HomeMy WebLinkAboutTrans 2009-01-20 COMPLETE AGENDA PACKETNote
'Tuesd
City of Tukwila
Transportation Committee
0► De'Sean Quinn, Chair
4 Dennis Robertson
Verna Griffin
AGENDA
I. Current Agenda Review
II. Presentation(s)
III. Business Agenda
A. Boeing Access Road Bridge Replacement Project
Grant Application Results from 2008
B. 2008 Overlay and Repair Program
Project Completion Acceptance
C. 2009 2012 SCATBd Interlocal Agreement and
Resolution
D. Tukwila International Blvd Phase II and III
Construction Management Services Agreement
Harris Associates
E. Tukwila International Blvd Phase II and III
Consultant Agreement Suplement #7 with KPG
for Construction Management Support
F. Tukwila International Blvd Phase II and III
Construction Management Trailer Purchase
G. Street Vacation at 13911 Tukwila International
Blvd Resolution Setting a Public Hearing Date
of 2/23/09
IV. Old Business
Distribution:
D. Quinn
D. Robertson
V. Griffin
Mayor Haggerton
J. Hernandez
R. Berry
K. Matej
D. Speck
C. O'Flaherty
M. Hart
S. Norris
S. Kerslake
TUESDAY, JANUARY 20, 2009
Time: 5;00 PM Place: Conference Room #1
I.
II.
III.
A. Information Only
Pg. 1
B. Forward to 2/02/09 Regular Pg. 3
Consent Agenda
Pg. 5
Pg. 27
C. Forward to 1/26/09 COW
D. Forward to 1/26/09 COW
E. Forward to 1/26/09 COW
F. Forward to 1/26/09 COW
G. Forward to 1/26/09 COW
IV.
Future Agendas:
J. Morrow
B. Giberson
F. Iriarte
P. Brodin
G. Labanara
C. Knighton
R. Tischmak
P. Lau
M. Mathia
S. Anderson
S. Hunstock
J. Pace
J. Harrison
Next Scheduled Meeting: Monday, February 2, 2009
f The City of Tukwila strives to accommodate individuals with disabilities
Please contact the Public Works Department at 206- 433 -0179 for assistance.
N. Olivas
M. Miotke
C. Parrish
B. Arthur
File Copy
Single side to
3 Extra Copies
e-mail cover to
B.Saxton, M. Hart,
C. O'Flaherty, K.
Narog, S. Norris
and 5. Kirby
Pg. 69
Pg. 87
Pg. 89
TO: Mayor Haggerton
Transportation Committee
FROM: Public Works Director
DATE: January 14, 2009
SUBJECT: Boeing Access Road Over BNRR Bridge Replacement Project
Project No. 94 -RWO8
Grant Application
ISSUE
Results of the City's grant application for replacement of the Boeing Access Road Bridge (over
the railroads) and the selected projects from the 2008 Bridge Replacement and Rehabilitation
Program.
BACKGROUND
In June of 2008, the City submitted an application for federal grant funds to replace the Boeing
Access Road Bridge (over the railroad crossing). The total project cost estimate was $31 million
and $24.8 million in grant funds was requested. Only $30 million was available statewide for the
selected projects.
DISCUSSION
The selection committee received 42 project applications totaling $227 million. There were 19
projects selected for funding ranging from $283,214 to $2,983,500 (see attached list). The City
has not yet received any correspondence or feedback from the selection committee regarding
the competitiveness of the City's application. Staff recommends that the City continue to submit
applications as funding becomes available in the future.
RECOMMENDATION
For information only.
City of Tukwila
INFORMATIONAL MEMORANDUM
Attachment: List of selected 2008 Bridge Replacement and Rehabilitation Projects
P:\PROJECTS\A- RW RS Projects \94RWO8 BAR Br Repl \Grant Results memo TC 1- 14- 09.doc
Jim Haggerton, Mayor
2008 Bridge Replacement and Rehabilitation Projects
Owner
Chelan County:
Chelan County
Cowlitz County:
Cowlitz County
Grays Harbor County:
Grays Harbor County
Ocean Shores
King County:
Seattle
Des Moines
Normandy Park
King County
Bothell
Lewis County:
Lewis County
Mason County:
Mason County
Pierce County:
Tacoma
Skagit County:
Skagit County
Skagit County
Snohomish County:
Snohomish County
Spokane County:
Spokane County
Spokane County
Whatcom County:
Bellingham
Yakima County:
Yakima County
City of Yakima
Bridge Name
West Monitor
Tower Rd. Bridge
Black Creek Bridge
Tonquin
15 NE NE 106
North Twin Bridge
Sylvester Road
Sunday Creek
North Creek #4
Coughlin
Weaver Creek 1
East Lincoln Ave
James Street
(two bridges)
Type of work Funding
rehabilitation
maintenance
replacement
replacement
maintenance
rehabilitation
rehabilitation
replacement
replacement
maintenance
replacement
maintenance
1,786,716
519,000
$1,248,400
$2,595,460
$1,500,000
$2,159,285
$2,522,986
$1,000,000
$2,116,120
302,750
$1,118,388
$2,983,500
Guemes Isi. Ferry Dock rehabilitation combined:
Anacortes Ferry Dock rehabilitation $1,522,572
Swamp Creek #546 replacement $2,481,419
Elder Rd.- UPRR maintenance 283,214
Chattaroy
over Dragoon Creek replacement $1,290,963
replacement $2,494,904
Terrace Heights Dr. maintenance 379,000
Nob Hill railroad #2 maintenance $1,742,658
TO:
City of Tukwila
Attachment: Dept of Revenue Notice of Completion
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
FROM: Public Works Directoy VV
DATE: January 13, 2009
SUBJECT: 2008 Overlay and Repair Program
Project No. 08 -RW01, Contract 08 -078
Project Completion and Acceptance
ISSUE
Accept contract as complete and authorize for release of the retainage.
BACKGROUND
The Notice to Proceed for Contract No. 08 -078 with Watson Asphalt Co. of Maple Grove,
Washington, was issued on September 2, 2008 for construction of the 2008 Overlay and
Repair Program. Project 08 -RWO1 provided pavement repairs and overlays on nine road
segments in the City.
Construction was physically completed on November 14, 2008. Two Change Orders were
issued during construction. Change Order No.1 installed a utility vault on East Marginal Way
South (Site #5) for the traffic signal system for a fee of $29,300.00. Change Order No. 2
placed approximately 900 lineal feet of 12.5 -foot wide paving fabric underneath the new
asphalt layer at a proposed cost of $9,000.00 and deleted approximately 1,500 square
yards of pavement planning at a savings of $3,225.00, resulting in a net additional cost of
$5,775.00.
ANALYSIS
The finalized project cost is under the authorized construction budget. Minor unit price
underruns stated below were primarily due to fewer construction materials used than
originally estimated:
Contract Award Amount
Change Orders No. 1 and 2
Unit Price Underruns
Sales Tax (N /A)
Total Amount Paid (incl. retainage)
697,322.75
35, 075.00
(41,401.35)
0.00
690.996.40
Jim Haggerton, Mayor
RECOMMENDATION
The Council is being asked to accept the contract with Watson Asphalt in the amount of
$690,996.40 and consider this item on the consent agenda of the February 2, 2009 Regular
Meeting.
P:\PROJECTS\A- RW RS Projects \08RW01 2008 Overlay Repair\Consruction Phase\After ConsWcxion \INFO MEMO Closeout 2008 Overlay 1 -14-09 gl.doc
State of Washington
Department of Revenue
I PO Box 47474
REVENUE Olympia WA 98504 -7474 Contractor's Registration No. (UBI No.) 179017188
Date 11/26/08
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
From:
es_
Finance Approval
ame
City of Tukwila
Attn: Diane Jaber
6200 Southcenter Boulevard
Tukwila, WA 98188
Description of Contract
2008 Annual Overlay and Repair Project
Contractor's Name
Watson Asphalt Paving Co., Inc.
9/2/08
Surety or Bonding Company
Travelers Indemity Co.
Agent's Address
P.O. Box 3018 Botthell, WA 98041 -3018
Comments:
Retainage Bond Info Only
Tax Rule 171 Applies
one
Notice is hereby given relative to the completion of contract or project described below
Contract Number
08 -078
Telephone Number
425 868 -4377
Contractor's Address
P.O. Box 845 Redmond WA 98073 -0845
Date Work Commenced Date Work Completed
10/31/08
c/o Hub International Northwest
Contract Amount 697,322.75
Additions 35,075.00 Liquidated Damages 0.00
Reductions 41,401.35
Sub -Total 690,996.40
Amount of Sales Tax Paid at 0.0 0.00
(If various rates apply, please send a breakdown.)
TOTAL 690,996.40
6
Assigned To
Date Assigned
Signature
Type or Print Name Diane Jaber
Phone Number 206 -433 -1871
Date Work Accepted
n en U se i
Amount Disbursed 690,996.40
Amount Retained 0.00
TOTAL 690,996.40
D isbursing 4 ficelc
The Disbursing Officer must complete and mail THREE copies of this notice to the Depatttttent of Revenue,
PO Box 47474, Olympia, WA 98504 -7474, immediately after acceptance of the work done under this contract. NO
PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Department's certificate, and then only in
accordance with said certificate.
To inquire about the availability of this document in an alternate format for the visually impaired, please call (360) 753 -3217. Teletype
(TTY) users please call (800) 451 -7985. You may also access tax information on our Internet home page at http /dor.wa.gov.
REV 31 0020e (6- 27 -01)
City of Tukwila
TO: Mayor Haggerton
Transportation Committee
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
FROM: Public Works Director)
DATE: January 12, 2009 VV
SUBJECT: South County Area Transportation Board SCATBd)
Resolution and Agreement
ISSUE
Authorize Mayor to sign a new interlocal agreement for continued participation in SCATBd.
BACKGROUND
Since 1992, SCATBd has been an effective South King County forum for information sharing,
consensus building, and providing valuable input on regional and state transportation planning
and implementation decisions. Attached are several documents providing additional insight into
the activities of SCATBd. Annual SCATBd dues are $250.00.
RECOMMENDATION
The Council is being asked to approve the resolution authorizing the Mayor to enter into the
interlocal agreement with SCATBd for 2009 -2012 and consider this item at the January 26,
2009 Committee of the Whole meeting and subsequent February 2, 2009 Regular Meeting.
Attachments: Resolution
Exhibit A (Map) and Exhibit B 2009 -2012 Agreement
SCATBd Letter to Mayor (December 30, 2008)
2008 Annual Report and Work Program Goals
SCATBd Letter to Senator Prentice (December 30, 2008)
P:\BOB \SCATBd \Informational Memorandum SCATBd Res Agrmt.doc
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, SUPPORTING THE CONTINUATION OF THE SOUTH
COUNTY AREA TRANSPORTATION BOARD SCATBD) AS THE SOUTH
KING COUNTY FORUM FOR INFORMATION SHARING, CONSENSUS
BUILDING AND COORDINATING TO PROVIDE ADVICE ON
REGIONAL TRANSPORTATION ISSUES AND APPROVE CONTINUED
PARTICIPATION BY THE CITY OF TUKWILA; AND AUTHORIZING THE
MAYOR TO SIGN THE INTERLOCAL AGREEMENT.
WHEREAS, the South King County subarea has been involved in multi-
jurisdictional transportation planning to develop coordinated plans for transportation
improvements and programs for this area; and
WHEREAS, these plans have been approved and efforts continue to be made to
work cooperatively to implement the recommended projects; and
WHEREAS, the SCATBd has been an effective forum for information sharing,
consensus building and providing valuable input on transportation planning and
implementation decisions; and
WHEREAS, the City of Tukwila has participated in the past as a member and finds
it to be in the interest of the City of Tukwila to continue to be a member of said South
County Area Transportation Board;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY RESOLVES AS FOLLOWS:
The Mayor is hereby authorized to sign the 2009 -2012 Interlocal Agreement,
attached hereto as Exhibit B, to continue to participate in the South County Area
Transportation Board, including identifying representatives and providing dues, and
authorizes the Mayor to enter into this Interlocal Agreement.
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON,
at a Council Meeting thereof this day of 2009.
ATTEST /AUTHENTICATED:
Christy O'Flaherty, CMC, City Clerk
APPROVED AS TO FORM BY:
Office of the City Attorney
CRAFT
C:\Doeumenis and Settings\Al1 User Desktop\ Kelly\MSDATA\Resolutions\SCATBd 2009- 2072.doc
BG:ksn 1/152009
Joan Hernandez, Council President
Filed with the City Clerk:
Passed by the City Council:
Resolution Number:
Attachments: Exhibit A, SCATBd Map
Exhibit B, 2009 -2012 Agreement for the South County Area
Transportation Board
Page 1 of 1
Federal'Way
King County
Muckleshoot Tribe
Norm
on
Exhibit A
Pacific
Pierce County
\sk\\
kee&‘
South King County Subarea 2008
South County Area Transportation Board (SCATBd)
The information f invaded on this map has been compiled King La K County CouCounty y sta stafff Icing riuy andasubjevto oha nge ing
without notice. K"m9 County y makes makes n no representations or
warranties, expressed or implied as to accuracy, completeness,
timeliness or rights to the use of such information. King County shall
not be Gable for any general, special, indirect, incidental, or
consequential damages including, but not limited to. lost revenues
or lost profits resulting from the use or misuse of the indonnation 00.51 2 3 4
contained on this map. Any sale of this nap or information on this k �1
map is prohibited except by written permission of King County. 1Y ti
Enumclaw
Male Valley
Black Diamond
t
%`a
SCATBd
SCATBD and ETP
Cedar River
Roads
Parties to Agreement:
City of Algona
City of Auburn
City of Black Diamond
City of Burien
City of Covington
City of Des Moines
City of Enumclaw
City of Federal Way
City of Kent
City of Maple Valley
City of Milton
City of Normandy Park
City of Pacific
2009 -2012 AGREEMENT
FOR THE
SOUTH COUNTY AREA TRANSPORTATION BOARD
City of Renton
City of SeaTac
City of Tukwila
King County
Muckleshoot Tribe
Pierce County
Pierce Transit
Port of Seattle
Puget Sound Regional Council
Sound Transit
Transportation Improvement Board
Washington State Depaitnuent of Transportation
Washington State Transportation Commission
Transmittal date to participating members for approval: December 30, 2008
1
Exhibit B
THIS AGREEMENT is made and entered into by and among the CITY OF ALGONA, hereafter
called "Algona the CITY OF AUBURN, hereafter called "Auburn"; the CITY OF BLACK
DIAMOND, hereafter called "Black Diamond the CITY OF BURIEN, hereafter called "Burien the
CITY OF COVINGTON, hereafter called "Covington the CITY OF DES MOINES, hereafter called
"Des Moines the CITY OF ENUMCLAW hereafter called "Enumclaw the CITY OF FEDERAL
WAY, hereafter called "Federal Way the CITY OF KENT, hereafter called "Kent the CITY OF
MAPLE VALLEY, hereafter called "Maple Valley CITY OF MILTON, hereafter called "Milton
the CITY OF NORMANDY PARK, hereafter called "Normandy Park the CITY OF PACIFIC,
hereafter called "Pacific the CITY OF RENTON, hereafter called "Renton the CITY OF SEATAC,
hereafter called "SeaTac the CITY OF TUKWILA, hereafter called "Tukwila the
MUCKLESHOOT TRIBE; KING COUNTY, a legal subdivision of the State of Washington, hereafter
called "King County PIERCE COUNTY, a legal subdivision of the State of Washington, hereafter
called "Pierce County; the PUGET SOUND REGIONAL COUNCIL, hereafter called the "PSRC the
CENTRAL PUGET SOUND REGIONAL TRANSIT AUTHORITY, hereafter called "Sound
Transit PIERCE TRANSIT; the WASHINGTON STATE DEPARTMENT OF
TRANSPORTATION, hereafter called "WSDOT the WASHINGTON STATE
TRANSPORTATION COMMISSION, hereafter called the "Transportation Commission the
TRANSPORTATION IMPROVEMENT BOARD, hereafter called "TIB and the PORT OF
SEATTLE.
WHEREAS, the parties to this agreement recognize that multi jurisdictional transportation planning
and coordinated transportation plans benefit their citizens; and
WHEREAS, the South County Area Transportation Board (SCATBd) has effectively served as the
central forum for information sharing, consensus building, and coordination to develop
recommendations for transportation policies, projects and programs for the South King subarea; and
WHEREAS, the King County Comprehensive Plan for Public Transportation Long Range Policy
Framework, adopted in 1993, divided Metro service into three geographic subareas for the purpose of
allocating new transit subsidy; and
WHEREAS, the Six -Year Transit Development Plan, adopted in 1995, called for the three subarea
transportation boards (the Eastside Transportation Partnership, South County Area Transportation
Board, and SeaShore Transportation Forum) to review, refine, and recommend service priorities to the
King County Executive; and
WHEREAS, Sound Transit relies on the three subarea transportation boards to review and recommend
Sound Transit plans and implementation of projects and services; and
WHEREAS, the geographic subarea boundary area for the South King Subarea is the area represented
on the attached map (Exhibit A);
NOW THEREFORE, in consideration of the mutual covenants contained herein, the parties hereto
agree as follows:
1.0 Purpose of Agreement
The purpose of the Agreement is to provide for the continuation of the South County Area
Transportation Board (SCATBd) as the South forum for local governments to share information, build
consensus, and coordinate among jurisdictions and agencies with the goal of providing advice on
plans, programs, policies and priorities for regional transportation decisions.
2.0 Role of Subarea Transportation Boards
1. The South County Area Transportation Board (SCATBd) is the forum established for the
South subarea of King County for elected officials to provide advice into the following
decisions:
a. The King County Metro six -year transit development plan, and implementation of
transit service priorities.
b. Sound Transit plans and implementation of projects and services.
2. The SCATBd may also provide input on other countywide and regional transportation issues.
3. The three subarea transportation boards shall hold at least one joint meeting annually to
address issues of mutual interest and concern and promote regional decisions.
2
3.0 Voting and Non- voting Members
3.1 The voting members of SCATBd and their voting rights shall be as follows:
Voting Members 1 Number of Reps.
Algona
Auburn
Black Diamond
Burien
Covington
Des Moines
Enumclaw
Federal Way
King County
Kent
Maple Valley
Milton
Muckleshoot Tribe
Normandy Park
Pacific
1 Renton
1 SeaTac
1 Tukwila
Pierce County
1
1
1
1
1
1
1
1
3
1
1
1
1
1
1
1
1
1
1
Sound
Transit'
Yes
Yes
No
Yes
No
Yes
No
Yes
Yes
Yes
No
Yes
Yes
Yes
Yes
No
Yes
Yes
No
3.2 The non voting members of SCATBd shall be as follows:
1 Non Voting Member 1 Number of Representatives
Sound Transit 1
PSRC 1
WSDOT 1
ITIB i 1
Pierce Transit 1
Port of Seattle 1
Washington State Transportation Commission I 1
1 Private sector representation (if approved by SCATBd) 1
t Recommendations on Sound Transit capital and service plans and implementation
2 Recommendations on Metro Transit service plans
3 Identification of projects for the regional competition, if prescribed by the process approved by the King County members of the Transportation
Policy Board *projects in Renton south of the Cedar River)
Other recommendations including:
Recommendations to the PSRC on plans, policies and programs, such as input on alternatives, policies and criteria for the regional transportation plan; on studies and
analyses conducted; on criteria; on funding policies; and on regional priorities.
Recommendations to the State Legislature, committees and commissions established by the Legislature, such as input on proposed legislation; on recommendations
from commissions; and on transportation budgets and priorities.
Recommendations to WSDOT on projects, policies, programs, priorities and funding, such as input on alternatives, funding, and priorities for major corridors; on
tolling; on transportation demand management; on Commute Trip Reduction; on active traffic management and on state transportation plans.
Recommendations to the State Transportation Commission, such as input on policies regarding tolling, preservation, capacity improvements and funding.
Recommendations to the federal delegation on federal legislation, such as input on reauthorization; and on funding priorities.
3
Voting Rights
Metro Transit Regional Other
Competition
Yes Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes. Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes Yes Yes
Yes Yes* Yes
Yes Yes Yes
Yes Yes Yes
No No Yes
1
3.3 A roll call vote shall be taken on recommendations from the subarea board regarding Sound
Transit capital and service plans and implementation, Metro Transit service plans, and identification
of projects for the regional competition, if prescribed by the process approved by the King County
caucus of the Transportation Policy Board. The results shall be recorded by jurisdiction.
4.0 Representation and Conduct
4.1 The representation on the South County Area Transportation Board (SCATBd) shall be as
follows:
1. Elected officials appointed for a one -year term from each of the participating counties and
cities, in the number specified above. King County representation shall be a maximum of two
Councilmembers and the King County Executive or his designee.
2. High level staff from WSDOT, Pierce Transit, the Port of Seattle and the PSRC; a South King
subarea board member of Sound Transit; the Director of the TIB; and a representative
designated by the Washington Transportation Commission.
3. A representative of a private sector group or groups as detelliiined by SCATBd.
4.2 Each participating member shall appoint an alternate. Designated alternates may vote in place
of designated voting representatives in the absence of the designated representative.
4.3 On an annual basis, member jurisdictions shall inform the Lead Agency in writing of its
representatives and alternates and provide the appropriate contact information for each.
4.4 The SCATBd will be responsible for overall program direction, approving Technical Advisory
Committee recommendations and providing direction for input on transportation decisions
4.5 The SCATBd may establish its own bylaws and rules of procedures and may modify these as
appropriate. Such bylaws and rules shall be consistent with the provisions of this Agreement and
modifications to such bylaws and rules will not alter this Agreement.
4.6 The SCATBd may establish subcommittees as it determines appropriate.
4.7 With a simple majority of voting members as shown in Section 3.1, the SCATBd can adopt
resolutions, authorize correspondence, request studies, or provide other advisory input to member
jurisdictions or regional and state activities, including plans policies, programs, projects or legislative
issues.
4.8 Any voting member may request that a minority statement be included in communications or
otherwise distributed with the adopted majority position.
5.0 Chair and Vice Chair
5.1 The chair and vice chair of SCATBd shall be representatives of a member county or city
located within the subarea's geographic boundaries. The chair and vice chair shall be elected by a
majority of the voting representatives from jurisdictions within the subarea's geographic boundaries.
4
5.2 The chair and vice chair shall be nominated by a nominating committee established in
November of each year, and nominated in December of each year.
5.3 The chair and vice chair shall serve a term of one year from February 1 through January 31 of
the following year.
5.4 The chair and the vice chair shall conduct the SCATBd activities within adopted procedures
and guidelines. The chair and vice chair are responsible for setting meeting agendas, ensuring fair
opportunity for discussion, signing correspondence, and speaking on behalf of the SCATBd.
6.0 Technical Advisory Committee (TAC)
6.1 Each member jurisdiction or agency shall appoint at least one planning, public works and/or
intergovernmental staff person to the Technical Advisory Committee (TAC). Private sector groups
shall not participate in TAC activities. Each member jurisdiction and agency is expected to contribute
such staff as is necessary to accomplish the work program adopted by the SCATBd.
6.2 The TAC shall provide technical assistance as requested by the SCATBd and shall advise the
SCATBd and their respective members on emergent transportation issues, and be responsible for
overall program development including drafting of the work program. The TAC shall also review
consultant work, and coordinate its activities with adjacent jurisdictions, including the other subarea
transportation forums.
6.3 When appropriate, the TAC will make recommendations for consideration of the SCATBd. The
TAC's recommendations shall be arrived at by consensus of a majority of the TAC members present.
If the Technical Advisory Committee is unable to reach consensus on a particular issue, TAC members
may present discussion questions or a dissenting opinion to the SCATBd for consideration.
7.0 Lead Agency
7.1 King County will be the lead agency for the purposes of receipt of funds, contract
administration, and disbursement of funds associated with consultant contracts and study- related
expenses. King County shall appoint a staff member to serve as Project Manager for special projects.
King County shall also provide general administrative and program support for the SCATBd. King
County assumes wage and benefits cost of its staff performing Lead Agency responsibilities.
7.2 Lead Agency responsibilities include administrative and technical support for meetings and
ongoing operations; collection, administration and distribution of dues; support to the chair and vice
chair; preparation of correspondence and other materials; development and monitoring of work
program; and coordination of consultant services or other special projects as directed by the SCATBd.
8.0 Annual Work Program
The SCATBd may undertake activities consistent with its purposes and shall prepare an annual
progress report and work program for the following year for submittal to its members.
5
9.0 Financing and Cost Sharing Guidelines
9.1 Yearly Dues Each member city will contribute $100.00 annually per vote awarded to remain
members in good standing. The designated Lead Agency shall not be required to pay yearly dues.
This revenue shall be used for special events, including an annual joint meeting of the subarea
transportation boards, public education, or other expenses authorized by the SCATBd.
9.2 The following guidelines shall generally apply:
1. Annual Review of Financing: The SCATBd shall determine by June 30 of each year whether
an additional fmancial contribution will be requested of the SCATBd jurisdictions.
2. Voting Members: If additional financial contributions are determined to be necessary, costs
shall be shared among member jurisdictions other than King County by a method as determined
by action of the SCATBd. Unless agreed to otherwise, King County's share shall be limited to
the costs of providing staff support.
3. Non voting Members: The member agencies shall not be expected to make a direct funding
contribution.
4. Modification to Agreement Required: A modification to this agreement specifying cost
sharing, purpose, scope of work and other details is required to obligate a member jurisdiction
to funding participation.
10.0 Withdrawal of a Party from this Agreement
Each party, for its convenience and without cause or for any reason whatsoever, may withdraw from
participation in this Agreement by providing written notice, sent certified mail, return receipt required,
to all of the other parties at least thirty (30) days in advance of the effective date of the withdrawal. A
withdrawing party shall not be entitled to a refund of any payments to SCATBd but shall make any
contributions required to be paid to other parties under this Agreement for costs which had been
obligated prior to the effective date of the withdrawal. In the event a party withdraws, the remaining
parties shall amend this Agreement as necessary to reflect changes in the named parties and cost and
revenue allocations. In the event of withdrawal by a party, this Agreement shall terminate as to that
party but shall continue in effect with respect to the remaining parties. However, the termination of
this Agreement with respect to one or more parties shall not affect any of the parties' rights or
obligations, including any rights or obligations of a withdrawing party, that are expressly intended to
survive termination.
Each party's funding to perform its obligations under the Agreement, beyond the current appropriation
year, is conditional upon appropriation by the party's governing body of sufficient funds to support
said obligations. Should such an appropriation not be approved for a future year, a party may exercise
its right to withdraw as provided herein.
11.0 Duration
This Agreement shall take effect upon being duly adopted by the governing bodies of all parties and
executed by the authorized representatives of all parties. This Agreement shall remain in effect until
all the tasks have been completed to the satisfaction of the SCATBd or until such time as the
6
participating members choose to conclude the program for other reasons, but in no case shall the
program extend beyond December 31, 2012, unless terminated earlier or extended in accordance with
Section 11.0. If all parties desire to extend this Agreement beyond December 31, 2012, they shall
execute a Statement of Extension. In no event shall the Agreement be extended beyond December 31,
2014.
12.0 Termination
All parties to this Agreement must agree to terminate this Agreement in order for such termination to
be effective. If all parties desire to terminate this Agreement, they shall execute a Statement of
Termination. Upon termination, no party shall be required to make any additional contributions. Any
remaining funds shall be refunded to the parties to this Agreement according to Section 13.0.
13.0 Real and Personal Property
The acquisition of real property is not anticipated under this Agreement. Any personal property
acquired pursuant to this Agreement shall be held by the Lead Agency. In the event this Agreement
expires or is terminated in accordance with Section 11.0, any personal property other than cash shall
remain with the Lead Agency.
14.0 Return of Funds
At such time as this Agreement expires or is terminated in accordance with Section 11.0, any
unexpended and uncommitted funds shall be distributed proportionately to those parties to this
Agreement at the time of termination based on each party's percentage share of the original
contribution.
15.0 Filing
This Agreement shall be filed with the King County Department of Records and Elections.
16.0 Legal Relations
16.1 The parties shall comply with all applicable state and federal laws and regulations.
16.2 This Agreement is solely for the benefit of the parties hereto and gives no right to any other
party. No joint venture or partnership is formed as a result of this Agreement. No employees or agents
of one party or any of its contractors or subcontractors shall be deemed, or represent themselves to be,
employees of any other party.
16.3 Each party shall defend, indemnify and hold harmless the other party and all of its officials,
employees, principals and agents from all claims, demands, suits, actions, and liability of any kind
whatsoever which arise out of, are connected with, or are incident to any negligent acts of the first
party, its contractor, and/or employees, agents, and representatives in performing the first party's
obligations under this Agreement. The parties agree that their obligations under this paragraph extend
to claims made against one party by the other party's own employees. For this purpose, the parties, by
mutual negotiation, hereby waive any immunity that, as respects the other party only, would otherwise
be available against such claims under the industrial insurance provisions of RCW Title 51. In the
event either party incurs attorney's fees, costs or other legal expenses to enforce the provisions of this
7
section, against the other party, all such fees, costs and expenses shall be recoverable by the prevailing
party.
16.4 The provisions of this Section 16 shall survive and remain applicable to each of the parties
notwithstanding any termination or expiration of this Agreement and notwithstanding a party's
withdrawal from this Agreement.
17.0 Entirety and Modifications
17.1 This Agreement merges and supersedes aU prior negotiations, representations and agreements
between the parties relating to the subject matter hereof and constitutes the entire agreement between
the parties.
17.2 This Agreement may be modified or extended only by written instrument signed by all the
parties hereto.
18.0 Counterparts
The signature pages of this Agreement may be executed in any number of counterparts, each of which
shall be an original.
8
IN WITNESS WHEREOF, the Parties have caused this Agreement to be signed and delivered by its duly authorized
officer or representative as of the date set forth below its signature.
City of Algona
By: By: By:
Date: Date: Date:
City of Burien
City of Enumblcaw
City of Maple Valley
City of Pacific
City of Tukwila
Pierce County
Puget Sound Regional Council
By: By:
Date: Date:
City of Auburn City of Black Diamond
City of Covington City of Des Moines
By: By: By:
Date: Date: Date:
City of Federal Way City of Kent
By: By: By:
Date: Date: Date:
City of Milton City of Normandy Park
By: By: By:
Date: Date: Date:
City of Renton City of Sea Tac
By: By: By:
Date: Date: Date:
King County Muckleshoot Tribe
By: By: By:
Date: Date: Date:
Pierce Transit Port of Seattle
By: By: By:
Date: Date: Date:
By: By: By:
Date: Date: Date:
Washington State Department of Washington State Transportation
Transportation Commission
Sound Transit Transportation Improvement Board
9
~ South County Area Transportation Board
MS: KSC-TR-0814
201 South Jackson Street
Seattle, WA 98104-3856
Phone: (206) 263-4710 Fax: (206) 684-211 1
December 30, 2008
The Honorable Jim Haggerton
Mayor, City of Tukwila
6200 Southcenter Blvd.
Tukwila, W A 98188
Dear Mayor Haggerton:
On December 16, 2008 the South County Area Transportation Board (SCA TBd)
approved a revised agreement to extend SCATBd's activities through 2012. The revisions
to this agreement, as well as the agreements for the Eastside Transportation Partnership
and the SeaShore Transportation Forum, were developed by a joint subcommittee with
representation from all three boards. The revisions are intended to provide more
consistency and clarity for the boards' operations, and more opportunities for
coordination among the subareas. Highlights of the proposed changes include the
following:
· Clarify voting and non-voting members, and seek consistency among the subareas
in representation by the Port of Seattle, State Transportation Commission and
local transit agencies from neighboring counties.
· . Clarify voting rights on all issues, so that broad discussion is promoted, but voting
on recommendations about subarea-based resource issues is limited to those
jurisdictions located within the geographic boundaries ofthe subarea.
· Establish consistent dues of $1 00 per voting member for each subarea.
· Establish that one use of the dues shall be used to hold at least one joint meeting
annually, to promote discussion of issues that cross subarea boundaries.
Attached is the revised approved SCA TBd agreement, which we are sending to all
participating cities and agencies for their individual approval. We hope that your
governing body reviews this and takes action to approve it by mid-January. Approval by
your governing body should include authorizing the appropriate person to sign the
agreement on your city's behalf. A draft resolution to facilitate that process is attached.
After your city has approved the agreement, please sign in the appropriate signature block
and return it to Sally Marks, Supervising Transportation Planner, King County
Department of Transportation, 201 S. Jackson Street, Seattle, W A. 98104.
After all the parties have signed, you will receive a completed copy of the agreement for
your records.
2009 SCATBd Agreement
December 30, 2008
Page 2 of 3
If you have questions, please contact Sally Marks at 206 263 -4710 or
sally.marks@kinacountv.aov. Thank you very much for your cooperation.
Sincerely,
Suzette Cooke
Mayor, Kent
SCATBd Chair
Sue Blazak
Councilmember, Burien
SCATBd Vice Chair
Attachment: 2009 -2012 SCATBd Agreement
Draft Resolution
cc: The Honorable Dennis Robertson, Councilmember, City of Tukwila
Bob Giberson, City Engineer, City of Tukwila
Christy O'Flaherty, City Clerk, City of Tukwila
2008 Annual Report
South County Area Transportation Board (SCA TBd)
Mission: The mission of SCA TBd is to serve as a South King County forum for information
sharing, consensus building, and coordinating in order to resolve transportation issues and
promote transportation programs that benefit the South King County area.
Goals: To achieve its mission, SCATBd adopted the following goals:
1. Develop and promote a transportation system that will provide personal mobility choices for
South County residents consistent with the transportation goals of the Growth Management
Act and;
2. Develop and promote transportation and related actions that promote and sustain economic
development, through efficient movement of people and goods, within the South County and
contiguous areas.
History: The South County Area Transportation Board (SCA TBd), composed of four cities and
King County, initially was formed in the late 1980's to identify and promote transportation
improvements in the South County. Significant funding was received from the Transportation
Improvement Board for these purposes, and the informal group moved toward forming a
Transportation Benefit District. At King County's request, this effort was superseded in 1992 by
the formation of a new and expanded SCA TBd involving fourteen South County cities and King
County. This was accomplished through adoption of formal motions by each participating
jurisdiction. Subsequently, interlocal agreements were adopted to guide SCATBd operations.
Since 1992, SCATBd has provided valuable input to the development of the King County Metro
Transit Six-Year Plan and service implemented in accordance with that plan and the
development and implementation of Sound Transit's Sound Move Plan. SCA TBd also has
competed successfully for federal funding, has provided input to State Legislative actions, and
was instrumental in providing South King County priorities for the Roads and Transit ballot
measure in 2007 and the successful Sound Transit Phase 2 ballot measure in 2008.
SCA TBd Structure: Members of SCA TBd for 2008 are shown on the following page. Each
elected official representing a city or county has one vote. Agency representatives are non-
voting members. In addition to formal membership, South King County Chambers of Commerce
are encouraged to attend. During 2008 Mayor Suzette Cook served as Chair and Councilmember
Sue Blazak served as Vice Chair.
SCATBd Website: Additional information about SCATBd, including meeting schedules and
summaries, is available at the following internet address:
ww\v .kingcountv. gov/transportationlkcdot/planningandpo licy/ ortp/subareas/
2008 SCATBd Work Prol!ram Goals and Accomplishments
In early 2008, SCATBd developed a work program for 2008 with four major work items. These
are shown below, with a brief indication of the accomplishments achieved for each item.
2008 Maior Work Item 2 08 Accomplishments
Administration . Approved the 2008 Work Program on February 19,2008.
. Reviewed dues as part of revisions to agreement and
accepted dues of $1 00 per voting member.
. Approved revisions to the SCA TBd agreement December 16,
2008.
Planning . Developed a list of priority non-motorized trails projects that
linked the regional trails in South King County to transit
facilities and urban areas, and provided new connections
between existing regional trails.
. Provided the 520 Tolling Implementation Committee with
concerns regarding potential effects tolling may have on
South King County cities because of diverted traffic.
. Monitored development of Transportation 2040 and
formulation of alternatives in preparation for 2009 draft plan.
. Monitored work of the Regional Traffic Operations
Committee activities.
Implementation and . Provided recommendations and support to the Sound Transit
Funding: Clarify and board regarding the development of a Sound Transit Phase 2
provide input on SCA TBd plan that was approved by voters in November, 2008.
priorities for funding . Monitored implementation of 10,000 hours of new Transit
Now service, including the Renton and Kent partnership on
route 153, and provided input for future improvements.
. Monitored implementation of Sound Move projects
including two additional Sounder south line roundtrips and
changes in Express Bus service. Also provided input in
preparation for Link Light Rail service implementation in
2009.
. Received briefing on successful implementation of SR 167
HOT lane pilot project and on the status of funded and
unfunded 1-405 projects.
Education and Advocacy: . Provided input to the 2008 Legislature regarding the Board's
Promote funding and recommendations on important transportation related issues
implementation of SCATBd to South King County including, maintaining existing
priority projects and infrastructure, ensuring the state upholds its responsibility to
programs the State Transportation System, bolstering funding for local,
regional and freight corridors, and developing a new state
policy requiring local input and coordination with transit
agencies when making tolling related decisions.
. Provided guidance in the preparation of a report
o
documenting the magnitude of local transportation needs,
particularly preservation needs. The PSRC will use this as a
basis for local needs in Transportation 2040.
· Reviewed existing options for local transportation funding
and included consideration of this as a priority for the 2009
legislative session.
· Agreed that the three subarea boards should make efforts to
communicate more frequently on issues of mutual interest
and revised the ETP agreement to reflect this.
· Adopted priority issues and a strategy for 2009 legislative
session.
,
~ South County Area Transportation Board
MS: KSC-TR-0814
201 South Jackson Street
Seattle, WA 98104-3856
Phone: (206) 263-4710 Fax: (206) 684-2111
December 30, 2008
The Honorable Margarita Prentice
Senator, 11 th District
P.O. Box 40411
Olympia, W A 98504-0411
Dear Senator Prentice:
The South King County Area Transportation Board (SCATBd) consists of elected officials
representing sixteen cities and all of unincorporated South King County representing some
650,000 people who comprise about 37% of the county's population. On behalf of SCATBd, we
are writing to transmit to you our priority transportation issues for your consideration during the
2009 Legislative session.
SCATBd's Policy Statements for the 2009 Legislative Session
Approved December 16, 2008
The SCATBd represents the largest freight, manufacturing and industrial center in the
Pacific Northwest. Along with accommodating about 37 percent of King County's overall
population, the SCATBd area serves as:
· A crossroads for highways: 1-5,1-405, SR-18, SR-99, SR-161, SR-162, SR-164, SR-167,
SR-169, SR-181, SR:509, SR-515, SR-516, SR-518.
· The site of the region's highest commuter rail ridership segments.
· The southern terminus for Link: light rail, which will be extended to the northern
boundary of Federal Way under the Sound Transit 2 (ST2) plan.
· Home of the state's largest airport, which is the 14th-busiest airport in the United States.
· The connection between the Ports of Seattle and Tacoma and the second largest
warehouse distribution center on the West Coast: SR-167 accommodates fully one-third
of all Port of Seattle and Port of Tacoma truck traffic.
· A critical player in freight movement and through-put.
· A major employment center for the entire region (warehousing, Weyerhaeuser, Boeing,
Sea- Tac Airport).
· Host to some of the busiest park-and-ride and transit facilities within the region, and
several Transit Oriented Development projects.
Algona - Auburn - Black Diamond - Burien - Covington - Des Moines. Enumclaw _ Federal Way. Kent. King County. Maple VaIley
Milton · Muckleshoot Indian Tribe. Normandy Park - Pacific - Renton _ SeaTac _ Tukwila _ Pierce Transit. Port of Seattle _
Sound Transit. Transnortation Imorovement Board . Pu~et Sound Relrional Council . Wa~hin~on State Denartment of Transnortation
2009 Legislative Agenda
December 30, 2008
Page 2
SCATBd members are knowledgeable about transportation and playa key role in regional
discussions.
· Members ofSCATBd serve on the Puget Sound Regional Council (PSRC)
Transportation Policy Board, the Sound Transit Board, and the state's Transportation
Improvement Board.
· SCATBd has regular interactions with WSDOT officials.
· SCATBd routinely weighs in on regional transportation ballot measures, and develops an
annual Legislative Agenda.
· SCATBd has ongoing communications with the King County Council, the Sound Transit
Board, the PSRC and the Prosperity Partnership, and other key players across the region.
SCATBd recognizes the serious statewide budget shortfall that faces the 2009
Legislature and offers the following priorities for the Legislature's consideration:
1. The 2009 Legislature needs to protect and maintain existing projects and funding
within the 2003 Nickel Package and 2005 Transportation Partnership Act (TP A).
While SCATBd recognizes that the Legislature will need to deal with serious statewide
budget shortfalls, it continues to urge the Legislature to maintain as a top priority the
completion of critical South King County 2003 Nickel and 2005 TP A projects. This
includes improvements in the 1-405, SR 167, SR 518 and 1-5 corridors, including the 1-5/SR-
18/SR-161 "Triangle" interchange project.
2. The Legislature needs to consider funding for significant state corridors.
SCATBd would like to emphasize the need for the planned, but currently unfunded,
improvements in the 1-405 corridor between Renton and Bellevue, which experiences the
worst congestion in the state. SCATBd was gratified that the Stage 2 1-405 project is
continuing to move forward, but urges the Legislature to develop a funding plan for the
remaining improvements in the 1-405 corridor.
SCATBd would also like to take this opportunity to emphasize the importance of completing
other regional projects, such as the 1-5/SR 509 project, which is ready to go and would
provide a much-needed facility for freight as well as general traffic. In addition, funding for
future projects, such as those identified in the SR 518, SR 169 and SR 164 Route
Development Plans, should be pursued.
3. SCATBd urges the Legislature to revisit how transportation is funded and explore
better ways to meet the growing funding gap. The current system of fmancing
transportation infrastructure is based on an outdated model and is overly dependent on a
gasoline tax that will yield less and less revenue with the delivery of more transit
alternatives, battery-powered vehicles, and consumer reactions to sharply rising prices.
Given these dynamics, coupled with the inadequate funding available for transportation
needs at both the state and local levels, the Legislature should look at ways to fundamentally
reform the current system and seek more sustainable and reliable revenue sources that fit
with the multi-faceted transportation systems of tomorrow. The goal should be to assure
2009 Legislative Agenda
December 30, 2008
Page 3
sufficient revenues at the state and local levels to keep the system safe and reliable for the
traveling public. This may include establishment of a blue ribbon commission to assess the
current situation, evaluate a series of options, and make recommendations.
· Consideration should be given to exploring ways to provide more direct revenues to
local jurisdictions that bear the ultimate responsibility for getting people and goods
to their final destinations.
· In lieu of new revenue, the Legislature should look at what effective tools and
options can be provided to local governments to assist with the growing backlog of
local roadway and maintenance and operations needs.
4. The 2009 Legislature should adopt a tolling model that can be applied to other .
corridors in the future. SCATBd recognizes that tolling can be an effective tool to manage
traffic and also generate revenue, as demonstrated by the Tacoma Narrows Bridge and SR
167 HOT lanes pilot project. In developing tolling policies for the SR 520, 1-90 and other
corridors, the Legislature should strive to design a model that passes fairness and
reasonableness tests. It will also be necessary to provide sufficient mitigation so that good
alternatives to driving in the corridor are available, and adverse effects in other corridors
from diverted traffic can be mitigated. To do this the Legislature should consider a range of
mitigation tools, including capital improvements, transportation demand management and
transit service.
5. The State needs to be a partner with local governments in meeting Vehicle Miles
Traveled (VMT) reduction goals. A Transportation Interim Working Group will deliver a
report and recommendations to the 2009 Legislature. The Legislature will need to find ways
to meet the funding needs for Commute Trip Reduction (CTR), transit, vanpools and other
strategies, as required by the adopted legislation, taking care that new actions do not result in
unfunded mandates to local jurisdictions.
6. The State needs to provide financial support for the basic Commute Trip Reduction
program. Over recent years, state support for the basic CTR program has been reduced,
resulting in cities' subsidizing this program, which is mandated by the State. While the state
has provided funding for vanpools and grant programs, it should fund the basic CTR
pro gram first.
7. SCATBd recognizes that regional transportation and transit "governance" may be a
topic for the 2009 Legislature. SCATBd members continue to question if governance
changes are the best way to address a lack of investment and growing congestion in the
transportation system. However, ifnew governance structures are contemplated, SCATBd
requests a seat at the table to be involved in governance discussions. SCATBd also asks
legislators to consider specific "gaps," functions or areas of focus that should be addressed if
governance is examined.
2009 Legislative Agenda
December 30, 2008
Page 4
SCATBd offers its help to legislators by
Working with legislators on creative solutions to these challenges
Identifying transportation projects and investments in infrastructure that can play a key
role in any economic stimulus package that the state or federal government undertakes
Communicating these priorities to other pay Lifers and the public.
Our members look forward to discussing these issues with you over the coming months.
Together, we hope to ensure that the 2009 session results in continued improvements in our
transportation system. Thank you in advance for your consideration of our concerns.
Sincerely,
Suzette Cooke
Mayor, City of Kent
Chair
South County Area Transportation Board
cc: SCATBd Members
Sue Blazak
Councilmember, City of Burien
Vice Chair
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Transportation Committee
FROM: Public Works Directo~
DATE: January 14, 2009
SUBJECT: Tukwila International Blvd. - Phases II & III (S 116th St to S 139th St)
Project Nos. 95-RW03 & 95-RW04
Construction Management (CM) Services with Harris & Associates
ISSUE
Approve Consultant selection and authorize the execution of a contract with Harris & Associates, to provide
construction management services for TIB Phases II & III Project.
BACKGROUND
While in-house City staff will provide lead construction management oversight of the Tukwila International Blvd Phase
II & III project, additional specialized resources will be required to supplement in-house capabilities. A Request for
Proposals was advertised for consulting services and the City received seven (7) proposals that were rated by a
selection panel. The top four (4) firms were interviewed (Harris, KBA, Jacob, and CH2M Hill). Harris was rated
highest by the cumulative scores of the interview panel. It was demonstrated that they had the most qualified team to
deal with the complex construction issues of this project.
DISCUSSION
The Harris contract will include a full time senior inspector, full time junior inspector/office engineer, compliance
support, on call schedule analysis, and on call structural inspection. The fee of $1 ,275,049.00 is reasonable for the
scope provided by Harris for this large project. The total revised construction management budget is 15% of the new
construction contract, plus contingency ($14,100,505.58 x 15% for CM = approx. $2,115,000.00).
CM Expenses Budqet
$1,275,049.00 0.00
385,000.00 0.00
30,000.00 0.00
424,951.00 0.00
0.00 $1,211,000.00
0.00 701,000.00
0.00 203,000.00
$2,115,000.00 $2.115.000.00
Harris CM & Inspection
KPG Sup #7 CM & Testing
CM Trailer
City Staff CM, WSDOT Support & Misc Expenses
TIB Phase II CM Budget (CIP page 16)
TIB Phase III CM Budget (CIP page 17)
Construction Budqet to Supplement CM
Total Budget Amounts
RECOMMENDATION
The Council is being asked to approve the contract with Harris & Associates to provide construction management
services for Tukwila International Blvd Phase II & III Project in the amount of $1,275,049.00 and consider this item at
the January 26, 2009 Committee of the Whole meeting and subsequent February 2, 2009 Regular Meeting.
Attachments: Consultant Selection Rating Sheet
Consultant Contract including Scope of Work and Fee
P:\PROJECTSIA- RW & RS Projecls\95RW03 TI82\1nfo Memo Harris eM 01-14-09 MERdoc
Tukwila International Boulevard / TIB Phase II and III CM Consultants
Final Selection
CH2M Hill
Harris & Associates
Jacobs
KBA
Local Agency COOsultanflAddressfTelephone
Harris & Associates, Inc.
Standard Consultant 1800 112thAvenue NE, #21 OW
Agreement Bellevue, WA 98004
425.453.0999 phone
IZI ArchitecturaVEngineering Agreement 425.453.0707 faX"
o Personal Services Agreement
Agreement Number
95-RW03 (Harris 074-4038) Project Title And Work Description
Federal Aid Number Phase 2: STPF-STPUL-0099(077) Tukwila International Boulevard
Phase 3: HLP-STPUL-0099(103) Phase II & III Improvements
AgreementType (Choose one) "Construction Administration & Inspection
o Lump Sum Services"
Lump Sum Amount $
o Cost Plus Fixed Fee
Overhead Progress Payment Rate %
Overhead Cost Method DBE Participation
o Actual Cost Dyes tKl No %
D Actual Cost Not To Exceed Federal 10 Number or Social security Number
% 942385238
o Fixed Overhead Rate % Do you require a 1099 for IRS? Completion Date
Fixed Fee $ DYes IKI No .. Dec. 31,2010
KJ Specific Rates Of Pay Total Amount Authorized $ 1,275,049.00
3J Negotiated Hourly Rate
D Provisional Hourly Rate Management Reserve Fund $ 0
o Cost Per Unit of Work Maximum Amount Payable $ 1,275,049.00
Index of Exhibits (Check aU "that apply):
IXJ ExhibitA-l Scope ofWwk
o Exhibit A-2 Task Order Agreement
D Exhibit B-1 DBE Utilization Certification
IX) Exhibit C Electronic Exchange of Data
o Exhibit D-l Payment - Lump Sum
D Exhibit D-2 Payment - Cost Plus
IX] Exlu"bit D-3 Payment - Hourly Rate
D Exhibit D-4 Payment - Provisional
o Exlu"bit B-1 Fee - LumplFixedlUnit
IXl Exhibit B-2 Fee - SpecmcRates
o Exhibit F Overhead Cost
D Exhibit G Subcontracted Work
o Exhibit G-1 SubconsultUlt Fee
D Exhibit G-2 Fee-Sub Specific Rates
-0 Exhibit G-3 Sub Overhead Cost
1KI Exhibit H Title VI Assucances
1KI Exhibit I Payment Upon Termination of Agreement
D Exhibit J Alleged Consultant Design Error Procedures -
IKl Exhibit K Consultant Claim. Procedures
m Exhibit L Liability Insurance Increase
1KI Exlu"bit M-la COnsultant certification
m Exhibit rvi-lb Agency Official Certification
1KI Exhibit M-2 Certification - PrimaIy
1KI Exhibit M-3 Lobbying Certification
1KI Exhibit M-4 Pricing Data Certification
m App. 31.910 Supplemental Signature Page
THIS AGREEMENT. made and entered into this
between the Local Agency of City of Tukwila
and the above otganization hereinafter called the "CONSULTANT".
da.yof . 2009 ,
. Washington, hereinafter called the "AGENCY" .
DOT Fonn 14(l.{J59 EF
Revised 312008
Page 1 ofB
WITNESSEm THAT:
WHEREAS. the AGENCY desires to accomplish the above refeeenced project. and
WHEREAS. the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it
advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT;
and
WHEREAS. 1he CONSULTANT represents that he/she is in compliance with '!he Washington State Statutes relating to
professional registration. if applicable, and has signified a. willingness to furnish Consulting services to the AGENCY,
NOW TlIEREFORE, in considetation of the tenns, conditions, covenants and perl'onnance contained herein, or attached
and incolporated and made a part hereof, the parties hereto agree as follows: .
I General Description of Work
The work undec this AGREEMENT shall consist of the above described work and services as herein defined and
necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall fumisIi all services, labor, and
related equipment neccssaIY to conduct and complete the work as designated elsewhere in this AGREEMENT.
II Scope of Work
The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit ~ A" attached hereto and
by this reference made a part of this AGREEMENT.
III General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups. or individuals shall receive
advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups. and/or individuals .shall be
coordinated throJIgh the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings
with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be
requested by the AGENCY. The AGENCY will provide the CONSill..TANT sufficient notice prior to meetings requiring
CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and
the CONSULTANT and shown in Exhibif "A." .
The CONSULTANT shall prepare a montblyprogress report, in a form approved by the AGENCY, which will outline in
written and graphical fm;m the various phases and the ordec of performance of the work in sufficient detail so that the
progress of the work can easily be evaluated.
The CONSULTANT. and each SUBCONSULTANT, shall not discriminate on the basis ofr.u:e, color, national origin, or
sex. in the perfOlIl1ance of this contract. The CONSULTANT, and each SUB CONSULTANT , shall earlY out applicable
requirements of 49 CFR Part 26 in the award and administJ:ation of US DOT -assisted contlacts. Failure by the
CONSULTANT to cmy out these requirements is a material breach oftllis AGREEMENT that may result in the
termination of this AGREEMENT.
Participation for Disadvantaged Business Enterprises (DBE), if required, pee 49 CFR Part 26, or participation of Minority
Business En1eIprises (MBE). and Women Business Enteqlrises (WBE), shall be shown on the heading of this
AGREEMENT. IfDlMIWBE firms areutilized, the amounts authorized to each finn and their certification number win be
shown on Exhibit <<JJ" attached hereto and by this refurence made a part of this AGREEMENT. If the Prime
CONSULTANT is a DBE fum they must comply with the Commercial Useful Function (CUF) regulation outlined in the
AGENCY'S "DBE Program Participation Plan". The mandatoIY DBE participation goals of the AGREEMENT are those
established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the
AGENCY.
All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All
electronic files. prepared by the CONSULTANT, must .meet the requirements as outlined in ExbJ."bit "C.>>
All designs, drawings, specifications, documents, and other wmk products, including all electronic files, prepared by the
CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT,
and are the property of the AGENCY_ Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY
of any such instruments of service, not occwring as a part of this PROJECT, shall be without liability or legal exposure to
the CONSULTANT.
Page20fB
IV Time for Beginning and Compfetion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the
AGENCY. .
All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under
completion date.
The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but
may be extended by the AGENCY in the event of a delay attributable to theAGENCY. or because of unavoidable
delays caused by an act of GOD or governmental actions or other conditions beyond the control of the
CONSULTANT. A prior supplemental agJeement issued by the AGENCY is required to extend the established
completion time.
V Payment ProVisions
The CONSULTANT shall be paid by the AGENCY for completed wOIk and setv.ices rendered under this
AGREEMENT as provided in Exhibit "D" attached hereto. and by reference made part of this AGREEMENT. Such
payment shall be full compensation for work performed or services rendered and for all labor. materials. supplies,
equipment, and incidentals necessaxy to complete the work. The CONSULTANT shall confoml to all applicable
portions of 48 CPR Part 31.
A post audit.may be performed on this AGREEMENT. The need for a post audit will be determined by the State
Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager.
VI Sub-Contracting
The AGENCY permits sub-contracts for those items of wcuX as shown in Exhibit "G" attached hereto and by this
reference made part of this AGREEMENT.
Compensation for this sub-consultant work shall be based on the cost factors shown on Exhibit "G."
The work of the sub-consultant shall not exceed its maximum amount payable unless a prior written approval has been
issued by the AGENCY. .
All reimbursable direct labor. overhead, direct non-salary costs and fixed fee costs forthe sub--consultant shall be
substantiated in the same manner as outlined in Section V. All sub-contracts shall contain all applicable provisions of
this AGREEMENT.
With respect to sub-consultant payment. the CONSULTANT shall comply with all applicable sections of the Prompt
Payment laws as set forth inRCW 39.04.250 and RCW 39.76.011.
The CONSULTANT shall not sub-con1ract for theperl'onnance of any work under this AGREEMENT without prior
written pennission of the AGENCY. No pennission for sub-contracting shall create, between the AGENCY and sub-
contractor, any contract or any other relationship. A DBE certified sub-consultant is required to peIfonn a minimum
amount of their sub-contracted agreement that is established by the WSDOT Highways and Local Programs Project
Development Engineer in consultation with the AGENCY.
VII Employment
The CONSULTANT warrants that they have not employed or retained any company or person. other than a bona fide
employee working solely for the CONSULTANT, to solicit orsecure this contract, and that it has not paid or agreed to
pay any company or person, other than a bona :fide employee working solely for the CONSULTANT, any fee,
commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or
making of this contract. For breach or violation of this wmant, the AGENCY shall have the right to annul this
AGREEMENT without liability or, in its discretion. to deduct from the AGREEMENT price or consideration or
otheIwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or
services required of the CONSULTANT under this AGREEMENT. shall be considered employees of the
CONSULTANT only and not of the AGENCY. and any and all claims 1hatmay arise under any Wmkmen's
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a
Page30fa
third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons
while so engaged on any of the worle or services provided 10 be rendered herem. shall be the sole obligation and
re5ponsibilif,y of the CONSULTANT.
The CONSULTANT shall not engage. on a. full- or part-time basis, or other basis, during the period of the contrac~ any
professinnal or technical personnel who are. or have been, at any time during the period of the contract" in the employ
of the United States Department of TtanspOItation, or "the STATE, orthe AGENCY, except regularly retired
employees, without written consent of the public employer of such person. .
VIII Nondiscrimination
During the perfonnance of this contract. the CONSULTANT. for itself. its assignees, and SUCC$sors in interest agrees
to comply with the following laws and regulations:
Title VI of the Civil Rights Act of 1964
(42 USC Chapter 21 Subchapter V Section 2000d through 200Od-4a)
Federal-aid Highway Act of 1973
(23 USC Chapter 3 Section 324)
Rehabilitation Act of 1973
(29 USC Chapter 16 Subchapter V Section 794)
Age Discrimination Act of 1975
(42 USC Chapter 76 Section 6101 et seq.)
Civil Rights RestoIation Act of1987
(Public Law 100-259)
American with Disabilities Act of1990
(42 USC Chapter 126 Section 12101 et. seq.)
49 CFR Part 21
23 CFR Part 200
RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions ofExlubit "H"
attached hereto and by this reference made part of this AGREEMENT. and shall :include the attaclied Exhibit "H" in
evety sub-contract. including procurement of materials and leases of equipment. unless exempt by the Regulations or
directives issued pursuant thereto.
IX Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to
the CONSULTANT.
In the event this AGREEMENT is tem1inated by the AGENCY other than for default on. the part of the
CONSULTANT, a final paym.entsball be made to the CONSULTANT as shown in Exhibit 'T for the type uf
AGREEMENT used.
No payment shall be made for anywmk completed after ten (10) days following receipt by the CONSULTANT of the
Notice to Tenninate. If the accumulated payment made to the CONSULTANT prior to Notice ofTe:m1ination exceeds
the total amount that would be due when comPuted as set forth herein above, then no final payment shall be due and the
CONSULTANT shall immediately reimburse the AGENCY for any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
Page 4 or8
In such an oeVEm. thi!:amol1!llto bepafd sba1lbe dlOtM"mml!dbythe,AGE.'NCYwidh~gNen to1he atlUal
cosl5 iD.cum!dby1he CONSUL'F..utt ill: parfhnn;"g t:l!ewoik to th.edateoft~ dma:mm.mt ofwoi&; origilJaliy
requ;imd 'W11ich was 53lim.amD;y cmnp1m:d,to- dam oftefmiJl.al:ioo. wlu!ilher t3:1atwmk is ill a fimn or a type v.'hichis
mable ttJ.d1e.AGBNCY attl1e tiJne. ofh>'rminRtilm:, themst to 1heAGENCY !If employil:1g anolher fim1 toam1.pJetethe
walk reqIIiIed and I'M time 'Wbichmay be required to dtJ so, and other facta-IS 'Which affuctthe vaJne!to the AGENeY" of
tlm wtlik pezfa.mwl at d1e time afmmination.
Under 00 ciIamJ.staI1ces sba11 ps:ymentmade 1ll!lier1bis SI1bseCliml. excE,edJae lmlonnt, which WDII!d have bel1Jll11JlLde.
u.sin,g1he f'ommls. set:fuIlh. alJo.ve-.
Ifit.is- detelmined fur -my NlISOn,that the- CONSULTAlIT WlIS not in deISlili' or ft1atthe CONSULTANT'S fail'llIl! to
pedbJm is widLauttheCONSULTANT'S-or it's ~e>s deDult <<negligence. thoetErmiDa.fuIo.sha1l bP: de.emed to
bu teJD1iDation for the oomrenieDr.e-oftheAGENCY. Inmch aD. event" 1fIe.CONSULTANT wlltlld~l'einibmsedmr
actul com in ;IICC-a~ with 1he~ for other thm.defmII: dllusei listed previously.
In'I:MewDto-fthe death ofmymem~ pJll1ne iIr ilfiker ofdJ.e CONSULT.L\lITor an.y ofmS'Upl!WisoXYper5mmel
assigned tn the PROJECT, or d15sDlutioD. Cl'flhe pliItDeIShip, tmJUnation cl'the c.cl1pCIa1io-n, or disafiiliatinn of the
priDdpally iIwDMdemployee, :the-smriWI:g:menibe:rsofthe: CONSOCTANI'bI!leby agIeem c.oWJl!ete Ihe work under
~ terms: of this, AGREEMENT, ifreques.tR to do so by the AGE.'NCY_ This subsecliao. 5ilIa1I IIDt be a ibar1D-
reDl!gCtia.IDm oftJ1e. AGRBBMBNTlIEtweenthe surviving members oftb:eOONSULTANTand -IheAGENCY. lithe
AGENCY sodIoD56.
In the- evmtcftbe -denh of my offue- parties listedinthe ~ p~ sllouIa 1ha surviving membenof the
CONSULTANT, wi1hthe AGENCY'S Cm1t.'lmellC:E!-. d8iIe to ~this AGREEMENT. p3}'I1Umi shall be msd.ezs
set fm1h in1he -SI!.C-ond. pamgraphofthis :Sfct:i.OI!.
Payment fi::Jr-snypaIt of the wOIk by ftLe AGENCY -SballDOt ~ SiWBiverby th>eAGBNCY ofany mmema of
any type itma.y 11ave agaimtthi!: CONSULTANTfotsnybNKh ofthisAGRBEMENT by dl.eCONSULTANT. mmr
:IiKil:me of~ CONSULTANT topmiJ.Im WOIk mq-aiml ofil by tl1e: AGENCY _ Forbl!illI811Cl! of any IighIs tm.de:r the
AGREEMENT will I1Dl:c-omtitute waiwr oflmlfl'lM>'1eIIt to exerc:is.e BLose: Iigb1s wUh il'l!:SJIet.t to any f1.ttureact ot'
omissionbydLe CONSULTANT.
X Changes of Work
TheCONSULTANT !lball make sudu:hmges ami emimls in the mmplete-w-mk -ofth:is AGREEMENT ,as 11e<:6SmY
to correct errors.appeariI!g theIeiD, whe:ltrequired -It" do so b}' the AGENCY" without atlJiitiall81 C.omperI!laMn thm!.of.
Shotddthe AGENCY fiDd it desirable fucits I1<WU pmposu to b:sve pmvio'msly sa.tisfattorily CDmpleted woik: or pam
iliW!of~orm.rised. the, CONSULTANT shill make such mvmCllS'ti diIKted by the AGENCY. This worll:
shaJl be ciJI1SilWecl-as Extra Worltand wiU'bepaid:IDru heWn provided m:J.der Setlilm.XlV.
Xl Disputes
A-,i.y dispuN: c.nnt'"""';~,questions of fiKJ: in mnnedion with the wo:dl: nat -dispcsad_-cfby A-GRBBMENT between the
CONSULTANT and! the AGENCY shall be H-fen'ed for cietem1.inatio-n t-o the Dm!cto:r ofPnblic WorIi:s or AGENCY
111'1gjn~. whose ckdsion.iIl d1e -matter shall be fiDal m:ui bmdin,g on the parties of-dUs AGREEMENT~ provided,
bowEva; thatif' m IIttion. islmmght...nllll'''''''~the,DiRctor ofPnblit: WClrli:s:or AGBNCY~!i dl!dsio-n, d1st
d&is::i.o-n sballbe subject to de-novo judidaI n!\Iiew. If the parties to this AGREEMENT IIIlItUBUy agre!, d:ispuW
c.onc-emmg- alle,gi!.d design tm'lIrs wiD be cmLC1nctEd uw:Ier1he procedllres:fuund in EKhibit -uJ"'.and disputes mnctilring
claims: willbe rimdumd 1II1der th1e prDCE.dmes:fin.uI.d illExhibit "X".
XII V-enlJe, Applicable Law. and Personal Jurisdiction
In ~ evmtthat eifuerpmty deems itnecessBIj' to- ins6tIIte legal .action. or proc-l!eding!110 ~oroe any right or
obligatiml1ULder this AGREmYmNT. tihe:parties hereto agree 1ba1:my such. atti!m shall be initiatEd m the Superlm
c.clnrt a-f1h2 Stste ofWashin~ sitnated. imtbe,coumy in wlIichthe A-G~CY is Ioc-ated.. The partis herem- sgJee that
all cp1e5mms sball be resolved by applkationmWsshmgtmllaw mid 1'hat111e parnes to such action sbalIhave 1:hI!, light
ofappeal:limn:mch decisfom of1he Superior cmnt ill acco:rcllmte with ilie laws -ofthi! State, ofWaslhiDgtou.. The
-CONSULTANT hereby mIISElItS In the peISOUI jmis:d:i.tti.oa~ftha Superior court mtM Sb.te ofW;llqni"e;tn1l, sitl.la:ted
m. ft1e -OOUD1y in wlIkhthe: AGENCY is loca.ted.
~ Sofa
XIII Legal Relations
The CONSDLTANT slWl"amplywi1h Bll FeaeraI~ ~ 8Dii local laws ULd mmnll111""'~ applicable to 1:ha wmktobe-
done UIIIie.r dii!l AGR.HBMmIT. "!'big cmltmCl shall be inleIpreted and ,tOJ1StImd in :w;:0IdaIKe wifu the laws of the
State ofWasbingtml.
TheCONSOLTANTsball ind~i}rmdhBldIheAGBNCY ,andtIm STATE and its offiws.and~hannless
from mdshall pm~.md&fend alib OWZlupemeall ~dl>m!mil~ Ql" suits At IawmequilyarisiIIg ill who~ or
inpBItfmm dIe CONSULTANT'SnegJigellce or bmadl of lIlIY oEm obligatWI15unde:rd1is;.AGREEMEN'T; provided
thfilUlft1mg herein shaIl :reqube II CONSULTANT' to i'lll'l:mmify' the AGENCY or the- STATE against and hold.
bam1!Iss theAGEN'CY or thee STAm imm dllims. d.........n'l. or sIIits based. solely lIJIQU t1:Ie mnduct oflhe AGENCY -or
d1e: S'I'A'l'E. their.sgElll5. -affic~ md. emp1o}'e:E!I; aIllipmvided 1iI1ther 1hal if the daim5 or snits; ate a.used by m result
:from tiIA! CDI1C'IIm!ltt negli,gmce of (a) the CONSULTANT'S ~~ill" a:DplDyees:. lIIId. ~} th.eoAGENCY o.r the
STATE.. tbeir a~. offiteIs mui employee!l, t1Jis i'"ilm'l"ity pmvisilII1 'Wilh.rll!spectto- (1) daiIm oar:5tlits b&!d lIpcn.
51IICh ~ence (2) 1112 costs to iiI1e AGENCY or the STATE i1f Asofionding sucb da:ims S1d suits shall be vslli! and
enfmtealfle oaly to 1Iu!u:tmIt" ofd1e CONSULTANT'S ne~ or the negJigmce-ofthe CONSULTANT'S agents
or employees.
The: CONSULTANT'SrelatioD. to- the, AGENCY shall be ~t;all mues:u -mm~tmn1mctor.
The CONSULTANT shall c-amplywffil all spplicab1e secti.au oftli.e sPwiaible Etbks lnw, iDdOOing RCW 42.23.
whil:h is the Code ofBtbks fiIr:regLila:ling ClJIlIrac.t i.nterestby mmlidpa! offices.. Tbe CONSULTANT specifir:aIly
8551I1D1!S:poteI1Iialliabifily fi1r.actions brou:bt 'by the CONSULTANT'S t3WIl ~oyees agMmt the AGENCY and,
solely for1:lu! pm:pa!le -of this mA.-mifi'c:atUln snddefeIJse., the CONSULTANT :5pe:c:ifita1Iy wai~ any immunity UDd&
ftte, slate- md'lIS'trisl.iI1mm1ce law. 'rule 51 RCW.
UDleD othEwise specified:in the AGRBEMEN'I'" tiIS AGENCYsball be respomible fur a.dmiDistntitm of coll.5tIUCtion
c-m:Ilrlld5,ifmy, em 1f1e PRomcr_ Subjett to 1he proc5Sing -of.a m:w sole 5Omc~ at" an aocepts'ble supplemeutal
agJe~ the.CONSUL'I'ANT' shall pwvideOJ:l.-Call as:sistanc-e to 1heAGENCY dmiI1g mnttact.~ By
pm\Iidiag such S!I!iisI:mu:E!-, the CONSULTANT :shall.;S55UI1l1! nil' re:sponsi.biJity for: proper C-omtm.ct:IDiIl tedmiqillS. job
siIe safely. o.r any canstmcti.oil1 mntmctor's:f.W.'I11'e to pefoIm iliI wmk iD.lliC.~ with the ccnlratt dol:U11U!Ilt5.
The CONSULTANT shall obtain. and keep in fcree during the:tEm1.!icf~ AGRBBMENT, -or as .DthP:rwisE!! reqWreiI,.
the: fbllowing iI1surmce with ~ni"", iJI' through SmIrC6 -a.ppIll\'l&Iby the State- TnsImmce Comm:is5ioo.er pursuaIltto
Title 48RCW. .
Ins1mmJ:e Cove:rag.e
A. Wmbr~s compeI1Sati.a<n.md employer's liability insurs:m1 a!l requir.ed by d1e STATE.
B. Ccmmmial geaml Iiabifity DId property. dama,ge iIlislmnc-e in an aggregate- ammm1: not Ies!l1llm two :miIIi.on
dolJars (S2.-o00,ODD) mr bodily injm:y", indu.diag death andpropetty damage. The per OCCllIl'eIKe lIIItOU'ttt sball
DOt.exceed -one mi1liDn doJrsrs {Sl,ocrn.6DD}.
C. Vebide liability iImIIBnce for BY auIom.IJb~ used man ammmtnot Iessthm a OM million dollar (Sl.ODD.OOO)
ccmbined sillgle limit. .
Excepting ~ Woiker~Comj:lensation Instmm.te md my PmfessfoDal liability In..U1:rm1re sec:uml by the
CONSm:rANT. tbe AGENCY will be named on all pc1iciesnan addiolIDalilmlred. The CONSULTANT sb.all
:fumish 1he AGBNCYwilh VI!!li:ficat:i. iJfiIlslmmte and ~ mqlIimd by the- AG~'tff. The AGENCY
RSEVeS 1be tig11t to JEqUire comp1eIP.. c:-ertified copies; Df all reqtIimd iI1stmwl:e policies at anytia2.
All iw.ULlWU! shall be ~blained from. m:insmance company anIhori.zed to do business iI11he Stale ofWasbingtoIL The
CONSULTANi sblill snlImit II veIifiWim:L ofinsJImnce u OlIfi:iI1ed sbl3\1S wiihin faurteeIl (l4) day.s Df1he.e:xe.cution-of
diisAGRBBMENTto theAGBNCY.
'No cuc-eUation of the :fu~~ingpolidB s:JWI be effec.tive widlout thirty (30)da.ys: prior natke to- the, AGBNCY.
The CONSULTANT"S professilIE1S1l:fability to 1he AGENCY :s1mllbe limited to 1he amountpay.abae 'l.IIldl:!r this
.AGREEMENT or OM miJlioJl ($1.000.(100) dollaIs.. 'wl1ichever is the ge~ uale!ls modifiedby' Exhl"bit"L "'. Innn
case, man the CONSULTANT'S professionalliBlrilfty to 1I1ird pmos be:EiJJJited ill any way-
page601'B
T.heAGENCY willpayllOprogms;ps:ymentsuncIe:rSetlion V mmI d1e CONSULTANr IIss fuIIy,rompJied mth this
!l!di.on. T.bi5remedyis not~; and d1e AGENCY and 1he STATE may take s1ICh other,llCtioIlliS is available to it
1IIld& cNI12r prmrisim:ls ofdJig AGltSEMBNT. Mmhmv.ise:in IliW.
Xl:V ExIra Work
A. 'Ihe, AGENCY m&y at-anytim.e, by writtIm mOO, make.d1mIges 'WiIhiIl.lhe ~sc.gpe of1he AGREEMENT in
fue sewices to be p&farmed.
B. If any !iU.tb dwJge C8II!!le5 aniaaease (II' decrease io.1he: estimated cost of. o.rtb.e 1ime: mquiIed mr.pm'cJ1Dl2Jlce of
. anyput oftheWDik unifl!r 1haAGRBEMENT, whelher or not ~'by tbeOIder, or olherwise affedg my othI!c
teIm!lsmi con.ditiDDs offt1e AGREEMENT,. the AGENCY shall make m equitBNe ~m:tmeDtmthe (l)msximum
mIID1JEItpsyib1e; (2) delivery crcompIetioJlschedDle.l- orbDth;md(3') other Bffi!dedtmma.nd sball lOOllliY the.
AGR~a~.
C. The CONSULTANT must submit any "'request for eqmtlllbIe- aDjustment", hmla:ftH referred mas "CLAlM"', 1IIlliu
dJh dmsa withiD.1irlrty (ID) days ftom the date of:rec.eipt of1he written omer. Howe\w. if the AGENCY deddes
dJat1hefaasjIIStify i; the:AGBNCYmay:recenle md attupmlll ClAIM snbminm before :Ifual payment oftbe
AGRHBMENT.
D":FaiIure 10 agree 10 my adjustmel1l: shall be a disjlUite 1lIlder the D.isputes: ds,'lISe. However, noibmg in this dause
sWill excuse1he OONSULTANTmnnpmceedmg withthe AGIUmMBNT liS rhlmgpil
E. N01WiiI1stlmdiDgtle tmns and amili1io!lS ofparBgUlpbs (A' and 00 abDve.. ~ mmr:irmnn amDUDtpay,ab[e for !his
AGREEMENT, :Sh2ll not be :increased ell' comiilered to be iIu::mased ~ept 'Ely specific written SlIppJement'h) d1is
AGREEMENT.
XV Endmsement of Plans
IfappIicable. the CONSULTANT mn~tb.eirenJiDnemmtOD.allpI~estimates,..or all:Y.clfuer~dam
~dby1hem.
XVJ Federal and State Review
TbeFederal Highway ~ md dr.P; Washington Slate Depmm.ent.afTrsnspm:tmon:5hall haw fiLe ri;ghtt~
p8l1:icqWemlhe zemw CJ't'.exammaMn (If the: 'WDik mpmgress.
XVII Certification of the Consultant and the .Agenc.y
Attadted JwelD.sExbibit"'M-l(a anilo)'" am the: Cenificrtiom of1he CONSULTANr 81ldlhe AGENCY, Exhibit"M
-'T' Ce:ttifiatian Eeg:mliag DebmIisDt, Snspen5fon and Othe; Rspa-nsibility MattEs - PrimM:y Covemi Trms:aoilms:,
Exhibit"'M-J'" Certificatinn R.egmfiIJg die ~ of1f1e Usa ofi'eI!eral.1'unJis far Lobbying and Ed1ibit "M-4"
Cenmcale tlfCm:mlt Cclstor PJicingData. Ex1n'btt'~-3"'is:requirBd nnlyiuAGREEMENTS mwSl00"QOOand
Ellbibit"M-4'" is:reqniJ:ed cmIy inAG~~S ewer $500..000.
XV~II Complete Agreement
This documentamlmfemI.cM attatbm.eIIl5am.wnall~ stipnhtions." andprovisfoDls agreed:upDIlbythe
parties. No. ~ or ~re !If e:iftI.er party has lt1l.lfro:rity ta:make. and ~ paEties.shall IIiOt be bmmd by ox be
liable for. my statemeni;, ~promise or 3gmem.Emt Dot set forthhErein. No. cbang~ amandm....ts:, ox
modifil:a1i.ons i1fthe tams Deaof sbaU be valid unless redUCM 1DwrltiB! and signed by 1f1e parties as. an lmJ-d:m.entto
tmAGREEMENT.
XIX Execution and Acceptance
TbisAGREEMBNTmay be 5imultaneml5ly exmrted mseversl ~ each. ofwlIfch shall be deemed to bem
orlgjl:1a1]mriug iI1eDJitaUegal efftct. 'I1e CONSDLTANT' does h&mby ratifY and adopt allstB.temeII.t9. ~tians.
wmamLes. ~ mm.:agreemems cmrtRinPd in t1J.eproposal, m1dthe supporting :msterial:5Ubmitted by 102
CONSULTANT, and does hueby accept the AGREEMENT .and~!l lOaIi ofdte 11!mlSsmi cmuiliiom 1hemof.
Page 7 ora
~n witness whereof, ihe parties hereto have exBCUted thlsAG-REEMENT as mUle d
"Exec:ufion Dale" box on pagl! one (1) DfftlisAGREEMENT.
By Vern Phillips, PE
8y
yearsh(]wn in the
Agency City of Tukwila
ConS\lltant Harris & Associates, Inc.
DOT ~14lH1SSEF
RmszsI !/2DIlB
Pageaafa
"\
Construction Administration Services for International Blvd. Phase 1/ & "I Improvements
The City ofTukwila, WA, January 2009
EXHIBIT A
Construction Administration SerVices
Scope of Work
The project will include about 5000 feet of street improvements of International Blvd. in
two phases from 5.132",1 to south of 5R 599 access ramps, new storm lines, extensive
retaining walls, new asphalt pavement, curb & gutters and sidewalks.
This scope of work assumes that the City will provide one construction manager (the
City CM) to lead our team and that Harris will provide various site inspection,
documentation, and scheduling support.
Task 300 - Project Management
3.1. Project Management Plan
Puraose: Provide the City and Harris with uniform procedures and standards for the
administration of the construction contract.
Approach: Using the Harris Construction Management Procedures Manual, develop a
procedures manual that is tailored specifically for the project.
Assumotions:
1. The final project manual will be bound in a three ring binder to facilitate future
revisions.
Deliverables:
1. Draft project manual for review by the City.
3.3 Harris Budget Projections
Purpose:
To provide the City with the Harris's anticipated billings in a format that is easily
accessible, easy to understand, and provides the required cost information so the City
ca~ better manage available resources.
Assumptions:
1. Cost projections will monitor only the Harris' contract.
Deliverables:
1. Harris will furnish budget projections as part of the monthly invoice.
Task 400 - Construction Management and Inspection Services
4.1 Preconstruction Conference
Puroose:
1
Construction AdminIstration Services for International Blvd. Phase II & III Improvements
The City of Tukwila, WA. January 2009
Provide a draft of meeting agenda for The City's CM to prepare for all essential project
participants to meet prior to the start of work. This meeting will outline the City's
admInistration of the contracts, introduction of the attendees, and record all comments
and questions submitted by the contractor. Provides an understanding of the procedures
to bE! used on the project and what the contractor can expect from the City and its
consultants.
Approach:
The City's CM will schedule, prepare agenda, chair and take minutes of the
preconstruction meeting, inform contractor of project administration procedures and
invite all affected regulatory agencies, utilities, and others to attend the meeting.
Assumptions:
1. The City will provide the meeting venue.
2. The City will develop the attendee list.
3. Harris will assist the City CM in drafting agenda meeting.
4.2 Preconstruction Walk
Purpose: To start the construction contract with an understanding between the
contractor, Harris and the City as to the existing conditions of the project before
construction begins.
Approach: Before the Notice to Proceed is given to the contractor, Harris and the City
will walk the project recording existing conditions. Project conditions are logged,
videotaped, and still photographs are taken to record existing conditions. Copies are
provided to the City. Harris will keep the originals in the project files until project
completion.
Assumotions:
1. Project walk will not take longer than one day with approximately the same amount
of time to log, file and copy the information.
Deliverables:
1. Project photographs and video of pre-construction and after construction conditions.
4.3 Communications and Correspondence
Puroose:
Provide effective written and or"!1 communications on behalf of the City to the contractor
and other stakeholders in the administration of the contract.
Approach:
At the preconstruction conference, obtain all pertinent information from the attendees to
. develop a project directory of all key personnel working on the projects. Develop a flow
chart showing how correspondence is to be handled once it is received from the
contractor or other stakeholders. Log all information received from contractor and others
in Contract Manager Software and in separate project files for action and distribution.
Prepare appropriate responses and obtain the City's approval when required. All original
2
Construction Administration Services for International Blvd. Phase II & III Improvements
The City ofTukwila, WA, January 2009
correspondence remains with the project files. Only copies will be distributed, except for
shop drawing submittals.
Assumptions:
1. The City file index will be used for all correspondence received from the City,
contractor and others.
DeliverabJes:
1. Logs of information received from the City, the contractor or others relating to the
project.
4.4 Schedule Monitoring
Purpose:
Hams will monitor baseline and progress schedules and changes to the schedule on an
ongoing basis, generally during the monthly pay estimate processing cycle and at our
weekly project meetings.
Approach:
Develop procedures, using available software, to review the contractor's schedule for
logic, duration, and resource changes in the contractors monthly updates. Notify the
contractor of changes and document its response for the record. Harris will keep the City
appraised of construction schedule and changes found in the updates.
Assumptions:
1. Contractor will submit baseline schedule per specifications.
DeJiverables:
1. Harris to perform a monthly review and provide the City with a basic report by email.
4.5 Progress I Coordination Meetings
Puroose:
Attend coordination meetings conducted by the City CM with the contractor and other
interested parties to discuss schedules, status of RFQs (Request For Quotes), status of
submittals, issues log, old and new business concerning the project and any other
business that is a concern of any party attending the meeting. To keep everyone
informed as to the status of the project and discuss issues that may influence project
completion.
Approach:
Attend weekly meetings conducted by the City CM with the contractor to discuss project
schedule, current, and past issues that require action by someone other than the party
raising the issue. The City requests the contractor and Harris submit agenda items for
th-e weekly coordination meetings. Using the proposed agenda items and agenda items
developed in house, the City prepares an agenda for the meeting and distributes the
agenda to the parties that will attend the meeting. Harris distributes the previous meeting
minutes and asks for concurrence of those attending the meeting or suggested
corrections to the minutes. Minutes are filed as approved or amended.
3
Construction Administration Services for International Blvd. Phase 11 & IlIlmprovernenls
The City of Tukwila, WA, January 2009
Additional coordination meetings may be scheduled as needed. The City CM will call
meetings and request specific parties to attend. These attendees will be given 48 hours
notice for additional meetings.
Assumptions:
1. The City and contractor's staff will be able to meet on a regular basis with minimal
absences.
2. Meeting room provided by the City will be able to seat a minimum of 10 people.
3. Meetings will not be more than once a week. . .
4. Designer may be asked to attend the meetings as a participant.
5. Harris will take notes of discussion items with the City CM approval.
6. Contractor is required to submit a look-ahead schedule (2 or 3 week) at each weekly
meeting.
Deliverables:
1. Weekly Agenda with status of open items from previous meetings.
2. Weekly meeting minutes with action items noted.
3.. Two .or three week look ahead schedule (prepared by the Contractor)
4. Submittal log, issues log, and RFI ~nd change order logs
4.6 Payment Recommendations
PU/1Jose: .
The City will verify the contractor's request for payment
Approach:
The City and contractor develop a procedure that is acceptable for monthly progress
payments and the final payment. The City, with the assistant of Harris's Lead Inspector,
reviews contractor's payment requests and verifies contractor pay quantities. After
agreement of the payment request, the City prepares payment documentation.
Assumptions:
1. Payments will be made to the contractor once each month.
2. The City will make payments in accordance with the contract stipulations and State
Law.
Deliverables:
1. Lead Inspector to assist the City CM
2. Schedule review input by Harris
4.7 Safety
Purpose:
Observe contractor's safety.
Approach:
Harris staff to observe contractor's work area. Contractor is to be informed if eminent
life/safety unsafe work conditions and/or areas are obserVed. If life safety danger is
observed immediate shutdown of contractor's work may be required, if conditions
4
Construction Administration Services for Intemational Blvd. Phase II & 1II1mprovements
The City ofTukWila, WA, January 2009
endanger property and/or life and a call may be made to WISHA or L&I may need to be
alerted as appropriate.
Assumptions:
1. Contract documents require contractor to submit its safety program and safety officer
prior to the start of work
2. Contract documents or contractor's safety program require contractor to submit
accident reports.
3. Harris assumes no responsibility or liability for safety of contractor's work areas or
personnel.
4. Harris assumes no responsibility or liability for implementation of contractor's safety
program or its construction means and methods.
O. The City's contractor is solely responsible for project safety.
Deliverables
1. Accident report notes on lOR.
4.8 Environmental Coordination
Purpose:
Verify contractor has copies of applicable permits and that the work activities abide by
the requirements of the permits granted by regulatory agencies.
Aoproach: _
In coordination with the City CM, read and understand and enforce requirements
stipulated in permits issued by regulatory agencies.
Assumptions:
1. All permits will be provided to Harris team and the City.
2. All permits except NPDS permit will be included in the contract documents. Harris
lead inspector will review the conditions of the permit and make sure it is being
followed. -
Deliverables:
1. Daily inspection reports including any pertinent Environmental issues or work will be
prepared on site by Harris inspection staff.
2. Correspondence to affected parties
4.9 Submittal Management and Review
Purpose:
Provide an efficient means of processing submittals between the contractor and
Designer. Provide a brief, initial review of the contractor's shop drawing submittals
before forwarding it to Designer.
Aporoach:
Using Contract Manager and in coordination with the City CM, develop a submittal list for
distribution to the City, Contractor and Designer. Track and submit submittal logs at each
coordination meeting. Follow up on all submittals that are nearing the end of the review
period. The following steps will be followed in reviewing the contractor's submittals:
5
Construction Administration Services for Intemational Blvd. Phase" & IIIlmprovemenls
The City of TUkwila, WA, January 2009
1. Log submittals into Contract Manager all submittals by bid item and specification
number.
2. Ensure the contractor has provided a complete submittal, it has been coordinClted
with other trades and all deviations have been noted. Submittal is returned to the
contractor if it is not complete.
3: The C'ity CM continues review for general compliance with the specification.
4. Submittal is forwarded to Designer for formal review and acceptance.
5. Harris will track the submittals to verify timely response.
6. Submittals are returned to Harris and the submittal status is logged into Contract
Manager.
7. Approved submittals are returned to the contractor for use in work.
8. Harris to inform contractor if a resubmittal is required.
Assumptions:
1. Harris will not be responsible for errors or omissions in any submittal lists; this is the
responsibility of the construction contractor.
2. Harris will assist the City CM in reviewing contractor submittals, and not approving
them.
3. Submittals requiring any public utility review will follow specified process per
provisions.
4. Harris will assist the City CM to, review and to assure full compliance with LAG
manual and correct usage of the RAM and ROM processes.
Deliverables:
1. Monthly status logs of submittals.
2. Log of accepted submittals.
3. Log of submittals in review.
4. Log of submittals that are not approved and will require resubmission by the
contractor.
5. Final log of submittals and status at end of construction.
4.10 Request for Information (RFI) Manag'ement
Puroose:
At times, a contractor is unable to locate information that it deems critical to its
construction activity. Harris staffwill receive, log and track requests for information (RFI)
submitted by the construction contractor. The efficient management of RFls permits the
timely communication between the designer and the contractor.
Approach:
Harris will receive, log and assist the City CM to review all RFls for completeness and
verify the question is reasonable and understandable. Harris team will assist the City CM
to return the RFI if the question is unclear or, in the opinion of Harris staff, the answer is
contained in the contract documents. Harris will note where the requested information
can be found in the contract Documents. Harris will track RFls by creating weekly Jogs,
using the Contract Manager software, to verify timely response from the designer.
Assumptions:
1. None.
6
Construction Administration Services for International Blvd. Phase II & III Improvements
The City ofTukwila, WA, Janual)' 2009
De/iverables:
1. Log of all RFls and their status.
2. Log of all RFls answers and their status.
4.11 Document Management
Puroose: .
Provide the City with an electronic means of tracking all documents exchanged between
the parties involved in the construction of the project.
Approach:
Using Primavera Web-based Contract Manager and the City File Index, all documents
will be logged in the project field office. Documents will be scanned into the document
control system and attached to Contract Manager File index categories. All documents
will be filed as a digital file and hardcopy;
Assumptions:
For the d~ration of contract, Harris will provide Contract Manager software for use.
De/iverables:
1. Logs of all documents in the project files (digital and hardcopy).
2. All hardcopy proje9t documents exchanged on the project between the various
parties.
3. Harris will transfer all project documents and data generated by Contract Manager
software to the City computer system in native database format. The data will be fully
accessible and manipulatable with the City's final version of the Contract Manager
software. Harris will assist the City in acquisition and configuration of Contract
Manager during the contract startup phase.
4.12 Construction Change Order Assistance
Puroose:
To assist the City CM with assurance the contractor is presenting legitimate requests for
extra work that was not included in the original scope of the contract. To assist he City
CM to assure the associated extra work costs and time extension requests are fair and
reasonable to both the City and the contractor.
Approach:
1. Assist the City CM to review requests of the contractor's request for changes due to
cost increases and/or time impacts for m~rit.
2. Assist the City CM to prepare independent cost estimate and schedule analysis of
work.
3. Assist the City CM to negotiate extra work cost and time extensions with the
contractor.
4. Assist the City CM to prepare change orders for execution by the City.
Assumptions:
1. Harris will not have authority to make minor changes to work.
2. The City CM will negotiate with the contractor on contract changes.
Deliverables:
7
Construction Administration Services for Intemati.onal Blvd. Phase II & III Improvements
The City ofTukwila, WA, January 2009
1. Assist the City CM to prepare independent cost estimates.
2. Independent schedule analysis.
3. Assist the City CM to prepare change orders ready for execution
4.13 Review Certified Payrolls
Puroose:
To verify the contractor provides certified payroll reports in confonnance with the
provisions of the contract and applicable State Law. To verify the certified payroll reports
contain information required by the Labor Code.
Aooroach:
Receive and review certified payrolls from the contractor and each of its subcontractors.
Check for the Statements of Compliance. Spot-check wages of each classification of
laborer or craftsperson. Notify contractor and City of all discrepancies and/or errors and
request a corrected Certified Payroll.
Assumot!ons:
1. Employee interviews, to verify payment of prevailing wages, will be conducted by
Harris.
2. Harris is not responsible for enforcement of the Labor Code.
3. Harris will not be responsible for identifying every worker on site.
Deliverables:
1. Hardcopies of the contractor's certified payrolls maintained in the project files.
2. A daily list of subcontractors working on the project as a part of lOR.
4.14 Inspection and Documentation
Harris will provide inspectors to provide the scope of work defined as follows.
Puroose:
Provide the City with documentation of construction activitie~, duration, and work
conditions using the City's fonn.
Aooroach:
Provide the City with knowledgeable people, familiar with construction activities to be
perfonned on the project. Using Contract Manager, document the contractor's daily
activities, labor force, equipment and items considered pertinent to the projects. The
construction manager is to review daily reports and provide instruction to inspectors on
ways to improve their daily reports. Provide documentation of labor, materials, and
equipment each day in various sections of the project.
Assumotions:
1. All inspections will be within the project limits.
2. Harris will provide two vehicles, two cell phones, two computers for the duration of
the contract.
Deliverables:
1. Daily inspection reports.
8
Construction Administration Services for International Blvd. Phase II & III Improvements
The City ofTukwila. WA. January 2009
2. Miscellaneous reports deemed necessary by the construction.
4.15 Review and Maintain "As-Built" Schedule
Puraose:
To track contractor's progress during construction of the project.
Approach:
Using the daily inspection reports prepared by Harris inspectors. the contractor's
schedule. site observations". and other sources of information, Harris will track and
document the contractor's actual progress. The contractor's baseline critical p"ath and
regularly updated schedules will be used as a basis fOr comparing planned versus actual
progress.
Assumptions:
1. Monitoring will be on a continuous basis of the contractor supplied "as-built" schedule
which will be updated monthly.
Deliverables:
1. An "as-built" schedule with one digital file, as per the City CM requirement.
4.16 Maintain Photographic and Video Records of Construction Progress
Purpose:
To provide the City with a photographic record of the project, before, during and after
construction.
Approach:
Using still, digital camera record the conditions of the project before the contractor starts
work and after the work is complete. Record the contractor's progress during
construction. During construction, care will be taken to record all items and/or conditions
that have or may have a bearing on claimed extra work.
Assumptions:
1. Photographs and videos will remain at the City's project server at all times until the
end of the project.
Deliverables:
1. All photographic and video records.
4.17 Review and Maintain Record Drawings
Puroose:
To provide the City with an accurate set of record drawings for the project.
Approach:
9
Construction AdmInIstration Services for International Blvd. Phase II & IIIlmprovemenls
The City of Tukwila, WA, January 2009
Monitor contractor's required record drawings on a monthly basis. Review as-builts and
. request changes from contractor for any changes.
Assumotions:
1. Harris will assist Designer in answering questions regarding the record drawings.
2. Contract documents will require contractor to maintain redline as-built drawings.
Deliverabfes:
1. One set of marked up contract drawings.
4.19 Final Inspection and Punch list
Puroose:
To identify elements of construction requiring correction prior to final acceptance by the
City.
Aooroach:
_ Following substantial completion, perform a project inspection of the completed
construction. During the inspection develop a list of contract work requiring correction or
rework. The written list of deficient work (punch list) will be delivered to the City and the
contractor within three working days of the final inspection. The final punch list will
include items to be corrected tha.t were identified previously during the course of
construction.
Assumotions:
1. The City will identify any key City or other agency personnel to be included in the
final inspection.
2. Harris will contact and schedule all required final inspection personnel 48 hour prior
to the final inspection.
3. Harris will prepare the final punch list.
Deliverables:
Final punch list. .
4.21 Final Project Report
Puroose:
To assist the City with a final status report on the project to document remaining close
out issues.
Aooroach:
1. Assist the City CM to prepare a summary of outstanding claims not resolved when
the Notice of Completion is filed.
2. Assist the City CM to prepare and discuss "Lessons learned"
3. Assist the City with all the WSDOT audits during and at the completion of the project.
Deliverabfes:
1. Assist the City CM to provide one hard copy and one digital file.
10
. EXHIBIT B
Intentionally Left Blank (No DBE Utiliiation)
EXHIBIT C
Exhibit C
Electronic Exchange of Engineering and Other Data
The format and standards of electronic documents to be provided by CONSULTANT during the
course of Construction Management and Inspection services will include, but are not limited to,
the following:
. 1. Design Field Revisions and Independent Estimates
A. Any Computer Aided Drafting files generated during the course of
construction in support of field inspection services will be in AutoCAD 2008
version or older format.
B. Cost Estimates and other analysis will be provided in MS Excel format.
II. Construction Schedule Review Documents
A. All analysis and reporting of the contractors project schedule by outside
schedule support services will be performed using reporting tools native to
Primavera P3 Version 4.1 (including Monte Carlo tools if necessary). If
alternate tools are used City will be provided details of specific tools to allow
independent analysis.
B. Written reports may be generated in MS Word format or any common email
version which can be converted to ASCII text.
m. Electronic Data Exchange
A. The City will provide the File Index structure, Change Order, Field Directive,
Inspectors Daily Report and other common documentation forms for
integration into the proj ect tracking system.
B. The City uses Groupwise collaboration tools for email, contact information
and calendar features. Any system used by CONSULTANT shall be
compatible with this tool. .
C. Primavera Contract Manager will be used to track project correspondence and
other information relevant to the construction of the proj ect. The City will
host this program on AGENCY computer systems and CONSULTANT will
migrate any project data from their systems to the City's system once the
program has been installed and configured and thenceforth use the City's
system to administer the proj ect.
N. Non-Digital Source Files
A. Any standard format (8-1/2 x 11 or llxl7) document not available in native
digital format will be scanned to PDF format and included in electronic
documentation upon City request.
Exhibit D-3
Payment (Negotiated Hourly Rate)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or services
rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work The
CONSULTANT shall conform to all applicable portions of 48 CFR Part 31.
1. Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done, based upon the
negotiated hourly rates shown in Exhibit "E" and attached hereto and by this reference made
part of this AGREEMENT_
period and shall be subject to negotiation for thc following twelve (12) month period upon request
of the CONSULTANT or the ACENCY. If negotiations arc not conduettd for thc second o:
subsequent twelve (12) iuonthperieds within ninety (00) days after completion of the previous
2_
nt N_ ..K. Y
AGENCY shall be utilized The rates are inclusive of direct salaries, payroll additives, overhead,
and fee. The CONSULTANT shall maintain support data to verify the hours billed on the
AGREEMENT.
Not in Exhibit E
Direct Non Salary Costs: Direct Non Salary Costs:
will be reimbursed at the Actual Cost to the
CONSULTANT. These charges may include, but are not limited to, the following items: travel,
glinting, long distance telephone, supplies, computer charges and sub- consultant costs.
a. Air or train travel will be reimbursed only to economy class levels unless
otherwise approved by the AGENCY. The CONSULTANT shall comply with
the rules and regulations regarding travel costs (excluding air, train, and rental
car costs) in accordance with the AGENCY'S Travel Rules and Procedures.
However, air, train, and rental car costs chall be reimbursed in accordance with
48 CFR Part 31.205 -46 "Travel Costs."
b. The billing for Direct Non Salary Costs shall include an itemized listing of
the charges directly identifiable with the PROJECT.
c. The CONSULTANT shall maintain the original supporting documents in their
office. Copies of the original supporting documents shall be supplied to the
AGENCY upon request.
d. All above charges must be necessary for the services provided under this
AGREEMENT.
3. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to
provide the Agreement Administrator with the flexibility to authorize additional funds to the
AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional
work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing
and shall not exceed the lesser of $100,000 or 1O% of the Total Amount Authorized as shown in the
heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown
in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring
additional costs in excess of the Management Reserve Fund shall be made in accordance with
Section XIV, "Extra Work."
DOT Form 140 -089 EFExhdba 0-3
Revised 6/08
4. Maximum Total Amount Payable: The Maximum Total Am01.Ult Payable by the AGENCY to the
CONSULTANT under this AGREEMENT shall not exceed the am01.mt shown in the heading of
this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount
Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not
include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum
amount payable is guaranteed under this AGREEMENT.5. Monthly Progress Payments: Progress
payments may be claimed on a monthly basis for all costs authorized in 1 and 2 above. The
monthly billing shall be supported by detailed statements for hours expended at the rates
established in Exhibit "E", including names and classifications of all employees, and billings for
all direct non-salaIy expenses. To provide a means of verifying the billed salmy costs for the
CONSULTANT'S employees, the AGENCY may conduct employee interviews. These interviews
may consist of recording the names, titles, salary rates, and present duties of those employees
perfonning work on the PROJECT at the time of the interview.
6. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned
will be made promptly upon its verification by the AGENCY after the completion of the wOlk
under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports,
electronic data and other related. documents which are required to be furnished under this
AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a.
release of all claims for payment, which the CONSULTANT may have against the AGENCY
unless such claims are specifically reserved in writing and transmitted ~ the AGENCY by the
CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be. a bar to any
claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY
may pursue with respect to such claims.
The payment of any billing will not constitute agreement as to the appl'Opriateness of any item and
at the time of:final audit, alll'equired adjustments will be made and reflected in a final payment. In
the event that such:final audit reveals an ovelpayment to the CONSULTANT, the
CONSULTANT will refund such oveq>ayment to the AGENCY within thirty (30) days- of notice
of the overpayment. Such refund shall not constitute a waive1' by the CONSULTANT for any
claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT
has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the
AGENCY for audit findings.
7. Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for
inspection by representatives of the AGENCY. STATE and the United States, for a period of three
(3) years after l"CCeipt of final payment, the cost records and accounts pertaining to this
AGREEMENT and all items related to 01' bearing upon these records with the following
exception: if any litigation, claim or audit arising out of, in connection with. on'elated to this
contract is initiated. before the expiration of the three (3) year period, the cost records and accounts
shall be retained until such litigation, claim, 01' audit involving the records is completed.
Exhibit E -2
CITY OF TUKWILA INTERNATIONAL BLVD.
Phase II III Improvements
Consultant Fee. Determination Summary Sheet
(Specific Rates of Pay)
Fee Schedule
Discipline or Job Title Hourly Overhead Profit Rate
Rate @154% @_25% Per Hour
Sam Yaghmaie, PE Project Director 69.81 107.50 17.45 194.77
Matt Lumsden: Lead Inspector 43.25 66.60 10.81 $120.67
Chan Saenphimmachak Office Eng. 28.84 44.41 7.21 80.46
Peigi barkely Administration Oversight 36.25 55.82 9.06 $101.14
Steve Flinn: Structural Inspector 43.5 66.99 10.88 121.37
Becky Pitts: Scheduler 42.00 64.68 10.50 117.18
Jan 1 Febl Mar Apr
May
Jun
Jul
Aug
Sep
Oct
Nov
Dec
Jan 1 Feb 1 Mari Apr
May
Jun
Jul
Aug
Sep.
Oct
Nov
Dec
16 16
176 176
8
8
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
8
40
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176'176
176
88
8
88
176
176
176
176
176
176
176
176
176
176
176
176.
176
176 176
176
176
176
176
176
176
44
8
24
44
44
44
44
44
44
44
44
24
24.
24
24
44 44
44
44
44
44
44
22
8
40
88
88
88
88
88
88
44
44
44
44
88 88
88.
88
55
32
64
64.
64
35.
35
35
35
35
35
35
64
64
49
35 35
35
35
35
88
88
32
8
44
44
44
16
16
16
32
16
16
32
16
16
16
32 16
16
16
32
32
44
44
Harris 8, Associates
Construction Management Services for International Blvd. Phase 1I III
City of Tukwila, Negotiated Breakdown of Costs
Jan 12 -09
Project Schedule
Assumed Consfuction Schedule
Estimated Fees
Totals
2009
hrly rate
Protect Director (Sam Yaghmaie j $194.77
L ead Inspector (Matt Lumsden)
Off.Enq Saenohimmachak
Off. Eno. OT (Chan
Structural Inspector (Steve Flinn)
Pe( Barkelv (Admin. Oversight
Scheduler
$120.67
$80.46
$121.37
5101.14
$117.18
Notes:
1. Rates shown are for Year 2009 with a 5% COL increase for 2010.
2. Anticipated overtime (15
x direct
salary) is as shown.
EXHIBIT E -2
2009 2010
11
Jan Mort AQr May Jun Jul Aug Sep Oct Novi Dec Jan 1 Feb' Mar Apr May Jun Jul Aug 1 Sep 061 Nov Dec
Direct Overhead Fee
rate 1.540 0.25
PD 69.81 $107.51 $17.45
LEAD INSP $43.25 $66.61 $10.81
OFF. ENG, $28.84 $44.41 $7.21
OFFICE ENG OT $43.26 $66.62 $10.82
ADMIN. OS $36.25 $55.83 $9.06
SCHEDULER $42.00 $64.68 $10.50
STRUCT INSP $43.50 $66,99 810.88
I I
2009 1 2010 1 Totals 2009 1 2010
Hours I Hours I Hours) Costs 1 Costs
176
1976
2024
424
664
533
300
3. Project duration Is 21 months construction with 2 week phase in and 2 week phase out
4. Lead inspector and office engineer time is assumed to be 22 months. Structural inspector to be 1/2 time for equivalent of 12 months.
5. Administration assistant (to include LAG compliance internal audit) and schedule support to evaluate cntractor's provided protect schedules are included as estimated.
6. Office engineer time includes primary documentation responsibility and inspection as needed.
7. Direct cost for office, furnishings, utilities, copier, fax, scanner, phone, and data lines are provided by the City.
8. Direct costs for Contract Manager software (hosted by COT), two vehicles, two cell phones, and two field computers, are Included In Harris OH rates.
168 344 34.279.50
1856 38321 238.438.98
1811 38351 162,858.33
378 802 51,174.85
495 1159 80.586.36
496 1029 53,906.29
264 564 35.154.00
11565
34.357.41
235,156.82
152,997.95
47.904.00
63.079.46
52.672.41
482.30
2009
$194.77
8120.67
$80.46
$120.70
$101.14
$117.18
$121.37
Totals
68.637
473.596
315,856
99,079
143,666
106,579
67,636
1,275,048
Contingency
Total Harris Expenses 1,275,049
2010
$204.51
$126.70
$64.49
$126,73
$106.19
$123.04
$127.43
EXHIBIT G
Intentionally Left Blank (No Subconsultants)
Exhibit H
Title VI Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in
interest agrees as follows:
1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to
non-discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations,
Part 2-1, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS"),
whicb are herein incorporated by reference and made a part of this AGREEMENT.
2. Non-discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT,
shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of
sub-consultant~, including procurement of materials and leases of equipment The CONSULTANT shall
not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
REGULA TrONS, including employment practices when the AGREEMENT covers a program set forth in
Appendix B of the REGUlATIONS.
3. Solicitations for Sub-consultants, Including Procurement of Materials and Equipment: In all solicitations
either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under
a sub-contract, including procurement of materials or leases of equipment, each potential sub-consultant or
supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this
AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color, sex,
or national origin.
4. Infonnation and Reports: The CONSULTANT shall provide all information and reports required by the
REGULATIONS or directives issued pursuant thereto, and shall pennit access to its books, records,
accounts, other sources of information., and its facilities as may be detennined by AGENCY, STA'IE or the
Federal IDghway Administration (FflW A) to be pertinent to ascertain compliance with such
REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the
exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall
so certify to the AGENCY, STA 1E or the FHW A as appropriate, and shall set faIth what efforts it has
made to obtain the information.
5. Sanctions for Non-compliance: In the event of the CONSULTANTS non-compliance with the
non-discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT
sanctions as it, the STA 1E or the FHW A may determine to be appropriate, including, but not limited to:
. Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT
complies, and/or;
. Cancellation, termination, or suspension of the AGREEMENT, in whole orin part
DOT Form 14a.tlS9 EF Exhlbtt H
Rllvlslld 6105
6. Incorporation of Provjsions~ The CONSULTANT shall include the provisions of pamgraphs (1) through (5)
in every sUD-contract, including procurement of materials and leases of equipment, unless exempt by the
REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with
respect to any SUD-consultant or procurement as the AGENCY. STATE or FHW A may direct as a means of
enforcing such provisions including sanctions'for non--compliance.
Provided. however, that in tbe event a CONSULTANT becomes involved in, or is threatened with,
litigation with a sub-consultant or supplier as a result of such direction, the CONSULTANT may request
the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the
STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to
protect the interests of the United States.
Exhibit I
Payment Upon Termination of Agreement
By the Agency Other Than for
Fault of the Consultant
(Refer to Agreement, Section IX)
Lump Sum Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made shall
total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the
total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made,shall
total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is
to the total work required for the Project In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Speciffc Rates of Pay Contracts
A final payment shall be made to the CONSULTANT for actual hours cbarged at the time of termination of this
AGREEMENT plus any direct nonsa13.1)' costs incurred at the time of termination of this AGREEMENT.
Cost Per Unit of Work Contracts
A final payment shall be made to the CONsm..TANT for actual units of work completed at the time of
termination of this AGREEMENT.
DOT F"orm 140-089 EF" Eilhlb1l1
Revlsgd 8105
EXHIBIT J
intentionally Left Blank
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claims) are a total of
$1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director
of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claims) that total
$1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim
by the consultant
Step 1— Consultant Files a Claim with the Agency Project Manager
If the consultant determines that they were requested to perform additional services that were outside of
the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is
the request for consideration of the claim to the Agency's project manager.
The consultant's claim must outline the following;
Summation of hours by classification for each firm that is included in the claim;
Any correspondence that directed the consultant to perform the additional work;
Timeframe of the additional work that was outside of the project scope;
Explanation as to why the consultant believes the additional work was outside of the
agreement scope of work.
Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency's project manager. The project manager will review the consultant's claim and will met with the
Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the
FHWA is participating in the project's funding, forward a copy of the consultant's claim and the
Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local
Programs through the Region Local Programs Engineer. If the claim is not eligible for federal
participation, payment will need to be from agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Highways and
Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a
request memo, including backup documentation to the consultant to either supplement the agreement, or
create a new agreement for the claim After the requesthas been approved, the Agency shall write the
supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant
that the final payment for the agreement is subject to audit. No further action in needed regarding the
claim procedures.
DOT Form 140499 EF Exhibtt K
Revised 6/05
Exhibit K
Consultant Claim Procedures
Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work; and
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
Step 3 - Preparation of Support Documentation Regarding Consultant's Clain1(s)
If the Agency does not agree with the consultant's claim, the project manager shall prepare a
summaty for the Director of Public Worb or Agency Engineer that included the following:
. Copy of information supplied by the consultant regarding the claim;
. Agencts summation of hours by classification for each finn thatshould be included in the
claim;
. A.rPj correspondence that directed the consultant to ~rfonn the additional wor~
. Agency's summa:ty of direct labor dollars, overhead costs, profit and reimbursable costs
associated with the additional work;
. Explanation regarding those areas in which the Agency does/does 110t agree with the
consultant's claim(s); -
. Explanation to describe what has been instituted to preclude future consultant claim(s); and
. Recommendations to resolve the claim.
Step 4":' Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency
Documentation
The Director of Pubic W arks or Agency Engineer shall review and administratively approve or
disapprove the claim, or portions thereof, which may include getting Agency Council or
Commission approval (as appropriate to agency dispute resolution procedures). If the project
involves federal participation, obtain concurrence from WSDOT Highways and Local Programs and
FHW A regarding final settlement of the claim. If the claim is not eligible for federal participation,
payment will need to be from agency funds.
Step 5 - Informing Consultant of Decision Regarding the Claim
The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their
final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted
clahn(s) and rationale utilized for the decision.
Step 6 - Preparation of Supplement or New Agreement for the Consultant's Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount of
the claim. Inform the c-Onsultant that the final payment for the agreement is subject to audit.
Exhibit L
(To Be Used Only If Insurance Requirements Are Increased)
The professional liability limit of the CONSULTANT to the AGENCY identified in Section XIII, Legal
Relations and Insurance of this Agreement is amended to $ NtA
The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits
in the amount of $ 2 million per claim with an aggregate of $4 million.
Such insurance coverage shall be evidenced by one of the following methods:
· Certificate of Insurarrce.
. Self~insurance through an irrevocable Letter of Credit from Ii qualified financial institution.
Self-insurance through documentntion of a separate fund established exclusively for the payment of professional
liability claims, including claim amounts already reserved against the fund, safeguards established for payment
from the fund, a copy of tbe latest annual financial statements, and disclosure of the investment portfolio for those
funds.
Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed $1
million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the
Federal Highway Administration (FHW A) for approval to increase the minimum insurance limit
IfFHW A approval is obtained. the AGENCY may. at its own cost, reimburse the CONSULTANT for the
additional professiona1liabiIity insurance reqnired.
Notes: Cost of added insurance requirements: $ Nt A
· Include all costs, fee increase, premiums.
. This cost shall not be billed against an FHW A funded project
· For final contracts, include tbis exhibit.
DOT Fonn 140-0&9 EF ExhIbit L
RIlVIsIld ElIOS
Exhibit M-1 (a)
Certification Of Consultant
Project No.
Local Agency
074-4038
I hereby certify that I am Vern Phillips, PE
representative of the finn of Harris & Associates, Inc.
1800 112th Ave NE, #21 OW, Bellevue, WA 98004
firm I here represent has:
and duly authorized
whose address is
and that neither I nor the above
(a) Employed or retained for a commission, percentage, brokerage, contingent ree, or other
consideration, any :firm or person (other than a bona fide employee working solely for me or the
above CONSULTANT) to solicit or secure the AGREEMENT;
(b) Agreed, as an express or implied condition for obtaining this contract. to employ or retain the
5eIVices of any firlIi or person in connection with canying out this AGREEMENT; or
(c) Paid, or agreed to pay, to any firm, organiZation or person (other than a bona fide employee
worlcing solely for me or the above CONSULTANT) any fee, contribution, donation, or
consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT;
except as hereby expressly stated (if any);
I acknowledge that this certificate is to be available to the Washington State Department of
TransportatioIland the Federal Highway Administtation, U.S. Department of Tmnsportation in
connection with this AGREEMENT involving participation of Federal-aid highwa cis, and is
.. subjectto applicable State and Federal laws, both criminal and civ'
'/18/a9
, DaCe I
DOT Form 14lHl89 EF Exhibit M-l eEl)
Revised 6105
Exhibit M-1(b)
Certification Of Agency Official
I hereby certify that I am tbeAGENCY Official of the Local Agency of City of Tukwila
Washington, and that the consulting frrm or its representative has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this AGREEMENT to:
(a) Employ or retain, or agree to employ to retain, any f1fill or person; or
(b) Pay, or agree to pay, to any fIrm, person, or organization, any fee, contribution, donation, or
consideration of any kind; except 118 hereby expressly stated (if any):
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation, in
connection with this AGREEMENT involving participation of Federal-aid highway funds, and is
subject to applicable State and Federal laws, both criminal and civil.
Date
Signature
DOT Fonn 14().(l89 EF ExhIbit M-1(b}
RevIsed 6105
Exhibit M-2
CertIfication Regarding Debarment, Suspension, and Other Responsibility
.Matters-Prlmary Covered Transactions
I The prospective primary participant certifies to the best of its Imowledge and belief, that it and its
principals:
A. Are not presently debarred, suspended, .proposed for deballDCnt, declared ineligible, or voluntarily
excluded from covered transactions by any federal department or agency;
B. Have not within a three-year period preceding this proposal been convicted of or bad a civil
judgment rendered against them for commission or fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (federal. state, or local) transaction or
contract under a public transaction; violation of federal or state antitrust statues or commission of
embezzlement. theft, forgeI)', bribery, falsification or destruction of n:coms, making false
statements, or receiving stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(federal, state, or local) with commission of any of the offenses enumerated in paragraph (I)(B). of
this celtification; and
D. Have not within a three (3) year period preceding this application/proposal had one or more public
transactions (federal, stale, or local) terminated for cause or default
IT. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach Un explanation to this proposal.
Consultant (Firm):
Harris & Associates
clal of Consultant
It!.f 7
DOT Form 140-089 EF ExhIbit M-2
Revised 6/05
Exhibit M-3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal. to the best of his or her
knowledge and belief, that: .
1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any Federal agency,
a member of Congress, an officer or employee of Congress, or an employee of a member of
Congress in connection with the awarding of any Federal contract, the making of any &deral grant,
the making of any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or
cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to .influence an officer or employee of any Federal agency, a member of
Congress, an officer or employee of Congress, or an employee of a member of Congress in
connection with this Federal contract, grant. loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form-LIL, "Disclosure Form to Report Lobbying," in accordance
with its instructions. .
This certification is a material representation of fact upon which reliance was placed when this
transaction was lUltde or entered into. Submission oftbis certification is a prerequisite for making
orentering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who
fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and
not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require- that the language of this certification be included in nIl lower tier subcontracts which exceed
$100,000 and that all such subrecipients shall certify and disclose accordingly.
/ /13 /CJ7
I (Oafs) I
Consultant (Firm): Harris & Associates
DOT Form 14G-0B9 EF Exh1blt M-s
Ravlslldel05
exhibit M-4
Certificate of Current Cost or Pricing Data
. This is to certify that. to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 of the Federal Acquisition Regulation . (FAR) and required under FAR subsection 15.40~)
submitted, either actually or by specific identification in writing, to the contracting officer or to the
contracting officers representative in support of Negotiated breakdown of costs *
are accurate, complete, and current as of January.13, 2009 'i'*. This certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Government that are part of the propOSID.
Firm Harris & Associates, Inc.
Name Vern Phillips, PE
Title Northwest Regional Manager
Date of Executlon***
TIB Phase 2/3 Roadway Improvements
I /1 '3 ~1'
. I
* Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate.identifying number (e.g., RFP No.).
** Insert the day, month, and year when price negotiations were concluded and price agreement
was reached.
*** Insert the day, month, and year of signing. which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.
DOT Fonn 140-000 EF Exhibit M-4
Revised 6105
Supplemental Signature
Page for
Standard Consultant
Agreement
Consultantl AddressIT elephone
Harris & Associates, Inc.
1800 112th Avenue NE, #21 OW
Bellevue, WA 98004
425.453.0999 phone
Agreement Number
95-RW03 (Harris 074-4038)
Federal Aid Number Phase 2: STPF-STPUL-0099(077)
Phase 3: HLP-STPUL-0099(103)
Project Title And Work Description
Tukwila International Boulevard
Phase II & III Improvements .
"Construction Administration & Inspection
Services"
Local Agency
THIS AGREEMENT, made and entered into this day of
between the. Local Agency of City of Tukwila , ~ash[ngton, hereinafter called the
"AGENCY" , and the above organization hereinafter called the "CONSULTANT'.
In witness whereof, the parties hereto have eouted this AGREEMENT as of the day and year first
above written.
CONSULTANT LOCAL AGENCY .
By Vern Phillips, PE
Consultant Harris & Associates, Inc
Agency City of Tukwila
By
By
Consultant
. Agency
By
Agency
By
Agency
DOT Fonn 14CJ.0B9 EF Appendix 31.910
Revised 6105
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Transportation Committee
.
FROM: Public Works Director~
DATE: January 14, 2009
SUBJECT: Tukwila International Blvd Phase II & III (S 116th St to S 139th St)
Project Nos. 95-RW03 & 95-RW04
Construction Management (CM) Services with KPG
ISSUE
Approve Contract Supplement # 7 with KPG, Inc. for the Tukwila International Blvd Phase II & III
Street Improvement Project construction management and material testing services.
BACKGROUND
The City contracted with KPG, Inc. to design Tukwila International Blvd Phase II & III Project
from S 116lh St to S 139lh St. The construction contract was awarded to Gary Merlino
Construction on December 15, 2008. The City wishes to retain KPG during the construction
phase to provide engineering support as necessary for issues related to design and other
technical support services.
ANAL YSIS
The Supplemental Agreement for KPG includes civil, electrical, surveying, utility coordination
technical support, structural and wall construction engineering, geotechnical support and
materials testing services.
These services will augment the construction field team composed primarily of Harris &
Associates and City personnel. The negotiated fee of $385,000.00 is reasonable for this project.
See adjacent Harris memo for budget information.
RECOMMENDATION
The Council is being asked to approve Supplement #7 with KPG, Inc. to provide construction
management support for Tukwila International Blvd Phase II & III Project in the amount of
$385,000.00 and consider this item at the January 26, 2009 Committee of the Whole meeting
and subsequent February 2, 2009 Regular Meeting.
Attachment: Consultant Contract including Scope of Work and Fee
P:\PROJECTSIA- RW & RS Projecls\95RW03 T1B2\1nfo Memo KPG Sup #7 01-14-09 MERdoc
~
~
Washington State
Department of Transportation
Supplemental Agreement
Number 7
Organization and Address
KPG, Inc. P.S.
KPG, Inc. P.S.
753 9th Avenue North
Seattle, W A 98109
Phone: 206.286.1640
Execution Date Completion Date
11/18/2002 12/31/2010
New Maximum Amount Payable
$ 2~127,637.00
Original Agreement Number
LA-5329
Project Number
STPF - 0099(007) & HLP-STPUL-0099(1 03)
Project Title
Tukwila International Boulevard Phase 2 / 3
Description of Work
South 139th Street to South 116th Street
Construction Engineering and Materials Testing ServicesServices
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with KPG, Inc. P.S.
and executed on 11/18/2002 and identified as Agreement No. LA-5329
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:
The Scope of Work and estimated level of effort f01' this project iF; detailed in Exhihi1- 'R-7' attached hereto, and h)'
this reference made a part oft111s l'Iereement
II
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to Change the number of calendar days for
completion of the work to read: Time for comple1ion F;hall he Decemher j 1,2010
II!
Section V, PAYMENT, shall be amended as follows:
Additional sel'vlce.<: for thiF; ~mpplement No 7 ::Ire e~timHted at $3R5,OOO h::l~ed 011 the level of effoltinJikated on the
attl'lched Exhihit 'D~T
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:
Nelson Davis, KPG
\~
~ 1 (
~ )/~
. ~ Consultant Signature
By:
City ofTllkwila
Approving Authority Signature
DOT Form 140-063 EF
Revised 9/2005
Date
Exhibit E-7
City of TukwiIa
Tukwilll International Boulevard, Phases 2 & 3
SOllth 139111 Street to South 116111 Street
- Scope of Work-
Supplemental Agreement No.7
Construction Engineering and Support
KPG, Tuc
January 9, 2009
A. BACKGROUND
The scope of work is provided to include additional support throughout the construction phase of the Tukwila
lntemational Boulevard Project. This work includes preconstruction support, construction phase services, material
testing services, on-call construction surveying, franchise utility assistance, and preparation of record drawings as
described herein.
B. SCOPE OF WORK
TASK 1 - MANAGEMJ<:NT I COOlWINA TION I ADMINISTRATION
1.1 The Consultant shall provide continuous project management for the project duration (estimate 20 months).
1.2 The Consultant shall prepare monthly progress repOlts identifYing work completed in the previous month,
work in progress, upcoming work elements, and repOlting of any delays, problems, or additional
infonnation needs. These repOlts shall be submitted with the Consultant invoices.
).3 The Consultant shall provide continuous management and administration of all subcontractors included in
this scope of work.
Task 1 Deliverables: Monthly progress reports (20 months)
TASK 2 - CONSTRUCfION PHASE SERVICES
2.1 The Consultant shall provide on-call support, which may include, attending preconstruction meeting,
weekly progress meetings, review shop drawings, accuracy checks of consh'uction surveying and staking,
interpretation of plans and specifications, and construction change order assistance on an as-needed basis.
Specific tasks are anticipated to include:
· Preconstruction Services: Assistance with utility coordination, coordination with City field and
administrative staff, attendance at preconstl'uction meeting and other support as requested by the
City in preparation for construction.
· Construction Meetings: Attend weekly construction meetings or other project meetings at the
construction site to review, in conjunction with the City, the Contractor's progress and
construction schedule. Weekly attendance is not anticipated for the project duration; however, the
project design engineer and other engineers will attend as requested. Provide feedback and follow
up as appropriate. Budget allowances for meeting attendance is shown on the attached hour
estimate.
· Submittals: Review and comment on the Contractor's submittals, including shop drawings.
· Interpretation of Plans and Specifications: Provide technical assistance to clarifY and interpret the
contract documents at the request of the City. Assist the City in answering Contractor questions.
Page I of2
Respond to requests for information (RFls), prepare requests for quotation (RFQs), and prepare
construction field directives (CFDs).
· Change Order Assistance: In the event that the provisions of the Contract Documents need to be
revised, prepare the necessary revisions to the drawings and specifications.
· Subconsultant Construction Support: Project Subconsultants for geotechnical (Landau
Associates), Structural Engineering (KPFF) and material testing services (Krazan and Associates)
will be retained for construction support on all as requested basis. Day to day coordination with
the material testing service will be the responsibility of the City. The provisions of Exhibit C-2
(Payment - Cost plus Fixed Fee) shall not apply to materials testing. Material testing rates shall
be in accordance with the fee schedule attached as Exhibit G-7. Budget allowances for each
Subconsultant are shown on the attached reimbursable breakdown.
· Assist with preparation and attendance at special events, such as public meeting, groundbreaking,
ribbon cuttings, council updates, and other events as requested.
Task.2 Deliverables: Documentation as requested in support of on-call construction support
TASK.3 - UTILITY COORDINATION ALLOWANCES
3.1 The Consultant will provide assistance to facilitate franchise utility relocations and adjustments as
requested by the City. These services may include design modifications that may be required to facilitate
1i'anchise utility work. The purpose of this task is to provide a budget allowance and tracking mechanism
for possible reimbursement to the City by the fi'anchise utilities. Work for each utility will be tracked
separately on monthly invoices. The City will be responsible for obtaining reimbursement on these charges
when applicable.
TASK.4 - CONSTRUCTION SURVEYING AND STAKING
4.1 The Consultant will provide construction surveying and staking on an as requested basis. Primary survey
will be provided by the Contractor; however, the City may request verification survey and staking or
assistance with as-built survey. We have included an allowance of 80 hours of survey crew time with
necessary office SUPPOlt.
TASK 5 - RECOHD DHA WINGS
5.1 The Consultant will provide record drawings within 60 days of receipt of information provided by the
construction contractor and the City ofTukwila.
Task.S Deliverables:
· Record Drawing Mylars (full size)
· Halfsize copy of draft
!I ).r"ull-size and half-size copies of final record druwings
· Electronic files .
C. FUTURE SUPPLEMENTAL AGREEMENT
The City of Tukwila may require other services of the Consultant these services could include other work tasks not
included in the scope of work. These services may include, but are not necessarily limited to, additional
construction support, engineering or independent peer review of contractor, City, or utility proposed plan changes,
assistance with property issues, or other services deemed necessary by the City. At the time these services are
required, the Consultant shall provide the City with a detailed scope of work and an estimate of costs. The
Consultant shall not proceed with the work until the City has authorized the work and issued a Notice to Proceed.
Tukwila International Boulevard, Phase 2 & 3
Supplement No.7
Page 2 of2
January 9, 2009
FEE SUMMARY
EXHIBIT D -7
Project: City of Tukwila
Tukwila International Boulevard, Phase 2 3
Supplement No. 7 Construction Engineering and Support
January 9, 2009
o Architecture 4
Landscape Architecture
Civil Engineering
Task Construction Services Total fee
Task 1 Management Coordination Administration 17,642.43
Task 2 Construction Phase Services 272,440.42
Task 3 Utility Coordination Allowances 31,313.43
Task 4 Construction Surveying and Staking 16,823.76
Task 5 Record Drawings 46,657.29
Subtotal: 384,877.34
Exhibit D-7
Hour and Fee Estimate
Project: Tukwila international Boulevard Phase 2 and 3
Supplement No 7 - Construction Engineering and Support
Project
HOUR AND FEE ESTIMATE
yard, Phase 2 3
City of Tukwila Direct Support
1
sneering an Labor Hour Es I A
Tukwila International Eng
Supplement 7 Fnain
Direct Salary Costs'1
Overhead Rate';
Fixed Fee';
EXHIBIT D -7
u poi ornate
*Survey drain Fee
Crew ("Technician 64.26
°Project
*Project I. eer naineer 139.2 j 85.684,,,,,,.,...
—*project ct T 99.9 19,615
123.58
178.5 8 6,463
125 16 g728
A
40 ....w..,�..8, X0.00
Q .........._._....I 46,65
o 189 3$ 4,877.3 4
290
62.50
Descriptio
40
Cask 1..
Record Dra�nrine s heets....._......_...._
1 24
Task 5
Drawirrgs_t2p..._ 4 _,'i...•.........$._
Draft Record
Prepare prawin9.,_.__.
final Record d p, ,..1 ee, bre akd o w n for 36
cios details
602
Arc hivi rases 280 238
e�mbursable exPe Task Tota Totals:
34.99\$
160.6
2
80
48.77 r$
prchitec hitccv.*r
Civil dscap
Total Fee
449
i
30.00
22.5 1
i
REIMBURSABLE BREAKDOWN EXHIBIT D
Project: City of Tukwila
Tukwila International Boulevard, Phase 2 3
Supplement No. 7 Construction Engineering and Support
Reimbursable Breakdown
IC JP' C4-
Architecture
Landscape Architecture
Civil Engineering
Task 1 Management 1 Coordination Administration
mileNe
Reproduction
Taski Total 50.00
Task 2- Construction Phase Services 50.00
Mileage
2,000.00
Reproduction
500.00
Allowance Landau Associates
10,000.00
Allowance KPFF
26,800.00
Allowance Testing Services
95,000.00
Task 3 Utility Coordination Allowances
Task 2 Total
134,300.00
Mileage
250,00
Reproduction
Task 3 Total 250.00
Task 4 Construction Surveying and Staking 500.00
Mileage
200.00
Reproduction
Task 4 Total
Task 5 -Record Drawings 200.00
Misc. Archiving and closeout
250.00
Repro Half size bond x 1000 x .5
ReprO Full size bond x 200 x 2
400,00
500.00
Repro Full size rnylar x 200 x 12
2,400.00
KPFF Structural Record Drawings
Task 5 Total 8,300.00
January 9, 2009
Cost
11,850.00
Total Reimbursable Costs: 146,900.00
EXHIBIT G-7
SCOPE OF SERVICES
CONSULTING GEOTECHNICAL ENGINEERING SERVICES
TUKWILA INTERNATIONAL BOULEVARD IMPROVEMENT PROJECT
CITY OF TUKWILA
This scope of services covers consulting geotechnical engineering services during construction of
improvements to Tukwila International Boulevard in TukwiIa, Washington.
TASK 1- PROJECT MANAGEMENT AND COORDINATION
Objective: To manage, administer and provide ongoing coordination for the project. This task
includes technical and financial management, and liaison with KPG and City of Tukwila (CITY)
staff.
Approach:
1. Prepare monthly progress repOlts for submittal with progress payment invoices with backup
as required. Progress reports will identifY progress status, and major activities completed
during the invoicing period, and out of scope of services.
Client Responsibilities:
I. Timely review of deliverables and decisions on issues critical to scheduled progress.
2. Identification and involvement of Client Staff.
Deliverables:
I . Monthly Progress Report.
2. Monthly Invoice.
TASK 2 - SITE VISITS AND GEOTECHNICAL CONSULTING DURING CONSTRUCTION
Objective: Provide geotechnical assistance to KPG and the CITY during construction of the
project.
Approach:
1. Periodic site visits as requested by KPG and/or the CITY to observe geotechnical-related
construction aspects of the project. We have budgeted for up to eight (8) site visits.
2. Review the geotechnical aspects of CONTRACTOR submittals.
3. Provide consuiting on geotechnical-related construction issues.
DeIiverables:
I. Construction field reports summarizing observations and recommendations (if any).
2. Briefmemorandums summarizing review comments on CONTRACTOR submittals.
1113109 C:\Doeunlonls and SeningslNelson\lo..l ScllingslTemponuy Imemol File.;IOLKS4ITlD eonSI Stope_rev.doc
LANC
EXHIBIT G -7
Page 1 of 1
Landau Associates
Tukwila International Blvd Construction Support
Costs
Edward Brian Jackey Slakey (Overhea Total
Scope Items Profit 25% Labor
Heavey y tts Sr Projec Direct d ofit 25°
Principal Project Coordinator Totals
18 14 41 36 $1,481 1 $3,206
(Site Visits (8) I 4 32 rn•: a<, s. aaxa);;
41 401 $1,318 $2,85 $330 $4,502
�Consulfing /Submittal Review $370 $5,057
I 22 46 81 76 $2,799 I $6,061
I $700 $9,560
Rate by Position
Direct Labor Cost I 1
$52.84 $32.07 $20.20 1 I 1
1 $1,162 $1,475 $1621 $2,799 1
Indirect Costs (Overhead [a7 216.51 $2,517 $3,194 $350 $6,061
Profit 25% DL $369 $40 I
Total Labor Cost 1 $3,970 $5,038 $552 1 $9 $700 ,560 1
Reproduction I 1 200 1
Travel (Vehicle Mileage) I 200 I
Total Direct Costs 1 i 400 1
1/13/2009 C:IDocuments and Settings\Nelsonilocal Settings\Temporary Internet Files\OLK841TIB const support cost rev.xls Landau Associates
EXHIBIT G-7
Landau Associates, Inc.
Overhead Schedule
Fiscal Year Ended June 30, 2007
. . %of
Income Landau WSDOT Accepted Direct
Description Statement Adj. Adj. Ref. Amount Labor
. Direct Labor $2,740,431 ($7,846) A $2,732,585
Fringe
Overhead Labor $1,875,092 ($4,151) A $1,870,941 68.47%
Vacation/Sick Leave/Holidays . 585,443 585,443 21.42%
PaYl'oll Taxes 467,324 467,324 17.10%
Medical Insmances 375,196 375,196 13.73%
Bonus/Severance iJ.24,613 (4,650) B 419,963 15.37%
Profit SharinglESOP 250,525 250,525 9.17%
Total Flinge $3,978,193 ($8,801) $3,969,392 145.26%
General Overhead
Field/Laboratory $84,~85 ($84,485) C $0 0.00%
Temporary Help 34,024 . 34,024 1.25%
Health & Safety 11,479 11,479 0.42%
Mileage &, Vehicle 69,433 (65,969) D 3,464 0.13%
Travel & Lodging 50,859 (7,292) E 43,567 1.59%
Office SupplieslEquipment 136,333 (23,177) F H3,156 4.14%
Computer. Supplies/Maintenance 41,816 41,816' 1.53%
Postage 17,272 17,272 0.63%
Telecommunications 78,969 78,969 2.89%
Tax & License 197,239 197,239 7.22%
Professional License & Dues 39,928 (2,672) 0 37,256 1.36%
Building Expense 571,159 571,159 20.90%
Insurance 103,041 103,041 3.77%
Depreciation 208,470 (69,109) G 139,361 5.10%
Imputed Cost" of Money 27,510 3,526 P 31,036 1.14%
Technical Refel'ences' 9,018 9,018 0.33%
Recruiting 14,387 ' (2,707) H 11,680 0.43%
Education Cost 100,077 1 nf) 077 -3.66%
........ ...,,,. .
Personnel Relations . 46,058 (10,246) I 35,812 1.31 %
Professional Services 206,666 (1,921) J 204,745 7.49%
Marketing Expenses 186,982 (24,258) K 162,724 5.95%
Service Charges & Interest 39,815 (39,815) L 0 0.00%
Donatiops 13,284 (13,284) M 0 0.00%
Miscellaneous Expense 7,214 (7,214) N 0 0.00%
Total General Overhead $2,295,518 ($349,477) $854 $1,946,895 71.25%
Overhead ' $6,273,711 ($358,278) $854 $5,916,287 216.51%
Overhead Rate 228.93% 216.51%
Page 2
EXHIBIT G-7
Landau Associates, Inc.
Overhead Schedule
Fiscal Year Ended June 30, 2007
Description
Income
Statement
Landau
Adj.
WSDOT
Adj.
Ref.
Accepted
Amount
%of-
Direct
Labor
Landau Associates - J!.eviewed & Accepted - 10/18/07 CG
Financial Statements compiled hy Finney, Neill & Company, P.S.
Landau Associates References
A. Direct and indirect labor overtime premiums unallowable per 48 CFR 22.103-2.
B. Signing bonuses and moving bonuses in excess of $1,000 per person lUlallowable per 48 CFR 31.205-35
and 48 CFR 31.201-4. Bonuses in excess of 15% of allowable overhead also excluded per WSDOT policy.
C. Field supplies inventory, eventually charged to projects, related to job chargeable activity.
D . Vehicle gas, repairs & maintenance - most related to rental revenue.
E. Local meals, employee business meals Unallowable per 48 CFR 31.205-14 and WSDOT Accounting
Manual, M13-82, Chapter 10 Travel.
F. Estimated cost of direct photocopies - related to job chargeable activi-ty.
G. Depreciation on lab & field equipment, field vehicles & CAD equipment -related to job chargeable activity.
H. Local meals - recruiting unallowable per 48 CFR 31.205-14 and WSDOT AccolUlting Manual, M13-82,
Chapter 10 TraveL -
1. Mariner tickets; liquor; Christmas party expenses in excess of $25 per employee unallowable per
48 CFR 31.205-14.
J. Federal income tax preparation fees over $250 unallowable per 48 CPR 31.205-41(b )(1), 48 CFR 201-6( d),
and WSDOT policy.
. K.. Advertising; client entertainment, campaign contn1mtions; and other costs lUlallowable per 48 CFR 31.205-1 (d),
48 CFR31.205-8, 48 CFR31.20S-14, and 48 CFR31.205-38.
. L. Service charges and interest lUlallowable per 48 CFR 31.205-20.
M. Donations unallowable per 48 CFR 31.205-8.
N. Miscellaneous undocmnented costs removed.
WSDOT References
O. Lobbying unallowable per 48 CFR 31.205-22.
P. Imputed cost of money calculation used the wrong rate for July tIrrough Decemb ei' 2006.
Page 3
Sec
No
1.0 Management, Admin. Meetings
1
5.0 Construction Support Services
Site Visits /Meetings (assume 5)
Submittal Review:
7.0 Reimbursables
Courier and FedEx
Scope Of Work
EXHIBIT G -7
ENGINEERING COST ESTIMATE:
Tukwila International Blvd Walls
Structural Engineering Construction Support Services
1 1 1 1
Proiect Management 1 1 1 8 1 1
'Precon Meetings Assume 1 meeting) 1 4 1 1
I 1 1 1
Subtotals :l
buuioiais
CATEGORY HOURS Sheet 1 COSTS
Proj. Sen. Pro. CADD/ 2.580
Princ. Manag. Engr. Tech. Admin. Multiplier
$64 1 $55 $35 1 $32 $16 l Reimb I Fee
18
Steel Pile Shop Dwgs /Lists 4
Tieback 1 1
Shotcrete 1 1
Reber Shop Drawings 1 4
"Testing Reports 1 2
Miscellaneous Submittals .4
RFI`s 40
As- builts 1 8
1
Subtotals:
TOTALS! 1 94
12
24
4
4
.40
8
8
File: KPFF Tukwila Wall CSS Fee Rev.xls Date: 1/12/2009
80 i
40 1 40
40
220
40
0
$0
$1,300
$568
$0
:$1,868
$0
$3,638
$0
$2,735
$503
$503
$4,180
$1,006
$1,290
.$0
$12,900
$8,050
so
:_$34;804.::;
I $100 $100
Note: 2.58 multiplier is determined as follows: 1.0 Base Rate 1.329 Overhead 0.25'Profit
Page 1 of 1
:cluding DCAA audit items
Total with FAR
FY200718 adjustments
RECT LABOR
PERSONNEL $38,985,142 $38,985,142
RINCIPALS $3,744,812 $3,744,812
DPS- CHARGEABLE $76,277 $76,277
TOTAL $42,806,231 $42,23Ub,2:i`t
\I3OR RELATED OVERHEAD
SICK LEAVE, PERSONNEL $1,320,316 $1,320,316
SICK LEAVE, PRINCIPALS $130,480 $130,480
VACATION, PERSONNEL $2,236,648 $2,236,648
VACATION, PRINCIPALS $441,104 $441,104
IOLIDAY, PERSONNEL $1,598,414 $1,598,414
IOLIDAY, PRINCIPALS $207,411 $207,411
'AYR•OLL TAXES $4,764,351 $4,764,351
EMPLOYEE MED INSURANCE $4,071,630 $4,071,630
TOTAL $14,770,354 $14,770,354
LABOR RELATED MULT 34.51% 34.51%
ENERAL OVERHEAD
JVERHEAD WAGES, PERSONNEL $13,892,252 $13,892,252
OVERHEAD WAGES, PRINCIPALS $12,079,652 ($1,708,657) $10,370,995
DPS -NON CHARGEABLE $721,980 $721,980
3LUEPRII'9TING AND DUPLICATING $312,995 ($98,599) $214,396
RENT $6,754,181 $6,754,181
REPAIR MAINTENANCE $2+12,054 $212,054
3ITY STATE BUSINESS TAX $941,372 $941,372
DEPRECIATION $1,016,782 $1,016,782
OTHER TAXES LICENSES $170,468 $170,468
NSURANCE, OTHER THAN LIFE $597,720 $597,720
DFFICE SUPS, POSTAGE, DEL. $1,445,014 $1,445,014
TELEPHONE $459,065 $459,065
'ROE DUES, FEES, BKS, CONES $621,194 $621,194
DAR $818,405 $818,405
TRAVEL $767,500 $767,500
_EGAL $413,145 $413,145
ACCOUNTING $184,871 $184,871
EMPLOYEE MORALE Meals $780,755 ($351,340) $429,415
MOVING $43,451 $43,451
SCHOOL $69,958 $69,958
PERSONNEL PROCUREMENT $312,289 $312,289
MISC JOB FIXES $82,198 ($82,198) ($0)
BAD DEBT $0 $0 $0
CONTRIB. $186,153 ($186,153) ($0)
COMPUTER $1,643,436 $1,643,436
Cost of money
TOTAL $44,526,888 ($2,426,947) $42,099,941
ENERAL OVERHEAD MULTIPLE 104.02% 98.35%
VERHEAD MULTIPLE 1.385 1.329
EXHIBIT G -7
EXHIBIT G -7
KA Proposal No. T08011
Tukwila International Blvd,
Phases 2 3 Improvements
Revised: January 6, 2009
Page No. 2
PROJECT NOTES
Scope and pricing is based on correspondence and conversations with Mr. Ronda during the months of September
2008 through January 2009, and without the assistance of a construction schedule. Krazan Associates, Inc. is
willing to revise the estimate once a construction schedule is made available.
Consultant Project Management charges are included in the estimate at unit rates quoted.
Quantities are based on WSDOT minimums and are subject to decrease; thus all tests performed are based on
a time and materials basis.
Prices are subject to change if this Agreement is not executed within thirty (30) calendar days.
Services will be performed on a "time and materials" basis. Any total estimates provided are merely estimates
and are not a guaranteed maximum price.
All testing/inspections performed will be billed on a portal to portal basis unless specifically noted otherwise.
Maximum /2 hour travel tinge, each way will be charged for site visits.
Twelve (12) hours notice of cancellation is required on all jobs.
Additional services requested in addition. to the above will be billed at our current rates (see Attachment C).
f Krazan's proposal constitu s yo agreement of Kraz co al k r our
s. ar atta d corgi ed ll b s re rence.
la The technician's reserved for this project are multi qualified and will be available for a variety of services.
PEE STRUCTURE
We will perform the services listed above on a time and material basis in accordance with our 2008 standard rate
schedule (see Attachment C). Based on the scope of work described in this proposal and our experience with similar
projects, Krazan and Associates' estimates the costs for testing and inspection services to be about 94 3 0 A
detailed breakdown of this cost estimate is attached as Attachment B. Costs for construction testing and inspection
services are highly dependent on contractors schedule; weather, overlapping of work, additional inspections required
by the building official and other factors. Krazan Associates does not control the work or production rate. Actual
costs will vary due to the frequency of scheduling by others, Therefore the quantities listed in our cost estimate
should be considered approximate. The estimate provided herein does not imply a lump sum fee, not-to-exceed
fee or a guaranteed maximum price. Consistent with good engineering practice, we will work with the contractor to
keep inspection costs at a minimum. If provided with a construction schedule this cost estimate can be further refined
and quantified.
COORDINATION
The above scope of services will be performed when scheduled by the General Contractor or the client's designated
representative. Proper scheduling is imperative to the success of the special inspections program. Krazan
Associates cannot take responsibility for work that has not been inspected if we have not been scheduled nor can we
take responsibility for delays due to insufficient lead -time in. scheduling inspections. We recommend that the person
Krazan Associates, Inc.
With Offices Serving The Western United States
scheduling the inspections contact our office prior to the job starting to discuss required inspection and scheduling
procedures.
CONDITIONS
EXHIBIT G -7
Krazan Associates, Inc.
With Offices Serving The Western United States
KA Proposal No. T08011
Tukwila International Blvd.
Phases 2 3 Improvements
Revised: January 6, 2009
Page No. 3
1. Additional services requested outside of our stated scope of work will be billed in excess of the estimated
amount at our current rates. A price list for these services will be provided upon request (see Attachment C).
2. This offer terminates ninety calendar days from the dated of issue, unless otherwise stated and agreed.
3. Inspections which are canceled with less than twelve (12) hours notice, or after an inspector has been dispatched
to the project site, will be charged the 2 -hour minimum fee associated with the type of inspection or testing
requested.
4. All concrete samples will be cast in 4 -inch diameter x 8 -inch high molds unless otherwise agreed.
5. Additional samples for contractor convenience testing and/or field cure samples are not included in this estimate.
6. Contractor will provide curing facilities in accordance with ASTM requirements for initial curing (the first 24
hours after specimens are cast) and protection of concrete test specimens on site.
7. Krazan and Associates, as a professional services firm, is typically not subject to the prevailing wage
agreements. Should by Federal ruling, our services be subject to prevailing wage rates, this proposal is null and
void. A new proposal will be provided to account for additional services and increased wage rates associated
with the ruling. This includes any apprenticeship programs, equal opportunity submittals, affirmative action,
union referral statements and /or certified payroll. These items were excluded from this proposal.
8. This estimate is based on structural steel being fabricated in a local (within a 25 rile radius of an existing
Krazan and Associates Inc. office) ANSI Certified structural steel fabrication facility. Should fabrication occur
outside this range additional costs for travel, time, mileage and/or per -diem will be charged.
'TI1kVH3 in toma114ru1II90faveYS. uii2 dc
eras 'i e. tom
a_._ J9f)?91!g 9i )�IFraIH.QOSO111G tip::- :_5;r. :..c
^•c :rte- ..._27y7ac --r •s_. 7 i_
�_....•J._l -2��.. _•s
E 'fib_'•_}=
51:te -4r, cvslerret :il ::Fa :r. :x -`r rs ii i el 1iv .f fi' cK_ o 65 i l i.
:row: ,41&A WL c :(S�litk3= e:.:- :'�-.''Y Y�9A :-_se:.:e
tJGe HOxdrvaY JIcK :NrsTuaY- 'lf�s._S�:c= Fn3Ir?fes'kCoi }3
Pavev,9r1952 55 1990 SY Use 12' 008 Gfad11170YAG C
1238 1.610 200-00 103.00
film 1.500Ta1 Too 2
2 90.43 S 19).551
08 o- npaC.icn7 Tat 41ot 20 Teas 8
5400 4 24 61220.60 GtiiL`I6960Yr Gradaoa 14600 Too 2 90-00 10000
SE 6466070a 2 5 60.00 120.03
P;0ct0r tnd'x 1 S 200.00 209.00
Cennu0x+17es7 1dpa G9 0 8 4 24 0132020
GfadaYaa
8E
121007on 2 S 62.00 5 129-00
1.2100 Tort 2 S 00.00 0.0
Fr42'159Fam 1.2003750 2 S 60-00 12 0.00 0
5194407 1(014 1 20000 20500
1903•100060.1 Test 1.121012 11 1R 4 49 5260000
Hl.A C1142• -gem 11200750 16260 ion Gr09063a1A0 1011I'm 23 200.00 $4,600.00
Rim 1 60 Tao 23 90.60 02.07002
H11A C11r2' .Orcday 6400700
H6140 Q1 1n•.OnT Cxtpa0100 1 5.4x7 411.51 03075041 17 10 170 09.350.05
1S_o07M1
H0A 5a:71 200 SY Say 9'1Mk Gra626.0KAC As lacaticd
535 CY
4500, Ton
3350 Ton
Fitt:90r'4 Cesera10
Eri41ad Cuib 200
OancalGub 43081
Club sea Gusar 8000 IF
5ldnrrek Approach 750 SY
01/e,43: SOW SY
Wail Connc:e
J W10GmfOr.o41. 1400 CY 40005x1
YY7a0 ex( PEra 15 CY 4000911
F eller Pie COncrele (Facts 26 25) 200 CY S1n:44e20
I SMIts Pie Galen WO (F09 fl 0.11 1600 CY 0500)000
IC,nlfer Pia CDF 0or Shall Anne CY
2101. hTch/Back06
floadrny Tror,21 Crosra0
WOA Trench Bad79
Storer Plpe
E6
Wall, Pros
0112x* 1l
Sawn S10904 01n10021
60540, E0/9 0521
ItidAr Tcr}eM Ces
Tela l TeeSlleesn Dell x605.50,,0
ITo01tlnh.21n,ert,ll'es12,tb 520430.00;
1eU1PIAT1yemanh1He'os 5,5 I
Hollereckn'danCeH ap51.0
T4lethtM ?isn Ceo .006672,01
11131.1l14tln l X04 5205X0 I
12 Oy
210 oy
SOOry
42 c
607 ay
EXHIBIT G -7
0119 Astteadad
057.001_,0 TC•S As 1411 i_d
*031.0091710) 2.1.50 CY
2 +15057
3 rd Party Ulitiv 7os0aa
Sand 44-0 Gra906m 1.1010 Tan 1
50 1 -1000 Ton 1
Prater 124c 1
1150•:xn»,'r,1 1.0)9 CY 1 9 *4401.
IMF 50 301 131151,+0, As needed
GSM 290 Ton Grada2OO 1.2060 Too 1
SE 1- 2000709 1
Fre Fxo 1-20907oa 1
Plecta 10,10 1
cnnpasl3To# 140605E 2 3 12 26x1(0
Grand BonP.v 303 CB1crP Gra6t6on 1-4t00 Too 1
SE 1 -40067on 1
Prxtor 11505, A
Cren nark" Tort 1.6MCY 1 2 R Man no
220.00
90.07
1 1 4 4 1220.40
5 10 4 40 52.202.00
0 22 4 26 04.810.00
1 4 4 10 5320.00
14 12 4 10 52,040.00
29 116 F 2100 22. :20.06
02.03 90201
5 60.09 S 60.00 t
5 200.03 0 200.00
x 50.92
00.00 S 60.00
0005 60.00
60.03 6 53.00
a 200.00 20000
00.00 60.03
6 57.60 60.50
Af2Sklalpffrap 2 +1-50 CY 30 50 4 120 50,600.00
071Mars 2,1.001 170
2 20.00 4740964
A'ai6tunpticrep 24400 02 1 4 4 16 $36029
GdaMaw 2..1'60 CY 4 5 anM 5 20 Se
*10Sitagte25 1 01 5 10 10 4 40 S2,200.03
12X)2 P0•r.n1 taw in
S 14000 31.4100.00
i 0d$1v, »0 1101y 50 SD 4 120 $6,61 -0403
o,
19X17F,1 111x1 7 0 Ion 24.711
1111 An /4/064 5 RO RM
25 CY GB krPOO Zane Grad,Oos 1400079a 90.83 S 00431
SE 1- fO00Ton 60.00 00.001
C .p5,a04n79A 6.561 CY 2 2 4 R ftaw3
ISO CY GB kr PIFOZma Grada'ia.: 1.1100794 1 00.00 S 03.03
SE 140031'0a 1 0 60.00 5 60.00
5194119, 10*6f 1 20004 200.00
C:0,05n730 fc•
1.5CY A 4 16 0200.
150000? GO(or P$. Z664 004d31en 1 -1000 Tan 25 9000 82,26000'
0E 1.1000100 25 S 60.00 1,600.00
P00000o 1132.4 4 5 290.50 000.00
4.020.1,2 nTaU 1.56845? 79 22 4 120 00100.21
120 CY GB fort. aZa Gradat8n 1.1500 Ton 9 90.00 S 80.051
SE 140007,n 1 S 0003 1.0.03
5N0080 10000 1 20500 5 200.05
Corn.1.157,6 1400 CY 1 4 0220
160 CY 1.1a5h1a 32 lusaA Gfada186 1.500470o 1 5 90.00 5 00A01
SE 1.1000 Tan 1 S 60.00 0 00.07
Proctor 1112 1
30 200.00 200.00
00.155x C
,05 nrnacti10 Tat 1.000 CY 3 R 12 050020
Wan TDalWatt2a 040,5, 10600 CY Amara, Gmvol BSekf4 forsr.;5 Gra4*YPn 1.1000700 20 5 90.00 51,020.00
SE 1.100.3 Ton 20 a 50.00 51.200.00
050411590 1- 0000190 20 20.00 490.00
Meaty 1050, 0 5 200.60 0 660.00
701 1x,00 Ga 22 30 12It Nr /AIM
1
AMISS: 422110
exhibit G-7
EXHIBIT G -7
TRANSPORTATION SUPPORT DIVISION
FEE SCHEDULE
II�SCTtIP1' tONI(Scvire:of.- Setvfcc`a1'_ '1Ff;:TE=•
*WSDOT Validated Field Tester (Concrete. Aggregate, HMA, Embankment, Welding) 1 355/hr+ 15%
WSDOT Validated Lead Inspector (Senior Inn actor- Non-PE; Proicct Lead Inspector) I $69 Hour
OTS Manager(WSDOT Experienced PE) j $125 Hour
*15% Shift Differential
_a_.,,_ .1;t w =r g_ LAT30RA- TQRtl1t)rSTS3 ti _ifs-= Mia=1� �M-N:::I
On Site Mobile Laboratory (Asphalt Batch Plant)
On Site Mobile Laboratory Mobilization
On Site Mobile Laboratory De- Mobilization
Asphalt/Concrcte Coring
Core Density Charge
Compression Samples (Concrete, Mortar, Grout)
Proctor Analysis (AASIITO T99 or T180)
{Sieve Analysis (AASHTO T1l anti T27)
)Extraction/Gradation (AASHTO T308, T11, and T27)
{Rice Density Analysis (AASHTO T2091
209)
Marshall
Sand Equivalent (AASHTO T176)
Degradation (WSDOT T1131
Atterb erg Limits (ASTM 4318)
Hydrometer (ASTM 422)
Fracture Face (AASHTO TP 61)
Shot Crete Test Panels (Includes 4 Cores) (AASIITO T24)
Sample Pick -Up
Trip Charge/ Mileage
*Batch Plant mobile laboratory costs Include all tests performed at that location,
AIIDITIOOt'it:Ltfi�S?A•II;ABI;L 5t11t'C?SC�
CDF Cylinders 380,00 (Be.
Structural Steel Inspection $75.00/ 11r.
Structural Steel Fabrication Shop Inspections 375.00 /11r.
Concrete Fabrication Shop Inspections S65.00 fir.
Weldor Qualification (AM 375.00/ Hr.
Non Destructive Examination/Testing (NDF/NDT1 Equipment Usane 325.00 Day
WeldinnProcedure 375.00/ Hr.
Bend or Tensile Test (Welded coupon) Sot of 3 5300.00 Set
Torque- Tension Device (Skidmore- Wilttetin) if required $50.00 Day
Cross Hote Soaio Testing $2000 /Shaft
S WPPPISubidity monitoring 570.00 PTr.
Per Diem (Outside 50 Mile Radius of )3ellevue. Spokane or Portland) 3110.00 Day
{Mileage (Outside 501v4rle Radius of Bellevue. Spokane or Portland) 30.60 /Mile
I
I Suoemave Mix Design
CBR (With Proctor Analysis) (ASTMDIS83)
Soundness (Coarse Argrenate) (ASTM C88)
Durability (ASTM 3744)
Relative Density Max -Min (ASTM 01253)
Accelerated Expansion (CRD 148)
LA Abrasion (AASHTO T96)
Pemreability ((taxable wall) (ASTM DS084)
Direct Shear (ASTM D3080)
Full Size tvlasonry Prism Samples (ASTM E477)
Ibex Beam Compression Samples
NCAT Correlation Factor (Asphalt Oven Coorelation)
NOTES:
A 2 hr minimum applies to each daily visit
Costs associated with an on site mobile laboratory assumes Client supplied power, phone and Internet access
Costs associated with field tester and QTS Inspector includes all report writing, maintaining and processing.
Addltiouatly, Sample pickup cost are Included as welt,
Krazan Associates, Inc.
Wills Offices Servicing M a Western United Stales
**$2,000.00 Month
31,500.00 /Ea.
31,500,00 /Ea.
370.00 Hr.
$35.00 Ea.
$20.00 Ea.
3200.00 Ea.
$90.00 (Ea.
$200,00 Ea
$90.00 Ea.
S180.00 /Ea,
$60.00 /Ea.
385.00 (Ea.
380.00 Ea.
3150.00 Ea.
360.00 /Ea,
$140.00 Ea.
NO CHARGE
NO CHARGE
$4,500.00 /Ea.
5500.00 /Ea.
3160.00 /Pa
3200.00 /Ea.
3175.00 (lia.
3350.00 /Ea.
$175.00 /La.
3500.00 /Ea.
5200.00 Ee.
5100.00 Ea.
580.001 Ea.
NO CHARGE
KA Proposal No. T00011
TISP 2 3
January 5, 2000
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Transportation Committee
FROM: Public Works Directo~
DATE: January 14, 2009
SUBJECT: Tukwila International Blvd Phase II & III (S 116th St to S 139th St)
Project Nos. 95-RW03 & 95-RW04
Purchase Field Trailer
ISSUE
Approve purchase of a field office trailer for construction management.
BACKGROUND
The City has typically provisioned a field office for the management of large construction
projects through the construction contract. The responsibility is placed on the contractor to lease
a field trailer and provide it for the City's use throughout the project. While the cost is charged to
the project and the majority of the set up is the responsibility of the contractor, in-house staff is
responsible for moving equipment into the space and configuring it to work with the specific
office layout. This uses valuable field time at the start of each large project and puts the field
teams in a reactive stance with the contractor at a time when they should be the most proactive.
ANAL YSIS
A review of the purchase vs. lease costs for typical office trailers of this type show a lease rate
which would pay for the capital expenditure in approximately 5 years. While some risk is
involved with the City owning a trailer, we have demonstrated a steady need for our own trailer.
We expect to be able to use this structure for our major projects in the foreseeable future.
In an attempt to reduce the majority of our risk, we customized the basic trailer specification
from a classroom portable design to provide improved durability and maximum flexibility for the
variety and size of the anticipated upcoming projects. The trailer is fully mobile and will be fitted
with a special hitch to allow it to be moved with standard City equipment. The size was chosen
to provide shared office space for up to five field personnel with a dual use conference space for
field meetings. At a nominal 10' x 32' dimension it is easily placed and stored with a compliment
of field equipment.
We chose to purchase the field trailer through the King County Director's Association (KCDA), a
purchasing cooperative. This service provides support with specification and bid administration
similar to the state purchasing system. The base trailer cost with modifications is $26,190 and
with tax and a small KCDA fee, the total purchase price is just under $30,000.
RECOMMENDATION
The Council is being asked to approve the purchase of a mobile field trailer for the TIB Phase II
& /If project and additional projects in the amount of $30,000.00 and consider this item at the
January 26, 2009 Committee of the Whole meeting and subsequent February 2, 2009 Regular
Meeting.
Attachment: General trailer specification with approximate picture
P:\PROJECTSIA- RIV & RS Projects\95RIV03 TIB2\/nfo Memo Trailer CM 01-14-09-MERdoc
Modern Building Systems 10 x 32 Office Windows Internet Explorer
y http:// modernbuildingsystems .comIfloorplans /10x32o,html
General Specifications:
10' x 22'
32'
All trailer dimensions are ADA compliant
Bow truss
Suspended T-grid ceiling with fluorescent lights
Exterior hollow core metal door with entrance lever
handle
T1 -11 siding
Heating and air conditioning
VC tile flooring
KCDA Field Spec Office
Close Print
10' x 10'
Internet
'k 100%
A
TO: Mayor Haggerton
Transportation Committee
FROM: Public Works Director
DATE: January 13, 2009
SUBJECT: 13911 Tukwila International Boulevard
Street Vacation File Number 3.40.71
ISSUE
Approve resolution setting a date for a Public Hearing.
BACKGROUND
Petitioner, 139 LLC, provided a complete request for a street vacation of the property abutting
13911 Tukwila International Blvd and a comprehensive appraisal (139 LLC is the only abutting
property owner).
ANALYSIS
The Council may approve the resolution to set a Public Hearing date for February 23, 2009 or
may deny the request for the street vacation.
RECOMMENDATION
City of Tukwila
INFORMATIONAL MEMORANDUM
Jim Haggerton, Mayor
The Council is being asked to approve the resolution and consider this item at the January 26,
2009 Committee of the Whole meeting and subsequent February 2, 2009 Regular Meeting.
Attachments: Resolution
Petition for Vacation of Street
Vicinity Map Right -of -Way Vacation Exhibit
P :\STREET VACATIONS13.40.71 13911 TlBlinfo memo 011309.doc
DRAFT
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, FIXING THE TIME FOR A PUBLIC HEARING FOR
VACATION OF RIGHT-OF-WAY WITHIN THE CITY OF TUKWILA
DEDICATED FOR STREET PURPOSES, GENERALLY DESCRIBED AS
APPROXIMATELY 128 FEET BY 10 FEET ALONG 13911 TUKWILA
INTERNATIONAL BOULEVARD.
WHEREAS, the property owner abutting the right-of-way has petitioned the City to
vacate a portion of Tukwila International Boulevard; and
WHEREAS, RCW 35.79.010 requires setting a public hearing by resolution;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY RESOLVES AS FOLLOWS:
Section 1. A public hearing upon the vacation of a portion of Tukwila International
Boulevard, adjacent to 13911 Tuk,wila International Boulevard, shall be held before the
Tukwila City Council in the City Council Chambers at Tukwila City Hall, 6200 Southcenter
Boulevard, Tukwila, Washington, on February 23, 2009, which is not less than 20, nor more
than 60 days from the date of passage of this resolution, at which time all persons interested
in said right-of-way vacation are invited to appear and be heard.
Section 2. The City Clerk is directed to post written notice of pendency of the public
hearing in three public places in the City of Tukwila and in one additional conspicuous place
on the right-of-way sought to be vacated at least 20 days prior to the date set for hearing.
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKyVILA, WASHINGTON, at a
Regular Council Meeting thereof this day of .2009.
ATTEST/ AUTHENTICATED:
Joan Hernandez, Council President
Christy O'Flaherty, CMC, City Clerk
APPROVED AS TO FORM BY:
Office of the City Attorney
Filed with the City Clerk:
Passed by the City Council:
Resolution Number:
C:\Documents and Se<<ingglAlI Users\Desklop\KellyIMSDATA\Resolutions\T1B Street Vacation.doc
ML:ksn 1/1312009
Page 1 of 1
PI: ..1.1 ION FOR VACATION OF STREETS
PURSUANT TO RCW 35.79
3.40.71
TO THE TUKWllA CITY COUNCil:
1. The undersigned petitioners hereby request vacation of the following described property located in the
City of Tukwila:
(Provide legal description. If legal description is long, please attach. Attach a site plan of the area to be
vacated.)
2. The names and addresses of ALL property owners abutting on the property to be vacated are as
follows: do not include Ci -owned ro e
Owner Name Property Address
(print)
3. Petitioner signatures. Only owners of property abutting the street to be vacated may petition. For
the petition to be valid, the signers must account for at least 2/3 of the property, by length, abutting
the right-of-way: (do not include City-owned property)
Owner Name Property Address
si n ture
Total frontage
(feet)
3 '-/B Rf
4. In accordance with Resolution 1499, the $1200 fee for street vacation has been received.
DATE
RECEIPT NO.
CLERK SIGNATURE
RIGHT-of-WAY
VACATION AREA VICINITY MAP
NOT TO SCALE
PORTION OF
SW1/4, 15 -23 -04
Scale:
Horizontal
Desianed
DATE
SIGNED 1 y
18215 72ND AVENUE SOUTH
KENT, WA 98032
(425)251 -6222
(425)251 -8782 FAX
CIVIL ENGINEERING, LAND
PLANNING, SURVEYING,
ENVIRONMENTAL SERVICES
J AREA OF RIGHT-OF-WAY VACATION
CONTAINS 1272± SQUARE FEET
Job Number
13335
Sheet
Title:
VACATION EXHIBIT 1 af_ 1
I Drawn PCW I Checked WBW I Approved WWI I Dote 1 7- -08