litter. A. Conversion of the current recycling system from 32 gallon containers and glass bin to a fully commingled single stream system utilizing new 96 gallon wheeled carts with lids. This system offers a huge improvement in capacity and convenience for our customers and has been very successful in other cities in actually increasing recycling participation and increasing recycling tonnage. We will convert to this system on a schedule to be agreed upon between you and our operations managers. In fact, we envision implementing this new system prior to the termination of our current contract (April 2007) if agreement on an extension can be reached sometime soon. B. Addition of more materials to the recycling stream. Coinciding with the delivery of the new recycle carts we will notify customers that additional materials can be added to the current list of acceptable items. We will work with Rebecca Fox, your Recycling Coordinator, in developing an educational means of rolling out the information to customers. Some suggested materials that could be added include additional plastics, small appliances and e-waste. Our MRF manager will work closely with you and Rebecca to evaluate what additional materials can be added to the commingled recycle stream. 22010 76th Ave S Kent WA 98032 253.872.7220 I FAX 253.239.8859 www disposal.com ~~~ ALLIID WASTI nRVICIS Based on discussions with you and your staff we realize that code enforcement is a priority for the City. Therefore we will offer the fOllowing two services to promote your code enforcement efforts: C. Semi-annual special clean-up event for scrap metal. Large drop boxes will be placed at central locations in the City so that residents can bring discarded scrap items to the clean-up site. To the extent possible the scrap metal will be recycled. D. Discounted rates for code enforcement clean-ups. In residential areas designated by you we wil! provide reduced rates for cleaning up abandoned wastes and litter. . For our commercial customers we propose an intensified effort in increasing recycling so as to reduce garbage collection fees and increase recycle tonnages. We will concentrate on working especially with smaller businesses which may not have the manpower or financial resources to initiate their own recycle programs. We will perform annual waste audits for our larger commercial accounts and perform other audits as requested. We will again work with Rebecca Fox in developing, designing, and promoting this out-reach program. Implementation of these enhanced services will require a significant financial and manpower investment on our part. Therefore we would ask for a long-term contract commitment on your part. Our minimum requirement to depreciate the investment in the new commingled recycle program, for example, is five years. A scenario which has worked very well in other communities is a five year contract with automatic one year renewal rollovers at the end of each year subject to us meeting performance standards. There are many benefits relating to a company's ability to continually reinvest in equipment and community programs. We'd like to discuss this concept with you more in the near future. We should also take this opportunity to advise you of improvements we are making in our Customer Service Department that will enable us to respond more quickly and accurately to our customer phone calls. One of my top priorities is improving our call management by designing a customer driven system. I have recently hired a new customer service manager and together we have completely restructured the department. In addition to the new manager we now have two working supervisors whose primary tasks are on-going monitoring of in-coming customer calls to insure prompt response and to insure dissemination of accurate information. We have installed automatic measurement techniques that will enable us, for example, to know on a daily basis the amount of time it takes for a customer's call to get answered, the number of calls on hold at any given time, etc. With these changes in place I expect a huge improvement in our ability to respond to our Tukwila customers. 2201 0 76th Ave S Kent, WA 98032 253.872.7220/ FAX 253.239.8859 www disposal.com -~ ALLIID WASTI SlRVIClS We look forward to meeting with you to discuss the contract extension and to refine these suggested contract enhancements. We are also certainly willing to consider service enhancements other than those we have described. Please feel free to contact me at 206-652-8831. cc: Mayor Steve Mullett 22010 76th Ave S Kent. W A 98032 253.872.7220/ FAX 253.239 8859 www.disposal.com GARBAGE AND RECYCLING SERVICE RATES 2005 Tukwila Auburn Kent SeaTac Des Moines 20 Gal 11.17 774 11.19 11.31 12.12 1 Can 13.37 10.83 14.37 1477 15.26 2 Cans 18.14 \21.72 1982 20.06 20.49 60 Gal Cart 19.22 21.72 20.53 21.44 21.89 90 Gal Cart 26.21 30.27 29.09 29.30 30.11 Utilities Committee March 21,2006 OR4J:r Present: Jim Haggerton, Chair; Pam Linder, Verna Griffm Jim Morrow, Frank Iriarte, Gail Labanara, Chuck Parrish Nels Johnson, Chris Guimond, Mike Huycke from Allied Waste Unsolicited Solid Waste Contract Proposal The current contract with Sea-Tac Disposal/Allied Waste expires April 1, 2007. Sea-Tac Disposal has submitted a five-year contract with five key elements. The rates would remain one of lowest in South King County. The main changes would be utilizing the 96-gallon recycling carts and Sea- Tac Disposal would assist with two clean-up events for bulky items. Pam L would like apartments included in the commercial recycling outreach program and Jim H would like a timeline included for that program. Frank reported that the customer service has improved With the new manager and additional training. Discussed the possibility of a policy change to mandatory garbage pickup and consider it a separate issue. A clause could be included in the contract to reopen it if there were changes. Frank reported with mandatory pickup, those people without pickup now would more than likely sign up for the smallest container. Sea-Tac Disposal reported that mandatory pickup would more than likely not change the rate structure. Jim H did ask if it would be possible for the City to establish our own garbage utility and was told it would be a very significant capital investment. Committee was informed that Sea- Tac Disposal does have an on-call service for large items at a special fee. Pam L wanted to know what those on-call fees were and that the information should be included for COW and the Hazelnut. Unanimous recommendation to send proposal to COW and Ree:ular meetine: for discussion and seriously consider approvine: proposal. B. 2006 Solid Waste/Recvclin2 Rates The rates are only increasing by 2.8% and will be effective April 1, 2006. The information will be included in monthly bills and the April Hazelnut. Information Only. Other Jim M invited Committee to the Allentown/Foster Pt Open House on April 27, 2006. Jim H informed Committee on his trip to DC and the proposed Telecom legislation. He reported that the telecom lobbyists have increased from 161 to 200. Jim H indicated that he received conflicting information in DC regarding collection of franchise fees in our state. Frank reiterated that the City can only collect franchise fees on Comcast's cable service, not high-speed cable modems. Jim H. requested a point paper on all of the City's franchises and what exactly is legal in the State of Washington. Return item to Committee with informational point paper. Committee Chair Approval Minutes by GL, reviewed by FI, 1M C:\Documents and Settings\GaiI\My Documents\ WINWORD\UC Minutes 3-21-06.doc COUNCIL AGENDA SYNOPSIS r O ;2 Irntralr I7EMNO. Q �l r 1 Meeting Date Prepared I Ivlayor'.r. review �Counctl view wt 'fii '0:4 l I 3/27/06 I BG 5 rsos ITEM INFORMATION CAS NUMBER: 06-036 I ORIGINAL AGENDA DA 1E: MARCH 27, 2006 AGENDA ITEM TITLE Construction Management Services 2006-2007 CATEGORY Discussion Motion Resolutton Ordinance Bid Award Public Heanng Other Mtg Date 3/27/06 Mtg Date 4/3/06 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date SPONSOR Council Mayor Adm Svcs DCD Finance Fire Legal Pd,R Police PW SPONSOR'S New federal regulations require all consulting firms to be selected after advertising and SIYASIARY interviews. On February 1 and 8, 2006, a Request for Qualifications was advertised for construction management. The top five firms are KBA, Anchor Environmental, Jacobs, DM]M Harris and CH2M Hill. All five firms will sign agreements for federally- funded projects and City- funded projects. When a project is starting and a specific firm has been chosen, a supplement with costs will be brought back to Council for approval. REVIEWED BY COW Mt CA &P Cmte F&S Cmte Transportation Cmte Utilities Cmte Arts Comm. Parks Comm. Planning Comm. DATE: 3/07/06 RECOMMENDATIONS: SPONSOR /ADMIN. Authorize Mayor to sign two blanket contracts with five firms. COMMIrIEE Authorize Mayor to sign contracts. COST IMPACT FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $0.00 $0.00 $0.00 Fund Source: Comments: MTG. DATE I RECORD OF COUNCIL ACTION 3/27/06 1 4/3/06 1 MTG. DATE I ATTACHMENTS 3/27/06 1 Information Memo dated March 1, 2006 Consultant Ranking Consultant Sample Agreements, Federally- Funded and City- Funded Utilities Committee Minutes from March 7, 2006 I 4/3/06 INFORMATION IVIEMO To: From: Date: Subject: Mayor Mullet Public Works Directo~ March 1, 2006 2006-2007 Construction Manal!ement Services Consultant Selection and Agreements ISSUE Authorize the Mayor to execute consultant agreements with the firms listed below. These blanket agreements are general in nature without project specific scope and fees. BACKGROUND A Request for Qualifications (RFQ) was advertised in The Seattle Times and the Daily Journal of Commerce on February 1 and February 8, 2006. Nine Statements of Qualifications (SOQs) were received and have been evaluated and ranked according to the criteria set forth in the RFQ. ANALYSIS The RFQ stated that up to five firms would be selected for blanket agreements and potentially project specific supplements. The nine SOQs were all superior, which made the evaluation and ranking very difficult. Out of 100 points possible, the nine firms were scored at a range of 68 to 86. The top five firms are KBA, Anchor Environmental, Jacobs, DMJM Harris and CH2M HILL. The four firms not selected (Harris & Associates, Earth Tech, Vanir and Parsons Brinckerhoff) are all highly qualified and will be kept in our files for future work should the need anse. Due to new federal regulations, all consulting firms can only be selected after advertising and interviews are conducted (even if it's by telephone). The top five firms have been interviewed by telephone to make sure that they are experienced and qualified in administering federal construction funds. Project specific scope and fees will be brought forward to committee for information. The supplements will be brought to COW and Council ifthe budget is exceeded. RECOMMENDATION Authorize the Mayor to execute consultant agreements with the top five firms listed above for two-year blanket agreements without project specific scopes and fees. Due to a high number of City-funded and federally-funded projects, two agreement styles will be routed for each firm (City-funded and federally-funded). Specific project supplements will be brought to Committee and Council, as deemed appropriate. attachment (hli<<\UC 030106 2006-2007 CM S<m=J want Rankin0•x15 ~!iJ[f!jJ[P!1[~i STANDARD CONSULTANT AGREEMENT CONSULTANT I ADDRESS I TELEPHONE [CONSULTANT NAME] AGREEMENT NUMBER FEDERAL AID NO. PROJECT TITLE AND WORK DESCRIPTION A D LUMP SUM City of Tukwila 2006-2007 On-Call G LUMP SUM AMOUNT $ Construction Management Services R E DBE PARTICIPATION (Voluntary) E II COST PLUS FIXED F-=E M OVERHEAD PROGRESS DYES . NO % E PAYMENT RATE $ % MBE PARTICPATION (Voluntary) N OVERHEAD COST METHOD . YES D NO 49.45 % T T D ACTUAL COSTS NOT FEDERAL 10 NO TO EXCEED % OR S S NO Do you require a 1099 for IRS? y P xx-xxxxxxxx DYES . NO E II FIXED RATE 140% C H FIXED FEE as authorized in each E proiect specific supplement C calculated as 12% x (OS + OH) K D SPECIFIC RATES OF PAY COMPLETION MAXIMUM AMOUNT 0 D NEGOTIATED HOURLY RATE DATE PAYABLE N D PROVISIONAL HOURLY RATE E 2 years from date of To Be Negotiated by Mayor's Signature project specific D supplements COST PER UNIT WORK (I) Home Office Overhead Rate (2) Field Overhead Rate THIS AGREEMENT, made and entered mto thIS day of , 2006, between the CIty of Tukwila PublIc Works Department, Washmgton, heremafter called the "AGENCY", and the above orgamzatIOn heremafter called the "CONSULTANT" WITNESSETH THAT' WHEREAS, the AGENCY desIres to accomplIsh the above referenced project, and WHEREAS, the AGENCY does not have sufficIent staff to meet the reqmred comrrutment and therefore deems It advIsable and desIrable to engage the assIstance of a CONSULT ANT to provIde the necessary servIces for the PROJECT, and, WHEREAS, the CONSULTANT represents that he/she IS m complIance wIth the Washmgton State Statutes relatmg to professIOnal regIstratIOn, If applIcable, and has signIfied a willmgness to furnIsh Consultmg seIVlces to the AGENCY, NOW THEREFORE, in consideration of the tenus, condition, covenants and performance contained herem, or attached and incorporated and made a part hereof, the parties hereto agree as I GENERAL DESCRIPTION OF WORK The work under this AGREEMENT shall consIst of the above described work and seIVlces as herem defined and necessary to accomplIsh the completed work for thIS PROJECT. The CONSULTANT shall furnIsh all seIVlces, 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 project level of effort for this project IS detailed In ExhibIt "B-I" 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 mdIVIduals shall receIve advance approval by the AGENCY. Necessary contacts and meetmgs wIth agencIes, groups or mdIViduals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordmation, progress and presentatIOn meetings with the AGENCY or such Federal, Community, State, City, or County officials, groups, or indIVIduals as may be requested by the AGENCY. The AGENCY will proVIde the CONSULTANT sufficient notIce prior to meetmgs requmng CONSULTANT participation. The minimum number of hours or days notice reqUIred shall be agreed to between the AGENCY and the CONSULTANT and shown m ExhibIt "B-I" attached hereto and made a part of this AGREEMENT. The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, that will outlme in wntten and graphical form the vanous phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. Goals for Disadvantaged Business Enterprises (DBE) and Women Owned Business Enterpnses (WBE), If requITed, shall be shown m the heading of thIs AGREEMENT. All reports, PS&E materials, and other data, funnshed to the CONSULTANT by the AGENCY shall be returned. All designs, drawmgs, specIfications, documents, and other work products prepared by the CONSULTANT prior to completIon or terminatIon of this AGREEMENT are mstruments of service for thIs PROJECT and are property of the AGENCY. Reuse by the AGENCY or by others acting through or on behalf of the AGENCY of any such instruments of service, not occumng as a part of thIs PROJECT, shall be WIthOUt liabilIty or legal exposure to the CONSULTANT. IV TIME FOR BEGINNING AND COMPLETION The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authonzed m writing by the AGENCY. All work under thIs AGREEMENT shall be completed by the date shown m the heading of this AGREEMENT under completion date. 2 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 pnor supplemental agreement Issued by the AGENCY IS required to extend the establIshed completIon time V PA YMENT The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as proVIded in ExhibIt "C-2" attached hereto, and by thIs reference made part of thIS AGREEMENT. Such payment shall be full compensatIOn for all work performed or servIces rendered and for all labor, matenals, supplies, eqUipment, and mcidentals necessary to complete the work specIfied m SectIOn II, "Scope of Work". The CONSULTANT shall conform wIth the applIcable portIons of 48 CFR 31. VI SUBCONTRACTING The AGENCY permIts subcontracts for those items of work as shown m ExhibIt "G-I" to this AGREEMENT. Compensation for this sub consultant work shall be based on the cost factors shown on ExhibIt "G", attached hereto and by thIs reference made a part of thIS AGREEMENT. The work of the sub consultant shall not exceed ItS maximum amount payable unless a pnor written approval has been issued by the AGENCY. All reimbursable direct labor, overhead, drrect nonsalary costs and fixed fee costs for the sub consultant shall be substantIated m the same manner as outlined ill SectIon V. All subcontracts exceedmg $10,000 m cost shall contain all applicable proVIsions of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any work under thIS AGREEMENT without pnor written permIssion of the AGENCY. No permIssion for subcontractmg shall create, between the AGENCY and subcontractor, any contract or any other relatIOnshIp. VII EMPLOYMENT The CONSULTANT warrants that he/she has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to SOlICIt or secure thIS contract, and that It has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, connmssion, 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 nght 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, connmssion, percentage, brokerage fee, gift or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged ill the performance of any work or servIces requrred of the CONSULTANT, under thIs AGREEMENT, shall be consIdered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that mayor might anse under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a thIrd party as a consequence of any act or omissIOn on the part of the 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. 3 The CONSULTANT shall not engage, on a full or part tIme basIs, or other basIs, dunng the penod of the contract, any professIOnal or technIcal personnel who are, or have been, at any tIme dunng the penod of the contract, m the employ of the Umted States Department of TransportatIOn, the STATE, or the AGENCY, except regularly retIred employees, wIthout wntten consent of the public employer of such person. VIII NONDISCRIMINATION The CONSULTANT agrees not to dIscriminate agamst any chent, employee, or applIcant for employment or for services because of race, creed, color, national origin, marital status, sex, age, or handIcap except for a bona fide occupational qualIfication, with regard to, but not lImIted to the followmg: employment upgradmg, demotIOn or transfer, recruitment or any recruitment advertising, a layoff or termination, rates of payor other forms of compensatIon, selectIOn for trainmg, rendItion of servIces. The CONSULTANT understands and agrees that if it VIolates this provisIOn, thIs AGREEMENT may be terminated by the AGENCY and further that the CONSULTANT shall be,barred from performing any servIces for the AGENCY now or m the future unless a showmg is made satisfactory to the AGENCY that discriminatory practIces have terminated and that recurrence of such actIon is unlikely. Dunng the performance ofthIs AGREEMENT, the CONSULTANT, for Itself, its assignees and successors in interest agrees as follows: A. COMPLIANCE WITH REGULATIONS The CONSULTANT shall comply With the RegulatIOns relatIve to nondlscnmmatIOn in the same manner as in Federally-assIsted programs of the Department of TransportatIon, TItle 49, Code of Federal Regulations, Part 21, as they may be amended from tIme to tIme, (heremafter referred to as the RegulatIOns), which are herein mcorporated by reference and made a part of thIS AGREEMENT. The CONSULTANT shall comply with the American DIsabilitIes Act of 1992, as amended. B. NONDISCRIMINATION The CONSULTANT, with regard to the work performed by it during the AGREEMENT, shall not dIscnminate on the grounds of race, creed, color, sex, age, mantal status, natIOnal origm, or handIcap except for a bona fide occupatIOnal qualIficatIon, in the selectIon and retentIOn of sub consultants, including procurements of materials and leases of eqUIpment. The CONSULTANT shall not participate eIther dIrectly or indIrectly m the dIscnmination prohibIted by SectIOn 21.5 of the RegulatIOns, mcludmg employment practIces when the contract covers a program set forth m Appendix II of the Regulations. C. SOLICITATIONS FOR SUBCONSULTANTS, INCLUDING PROCURE-MENTS OF MATERIALS AND EQUIPMENT In all SolIcItatIOns eIther by competItIve bIddmg or negotIatIon made by the CONSULTANT for work to be performed under a subcontract, mc1udmg procurements of matenals 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 nondIscrimmation on the grounds of race, creed, color, sex, age, mantal status, natIonal ongm, and handicap. D. INFORMATION AND REPORTS 4 The CONSULTANT shall provIde all information and reports reqUired by the RegulatIons, or dIrectIves Issued pursuant thereto, and shall penmt access to its books, records, accounts, other sources of mformatIOn, and Its facilItIes as may be detenmned by the AGENCY to be pertment to ascertam complIance wIth such Regulations or dIrectives. Where any informatIOn required of the CONSULTANT is in the exclusIve posseSSIOn of another who fails or refuses to furnish this mformatIOn the CONSULTANT shall so certIfy to the AGENCY, or the Umted States Department of TransportatIOn as appropnate, and shall set forth what efforts It has made to obtam the informatIOn. E. SANCTIONS FOR NONCOMPLIANCE In the event of the AGENCY's dIscovery of the CONSULTANT's noncomplIance wIth the nondIscrimination proVIsIOns of tlus AGREEMENT, the AGENCY shall impose such sanctIOns as It or the Federal Highway AdminIstratIOn may determme to be appropriate, includmg, but not lImited to: l.Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complIes, and/or 2.CancellatIOn, termination, or suspension of the AGREEMENT, in whole or m part. F INCORPORATION OF PROVISIONS The CONSULTANT shall mclude the proVIsIOns of paragraphs (A) through (G) m every subcontract, including procurements of matenals 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 or the Federal Highway Administration may direct as a means of enforcmg such provisIOns includmg sanctIons for noncompliance; provided, however, that, m the event a CONSULTANT becomes mvolved in, or IS threatened wIth, lItIgatIon with a sub consultant or supplier as a result of such dIrectIon, the CONSULTANT may request the AGENCY to enter into such lItIgatIon to protect the mterests of the AGENCY, and m addItIOn, the CONSULTANT may request the Umted States to enter mto such lItigatIon to protect the interests of the Umted States. G. UNFAIR EMPLOYMENT PRACTICES The CONSULTANT shall comply with RCW 49.60.180 and Executive Order Number E.O. 77-13 of the Governor of the State of Washington, which prohibIts unfair employment practices. IX TERMINATION OF AGREEMENT The right IS reserved by the AGENCY to termmate tlus AGREEMENT at any tIme upon ten days written notice to the CONSULTANT. In the event thIs AGREEMENT IS termmated by the AGENCY other than for default on the part of the CONSULTANT, a fmal payment shall be made to the CONSULTANT, as shown m ExhibIt "F" for the type of AGREEMENT used. No payment shall be made for any work completed after ten days followmg receipt by the CONSULTANT of the NotIce to Terminate. If the accumulated payment made to the CONSULTANT prior to NotIce of TermmatIon exceeds the total amount that would be due computed as set forth herem above, then no final payment shall be due and the CONSULTANT shall llmnediately reImburse the AGENCY for any excess paId. 5 If the servIces of the CONSULTANT are tenmnated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In such an event, the amount to be paId shall be determmed by the AGENCY wIth consIderatIOn glVen to the actual costs mcurred by the CONSULTANT m performmg the work to the date of termmatIOn, the amount of work ongmally reqUIred whIch was satIsfactorily completed to date of termmatIOn, whether that work IS m a form or a type whICh IS usable to the AGENCY at the tIme of termmatIOn; the cost to the AGENCY of employmg 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 termmatIOn. Under no CIrcumstances shall payment made under thIS subsectIOn exceed the amount whIch would have been made usmg the formula set forth m the preVIOUS paragraph. If it is determined for any reason that the CONSULTANT was not m default or that the CONSULTANT's failure to perform is wIthout it or It'S employee's fault or neglIgence, the terminatIOn shall be deemed to be a termmatIon for the convemence of the AGENCY m accordance wIth the proVIsion oftms AGREEMENT. \ In the event of the death of any member, partner, or officer of the CONSULTANT or any of ItS supervisory personnel assIgned to the project, or, dISsolutIOn of the partnership, termination of the corporatIOn, or dIsaffilIatIOn of the pnncIpally involved employee, the SUrvIvmg members of the CONSULTANT hereby agree to complete the work under the terms of thIS AGREEMENT, If requested to do so by the AGENCY. The subsectIOn shall not be a bar to renegotiation of the AGREEMENT between the sUrvIving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties lIsted m the preVIOUS paragraph, should the sUrvIVIng members of the CONSULTANT, wIth the AGENCY's concurrence, desIre to termmate 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 agamst 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 onnSSIon by the CONSULTANT. X CHANGES OF WORK The CONSULTANT shall make such changes and revisIOns m the completed work oftms AGREEMENT as necessary to correct errors appearing therein, when requIred to do so by the AGENCY, wIthout addItIOnal compensatIOn therefor. Should the AGENCY fmd It desIrable for ItS own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULT ANT shall make such revisions as directed by the AGENCY. ThIs work shall be consIdered as Extra Work and will be paid for as herem proVIded under SectIOn XIV. XI DISPUTES Any dIspute concerning questIOns of fact m 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 Engmeer, whose decIsIon m the matter shall be fmal and bmdmg on the partIes to thIS AGREEMENT, provided, however, that If an action IS brought challengmg the DIrector of PublIc Works or AGENCY Engmeer's decision, that decIsIOn shall be subject to de novo JudIcIal reVIew. 6 XII VENUE, APPLICABLE LAW AND PERSONAL JURISDICTION In the event that eIther party deems It necessary to mstItute legal action or proceedmgs to enforce any nght or oblIgatIOn under thIS AGREEMENT, the parties hereto agree that any such action shall be InItiated In the Supenor court of the State of Washington, situated In the AGENCY whIch it is located In. The partIes hereto agree that all questions shall be resolved by applIcatIOn of Washington law and that the partIes to such action shall have the right of appeal from such decisions of the Supenor court m accordance wIth the laws of the State of WashIngton. The CONSULTANT hereby consents to the personal JunsdIctIOn of the Superior court of the State of Washington, situated in King County. XIII LEGAL RELA TIONS AND INSURANCE The CONSULTANT shall comply wIth all Federal, State and local laws and ordinances applIcable to the work to be done under this AGREEMENT. ThIs AGREEMENT shall be Interpreted and construed in accord With the laws of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE, and theIr officers and employees harmless from and shall process and defend at ItS own expense all claIms, demands, or SUItS at law or eqUIty arisIng in whole or In part from the CONSULTANT's neglIgence or breach of any of its obligatIOns under this AGREEMENT; provided that nothIng hereIn shall require a CONSULTANT to Indemnify the AGENCY and the STATE agaInst and hold harmless the AGENCY and the STATE from claims, demands or suits based solely upon the conduct of the AGENCY and the STATE, theIr agents, officers and employees and proVided further that If the clanns or suits are caused by or result from the concurrent neglIgence of (a) the CONSULTANT's agents or employees and (b) the AGENCY and the STATE, their agents, officers and employees, this mdemnIty proVisIon wIth respect to (1) claims or SUItS based upon such neglIgence, (2) the costs to the AGENCY and the STATE of defending such claims and SUItS, etc. shall be valId and enforceable only to the extent of the CONSULTANT's negligence or the neglIgence of the CONSULTANT's agents or employees. NotwIthstandIng anythIng In this agreement, In no event shall eIther Consultant or Agency be lIable to the other for any mdIrect, specIal or consequentIal damages whether arising in contract, tort (includIng negligence), statue, or stnct lIabilIty. The CONSULTANT's relation to the AGENCY shall be at all tImes as an independent contractor The CONSULTANT specIfically assumes potential liability for actions brought by the CONSULTANT's own employees agaInst the AGENCY and solely for the purpose of thIS IndemnificatIon and defense, the CONSULTANT specIfically waIves any immunIty under the state Industnal insurance law, TItle 51 RCW. The CONSULTANT recognIzes that thIS waiver was specIfically entered Into pursuant to the proVisions of RCW 4.24.115 and was the subject of mutual negotIahon. Unless otherwise specIfied in the AGREEMENT, the AGENCY shall be responsible for admInIstratIon of construction contracts, if any, on the project. Subject to the processIng of an acceptable supplemental agreement, the CONSULTANT shall provide on-call assIstance to the AGENCY during contract admInIstratIon. By proViding such assIstance, the CONSULTANT shall assume no responsibilIty for: proper constructIon techniques, job sIte safety, or any construction contractor's failure to perfonn 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 followmg Insurance with companies or through sources approved by the State Insurance Commissioner pursuant to RCW 48. Insurance Coverage A. Worker's compensation and employer's lIability Insurance as reqUIred by the STATE. 7 B. Regular publIc lIabilIty and property damage msurance m an amount not less than a smgle lImit of one millIon and 00/100 Dollars ($1,000,000.00) for bodily mJury, mcludmg death and property damage per occurrence. Exceptmg the Worker's CompensatIon msurance and any professIOnal lIabilIty msurance secured by the CONSULTANT, the AGENCY will be named on all certIficates ofmsurance as an addItIonal msured. The AGENCY reserves the nght to requITe complete, certIfied copies of all required msurance polIcIes at any tIme. All msurance shall be obtamed from an msurance company authonzed or approved to do busmess m the State of WashIngton. The CONSULTANT shall submit a venficatIon of msurance as outlmed above within 14 days of the execution of thIS AGREEMENT to the Agency. No cancellatIOn of the foregoing pohcies shall be effectIve wIthout thIrty (30) days pnor notice to the AGENCY. \ The CONSULTANT's professIOnal liability shall be lumted to the amount payable under thIS AGREEMENT or one millIon dollars, whIchever is the greater unless modIfied by Exhibit H. In no case shall the CONSULTANT's professional liability to third partIes be limited m any way. The AGENCY will pay no progress payments under SectIOn V until the CONSULTANT has fully complied With this sectIOn. ThIs remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to them under other provisIOns of this AGREEMENT, or otherwise m law. XIV EXTRA WORK A. The AGENCY may at any time, by wntten 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 requITed 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 accordmgly. C. The CONSULTANT must sublTIlt Its "request for eqUItable adjustment" (hereafter referred to as claim) under thIs clause WithIn 30 days from the date of receIpt of the wntten order. However, If the AGENCY decIdes that the facts justify it, the AGENCY may receive and act upon a claIm sublTIltted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dIspute under the DIsputes clause. However nothmg m this clause shall excuse the CONSULTANT from proceedmg 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 wntten supplement to this AGREEMENT. XV ENDORSEMENT OF PLANS The CONSULTANT shall place his endorsement on all plans, estimates or any other engineenng data furnIshed by hIm. 8 XVI FEDERAL AND STATE REVIEW The Federal Highway AdmInIstratIOn and the Washmgton State Department of TransportatIOn shall have the nght to partIcipate m the reVIew or examinatIOn of the work m progress. XVII CERTIFICATION OF THE CONSULTANT AND THE AGENCY Attached hereto as ExhibIt "A-I" are the CertIficatIOns of the CONSULTANT and the AGENCY, ExhibIt "A-2" CertIficatIon regardmg debannent, suspensIon, and other responsibility matters, pnmary covered transactions, and ExhibIt "A-3" CertIfication regardmg the restrIctIons of the use of Federal funds for lobbymg, and ExhibIt "A-4" Certificate of Current Cost or Pricmg Data. Exhibits "A-3" and "A-4" are only requITed in AGREEMENTS over $100,000.00. XVIII COMPLETE AGREEMENT This document and referenced attachments contains all covenants, stlpulatIOns, and prOVISIons agreed upon by the partIes. No agent, or representatlve of either party has authonty 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 tenns hereof shall be valId unless reduced to writing and signed by the parties as an amendment to thIS AGREEMENT. 9 XIX EXECUTION AND ACCEPTANCE TIns AGREEMENT may be sImultaneously executed in several counterparts, each of whIch shall be deemed to be an ongmal haVIng identIcal legal effect. The CONSULTANT does hereby ratIfy and adopt all statements, representatIOns, warrantIes, covenants, and agreements contamed m the proposal, and the supportmg matenals submItted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the tenns and condItIOns thereof. IN WITNESS WHEREOF, the partIes hereto have executed this AGREEMENT as of the day and year first above wntten. AGENCY: CITY OF TUKWllA CONSULTANT NAMEC, INC. By: By: Steve Mullet, Mayor Joe BIDe, P.E, Vice PresIdent. TItle APPROVED AS TO FORM ONLY: By: Date: City Attorney 10 EXHIBIT A-2 CERTIFICATION REGARDING DEBAR1VIENT, SUSPENSION, AI~n OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, makmg false statements, or recelvmg 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 1 b. of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Consultant (Firm): Date President Qr Authorized Official of Consultant Signature 11 EXHIBIT A-3 CERTIFICATION REGARDI1~G THE RESTRICTIONS OF THE USE OF FEDERAL FUNDS FOR LOBBYING The prospective participant certifies, by signing and submitting tIns 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 Fonn-LLL, "Disclosure Fonn 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 (Finn) PresidentotAuthorized Official of Consultant Signature Date 12 EXHIBIT A-4 CERTIFICATE OF CURRENT COST OR PRICING DATA This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in Section 15.801 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.804-2) submitted, either actually or by specific identification in writing, to the contracting officer or the contracting officer's representative in support of [project name] are accurate, complete, and current as of [ date]. 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. Finn: Name: Title: Date of Execution: 13 EXHIBIT B SCOPE OF ,YORK For On-Call Construction Management Services Project Title: [project name] INTRODUCTION: The intent of this scope of services is to provide on-call construction management (CM) seIVlces to the CIty of Tukwila dunng each phase of the [project name]. [Consultant Name] hereafter referred to as the Consultant, will provide on an on-call basis to the CIty, technIcal experts m [Survey Control/V erification, Matenal Sampling and Testing, Geotechnical Observation, Analysis, and Reporting, Structural Girder inspection, or???] GENERAL SCOPE OF SERVICES: THE WORK PLAN IS KEYED TO THE THREE PHASES THAT THE CONSULTANT WILL ADDRESS: Phase 1 - Pre-ConstructIOn SeIVlces Phase 2 - ConstructIon Management Services Phase 3 - Post Construction Services Assumptions The following assumptIons apply to this scope of seIVlces: 1. Survey: The Contractors will provide their own surveying needs; the Consultant will establish the project control and will perform Quality Assurance checks on the Contractor's surveying. . 2. Quality Control: The Consultant will perform QualIty Control Testmg as required by the contract documents and the City of Tukwila. 3. Overtime: Non-exempt classification personnel will be paid overtime m accordance with the Umted States Department of Labor (USDOL) reqUIrements. Exempt classIficatIon personnel will be paId overtIme m accordance with USDOL or Corporate PolIcy, wluchever IS applIcable. 4. Project Duration: Work will be accomplished begmning approximately [xxxx] and will be complete [xx] months later. 5. Liability: The Consultant shall not have control or charge of and shall not be responsible for constructIOn means, methods, techniques, procedures, or for safety measures, precautions and programs mcludmg enforcement of Federal and State safety requirements, in connectIon wIth constructIon work performed by the Contractor. PHASE 1: PRE-CONSTRUCTION SERVICES 1.1. A. Constructability Review: The pre-constructIOn seIVlces will begin wIth a constructability reVIew. The Constructabihty RevIew Team will review the most current design documents. 14 A cursory reVIew of the document set will be perfonned by the Team to . IidentIfy possible alternates for constructIOn elements WhICh could produce cost savings or schedule Improvement. The Team will also rRecommend changes m desIgn to enhance qualIty and servIceabilIty and. I IdentIfy and propose changes m specIficatIOn and/or drawmgs to mmmllze ambIguIty and resultmg basis for claim. The Consultant may provIde the following personnel and services to the Team as follows: A. ProvIde constructIOn methods expertise B. Site VIsits to venfy access, constructIOn stagmg and laydown areas, and especIally any aspects of construction that must receIve enVIronmental mItIgatIOn and/or protectIOn. C. Evaluate concurrent constructIOn actIVItIes and IdentIfy possible activIty overlap or congested work areas involving different constructIOn trades. D. Evaluate concurrent construction activities and identify possible activity overlap or congested work areas mvolving different constructIOn trades. \ E. ReVIew specifications and reference documents. Venfy that the rules of succession, nghts and responsibilIties of the parties to the contract are clear and non ambIguous. F. SubmIt constructabilIty review findings to the CM team, wInch will be mcluded m a summary report of findmgs and recommendations. 1.2. Other important preconstruction action items A. Attend Pre construction workshop with the Contractor. B. PartIcipate in Partnering Meetmg (if contractor agrees to meet) Site visits to venfy access, constructIOn staging and laydown areas, and especially any aspects of constructIon that must receive envrronmentalll1ltIgatIOn and/or protectIon. Evaluate concurrent construction activitIes and identify possible actiVIty overlap or congested work areas involving different construction trades. Review specIfications and reference documents. Venfy that the rules of succeSSIOn, nghts and responsibilIties of the parties to the contract are clear and non ambiguous. PHASE 2:CONSTRUCTION SERVICES 2.1 STAFFING: During Construction, the Consultant may proVIde the followmg servIces on an on-call basis A. BridgeGirder Plant Inspections: This work includes review of girder fabrication including QA/QC and will be performed by CONSULTANT staff. B. Construction Inspection and Troubleshooting: This work includes review of all aspects of construction, contractor's procedures, and field troubleshooting and will be performed by CONSULTANT staff. 15 C. Geotechnical Inspection This work includes review of all aspects of construction, contractor's procedures, and field troubleshooting related to geotechnical work. Work associated with excavations, shoring, drainage, and pavement be peiformed by [subconsultant] staff D. Wetlands Mitigation inspection and monitoring reports: This work includes review of all aspects of construction, contractor's procedures, and field troubleshooting related to wetland habitat restoration and will be peiformed by [subconsultant] E. Material Quality Assurance Program: Material testing, field and laboratory services - related to quality assurance of construction materials. The Material Quality Assurance program will include monitoring, testing and documenting construction material properties as required by the specifications. Sampling and testing will be peiformed by technicians with certifications from local and nationally recognized programs Inspectors will oversee the activities of the material technicians, when onsite. [xyz mats lab]. will provide the qualified staff, equipment and laboratory facilities to monitor material compliance with specifications. Specific tests and frequencies assumed are tabulated in their fee proposal which is attached. F. Construction Survey services: Establish and maintain vertical and horizontal control of construction layout The City will coordinate the survey function in concert with the contractor needs. A survey party from [survey dudes], Inc. will be deployed in accordance with contract provisions The crew will be experienced in peiforming survey and staking services in conformance WSDOT requirements. Construction surveying services will include these distinct activities: . Construction Control . Quality Assurance Checks on Contractor Survey . Monumentation and Record of Survey PHASE 3: POST CONSTRUCTION SERVICES Post Construction Services constitute an important fmal effort by the ConstructIOn Management Team. The Consultant may provide on-call servIces to support the following post construction efforts. A. Review of any outstanding matters relating to fmal acceptance of the work B. Recommend construction punch list Items C. FinalIzing project files and as-builts SPECIAL REQUIREMENTS FOR PAYMENT: (FOR FEDERAL AID PROJECTS) Invoices shall be submItted no later than 30 calendar days followmg the close of each four week billmg period. Invoices whIch mclude costs or expenses mcurred during a pnor billmg penod must separately state those costs or expenses. Invoices whIch are, for any reason, except as noted above, received by the AGENCY, more than 30 calendar days past the end of the billmg penod in which the costs of expense IS incurred, will be paid by the AGENCY on a discounted basis according to the followmg schedule: DAYS OVERDUE 1-30 30-60 DISCOUNT FROM INVOICE 5% 10% 16 OVER 60 15% The CONSULTANT shall certIfy on each mVOIce any other dIrect salary charges for work completed or other expenses mcurred that are yet to be mVOIced. The CONSULTANT shall give a detailed statement gIVmg the reason for the required delay in billmg, along wIth an estImate ofthe amount to be billed at a later date. The AGENCY reserves the right to detennme whether the reason for delay m billIng IS reasonable and to levy the dIscount stated above if It IS detenmned that the delay IS not reasonable. TIM E FOR COM P LET ION: xx Months following NotIce to Proceed. EXPECTED MEETINGS OR PRESENTATIONS Preconstruction Meeting: [date] Phase 2 Meetings: As arranged (on-can) assume 1 per month Minimum Notice For Meetings 24 hours for critical, immediate meetIngs. 72 hours for routme meetIngs 7 Days for servIces that win require aIr travel by Consultant's personnel MBE/WBE GOALS Voluntary at this time CONSTRUCTION INSPECTION AND TESTING CRITERIA Work shan be accomplIshed m accordance with the following guidelInes and reference documents: 1. FHW A and WashIngton State Department of TransportatIOn, "Manual on Unifonn Traffic Control Devices for Streets and Highways". 2. Washington State Department of TransportatIOn, "Local Agency GUIdelmes". 3. WashIngton State Department of TransportatIOn, "Materials Branch Laboratory Manual". 4. WashIngton State Department of TransportatIOn, "Construction Manual". 5. Department of Ecology, "Stonnwater Management manual for the Puget Sound Basm". 6. State EnVIronmental PolIcy Act Rules, Chapter 197-11, Washmgton AdmInIstratIOn Code and Tukw.ila Municipal Code. 7. City of Tukwila Infrastructure Design & Construction Standards 8. Standard draWings prepared by the City and furnished to the CONSULTANT 9 Standard specificatIons, procedures and forms utilized by the CIty for PublIc Wark's ConstructIOn projects will be furnished by the CIty. 17 EXHIBIT E BREAKDOWN OF OVERHEAD COST Fiscal 2005 -- Office FRINGE BENEFITS COMPENSATED ABSENSES PAYROLL TAXES PENSION ESOP INSURANCE & OTHER PERFORMANCE AWARDS Total Fringe Benefits GENERAL OVERHEAD INDIRECT SALARIES PROFESSIONAL SVCES TRAVEL REPRODUCTION TELECOMMUNICATION POSTAGE COMPUTER MOVING & STORAGE LIVING ALLOWANCE PROFESSIONAL DEVELOPMENT RENT & UTILITIES EQUIPMENT RENTAL OFFICE SUPPLIES DUES & SUBSCRIPTIONS INSURANCE MISCELLANEOUS TAXES RECRUITMENT TEMPORARY HELP MAINTENANCE & MISC DEPRECIATION NEW BUSINESS OVERHEAD RECOVERED CORPORATE ALLOCATION Total General Overhead Total Overhead Rate 18 Percentage 14.29% 11.14% 1.93% 1.87% 9.34% 2.19% 40.76% 22.50% 8.18% 8.29% 1.64% 3.79% 0.77% 4.58% 1.00% 0.07% 1.53% 13.29% 0.53% 1.33% 0.84% 6.38% 0.85% 0.65% 0.49% 0.94% 160% 1.29% -1.59% 4.21% 83.14% 123.90% ~~ CONSULTANT AGREEMENT FOR CONSTRUCTION MAL~AGEMENT SERVICES TillS AGREE~~j~~~~~red 1.11to b~_~e~ell !~~ CITY of Tukwila, Washington, herein-after referred to as "the CITY", and f .......~... ~ -.~.: ~ hereinafter referred to as "the CONSULTANT", in consideration of the mutual benefits, terms, and conditIOns hereinafter specified. 1. Project Designation. The CONSULTANT is retained by the CITY to perform on-call construction management services in support of the construction of various Projects in the City of Tukwila. 2. Scope of Services. The CONSULTANT agrees to perform the services, identified on Exhibit "A" attached hereto and hereby made apart of the Agreement, including the provision of all labor, materials, equipment and supplies. The specific scope ~f services for each project will part of each Supplement to this Agreement. 3. Time for Performance. The term of this on-call Agreement for constructin management services shall be 730 calendar days from the date of execution. At the option of the CITY, this on call Agreement may be extended for a second 730 calendar day period. Work performed under each supplement to this Agreement shall commence upon the giving of written notice by the CITY to the CONSULTANT to proceed. The CONSULTANT shall perform all services and provide all work products required pursuant to supplements to this Agreement within the time stated on each supplement. Completion of work by the CONSULTANT may extend beyond that date depednding upon the time of performance allowed by the specific project supplement and the supplement authorization date. 4. Payment. The CONSULTANT shall be paid by the CITY for completed work and for 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, equiopment, and incidentals necessary to complete the work. A. Payment for the work accomplished shall be on the basis of CONSULTANT's actual cost plus a net fee. The actual cost includes direct salary cost, overhead, and drrect nonsalary cost. a. The direct salary cost is the salary expense for professional and technical personnel and principals for the time they are productively enganged m work necessary to fulfill the tgerms of this Agreement. The direct salary costs shall be estimated for each supplement based upon rates as set forth in the attached Exhibit "B" and by this reference made a part of this Agreement. b. The overhead costs as identified on ExhibIt "B" are determined as .._~q percent of the direct salar cost as set forth in the attached Exhibit "B" and by this areference made apart of this Agreement. The overhead cost rate isa an estimate based on currently available accounting inforation and shall be used for all progress payments over the period of contractr. The [mal overhead cost rate is subject to adjustment based ona n audit performed by the Agency, the State, or FHW A at the completion of th eproject and said [mal overhead cost rate shall not exceed the audited rate and shall not increase th emaximum amount payable for this Agreement. c. The direct nonsalary costs are those costs directly incurred in fulfilin the terms of this Agreement, including, but not limited to travel, reproduction, telephone, supplies, and fees of outside consultants. The direct nonsalary cost rates are as set forth in the attached Exhibit "B" an d by this reference made a part of this Agreement. Actual project costs will be set forth in each supplement. Billings for any direct nonsalary costs shall be supported by copies of original bills or invoices as requested by the CITY. d. The fixed fee, which represents the CONSULTANT's profit, shall be '---' percent of the direct salary plus overhead. This fee is based on the Scope of Work defined in each supplment to this Agreement and the estimated labor hours required to perfonn the stated Scope of Work. In the event a supplemental agreement is entered into for additional work by the CONSULTANT, the supplemental agreement will include provision for the added costs and an appropreate additional fee. The net fee will be prorated and paid monthly in porpoertion to the percentage of the project completed based upon invoiced amount of direct labor plus overhead and approved by the CITY. Any portion of the net fee not preveiosly paid in the monthly payments shall be included in the fmal payment, subject to the providsion of Section 14 entitled Tennination. B. The CONSULTANT may submit invoices to the CITY once per month durmg the progress of the work for partial payment for that portion of the project completed to date. Such invoices will be checked by the CITY and, upon approval thereof, payment shall be made to the CONSULTANT in the amount approved. C. Final payment of any balance due the CONSULTANT of the total contract price earned will be made promptly upon its ascertainment and verification by the CITY after the completion of the work under this Agreement and its acceptance by the CITY. D. Payment is provided in this section shall be full compensation for work perfonned, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The CONSULTANT's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the CITY and state for a period of three (3) years after fmal payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this Agreement shall be the property of the CITY whether the project for which they are made is executed or not. The CONSULTANT shall be pennitted to retain copies, including reproducible copies, of drawings and specifications for infonnation, reference and use in connection with the CONSULTANT's endeavors. The CONSULTANT shall not be responsible for any use of the said documents, drawings, specifications or other materials by the CITY on any project other than the project specified in this Agreement. 6. Compliance with Laws. The CONSULTANT shall, in perfonning the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this Agreement. 7. Indemnification. The CONSULTANT shall indemnify, defend and hold harmless the CITY, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any act, omission or failure of the CONSULTANT, its officers, agents and employees, in perfonning the work required by this Agreement. With respect to the perfonn-ance of this Agreement and as to claims against the CITY, its officers, agents and employees, the CONSULTANT expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the obligation to indemnify, defend and hold hannless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the CONSULTANT. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resultmg from the sole negligence of the CITY, 2 its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the CITY, its agents or employees, this oblIgation to indemnify, defend and hold hannless is valid and enforceable only to the extent of the negligence of the CONSULTANT, its officers, agents and employees 8. Insurance. The CONSULTANT shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance, with a mimmum coverage of $500,000 per occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/ aggregate for property damage, and professional liability insurance in the amount of $1,000,000. SaId general lIability policy shall name the CITY of Tukwila as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the CITY. Certificates of coverage as required by this section shall be delivered to the CITY within fifteen (15) days of execution of this Agreement. 9. Independent Contractor. The CONSULTANT and the CITY agree that the CONSULTANT is an inde- pendent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the CONSULTANT nor any employee of the CONSULTANT shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Agreement. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the CONSULTANT, or any employee of the CONSULTANT. 10. Covenant Against Contingent Fees. The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the CITY shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consIderation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The CONSULTANT, with regard to the work perfonned by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The CONSULTANT shall not sublet or assign any of the servIces covered by this Agreement without the express written consent of the CITY. 13. Non-Waiver. Waiver by the CITY of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provisiOn. 14. Termination. A. The CITY reserves the right to tenninate this Agreement at any time by giving ten (10) days written notice to the CONSULTANT. B. In the event of the death of a member, partner or officer of the CONSULTANT, or any of its supervisory personnel assigned to the project, the surviving members of the CONSULTANT hereby agree to complete the work under the tenns of this Agreement, if requested to do so by the CITY. 3 This section shall not be a bar to renegotiations of this Agreement between surviving members of the CONSULTANT and the CITY, if the CITY so chooses. 15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to enforce any provision of this Agreement, the prevailing party in such SUIt shall be entItled to recover its costs, including reasonable attorney's fees, incurred in such suit from the losing party. 4 16. Notices. Notices to the CITY of Tukwila shall be sent to the following address. CITY Clerk CITY of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to CONSULTANT shall be sent to the following address: =---=- -c:,-_~-=-",",,~"..,~,-~- -- ==---=--c--=-~.~,,=~-=_="__O-';=___-~_"'C",,,,_~~=-=_-==-=_-'= --0_"- =~~ _,~",~- _ ~_ _. _ ,_ '.~'-'=C;-__-=:=-=?--=_=__""~_~O=~=_=>-=~ ~-~,'_'__."-'_-- _n -- _-- _ ____ -- - -- -_.~--_.--------------------- --.--- ----.-------- . ,~.-=---""-~__~,=_:<=___'_=_,;~_="'_='" =..,=c==-_-;-=-_",,-=-=,--=,-=::_-~ c'=____ -- - - -- .--.- -~---------~---~-----------------~----_. - ._ ,_. _ __ ____... _...--~.______ ".n___ _~__ __~~_ __ ____~_ ______ - _..___._.___". __._~_____.____ "____.._ ".____.u ___ __ . '. "._-- - -- --' ---~-- - ---- -- - ~ .- ~-:;: '?- ~;: --=ft---;~c:~_--.::.'o- _ - .; "--"~;--;:;~_=-L?_~~~~?~4;:=o~"'f"~-~:f,~~": -0_<=,-====- -_ _ -- ~ .: c;::,=.--'_----='-".;:c_3"',,:=o-'~-co._;o;_=-:_~_c_"~=__~~"3_"_"=_~~_-= =--'-~O"':~_._~:::O:= '-, ____~,~_ ~ _ ";,_~~-z-'_~::_O-,~o""_~s--"?~-;:-~~~~,-,,~~O::'==-.-?;:=~,__=:..._=-""'= --= _~""'c-_ ;;.-<C-~,~-=~::- --.-=-,",,,",-;;,~:-c-:", '--~--:; ~:-"':~--7-=1'"~fE;:-;-~~:;::=J;o:,"':~~7--~T,,--:::-p:',~-~ -, --c----; ,.0___' - --- ------ --~~ ~~_~-- ~--- - - - -- --- - - ~ - ~ 17. Integrated Agreement. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. DATED this day of ,20_ CITY OF TUKWILA CONSULTANT By: Steven M. Mullet, Mayor Printed Name: Title: Attest! Authenticated: Approved as to Fonn: Jane E. Cantu, CMC, CITY Clerk Office of the CITY Attorney 5 SAMPLE EXHIBIT A SCOPE OF WORK City of Tukwila Construction Management Services INTRODUCTION The objective of this Agreement is to provide engineering services in support of the construction of various Projects in the City of Tukwila. Work on each project will be authorized by Supplement to this Agreement. This Exhibit A outlines a general scope of work. Specific scopes of work for each project assigned under this Agreement will be a part of each project supplement. B. CONSTRUCTION ADMINISTRATION CRITERIA Project administration will be accomplished and documented in accordance with the latest edition and amendments of the following: 1. Washington State Department of Transportation/American Public Works Association 0NSDOT/APWA), Standard Specifications for Road, Bridge, and Municipal ConstructionWSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 2. Washington State Department of Transportation Construction Manual 3. Washington State Department of Transportation Local Agency Guidelines 4. Washington State Department of Transportation Manual on Uniform Traffic Control Devices for Streets and Highways C. GENERAL SCOPE OF WORK 5. Participate in project meetings as identified by the CITY. 6. Provide the geometric control including construction staking and construction layouts. 7. Provide observation of the construction work in progress and monitor adherence to the contract provisions. 8. Provide observation of the placement of materials 9. Provide measurement and computation of pay items. 10. Provide falsework checking (when applicable) and review of contractor submittals. 11. Provide sampling and testing of materials (field and laboratory). 12. Prepare documents and records to assure the project is constructed in accordance with Federal and State requirements. 13. Provide final records and record drawings Detailed scopes of work for each project will be provided in the appropriate portion of each supplement to this Agreement. D. DOCUMENTS TO BE FURNISHED BY THE CONSULTANT The following documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the CONSULTANT to the CITY upon completion of the various phases of the work: 6 One set of record drawings and one set of appropriate accounts, papers, maps, photographs, or other documentary materials regardless of physical form or characteristics, made or received by the CONSULTANT in connection with the transactions of this contract, as requested during construction and upon completion of the project, as required by the CITY B. ITEMS AND SERVICES TO BE FURNISHED TO THE CONSULTANT BY THE CITY The CITY will furnish the CONSULTANT copies of the plans, specifications, profiles, cross- sections, and other documents available to the CITY that will facilitate the construction administration of the project. A specific list of documents for each project will be included in each supplement. \ 7 EXHIBIT B CONSULTANT FEE DETERMINATION - SUMMARY SHEET COST PLUS FIXED FEE NOTE. The costs for each project, as authorized by Supplement to this Agreement, will be based on the rates listed below. PROJECT: City of Tukwila - Construction Management Services DIRECT SALARY COST (DSC): Estimated Range of Rates* Principal/Project Manager \ Senior Project Manager/Project ManagerfTechnical Manager Senior Project Engineer/Project Engineer Design/Staff Engineer Engineer Resident Manager/Senior Inspector CADD Technician Inspector Design Technician Survey Manager Office Surveyor Surveyor Technical Support Staff Support $54 00 - 68.00 $31 00 - 48 00 $33.00 - 40 00 $25 00 - 42.00 $1800- 3100 $20 00 - 45.00 $1000 - 33.00 $15.00 - 42.00 $15.00 - 36 00 $30 00 - 48 00 $15.00 - 37.00 $1400 - 34 00 $13.00 - 3400 $9 00 - 26 00 , OVERHEAD (OH COST - Including Salary Additives) OH Rage x DSC 165% x DSC FIXED FEE (FF): FF rate x (DSC+OH) 15% x (DSC + OH) DIRECT NON-SALARY COST: Colored mylar plotting @ $3.00/SF BlacklWhite bond plotting @ $.60/SF Plan copying @ $1 OO/sheet In-house copying @ 10/page Word Processor @ $5/hour Mileage @ .31 or current IRS rate Reproduction expenses @ cost Communications @ cost Miscellaneous supplies @ cost Computer expense @ $9/hour Outside consultants @ cost Other as negotiated per supplement "'Upper range escalated by 5% to allow for 2007 adjustments. 8 BREAKDOWN OF OVERHEAD COST Fringe Benefits Percent F I CA........ _._.. ........ ........ .............. .............. ............ ........... ........... .....,....,........... ........ ..11 70 Unemployment Compensation........ ................... ....... ....................................... ............... 2.60 Medical Aid and Industrial Insurance........................................................ ................... 1 00 Employee Retirement.............. ................... ..................... ......................................... 9 00 Employee Bonuses & Incentives,................................._................................. 22.00 Vacation, Holiday and Sick Leave.................................................................. 7.00 Total Fringe Benefits,............ 54.00% General Overhead Total General Overhead 6.30 8.50 4710 3.50 3.90 3.50 2.10 1.00 2.30 21.80 5.60 5.40 111.00 % State Sales, B&O, and Property Taxes Insurance Administration and Time Unassignable Printing, Stationary, and Supplies Professional Services Travel Not Assignable Communication Not Assignable Fees, Dues, Professional Meetings Utilities and Maintenance Rent Office Miscellaneous Depreciation GRAND TOTAL 165.00 % Note: The following accounts were deleted from this overhead rate Bad Debts, Interest, Officer's Life Insurance, Officer Medical, Contributions, and Entertainment. 9 Utilities Committee March 7,2006 Present: Jim Haggerton, Chair; Pam Linder, Verna Griffin Jim Morrow, Frank Iriarte, Bob Giberson, Gail Labanara, Mike Cusick, Chuck Parrish, Todd Heistlman A. Allentown/Foster Point 'Vater and Sewer Improvements Bid Award The low bid came wlthm budget usmg the $5.7 millIon PW Trust Fund loan and $3.3 millIon in revenue bonds to be paid back by the enterprise funds. After-construction is final and costs are fixed, the bonds will be issued. The debt servIce and connection charges have been factored mto the CIP Attachments D, E. and F. An Open House will be scheduled once the contractor's schedule has been set, hopefully in May. The Poverty Hill improvements, at the ba~e ofthe hill, wIll not to be awarded smce the added cost would put the project over budget. The Foster Point sidewalks on one side are within the budget and the Committee would like the sidewalks installed, because this might be the only chance to economically put sidewalks in that area. Jim M would like to take the sIdewalk issue back to the citIzens at the Open House for discussIOn and let the commumty decide which side and the parking restrictions. The CIty does not have a preference, but will check with the Post Office to see If they would prefer one side for the maIlboxes. All of the utility poles have been relocated on both sides of the roads, so either sIde could have a sidewalk at this time. Also need Council direction on connection charges currently establIshed at $15,000, payment plans and interest rates on those payment plans, and ifthe interest rate should include the true cost of the revenue bonds. CommIttee requested infonnation on what the connection charge would be if the cItizens had to pay for it all instead ofcr\~ped at $15,000. Pam L was concerned that if we subsidize tlus neighborhood, then we will have to do ~t citywide and we stIll have 5 unsewered areas. Also requested what other citIes are charging for sewer connectIOns and if they have mandatory sewer hookups upon completion of constructIOn. The committee requests seemg an updated flyer before the Open House. Discussed the Kmg County Metro Capacity Charge and how It currently falls on the new owner. Jim M would like the builders to have to pay the capacity charge up front upon building completIOn, however KC wants the payment plans and the mterest charges. Jim H asked what the lIabilIty would be Ifno one hooked up and if we could pay for it. Attachment E has a conservatIve amount of only 25 hookups a year factored in. We still do not have some people hooked up in Phase I (1997 completion) so the CouncIl may want to consider putting a 1 O-year deadline to hook up to the sewer system for Phase II. Unanimous recommendation to send base bid of $6,982,432 to Reeular meetine for approval and recommend to Council to construct sidewalks on one side of Foster Point. (CO\V cancelled on 3/13/06.) B. 2006-2007 Construction lVlanaeement Services Since we have 20 projects over the next 2 years for over $16 millIon dollars, Bob advertised for consultant management finns. \Ve are now required to advertise and interview consultants due to new federal regulations. The top 5 have been selected for ~ blanket agreements wIth two agreements a piece, one for federally-funded projects (like Southcenter Pkwy) and one for City-funded projects, for a total of 10 agreements. Examples ofthe two blanket agreements wIll be presented to Council on 3/27 for the authorization to have the Mayor sign all 10 agreements. "When contracted for a specific project, a supplement to the base contract will be brought back to CouncIl for approval on the project and costs. Unanimous aereement to send recommendation for construction manaeement contracts to CO\-V and Reeular meeting for approval. C:\Documents and Setlings\Gail\My Documents\WINWORD\UC Minutes 3-07-06.doc Page I or" :2 Tentative Agenda Schedule - MONTH MEETING 1- MEETING 2- MEETING 3 - MEETING 4 - REGULAR. C~O.W. REGULAR C.O.W. c. ,. March 6 13 20 27 See agenda packet cover sheet for this \ week's agenda (March 27, 2006 Committee of the Whole meeting) April 3 10 17 24 2nd - Daylight savings Special Presentation. Special Issues: Recognition of Gerry Council technology time begins Myklebust, Tukwila Police Dept., for 30 years of service to the City Proclamations and Appointments: - Proclamation designating the month of April 2006 as "Records & Information Management month" - Appointment to" * Sister Cities Committee * Planning Commission May 1 8 15 22 29tll - Memorial Day (City offices closed) COMMITTEE OF THE (also 5th Monday- WHOLE MEETING no Council meeting TO BE FOLLOvI,TED BY scheduled) A SPECIAL MEETING Upcoming Meetings & Events MARCH & APRIL 2006 27th (Monday) 28th (Tuesdav) 29th (Wed.) 30th (Thursdav) 31st (Friday) 1st (Saturdav) );- Transportation :;.. Community Highway 99 Cmte, Affairs & Parks Trash Pickup Day 5:00 PM Cmte, 9:00 - I 0:00 A.~! (CR #1) 5 00 PM ~ Court (CR #3) (Resclzedllled from ~ City Council MlIrclz 25th) ,. Committee of the Meet in the parking Whole Mtg., lot of Church by the 7:00 PM Side of the Road (Council I Chambers) \ Daylight saving time begins April 2nd at 2:00 Ai\-!! * 0- 3rd (Mondav) 4th (Tuesday) 5th (Wed.) 6th (Thursday) 7th (Fridav) 8th (Saturday) );- Finance & Safety );0 Chamber of );0 Sister City :;.. Equity & Teen Flashlight Cmte, Commerce Cmte, Diyersity Egg Hunt 5:00 PM Gov't.& 5.30 PM Commission, 7'45 to 8.15 PM (CR #3) Community (CR #3) 5:00 PM (Tukwila Community Affairs Cmte., (Showaller Cenler) 12:00 NOON Middle School )> City Council (Chamber Library) For 6th-8th graders Regular Mtg., Office) only (student ID 7:00 PM required). (Council ~J Chambers) )> ATts Commission REsCHEDULED R Court TO APRIL 20TH Bring S3.00, a bag and a flashlight! > Utilities Cmte, (AIidd(e school-only late night after the Egg 5:00 PM Hunt-until//'OO PM) (CR #1) )> Apartment Managers' Networking Lunch: Periodically as scheduled. Contact Robbie Burns at 206-431-2197 > Arts Commission: 1st Tues., 5:00 PM, Tu1..wila Community Center Contact Kimberly Matej at 206-767-23-12. )> Chamber of Commerce's Tukwila Government and Community Affairs Committee: 1st Tues., 12:00 Noon, Chamber Offices. Contact Nancy Damon at 206-575-1633. );0 City Council Committee of Whole (C.O.W.) Meeting: 2nd & 4th Mon., 7:00 PM, Council Chambers at City Hall. )> City Council Regular Meeting: 1st & 3rd Mon., 7:00 PM, Council Chambers at City Hall. )> Civil Service Commission: 2nd Mon., 5:00 PM, Conf. Room #3 Contact Bev Willison at 206-433-1844 :;.. Community Affairs & Parks Committee: 2nd & 4th Tues., 5:00 PM, Conf. Room #3. Agenda items for 3/28/06 meeting: (A) Clarificalion of Tukwila Municipal Code-public improvemenls. (B) Relocation assistance ordinance. (C) Wireless communication facilities. >COPCAB (Community Oriented Policing Citizens Adv. Board): 4th Wed., 6:30 PM, Conf. Rrn #5. Marja ,"Iurray (206-433-7175). :;.. Crime Hot Spots Task Force: 3rd Wed., 10:00 AM, Conf. Room #5 Contact Marja Murray at 206-433-7175 )> Domestic Violence Task Force: 3rd Thurs., 12:00 Noon, Conf. Room #5. Contact Evie Boyknn or Stacy Hansen at 206-433-7180 :.> Equity & Diversity Commission: 1st Thurs., 5:00 PM, Showalter Middle School Library > Finance & Safety Committee: 1st & 3rd Mon., 5:00 PM, Conf. Room #3 :.> Highway 99 Action Committee: 2nd Tues., 7:00 PM, Tukwila Community Center. Contact Chief Dave Haynes at 206-433-1812. )> Human Services Advisory Brd: 2nd Fri. of even months, 10'00 AM, Human Services Office. Contact Evie Boykan at 206-433-7180. ? Human Services Providers: Quarterly (2006 = 3/17,61\6,91\5, and 12/8), 1 \.30 AM, TCC. Contact Slacy Hansen 01 206-433-711:11 )> Library Advisory Board: 3rd Wed., 7:00 PM, Foster Library Contact Bruce Fletcher at 206-767-2343. ? Lodging Tax Advisory Committee: Every other month (or as scheduled), 12:00 NOON. Contact Katherine Kertzman at 206-575-2489 );0 Parks Commission: 3rd Wed., 5.30 PM, Senior Game Room at Community Center Contact Kimberly Matej at 206-767-2342. ? Planning CommissionlBoard of Architectural Review: 4th Thurs., except 2nd Thursday in Nov & Dec., 7:00 PM, Council Chambers at City Hall. Contact Wynetta Bivens at 206-431-3670. :'>Sister City Committee: 1st Wed., 5.30 PM, Conf. Room #3 Contact Bev Willison at 206-433-1844 :'>Transportation Committee: 2nd & 4th Mon., 5:00 PM, Conf. Room #1 Agenda items for 3/27/06 meeling- (A) Reorganization of Public Works. ? Utilities Committee: 1st & 3rd Tues., 5:00 PM, Conf. Room #1