HomeMy WebLinkAboutTrans 2010-03-01 COMPLETE AGENDA PACKETCity of Tukwila
Transportation Committee
Verna Seal, Chair
Joan Hernandez
De'Sean Quinn
AGENDA
MONDAY, MARCH 1, 2010
Time: 5:00 PM Place: Conference Room #1
I. Current Agenda Review
II. Presentation(s)
III. Business Agenda
A. Transportation Element Update to the
Comprehensive Plan Energy Efficiency Through
Transportation Planning Grant
B. Southcenter Parkway Extension David Evans
Design Supplement No. 9
IV. Old Business
I.
II.
A. Forward to 3/8/10 C.O.W.
and 3/15/10 Regular
B. Forward to 3/8/10 C.O.W.
and 3/15/10 Regular
IV.
Distribution: B. Giberson
V. Seal F. Iriarte
J. Hernandez R. Tischmak
D. Quinn P. Brodin
D. Robertson G. Labanara
Mayor Haggerton C. Knighton
S. Lancaster P. Lau
K. Matej M. Mathia
D. Speck S. Anderson
C. O'Flaherty S. Hunstock
M. Hart J. Pace
S. Norris J. Harrison
S. Kerslake N. Olivas
Reoortimende c A on
Future Agendas:
Next Scheduled Meeting: Monday, March 15, 2010
IS. The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206- 433 -0179 for assistance.
Committee Goal:
Establish a process to provide updates to Council on issues that are brought forward at Council meetings
during citizen comment opportunities.
M. Miotke
C. Parrish
B. Arthur
File Copy
Single side to I
3 Extra Copies
e -mail cover to
B.Saxton, M. Hart,
C. O'Flaherty, K.
Narog, S. Norris
and S. Kirby
Pg. 1
Pg. 39
TO:
FROM:
DATE:
SUBJECT:
ISSUE
BACKGROUND
DISCUSSION
RECOMMENDATION
City of Tukwila
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
Public Works Director
February 23, 2010
Transportation Element Update to the Comprehensive Plan
Project No. 08 -RWO6
Energy Efficiency Through Transportation Planning Grant
Contract with the Department of Commerce for the awarded Energy Efficiency Through
Transportation Planning grant for a portion of the Transportation Element update work.
In October 2009, the City submitted for a grant in the amount of $69,500.00 to develop
Pedestrian and Bicycle Level of Service Standards as part of the update to the Transportation
Element portion of the Comprehensive Plan. Tukwila was one of only 8 jurisdictions in the state
to receive funds. These funds come from the 2009 Federal Economic Stimulus Funds (ARRA).
In order to have the funds available for the city's use, the Department of Commerce and Tukwila
must enter into a contractual agreement. The attached interagency agreement identifies the
city's responsibility for work and milestones as well as the federally required reporting process.
The City Attorney's office has reviewed and approved the contract for signature.
The match for this grant is listed on Attachment B to the contract. The match includes the
$324,209 contract with Fehr and Peers for the transportation model update as well as $39,000
in city salaries and benefits. The total match is $363,209.
The Council is being asked to approve the attached contract for signature (3 copies, in blue ink)
as required by the Department of Commerce and consider this item at the March 8, 2010
Committee of the Whole and the subsequent March 15, 2010 Regular meeting.
Attachment: Department of Commerce Signature Interagency Agreement Number F1052110 -009
Jim Haggerton, Mayor
w: \pw eng \projects \a rw rs projects \08rw06 trans element comp plan \information memo eetp grant contract mayor signature 2-
23-10.doc
department of Commerce
,,pnvation n our nature.
Interagency Agreement with
The City of Tukwila
through
The Washington State Department of Commerce
Energy Policy Division
Purpose ARRA /Energy Efficiency and Conservation Block
Grant (EECBG) /Non Construction
To assess bicycle and pedestrian level of service standards and
incorporate them into development review standards and public
improvement plans
Under the American Recovery and Reinvestment Act
(ARRA) of 2009
Start date: March 1, 2010
This project/contract is funded in whole or in part by funds made
available through the American Recovery and Reinvestment Act. RECOVERY.GOV
Washington State Department of Commerce
www.commerce.wa.gov
ARRA COM Federal Interagency /EECBG Template Non Constr
Last Updated 02/09/2010
TABLE OF CONTENTS
Special Terms and Conditions 1 6
Face Sheet 1
1. Acknowledgement of Federal Funding 2
2. Agreement Management 2
3. Compensation 2
4. Expenses 3
5. Billing Procedures and Payment 3
6. Fiscal Management 4
7. Minority Women Owned Business Enterprise 4
8. Reporting 4
9. Site Visits 5
10. Records Maintenance and Audits 5
11. Insurance 5
12. Publications 6
13. Order of Precedence 6
General Terms and Conditions 1 11
1. Definitions 1
2. All Writings Contained Herein 1
3. Amendments 1
4. Approval 1
5. Assignment 1
6. Audit 1
7. Certification Regarding Debarment, Suspension or Ineligibility or
Ineligibility and Voluntary Exclusion 3
8. Confidentiality /Safeguarding of Information 3
9. Copyright Provisions 4
10. Disputes 5
11. Ethics /Conflicts of Interest 5
12. Governing Law and Venue 5
13. Indemnification 5
14. Independent Capacity of the Contractor 6
15. Laws 6
16. Noncompliance With Nondiscrimination Laws 8
17. Political Activities 8
18. Procurement Standards for Federally Funded Programs 8
19. Recapture 9
20. Records Maintenance 9
21. Savings 9
22. Severability 9
23. Subcontracting 9
24. Survival 10
25. Termination for Cause /Suspension 10
26. Termination for Convenience 10
27. Termination Procedures 10
28. Waiver 11
Attachment A Statement of Work
Attachment B Budget
Attachment C Additional Provisions under the American Recovery and Reinvestment
Act of 2009, Public Law 111 -5, and
Attachment D October 10/7/2009 OMB Memo on ACORN
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010
1. Contractor
City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
3. Contractor Representative
PROGRAM
Cyndy Knighton
Senior Engineer
206 431 -2450
cknightton@ci/tukwila.wa.us
5. Agreement Amount
$69,500 Federal: State: Other: N /A:
9. Federal Funds (as applicable) Federal Agency
$69,500
10. Tax ID 11. SWV 12. UBI 13. DUNS
91- 6001519 179000208 179000208 0102- 075 -04
14. Purpose:
The City of Tukwila will assess bicycle and pedestrian level of service standards and incorporate them into development review
standards and public improvement plans.
COMMERCE, defined as the Department of Commerce, and the Contractor or its successor agency, as defined above, acknowledge
and accept the terms of this Agreement and attachments and have executed this Agreement on the date below to start as of the date
and year referenced above. The rights and obligations of both parties to this Agreement are governed by this Agreement and the
following other documents incorporated by reference: Contractor Terms and Conditions including Attachment "A" Statement of
Work and Task Schedule, Attachment `B" Budget Sheet, Attachment "C" Additional Provisions under the American Recovery
and Reinvestment Act of 2009 and the Energy Efficiency Conservation Block Grant Program (EECBG), and Attachment "D"
10/7/09 OMB Memo on ACORN.
FOR CONTRACTOR
Jim Haggerton, Mayor
Date
Agreement Number: F1052110 -009
Washington State Department of Commerce, Energy Policy Division
City of Tukwila Bicycle LOS standards
Federal USDOE Agreement No. DE- EE0000849
CONTRACT
Gail Labanara
Fiscal Analyst
206.431.3660
glabanara@ci.tukwila.wa.us
6. Funding Source
US Department of Energy
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010
2. Contractor Doing Business As (optional)
Same as Contractor
TEMPLATE APPROVED AS TO FORM
Alice Blado, Assistant Attorney General, 02/10/2010
4. COMMERCE Representatives
PROGRAM CONTRACT
Anne Fritzel Judy Hartman
Senior Planner, Energy Policy Specialist
Growth Management Services PO Box 43173
360.725.3064 Olympia, WA 98504
Anne.Fritzel @commerce.wa.gov 360.325.3115
Judy.HartmanRcommerce.wa.gov
7. Start Date 8. End Date
3/1/2010 4/30/2012
CFDA Number
81.128
FOR COMMERCE
Tony Usibelli, Assistant Director
Date
FACE SHEET
1
SPECIAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
1. ACKNOWLEDGEMENT OF FEDERAL FUNDING
The Contractor agrees that any publications (written, visual, or sound) but excluding press releases,
newsletters, and issue analyses, issued by the Contractor describing programs or projects funded in
whole or in part with federal funds under this Agreement, shall contain the following
acknowledgement and the disclaimer from Section 12 of these Special Terms and Conditions.:
"Acknowledgement: This project is funded in whole or in part by funds made
available through the American Recovery and Reinvestment Act (ARRA). This
funding was awarded by the US Department of Energy through the Energy Policy
Division of the Washington State Department of Commerce under Energy Efficiency
and Conservation Block Grant No.DE- EE0000849."
COMMERCE, as a recipient of American Recovery and Reinvestment Act (hereinafter "Act funds, is
legally obligated to meet accountability and reporting requirements under the Act. The state of
Washington or the federal funding source may also identify additional requirements or other changes
in requirements. Such requirements may be in statute, regulation, policy, or procedure. COMMERCE
is responsible for incorporating these requirements into the performance of this Agreement. Although
all requirements have not yet been identified, please expect additional reporting requirements, to
include, but not limited to, performance outcomes such as created or retained jobs.
2. AGREEMENT MANAGEMENT
The Contract Representative for each of the parties shall be responsible for and shall be the contact
person for all communications and billings regarding the performance of this Agreement.
The Contract Representative for COMMERCE and their contact information is identified on the
Face Sheet of this Agreement.
The Contract Representative for the Contractor and their contact information is identified on the
Face Sheet of this Agreement.
3. COMPENSATION
COMMERCE shall pay an amount not to exceed $69,500 for the performance of all things necessary
for or incidental to the performance of work as set forth in the Scope of Work. Contractor's
compensation for services rendered shall be based on the following rates or in accordance with
Attachment B Budget.
COMMERCE and Contractor may adjust amounts in the budget categories by 10% or less without a
formal contract amendment by written mutual agreement by both parties. Written approval shall be
through the following method: 1) Written request to COMMERCE from the Contractor by email of the
proposed variation, 2) Review of the request by Commerce, and 3) Written determination
(approval /rejection) by the COMMERCE Contract Representative to the Contractor.
The federal Office of Management and Budget has issued a 10/7/09 Memorandum restricting any
"obligation or award" to the Association of Community Organizations for Reform Now (ACORN), or
any of its affiliates, subsidiaries, or allied organizations. A copy of this Memorandum is marked as
Attachment D and is both incorporated by reference and attached to this agreement. This
Memorandum requires that no federal funding be awarded through this contract or through any sub
grants, subcontracts, or other sub recipient arrangements.
List detail of compensation to be paid, e.g., hourly rates, number of hours per task, unit prices, cost
per task, cost per deliverable, etc. or reference documents that specify Contractor's compensation
and payment, e.g., Contractor's compensation for services rendered shall be based on the schedule
set forth in Attachment A Statement of Work and Attachment B Budget.
This project /contract is funded in whole or in part by funds made available through the American
Recovery and Reinvestment Act (ARRA) and State Recovery Act reporting requirements apply.
ARRA COM Federal Interagency /EECBG Template Non Construction 2
Last Updated 02/09/2010
ARRA/EECGB Federal Funding requires USDOE approval of subcontracts and their supported
activities. No funds shall be expended on this contract or subcontract activity until Commerce notifies
Contractor of receipt of approval from DOE. Commerce does not guarantee or assume any obligation
to reimburse costs incurred by the recipient or subcontractor for these activities until approval is
provided in writing by Commerce. Upon written approval of Contractor by Commerce, Contractor may
receive reimbursement for allowable costs incurred in accordance with the payment provisions
contained in this agreement.
4. EXPENSES If allowed
Contractor shall receive reimbursement for travel and other expenses as identified below or as
authorized in advance by COMMERCE as reimbursable. The maximum amount to be paid to the
Contractor for authorized expenses shall not exceed the line item amount specified in Attachment B
budget, which amount is included in the Agreement total above.
Such expenses may include airfare (economy or coach class only), other transportation expenses,
and lodging and subsistence necessary during periods of required travel. Contractor shall receive
compensation for travel expenses at current state travel reimbursement rates.
5. BILLING PROCEDURES AND PAYMENT
SPECIAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
COMMERCE will pay Contractor upon acceptance of services provided and receipt of properly
completed invoices, which shall be submitted to the Contract Representative for COMMERCE no
more than monthly.
The invoices shall describe and document, to COMMERCE's satisfaction, a description of the work
performed, the progress of the project, and fees. The invoice shall include the Agreement reference
number F1052110 -009.
If expenses are invoiced, provide a detailed breakdown of each type. A receipt must accompany any
single expenses in the amount of $50.00 or more in order to receive reimbursement.
Payment shall be considered timely if made by COMMERCE within thirty (30) calendar days after
receipt of properly completed invoices. Payment shall be sent to the address designated by the
Contractor.
COMMERCE may, in its sole discretion, terminate the Agreement or withhold payments claimed by
the Contractor for services rendered if the Contractor fails to satisfactorily comply with any term or
condition of this Agreement.
No payments in advance or in anticipation of services or supplies to be provided under this
Agreement shall be made by COMMERCE.
Duplication of Billed Costs
The Contractor shall not bill COMMERCE for services performed under this Agreement, and
COMMERCE shall not pay the Contractor, if the Contractor is entitled to payment or has been or will
be paid by any other source, including grants, for that service.
Disallowed Costs
The Contractor is responsible for any audit exceptions or disallowed costs incurred by its own
organization or that of its subcontractors.
Match /Final Retainaae [Pick One as Applicablel
COMMERCE shall withhold 10 percent from each payment until Commerce has accepted the final
report (or completion of the project, etc.) deliverable AND valid documentation to demonstrate that
Match as indicated in Attachment B Budget has been applied to the project.
OR
Valid documentation for Match as required in the original proposal of $424,000 has been submitted to
and accepted by Commerce; therefore, the Match requirement has been met.
ARRA COM Federal Interagency /EECBG Template Non Construction 3
Last Updated 02/09/2010
6. FISCAL MANAGEMENT
SPECIAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
Contractor shall have a budgeting, accounting, and reporting system that meet the standards of WA
State Chapter 43.88 RCW Fiscal Management and USDOE CFR Title 10 Part 600 Financial
Assistance Rules demonstrating good internal control policies, procedures and practices.
Recipients must segregate the obligations and expenditures related to funding under the Recovery
Act. Financial and accounting systems should be revised as necessary to segregate, track and
maintain these funds apart and separate from other revenue streams. No part of the funds from the
Recovery Act shall be commingled with any other funds or used for a purpose other than that of
making payments for costs allowable for Recovery Act projects.
7. MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE
Contractor is encouraged to consider Minority and Women Business Enterprises (M/WBE) when
posting bids /solicitations for competitive awards and at a minimum and if available, at least one
W /MBE should be considered.
To post a solicitation at the WA State Office of Minority and Women Owned Business Enterprise
(OMWBE), contact Jean Wheat at jwheat @omwbe.wa.gov and copy cynthiac @omwbe.wa.gov. or
call 360- 704 -1181.
The Office of Minority and Women Owned Business Enterprise also maintains a Directory of OMWBE
certified firms http: /www.omwbe.wa.gov /opportunities /index.shtml
8. REPORTING
All sub recipients and their partners, contractors and /or vendors are responsible for reporting
pursuant to Section 1512 of the American Recovery and Reinvestment Act of 2009. Commerce, as a
prime recipient of Recovery Act funds, must comply with the Recovery Act's extensive reporting
requirements, including quarterly financial and programmatic reporting. Commerce will require
quarterly reports from its Sub recipients in order to fulfill its obligation. The Sub recipient receiving
Recovery Act funds may expect that a standard form(s) and /or reporting mechanism will be made
available to help streamline the process. The Sub recipient agrees to provide to Commerce all
reports, documentation, or other information, as may be required to meet reporting obligations under
the Recovery Act. The Sub recipient's receipt of funds is contingent on meeting the Section 1512
reporting requirements.
Additional instructions and guidance regarding the required reporting will be provided as they become
available. For planning purposes, however, Sub recipients receiving Recovery Act funds should be
aware of the current Recovery Act section 1512(c) requirements.
Sub recipient Reports: Not later than five days after the end of each calendar quarter (January 5,
April 5, July 5, and October 5, etc., throughout the contract period), each sub recipient that received
recovery funds from a Federal agency shall submit a report to Commerce via email that contains:
Financial data
Sub recipient (and if applicable, vendor) FTEs: jobs created or retained reported as single
number; jobs directly funded by Recovery Act
Project activity milestones (based on sub recipient scope of work)
Energy savings on a per dollar invested basis
Energy saved (kwh, therms, gallons, BTUs, etc.)
Renewable energy capacity installed
Greenhouse gas emissions reduced
Funds leveraged
Data related to vendors paid more than $25,000 in a single purchase
Key metrics that will vary by project type per DOE guidance
For questions contact Meg O'Leary at (360) 725 -3121
ARRA COM Federal Interagency /EECBG Template Non Construction 4
Last Updated 02/09/2010
9. SITE VISITS
COMMERCE and DOE's authorized representatives have the right to make site visits at reasonable
times to review project accomplishments and management control systems and to provide technical
assistance, if required. Grantee must provide, and must require its sub awardees to provide
reasonable access to facilities, office space, resources, and safety and convenience of the
government representatives in the performance of their duties.
All site visits and evaluations must be performed in a manner that does not unduly interfere with or
delay the work.
10. RECORDS MAINTENANCE and AUDITS
SPECIAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
The parties to this contract shall each maintain books, records, documents and other evidence, which
sufficiently and properly reflect all direct and indirect costs expended by either party in the
performance of the services described herein. These records shall be subject to inspection,
reasonable access to review, or audit by personnel of both parties, other personnel duly authorized
by either party, the Office of the State Auditor, and federal officials so authorized by law. All books,
records, documents, and other material relevant to this Agreement must be retained for six years
after termination of this Agreement and the Office of the State Auditor, federal auditors, and any
persons duly authorized by the parties shall have full access to and the right to examine any of these
materials.
11. INSURANCE
The Contractor shall provide insurance coverage as set out in this section. The intent of the required
insurance is to protect COMMERCE should there be any claims, suits, actions, costs, damages or
expenses arising from any loss, or negligent or intentional act or omission of the Contractor or
Subcontractor, or agents of either, while performing under the terms of this Agreement.
The insurance required shall be issued by an insurance company authorized to do business within
the state of Washington. Except for Professional Liability or Errors and Omissions Insurance, the
insurance shall name the state of Washington, its agents, officers, and employees as additional
insureds under the insurance policy. All policies shall be primary to any other valid and collectable
insurance. The Contractor shall instruct the insurers to give COMMERCE thirty (30) calendar days
advance notice of any insurance cancellation, non renewal or modification.
The Contractor shall submit to COMMERCE within fifteen (15) calendar days of the Agreement start
date, a certificate of insurance which outlines the coverage and limits defined in this insurance
section. During the term of the Agreement, the Contractor shall submit renewal certificates not less
than thirty (30) calendar days prior to expiration of each policy required under this section.
The Contractor shall provide insurance coverage that shall be maintained in full force and effect
during the term of this Agreement, as follows:
Commercial General Liability Insurance Policy. Provide a Commercial General Liability
Insurance Policy, including contractual liability, written on an occurrence basis, in adequate
quantity to protect against legal liability arising out of Agreement activity but no less than
$1,000,000 per occurrence. Additionally, the Contractor is responsible for ensuring that any
Subcontractors provide adequate insurance coverage for the activities arising out of subcontracts.
Automobile Liability. In the event that performance pursuant to this Agreement involves the use
of vehicles, owned or operated by the Contractor or its Subcontractor, automobile liability
insurance shall be required. The minimum limit for automobile liability is $1,000,000 per
occurrence, using a Combined Single Limit for bodily injury and property damage.
Professional Liability, Errors and Omissions Insurance. The Contractor shall maintain
Professional Liability or Errors and Omissions Insurance. The Contractor shall maintain minimum
limits of no less than $1,000,000 per occurrence to cover all activities by the Contractor and
ARRA COM Federal Interagency /EECBG Template Non Construction 5
Last Updated 02/09/2010
SPECIAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
licensed staff employed or under contract to the Contractor. The state of Washington, its agents,
officers, and employees need not be named as additional insureds under this policy.
Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf
of the Contractor for the purpose of receiving or depositing funds into program accounts or
issuing financial documents, checks, or other instruments of payment for program costs shall be
insured to provide protection against loss:
A. The amount of fidelity coverage secured pursuant to this Agreement shall be $100,000 or the
highest of planned reimbursement for the Agreement period, whichever is lowest. Fidelity
insurance secured pursuant to this paragraph shall name COMMERCE as beneficiary.
B. Subcontractors that receive $10,000 or more per year in funding through this Agreement shall
secure fidelity insurance as noted above. Fidelity insurance secured by Subcontractors
pursuant to this paragraph shall name the Contractor as beneficiary.
C. The Contractor shall provide, at COMMERCE's request, copies of insurance instruments or
certifications from the insurance issuing agency. The copies or certifications shall show the
insurance coverage, the designated beneficiary, who is covered, the amounts, the period of
coverage, and that COMMERCE will be provided thirty (30) days advance written notice of
cancellation.
Additional Provisions:
The above insurance policy shall include the following provisions:
1. Additional Insured. The state of Washington, COMMERCE, its elected and appointed officials,
agents and employees shall be named as an additional insured on all general liability, excess,
umbrella and property insurance policies. All insurance provided in compliance with this
Agreement shall be primary as to any other insurance or self- insurance programs afforded to or
maintained by the State.
2. Identification. The policy must reference COMMERCE's Agreement number and the State
agency name.
3. Insurance Carrier Rating. All insurance and bonds should be issued by companies admitted to
do business within the state of Washington and have a rating of A Class VII or better in the most
recently published edition of Best's Reports. Any exception shall be reviewed and approved by
COMMERCE's Risk Manager, or the Risk Manager for the state of Washington, before the
Agreement is accepted or work may begin. If an insurer is not admitted, all insurance policies
and procedures for issuing the insurance policies must comply with Chapter 48.15 RCW and 284-
15 WAC.
4. Excess Coverage. By requiring insurance herein, COMMERCE does not represent that coverage
and limits will be adequate to protect Contractor and such coverage and limits shall not limit
Contractor's liability under the indemnities and reimbursements granted to COMMERCE in this
Agreement.
Local Government Contractors that Participate in a Self Insurance Program
Self- Insured /Liability Pool or Self- Insured Risk Management Program With prior approval from
COMMERCE, the Contractor may provide the coverage above under a self- insured /liability pool or
self- insured risk management program. In order to obtain permission from COMMERCE, the
Contractor shall provide: (1) a description of its self- insurance program, and (2) a certificate and /or
letter of coverage that outlines coverage limits and deductibles. All self- insured risk management
programs or self- insured /liability pool financial reports must comply with Generally Accepted
Accounting Principles (GAAP) and adhere to accounting standards promulgated by: 1) Governmental
Accounting Standards Board (GASB), 2) Financial Accounting Standards Board (FASB), and 3) the
Washington State Auditor's annual instructions for financial reporting. Contractor's participating in
joint risk pools shall maintain sufficient documentation to support the aggregate claim liability
information reported on the balance sheet. The state of Washington, its agents, and employees need
ARRA COM Federal Interagency /EECBG Template Non Construction 6
Last Updated 02/09/2010
SPECIAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
not be named as additional insured under a self- insured property /liability pool, if the pool is prohibited
from naming third parties as additional insured.
Contractor shall provide annually to COMMERCE a summary of coverages and a letter of self
insurance, evidencing continued coverage under Contractor's self- insured /liability pool or self- insured
risk management program. Such annual summary of coverage and letter of self insurance will be
provided on the anniversary of the start date of this Agreement.
12. PUBLICATIONS
a. Contactor is encouraged to publish or otherwise make publicly available the results of the work
conducted under the award.
b. The Contractor agrees that any publications (written, visual, or sound) but excluding press
releases, newsletters, and issue analyses, issued by the Contractor describing programs or projects
funded in whole or in part with federal funds under this Agreement, shall contain the acknowledgment
of federal funding from Section 1 of these Special Terms and Conditions and the following disclaimer.
Disclaimer: "This report was prepared as an account of work sponsored by an agency
of the United States Government. Neither the United States Government nor any
agency thereof, nor any of their employees, makes any warranty, express or implied, or
assumes any legal liability or responsibility for the accuracy, completeness, or
usefulness of any information, apparatus, product, or process disclosed, or represents
that its use would not infringe privately owned rights. Reference herein to any specific
commercial product, process, or service by trade name, trademark, manufacturer, or
otherwise does not necessarily constitute or imply its endorsement, recommendation,
or favoring by the United States Government or any agency thereof. The views and
opinions of authors expressed herein do not necessarily state or reflect those of the
United States Government or any agency thereof."
13. ORDER OF PRECEDENCE
In the event of an inconsistency in this Agreement, the inconsistency shall be resolved by giving
precedence in the following order:
Applicable federal and state of Washington statutes and regulations
Special Terms and Conditions
General Terms and Conditions
Attachment C Additional Provisions under the American Recovery and Reinvestment Act of
2009, Public Law 111 -5, and the Energy Efficiency Conservation Block Grant Program
(EECBG)
Attachment A Statement of Work
Attachment B Budget
Attachment D October 10/7, 2009 OMB /09 Memo on ACORN
ARRA COM Federal Interagency /EECBG Template Non Construction 7
Last Updated 02/09/2010
1. DEFINITIONS
As used throughout this Agreement, the following terms shall have the meaning set forth below:
A. "Authorized Representative" shall mean the Director and /or the designee authorized in writing to
act on the Director's behalf.
B. "Contractor" shall mean the entity identified on the face sheet performing service(s) under this
Agreement, and shall include all employees and agents of the Contractor.
C. "COMMERCE" shall mean the Department of Commerce.
D. "Personal Information" shall mean information identifiable to any person, including, but not limited
to, information that relates to a person's name, health, finances, education, business, use or
receipt of governmental services or other activities, addresses, telephone numbers, social
security numbers, driver license numbers, other identifying numbers, and any financial identifiers.
E. "State" shall mean the state of Washington.
F. "Subcontractor" shall mean one not in the employment of the Contractor, who is performing all or
part of those services under this Agreement under a separate contract with the Contractor. The
terms "subcontractor" and "subcontractors" mean subcontractor(s) in any tier.
2. ALL WRITINGS CONTAINED HEREIN
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
This Agreement contains all the terms and conditions agreed upon by the parties. No other
understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to
exist or to bind any of the parties hereto.
3. AMENDMENTS
This Agreement may be amended by mutual agreement of the parties. Such amendments shall not
be binding unless they are in writing and signed by personnel authorized to bind each of the parties.
4. APPROVAL
This Contract shall be subject to the written approval of COMMERCE's Authorized Representative
and shall not be binding until so approved. The Contract may be altered, amended, or waived only by
a written amendment executed by both parties.
5. ASSIGNMENT
Neither this Agreement, nor any claim arising under this Agreement, shall be transferred or assigned
by the Contractor without prior written consent of COMMERCE.
6. AUDIT
A. General Requirements
Contractors are to procure audit services based on the following guidelines.
The Contractor shall maintain its records and accounts so as to facilitate the audit requirement
and shall ensure that Subcontractors also maintain auditable records.
The Contractor is responsible for any audit exceptions incurred by its own organization or that of
its Subcontractors.
COMMERCE reserves the right to recover from the Contractor all disallowed costs resulting from
the audit.
ARRA COM Federal lnteragency/EECBG Template Non Construction
Last Updated 02/09/2010 1
C. Documentation Reauirements
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
As applicable, Contractors required to have an audit must ensure the audits are performed in
accordance with Generally Accepted Auditing Standards (GAAS); Government Auditing
Standards (the Revised Yellow Book) developed by the Comptroller General.
Responses to any unresolved management findings and disallowed or questioned costs shall be
included with the audit report. The Contractor must respond to COMMERCE requests for
information or corrective action concerning audit issues within thirty (30) days of the date of
request.
B. Federal Funds Requirements OMB Circular A -133 Audits of States. Local Governments
and Non Profit Oraanizations
Contractors expending $500,000 or more in a fiscal year in federal funds from all sources, direct
and indirect, are required to have an audit conducted in accordance with Office of Management
and Budget (OMB) Revised Circular A -133 "Audits of States, Local Governments, and Non Profit
Organizations." Revised OMB A -133 requires the Contractor to provide the auditor with a
schedule of Federal Expenditure for the fiscal year(s) being audited. The Schedule of State
Financial Assistance must be included. Both schedules include:
Grantor agency name
Federal agency
Federal program name
Other identifying agreement numbers
Catalog of Federal Domestic Assistance (CFDA) number
Grantor agreement number
Total award amount including amendments (total grant award)
Beginning balance
Current year revenues
Current year expenditures
Ending balance
Program total
If the Contractor is a state or local government entity, the Office of the State Auditor shall conduct
the audit. Audits of non profit organizations are to be conducted by a certified public accountant
selected by the Contractor in accordance with OMB Circular A -110 "Uniform Administrative
Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and
Other Non Profit Organizations."
The Contractor shall include the above audit requirements in any subcontracts.
In any case, the Contractor's financial records must be available for review by COMMERCE.
The Contractor must send a copy of any required audit Reporting Package as described in OMB
Circular A -133, Part C, Section 320(c) no later than nine (9) months after the end of the
Contractor's fiscal year(s) to:
Department of Commerce
ATTN: Audit Review and Resolution Office
906 Columbia Street SW, Fifth Floor
PO Box 48300
Olympia WA 98504 -8300
In addition to sending a copy of the audit, when applicable, the Contractor must include:
Corrective action plan for audit findings within three (3) months of the audit being
received by COMMERCE.
Copy of the Management Letter.
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 2
LOWER TIER COVERED TRANSACTIONS
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
7. CERTIFICATION REGARDING DEBARMENT. SUSPENSION OR INELIGIBILITY AND
VOLUNTARY EXCLUSION— PRIMARY AND LOWER TIER COVERED TRANSACTIONS
A. Contractor, defined as the primary participant and it principals, certifies by signing these
General Terms and Conditions that to the best of its knowledge and belief that they:
1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal department or agency.
2. Have not within a three -year period preceding this Agreement, been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public or private agreement
or transaction, violation of Federal or State antitrust statutes or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false statements, tax
evasion, receiving stolen property, making false claims, or obstruction of justice;
3. 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 section; and
4. Have not within a three -year period preceding the signing of this Agreement had one or more
public transactions (Federal, State, or local) terminated for cause of default.
B. Where the Contractor is unable to certify to any of the statements in this Agreement, the
Contractor shall attach an explanation to this Agreement.
C. The Contractor agrees by signing this Agreement that it shall not knowingly enter into any lower
tier covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized by
COMMERCE.
D. The Contractor further agrees by signing this Agreement that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier
Covered Transaction," as follows, without modification, in all lower tier covered transactions and
in all solicitations for lower tier covered transactions:
a) The lower tier contractor certifies, by signing this Agreement that neither it nor its principals is
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation in this transaction by any Federal department or agency.
b) Where the lower tier contractor is unable to certify to any of the statements in this Agreement,
such contractor shall attach an explanation to this Agreement.
E. The terms covered transaction, debarred, suspended, ineligible, lower tier covered
transaction, person, primary covered transaction, principal, and voluntarily excluded, as
used in this section, have the meanings set out in the Definitions and Coverage sections of the
rules implementing Executive Order 12549. You may contact COMMERCE for assistance in
obtaining a copy of these regulations.
F. Grantees should review the Excluded Parties List System (htto: /ww.eols.aov) before determining
if a prospective contractor is considered responsible.
8. CONFIDENTIALITY /SAFEGUARDING OF INFORMATION
A. "Confidential Information" as used in this section includes:
1. All material provided to the Contractor by COMMERCE that is designated as "confidential"
by COMMERCE;
2. All material produced by the Contractor that is designated as "confidential" by COMMERCE;
and
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 3
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
3. All Personal Information in the possession of the Contractor that may not be disclosed under
state or federal law. "Personal Information" includes but is not limited to information related to
a person's name, health, finances, education, business, use of government services,
addresses, telephone numbers, social security number, driver's license number and other
identifying numbers, and "Protected Health Information" under the federal Health Insurance
Portability and Accountability Act of 1996 (HIPAA).
B. The Contractor shall comply with all state and federal laws related to the use, sharing, transfer,
sale, or disclosure of Confidential Information. The Contractor shall use Confidential Information
solely for the purposes of this Agreement and shall not use, share, transfer, sell or disclose any
Confidential Information to any third party except with the prior written consent of COMMERCE or
as may be required by law. The Contractor shall take all necessary steps to assure that
Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or
disclosure of Confidential Information or violation of any state or federal laws related thereto.
Upon request, the Contractor shall provide COMMERCE with its policies and procedures on
confidentiality. COMMERCE may require changes to such policies and procedures as they apply
to this Agreement whenever COMMERCE reasonably determines that changes are necessary to
prevent unauthorized disclosures. The Contractor shall make the changes within the time period
specified by COMMERCE. Upon request, the Contractor shall immediately return to
COMMERCE any Confidential Information that COMMERCE reasonably determines has not
been adequately protected by the Contractor against unauthorized disclosure.
C. Unauthorized Use or Disclosure. The Contractor shall notify COMMERCE within five (5) working
days of any unauthorized use or disclosure of any confidential information, and shall take
necessary steps to mitigate the harmful effects of such use or disclosure.
9. COPYRIGHT PROVISIONS
Unless otherwise provided, all Materials produced under this Agreement shall be considered "works
for hire" as defined by the U.S. Copyright Act and shall be owned by COMMERCE. COMMERCE
shall be considered the author of such Materials. In the event the Materials are not considered
"works for hire" under the U.S. Copyright laws, the Contractor hereby irrevocably assigns all right,
title, and interest in all Materials, including all intellectual property rights, moral rights, and rights of
publicity to COMMERCE effective from the moment of creation of such Materials.
"Materials" means all items in any format and includes, but is not limited to, data, reports, documents,
pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes,
and /or sound reproductions. "Ownership" includes the right to copyright, patent, register and the
ability to transfer these rights.
For Materials that are delivered under the Agreement, but that incorporate pre- existing materials not
produced under the Agreement, the Contractor hereby grants to COMMERCE a nonexclusive,
royalty -free, irrevocable license (with rights to sublicense to others) in such Materials to translate,
reproduce, distribute, prepare derivative works, publicly perform, and publicly display. The Contractor
warrants and represents that the Contractor has all rights and permissions, including intellectual
property rights, moral rights and rights of publicity, necessary to grant such a license to COMMERCE.
The Contractor shall exert all reasonable effort to advise COMMERCE, at the time of delivery of
Materials furnished under this Agreement, of all known or potential invasions of privacy contained
therein and of any portion of such document which was not produced in the performance of this
Agreement. The Contractor shall provide COMMERCE with prompt written notice of each notice or
claim of infringement received by the Contractor with respect to any Materials delivered under this
Agreement. COMMERCE shall have the right to modify or remove any restrictive markings placed
upon the Materials by the Contractor.
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 4
10. DISPUTES
Except as otherwise provided in this Agreement, when a dispute arises between the parties and it
cannot be resolved by direct negotiation, either party may request a dispute hearing with the Director
of COMMERCE, who may designate a neutral person to decide the dispute.
The request for a dispute hearing must:
be in writing;
state the disputed issues;
state the relative positions of the parties;
state the Contractor's name, address, and Agreement number; and
be mailed to the Director and the other party's (respondent's) Agreement Representative
within three (3) working days after the parties agree that they cannot resolve the dispute.
The respondent shall send a written answer to the requestor's statement to both the Director or the
Director's designee and the requestor within five (5) working days.
The Director or designee shall review the written statements and reply in writing to both parties within
ten (10) working days. The Director or designee may extend this period if necessary by notifying the
parties.
The decision shall not be admissible in any succeeding judicial or quasi judicial proceeding.
The parties agree that this dispute process shall precede any action in a judicial or quasi judicial
tribunal.
Nothing in this Agreement shall be construed to limit the parties' choice of a mutually acceptable
alternate dispute resolution (ADR) method in addition to the dispute hearing procedure outlined
above.
11. ETHICS /CONFLICTS OF INTEREST
In performing under this Agreement, the Contractor shall assure compliance with the Ethics in Public
Service Act (Chapter 42.52 RCW) and any other applicable state or federal law related to ethics or
conflicts of interest.
12. GOVERNING LAW AND VENUE
13. INDEMNIFICATION
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
This Agreement shall be construed and interpreted in accordance with the laws of the state of
Washington, and the venue of any action brought hereunder shall be in the Superior Court for
Thurston County.
To the fullest extent permitted by law, the Contractor shall indemnify, defend, and hold harmless the
state of Washington, COMMERCE, all other agencies of the state and all officers, agents and
employees of the state, from and against all claims or damages for injuries to persons or property or
death arising out of or incident to the Contractor's performance or failure to perform the Contract.
The Contractor's obligation to indemnify, defend, and hold harmless includes any claim by the
Contractor's agents, employees, representatives, or any Subcontractor or its agents, employees, or
representatives.
The Contractor's obligation to indemnify, defend, and hold harmless shall not be eliminated by any
actual or alleged concurrent negligence of the state or its agents, agencies, employees and officers.
Subcontracts shall include a comprehensive indemnification clause holding harmless the Contractor,
COMMERCE, the state of Washington, its officers, employees and authorized agents.
The Contractor waives its immunity under Title 51 RCW to the extent it is required to indemnify,
defend and hold harmless the state and its agencies, officers, agents or employees.
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 5
14. INDEPENDENT CAPACITY OF THE CONTRACTOR
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
The parties intend that an independent contractor relationship will be created by this Contract. The
Contractor and its employees or agents performing under this Agreement are not employees or
agents of the state of Washington or COMMERCE. The Contractor will not hold itself out as or claim
to be an officer or employee of COMMERCE or of the state of Washington by reason hereof, nor will
the Contractor make any claim of right, privilege or benefit which would accrue to such officer or
employee under law. Conduct and control of the work will be solely with the Contractor.
15. LAWS
The Contractor shall comply with all applicable laws, ordinances, codes, regulations, and policies of
local, state, and federal governments, as now or hereafter amended, including, but not limited to:
United States Laws, Regulations and Circulars (Federal)
A. American Recovery and Reinvestment Act (ARRA) of 2009
B. Audits
Office of Management and Budget (OMB) Revised Circular A -133 "Audits of States, Local
Governments, and Non Profit Organizations."
B. Labor and Safety Standards
Convict Labor, 18 U.S.C. 751, 752, 4081, 4082.
Drug -Free Workplace Act of 1988, 41 USC 701 et seq.
Federal Fair Labor Standards Act, 29 U.S.C. 201 et seq.
Work Hours and Safety Act of 1962, 40 U.S.C. 327 -330 and Department of Labor Regulations, 29
CFR Part 5.
C. Laws against Discrimination
Age Discrimination Act of 1975, Public Law 94 -135, 42 U.S.C. 6101 -07, 45 CFR Part 90
Nondiscrimination in Federally Assisted Programs.
Americans with Disabilities Act of 1990, Public Law 101 -336.
Equal Employment Opportunity, Executive Order 11246, as amended by Executive Order 11375
and supplemented in U.S. Department of Labor Regulations, 41 CFR Chapter 60.
Executive Order 11246, as amended by EO 11375, 11478, 12086 and 12102.
Handicapped Employees of Government Contractors, Rehabilitation Act of 1973, Section 503, 29
U.S.C. 793.
Handicapped Recipients of Federal Financial Assistance, Rehabilitation Act of 1973, Section 504,
29 U.S.C. 794.
Minority Business Enterprises, Executive Order 11625, 15 U.S.C. 631.
Minority Business Enterprise Development, Executive Order 12432, 48 FR 32551.
Nondiscrimination and Equal Opportunity, 24 CFR 5.105(a).
Nondiscrimination in benefits, Title VI of the Civil Rights Act of 1964, Public Law 88 -352, 42
U.S.C. 2002d et seq, 24 CFR Part 1.
Nondiscrimination in employment, Title VII of the Civil Rights Act of 1964, Public Law 88 -352.
Nondiscrimination in Federally Assisted Construction Contracts, Executive Order 11246, 42
U.S.C. 2000e, as amended by Executive Order 11375, 41 CFR Chapter 60.
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 6
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
Section 3, Housing and Urban Development Act of 1968, 12 USC 1701u (See 24 CFR
570.607(b)).
D. Office of Management and Budget Circulars
Cost Principles for State, Local and Indian Tribal Governments, OMB Circular A -87, 2 CFR, Part
225.
Cost Principles for Nonprofit Organizations, OMB Circular A -122 (if the Contractor is a nonprofit
organization).
Grants and Cooperative Agreements with State and Local Governments, OMB Circular A -102 (if
the Contractor is a local government or federally recognized Indian tribal government).
Uniform Administrative Requirements for Grants and Other Agreements with Institutions of Higher
Education, Hospitals and Other Nonprofit Organizations, OMB Circular A -110.
E. Other
Anti Kickback Act, 18 U.S.C. 874; 40 U.S.C. 276b, 276c; 41 U.S.C. 51 -54.
Governmental Guidance for New Restrictions on Lobbying; Interim Final Guidance, Federal
Register 1, Vol. 54, No. 243 \Wednesday, December 20, 1989.
Hatch Political Activity Act, 5 U.S.C. 1501 -8.
Internal Revenue Service Rules, August 31, 1990.
Lobbying and Disclosure, 42 USC 3537a and 3545 and 31 USC 1352 (Byrd Anti Lobbying
Amendment). 31 U.S.C. 1352 provides that Contractors who apply or bid for an award of
$100,000 or more must file the required certification. Each tier certifies to the tier above that it will
not and has not used Federal appropriated funds to pay any person or organization for influencing
or attempting to influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with obtaining
any Federal contract, grant or other award covered by 31 U.S.C. 1352. Each tier must disclose
any lobbying with non Federal funds that takes place in connection with obtaining any Federal
award. Such disclosures are forwarded from tier to tier up to the recipient.
Non Supplanting Federal Funds.
Section 8 Housing Assistance Payments Program.
F. Privacy
Privacy Act of 1974, 5 U.S.C. 552a.
Washington State Laws and Reaulations
A. Affirmative action, RCW 41.06.020 (11).
B. Boards of directors or officers of non profit corporations Liability Limitations, RCW 4.24.264.
C. Disclosure- campaign finances lobbying, Chapter 42.17 RCW.
D. Discrimination -human rights commission, Chapter 49.60 RCW.
E. Ethics in public service, Chapter 42.52 RCW.
F. Office of minority and women's business enterprises, Chapter 39.19 RCW and Chapter 326 -02
WAC.
G. Open public meetings act, Chapter 42.30 RCW.
H. Public records act, Chapter 42.56 RCW.
I. State budgeting, accounting, and reporting system, Chapter 43.88 RCW.
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 7
17. POLITICAL ACTIVITIES
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
16. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS
During the performance of this Agreement, the Contractor shall comply with all federal, state, and
local nondiscrimination laws, regulations and policies. In the event of the Contractor's non compliance
or refusal to comply with any nondiscrimination law, regulation or policy, this Agreement may be
rescinded, canceled or terminated in whole or in part, and the Contractor may be declared ineligible
for further Agreements with COMMERCE. The Contractor shall, however, be given a reasonable
time in which to cure this noncompliance. Any dispute may be resolved in accordance with the
"Disputes" procedure set forth herein.
Political activity of Contractor employees and officers are limited by the State Campaign Finances
and Lobbying provisions of Chapter 42.17 RCW and the Federal Hatch Act, 5 USC 1501 1508.
No funds may be used for working for or against ballot measures or for or against the candidacy of
any person for public office.
18. PROCUREMENT STANDARDS FOR FEDERALLY FUNDED PROGRAMS
A Contractor which is a local government or Indian Tribal government must establish procurement
policies and procedures in accordance with OMB Circulars A -102, Uniform Administrative
Requirements for Grants in Aid for State and Local Governments, for all purchases funded by this
Agreement.
A Contractor which is a nonprofit organization shall establish procurement policies in accordance with
OMB Circular A -110, Uniform Administrative Requirements for Grants and Agreements with Nonprofit
Agencies, for all purchases funded by this Agreement.
The Contractor's procurement system should include at least the following:
1. A code or standard of conduct that shall govern the performance of its officers, employees, or
agents engaged in the awarding of contracts using federal funds.
2. Procedures that ensure all procurement transactions shall be conducted in a manner to
provide, to the maximum extent practical, open and free competition.
3. Minimum procedural requirements, as follows:
a. Follow a procedure to assure the avoidance of purchasing unnecessary or duplicative
items.
b. Solicitations shall be based upon a clear and accurate description of the technical
requirements of the procured items.
c. Positive efforts shall be made to use small and minority -owned businesses.
d. The type of procuring instrument (fixed price, cost reimbursement) shall be determined by
the Contractor, but must be appropriate for the particular procurement and for promoting
the best interest of the program involved.
e. Contracts shall be made only with reasonable subcontractors who possess the potential
ability to perform successfully under the terms and conditions of the proposed
procurement.
f. Some form of price or cost analysis should be performed in connection with every
procurement action.
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 8
21. SAVINGS
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
Procurement records and files for purchases shall include all of the following:
1) Contractor selection or rejection.
2) The basis for the cost or price.
3) Justification for lack of competitive bids if offers are not obtained.
h. A system for Agreement administration to ensure Contractor conformance with terms,
conditions and specifications of this Agreement, and to ensure adequate and timely
follow -up of all purchases.
4. Contractor and Subcontractor must receive prior approval from COMMERCE for using funds
from this Agreement to enter into a sole source Agreement or an Agreement where only one
bid or proposal is received when value of this Agreement is expected to exceed $5,000.
Prior approval requests shall include a copy of proposed contracts and any related
procurement documents and justification for non competitive procurement, if applicable.
g.
19. RECAPTURE
In the event that the Contractor fails to perform this Agreement in accordance with state laws, federal
laws, and /or the provisions of this Agreement, COMMERCE reserves the right to recapture funds in
an amount to compensate COMMERCE for the noncompliance in addition to any other remedies
available at law or in equity.
20. RECORDS MAINTENANCE
The Contractor shall maintain all books, records, documents, data and other evidence relating to this
Agreement and performance of the services described herein, including but not limited to accounting
procedures and practices which sufficiently and properly reflect all direct and indirect costs of any
nature expended in the performance of this Agreement. Contractor shall retain such records for a
period of six years following the date of final payment.
If any litigation, claim or audit is started before the expiration of the six (6) year period, the records
shall be retained until all litigation, claims, or audit findings involving the records have been finally
resolved.
In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way
after the effective date of this Agreement and prior to normal completion, COMMERCE may terminate
the Agreement under the "Termination for Convenience" clause, without the ten calendar day notice
requirement. In lieu of termination, the Agreement may be amended to reflect the new funding
limitations and conditions.
22. SEVERABILITY
If any provision of this Agreement or any provision of any document incorporated by reference shall
be held invalid, such invalidity shall not affect the other provisions of this Agreement that can be given
effect without the invalid provision, if such remainder conforms to the requirements of law and the
fundamental purpose of this Agreement and to this end the provisions of this Agreement are declared
to be severable.
23. SUBCONTRACTING
The Contractor may only subcontract work contemplated under this Agreement if it obtains the prior
written approval of COMMERCE.
If COMMERCE approves subcontracting, the Contractor shall maintain written procedures related to
subcontracting, as well as copies of all subcontracts and records related to subcontracts. For cause,
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 9
24. SURVIVAL
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
COMMERCE in writing may: (a) require the Contractor to amend its subcontracting procedures as
they relate to this Contract; (b) prohibit the Contractor from subcontracting with a particular person or
entity; or (c) require the Contractor to rescind or amend a subcontract.
Every subcontract shall bind the Subcontractor to follow all applicable terms of this Contract. The
Contractor is responsible to COMMERCE if the Subcontractor fails to comply with any applicable term
or condition of this Contract. The Contractor shall appropriately monitor the activities of the
Subcontractor to assure fiscal conditions of this Contract. In no event shall the existence of a
subcontract operate to release or reduce the liability of the Contractor to COMMERCE for any breach
in the performance of the Contractor's duties.
Every subcontract shall include a term that COMMERCE and the State of Washington are not liable
for claims or damages arising from a Subcontractor's performance of the subcontract.
The terms, conditions, and warranties contained in this Agreement that by their sense and context are
intended to survive the completion of the performance, cancellation or termination of this Agreement
shall so survive.
25. TERMINATION FOR CAUSE SUSPENSION
In event COMMERCE determines that the Contractor failed to comply with any term or condition of
this Agreement, COMMERCE may terminate the Agreement in whole or in part upon written notice to
the Contractor. Such termination shall be deemed "for cause." Termination shall take effect on the
date specified in the notice.
In the alternative, COMMERCE upon written notice may allow the Contractor a specific period of time
in which to correct the non compliance. During the corrective action time period, COMMERCE may
suspend further payment to the Contractor in whole or in part, or may restrict the Contractor's right to
perform duties under this Agreement. Failure by the Contractor to take timely corrective action shall
allow COMMERCE to terminate the Agreement upon written notice to the Contractor.
"Termination for Cause" shall be deemed a "Termination for Convenience" when COMMERCE
determines that the Contractor did not fail to comply with the terms of the Agreement or when
COMMERCE determines the failure was not caused by the Contractor's actions or negligence.
If the Agreement is terminated for cause, the Contractor shall be liable for damages as authorized by
law, including, but not limited to, any cost difference between the original Agreement and the
replacement Agreement, as well as all costs associated with entering into the replacement
Agreement (i.e., competitive bidding, mailing, advertising, and staff time).
26. TERMINATION FOR CONVENIENCE
Except as otherwise provided in this Agreement, COMMERCE may, by ten (10) business days written
notice, beginning on the second day after the mailing, terminate this Agreement, in whole or in part. If
this Agreement is so terminated, COMMERCE shall be liable only for payment required under the
terms of this Agreement for services rendered or goods delivered prior to the effective date of
termination.
27. TERMINATION PROCEDURES
After receipt of a notice of termination, except as otherwise directed by COMMERCE, the Contractor
shall:
A. Stop work under the Agreement on the date, and to the extent specified, in the notice;
B. Place no further orders or subcontracts for materials, services, or facilities related to the
Agreement;
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 10
C. Assign to COMMERCE all of the rights, title, and interest of the Contractor under the orders and
subcontracts so terminated, in which case COMMERCE has the right, at its discretion, to settle or
pay any or all claims arising out of the termination of such orders and subcontracts. Any attempt
by the Contractor to settle such claims must have the prior written approval of COMMERCE, and
D. Preserve and transfer any materials, Agreement deliverables and /or COMMERCE property in the
Contractor's possession as directed by COMMERCE.
Upon termination of the Agreement, COMMERCE shall pay the Contractor for any service provided
by the Contractor under the Agreement prior to the date of termination. COMMERCE may withhold
any amount due as COMMERCE reasonably determines is necessary to protect COMMERCE
against potential loss or liability resulting from the termination. COMMERCE shall pay any withheld
amount to the Contractor if COMMERCE later determines that loss or liability will not occur.
The rights and remedies of COMMERCE under this section are in addition to any other rights and
remedies provided under this Agreement or otherwise provided under law.
28. WAIVER
GENERAL TERMS AND CONDITIONS
INTERAGENCY
FEDERAL ARRA FUNDS
Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or
breach. Any waiver shall not be construed to be a modification of the terms of this Agreement unless
stated to be such in writing and signed by Authorized Representative of COMMERCE.
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 11
Statement of Work
Activity Title: Pedestrian and Bike Levels of Service (LOS) Project
Purpose: This project will help the City of Tukwila accomplish the following goals: (1) Establish a multi
modal transportation system; (2) Reduce greenhouse gas emissions; and (3) Reduce vehicle -miles traveled
(VMT), as required by the State Growth Management Act.
Specifically, the work will include updating the Transportation Element of its Comprehensive Plan and as
the part of the plan update, the EETP grant will be used to include pedestrian and bike levels of service
(LOS) analysis for arterials in the City of Tukwila. The Transportation Element will establish LOS policies
and standards or benchmarks for all modes of transportation. This Pedestrian and Bike LOS Project will
give the City transportation modeling support and financing tools to transform its auto dominated
transportation system to one that promotes alternative modes and reduces VMT and transportation related
greenhouse gas emissions.
Using the EETP grant, the following tasks will be incorporated into Tukwila's Transportation Element:
1. Inventory existing bicycle and pedestrian conditions leveraging data from the City's Walk Roll
non motorized plan.
2. Identify pedestrian and bike LOS policies.
3. Calculate levels of service for pedestrian and bike modes on all arterials.
4. Identify existing deficiencies for all modes of transportation.
5. Use the pedestrian and bike LOS to decide what facilities are needed for 2030
6. Integrate the non motorized LOS into development review standards and public improvement plans.
Tasks and Deliverables I Start Date
Task 1. Establish pedestrian and bike analysis corridors on the City arterial
network 3/1/2010
a. Coordinate with staff and the Walk Roll Plan to establish
corridors.
Task 2. Identify the existing pedestrian and bike facilities 4/1/2010
a. Coordinate with staff and the Walk Roll plan to identify and
inventory all existing facilities
b. Coordinate with staff to identify and inventory all future facilities
under construction or obligated for construction prior to end of
2010
Task 3. Review the pedestrian and bike data and needs analysis in the Walk
Roll Plan
Deliverable 1: Memorandum identifying non motorized corridors and
summarizing existing conditions and previously identified needs.
Task 4. Collect transportation data that will be needed to calculate pedestrian
and bike LOS
a. Street Geometry: number of lanes, lane width, median width, bike
lane width, parking lane width, shoulder width, planter strip,
sidewalk width, intersection and driveways and pavement
conditions
ATTACHMENT A
End Date
3/30/2010
5/30/2010
4/15/2010 5/31/2010
5/31/10
6/1/2010 7/31/2010
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010 1
b. Travel Demand: intersection vehicle volumes and turning moves,
right turn on red volume, percent heavy vehicles, bus volumes,
pedestrian volume and percent on- street parking occupied
c. Intersection Control: green time per cycle, cycle length, quality of
progression and speed limit
Task 5. Calculate pedestrian and bike LOS
a. Coordinate with staff to determine appropriate methodology
b. Apply methodology and calculate existing LOS and identify
deficiencies
c. Identify potential alternatives to alleviate deficiencies
d. Coordinate with staff to establish LOS policies, balancing
deficiencies with feasibility of correction options
Deliverable 2. Memorandum documenting pedestrian and bike LOS
analysis and project selection process.
Task 6. Prepare a draft report on pedestrian and bike LOS summarizing Task
1 through Task 5
a. Distribute preliminary draft report to staff for review
b. Revise preliminary draft report based on staff comments
c. Distribute Final Draft Report to staff
d. Present Final Draft Report to Planning Commission and Council
for consideration and acceptance
Deliverable 3. Draft Report
Task 7. Final Report
a. Revise Final Draft as directed by Planning Commission and
Council
b. Integrate into the larger Transportation Background Report for the
Transportation Element of the Comprehensive Plan update
Deliverable 4. Pedestrian and Bicycle Level of Service section in the
Transportation Background Report.
Deliverable 5: Close -out reporting
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010
Attachment A
8/1/2010 9/30/2010
9/30/2010
10/1/201 1/31/2011
1/31/2011
1/1/2011 4/31 /2011
4/30/2011
6/30/2011
1 4/5/2010 1512 Report
Insurance Certificate
Attachment A
Schedule of Due Deliverables and Estimated Invoicing
Estimated Estimated Projected Actual Grant
Report Salary Estimated Goods Invoice Invoice Funds
Period Date Due Items Due &Benefit Contractual Services Total Total Remaining
2 7/5/2010 1512 Report
Invoice $2,905 $10,995 $13,900 $55,600
Due Deliverables Deliverable 1. Memorandum identifying corridors, Due 5/31/2010
existing conditions, and needs 1 1 1
3 10/5/2010 1512 Report
Invoice $2,905 $10,995 $13,900
Due Deliverables Deliverable 2. Memorandum on LOS analysis Due 9/3- 0/2010
5 4/5/2011 1512 Report
Invoice $2,905 $10,995 $13,900
Due Deliverables Deliverable 3. Draft Report Due Jan 1. 2011
Insurance Certificate
6 7/5/2011 1512 Report
Invoice $2,905 $10,995 $13,900
Due Deliverables Deliverable 4. Ped /Bike LOS section of
Transportation Background Report Due 4/30/2011
Deliverable 5: Closeout Report Due 6/30/2011
1$14,526 1 $54,9751 $01 $69,500
ARRA COM Federal Interagency /EECBG Template Non Construction
Last Updated 02/09/2010
$69,500
$41,700
4 1/5/2011 1512 Report
Invoice $2,905 $10,995 $13,900 $27,800
Due Deliverables None
$13,900
$0
$0
GRANT TITLE:
PROJECT NAME:
COM Agreement No.
Applicant Name
Address. City Zip
Sub-recieoient POC
ADD COUNTY COLUMN
Categories
Salaries and Wages
Benefits
Contractual
Goods And Services
(Supplies/Commodities)
Admin. Support Costs
1 Total All Costs
Percentage (Total Contract)
Percentage (MI Split)
1Detail:
1
1
BUDGET
lEnergli:Efficiency-thivUgh Transportation Planning (EETP)
Fed. Grant No. 1" DE-;=EE 0000 849 1
COM Point of Contact' Anne Fritzel'
Funding TYPE 1 ARRA1X1CBG Grant' X1
'Otheid 1 1 1
'Pedestrian and Bike Levels of Service (LOS) Project
'City of Tukwila
6300 Southcenter Blvd, Suite 100, Tukwila, WA, 98188
IATTN: ICvndv Knighton
MATCH:
OBJ Commerce EECGP Federal State
A 1 11,150.00
B 1 3,350.00
55,000.00
Travel 1 G 1 1 I 1 1! 0.001
Equipment-None Capitalized 1 J (JA) 0.001
*Equipment-Capitalized 1.1 (Other)
**Other Define 1 1 11 1 1 s,r
Total Direct Costs 1 1 69,500.00 1 o.001 0.00 0.00 363,209.00 '1 I432,709.001
Method 1 as of direct costs OR 0:0 0.001 1 0.00 1 0.001 :1 0.001 1 0.00 1 1 0
Method 2 as a hard cost entry ..5 ,Nt, f:::::.s.,t::,'_±:f3::: ::0i1 :V!=:i ;:sf 1 I 0
1 Total Admin Costs 1 0.001 1 0.00 1 0.001 1 0.00! 1 0.00 1 1 .7. 0
31
41
69,500.00 1- 0.001 0.001 0.001:1 363,209.00 1 1 1432.709.00
16.1%1 1 0.0%1 1 0.0%I 1 0.0%1 1 83.9%1 1 100%
69,500.00
100.00% 0.00% 1 100.00%
kTQTACMATC0-
COST 1 1 ITEM 1 1 1 1 1 1
$55,000 I 'Contractual costs for consultant help on project.
ARRA COM Federal Interagency/EECBG Template Non-Construction
Last Updated 02/09/2010
County
1 I I
1 1 I
I 1 11
City
30,000.00
9,000.00
324,209.00
Attachment B
Total Costs
LI 41,150 1
II -12;350.00
379,209.00 1
ADDITIONAL PROVISIONS UNDER THE
AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 Public Law 111 -5
And the Energy Efficiency Conservation Block Grant Program (EECBG)
Attachment C
1. Recovery Act Reporting Requirements; Section 1512(c) of the Recovery Act
Contractor acknowledges and agrees that the American Recovery and Reinvestment Act of 2009,
hereinafter "Recovery Act" places great emphasis on accountability and transparency in the use of
taxpayer dollars. Among other things, it creates a new Recovery Accountability and Transparency
Board and a new website Recovery.gov to provide information to the public, including access to
detailed information on grants and contracts made with Recovery Act funds.
COMMERCE, as a recipient of Recovery Act funds, must comply with the Recovery Act's extensive
reporting requirements, including quarterly financial and programmatic reporting due within 10
calendar days after the end of each calendar quarter. COMMERCE will require periodic reports from
its sub recipients in order to fulfill its reporting obligations. Grantees receiving Recovery Act funds
may expect that a standard form(s) and /or reporting mechanism will be made available at a future
date.
Contractor agrees to provide to COMMERCE all reports, documentation, or other information, as may
be required by COMMERCE to meet reporting obligations under the Recovery Act. Grantee's receipt
of funds is contingent on Grantee meeting the reporting requirement of Section 1512.
Additional instructions and guidance regarding the required reporting will be provided as they become
available. For planning purposes, however, Contractors receiving Recovery Act funds should be
aware that Recovery Act section 1512(c) provides:
Recipient Reports- Not later than 5 days after the end of each calendar quarter, each recipient
that received recovery funds from a Federal agency shall submit a report to that agency that
contains—
(1) The total amount of recovery funds received from that agency;
(2) The amount of recovery funds received that were expended or obligated to projects or
activities; and
(3) A detailed list of all projects or activities for which recovery funds were expended or
obligated, including:
(a) The name of the project or activity;
(b) A description of the project or activity;
(c) An evaluation of the completion status of the project or activity;
(d) An estimate of the number of jobs created and the number of jobs retained by the project
or activity; and
(e) For infrastructure investments made by State and local governments, the purpose, total
cost, and rationale of the agency for funding the infrastructure investment with funds
made available under this Act, and name of the person to contact at the agency if there
are concerns with the infrastructure investment.
(4) Detailed information on any subcontracts or subgrants awarded by the recipient to include the
data elements required to comply with the Federal Funding Accountability and Transparency
Act of 2006 (Public Law 109 -282), allowing aggregate reporting on awards below $25,000 or
to individuals, as prescribed by the Director of the Office of Management and Budget.
2. Section 1512 of the Recovery Act: Registration with Central Contractor Registration (CCR)
Recipients of funds under the Recovery Act shall register with the Central Contractor Registration
(CCR) database at www.ccr.aov. This ensures consistent reporting of data about each entity and
thereby makes data more useful to the public. In order to register in CCR, a valid Data Universal
Numbering System (DUNS) Number is required and should be inserted in Box 13 of the Face Sheet
of this Agreement.
ARRA COM Federal Interagency /EECBG Template Non Construction 1
Last Updated 02/09/2010
C. Waivers:
Attachment C
3. Section 1602 of the Recovery Act: Preference for Quick -Start Activities (if applicable)
Section 1602 of the Recovery Act provides:
In using funds made available in this Act for infrastructure investment, recipients shall give preference
to activities that can be started and completed expeditiously, including a goal of using at least 50
percent of the funds for activities that can be initiated not later than 120 days after the date of the
enactment of this Act. Recipients shall also use grant funds in a manner that maximizes job creation
and economic benefit.
4. Section 1604 of the Recovery Act: Limit on Funds
Section 1604 of the Recovery Act provides:
None of the funds appropriated or otherwise made available in this Act may be used by any State or
local government, or any private entity, for any casino or other gambling establishment, aquarium,
zoo, golf course, or swimming pool.
5. Required Use of American Iron, Steel, and Manufactured Goods Section 1605 of the
American Recovery and Reinvestment Act of 2009
Contractor shall comply with Section 1605 of the Recovery Act unless (1) compliance has been
waived by the Federal Agency providing the funds; or (2) compliance with the Recover y Act conflicts
with an international trade agreement.
A. Section 1605 of the Recovery Act provides:
Use of American Iron, Steel, and Manufactured Goods.
(a) None of the funds appropriated or otherwise made available by the Recovery Act may be
used for a project for the construction, alteration, maintenance, or repair of a public building or
public work unless all of the iron, steel, and manufactured goods used in the project are produced
in the United States.
(b) Subsection (a) shall not apply in any case or category of cases in which the head of the
Federal department or agency involved finds that:
(1) applying subsection (a) would be inconsistent with the public interest;
(2) iron, steel, and the relevant manufactured goods are not produced in the United States in
sufficient and reasonably available quantities and of a satisfactory quality; or
(3) inclusion of iron, steel, and manufactured goods produced in the United States will
increase the cost of the overall project by more than 25 percent.
(c) If the head of a Federal department or agency determines that it is necessary to waive the
application of subsection (a) based on a finding under subsection (b), the head of the department
or agency shall publish in the Federal Register a detailed written justification as to why the
provision is being waived.
(d) This section shall be applied in a manner consistent with United States obligations under
international agreements.
B. International Trade Agreements:
Contracts for the procurement of goods and services in the amount of $528,000 or more and for
constructions services in the amount of $7,443,000 or more are covered by an international trade
agreement and are therefore not subject to Section 1605.
Contractor shall provide COMMERCE with information and applicable supporting data as may be
required by COMMERCE, to support any request for waiver of compliance with Section 1605 (b) of
the Recovery Act. The following applies to requests for waivers submitted to COMMERCE.
ARRA COM Federal Interagency /EECBG Template Non Construction 2
Last Updated 02/09/2010
Attachment C
(a) Definitions.
"Manufactured good" means a good brought to the construction site for incorporation into the
building or work that has been:
(1) Processed into a specific form and shape; or
(2) Combined with other raw material to create a material that has different properties
than the properties of the individual raw materials.
"Public building" and "public work" means a public building of, and a public work of, a
governmental entity (the United States; the District of Columbia; commonwealths, territories,
and minor outlying islands of the United States; State and local governments; and multi
State, regional, or interstate entities which have governmental functions). These buildings
and works may include, without limitation, bridges, dams, plants, highways, parkways,
streets, subways, tunnels, sewers, mains, power lines, pumping stations, heavy generators,
railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties,
breakwaters, levees, and canals, and the construction, alteration, maintenance, or repair of
such buildings and works.
"Steel" means an alloy that includes at least 50 percent iron, between .02 and 2 percent
carbon, and may include other elements.
(b) Domestic preference.
(1) This award term and condition implements Section 1605 of the Recovery Act of 2009 by
requiring that all iron, steel, and manufactured goods used in the project are produced in
the United States except as provided in paragraph (b)(3) of this term and condition.
(2) This requirement does not apply to the material excepted by the Federal Government.
(3) The award official may add other iron, steel, and /or manufactured goods to the list in
paragraph (b)(2) of this term and condition if the Federal Government determines that:
(i) The cost of the domestic iron, steel, and /or manufactured goods would be
unreasonable. The cost of domestic iron, steel, or manufactured goods used in the
project is unreasonable when the cumulative cost of such material will increase the cost
of the overall project by more than 25 percent;
(ii) The iron, steel, and /or manufactured good is not produced, or manufactured in the
United States in sufficient and reasonably available quantities and of a satisfactory
quality; or
(iii) The application of the restriction of Section 1605 of the Recovery Act would be
inconsistent with the public interest.
(c) Request for determination of inapplicability of Section 1605 of the Recovery Act.
(1)(i) Any request to use foreign iron, steel, and /or manufactured goods in accordance with
paragraph (b)(3) of this term and condition shall include adequate information for Federal
Government evaluation of the request, including
(A) A description of the foreign and domestic iron, steel, and /or manufactured goods;
(B) Unit of measure;
(C) Quantity;
(D) Cost;
(E) Time of delivery or availability;
(F) Location of the project;
(G) Name and address of the proposed supplier; and
ARRA COM Federal Interagency /EECBG Template Non Construction 3
Last Updated 02/09/2010
(H) A detailed justification of the reason for use of foreign iron, steel, and /or
manufactured goods cited in accordance with paragraph (b)(3) of this term and condition.
(ii) A request based on unreasonable cost shall include a reasonable survey of the market
and a completed cost comparison table in the format in paragraph (d) of this term and
condition.
(iii) The cost of iron, steel, and /or manufactured goods material shall include all delivery costs
to the construction site and any applicable duty.
(iv) Any request for a determination submitted after Recovery Act funds have been obligated
for a project for construction, alteration, maintenance, or repair shall explain why the
Contractor could not reasonably foresee the need for such determination and could not have
requested the determination before the funds were obligated.
(2) If the Federal Government determines after funds have been obligated for a project for
construction, alteration, maintenance, or repair that an exception to Section 1605 of the
Recovery Act applies, COMMERCE will amend the award to allow use of the foreign iron,
steel, and /or relevant manufactured goods. When the basis for the exception is
nonavailability or public interest, the amended award shall reflect adjustment of the award
amount, redistribution of budgeted funds, and /or other actions taken to cover costs
associated with acquiring or using the foreign iron, steel, and /or relevant manufactured
goods. When the basis for the exception is the unreasonable cost of the domestic iron,
steel, or manufactured goods, COMMERCE shall adjust the award amount or redistribute
budgeted funds in accordance with requirements adopted pursuant to the Recovery Act.
Unless the Federal Government determines that an exception to Section 1605 of the
Recovery Act applies, use of foreign iron, steel, and /or manufactured goods is
noncompliant with Section 1605 of the American Recovery and Reinvestment Act.
(3)
(d) Data.
To permit evaluation of requests under paragraph (b) of this term and condition based on
unreasonable cost, the following information and any applicable supporting data based on the
survey of suppliers should be provided to COMMERCE:
Item 1:
Foreign steel, iron, or
manufactured good
Domestic steel, iron, or
manufactured good
Item 2:
Description
Foreign steel, iron, or
manufactured good
Domestic steel, iron or
manufactured good
FOREIGN AND DOMESTIC ITEMS COST COMPARISON
Unit of Measure
Attachment C
Quantity I Cost (Dollars)*
[List name, address, telephone number, email address, and contact for suppliers surveyed.]
[Attach copy of response; if oral, attach summary.]
[Include other applicable supporting information.]
*Include all delivery costs to the construction site.]
ARRA COM Federal Interagency /EECBG Template Non Construction 4
Last Updated 02/09/2010
Attachment C
6. Wage Rate Requirements under Section 1606 of the American Recovery and Reinvestment Act
of 2009 Davis -Bacon Act
All laborers and mechanics employed by contractors and subcontractors on projects funded directly
by or assisted in whole or in part by and through the Federal Government pursuant to the Recovery
Act, shall be paid wages at rates not less than those prevailing on projects of a character similar in
the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31
of title 40, United States Code (Davis -Bacon Act). With respect to the labor standards specified in this
section, the Secretary of Labor shall have the authority and functions set forth in Reorganization Plan
numbered 14 of 1950 (64 Stat. 1267, 5 U.S.C. App.) and section 3145 of title 40 United States Code.
See U.S. Department of Labor, Wage and Hour Division website at
htto: /www.dol.aov /esa /whd /contracts /dbra.htm Wage determinations can be found at
htto: /www.wdol.aov.
The Contractor shall include this provision and require this provision to be contained in all
subcontracts for work performed under this Contract.
The work performed by this Agreement may also be subject to the State's prevailing wage laws,
Chapter 39.12 RCW. The Contractor is advised to consult with the Washington State Department of
Labor and Industries to determine the prevailing wages that must be paid.
7. Non supplanting of State and Local Funds (if applicable consult the program solicitation and the
special conditions in the award document)
Contractors must use federal funds to supplement existing State and local funds for program activities
and must not replace (supplant) State or local funds that they have appropriated or allocated for the
same purpose. Potential supplanting will be the subject of monitoring and audit. Violations may result
in a range of penalties, including suspension of current and future funds under this program,
suspension or debarment from federal grants, recoupment of monies provided under a grant, and civil
and /or criminal penalties. For additional guidance regarding supplanting, refer to the information
provided at http: /www.oio. usdoi. aov/ recovery /suoolantinaauidance.htm.
8. Protection of Whistleblowers
Prohibition on Reprisals: An employee of any non Federal employer receiving covered funds under
the Recovery Act may not be discharged, demoted, or otherwise discriminated against as a reprisal
for disclosing, including a disclosure made in the ordinary course of an employee's duties, to the
Accountability and Transparency Board, an inspector general, the Comptroller General, a member of
Congress, a State or Federal regulatory or law enforcement agency, a person with supervisory
authority over the employee (or other person working for the employer who has the authority to
investigate, discover or terminate misconduct,) a court or grant jury, the head of a Federal agency, or
their representatives information that the employee believes is evidence of:
Gross mismanagement of an agency agreement, contract or grant relating to covered funds;
Gross waste of covered funds;
Substantial and specific danger to public health or safety related to the implementation or use
of covered funds;
Abuse of authority related to the implementation or use of covered funds; or
Violation of law, rule, or regulation related to an agency agreement (including the competition
for or negotiation of a contract) or grant, awarded or issued relating to covered funds.
Any employer receiving covered funds shall post notice of the rights and remedies provided under
this section. The recommended written notice is attached as "Know Your Rights Under the Recovery
Act
ARRA COM Federal Interagency /EECBG Template Non Construction 5
Last Updated 02/09/2010
9. Waste Stream
10. False Claims Act-
Attachment C
Prior to the expenditure of Federal funds, the Contactor is required to provide documentation
demonstrating that it has prepared a waste management plan to dispose of sanitary or hazardous
waste generated by the proposed activities. Sanitary or hazardous waste includes, but is not limited
to, old light bulbs, lead ballasts, piping, roofing material, discarded equipment, debris, and asbestos.
Compliance with this clause will be complete only after the Contactor has submitted adequate
documentation to Commerce for its review, and Commerce has provided written approval to the
Recipient of its proposed plan to dispose of its sanitary or hazardous waste.
For assistance contact the WA State Governor's Office of Regulator Assistance (ORA), Regional
assistance Leads http /www.ora.wa.gov /contact.asp
Pollution Prevention Planning help is available from WA State Department of Ecology Regional Office
staff: http: /www.ecy.wa.gov /programs /hwtr /P2 /contacts.html or call
Bellevue: (425) 649 -7000
Lacey: (360) 407 -6300
Yakima: (509) 575 -2490
Spokane: (509) 329 -3400
Each grantee or subrecipient should promptly refer to an appropriate inspector general any credible
evidence that a principal, employee, agent, contractor, subgrantee, subcontractor or other person has
submitted a false claim under the False Claims Act or who has committed a criminal or civil violation
of laws pertaining to fraud, conflict of interest, bribery, gratuity or similar misconduct involving those
funds.
11. Listing Recovery Act Jobs with the Washington State Employment Security Department
This Contract is funded with federal stimulus funds (under the Recovery Act), which has strict
reporting requirements for funds spent and jobs created or retained (see Exhibit A, attached and
incorporated into this Contract as additional instructions). Unless hiring is directly from a union hall,
all job openings created by the Contractor for this project must be listed with the WorkSource system
(an affiliate of the Employment Security Department) before hiring; all hiring decisions also must be
reported to WorkSource. In addition, all Subcontractors hired by the Contractor also must be required
to list jobs and report hiring results to WorkSource. Existing Contractor or Subcontractor employees
who are retained using funds from this project also must be reported to WorkSource.
WorkSource will pre- screen and refer qualified job candidates for the Contractor's or Subcontractor's
consideration. The Contractor and Subcontractor also have the discretion to use other, additional
recruitment systems and retain the right to make all hiring decisions.
To begin the listing and reporting process, contact the Employment Security Department ARRA
Business Unit at 877 453 -5906 (toll- free), 360- 438 -4849, or ARRA @esd.wa.gov.
ARRA COM Federal lnteragency/EECBG Template Non Construction 6
Last Updated 02/09/2010
Exhibit A
How to list ARRA jobs with the Employment Security (ESD) WorkSource system
To help with the increased transparency and accountability that are required under the American
Recovery Reinvestment Act (ARRA.), ESD's ARRA Business Unit will be the central point of
contact for state agencies and their contractors for listing and tracking ARRA- funded jobs.
Sten 1: State agencies notify ESD about ARRA funded contracts
Within 2 days after awarding an ARRA- funded contract, state agencies should provide the
following information to Employment Security's ARRA Business Unit:
Name, phone number and address of contractor
Title or short description of the contract
Attachment C
Report this information to ESD's ARRA Business Unit at ARRAritfesd.wa.eov. 877 453 5906 (toll
free) or 360 438 4849. (Employment Security will use the information to verify that contractors
comply with the requirement stated in Step 2.)
Sten 2: List ARRA- funded lobs with ESD's WorkSource system
State agencies, contractors and sub- contractors should contact the ARRA Business Unit to begin the
process of listing their ARRA- funded jobs with the WorkSource system. The ARRA Business Unit may
be reached at 877- 453 -5906 (toll- free), 360- 438 -4849 or ARRA,?esd.wa_eov.
Here's what we'll do with the information: The ARRA Business Unit will relay the
information to a business outreach lead at a WorkSource office in the employer's
community. The business outreach lead will contact the employer to obtain the information
necessary to list the job /s (create a "job order and to discuss the employer's recruitment
needs and the services available through WorkSource.
The WorkSource business outreach lead will search the agency's database for qualified
applicants (based on job -skill requirements), screen potential applicants, and refer selected
candidates to the employer for consideration. (Employers retain the right to use other or
additional recruitment systems, and they make all hiring decisions.)
Sten 3: Renort hirine information
After completing the hiring process, the employer should contact the WorkSource business outreach
lead to "close" the joh order and provide the following information:
Job title
Number of people hired
Starting wage and hours
This information will be used in reports and status updates to the governor, the federal government
and the public.
ARRA COM Federal Interagency /EECBG Template Non Construction 7
Last Updated 02/09/2010
W0
Frequently asked questions for ARRA employers
Q2. What screening and assessment of skills does WorkSource conduct?
A. We conduct a variety of screening and assessment. Contact your local
WorkSource center to ask what assessment services are provided.
07. Is WorkSource able to coordinate job fairs or hiring events?
Attachment C
Q1. What services can 1 get when I list jobs with WorkSource?
A. WorkSource staff screens and refers job seekers based on how well their skills
meet your job requirements. The screening is done broadly or narrowly,
depending on how many people you want to interview.
WorkSource also can help you with free job advertising, pay -rate information, tax
credits and information on employment laws and regulations. We're committed to
helping your business succeed,
03. If the position requires a certain skill level, can WorkSource test applicants
for math and reading levels or typing speed?
A. WorkSource staff will pre screen applicants based on the qualifications that you
need. Ask your WorkSource staff person about their ability to assess certain
skills required for the position.
Q4. Can we conduct Interviews at WorkSource?
A. You can use space at WorkSource for mass application sessions, one -on -one
interviews, or even group orientations. Contact your local WorkSource to check
availability.
05. What is the anticipated hiring time?
A. We recommend you plan ahead (7 -10 days), although you may hire when you
choose. The job will be listed for you right away.
Q6, What if WorkSource doesn't have job seekers with the skills and abilities
that match our needs?
A. WorkSource staff will look first for qualified local applicants. If no one is available,
then the search is expanded to include other areas to see if applicants are willing
to commute or relocate. During this recession, there is an unprecedented pool of
qualified applicants. Our matching system has the unique capabilities to match
skilled job seekers with available jobs.
ARRA COM Federal Interagency /EECBG Template Non Construction 8
Last Updated 02/09/2010
Attachment C
A_ Yes, WorkSource often coordinates large job fairs and targeted hiring events.
Your local WorkSource staff can arrange the details such as date, availability of
space, and the amount of time they need to help coordinate your hiring event.
Q8. Do 1 have to list jobs and report hiring information to WorkSource?
A. Yes. Even if you hire someone who already works for you in a different position,
report the hire for contract requirements.
Q9. Can 1 list my job opening with other sources like temp agencies or run a
classified ad in the newspaper at the same time?
A. You may recruit as broadly as you like. Just remember that a requirement of your
Contract is to post contract- funded job openings with your WorkSource business
representative and report all hiring information.
Q10. What information Is being tracked by WorkSource?
A. WorkSource tracks information about jobs listed, job candidates referred and the
job openings filled.
Q11. Who is the information being provided to?
A. Participation and performance information is provided by the Employment
Security Department to the U.S. Department of Labor. It also is being reported to
the Governor, who is required by the federal Office of Management and Budget
to report about jobs preserved and created during the recession.
Q12. How long after placing the job order with WorkSource will it take before I
can interview applicants?
A. It could happen the same day if there are interested, qualified job seekers who
apply right away. Typically, it may take a few days.
Q13. What if I already have a job candidate (or a list of candidates), why do I
have to list my jobs with WorkSource?
You can hire anyone you want, but you need to report it to us. Listing your
stimulus- funded jobs with WorkSource enables us to track how many jobs are
created and filled. We will relay the information to the governor and the federal
government, who are documenting the effects of the stimulus funding.
ARRA COM Federal Interagency /EECBG Template Non Construction 9
Last Updated 02/09/2010
Know Your Rights Under the Recovery Act!
Post this notice of the rights and remedies.
Attachment C
Did you know? The American Recovery and Reinvestment Act of 2009 iprovides
protections for certain employees of non federal employers who make specified disclosures
relating to possible fraud, waste and /or abuse or Recovery Act funds.
Who is protected? Employees of non federal employers receiving recovery funds. This includes
State and local governments, contractors, subcontractors, grantees or professional membership
organizations acting in the interest of recovery fund recipients.
How are Whistleblowers Protected? You cannot be discharged, demoted or otherwise
discriminated against as a reprisal for making a protected disclosure.
What types of disclosures are protected? The disclosure must be made by the employee to
the Recovery Accountability and Transparency Board, an Inspector General, the Comptroller
General, a member of Congress, a state or federal regulatory or law enforcement agency, a person
with supervisory authority over the employee, a court or grand jury, or the head of a federal agency
or his /her representatives. The disclosure must involve information that the employee believes is
evidence of:
Section 1553 of Division A, Title XV of the American Recovery and Reinvestment Act of 2009, P.L. 111 -5
gross mismanagement of an agency contract or grant relating to recovery funds;
a gross waste of recovery funds;
a substantial and specific danger to public health or safety related to the implementation or use of
recovery funds;
an abuse of authority related to the implementation or use of recovery funds; or
a violation of law, rule, or regulation related to an agency contract or grant awarded or issued
relating to recovery funds.
Take Action! Log on to Recovery.gov for more information about your rights and details
on how to report at www.recoverv.gov.
ARRA COM Federal lnteragency/EECBG Template Non Construction 10
Last Updated 02/09/2010
rtir uia.crc;
EXECUTIVE OFFICE OF THE PRESIDENT
OFFi_:E Os= MANAGEMENT AND 8'JGGET
's'x'.4 rHrNc roN, o 2I OS
M-1 cl-rn
MEMO:R IN'DLM FOR THE HE v C 'EXECUTIVE DEPARTMENTS AGENCIES
FROM: Per R. CUM!
Director
SUBJECT: Gu da .ce on section 163 of the Continuing Res*lut:on regarding the Association
of Community Orgarizations .for .R.efon i Now (ACORN)
October 7, 20CtP'
This memorandum provides g"iidanc.e to Executive Branch agencies regarding the
'implementation of section 163 ate Cantina Mg Appropriations P esnh::t? on_ 2010_ ion B of
Pub. L. No. 111-6a (C.R) which states:
SEC. 163. None of the funds made available by this i *ict r solutiou or an prior Act may
be provided to the Association of Community Organisations 'for Reform. Now (ACORN),
or any of its of liates.-, subsidiaries, or a1 ied organizations.
Your agenrry must immediately commence all necessary and appropriate steps to comply with
section 163. Tf is includes the following:
No/ m re obligations offlords. No aeencv or depart at should obligate or award any
Federal! funds to ACORN or any of its affiaies, subsidiaries or allied organizations
(collectively affilia during the perM of the CR.. To the extent Bahr agency alrea.dy
ha.: determined. that funds should be obligated or awarded to ACORN or its affiliates but
has not yet entered into .any agreement to provide such hands to ACORN or any of its
aff.liates, your agency should notprovide Each finds, or enter i>:to any suck, agree:ann
to do sue. As section 63 makes clear, it prohibition applies not on_ to the funding that
i9 made avaiab]e by the Ctt, bur also to the funding that was made available by
previously enacted statutes..! addition., the tea of section 163 is sufficiently broad to
cover funding that MS made avallaVe for fiscal year (FY) 20'39 and prior Esca1 years, as
well as fir.•thi. e that is or w•.il be made availab :e for FY 10.
.Suspension arrant and row If your agency has an existing contract
or mai agreement with ACORN o r its affiliates th e agency should: (i where
permissible, immediately suspend performance of my ob1=_enaioers under the contract or
agreement, mcludine payment of Federg funds; atd (iF consult promptly with the
agency's general -coin and, if necessary, the Office of Management ent .and Budget
Attachment D
ARRA COM Federal Interagency /EECBG Template Non Construction 1
Last Updated 02/09/2010
(CM3' and :h ?p!: i: of Scsdce conce:mn.z. Lega3 COLIP.16.-:17.1i0E.S :1'2: bear an :1:E
Of 1.11.:.1 obligationsLude::::le e:-.;isdng :on:Tact OT a:peen...fey.
No folding of.4 COR24; and affilicse.s‘ ti.wasigrft Federal grcnr.e.es ar iNgne.roc,fars.
Your ae:c iii1i tzle sleps so r.liat no 7,-7edera: finis are zwuied obliEzted by your
T:ees OT COEMI.C1015: TO o i tffiales as 'mba 1111bin:Z.3.7.1.0n, or °rite:
subrecipients. Becaus E.e.ctica 163 sties rhir. [i]on of the funds =v be pided,"
this pronibim-an appl:es 1.107. only to a iirec: recipien.r. of Fe.dera: funds bit: 'Asa to a
FilbreCTieLl SITOCOLIMC:07, St'...n,ViCrefe.,. Or con".:acloT of a zranr.e.e.). We
recomn.end rhar. your .7:E'EMCy:
o moify a:L Federal El. "Z.11: and conrac.: of the y.. ohibkion conair..ed
sectian )63. ani p:ovide them ',wit a copy affsii.: P.Fuidance doz.un:..u.:: and.
cv: ?:L1Feiera1 ani-z recipients (a:, LO: :3 T F4r finis :c
a: ir.E. affil:.ates as s.ubzranre.e.s. s or othez subre.ci
:militate. wit
1i ntiance. (a) to your ai. of any FzElius;
uteri:. FubC01171i1CtE 011:ET subretpient wit::: ACORN OT ir
,affil:ares a.:nd of 'now i. trints? c cou-sacr.o.7 is )::mna:2 comp]y with the
olgattion. wit respezr to 7.1:o se *FX.bC0:11: Or Slf:treCipliBLI
:f you he any que:17.ior i. z.aniceing this inezionindinn. plexse canna Preez?: D. E.7:nsal,
OMB cii C ounsel and Senior Policy ar OGC mat: eor zov
Attachment D
ARRA COM Federal Interagency/EECBG Template Non-Construction 2
Last Updated 02/09/2010
City of Tukwila
TO: Transportation Committee
Mayor Haggerton
FROM: Lisa Verner, Mayor's Office
DATE: March 1, 2010
INFORMATIONAL MEMORANDUM
SUBJECT: Tukwila South Southcenter Parkway Extension Design Contract
Amendment 04- 025(1)
ISSUE
Jim Haggerton, Mayor
Authorize the Mayor to sign an amendment to Contract 04 -025 (I) (Supplement #9) with David
Evans Associates (DEA) to complete the remaining design work for Southcenter Parkway
Extension
BACKGROUND
DEA has been under contract to the City for design of Southcenter Parkway Extension, the
relocated road piece of the Tukwila South Project, since 2004. The contract has been amended
several times over the years to add additional funds and to adjust the scope of work. DEA
completed "90% drawings" and these were used by others (Segale Properties, PSE, Highline
Water District and others) to do their own design work. Attached is a summary of the contract
amendments already approved.
Southcenter Parkway Extension runs from S 180 Street to S 200 Street. The full right -of -way
is within the city limits. A Possession Use Agreement for the new right -of -way and
construction area was signed by Segale Properties and recorded.
Section 4.3.1 of the Tukwila South Development Agreement states, in part:
The City shall, using grant funds secured for this Project, promptly complete the final
design of the extension and relocation of Southcenter Parkway from S. 180th Street to S.
200 Street "Southcenter Parkway Project" or "SCP Project'), including necessary sewer,
water, stormwater, natural gas, power and telecommunications utility system
improvements associated with this roadway improvement project (the "Final Design
Plans'), as documented in the 90% drawings completed by David Evans and Associates
dated September 2005 (the "90% drawings") and on file with the City. The City may use
up to $300, 000 of the grant funds identified in Section 4.3.7 below for the purpose of
completing the Final Design Plans; any costs to complete the Final Design Plans in excess
of $300, 000 shall be borne by the City.
INFORMATIONAL MEMO
Page 2
DISCUSSION
The scope of work for the contract amendment includes items needed to complete the last
pieces of the design work. It also includes changes to the drawings, including access for
Mitchell Moving Storage, fire hydrant relocations, sewer lift station relocations, and updated
technical information. The cost for this scope of work is $221,033.
When the Development Agreement was reviewed and adopted, the estimated cost to complete
the design work was $300,000 and this figure was included in Section 4.3.1. Since then costs
have increased as the necessary scope of work has changed. In October, 2009, Council
approved Supplement #8 (contract amendment H) for $378,680. Segale Properties agreed that
the City could use grant funds for the $78,680 above the amount specified in the Development
Agreement.
For the current contract amendment, the entire $221,033 will also come from the City's grant
funds and Segale Properties has agreed.
RECOMMENDATION
Authorize the Mayor to sign an amendment to Contract 04 -025 (I) with David Evans
Associates (DEA) to complete the remaining design work for Southcenter Parkway Extension at
Council's March 8, 2010 Committee of the Whole meeting and forward to March 15, 2010
Regular Meeting
ATTACHMENTS
1. History of DEA Contract for Design of Southcenter Parkway dated 2/17/2010
2. WSDOT cover page for contract amendment 04- 025(1) for DEA and Scope of work for
contract amendment, labeled Exhibit B -2 (to the cover page)
3. Southcenter Parkway 2010 timeline (FYI)
C:IDOCUME- 11susan\ LOCALS- 11Temp\XPGrpWise \InfoMemo SCP contract amend 3- 1- 1O_1.doc
DEA Contract for Design of Southcenter Parkway History
02/24/2010
Original Contract
Supplement #1
Supplement #2
Supplement #3
Supplement #4
Supplement #5
Supplement #6
Supplement #7
Supplement #8
Supplement #9
Supplement #10
TOTAL
Amount
350,577.00
79,615.00
472,297.00
68,648.00
Original Fed/TIB design funds
City General Fund
State grants
Approval Date
04/05/2004
11/29/2004
03/29/2005
08/15/2005
n/a 01/06/2006
n/a 01/23/2008
n/a 12/16/2008
n/a 06/09/2009
378,680.00 10/09/2009
221,033.00
1,570,850.0
Reason for Supplement
Road design to (old) City Limits; sanitary sewer design (Minkler to S 200th St)
Realignment of S 178th St; signal at S 178th St; sewer in S 178th St; Water
Mink ler to S 180th St; design (old) City Limits to S 200th St
Water from S 180th St to S 200th St
Time change only
Time change only
Time change only
Time change only
Revisions to 90% drawings; 100% drawings, updated geotech; updated hyraulic;
electronic bid docs; lift station relocation, Mitchell access detour
Approval scheduled for March, 2010; revisions; utility coordination; time change
approval April? Construction support, if needed
WI Washington State
Department of Transportation
Supplemental Agreement
Number 9
Original Agreement Number
04 -025
Project Number
84-RW 37
Project Title
Southcenter Parkway Extension Project
Description of Work
Additional work required for the preparation of construction documents inicluding plans, specifications, and
estimates (P.S. &E.) for the Southcenter Parkway Extension Project. Work includes the design of additional features
as identified in Exhibit B -2 and project bid, add and award.
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with David Evans and Associates, Inc.
and executed on 4/5/2004 and identified as Agreement No. 04 -025
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
Additional work as described in Exhibit IH 2.
Organization and Address
David Evans and Associates, Inc.
415 118th Avenue SE
Bellevue, WA 98005
Attn: Scott Soiseth
Phone: 425 -519 -6590
Execution Date Completion Date
4/5/2004 5/31/2010
New Maximum Amount Payable
1,570,850.00
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: 5/11 /2010
111
Section V, PAYMENT, shall be amended as follows:
Additional payement in the amount of $221,Q11 shall be added to the contract (See Exhibit R 2)
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By:
DOT Form 140 -063 EF
Revised 9/2005
Scott R. Soiseth, Associate By: City of TukwiIa
Consultant Signature Approving Authority Signature
Date
Basic Agreement Supplement #1 Supplement #2 Supplement #3 I Supplement #4-7
(Time Change Only) Supplement #8 Supplement #9 Total
Direct Salary Cost $108,162.00 $26,088.00 $150,432.00 $22,383.00 n/a $115,785.00 $70,380.00 9493,230.00
overhead $183,833.00 $44,340.00 $260,188.00 $38,714.00 n/a $202,275.00 $122,954.00 $852,304.00
(including Payroll AddOves)
Direct Non Salary Cost $26,133.00 $1,360.00 $16,547.00 $836.00 n/a $25,885.00 66,585.00 677,346.00
Fixed Fee $32,449.00 $7,827.00 $45,130.00 $6,715.00 n/a $34,735.00 $21,114.00 9147,970.00
Total $350,577.00 $79,615.00 6472,297.00 968,648.00 n/a 9378,680.00 9221,033.00 91,570,850.00
DOT Form 140-063 EF
Revised 1097
Exhibit "A"
Summary of Payments
EXHIBIT B -2
CITY OF TUKWILA ENGINEERING DESIGN SERVICES
SOUTHCENTER PARKWAY EXTENSION PROJECT
1.01 PROJECT DESCRIPTION
SCOPE OF SERVICES
SUPPLEMENT NO. 9
SECTION 1.00 PROJECT DESCRIPTION AND DELIVERABLES
The objective of Supplement No. 9 is to document scope of work changes and to complete construction
documents including plans, specifications, and estimates (PS &E) for the Southcenter Parkway Extension
Project not included in the original contract or Supplements 1 through 8. The following task revisions
are included in Supplement No. 9:
Establish S 180 Street and S 200 Street right -of -way centerline.
Establish horizontal and vertical control and additional topographic survey.
Redesign the King County Metro bus pullouts based on updated design standards.
Develop access location for new PSE substation.
Relocate /redesign illumination system to back of curb to eliminate conflict with joint utility
trench.
Relocate /redesign signal system to eliminate conflict with joint utility trench.
Develop temporary access to Seattle Tractor.
Develop and evaluate three additional sites for the sewer lift station.
Redesign sanitary sewer lift station at new selected site.
Redesign sanitary sewer trunkline to tie into new sanitary sewer lift station design.
Additional coordination with Highline Water and LaPianta to develop new waterline design.
Redesign entire Highline water system.
Develop temporary construction easement drawing and control sheet for plan set.
Provide Bid Review and Award Recommendation.
Develop alternate access drawings for the Gaco /Mitchell Access.
Prepare overlay design for Southcenter Parkway from S 180 Street to Minkler Boulevard.
Prepare overlay design for S 200 Street from the proposed Southcenter Parkway to the
western limits of the waterline design.
Prepare miscellaneous City exhibits.
Prepare Temporary Construction Easement Display.
Develop detour plan.
Develop building demolition plan and specification
1.02 PROJECT DELIVERABLES FURNISHED BY THE CONSULTANT
Section 1.02 of Supplement No. 8 is revised to the following:
The Consultant shall maintain a project file for pertinent work items. These files will be delivered to the
City at the conclusion of the project. In addition to the project files, the Consultant shall deliver the
following documents and products to the City as part of this agreement:
Meeting Minutes.
p t\ tuka00000001\ 0000con \0030contract \0031add -ons \supplement no 9 \southcenter supplemental services #9 10_0223 doc
DAVID EVANS AND ASSOCIATES, INC. 1
Scope of Services
Pre -100% PS &E Progress Set to be submitted to WSDOT Local Programs.
100% Proof PS &E Contract Plans incorporating the revisions listed above.
100% Proof Cost Estimate.
100% Proof Special Provisions.
100% PS &E Contract Plans.
100% Cost Estimate.
100% Special Provisions.
Engineer's Cost Estimate back -up data.
Updated Hydraulic Report.
Updated Geotechnical Report.
Electronic Bid Documents provided to the Builders Exchange.
Addenda.
SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL
SECTION 3.00 BASEMAPPING
3.01 BASEMAPPING
Section 3.01 of Supplement No. 8 is supplemented with the following:
S 180th Street and S 200th Street R/W Verification
The Consultant shall provide the necessary professional surveying services to perform the field and
office survey necessary to prepare a centerline alignment plan of the new Southcenter Parkway Extension
and ties at S 180th Street and S 200th Street. This phase will include the research of county road plans
and records, record of surveys, and plats; section and road monument field survey ties; plat and Record
of Survey calculations; road alignment computations and resolution; and preparation of a survey map
exhibit to depict the centerline alignment and ties to section lines.
Establish Horizontal Vertical Control and additional Topographic Survey
The Consultant shall provide the necessary professional surveying services to perform the field and
office survey necessary to develop horizontal and vertical control for the project, develop a horizontal
and vertical control basemap, and perform additional topographic survey at the tie -in to the existing
Southcenter Parkway at Segale Drive C, B -Line Alignment, and C -Line Alignment.
Completed Work
Deliverables: Updated basemap and survey control sheet
SECTION 4.00 DESIGN
4.01 REVISE SOUTHCENTER PARKWAY EXTENSION LAYOUT
Section 4.01 of Supplement No. 8 is supplemented with the following:
At the direction of the City, the Consultant shall revise the design of Southcenter Parkway based on the
following:
Redesign the King County Metro bus pullouts based on updated design standards.
Develop access location for new PSE substation.
Relocate /redesign illumination system to back of curb to eliminate conflict with joint utility
trench.
p t\ tuka00000001\ 0000con \0030contract \0031add -ons \supplement no 9 \southcenter- supplemental services #910_0223 doc
DAVID EVANS AND ASSOCIATES, INC. 2
Scope of Services
Relocate /redesign signal system to eliminate conflict with joint utility trench.
Develop temporary access to Seattle Tractor.
Develop and evaluate three additional sites for the sewer lift station.
Redesign sanitary sewer lift station at new selected site.
Redesign sanitary sewer trunkline to tie into new sanitary sewer lift station design.
Redesign entire Highline water system.
Develop temporary construction easement drawing and control sheet for plan set.
In addition, the following plan elements required additional staff hours to complete than what was
identified in Supplement No. 8. These items include:
Roadway Plan and Profiles at Segale Park Drive C, B -Line, and C -Line due to updated
topographic survey information.
Channelization Plans.
TESC plan preparation based on information provided by LaPianta.
Storm Drainage Plan and Profiles.
Landscaping and Irrigation Plans.
Stream E mitigation Plans.
Electrical design for sanitary sewer lift station.
Deliverables: 100% Proof Plans (10 copies, half -size 11" x 17
100% Proof Contract Special Provisions (10 hard copies)
100% Proof Engineer's Estimate (3 hard copies)
4.03 ASSISTANCE DURING BID PERIOD
Section 4.03 of Supplement No. 8 is revised to the following:
The Consultant shall provide assistance during the ad period for construction bids consisting of attending
a pre- construction meeting, assisting the City in responding to bidder questions, and preparing addenda.
It is assumed that 112 hours total will be required to prepare the addenda.
4.04 BID REVIEW (NEW SECTION)
The Consultant shall review the proposal of the apparent low bidder and check references to assist the
City in awarding the Contract. The Consultant shall attend the bid opening, prepare a bid tabulation,
review the unit bid costs in the proposal, compare them with unit costs of other bidders, and note whether
any major discrepancies are present. The Consultant shall call the references listed on the apparent low
bidder's "Responsible Bidder Determination Form The Consultant shall prepare a list of questions to
ask the references and shall document their responses. The responses shall be sent to the City for their
review.
The Consultant shall prepare an award letter of recommendation to award a contract to the lowest
responsible bidder.
Deliverables:
Bid Tabulation
Reference Check Forms
Letter of recommendation to award bid
p:\ t\ tuka00000001\ 0000con \0030contract \0031add -ons \supplement no 9 \southcenter supplemental services #9 10_0223.doc
DAVID EVANS AND ASSOCIATES, INC. 3
Scope of Services
SECTION 9.00 MISCELLANEOUS DESIGN SERVICES
The CONSULTANT shall provide miscellaneous work to support other design elements of the project.
The following miscellaneous design work included in Supplement No. 9 includes:
A. Develop alternate access drawings for the Gaco /Mitchell Access.
B. Prepare overlay design for Southcenter Parkway from S 180 Street to Minkler Boulevard.
Prepare overlay design for S 200 Street from the proposed Southcenter Parkway to the
western limits of the waterline design.
C. Prepare miscellaneous City exhibits (32 hours maximum).
D. Prepare Temporary Construction Easement Display.
E. Develop detour plan.
F. Develop Building Demolition Plan and Specification.
p:\ t\ tuka00000001\ 0000con \0030contract \0031add -ons \supplement no. 9 \southcenter supplemental services #9 10_0223 don
DAVID EVANS AND ASSOCIATES, INC. 4
Scope of Services
Supplement No. 9
Southcenter Parkway Extension Project
Summary
Classification Hrs. x Rate Cost
1 Quality Assurance /Quality Control 22 $57.75 $1,270.50
2 Project Manager 67 $57.75 $3,869.25
3 Senior Professional Engineer 325 $58.80 $19,110.00
4 Professional Engineer 160 $43.05 $6,888.00
5 Design Engineer 316 $31.50 $9,954.00
6 CADD Manager 320 $40.43 $12,936.00
7 Sr. Traffic Engineer 54 $58.80 $3,175.20
8 Traffic Engineer 32 $43.05 $1,377.60
9 Sr. Landscape Architect 25 $40.90 $1,022.44
10 Sr. Landscape Designer 36 $32.24 $1,160.46
11 Senior Prof. Land Surveyor 32 $50.40 $1,612.80
12 Survey Tech. 70 $31.50 $2,205.00
13 Survey Crew 64 $49.35 $3,158.40
14 Administrative Assistance 94 $28.09 $2,640.23
Total Hrs. 1617 $70,380
Direct Salary Cost $70,380
Subtotal $70,380
Overhead Cost
Net Fee
Subtotal
174.70% of Direct Labor
30.00% of Direct Labor
Direct Non -Salary Cost
a) Deliveries/ Mail 5 Each $15.00 /Each $75.00
b) Reproduction: Half Size Plans Sets 15 Each $110.00 /Each $1,650.00
Full Size Plan Set 1 Each $600.00 /Each $600
Reports 15 Each $50.00 /Each $750
c) Hydraulic Modeling Lump Sum $1,000
d) Travel (Personal Miles) 200 Miles $0.550 /Mile $110.00
e) Utility Tone Marking (APS) $0.00
Subtotal $4,185
Subconsultant
R &W $2,400
DEA Total to Complete Project J $221,033
Page 1
P:\ t\ TUKA00000001\ 000000N \0030Contract \0031Add -Ons \Supplement No. 9\Southcenter- Supplemental Services #9 10_0223_revised3.xls
$122,954
$21,114
$214,448
Printed 2/24/2010
3.00
3.01
A
B
C
D
4.00 IDesign
4.01
A
B
C
Final PS &E Preparation
Basemapping
Basemapping
S. 180th to Minkler Field Walk
On -call surveying
S 180th Street and S 200th Street R/W Centerline I
Establish Horz -Vert Control Additional Topo
`Task "3.Q Total
Revise Southcenter Parkway Extension Layout
Bike Lane Elimination
September 2009 90% Comment Resolution
100% Proof Plans Preparation
Roadway plans /profiles
Segale Drive C HorizontalNertical Realignment
Station 118 +50 intersection realignment
Channelizatlon and signing plans
TESC Plans /Details
Miscellaneous details
Storm drainage plans and details
Stream E Conveyance PIaNProfile
Retaining Wall
Water /Sewer plans
Sanitary Lift Station
PRV plans
Intersection plans
Signal design
Steam E Enhancement plans
Right -of -way plan
Illumination design
Landscape plans and details
Irrigation plans and details
Dry utilities
Engineer's estimate quantities
Specifications
Design submittal production
SUPPLEMENT NO. 9
Southcenter Parkway Extension Project
Estimated Person -hours Summary
1 2 3 4 5 1 6 7 8 9 1 10 11 12 13 14 1
O
C
U w
d
T
U
j W N N N 2 m
c N
O o 5 W W !1
O Q O
c
C `w C Q
A m W d rn I 'al O dl J
C N C N m L 3
N O C W V C NN O y N N
a n. .2 w w N v 6: 1' 0
c c
1 o c o rn p J J Z Z E D EA R &W
O a co a o U rn t- in rn to 1n co Total DEA Total Electrical Total
Vat. Total. Total Totat, Total Total. Total Total _.Total Totat'Total Total Total Total Total Total Total Total
.'_'firs r t i t s hrs' t s .hrs hrs' -..hrs hrs hrs hrs hrs hrs hrs hrs hrs .1$
I I
I I
I I
I I
I I I
2 1 1 1 2
8 1 2 1 2
l I
10.
4
14
8
7 80 1
I I
4 6
40 1 50
14 80 120
2 88 100
20
I I
A 1
32 I
12
40 1
20
80
12 54
1
24 1
PV\ TUKA000WW1` 000000N0030Contract10031AddOns \Supplement No. 915o0fcenter- Supplemental Services #910 0223 reviced3 XIS Page 2
10 1 16
32 1
1 10 10
5 10
10 1 18 12
22 1 44 52
32 62 64 6
2
4
30
47
134
181
$6.125
$17,881
$24,006
119 1 $15,690
22 $2,771
90 $11,966
258 $33.945
270 $35,570
20 51,920
66 511.153
26 52.818
70 $9.617
20 $2,228
15 51.605
58 $6,464
62,400
$6.125
517,881
$24,006
515,690
$2.771
511,966
$33.945
$35.570
$4,320
$11,153
52.818
59,617
$2,228
51.605
56,464
2/24/2010
4.03 Assistance During Bid Period
A Pre-construction meeting
B Responding to bidders questions
C Addenda
4.04 Bid Review
I A Bid Review and Award Recommendation
I T Miscellaneous Design Services
A Gaco/Mitchell Driveway Alternatives
SSP/200th and 180th Overlay
C Prepare Miscellaneous City Exhibits
D Prepare Temporary Construction Easement Display
E Prepare Detour Plan Sheet 1 Sheet)
F Prepare Building Demolition Plan and Specification
SUPPLEMENT NO. 9
Southcenter Parkway Extension Project
Estimated Person-hours Summary
2 3 4 5 6 7 8 9 10 1 11
PATUKA000C0001.90000NZ030Cor6'act6'031Add-Ons \Supplement No. 9 \Southcenter Supplemental Services 89 10_0223_revised3.xls Page 3
12 13 14 1
fa.
g 1
1
To cn
LLI ID W C
0 i W 1,3 't 'I' 8 3
g i fg T g Lt .'t 13 f; t 1
2 o 0
.2 1 5 g g ,f, a_ 1- 0
2-g,
t .1. 1 .K. 2 r= t 3 2 .g. 4 4 i DEA
(53 (I) (I) Total DEA Total
Total. Total tOtSt 'TOW Total Total Total Total Total Total- Total Total Total Total •Total
hrS'.. hrs "hrs hrs Airs' hrs hrs hrs hrs hrs hrs
1 1 1 1 1
4 4 1 1 I 1 1 1 8 $1.421
4 8 1 4 1 I 1 1 I 16 52.662
8 16 1 16 16 1 40 1 16 112 1 $14,205
4 8 1 40 1 1 40 92 1 $12.701
86 1262 6166,736
4
4 8112
4 8116
1 16
8 1 16
100. 312 280 54 '32 25 36
8
24
16
8
I 4 4
212 1 81 1 1 2
1 1
.,:i 7. Tisk_9.01 :4 :10 :26- 60 4 60 8 2 174 523,706 523,706
I
Expenses1 1 I 1 1 1 1 1 1 1 1 54,185 1 1 54.185
i alOiE0TTQTA1:6 425 -...i50:;. .320, .54 32 25 f 36 32 70 64 94 1617 5218,633 -52,400 $221,033
32
56
32
32
8
14
$4.697
$7,896
54,070
$4.300
$877
$1,867
R8W
Electrical Total
Total -Total
52,400
$1,421
$2,662
$14,205
$12.701
$169136
$4.697
$7,896
$4.070
$4.300
5877
$1,867
2/24/2010
Southcenter Parkway 2010 timeline
2 -25 -10
Activity
1. DEA delivers 100% Plans, Specs, Eng Est to City
2. CM review, shortlist, interview, references
3. CM interviews (up to 4 firms)
4. Advertise Contractor bid
5. CM select
6. Negotiate contract with CM
7. Contractor bid due, bids opened
8. TIB March Board Meeting (Wenatchee)
9. Contractor bid review, background, interview
10. CC Transportation Committee
11. Corps of Engineers issues "404" permit
12. City Council COW Meeting discuss
Contractor bid award
CM award
TIB contract
CERB contract
State Capital Projects contract
Highline Water District ILA
13. City Council Regular Meeting award /authorize
Contractor bid award
CM award
TIB contract
CERB contract
State Capital Projects contract
Highline Water District ILA
14. Mayor signs contracts with CM and Contractor,
City issues Notice to Proceed
15. Construction starts
Start Date
February 10
February 24
March 8
March 25
March 18
End/Due Date
January 13
March 5
February 25
February 25
March 5
March 12
March 18
March 26
April 1
April 5
April 5
April 12
April 19
April 20
May 3