HomeMy WebLinkAboutTrans 2010-04-05 COMPLETE AGENDA PACKETCity of Tukwila
Transportation Committee
Verna Seal, Chair
Joan Hernandez
De'Sean Quinn
B. Boeing Access Road Bridge Replacement
Grant Application
AGENDA
MONDAY, APRIL 5, 2010
Time: 5:00 PM
Item
I. Current Agenda Review
II. Presentation(s)
III. Business Agenda
A. Southcenter Parkway Extension
State Capital Projects Grant Contract for $4 Million
State CERB Grant Contract for $6 Million
TIB Grant Contract for $2 Million
Highline Water District Interlocal Agreement
Puget Sound Energy Project Plan Ag. for $241,400.00
Puget Sound Energy Const. Ag. for $241,400.00
Amendment to Contract 10 -038 for Construction Mgmt.
and Design Services with KBA, Inc. for $2,453,950.00
Award Construction Contract to Scarsella Brothers, Inc.
C. 2010 WSDOT /APWA Standard Specifications
Ordinance
IV. Old Business
Place: Conference Room #1
II.
A. All items Forward to Pg. 1
4/12/10 C.O.W. and 4/19/10
Regular
B. Discussion
C. Forward to 4/12/10 C.O.W. Pg. 141
and 4/19/10 Regular
IV.
Distribution:
V. Seal
J. Hernandez
D. Quinn
D. Robertson
Mayor Haggerton
S. Lancaster
K. Matej
D. Speck
C. O'Flaherty
M. Hart
S. Norris
S. Kerslake
Next Scheduled Meeting: Monday, April 19, 2010
B. Giberson
F. Iriarte
R. Tischmak
P. Brodin
G. Labanara
C. Knighton
P. Lau
M. Mathia
S. Anderson
S. Hunstock
J. Pace
J. Harrison
N. Olivas
Recommended Action
Future Agendas:
SKATBD 2010 Work Program
Committee Goal:
Establish a process to provide updates to Council on issues that are brought forward at Council meetings
during citizen comment opportunities.
6 The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206- 433 -0179 for assistance.
R. Still
M. Miotke
C. Parrish
B. Arthur
File Copy
Single side to Ana
3 Extra Copies
e -mail cover to
B.Saxton, M. Hart,
C. O'Flaherty, K.
Narog, S. Norris
and S. Kirby
Page
Pg. 137
City of Tukwila
TO: Mayor Haggerton
Transportation Committee
INFORMATIONAL MEMORANDUM
FROM: Lisa Verner, Mayor's Office'
DATE: April 5, 2010
SUBJECT: Tukwila South Southcenter Parkway
ISSUE
Authorize the Mayor to sign various contracts which collectively provide funding and will allow
construction to begin on Southcenter Parkway
BACKGROUND
Jim Haggerton, Mayor
The Tukwila South Development Agreement calls for the City to relocate and construct a 5 -lane
Southcenter Parkway Extension. The City hired David Evans Associates to design the new
Southcenter Parkway; a call for bids was advertised on February 25, March 3 and March 10.
Nine bids were opened on March 18. The lowest responsible bidder is Scarsella Bros, Inc.
The construction bids were reviewed and no mathematical errors were found on Scarsella's bid.
The third low bidder submitted a bid protest stating that Scarsella Bros, Inc bid should be
rejected as non responsive because the bid amounts were not written out in full by hand; they
were listed in numerical form. The contract specifications allow the City to waive any immaterial
irregularities such as not writing the bid amount in full by hand; the City Attorney is in
agreement. References indicate Scarsella Bros, Inc has performed this type of work in the past
and the work has been satisfactory.
The construction bid includes Schedule F for additional improvements to the City's water line on
Southcenter Parkway from Minkler Blvd to S 180 St. Since the roadway will be under
construction for the necessary sewer improvements, the City is taking advantage of a favorable
bidding climate for a project that is scheduled in the CIP. Funding is from the Water Enterprise
Fund.
Over the last several years, the City has secured grant funding for Southcenter Parkway from
several sources: federal funds, state Community Economic Revitalization Board (CERB) funds,
state Capital Projects funds, and state Transportation Improvement Board (TIB) funds. The
federal funds have already been obligated. The City needs to contract with the other three
funding sources in order to utilize the grant funds. TIB funds are for construction only, while the
CERB and Capital Projects funds may be used for all aspects of the project. Pursuant to CIP
Policy, the grant contracts are brought to Council for acceptance.
INFORMATIONAL MEMO
Page 2
The City interviewed four firms out of nine submittals for construction management services.
KBA, Inc. is the firm which best met the City's criteria and needs. The Mayor has signed an
initial contract with KBA for $35,000.00 for work started in March. Supplement No. 1 is now
needed for the full construction management contract.
As part of the arrangement negotiated in the Development Agreement, the City included
construction of a water line for Highline Water District in the City's construction bid (Schedule
E), will include the work in the construction contract and will sign an Interlocal Agreement with
Highline. A portion of the construction is to relocate the existing water line (franchise work) and
a portion is to upsize the line (oversize work) in order to serve the new, anticipated Tukwila
South development. Highline will reimburse the City for the franchise work and Segale
Properties will reimburse the City for the oversizing work. Also pursuant to the Development
Agreement, Segale Properties will provide a Letter of Credit to the Escrow Agent for its share of
the costs prior to the City signing the construction contract.
Also as part of the arrangement negotiated in the Development Agreement, the City will ask
Puget Sound Energy (PSE) to underground the existing overhead electric distribution wires as
part of the Southcenter Parkway project, pursuant to the franchise and Schedule 74. The City is
to sign a Project Plan Agreement and a Construction Agreement with PSE to implement the
undergrounding. Under Schedule 74, the costs are split 60/40 with the City responsible for 40
Segale Properties will reimburse the City for the 40% costs ($241,400.00) and will deposit a
Letter of Credit for 110% of the estimated costs with the Escrow Agent prior to the City signing
PSE's construction contract.
DISCUSSION
Southcenter Parkway Extension runs from S 180 Street to S 200 Street. The full right -of -way
is within the city limits. A Possession Use Agreement for the new right -of -way and
construction area was signed by Segale Properties and recorded.
In order to begin construction on Southcenter Parkway, the City needs to contract with several
granting agencies to accept the grant funds, to conclude agreements with Highline Water
District and Puget Sound Energy, to supplement a contract with a construction manager, and to
award a bid for construction work. Below is a list of these various contracts:
1. State Capital Projects grant for $4 Million
2. State CERB grant for $6 Million
3. TIB Grant for $2 Million
4. Highline Water District Interlocal Agreement
5. Puget Sound Energy Project Plan Agreement for $241,400.00
6. Puget Sound Energy Construction Agreement for $241,400.00
7. Amend Contract 10 -038 for Construction Management and Design Services contract
with KBA, Inc for $2,488,950.00
8. Construction Bid Award to Scarsella Bros, Inc for $16,030,030.64
Attached is a chart of the Southcenter Parkway Expenses and Revenues (4 -5 -10) which
demonstrates that the City has enough revenues to cover the expenses of this project.
Construction Management costs of 15% and a contingency fund of 15% are included in the
calculations, pursuant to the Development Agreement. The Development Agreement calls for
W:ILong Range ProjectslTukwila South Project\Southcenter ParkwayllnfoMemo SCP contracts and ILA 4- 5- 10.doc
INFORMATIONAL MEMO
Page 3
up to $8.25M in City GO bonds for this project; based on the grants received and low bid
amount, the City needs bond funds in the amount of approximately $4.056 Million.
RECOMMENDATIONS
1. Discuss authorizing the Mayor to sign the State Capital Projects grant for $4 Million for
funding for Southcenter Parkway Extension at Council's April 12, 2010 Committee of the
Whole meeting and forward for a decision to April 19, 2010 Regular Meeting
2. Discuss authorizing the Mayor to sign the State CERB (Community Economic
Revitalization Board) grant for $6 Million for funding for Southcenter Parkway Extension
at Council's April 12, 2010 Committee of the Whole meeting and forward for a decision
to April 19, 2010 Regular Meeting
3. Discuss authorizing the Mayor to sign the TIB (Transportation Improvement Board) grant
for $2 Million for funding for Southcenter Parkway Extension at Council's April 12, 2010
Committee of the Whole meeting and forward for a decision to April 19, 2010 Regular
Meeting
4. Discuss authorizing the Mayor to sign the Highline Water District Interlocal Aareement
for Southcenter Parkway Extension at Council's April 12, 2010 Committee of the Whole
meeting and forward for a decision to April 19, 2010 Regular Meeting
5. Discuss authorizing the Mayor to sign the Puget Sound Enerav Project Plan Aareement
for $241.400.00 for Southcenter Parkway Extension at Council's April 12, 2010
Committee of the Whole meeting and forward for a decision to April 19, 2010 Regular
Meeting
6. Discuss authorizing the Mayor to sign the Puget Sound Enerav Construction Aareement
for $241.400.00 for Southcenter Parkway Extension at Council's April 12, 2010
Committee of the Whole meeting and forward for a decision to April 19, 2010 Regular
Meeting
7. Discuss authorizing the Mayor to sign Amendment #1 to Contract 10 -038 for
Construction Manaaement and Desian Services Contract with KBA. Inc for
$2.488.949.43 for Southcenter Parkway Extension at Council's April 12, 2010
Committee of the Whole meeting and forward for a decision to April 19, 2010 Regular
Meeting
8. Discuss waiving the immaterial bid irregularity and awarding the Southcenter Parkway
Extension construction project (all schedules) to Scarselia Bros. Inc for $16,030,030.64
at Council's April 12, 2010 Committee of the Whole meeting and forward for decisions to
April 19, 2010 Regular Meeting
ATTACHMENTS
1. State Capital Projects grant contract for $4 Million
2. State CERB grant contract for $6 Million
3. TIB grant contract for $2 Million
4. Highline Water District Interlocal Agreement
W:ILong Range Projects\Tukwila South ProjectlSouthcenter ParkwaylInfoMemo SCP contracts and ILA 4- 5- 10.doc
INFORMATIONAL MEMO
Page 4
5. Puget Sound Energy Project Plan Agreement for $241,400.00
6. Puget Sound Energy Construction Agreement for $241,400.00
7. Amendment to Contract 10 -038 for Construction Management and Design Services
contract with KBA, Inc for $2,488,750.00
8. DEA's Southcenter Parkway Contractor Award Recommendation Letter and Bid Tabulation
9. Southcenter Parkway Expenses and Revenues chart dated 4 -5 -10
W:ILong Range Projects\Tukwila South ProjectlSouthcenter ParkwayllnfoMemo SCP contracts and ILA 4- 5- 10.doc
Grant to
For
Departmentof Commerce
Innovations in our nature s
City of Tukwila
through
The Local and Community Projects Program
Attachment 1
Tukwila Southcenter Parkway Infrastructure Funds will be used
for capital costs related to the Tukwila Southcenter Parkway
Infrastructure project.
Start date: Upon Final Signature
Washington State Department of Commerce
www.commerce.wa.gov
TABLE OF CONTENTS
Face Sheet 1
Special Terms and Conditions 2
1. Grant Management 2
2. Compensation 2
3. Certification of Funds 2
4. Prevailing Wage Law 3
5. Documentation and Security 3
6. Basis for Establishing Real Property Values for Acquisitions of Real Property 3
7. Expenditures Eligible for Reimbursement 4
8. Billing Procedures and Payment 4
9. Insurance 5
10. Order of Precedence 6
11. Reduction in Funds 6
12. Ownership of Project/Capital Facilities 7
13. Change of Ownership or Use for Grantee -Owned Property 7
14. Change of Use for Leased Property 7
15. Modification to the Project Budget 7
16. Signage, Markers and Publications 8
17. Historical and Cultural Artifacts 8
18. Reappropriation 8
19. Recapture 8
20. Termination for Fraud or Misrepresentation 8
General Terms and Conditions 1
1. Definitions 1
2. Advanced Payments Prohibited 1
3. All Writings Contained Herein 1
4. Amendments 1
5. Americans with Disabilities Act (ADA) 1
6. Approval 1
7. Assignment 1
8. Attorney's Fees 2
9. Audit 2
10. Confidentiality /Safeguarding of Information 3
11. Conformance 3
12. Copyright Provisions 4
13. Disputes 4
14. Duplicate Payment 5
15. Ethics /Conflicts of Interest 5
16. Governing Law and Venue 5
17. Indemnification 5
18. Independent Capacity of the Grantee 5
19. Industrial Insurance Coverage 5
20. Laws 6
21. Licensing, Accreditation and Registration 6
22. Limitation of Authority 6
23. Noncompliance With Nondiscrimination Laws 6
24. Political Activities 6
25. Prohibition Against Payment of Bonus or Commission 6
26. Publicity 7
27. Recapture 7
28. Records Maintenance 7
29. Registration With Department of Revenue 7
30. Right of Inspection 7
31. Savings 7
32. Severability 7
33. Subgranting 8
34. Survival 8
35. Taxes 8
36. Termination for Cause /Suspension 8
37. Termination for Convenience 9
38. Termination Procedures 9
39. Waiver 9
Attachment A, Scope of Work; Attachment B, Budget; Attachment C, Availability of Funds;
Attachment D Certification of Prevailing Wages; Attachment E, Certification of LEED
FACE SHEET
1. Grantee 2. Grantee Doing Business As (optional)
City of Tukwila
6300 Southcenter Parkway
Tukwila, Washington 98188
Washington State Department of Commerce
Local Government Division
Community Development Programs
Capital Programs Unit
Grant Number: 08- 96105 -134
3. Grantee Representative 4. COMMERCE Representative
Lisa Verner Daniel Aarthun
Project Manager Program Manager P.O. Box 42525
2064313662 360 725 -3007 906 Columbia Street SW
360 664 -3123 Olympia, WA 98504 -2525
lverner @ci.tukwila.wa.us Dan.Aarthun @commerce.wa.gov
5. Grant Amount 6. Funding Source 7. Start Date 8. End Date
$3,980,000.00 Federal: State: Other: N /A: Upon Final Signature 6/30/2011
9. Federal Funds (as applicable) Federal Agency CFDA Number
N/A N/A N/A
10. Tax ID 11. SWV 12. UBI 13. DUNS
91- 6001519 N/A
14. Grant Purpose
Funds will be used for capital costs related to the Tukwila Southcenter Parkway Infrastructure project.
COMMERCE, defined as the Department of Commerce or its successor agency, and the Grantee, as defined above, acknowledge
and accept the terms of this Grant and attachments and have executed this Grant on the date below to start as of the date and year
referenced above. The rights and obligations of both parties to this Grant are governed by this Grant and the following other
documents incorporated by reference: Grant Terms and Conditions including Attachment "A" Scope of Work, Attachment `B"
Budget, Attachment "C" Certification of Availability of Funds to Complete the Project, Attachment "D" Certification of the
Payment and Reporting of Prevailing Wages, Attachment "E" Certification of Intent to Enter LEED process.
FOR GRANTEE FOR COMMERCE
Jim Haggerton, Mayor
Date
Karen J. Larkin, Assistant Director
Date
APPROVED AS TO FORM ONLY
Date
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
THIS CONTRACT, entered into by and between City of Tukwila (a unit of local government hereinafter
referred to as the Grantee), and the Washington State Department of Commerce (hereinafter referred to
as COMMERCE), WITNESSES THAT:
WHEREAS, the COMMERCE has the statutory authority under RCW 43.330.050 (5) to cooperate
with and provide assistance to local governments, businesses, and community -based
organizations; and
WHEREAS, the COMMERCE is also given the responsibility to administer state funds and
programs which are assigned to COMMERCE by the Governor or the Washington State
Legislature; and
WHEREAS, the Washington State Legislature has, in Laws of 2007, Chapter 520, Section 1041,
and Laws of 2009, Chapter 497, Section 1029, made an appropriation to support the Local and
Community Projects Program, and directed COMMERCE to administer those funds; and
WHEREAS, the enabling legislation also stipulates that the Grantee is eligible to receive funding
for acquisition, construction, or rehabilitation (a venture hereinafter referred to as the "Project
NOW, THEREFORE, in consideration of covenants, conditions, performances, and promises hereinafter
contained, the parties hereto agree as follows:
1. GRANT MANAGEMENT
The Representative for each of the parties shall be responsible for and shall be the contact person for
all communications and billings regarding the performance of this Grant.
The Representative for COMMERCE and their contact information are identified on the Face
Sheet of this Grant.
The Representative for the Grantee and their contact information are identified on the Face Sheet
of this Grant.
2. COMPENSATION
COMMERCE shall pay an amount not to exceed $3,980,000.00 for the capital costs necessary for or
incidental to the performance of work as set forth in the Scope of Work.
3. CERTIFICATION OF FUNDS
A. The release of state funds under this contract is contingent upon the Grantee certifying that it has
expended or has access to funds from non -state sources as set forth in ATTACHMENT C
(CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT), hereof.
Such non -state sources may consist of a combination of any of the following:
i) Eligible Project expenditures prior to the execution of this contract.
ii) Cash dedicated to the Project.
iii) Funds available through a letter of credit or other binding loan commitment(s).
iv) Pledges from foundations or corporations.
v) Pledges from individual donors.
2
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
vi) The value of real property when acquired solely for the purposes of this Project, as
established and evidenced by a current market value appraisal performed by a licensed,
professional real estate appraiser, or a current property tax statement. COMMERCE will
not consider appraisals for prospective values of such property for the purposes of
calculating the amount of non -state matching fund credit.
vii) In -kind contributions, subject to COMMERCE'S approval.
B. The Grantee shall maintain records sufficient to evidence that it has access to or has expended
funds from such non -state sources, and shall make such records available for COMMERCE'S
review upon reasonable request.
4. PREVAILING WAGE LAW
The Project funded under this Grant may be subject to state prevailing wage law (Chapter 39.12
RCW). The Grantee is advised to consult the Industrial Statistician at the Washington Department of
Labor and Industries to determine whether prevailing wages must be paid. COMMERCE is not
responsible for determining whether prevailing wage applies to this Project or for any prevailing wage
payments that may be required by law.
5. DOCUMENTATION AND SECURITY
The provisions of this section shall apply to capital projects performed by nonprofit organizations that
involve the expenditure of $250,000 or more in state funds. Projects for which the grant award or
legislative intent documents specify that the state funding is to be used for design only or projects that
consist of renovations to facilities leased by the Grantee are exempt from this section.
A. Deed of Trust. This Grant shall be evidenced by a promissory note and secured by a deed of
trust in favor of COMMERCE (the "Deed of Trust The Deed of Trust shall be recorded in the
County where the Project is located, and the original returned to COMMERCE after recordation
within ninety (90) days of contract execution. The Deed of Trust must be recorded before
COMMERCE will reimburse the Grantee for any Project costs. The amount secured by the Deed
of Trust shall be the amount of the grant as set forth in Section 2, hereof.
B. Term of Deed of Trust. The Deed of Trust shall remain in full force and effect for a period of ten
(10) years following the final payment of state funds to the Grantee under this grant. Upon
satisfaction of the ten -year term requirement and all other grant terms and conditions,
COMMERCE shall, upon written request of the Grantee, take appropriate action to reconvey the
Deed of Trust.
C. Title Insurance. The Grantee shall purchase an extended coverage lender's policy of title
insurance insuring the lien position of the Deed of Trust in an amount not less than the amount of
the grant.
D. Subordination. COMMERCE may agree to subordinate its deed of trust upon request from a
private or public lender. Any such request shall be submitted to COMMERCE in writing, and
COMMERCE shall respond to the request in writing within thirty (30) days of receiving the
request.
6. BASIS FOR ESTABLISHING REAL PROPERTY VALUES FOR ACQUISITIONS OF REAL
PROPERTY
When the grant is used to fund the acquisition of real property, the value of the real property
eligible for reimbursement under this grant shall be established as follows:
3
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
a. Grantee purchases of real property from an independent third -party seller shall be
evidenced by a current appraisal prepared by a licensed Washington State commercial
real estate appraiser, or a current property tax statement.
b. Grantee purchases of real property from a subsidiary organization, such as an affiliated
LLC, shall be evidenced by a current appraisal prepared by a licensed Washington State
commercial real estate appraiser or the prior purchase price of the property plus holding
costs, whichever is less.
7. EXPENDITURES ELIGIBLE FOR REIMBURSEMENT,
The Grantee may be reimbursed, at the rate set forth elsewhere in this contract, for Project
expenditures in the following cost categories:
A. Real property, and costs directly associated with such purchase, when purchased or acquired
solely for the purposes of the Project;
B. Design, engineering, architectural, and planning;
C. Construction management and observation (from external sources only);
D. Construction costs including, but not limited to, the following:
Site preparation and improvements;
Permits and fees;
Labor and materials;
Taxes on Project goods and services;
Capitalized equipment;
Information technology infrastructure; and
Landscaping.
8. BILLING PROCEDURES AND PAYMENT
COMMERCE shall reimburse the Grantee for one hundred percent (100 of eligible Project
expenditures, up to the maximum payable under this contract. When requesting reimbursement for
expenditures made, the Grantee shall submit to COMMERCE a signed and completed Invoice
Voucher (Form A -19), that documents capitalized Project activity performed by budget line item
for the billing period.
The Grantee shall evidence the costs claimed on each voucher by including copies of each invoice
received from vendors providing Project goods or services covered by the contract. The Grantee
shall also provide COMMERCE with a copy of the cancelled check or electronic funds transfer, as
applicable, that confirms that they have paid each expenditure being claimed. The cancelled checks
or electronic funds transfers may be submitted to COMMERCE at the time the voucher is initially
submitted, or within thirty (30) days thereafter.
The voucher must be certified (signed) by an official of the Grantee with authority to bind the Grantee.
The final voucher shall be submitted to COMMERCE within sixty (60) days following the completion of
work or other termination of this contract, or within fifteen (15) days following the end of the state
biennium unless contract funds are reappropriated by the Legislature in accordance with Section 16,
hereof.
Each request for payment must be accompanied by a Project Status Report, which describes, in
narrative form, the progress made on the Project since the last invoice was submitted, as well as a
report of Project status to date. COMMERCE will not release payment for any reimbursement
request received unless and until the Project Status Report is received. After approving the Invoice
Voucher and Project Status Report, COMMERCE shall promptly remit a warrant to the Grantee.
4
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
COMMERCE will pay Grantee upon acceptance of services provided and receipt of properly
completed invoices, which shall be submitted to the Representative for COMMERCE not more often
than monthly.
Payment shall be considered timely if made by COMMERCE within thirty (30) calendar days after
receipt of properly completed invoices. Payment shall be sent to the address designated by the
Grantee.
COMMERCE may, in its sole discretion, terminate the Grant or withhold payments claimed by the
Grantee for services rendered if the Grantee fails to satisfactorily comply with any term or condition of
this Grant.
No payments in advance or in anticipation of services or supplies to be provided under this
Agreement shall be made by COMMERCE.
Duplication of Billed Costs
The Grantee shall not bill COMMERCE for services performed under this Agreement, and
COMMERCE shall not pay the Grantee, if the Grantee is entitled to payment or has been or will be
paid by any other source, including grants, for that service.
Disallowed Costs
The Grantee is responsible for any audit exceptions or disallowed costs incurred by its own
organization or that of its subgrantees.
9. INSURANCE
The Grantee shall provide insurance coverage as set out in this section. The intent of the required
insurance is to protect the state of Washington should there be any claims, suits, actions, costs,
damages or expenses arising from any loss, or negligent or intentional act or omission of the
Grantee, or Subgrantee, or agents of either, while performing under the terms of this Grant.
The insurance required shall be issued by an insurance company authorized to do business within
the state of Washington. The insurance shall name the state of Washington, its agents, officers, and
employees as additional insureds under the insurance policy. All policies shall be primary to any other
valid and collectable insurance. The Grantee shall instruct the insurers to give COMMERCE thirty
(30) calendar days advance notice of any insurance cancellation or modification.
The Grantee shall submit to COMMERCE within fifteen (15) calendar days of the Grant start date, a
certificate of insurance which outlines the coverage and limits defined in this insurance section.
During the term of the Grant, the Grantee shall submit renewal certificates not Tess than thirty (30)
calendar days prior to expiration of each policy required under this section.
The Grantee shall provide insurance coverage that shall be maintained in full force and effect during
the term of this Grant, as follows:
Commercial General Liability Insurance Policy. Provide a Commercial General Liability
Insurance Policy, including contractual liability, written on an occurrence basis, in adequate
quantity to protect against legal liability arising out of Grant activity but no less than $1,000,000
per occurrence. Additionally, the Grantee is responsible for ensuring that any Subgrantees
provide adequate insurance coverage for the activities arising out of subgrants.
Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf
of the Grantee for the purpose of receiving or depositing funds into program accounts or issuing
financial documents, checks, or other instruments of payment for program costs shall be insured
to provide protection against loss:
A. The amount of fidelity coverage secured pursuant to this Grant shall be $2,000,000 or the
highest of planned reimbursement for the Grant period, whichever is lowest. Fidelity
insurance secured pursuant to this paragraph shall name the Grantor as beneficiary.
5
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
B. Subgrantees that receive $10,000 or more per year in funding through this Grant shall secure
fidelity insurance as noted above. Fidelity insurance secured by Subgrantees pursuant to
this paragraph shall name the Grantee and the Grantee's fiscal agent as beneficiary.
C. The Grantee shall provide, at COMMERCE's request, copies of insurance instruments or
certifications from the insurance issuing agency. The copies or certifications shall show the
insurance coverage, the designated beneficiary, who is covered, the amounts, the period of
coverage, and that COMMERCE will be provided thirty (30) days advance written notice of
cancellation.
Grantees and Local Governments that Participate in a Self- Insurance Program.
Self- Insured /Liability Pool or Self- Insured Risk Management Program With prior approval from
COMMERCE, the Grantee may provide the coverage above under a self- insured /liability pool or
self- insured risk management program. In order to obtain permission from COMMERCE, the
Grantee shall provide: (1) a description of its self- insurance program, and (2) a certificate and /or
letter of coverage that outlines coverage limits and deductibles. All self- insured risk management
programs or self- insured /liability pool financial reports must comply with Generally Accepted
Accounting Principles (GAAP) and adhere to accounting standards promulgated by: 1)
Governmental Accounting Standards Board (GASB), 2) Financial Accounting Standards Board
(FASB), and 3) the Washington State Auditor's annual instructions for financial reporting.
Contractor's participating in joint risk pools shall maintain sufficient documentation to support the
aggregate claim liability information reported on the balance sheet. The state of Washington, its
agents, and employees need not be named as additional insured under a self- insured
property /liability pool, if the pool is prohibited from naming third parties as additional insured.
Grantee shall provide annually to COMMERCE a summary of coverages and a letter of self
insurance, evidencing continued coverage under Grantee's self- insured /liability pool or self
insured risk management program. Such annual summary of coverage and letter of self
insurance will be provided on the anniversary of the start date of this Agreement.
10. ORDER OF PRECEDENCE
In the event of an inconsistency in this Grant, the inconsistency shall be resolved by giving
precedence in the following order:
Applicable federal and state of Washington statutes and regulations
Special Terms and Conditions
General Terms and Conditions
Attachment A Scope of Work
Attachment B Budget
Attachment C Certification of the Availability of Funds to Complete the Project
Attachment D Certification of the Payment and Reporting of Prevailing Wages
Attachment E Certification of Intent to Enter the Leadership in Energy and Environmental
Design (LEED) Certification Process
11. REDUCTION IN FUNDS
In the event state funds appropriated for the work contemplated under this contract are withdrawn,
reduced, or limited in any way by the Governor or the Washington State Legislature during the
contract period, the parties hereto shall be bound by any such revised funding limitations as
implemented at the discretion of COMMERCE, and shall meet and renegotiate the contract
accordingly.
6
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
12. OWNERSHIP OF PROJECT /CAPITAL FACILITIES
COMMERCE makes no claim to any real property improved or constructed with funds awarded under
this contract and does not assert and will not acquire any ownership interest in or title to the capital
facilities and /or equipment constructed or purchased with state funds under this contract. This
provision does not extend to claims that COMMERCE may bring against the Grantee in recapturing
funds expended in violation of this contract.
13. CHANGE OF OWNERSHIP OR USE FOR GRANTEE -OWNED PROPERTY
A. The Grantee understands and agrees that any and all real property or facilities owned by the
Grantee that are acquired, constructed, or otherwise improved by the Grantee using state funds
under this contract shall be held and used by the Grantee for the purpose or purposes stated
elsewhere in this contract for a period of at least ten (10) years from the date the final payment is
made hereunder.
B. This provision shall not be construed to prohibit the Grantee from selling any property or
properties described in this section; Provided, that any such sale shall be subject to prior review
and approval by COMMERCE, and that all proceeds from such sale shall be applied to the
purchase price of a different facility or facilities of equal or greater value than the original facility
and that any such new facility or facilities will be used for the purpose or purposes stated
elsewhere in this contract.
C. In the event the Grantee is found to be out of compliance with this section, the Grantee shall
repay to the state general fund the principal amount of the grant as stated in Section 1, hereof,
plus interest calculated at the rate of interest on state of Washington general obligation bonds
issued most closely to the effective date of the legislation in which the subject facility was
authorized. Repayment shall be made pursuant to Section 19 (Recapture provision).
14. CHANGE OF USE FOR LEASED PROPERTY
A. The Grantee understands and agrees that any facility leased by the Grantee that is constructed,
renovated, or otherwise improved using state funds under this contract shall be used by the
Grantee for the purpose or purposes stated elsewhere in this contract for a period of at least ten
(10) years from the date the final payment is made hereunder.
B. In the event the Grantee is found to be out of compliance with this section, the Grantee shall
repay to the state general fund the principal amount of the grant as stated in Section 1, hereof,
plus interest calculated at the rate of interest on state of Washington general obligation bonds
issued most closely to the effective date of the legislation in which the subject facility was
authorized. Repayment shall be made pursuant to Section 19 (Recapture Provision).
15. MODIFICATION TO THE PROJECT BUDGET
A. Notwithstanding any other provision of this contract, the Grantee may, at its discretion, make
modifications not to exceed fifteen percent (15 of each line item in the Project Budget
(Attachment B), hereof.
B. The Grantee shall notify COMMERCE in writing when making any budget modification or
modifications that would exceed fifteen percent (15 of any budget line item. Any such request
shall require the written approval of COMMERCE, and any such modifications shall be made in
writing and signed by both parties, and attached to the Project Budget (Attachment B), hereof.
C. Nothing in this section shall be construed to permit an increase in the amount of funds available
for the Project, as set forth in Section 2 of this contract.
7
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
16. SIGNAGE, MARKERS AND PUBLICATIONS,
If, during the period covered by this contract, the Grantee displays or circulates any communication,
publication, or donor recognition identifying the financial participants in the Project, any such
communication or publication must identify "The Taxpayers of Washington State" as a participant.
17. HISTORICAL AND CULTURAL ARTIFACTS
In the event that historical or cultural artifacts are discovered at the Project site during construction,
the Grantee shall immediately stop construction and notify the local historical preservation officer and
the state historical preservation officer at the Washington State Department of Archaeology and
Historic Preservation.
18. REAPPROPRIATION
A. The parties hereto understand and agree that any state funds not expended by June 30, 2011,
will lapse on that date unless specifically reappropriated by the Washington State Legislature. If
funds are so reappropriated, the state's obligation under the terms of this contract shall be
contingent upon the terms of such reappropriation.
B. In the event any funds awarded under this contract are reappropriated for use in a future
biennium, COMMERCE reserves the right to assign a reasonable share of any such
reappropriation for administrative costs.
19. RECAPTURE
In the event that the Grantee fails to perform this Grant in accordance with state laws, federal
laws, and /or the provisions of this Grant, COMMERCE reserves the right to recapture all funds
disbursed under the Grant, in addition to any other remedies available at law or in equity. This
provision supersedes the Recapture provision in Section 27 of the General Terms and
Conditions.
20. TERMINATION FOR FRAUD OR MISREPRESENTATION,
In the event the Grantee commits fraud or makes any misrepresentation in connection with the
Grant application or during the performance of this contract, COMMERCE reserves the right to
terminate or amend this contract accordingly, including the right to recapture all funds disbursed
to the Grantee under the Grant.
8
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
1. DEFINITIONS
As used throughout this Grant, the following terms shall have the meaning set forth below:
A. "Authorized Representative" shall mean the Director and /or the designee authorized in writing to
act on the Director's behalf.
B. "COMMERCE" shall mean the Department of Commerce or its successor agency.
C. "Grantee" shall mean the entity identified on the face sheet performing service(s) under this
Grant, and shall include all employees and agents of the Grantee.
D. "Personal Information" shall mean information identifiable to any person, including, but not limited
to, information that relates to a person's name, health, finances, education, business, use or
receipt of governmental services or other activities, addresses, telephone numbers, social
security numbers, driver license numbers, other identifying numbers, and any financial identifiers.
E. "State" shall mean the state of Washington.
F. "Subgrantee" shall mean one not an employee of the Grantee, who is performing all or part of
those services under this Grant under a separate Grant with the Grantee. The terms "subgrantee"
and "subgrantees" means subgrantee(s) in any tier.
2. ADVANCE PAYMENTS PROHIBITED
No payments in advance of or in anticipation of goods or services to be provided under this Grant
shall be made by COMMERCE.
3. ALL WRITINGS CONTAINED HEREIN
This Grant contains all the terms and conditions agreed upon by the parties. No other
understandings, oral or otherwise, regarding the subject matter of this Grant shall be deemed to exist
or to bind any of the parties hereto.
4. AMENDMENTS
This Grant may be amended by mutual agreement of the parties. Such amendments shall not be
binding unless they are in writing and signed by personnel authorized to bind each of the parties.
5. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990. PUBLIC LAW 101 -336. also referred to
as the "ADA' 28 CFR Part 35
The Grantee must comply with the ADA, which provides comprehensive civil rights protection to
individuals with disabilities in the areas of employment, public accommodations, state and local
government services, and telecommunications.
6. APPROVAL
This Grant shall be subject to the written approval of COMMERCE's Authorized Representative and
shall not be binding until so approved. The Grant may be altered, amended, or waived only by a
written amendment executed by both parties.
7. ASSIGNMENT
Neither this Grant, nor any claim arising under this Grant, shall be transferred or assigned by the
Grantee without prior written consent of COMMERCE.
1
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
8. ATTORNEYS' FEES
Unless expressly permitted under another provision of the Grant, in the event of litigation or other
action brought to enforce Grant terms, each party agrees to bear its own attorneys fees and costs.
9. AUDIT
A. General Requirements
Grantees are to procure audit services based on the following guidelines.
The Grantee shall maintain its records and accounts so as to facilitate the audit requirement and
shall ensure that Subgrantees also maintain auditable records.
The Grantee is responsible for any audit exceptions incurred by its own organization or that of its
Subgrantees.
COMMERCE reserves the right to recover from the Grantee all disallowed costs resulting from
the audit.
As applicable, Grantee's required to have an audit must ensure the audits are performed in
accordance with Generally Accepted Auditing Standards (GAAS); Government Auditing
Standards (the Revised Yellow Book) developed by the Comptroller General.
Responses to any unresolved management findings and disallowed or questioned costs shall be
included with the audit report. The Grantee must respond to COMMERCE requests for
information or corrective action concerning audit issues within thirty (30) days of the date of
request.
B. State Funds Reauirements
Grantees expending $100,000 or more in total state funds in a fiscal year must have a financial
audit as defined by Government Auditing Standards (The Revised Yellow Book) and according to
Generally Accepted Auditing Standards (GAAS). The Schedule of State Financial Assistance
must be included. The schedule includes:
Grantor agency name
State program name
BARS account number
Grantor
COMMERCE Grant number
Grant award amount including amendments (total grant award)
Beginning balance
Current year revenues
Current year expenditures
Ending balance
Program total
If the Grantee is a state or local government entity, the Office of the State Auditor shall conduct
the audit. Audits of non profit organizations are to be conducted by a certified public accountant
selected by the Grantee.
The Grantee shall include the above audit requirements in any subgrants.
In any case, the Grantee's financial records must be available for review by COMMERCE.
2
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
C. Documentation Requirements
The Grantee must send a copy of any required audit Reporting Package as described in OMB
Circular A -133, Part C, Section 320(c) no later than nine (9) months after the end of the Grantee's
fiscal year(s) to:
Department of Commerce
ATTN: Audit Review and Resolution Office
906 Columbia Street SW, Fifth Floor
PO Box 48300
Olympia WA 98504 -8300
In addition to sending a copy of the audit, when applicable, the Grantee must include:
Corrective action plan for audit findings within three (3) months of the audit being
received by COMMERCE.
Copy of the Management Letter.
10. CONFIDENTIALITY /SAFEGUARDING OF INFORMATION
A. "Confidential Information" as used in this section includes:
1. All material provided to the Grantee by COMMERCE that is designated as "confidential" by
COMMERCE;
2. All material produced by the Grantee that is designated as "confidential" by COMMERCE and
3. All personal information in the possession of the Grantee that may not be disclosed under
state or federal law. "Personal information" includes but is not limited to information related to
a person's name, health, finances, education, business, use of government services,
addresses, telephone numbers, social security number, driver's license number and other
identifying numbers, and "Protected Health Information" under the federal Health Insurance
Portability and Accountability Act of 1996 (HIPAA).
B. The Grantee shall comply with all state and federal laws related to the use, sharing, transfer, sale,
or disclosure of Confidential Information. The Grantee shall use Confidential Information solely for
the purposes of this Grant and shall not use, share, transfer, sell or disclose any Confidential
Information to any third party except with the prior written consent of COMMERCE or as may be
required by law. The Grantee shall take all necessary steps to assure that Confidential
Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or disclosure of
Confidential Information or violation of any state or federal laws related thereto. Upon request,
the Grantee shall provide COMMERCE with its policies and procedures on confidentiality.
COMMERCE may require changes to such policies and procedures as they apply to this Grant
whenever the Grantor reasonably determines that changes are necessary to prevent
unauthorized disclosures. The Grantee shall make the changes within the time period specified
by COMMERCE. Upon request, the Grantee shall immediately return to COMMERCE any
Confidential Information that COMMERCE reasonably determines has not been adequately
protected by the Grantee against unauthorized disclosure.
C. Unauthorized Use or Disclosure. The Grantee shall notify COMMERCE within five (5) working
days of any unauthorized use or disclosure of any confidential information, and shall take
necessary steps to mitigate the harmful effects of such use or disclosure.
11. CONFORMANCE
If any provision of this Grant violates any statute or rule of law of the state of Washington, it is
considered modified to conform to that statute or rule of law.
3
13. DISPUTES
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
12. COPYRIGHT PROVISIONS
Unless otherwise provided, all Materials produced under this Grant shall be considered "works for
hire" as defined by the U.S. Copyright Act and shall be owned by the Grantor. COMMERCE shall be
considered the author of such Materials. In the event the Materials are not considered "works for
hire" under the U.S. Copyright laws, the Grantee hereby irrevocably assigns all right, title, and interest
in all Materials, including all intellectual property rights, moral rights, and rights of publicity to
COMMERCE effective from the moment of creation of such Materials.
"Materials" means all items in any format and includes, but is not limited to, data, reports, documents,
pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes,
and /or sound reproductions. "Ownership" includes the right to copyright, patent, register and the
ability to transfer these rights.
For Materials that are delivered under the Grant, but that incorporate pre- existing materials not
produced under the Grant, the Grantee hereby grants to COMMERCE a nonexclusive, royalty -free,
irrevocable license (with rights to sublicense to others) in such Materials to translate, reproduce,
distribute, prepare derivative works, publicly perform, and publicly display. The Grantee warrants and
represents that the Grantee has all rights and permissions, including intellectual property rights, moral
rights and rights of publicity, necessary to grant such a license to COMMERCE.
The Grantee shall exert all reasonable effort to advise COMMERCE, at the time of delivery of
Materials furnished under this Grant, of all known or potential invasions of privacy contained therein
and of any portion of such document which was not produced in the performance of this Grant. The
Grantee shall provide COMMERCE with prompt written notice of each notice or claim of infringement
received by the Grantee with respect to any Materials delivered under this Grant. COMMERCE shall
have the right to modify or remove any restrictive markings placed upon the Materials by the Grantee.
Except as otherwise provided in this Grant, when a dispute arises between the parties and it cannot
be resolved by direct negotiation, either party may request a dispute hearing with COMMERCE's
Director, who may designate a neutral person to decide the dispute.
The request for a dispute hearing must:
be in writing;
state the disputed issues;
state the relative positions of the parties;
state the Grantee's name, address, and Grant number; and
be mailed to the Director and the other party's (respondent's) Grant Representative within
three (3) working days after the parties agree that they cannot resolve the dispute.
The respondent shall send a written answer to the requestor's statement to both the Director or the
Director's designee and the requestor within five (5)] working days.
The Director or designee shall review the written statements and reply in writing to both parties within
ten (10) working days. The Director or designee may extend this period if necessary by notifying the
parties.
The decision shall not be admissible in any succeeding judicial or quasi judicial proceeding.
The parties agree that this dispute process shall precede any action in a judicial or quasi judicial
tribunal.
Nothing in this Grant shall be construed to limit the parties' choice of a mutually acceptable alternate
dispute resolution (ADR) method in addition to the dispute hearing procedure outlined above.
4
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
14. DUPLICATE PAYMENT
The Grantee certifies that work to be performed under this Grant does not duplicate any work to be
charged against any other Grant, subgrant, or other source.
15. ETHICS /CONFLICTS OF INTEREST
In performing under this Grant, the Grantee shall assure compliance with the Ethics in Public Service
Act (Chapter 42.52 RCW) and any other applicable state or federal law related to ethics or conflicts of
interest.
16. GOVERNING LAW AND VENUE
This Grant shall be construed and interpreted in accordance with the laws of the state of Washington,
and the venue of any action brought hereunder shall be in the Superior Court for Thurston County.
17. INDEMNIFICATION
To the fullest extent permitted by law, the Grantee shall indemnify, defend, and hold harmless the
state of Washington, COMMERCE, all other agencies of the state and all officers, agents and
employees of the state, from and against all claims or damages for injuries to persons or property or
death arising out of or incident to the Grantee's performance or failure to perform the Grant. The
Grantee's obligation to indemnify, defend, and hold harmless includes any claim by the Grantee's
agents, employees, representatives, or any Subgrantee or its agents, employees, or representatives.
The Grantee's obligation to indemnify, defend, and hold harmless shall not be eliminated by any
actual or alleged concurrent negligence of the state or its agents, agencies, employees and officers.
Subgrants shall include a comprehensive indemnification clause holding harmless the Grantee,
COMMERCE, the state of Washington, its officers, employees and authorized agents.
The Grantee waives its immunity under Title 51 RCW to the extent it is required to indemnify, defend
and hold harmless the state and its agencies, officers, agents or employees.
18. INDEPENDENT CAPACITY OF THE GRANTEE,
The parties intend that an independent contractor relationship will be created by this Grant. The
Grantee and its employees or agents performing under this Grant are not employees or agents of the
state of Washington or COMMERCE. The Grantee will not hold itself out as or claim to be an officer
or employee of COMMERCE or of the state of Washington by reason hereof, nor will the Grantee
make any claim of right, privilege or benefit which would accrue to such officer or employee under
law. Conduct and control of the work will be solely with the Grantee.
19. INDUSTRIAL INSURANCE COVERAGE
The Grantee shall comply with all applicable provisions of Title 51 RCW, Industrial Insurance. If the
Grantee fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf
of its employees as may be required by law, COMMERCE may collect from the Grantee the full
amount payable to the Industrial Insurance Accident Fund. COMMERCE may deduct the amount
owed by the Grantee to the accident fund from the amount payable to the Grantee by COMMERCE
under this Grant, and transmit the deducted amount to the Department of Labor and Industries, (L &I)
Division of Insurance Services. This provision does not waive any of L &I's rights to collect from the
Grantee.
5
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
20. LAWS
The Grantee shall comply with all applicable laws, ordinances, codes, regulations and policies of local
and state and federal governments, as now or hereafter amended including, but not limited to:
Washington State Laws and Regulations
A. Affirmative action, RCW 41.06.020 (11).
B. Boards of directors or officers of non profit corporations Liability Limitations, RCW 4.24.264.
C. Disclosure- campaign finances lobbying, Chapter 42.17 RCW.
D. Discrimination -human rights commission, Chapter 49.60 RCW.
E. Ethics in public service, Chapter 42.52 RCW.
F. Office of minority and women's business enterprises, Chapter 39.19 RCW and Chapter 326 -02
WAC.
G. Open public meetings act, Chapter 42.30 RCW.
H. Public records act, Chapter 42.56 RCW.
I. State budgeting, accounting, and reporting system, Chapter 43.88 RCW.
21. LICENSING. ACCREDITATION AND REGISTRATION
The Grantee shall comply with all applicable local, state, and federal licensing, accreditation and
registration requirements or standards necessary for the performance of this Grant.
22. LIMITATION OF AUTHORITY
Only the Authorized Representative or Authorized Representative's designee by writing (designation
to be made prior to action) shall have the express, implied, or apparent authority to alter, amend,
modify, or waive any clause or condition of this Grant.
23. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS
During the performance of this Grant, the Grantee shall comply with all federal, state, and local
nondiscrimination laws, regulations and policies. In the event of the Grantee's non compliance or
refusal to comply with any nondiscrimination law, regulation or policy, this Grant may be rescinded,
canceled or terminated in whole or in part, and the Grantee may be declared ineligible for further
Grants with the state. The Grantee shall, however, be given a reasonable time in which to cure this
noncompliance. Any dispute may be resolved in accordance with the "Disputes" procedure set forth
herein.
24. POLITICAL ACTIVITIES
Political activity of Grantee employees and officers are limited by the State Campaign Finances and
Lobbying provisions of Chapter 42.17 RCW and the Federal Hatch Act, 5 USC 1501 1508.
No funds may be used under this Grant for working for or against ballot measures or for or against
the candidacy of any person for public office.
25. PROHIBITION AGAINST PAYMENT OF BONUS OR COMMISSION,
The funds provided under this Grant shall not be used in payment of any bonus or commission for the
purpose of obtaining approval of the application for such funds or any other approval or concurrence
under this Grant provided, however, that reasonable fees or bona fide technical consultant,
managerial, or other such services, other than actual solicitation, are not hereby prohibited if
otherwise eligible as project costs.
6
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
26. PUBLICITY
The Grantee agrees not to publish or use any advertising or publicity materials in which the state of
Washington or COMMERCE's name is mentioned, or language used from which the connection with
the state of Washington's or COMMERCE's name may reasonably be inferred or implied, without the
prior written consent of COMMERCE.
27. RECAPTURE
In the event that the Grantee fails to perform this Grant in accordance with state laws, federal laws,
and /or the provisions of this Grant, COMMERCE reserves the right to recapture funds in an amount
to compensate COMMERCE for the noncompliance in addition to any other remedies available at law
or in equity.
Repayment by the Grantee of funds under this recapture provision shall occur within the time period
specified by COMMERCE. In the alternative, COMMERCE may recapture such funds from payments
due under this Grant.
28. RECORDS MAINTENANCE
The Grantee shall maintain all books, records, documents, data and other evidence relating to this
Grant and performance of the services described herein, including but not limited to accounting
procedures and practices which sufficiently and properly reflect all direct and indirect costs of any
nature expended in the performance of this Grant. Grantee shall retain such records for a period of
six years following the date of final payment.
If any litigation, claim or audit is started before the expiration of the six (6) year period, the records
shall be retained until all litigation, claims, or audit findings involving the records have been finally
resolved.
29. REGISTRATION WITH DEPARTMENT OF REVENUE
If required by law, the Grantee shall complete registration with the Washington State Department of
Revenue.
30. RIGHT OF INSPECTION
At no additional cost all records relating to the Grantee's performance under this Grant shall be
subject at all reasonable times to inspection, review, and audit by COMMERCE, the Office of the
State Auditor, and federal and state officials so authorized by law, in order to monitor and evaluate
performance, compliance, and quality assurance under this Grant. The Grantee shall provide access
to its facilities for this purpose.
31. SAVINGS
In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way
after the effective date of this Grant and prior to normal completion, COMMERCE may terminate the
Grant under the "Termination for Convenience" clause, without the ten business day notice
requirement. In lieu of termination, the Grant may be amended to reflect the new funding limitations
and conditions.
32. SEVERABILITY
If any provision of this Grant or any provision of any document incorporated by reference shall be
held invalid, such invalidity shall not affect the other provisions of this Grant that can be given effect
without the invalid provision, if such remainder conforms to the requirements of law and the
fundamental purpose of this Grant and to this end the provisions of this Grant are declared to be
severable.
7
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
33. SUBGRANTING
The Grantee may only subgrant work contemplated under this Grant if it obtains the prior written
approval of COMMERCE.
If COMMERCE approves subgranting, the Grantee shall maintain written procedures related to
subgranting, as well as copies of all subgrants and records related to subgrants. For cause,
COMMERCE in writing may: (a) require the Grantee to amend its subgranting procedures as they
relate to this Grant; (b) prohibit the Grantee from subgranting with a particular person or entity; or (c)
require the Grantee to rescind or amend a subgrant.
Every subgrant shall bind the Subgrantee to follow all applicable terms of this Grant. The Grantee is
responsible to COMMERCE if the Subgrantee fails to comply with any applicable term or condition of
this Grant. The Grantee shall appropriately monitor the activities of the Subgrantee to assure fiscal
conditions of this Grant. In no event shall the existence of a subgrant operate to release or reduce the
liability of the Grantee to COMMERCE for any breach in the performance of the Grantee's duties.
Every subgrant shall include a term that COMMERCE and the State of Washington are not liable for
claims or damages arising from a Subgrantee's performance of the subgrant.
34. SURVIVAL
The terms, conditions, and warranties contained in this Grant that by their sense and context are
intended to survive the completion of the performance, cancellation or termination of this Grant shall
so survive.
35. TAXES
All payments accrued on account of payroll taxes, unemployment contributions, the Grantee's income
or gross receipts, any other taxes, insurance or expenses for the Grantee or its staff shall be the sole
responsibility of the Grantee.
36. TERMINATION FOR CAUSE SUSPENSION
In event COMMERCE determines that the Grantee failed to comply with any term or condition of this
Grant, COMMERCE may terminate the Grant in whole or in part upon written notice to the Grantee.
Such termination shall be deemed for cause." Termination shall take effect on the date specified in
the notice.
In the alternative, COMMERCE upon written notice may allow the Grantee a specific period of time in
which to correct the non compliance. During the corrective action time period, COMMERCE may
suspend further payment to the Grantee in whole or in part, or may restrict the Grantee's right to
perform duties under this Grant. Failure by the Grantee to take timely corrective action shall allow
COMMERCE to terminate the Grant upon written notice to the Grantee.
"Termination for Cause" shall be deemed a "Termination for Convenience" when COMMERCE
determines that the Grantee did not fail to comply with the terms of the Grant or when COMMERCE
determines the failure was not caused by the Grantee's actions or negligence.
If the Grant is terminated for cause, the Grantee shall be liable for damages as authorized by law,
including, but not limited to, any cost difference between the original Grant and the replacement
Grant, as well as all costs associated with entering into the replacement Grant (i.e., competitive
bidding, mailing, advertising, and staff time).
8
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
37. TERMINATION FOR CONVENIENCE
Except as otherwise provided in this Grant COMMERCE may, by ten (10) business days written
notice, beginning on the second day after the mailing, terminate this Grant, in whole or in part. If this
Grant is so terminated, COMMERCE shall be liable only for payment required under the terms of this
Grant for services rendered or goods delivered prior to the effective date of termination.
38. TERMINATION PROCEDURES
After receipt of a notice of termination, except as otherwise directed by COMMERCE, the Grantee
shall:
A. Stop work under the Grant on the date, and to the extent specified, in the notice;
B. Place no further orders or subgrants for materials, services, or facilities related to the Grant;
C. Assign to COMMERCE all of the rights, title, and interest of the Grantee under the orders and
subgrants so terminated, in which case COMMERCE has the right, at its discretion, to settle or
pay any or all claims arising out of the termination of such orders and subgrants. Any attempt by
the Grantee to settle such claims must have the prior written approval of COMMERCE; and
D. Preserve and transfer any materials, Grant deliverables and /or COMMERCE property in the
Grantee's possession as directed by COMMERCE.
Upon termination of the Grant, COMMERCE shall pay the Grantee for any service provided by the
Grantee under the Grant prior to the date of termination. COMMERCE may withhold any amount due
as COMMERCE reasonably determines is necessary to protect COMMERCE against potential loss or
liability resulting from the termination. COMMERCE shall pay any withheld amount to the Grantee if
COMMERCE later determines that loss or liability will not occur.
The rights and remedies of COMMERCE under this section are in addition to any other rights and
remedies provided under this Grant or otherwise provided under law.
39. WAIVER
Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or
breach. Any waiver shall not be construed to be a modification of the terms of this Grant unless
stated to be such in writing and signed by Authorized Representative of COMMERCE.
9
Scope of Work
Attachment A
This grant funding supports relocation and construction of Southcenter Parkway to a 5 -lane arterial
between South 180th Street and South 200th Street in Tukwila. The road construction project includes
road design and construction, and sanitary sewer design and construction.
This project began in July, 2004 and is expected to be completed by October, 2011.
The Grantee, by its signature, certifies that the declaration set forth above has been reviewed and
approved by the Grantee's governing body as of the date and year written below.
GRANTEE
TITLE
DATE
GRANTEE
TITLE
DATE
Budget
Line Item Amount I
Site Acquisition $0.00
Architecture Engineering $814,913.00 1
Construction $14,289,251.00 I
Capitalized Equipment $0.00
Construction Management $2,261,815.00
Contingency $2,404,505.00
Total Contracted Amount: $19,770,484.00
Attachment B
The Grantee, by its signature, certifies that the Project Budget set forth above has been reviewed and
approved by the Grantee's governing body or board of directors, as applicable, as of the date and year
written below.
Certification of the Availability of Funds to Complete the Project
Non -State Funds
Federal Funding (FHWA)
City Bonds
Total Non -State Funds
State Funds
2007 State Capital Budget
2005 Job /Economic Development Fund
TIB
Total State Funds
CERTIFICATION
GRANTEE
TITLE
DATE
Total Non -State and State Sources
Amount
$3,683,000.00
$4,107,484.00
$7,790,484.00
$3,980,000.00
$6,000,000.06
$2,000,000.00
$11,980,000.00
Attachment C
Total
$7,790,484.00
$11,980,000.00
$19,770,484.00
The Grantee, by its signature, certifies that project funding from sources other than those provided by this
contract and identified above has been reviewed and approved by the Grantee's governing body or board
of directors, as applicable, and has either been expended for eligible Project expenses, or is committed in
writing and available and will remain committed and available solely and specifically for carrying out the
purposes of this Project as described in elsewhere in this contract, as of the date and year written below.
The Grantee shall maintain records sufficient to evidence that it has expended or has access to the funds
needed to complete the Project, and shall make such records available for COMMERCE'S review upon
reasonable request.
CERTIFICATION
Certification of the Payment and Reporting of Prevailing Wages
Attachment D
The Grantee, by its signature, certifies that all contractors and subcontractors performing work on the
Project shall comply with prevailing wage laws set forth in Chapter 39.12 RCW, as of May 15, 2007,
including but not limited to the filing of the "Statement of Intent to Pay Prevailing Wages" and "Affidavit of
Wages Paid" as required by RCW 39.12.040. The Grantee shall maintain records sufficient to evidence
compliance with Chapter 39.12 RCW, and shall make such records available for COMMERCE'S review
upon request.
If any state funds are used by the Grantee for the purpose of construction, applicable State Prevailing
Wages must be paid.
The Grantee, by its signature, certifies that the declaration set forth above has been reviewed and
approved by the Grantee's governing body as of the date and year written below.
GRANTEE
TITLE
DATE
CERTIFICATION
Attachment E
GRANTEE
TITLE
DATE
Certification of Intent to Enter the
Leadership in Energy and Environmental Design (LEED) Certification Process
The Grantee, by its signature, certifies that it will enter into the Leadership in Energy and Environmental
Design certification process, as stipulated in RCW 39.35D, as applicable to the Project funded by this
contract. The Grantee shall, upon receipt of LEED certification by the United States Green Building
Council, provide documentation of such certification to COMMERCE.
The Grantee, by its signature, certifies that the declaration set forth above has been reviewed and
approved by the Grantee's governing body or board of directors, as applicable, as of the date and year
written below.
Grant to
Department of Commerce
Innovation is in our nature.
City of Tukwila
through
Community Economic Revitalization
Board (CERB) Program
Start date: Upon Final Signature
Washington State Department of Commerce
www.commerce.wa.gov
Attachment 2
For
Tukwila Southcenter Parkway Infrastructure Funds will be used
for capital costs related to the Tukwila Southcenter Parkway
Infrastructure project.
TABLE OF CONTENTS
Face Sheet 1
Special Terms and Conditions 2
1. Grant Management 2
2. Compensation 2
3. Certification of Funds 2
4. Prevailing Wage Law 3
5. Documentation and Security 3
6. Basis for Establishing Real Property Values for Acquisitions of Real Property 3
7. Expenditures Eligible for Reimbursement 4
8. Billing Procedures and Payment 4
9. Insurance 5
10. Order of Precedence 6
11. Reduction in Funds 6
12. Ownership of Project/Capital Facilities 7
13. Change of Ownership or Use for Grantee -Owned Property 7
14. Change of Use for Leased Property 7
15. Modification to the Project Budget 7
16. Signage, Markers and Publications 8
17. Historical and Cultural Artifacts 8
18. Reappropriation 8
19. Recapture 8
20. Termination for Fraud or Misrepresentation 8
General Terms and Conditions 1
1. Definitions 1
2. Advanced Payments Prohibited 1
3. All Writings Contained Herein 1
4. Amendments 1
5. Americans with Disabilities Act (ADA) 1
6. Approval 1
7. Assignment 1
8. Attorney's Fees 2
9. Audit 2
10. Confidentiality /Safeguarding of Information 3
11. Conformance 3
12. Copyright Provisions 4
13. Disputes 4
14. Duplicate Payment 5
15. Ethics /Conflicts of Interest 5
16. Governing Law and Venue 5
17. Indemnification 5
18. Independent Capacity of the Grantee 5
19. Industrial Insurance Coverage 5
20. Laws 6
21. Licensing, Accreditation and Registration 6
22. Limitation of Authority 6
23. Noncompliance With Nondiscrimination Laws 6
24. Political Activities 6
25. Prohibition Against Payment of Bonus or Commission 6
26. Publicity 7
27. Recapture 7
28. Records Maintenance 7
29. Registration With Department of Revenue 7
30. Right of Inspection 7
31. Savings 7
32. Severability 7
33. Subgranting 8
34. Survival 8
35. Taxes 8
36. Termination for Cause /Suspension 8
37. Termination for Convenience 9
38. Termination Procedures 9
39. Waiver 9
Attachment A, Scope of Work; Attachment B, Budget; Attachment C, Availability of Funds;
Attachment D Certification of Prevailing Wages; Attachment E, Certification of LEED
FACE SHEET
Washington State Department of Commerce
Local Government Division
Community Development Programs
Capital Programs Unit
1. Grantee 2. Grantee Doing Business As (optional)
City of Tukwila
6300 Southcenter Parkway
Tukwila, Washington 98188
3. Grantee Representative 4. COMMERCE Representative
Lisa Verner Daniel Aarthun
Project Manager Program Manager P.O. Box 42525
2064313662 360 725 -3007 906 Columbia Street SW
360 664 -3123 Olympia, WA 98504 -2525
Iverner @ci.tukwila.wa.us Dan.Aarthun @commerce.wa.gov
5. Grant Amount 6. Funding Source 7. Start Date 8. End Date
$6,000,000.00 Federal: State: Other: N /A: Upon Final Signature 6/30/2011
9. Federal Funds (as applicable) Federal Agency CFDA Number
N/A N/A N/A
10. Tax ID#
91- 6001519
11. SWV 12. UBI
14. Grant Purpose
Funds will be used for capital costs related to the Tukwila Southcenter Parkway Infrastructure project.
COMMERCE, defined as the Department of Commerce or its successor agency, and the Grantee, as defined above, acknowledge
and accept the terms of this Grant and attachments and have executed this Grant on the date below to start as of the date and year
referenced above. The rights and obligations of both parties to this Grant are governed by this Grant and the following other
documents incorporated by reference: Grant Terms and Conditions including Attachment "A" Scope of Work, Attachment `B"
Budget, Attachment "C" Certification of Availability of Funds to Complete the Project, Attachment "D" Certification of the
Payment and Reporting of Prevailing Wages, Attachment "E" Certification of Intent to Enter LEED process.
FOR GRANTEE FOR COMMERCE
Jim Haggerton, Mayor
Date
Karen J. Larkin, Assistant Director
Date
APPROVED AS TO FORM ONLY
Date
Grant Number:
13. DUNS
N/A
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
THIS CONTRACT, entered into by and between City of Tukwila (a unit of local government hereinafter
referred to as the Grantee), and the Washington State Department of Commerce (hereinafter referred to
as COMMERCE), WITNESSES THAT:
WHEREAS, the COMMERCE has the statutory authority under RCW 43.330.050 (5) to cooperate
with and provide assistance to local governments, businesses, and community -based
organizations; and
WHEREAS, the COMMERCE is also given the responsibility to administer state funds and
programs which are assigned to COMMERCE by the Governor or the Washington State
Legislature; and
WHEREAS, the Washington State Legislature has, in Laws of 2007, Chapter 520, Section 1041,
and Laws of 2009, Chapter 497, Section 1029, made an appropriation to support the Local and
Community Projects Program, and directed COMMERCE to administer those funds; and
WHEREAS, the enabling legislation also stipulates that the Grantee is eligible to receive funding
for acquisition, construction, or rehabilitation (a venture hereinafter referred to as the "Project
NOW, THEREFORE, in consideration of covenants, conditions, performances, and promises hereinafter
contained, the parties hereto agree as follows:
1. GRANT MANAGEMENT
The Representative for each of the parties shall be responsible for and shall be the contact person for
all communications and billings regarding the performance of this Grant.
The Representative for COMMERCE and their contact information are identified on the Face
Sheet of this Grant.
The Representative for the Grantee and their contact information are identified on the Face Sheet
of this Grant.
2. COMPENSATION
COMMERCE shall pay an amount not to exceed $3,980,000.00 for the capital costs necessary for or
incidental to the performance of work as set forth in the Scope of Work.
3. CERTIFICATION OF FUNDS
A. The release of state funds under this contract is contingent upon the Grantee certifying that it has
expended or has access to funds from non -state sources as set forth in ATTACHMENT C
(CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT), hereof.
Such non -state sources may consist of a combination of any of the following:
i) Eligible Project expenditures prior to the execution of this contract.
ii) Cash dedicated to the Project.
iii) Funds available through a letter of credit or other binding loan commitment(s).
iv) Pledges from foundations or corporations.
v) Pledges from individual donors.
2
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
vi) The value of real property when acquired solely for the purposes of this Project, as
established and evidenced by a current market value appraisal performed by a licensed,
professional real estate appraiser, or a current property tax statement. COMMERCE will
not consider appraisals for prospective values of such property for the purposes of
calculating the amount of non -state matching fund credit.
vii) In -kind contributions, subject to COMMERCE'S approval.
B. The Grantee shall maintain records sufficient to evidence that it has access to or has expended
funds from such non -state sources, and shall make such records available for COMMERCE'S
review upon reasonable request.
4. PREVAILING WAGE LAW
The Project funded under this Grant may be subject to state prevailing wage law (Chapter 39.12
RCW). The Grantee is advised to consult the Industrial Statistician at the Washington Department of
Labor and Industries to determine whether prevailing wages must be paid. COMMERCE is not
responsible for determining whether prevailing wage applies to this Project or for any prevailing wage
payments that may be required by law.
5. DOCUMENTATION AND SECURITY
The provisions of this section shall apply to capital projects performed by nonprofit organizations that
involve the expenditure of $250,000 or more in state funds. Projects for which the grant award or
legislative intent documents specify that the state funding is to be used for design only or projects that
consist of renovations to facilities leased by the Grantee are exempt from this section.
A. Deed of Trust. This Grant shall be evidenced by a promissory note and secured by a deed of
trust in favor of COMMERCE (the "Deed of Trust The Deed of Trust shall be recorded in the
County where the Project is located, and the original returned to COMMERCE after recordation
within ninety (90) days of contract execution. The Deed of Trust must be recorded before
COMMERCE will reimburse the Grantee for any Project costs. The amount secured by the Deed
of Trust shall be the amount of the grant as set forth in Section 2, hereof.
B. Term of Deed of Trust. The Deed of Trust shall remain in full force and effect for a period of ten
(10) years following the final payment of state funds to the Grantee under this grant. Upon
satisfaction of the ten -year term requirement and all other grant terms and conditions,
COMMERCE shall, upon written request of the Grantee, take appropriate action to reconvey the
Deed of Trust.
C. Title Insurance. The Grantee shall purchase an extended coverage lender's policy of title
insurance insuring the lien position of the Deed of Trust in an amount not Tess than the amount of
the grant.
D. Subordination. COMMERCE may agree to subordinate its deed of trust upon request from a
private or public lender. Any such request shall be submitted to COMMERCE in writing, and
COMMERCE shall respond to the request in writing within thirty (30) days of receiving the
request.
6. BASIS FOR ESTABLISHING REAL PROPERTY VALUES FOR ACQUISITIONS OF REAL
PROPERTY
When the grant is used to fund the acquisition of real property, the value of the real property
eligible for reimbursement under this grant shall be established as follows:
3
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
a. Grantee purchases of real property from an independent third -party seller shall be
evidenced by a current appraisal prepared by a licensed Washington State commercial
real estate appraiser, or a current property tax statement.
b. Grantee purchases of real property from a subsidiary organization, such as an affiliated
LLC, shall be evidenced by a current appraisal prepared by a licensed Washington State
commercial real estate appraiser or the prior purchase price of the property plus holding
costs, whichever is Tess.
7. EXPENDITURES ELIGIBLE FOR REIMBURSEMENT
The Grantee may be reimbursed, at the rate set forth elsewhere in this contract, for Project
expenditures in the following cost categories:
A. Real property, and costs directly associated with such purchase, when purchased or acquired
solely for the purposes of the Project;
B. Design, engineering, architectural, and planning;
C. Construction management and observation (from external sources only);
D. Construction costs including, but not limited to, the following:
Site preparation and improvements;
Permits and fees;
Labor and materials;
Taxes on Project goods and services;
Capitalized equipment;
Information technology infrastructure; and
Landscaping.
8. BILLING PROCEDURES AND PAYMENT
COMMERCE shall reimburse the Grantee for one hundred percent (100 of eligible Project
expenditures, up to the maximum payable under this contract. When requesting reimbursement for
expenditures made, the Grantee shall submit to COMMERCE a signed and completed invoice
Voucher (Form A -19), that documents capitalized Project activity performed by budget line item
for the billing period.
The Grantee shall evidence the costs claimed on each voucher by including copies of each invoice
received from vendors providing Project goods or services covered by the contract. The Grantee
shall also provide COMMERCE with a copy of the cancelled check or electronic funds transfer, as
applicable, that confirms that they have paid each expenditure being claimed. The cancelled checks
or electronic funds transfers may be submitted to COMMERCE at the time the voucher is initially
submitted, or within thirty (30) days thereafter.
The voucher must be certified (signed) by an official of the Grantee with authority to bind the Grantee.
The final voucher shall be submitted to COMMERCE within sixty (60) days following the completion of
work or other termination of this contract, or within fifteen (15) days following the end of the state
biennium unless contract funds are reappropriated by the Legislature in accordance with Section 16,
hereof.
Each request for payment must be accompanied by a Project Status Report, which describes, in
narrative form, the progress made on the Project since the last invoice was submitted, as well as a
report of Project status to date. COMMERCE will not release payment for any reimbursement
request received unless and until the Project Status Report is received. After approving the Invoice
Voucher and Project Status Report, COMMERCE shall promptly remit a warrant to the Grantee.
4
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
COMMERCE will pay Grantee upon acceptance of services provided and receipt of properly
completed invoices, which shall be submitted to the Representative for COMMERCE not more often
than monthly.
Payment shall be considered timely if made by COMMERCE within thirty (30) calendar days after
receipt of properly completed invoices. Payment shall be sent to the address designated by the
Grantee.
COMMERCE may, in its sole discretion, terminate the Grant or withhold payments claimed by the
Grantee for services rendered if the Grantee fails to satisfactorily comply with any term or condition of
this Grant.
No payments in advance or in anticipation of services or supplies to be provided under this
Agreement shall be made by COMMERCE.
Duplication of Billed Costs
The Grantee shall not bill COMMERCE for services performed under this Agreement, and
COMMERCE shall not pay the Grantee, if the Grantee is entitled to payment or has been or will be
paid by any other source, including grants, for that service.
Disallowed Costs
The Grantee is responsible for any audit exceptions or disallowed costs incurred by its own
organization or that of its subgrantees.
9. INSURANCE
The Grantee shall provide insurance coverage as set out in this section. The intent of the required
insurance is to protect the state of Washington should there be any claims, suits, actions, costs,
damages or expenses arising from any loss, or negligent or intentional act or omission of the
Grantee, or Subgrantee, or agents of either, while performing under the terms of this Grant.
The insurance required shall be issued by an insurance company authorized to do business within
the state of Washington. The insurance shall name the state of Washington, its agents, officers, and
employees as additional insureds under the insurance policy. All policies shall be primary to any other
valid and collectable insurance. The Grantee shall instruct the insurers to give COMMERCE thirty
(30) calendar days advance notice of any insurance cancellation or modification.
The Grantee shall submit to COMMERCE within fifteen (15) calendar days of the Grant start date, a
certificate of insurance which outlines the coverage and limits defined in this insurance section.
During the term of the Grant, the Grantee shall submit renewal certificates not less than thirty (30)
calendar days prior to expiration of each policy required under this section.
The Grantee shall provide insurance coverage that shall be maintained in full force and effect during
the term of this Grant, as follows:
Commercial General Liability Insurance Policy. Provide a Commercial General Liability
Insurance Policy, including contractual liability, written on an occurrence basis, in adequate
quantity to protect against legal liability arising out of Grant activity but no less than $1,000,000
per occurrence. Additionally, the Grantee is responsible for ensuring that any Subgrantees
provide adequate insurance coverage for the activities arising out of subgrants.
Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf
of the Grantee for the purpose of receiving or depositing funds into program accounts or issuing
financial documents, checks, or other instruments of payment for program costs shall be insured
to provide protection against loss:
A. The amount of fidelity coverage secured pursuant to this Grant shall be $2,000,000 or the
highest of planned reimbursement for the Grant period, whichever is lowest. Fidelity
insurance secured pursuant to this paragraph shall name the Grantor as beneficiary.
5
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
B. Subgrantees that receive $10,000 or more per year in funding through this Grant shall secure
fidelity insurance as noted above. Fidelity insurance secured by Subgrantees pursuant to
this paragraph shall name the Grantee and the Grantee's fiscal agent as beneficiary.
C. The Grantee shall provide, at COMMERCE's request, copies of insurance instruments or
certifications from the insurance issuing agency. The copies or certifications shall show the
insurance coverage, the designated beneficiary, who is covered, the amounts, the period of
coverage, and that COMMERCE will be provided thirty (30) days advance written notice of
cancellation.
Grantees and Local Governments that Participate in a Self- Insurance Program.
Self- Insured /Liability Pool or Self- Insured Risk Management Program With prior approval from
COMMERCE, the Grantee may provide the coverage above under a self- insured /liability pool or
self insured risk management program. In order to obtain permission from COMMERCE, the
Grantee shall provide: (1) a description of its self insurance program, and (2) a certificate and /or
letter of coverage that outlines coverage limits and deductibles. All self- insured risk management
programs or self- insured /liability pool financial reports must comply with Generally Accepted
Accounting Principles (GAAP) and adhere to accounting standards promulgated by: 1)
Governmental Accounting Standards Board (GASB), 2) Financial Accounting Standards Board
(FASB), and 3) the Washington State Auditor's annual instructions for financial reporting.
Contractor's participating in joint risk pools shall maintain sufficient documentation to support the
aggregate claim liability information reported on the balance sheet. The state of Washington, its
agents, and employees need not be named as additional insured under a self- insured
property /liability pool, if the pool is prohibited from naming third parties as additional insured.
Grantee shall provide annually to COMMERCE a summary of coverages and a letter of self
insurance, evidencing continued coverage under Grantee's self insured /liability pool or self
insured risk management program. Such annual summary of coverage and letter of self
insurance will be provided on the anniversary of the start date of this Agreement.
10. ORDER OF PRECEDENCE
In the event of an inconsistency in this Grant, the inconsistency shall be resolved by giving
precedence in the following order:
Applicable federal and state of Washington statutes and regulations
Special Terms and Conditions
General Terms and Conditions
Attachment A Scope of Work
Attachment B Budget
Attachment C Certification of the Availability of Funds to Complete the Project
Attachment D Certification of the Payment and Reporting of Prevailing Wages
Attachment E Certification of Intent to Enter the Leadership in Energy and Environmental
Design (LEED) Certification Process
11. REDUCTION IN FUNDS
In the event state funds appropriated for the work contemplated under this contract are withdrawn,
reduced, or limited in any way by the Governor or the Washington State Legislature during the
contract period, the parties hereto shall be bound by any such revised funding limitations as
implemented at the discretion of COMMERCE, and shall meet and renegotiate the contract
accordingly.
6
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
12. OWNERSHIP OF PROJECT /CAPITAL FACILITIES
COMMERCE makes no claim to any real property improved or constructed with funds awarded under
this contract and does not assert and will not acquire any ownership interest in or title to the capital
facilities and /or equipment constructed or purchased with state funds under this contract. This
provision does not extend to claims that COMMERCE may bring against the Grantee in recapturing
funds expended in violation of this contract.
13. CHANGE OF OWNERSHIP OR USE FOR GRANTEE -OWNED PROPERTY
A. The Grantee understands and agrees that any and all real property or facilities owned by the
Grantee that are acquired, constructed, or otherwise improved by the Grantee using state funds
under this contract shall be held and used by the Grantee for the purpose or purposes stated
elsewhere in this contract for a period of at least ten (10) years from the date the final payment is
made hereunder.
B. This provision shall not be construed to prohibit the Grantee from selling any property or
properties described in this section; Provided, that any such sale shall be subject to prior review
and approval by COMMERCE, and that all proceeds from such sale shall be applied to the
purchase price of a different facility or facilities of equal or greater value than the original facility
and that any such new facility or facilities will be used for the purpose or purposes stated
elsewhere in this contract.
C. In the event the Grantee is found to be out of compliance with this section, the Grantee shall
repay to the state general fund the principal amount of the grant as stated in Section 1, hereof,
plus interest calculated at the rate of interest on state of Washington general obligation bonds
issued most closely to the effective date of the legislation in which the subject facility was
authorized. Repayment shall be made pursuant to Section 19 (Recapture provision).
14. CHANGE OF USE FOR LEASED PROPERTY
A. The Grantee understands and agrees that any facility leased by the Grantee that is constructed,
renovated, or otherwise improved using state funds under this contract shall be used by the
Grantee for the purpose or purposes stated elsewhere in this contract for a period of at least ten
(10) years from the date the final payment is made hereunder.
B. In the event the Grantee is found to be out of compliance with this section, the Grantee shall
repay to the state general fund the principal amount of the grant as stated in Section 1, hereof,
plus interest calculated at the rate of interest on state of Washington general obligation bonds
issued most closely to the effective date of the legislation in which the subject facility was
authorized. Repayment shall be made pursuant to Section 19 (Recapture Provision).
15. MODIFICATION TO THE PROJECT BUDGET
A. Notwithstanding any other provision of this contract, the Grantee may, at its discretion, make
modifications not to exceed fifteen percent (15 of each line item in the Project Budget
(Attachment B), hereof.
B. The Grantee shall notify COMMERCE in writing when making any budget modification or
modifications that would exceed fifteen percent (15 of any budget Tine item. Any such request
shall require the written approval of COMMERCE, and any such modifications shall be made in
writing and signed by both parties, and attached to the Project Budget (Attachment B), hereof.
C. Nothing in this section shall be construed to permit an increase in the amount of funds available
for the Project, as set forth in Section 2 of this contract.
7
SPECIAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
16. SIGNAGE. MARKERS AND PUBLICATIONS
If, during the period covered by this contract, the Grantee displays or circulates any communication,
publication, or donor recognition identifying the financial participants in the Project, any such
communication or publication must identify "The Taxpayers of Washington State" as a participant.
17. HISTORICAL AND CULTURAL ARTIFACTS
In the event that historical or cultural artifacts are discovered at the Project site during construction,
the Grantee shall immediately stop construction and notify the local historical preservation officer and
the state historical preservation officer at the Washington State Department of Archaeology and
Historic Preservation.
18. REAPPROPRIATION
A. The parties hereto understand and agree that any state funds not expended by June 30, 2011,
will lapse on that date unless specifically reappropriated by the Washington State Legislature. If
funds are so reappropriated, the state's obligation under the terms of this contract shall be
contingent upon the terms of such reappropriation.
B. In the event any funds awarded under this contract are reappropriated for use in a future
biennium, COMMERCE reserves the right to assign a reasonable share of any such
reappropriation for administrative costs.
19. RECAPTURE
In the event that the Grantee fails to perform this Grant in accordance with state laws, federal
laws, and /or the provisions of this Grant, COMMERCE reserves the right to recapture all funds
disbursed under the Grant, in addition to any other remedies available at law or in equity. This
provision supersedes the Recapture provision in Section 27 of the General Terms and
Conditions.
20. TERMINATION FOR FRAUD OR MISREPRESENTATION
In the event the Grantee commits fraud or makes any misrepresentation in connection with the
Grant application or during the performance of this contract, COMMERCE reserves the right to
terminate or amend this contract accordingly, including the right to recapture all funds disbursed
to the Grantee under the Grant.
8
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
1. DEFINITIONS
As used throughout this Grant, the following terms shall have the meaning set forth below:
A. "Authorized Representative" shall mean the Director and /or the designee authorized in writing to
act on the Director's behalf.
B. "COMMERCE" shall mean the Department of Commerce or its successor agency.
C. "Grantee" shall mean the entity identified on the face sheet performing service(s) under this
Grant, and shall include all employees and agents of the Grantee.
D. "Personal Information" shall mean information identifiable to any person, including, but not limited
to, information that relates to a person's name, health, finances, education, business, use or
receipt of governmental services or other activities, addresses, telephone numbers, social
security numbers, driver license numbers, other identifying numbers, and any financial identifiers.
E. "State" shall mean the state of Washington.
F. "Subgrantee" shall mean one not an employee of the Grantee, who is performing all or part of
those services under this Grant under a separate Grant with the Grantee. The terms "subgrantee"
and "subgrantees" means subgrantee(s) in any tier.
2. ADVANCE PAYMENTS PROHIBITED
No payments in advance of or in anticipation of goods or services to be provided under this Grant
shall be made by COMMERCE.
3. ALL WRITINGS CONTAINED HEREIN
This Grant contains all the terms and conditions agreed upon by the parties. No other
understandings, oral or otherwise, regarding the subject matter of this Grant shall be deemed to exist
or to bind any of the parties hereto.
4. AMENDMENTS
This Grant may be amended by mutual agreement of the parties. Such amendments shall not be
binding unless they are in writing and signed by personnel authorized to bind each of the parties.
5. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990. PUBLIC LAW 101 -336. also referred to
as the "ADA' 28 CFR Part 35
The Grantee must comply with the ADA, which provides comprehensive civil rights protection to
individuals with disabilities in the areas of employment, public accommodations, state and local
government services, and telecommunications.
6. APPROVAL
This Grant shall be subject to the written approval of COMMERCE's Authorized Representative and
shall not be binding until so approved. The Grant may be altered, amended, or waived only by a
written amendment executed by both parties.
7. ASSIGNMENT
Neither this Grant, nor any claim arising under this Grant, shall be transferred or assigned by the
Grantee without prior written consent of COMMERCE.
1
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
8. ATTORNEYS' FEES
Unless expressly permitted under another provision of the Grant, in the event of litigation or other
action brought to enforce Grant terms, each party agrees to bear its own attorneys fees and costs.
9. AUDIT
A. General Requirements
Grantees are to procure audit services based on the following guidelines.
The Grantee shall maintain its records and accounts so as to facilitate the audit requirement and
shall ensure that Subgrantees also maintain auditable records.
The Grantee is responsible for any audit exceptions incurred by its own organization or that of its
Subgrantees.
COMMERCE reserves the right to recover from the Grantee all disallowed costs resulting from
the audit.
As applicable, Grantee's required to have an audit must ensure the audits are performed in
accordance with Generally Accepted Auditing Standards (GAAS); Government Auditing
Standards (the Revised Yellow Book) developed by the Comptroller General.
Responses to any unresolved management findings and disallowed or questioned costs shall be
included with the audit report. The Grantee must respond to COMMERCE requests for
information or corrective action concerning audit issues within thirty (30) days of the date of
request.
B. State Funds Requirements
Grantees expending $100,000 or more in total state funds in a fiscal year must have a financial
audit as defined by Government Auditing Standards (The Revised Yellow Book) and according to
Generally Accepted Auditing Standards (GAAS). The Schedule of State Financial Assistance
must be included. The schedule includes:
Grantor agency name
State program name
BARS account number
Grantor
COMMERCE Grant number
Grant award amount including amendments (total grant award)
Beginning balance
Current year revenues
Current year expenditures
Ending balance
Program total
if the Grantee is a state or local government entity, the Office of the State Auditor shall conduct
the audit. Audits of non profit organizations are to be conducted by a certified public accountant
selected by the Grantee.
The Grantee shall include the above audit requirements in any subgrants.
In any case, the Grantee's financial records must be available for review by COMMERCE.
2
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
C. Documentation Requirements
The Grantee must send a copy of any required audit Reporting Package as described in OMB
Circular A -133, Part C, Section 320(c) no later than nine (9) months after the end of the Grantee's
fiscal year(s) to:
Department of Commerce
ATTN: Audit Review and Resolution Office
906 Columbia Street SW, Fifth Floor
PO Box 48300
Olympia WA 98504 -8300
In addition to sending a copy of the audit, when applicable, the Grantee must include:
Corrective action plan for audit findings within three (3) months of the audit being
received by COMMERCE.
Copy of the Management Letter.
10. CONFIDENTIALITY /SAFEGUARDING OF INFORMATION
A. "Confidential Information" as used in this section includes:
1. All material provided to the Grantee by COMMERCE that is designated as "confidential" by
COMMERCE;
2. All material produced by the Grantee that is designated as "confidential" by COMMERCE and
3. All personal information in the possession of the Grantee that may not be disclosed under
state or federal law. "Personal information" includes but is not limited to information related to
a person's name, health, finances, education, business, use of government services,
addresses, telephone numbers, social security number, driver's license number and other
identifying numbers, and "Protected Health Information" under the federal Health Insurance
Portability and Accountability Act of 1996 (HIPAA).
B. The Grantee shall comply with all state and federal laws related to the use, sharing, transfer, sale,
or disclosure of Confidential Information. The Grantee shall use Confidential Information solely for
the purposes of this Grant and shall not use, share, transfer, sell or disclose any Confidential
Information to any third party except with the prior written consent of COMMERCE or as may be
required by law. The Grantee shall take all necessary steps to assure that Confidential
Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or disclosure of
Confidential Information or violation of any state or federal laws related thereto. Upon request,
the Grantee shall provide COMMERCE with its policies and procedures on confidentiality.
COMMERCE may require changes to such policies and procedures as they apply to this Grant
whenever the Grantor reasonably determines that changes are necessary to prevent
unauthorized disclosures. The Grantee shall make the changes within the time period specified
by COMMERCE. Upon request, the Grantee shall immediately return to COMMERCE any
Confidential Information that COMMERCE reasonably determines has not been adequately
protected by the Grantee against unauthorized disclosure.
C. Unauthorized Use or Disclosure. The Grantee shall notify COMMERCE within five (5) working
days of any unauthorized use or disclosure of any confidential information, and shall take
necessary steps to mitigate the harmful effects of such use or disclosure.
11. CONFORMANCE
If any provision of this Grant violates any statute or rule of law of the state of Washington, it is
considered modified to conform to that statute or rule of law.
3
12. COPYRIGHT PROVISIONS
13. DISPUTES
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
Unless otherwise provided, all Materials produced under this Grant shall be considered "works for
hire" as defined by the U.S. Copyright Act and shall be owned by the Grantor. COMMERCE shall be
considered the author of such Materials. In the event the Materials are not considered "works for
hire" under the U.S. Copyright laws, the Grantee hereby irrevocably assigns all right, title, and interest
in all Materials, including all intellectual property rights, moral rights, and rights of publicity to
COMMERCE effective from the moment of creation of such Materials.
"Materials" means all items in any format and includes, but is not limited to, data, reports, documents,
pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes,
and /or sound reproductions. "Ownership" includes the right to copyright, patent, register and the
ability to transfer these rights.
For Materials that are delivered under the Grant, but that incorporate pre- existing materials not
produced under the Grant, the Grantee hereby grants to COMMERCE a nonexclusive, royalty -free,
irrevocable license (with rights to sublicense to others) in such Materials to translate, reproduce,
distribute, prepare derivative works, publicly perform, and publicly display. The Grantee warrants and
represents that the Grantee has all rights and permissions, including intellectual property rights, moral
rights and rights of publicity, necessary to grant such a license to COMMERCE.
The Grantee shall exert all reasonable effort to advise COMMERCE, at the time of delivery of
Materials furnished under this Grant, of all known or potential invasions of privacy contained therein
and of any portion of such document which was not produced in the performance of this Grant. The
Grantee shall provide COMMERCE with prompt written notice of each notice or claim of infringement
received by the Grantee with respect to any Materials delivered under this Grant. COMMERCE shall
have the right to modify or remove any restrictive markings placed upon the Materials by the Grantee.
Except as otherwise provided in this Grant, when a dispute arises between the parties and it cannot
be resolved by direct negotiation, either party may request a dispute hearing with COMMERCE's
Director, who may designate a neutral person to decide the dispute.
The request for a dispute hearing must:
be in writing;
state the disputed issues;
state the relative positions of the parties;
state the Grantee's name, address, and Grant number; and
be mailed to the Director and the other party's (respondent's) Grant Representative within
three (3) working days after the parties agree that they cannot resolve the dispute.
The respondent shall send a written answer to the requestor's statement to both the Director or the
Director's designee and the requestor within five (5)] working days.
The Director or designee shall review the written statements and reply in writing to both parties within
ten (10) working days. The Director or designee may extend this period if necessary by notifying the
parties.
The decision shall not be admissible in any succeeding judicial or quasi judicial proceeding.
The parties agree that this dispute process shall precede any action in a judicial or quasi judicial
tribunal.
Nothing in this Grant shall be construed to limit the parties' choice of a mutually acceptable alternate
dispute resolution (ADR) method in addition to the dispute hearing procedure outlined above.
4
14. DUPLICATE PAYMENT
The Grantee certifies that work to be performed under this Grant does not duplicate any work to be
charged against any other Grant, subgrant, or other source.
15. ETHICS /CONFLICTS OF INTEREST
In performing under this Grant, the Grantee shall assure compliance with the Ethics in Public Service
Act (Chapter 42.52 RCW) and any other applicable state or federal law related to ethics or conflicts of
interest.
16. GOVERNING LAW AND VENUE
This Grant shall be construed and interpreted in accordance with the laws of the state of Washington,
and the venue of any action brought hereunder shall be in the Superior Court for Thurston County.
17. INDEMNIFICATION
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
To the fullest extent permitted by law, the Grantee shall indemnify, defend, and hold harmless the
state of Washington, COMMERCE, all other agencies of the state and all officers, agents and
employees of the state, from and against all claims or damages for injuries to persons or property or
death arising out of or incident to the Grantee's performance or failure to perform the Grant. The
Grantee's obligation to indemnify, defend, and hold harmless includes any claim by the Grantee's
agents, employees, representatives, or any Subgrantee or its agents, employees, or representatives.
The Grantee's obligation to indemnify, defend, and hold harmless shall not be eliminated by any
actual or alleged concurrent negligence of the state or its agents, agencies, employees and officers.
Subgrants shall include a comprehensive indemnification clause holding harmless the Grantee,
COMMERCE, the state of Washington, its officers, employees and authorized agents.
The Grantee waives its immunity under Title 51 RCW to the extent it is required to indemnify, defend
and hold harmless the state and its agencies, officers, agents or employees.
18. INDEPENDENT CAPACITY OF THE GRANTEE
The parties intend that an independent contractor relationship will be created by this Grant. The
Grantee and its employees or agents performing under this Grant are not employees or agents of the
state of Washington or COMMERCE. The Grantee will not hold itself out as or claim to be an officer
or employee of COMMERCE or of the state of Washington by reason hereof, nor will the Grantee
make any claim of right, privilege or benefit which would accrue to such officer or employee under
law. Conduct and control of the work will be solely with the Grantee.
19. INDUSTRIAL INSURANCE COVERAGE
The Grantee shall comply with all applicable provisions of Title 51 RCW, Industrial Insurance. If the
Grantee fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf
of its employees as may be required by law, COMMERCE may collect from the Grantee the full
amount payable to the Industrial Insurance Accident Fund. COMMERCE may deduct the amount
owed by the Grantee to the accident fund from the amount payable to the Grantee by COMMERCE
under this Grant, and transmit the deducted amount to the Department of Labor and Industries, (L &I)
Division of Insurance Services. This provision does not waive any of L &I's rights to collect from the
Grantee.
5
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
20. LAWS
The Grantee shall comply with all applicable laws, ordinances, codes, regulations and policies of local
and state and federal governments, as now or hereafter amended including, but not limited to:
Washington State Laws and Regulations
A. Affirmative action, RCW 41.06.020 (11).
B. Boards of directors or officers of non profit corporations Liability Limitations, RCW 4.24.264.
C. Disclosure- campaign finances lobbying, Chapter 42.17 RCW.
D. Discrimination -human rights commission, Chapter 49.60 RCW.
E. Ethics in public service, Chapter 42.52 RCW.
F. Office of minority and women's business enterprises, Chapter 39.19 RCW and Chapter 326 -02
WAC.
G. Open public meetings act, Chapter 42.30 RCW.
H. Public records act, Chapter 42.56 RCW.
I. State budgeting, accounting, and reporting system, Chapter 43.88 RCW.
21. LICENSING. ACCREDITATION AND REGISTRATION
The Grantee shall comply with all applicable local, state, and federal licensing, accreditation and
registration requirements or standards necessary for the performance of this Grant.
22. LIMITATION OF AUTHORITY
Only the Authorized Representative or Authorized Representative's designee by writing (designation
to be made prior to action) shall have the express, implied, or apparent authority to alter, amend,
modify, or waive any clause or condition of this Grant.
23. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS
During the performance of this Grant, the Grantee shall comply with all federal, state, and local
nondiscrimination laws, regulations and policies. In the event of the Grantee's non compliance or
refusal to comply with any nondiscrimination law, regulation or policy, this Grant may be rescinded,
canceled or terminated in whole or in part, and the Grantee may be declared ineligible for further
Grants with the state. The Grantee shall, however, be given a reasonable time in which to cure this
noncompliance. Any dispute may be resolved in accordance with the "Disputes" procedure set forth
herein.
24. POLITICAL ACTIVITIES
Political activity of Grantee employees and officers are limited by the State Campaign Finances and
Lobbying provisions of Chapter 42.17 RCW and the Federal Hatch Act, 5 USC 1501 1508.
No funds may be used under this Grant for working for or against ballot measures or for or against
the candidacy of any person for public office.
25. PROHIBITION AGAINST PAYMENT OF BONUS OR COMMISSION
The funds provided under this Grant shall not be used in payment of any bonus or commission for the
purpose of obtaining approval of the application for such funds or any other approval or concurrence
under this Grant provided, however, that reasonable fees or bona fide technical consultant,
managerial, or other such services, other than actual solicitation, are not hereby prohibited if
otherwise eligible as project costs.
6
26. PUBLICITY
The Grantee agrees not to publish or use any advertising or publicity materials in which the state of
Washington or COMMERCE's name is mentioned, or language used from which the connection with
the state of Washington's or COMMERCE's name may reasonably be inferred or implied, without the
prior written consent of COMMERCE.
27. RECAPTURE
In the event that the Grantee fails to perform this Grant in accordance with state laws, federal laws,
and /or the provisions of this Grant, COMMERCE reserves the right to recapture funds in an amount
to compensate COMMERCE for the noncompliance in addition to any other remedies available at law
or in equity.
Repayment by the Grantee of funds under this recapture provision shall occur within the time period
specified by COMMERCE. In the alternative, COMMERCE may recapture such funds from payments
due under this Grant.
28. RECORDS MAINTENANCE
The Grantee shall maintain all books, records, documents, data and other evidence relating to this
Grant and performance of the services described herein, including but not limited to accounting
procedures and practices which sufficiently and properly reflect all direct and indirect costs of any
nature expended in the performance of this Grant. Grantee shall retain such records for a period of
six years following the date of final payment.
If any litigation, claim or audit is started before the expiration of the six (6) year period, the records
shall be retained until all litigation, claims, or audit findings involving the records have been finally
resolved.
29. REGISTRATION WITH DEPARTMENT OF REVENUE
If required by law, the Grantee shall complete registration with the Washington State Department of
Revenue.
30. RIGHT OF INSPECTION
31. SAVINGS
32. SEVERABILITY
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
At no additional cost all records relating to the Grantee's performance under this Grant shall be
subject at all reasonable times to inspection, review, and audit by COMMERCE, the Office of the
State Auditor, and federal and state officials so authorized by law, in order to monitor and evaluate
performance, compliance, and quality assurance under this Grant. The Grantee shall provide access
to its facilities for this purpose.
In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way
after the effective date of this Grant and prior to normal completion, COMMERCE may terminate the
Grant under the "Termination for Convenience" clause, without the ten business day notice
requirement. In lieu of termination, the Grant may be amended to reflect the new funding limitations
and conditions.
If any provision of this Grant or any provision of any document incorporated by reference shall be
held invalid, such invalidity shall not affect the other provisions of this Grant that can be given effect
without the invalid provision, if such remainder conforms to the requirements of law and the
fundamental purpose of this Grant and to this end the provisions of this Grant are declared to be
severable.
7
33. SUBGRANTING
34. SURVIVAL
35. TAXES
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
The Grantee may only subgrant work contemplated under this Grant if it obtains the prior written
approval of COMMERCE.
If COMMERCE approves subgranting, the Grantee shall maintain written procedures related to
subgranting, as well as copies of all subgrants and records related to subgrants. For cause,
COMMERCE in writing may: (a) require the Grantee to amend its subgranting procedures as they
relate to this Grant; (b) prohibit the Grantee from subgranting with a particular person or entity; or (c)
require the Grantee to rescind or amend a subgrant.
Every subgrant shall bind the Subgrantee to follow all applicable terms of this Grant. The Grantee is
responsible to COMMERCE if the Subgrantee fails to comply with any applicable term or condition of
this Grant. The Grantee shall appropriately monitor the activities of the Subgrantee to assure fiscal
conditions of this Grant. In no event shall the existence of a subgrant operate to release or reduce the
liability of the Grantee to COMMERCE for any breach in the performance of the Grantee's duties.
Every subgrant shall include a term that COMMERCE and the State of Washington are not liable for
claims or damages arising from a Subgrantee's performance of the subgrant.
The terms, conditions, and warranties contained in this Grant that by their sense and context are
intended to survive the completion of the performance, cancellation or termination of this Grant shall
so survive.
All payments accrued on account of payroll taxes, unemployment contributions, the Grantee's income
or gross receipts, any other taxes, insurance or expenses for the Grantee or its staff shall be the sole
responsibility of the Grantee.
36. TERMINATION FOR CAUSE SUSPENSION
In event COMMERCE determines that the Grantee failed to comply with any term or condition of this
Grant, COMMERCE may terminate the Grant in whole or in part upon written notice to the Grantee.
Such termination shall be deemed "for cause." Termination shall take effect on the date specified in
the notice.
In the alternative, COMMERCE upon written notice may allow the Grantee a specific period of time in
which to correct the non compliance. During the corrective action time period, COMMERCE may
suspend further payment to the Grantee in whole or in part, or may restrict the Grantee's right to
perform duties under this Grant. Failure by the Grantee to take timely corrective action shall allow
COMMERCE to terminate the Grant upon written notice to the Grantee.
"Termination for Cause" shall be deemed a "Termination for Convenience" when COMMERCE
determines that the Grantee did not fail to comply with the terms of the Grant or when COMMERCE
determines the failure was not caused by the Grantee's actions or negligence.
If the Grant is terminated for cause, the Grantee shall be liable for damages as authorized by law,
including, but not limited to, any cost difference between the original Grant and the replacement
Grant, as well as all costs associated with entering into the replacement Grant (i.e., competitive
bidding, mailing, advertising, and staff time).
8
GENERAL TERMS AND CONDITIONS
GENERAL GRANT
STATE FUNDS
37. TERMINATION FOR CONVENIENCE
Except as otherwise provided in this Grant COMMERCE may, by ten (10) business days written
notice, beginning on the second day after the mailing, terminate this Grant, in whole or in part. If this
Grant is so terminated, COMMERCE shall be liable only for payment required under the terms of this
Grant for services rendered or goods delivered prior to the effective date of termination.
38. TERMINATION PROCEDURES
After receipt of a notice of termination, except as otherwise directed by COMMERCE, the Grantee
shall:
A. Stop work under the Grant on the date, and to the extent specified, in the notice;
B. Place no further orders or subgrants for materials, services, or facilities related to the Grant;
C. Assign to COMMERCE all of the rights, title, and interest of the Grantee under the orders and
subgrants so terminated, in which case COMMERCE has the right, at its discretion, to settle or
pay any or all claims arising out of the termination of such orders and subgrants. Any attempt by
the Grantee to settle such claims must have the prior written approval of COMMERCE; and
D. Preserve and transfer any materials, Grant deliverables and/or COMMERCE property in the
Grantee's possession as directed by COMMERCE.
Upon termination of the Grant, COMMERCE shall pay the Grantee for any service provided by the
Grantee under the Grant prior to the date of termination. COMMERCE may withhold any amount due
as COMMERCE reasonably determines is necessary to protect COMMERCE against potential loss or
liability resulting from the termination. COMMERCE shall pay any withheld amount to the Grantee if
COMMERCE later determines that loss or liability will not occur.
The rights and remedies of COMMERCE under this section are in addition to any other rights and
remedies provided under this Grant or otherwise provided under law.
39. WAIVER
Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or
breach. Any waiver shall not be construed to be a modification of the terms of this Grant unless
stated to be such in writing and signed by Authorized Representative of COMMERCE.
9
GRANTEE
TITLE
DATE
Scope of Work
Attachment A
This grant funding supports relocation and construction of Southcenter Parkway to a 5 -lane arterial
between South 180th Street and South 200th Street in Tukwila. The road construction project includes
road design and construction, and sanitary sewer design and construction.
This project began in July, 2004 and is expected to be completed by October, 2011.
The Grantee, by its signature, certifies that the declaration set forth above has been reviewed and
approved by the Grantee's governing body as of the date and year written below.
The Grantee, by its signature, certifies that the Project Budget set forth above has been reviewed and
approved by the Grantee's governing body or board of directors, as applicable, as of the date and year
written below.
GRANTEE
TITLE
DATE
Budget
Line Item Amount
Site Acquisition $0.00
Architecture Engineering $814,913.00
Construction $14,289,251.00
Capitalized Equipment $0.00
Construction Management $2,261,815.00
Contingency $2,404,505.00
Total Contracted Amount: $19,770,484.00
Attachment B
Certification of the Availability of Funds to Complete the Project
Non -State Funds
Federal Funding (FHWA)
City Bonds
Total Non -State Funds
1 State Funds
1 2007 State Capital Budget
2005 Job /Economic Development Fund
TB
I Total State Funds
CERTIFICATION
GRANTEE
TITLE
DATE
Total Non -State and State Sources
Amount
$3,683,000.00
$4,107,484.00
$7,790,484.00
$3,980,000.00
$6,000,000.00
$2,000,000.00
$11,980,000.00
Attachment C
Total
1
$7,790,484.00 I
I
$11,980,000.00
$19,770,484.00
The Grantee, by its signature, certifies that project funding from sources other than those provided by this
contract and identified above has been reviewed and approved by the Grantee's governing body or board
of directors, as applicable, and has either been expended for eligible Project expenses, or is committed in
writing and available and will remain committed and available solely and specifically for carrying out the
purposes of this Project as described in elsewhere in this contract, as of the date and year written below.
The Grantee shall maintain records sufficient to evidence that it has expended or has access to the funds
needed to complete the Project, and shall make such records available for COMMERCE'S review upon
reasonable request.
CERTIFICATION
Certification of the Payment and Reporting of Prevailing Wages
Attachment D
The Grantee, by its signature, certifies that all contractors and subcontractors performing work on the
Project shall comply with prevailing wage laws set forth in Chapter 39.12 RCW, as of May 15, 2007,
including but not limited to the filing of the "Statement of Intent to Pay Prevailing Wages" and "Affidavit of
Wages Paid" as required by RCW 39.12.040. The Grantee shall maintain records sufficient to evidence
compliance with Chapter 39.12 RCW, and shall make such records available for COMMERCE'S review
upon request.
If any state funds are used by the Grantee for the purpose of construction, applicable State Prevailing
Wages must be paid.
The Grantee, by its signature, certifies that the declaration set forth above has been reviewed and
approved by the Grantee's governing body as of the date and year written below.
GRANTEE
TITLE
DATE
CERTIFICATION
Certification of Intent to Enter the
Leadership in Energy and Environmental Design (LEED) Certification Process
Attachment E
The Grantee, by its signature, certifies that it will enter into the Leadership in Energy and Environmental
Design certification process, as stipulated in RCW 39.35D, as applicable to the Project funded by this
contract. The Grantee shall, upon receipt of LEED certification by the United States Green Building
Council, provide documentation of such certification to COMMERCE.
The Grantee, by its signature, certifies that the declaration set forth above has been reviewed and
approved by the Grantee's governing body or board of directors, as applicable, as of the date and year
written below.
GRANTEE
TITLE
DATE
TIB Members
Commissioner Greg Partch
Chair, Whitman County
Mayor James Irish
Vice Chair, City of La Center
Teresa Bemtsen
Office of Financial Management
Counctlmember Jeanne Burbidge
City of Federal Way
Todd Coleman, P.E.
Port of Vancouver
Councilmember Sam Crawford
Whatcom County
Kathleen Davis
WSDOT
Mark Freiberger, P.E.
City of Sedro- Woolley
Councilmember William
Gothmann, P.E.
City of Spokane Valley
Secretary Paula Hammond, P.E.
WSDOT
Dick McKinley
City of Tacoma
Dave Nelson
Grant County
Heidi Stamm
HS Public Affairs
Harold Taniguchi
King County Metro Transit
Steve Thomsen, P.E.
Snohomish County
John Vodopich
City of Bonney Lake
Jay Weber
County Road Administration Board
Ralph Wessels, P.E.
Bicycle Alliance of Washington
Commissioner Mike Wilson
Grays Harbor County
Stevan Gorcester
Executive Director
P.O. Box 40901
Olympia, WA 98504 -0901
Phone: 360 -586 -1140
Fax: 360 -586 -1165
www.tib.wa.gov
Washington State
Transportation Improvement Board
March 29, 2010
Honorable Jim Haggerton
Mayor
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Dear Mayor Haggerton:
Attachment 3
RECEIVED
Arrt0 2010
uKWA
°LBL/ W O RKS
The TIB Board authorized the restoration of $2,000,000 in TIB funds from
contingency for the Southcenter Parkway Extension Project at the March 26,
2010 Board meeting.
Two copies of the Fuel Tax Distribution Agreement have been enclosed.
Sign both copies of the Fuel Tax Agreement and return them to TIB;
Once the agreement is fully executed a copy will be returned to the city for your
records.
You may now award the construction contract.
We would be happy to assist you with any questions. You can contact Greg
Armstrong, TIB Project Engineer, at (360) 586 -1142 or via e-mail at
GregA @TIB.wa.gov.
Stevan Gorcester
Executive Director
cc: Bob Giberson, Public Works Director
Gail Labanara Tukwila Accounting
Lisa Verner Tukwila Project Manager
Terri Smith, Department of Commerce CERB Program
Emily Hafford, Department of Commerce, Capital Projects
Investing in your local community
Washington State Transportation Improvement Board
Fuel Tax Grant Distribution Agreement
LEAD AGENCY:
PROJECT NUMBER:
1 PROJECT TITLE:
PROJECT TERMINI:
1.0 PURPOSE
The Washington State Transportation Improvement Board (hereinafter referred to as
"TIB hereby grants funds for the project specified in the attached documents, and as
may be subsequently amended, subject to the terms contained herein. It is the intent of
the parties, TIB and the grant recipient, that this Agreement shall govern the use and
distribution of the grant funds through all phases of the project. Accordingly, the project
specific information shall be contained in the attachments hereto and incorporated
herein, as the project progresses through each phase.
This Agreement, together with the attachments hereto, the provisions of chapter 47.26
Revised Code of Washington, the provisions of title 479 Washington Administrative
Code, and TIB Policies, constitutes the entire agreement between the parties and
supercedes all previous written or oral agreements between the parties.
2.0 PARTIES TO AGREEMENT
The parties to this Agreement are TIB, or its successor,, and the grant recipient, or its
successor, as specified in the attachments.
3.0 TERM OF AGREEMENT
This Agreement shall be effective upon execution by TIB and shall continue through
completion of each phase of the project, unless terminated sooner as provided herein.
4.0 AMENDMENTS
This Agreement may be amended by mutual agreement of the parties. Such
amendments shall not be binding unless they are in writing and signed by personnel
authorized to bind each of the parties.
5.0 ASSIGNMENT
1 City of Tukwila
9 -P- 116(011) -1
1 Southcenter Pkwy Extension
1 S 180th St to S 200th St
The grant recipient shall not assign or transfer its rights, benefits, or obligations under
this Agreement without the prior written consent of TIB. The grant recipient is deemed
to consent to assignment of this Agreement by TIB to a successor entity. Such consent
shall not constitute a waiver of the grant recipient's other rights under this Agreement.
6.0 GOVERNANCE VENUE
This Agreement shall be construed and interpreted in accordance with the laws of the
state of Washington and venue of any action brought hereunder shall be in the Superior
Court for Thurston County.
TIB Form 190 -500
Page 1' of 3 Rev. 2/14/2003
7.0 TERMINATION
TIB Form 190 -500
Washington State Transportation Improvement Board
Fuel Tax Grant Distribution Agreement
7.1 UNILATERAL TERMINATION
Either party may terminate this Agreement upon 30 days' prior written notice to
the other party. If this Agreement is so terminated, the parties shall be liable only
for performance rendered or costs incurred in accordance with the terms of this
Agreement prior to the effective date of termination.
7.2 TERMINATION BY MUTUAL AGREEMENT
Either party may terminate this contract in whole or in part, at any time, by mutual
agreement with a 30 calendar day written notice from one party to the other.
7.3 TERMINATION FOR CAUSE
In the event TIB determines the grant recipient has failed to comply with the
conditions of this Agreement in a timely manner, TIB has the right to suspend or
terminate this Agreement. TIB shall notify the grant recipient in writing of the
need to take corrective action. If corrective action is not taken within 30 days, the
Agreement may be terminated. TIB reserves the right to suspend all or part of
the Agreement, withhold further payments, or prohibit the grant recipient from
incurring additional obligations of funds during the investigation of the alleged
compliance breach and pending corrective action by the grant recipient or a
decision by TIB to terminate the Agreement. The grant recipient shall be liable
for damages as authorized by law including, but not limited to, repayment of
misused grant funds. The termination shall be deemed to be a Termination for
Convenience if it is determined that the grant recipient: (1) was not at fault, or (2)
failure to perform was outside of the grant recipient's control, fault or negligence.
The rights and remedies of TIB provided in this Agreement are not exclusive and
are in addition to any other rights and remedies provided by law.
7.4 TERMINATION FOR CONVENIENCE
TIB may, by ten (10) days written notice, beginning on the second day after the
mailing, terminate this Agreement, in whole or in part, because federal or state
funds are no longer available for the purpose of meeting TIB's obligations, or for
any reason. If this Agreement is so terminated, TIB shall be liable only for
payment required under this Agreement for performance rendered or costs
incurred prior to the effective date of termination.
7.5 TERMINATION PROCEDURE
Upon receipt of notice of termination, the grant recipient shall stop work and /or
take such action as may be directed by TIB.
Page 2 of 3 Rev. 2/14/2003
Washington State Transportation Improvement Board
Fuel Tax Grant Distribution Agreement
8.0 AVAILABILITY OF TIB FUNDS
The availability of Transportation Improvement Board funds is a function of Motor
Vehicle Fuel Tax collections and existing contractual obligations. The local agency shall
submit timely progress billings as project costs are incurred to enable accurate
budgeting and fund management. Failure to submit timely progress billings may result in
delayed payments or the establishment of a payment schedule.
Approved as to Form
This 14th Day of February, 2003
Rob McKenna
Attorney General
By:
Signature on file
Elizabeth Lagerberg
Assistant Attorney General
Lead Agency Transportation Improvement Board
Signature of Chairman /Mayor Date Executive Director Date
TIB Form 190 -500
Print Name Print Name
Page 3 of 3 Rev. 2/14/2003
DRAFT
I. RECITALS
401352.1 1356659 1 0002 1
Attachment 4
INTERLOCAL AGREEMENT BY AND BETWEEN THE CITY OF TUKWILA AND
HIGHLINE WATER DISTRICT REGARDING THE
SOUTHCENTER PARKWAY PROJECT
This Agreement "Agreement is made and entered into this day of
2010, by and between the City of Tukwila, a non charter optional, code
Washington municipal corporation "City and Highline Water District, a Washington special
purpose district municipal corporation existing pursuant to Title 57 Revised Code of Washington
"District (individually a "Party" and collectively the "Parties for the purposes set forth
below.
WHEREAS, the District has a franchise "Franchise dated December 2, 1991, from the
City which authorizes the District to construct, operate, maintain, repair and replace water mains
and facilities (collectively "Water Facilities in, under, along and through City right -of -way
pursuant to the terms and conditions of the Franchise; provided the Franchise also requires the
District at its expense to raise, lower or move its Water Facilities located in City right -of -way or
to place such Water Facilities in a location to accommodate City improvements to or work in
City right -of -way.
WHEREAS, the District presently maintains an eight (8) inch watermain and related
facilities "Existing Water Facilities in Southcenter Parkway and Frager Road as such City
right -of -way is presently constructed and aligned.
WHEREAS, the City entered into a development agreement dated June 10, 2009
"Development Agreement with La Pianta LLC, a Washington limited liability company, now
known as Segale Properties LLC "Segale which provides for the development of certain real
property known as the "Tukwila South Property" as a project known as the "Tukwila South
Project" as further described in the Development Agreement; and the Development Agreement
provides, in part, for the installation of certain street and utility infrastructure by the City and
Segale as described in the Development Agreement, and, specifically, the realignment, relocation
and extension of Southcenter Parkway located in the vicinity of the Tukwila South Property
"SCP Project
WHEREAS, the Development Agreement requires the City to prepare a final design of
the SCP Project, including utilities such as water, sewer, stormwater and other utilities necessary
to serve the Tukwila South Project and to bid and undertake the construction of the SCP Project
as a City public works project; and the Development Agreement in Section 4.3.4 requires Segale
to obtain water service from the District and to pay all costs related to the design and
construction of the water system upgrades necessary to serve the Tukwila South Project;
therefore the City now requires the District to relocate its Existing Water Facilities and construct
new water mains and facilities necessary to serve the SCP project as such facilities are described
on Exhibit A attached hereto and incorporated herein by this reference "Highline Work
WHEREAS, the Highline Work includes both the relocation of the Existing Water
Facilities in Southcenter Parkway and Frager Road due to the relocation of such City right -of-
way as provided for in the Franchise (the "Franchise Work and also the design and
construction of oversized watermains with greater capacity than the Existing Water Facilities to
serve Segale's Tukwila South Project (the "Oversizing Work provided, that the District shall
pay for the cost and expense of the Franchise Work and Segale shall pay for the cost and expense
of the Oversizing Work.
WHEREAS, the Development Agreement in Section 4.3.4.1 provides that the City will
include the Highline Work in its SCP Project as a bid additive, account for and invoice the
District separately for the Highline Work and enter into an agreement with the District pursuant
to which the District will reimburse the City for the cost of the Highline Work; provided, the
Development Agreement also provides that the District shall enter into a separate agreement with
Segale pursuant to which Segale shall reimburse the District for the cost of the Oversizing Work;
provided further, the Development Agreement requires Segale to provide the City with a letter of
credit in the amount of 110% of the estimated cost of the Oversizing Work as security for
payment of those costs, and in the event that the District fails to reimburse the City pursuant to
the terms of this Agreement the City may draw upon the letter of credit as provided for in the
Development Agreement.
WHEREAS, Highline and Segale have agreed that of the final cost of the Highline Work
and associated administrative costs "Highline Work Final Cost the District is responsible to
pay fifty -one (51) per cent of the Highline Work Final Cost "Franchise Final Cost and Segale
is responsible to pay forty -nine (49) per cent of the Highline Work Final Cost "Oversizing Final
Cost
WHEREAS, the City competitively bid the construction of the SCP Project, included the
Highline Work in such project bid as a separate additive bid schedule, and the apparent lowest
responsible bidder submitted a bid for the Highline Work in the amount of One Million Three
Hundred Sixty Seven Thousand Nine Hundred Thirty Dollars and Ninety -Four Cents
($1,367,930.94), including applicable Washington State sales tax "Highline Work Bid Cost
and the District desires the City to include the Highline Work in the SCP Project and will agree
to reimburse the City for the cost of the Highline Work on the terms and conditions set forth in
this Agreement to achieve cost savings and benefits in the public's interest.
WHEREAS, the City will agree to include the Highline Work in the SCP Project on the
condition that the District reimburse the City for the cost of the Highline Work on the terms and
conditions set forth in this Agreement; and, assuming the City awards the SCP Project contract
resulting in the Highline Work Bid Cost, the City shall require Segale to provide the City with a
letter of credit as provided for in Section 4.3.4.1 of the Development Agreement in the amount of
Seven Hundred Thirty Seven Thousand Three Hundred Fifteen Dollars ($737,315.00), which
amount is 110% of forty -nine (49) per cent of the Highline Work Bid Cost.
401352.1 1 356659 1 0002
-2-
WHEREAS, it is in the best interests of the Parties that the SCP Project work proceed as
soon as possible, provided that if the City does not award a contract for the construction of the
SCP Project by the day of 2010, the District shall reserve the right to cancel and
terminate this Agreement which in such event will have no further force and effect.
WHEREAS, pursuant to RCW 39.34.080, the Parties are authorized to enter into a
contract to provide for the performance of governmental activities and undertakings which both
Party is authorized by law to undertake and perform.
Now, therefore, in consideration of the following terms and conditions, the Parties agree
as follows:
401352.1 1 356659 1 0002
II. AGREEMENT
2.1 General. The District authorizes the City to proceed with the construction of the
Highline Work as part of the SCP Project and agrees to reimburse the City for the cost of the
Highline Work based on the Highline Work Bid Cost on the terms and conditions set forth in this
Agreement. The City, as agent acting for and on behalf of the District, agrees to perform the
Highline Work in constructing the improvements for the SCP Project, in accordance with and as
described in Exhibit A and the Plans and Specifications attached hereto as Exhibit B which are
incorporated herein in full by this reference "Plans and Specifications provided, that if the
City fails to award a contract for the construction of the SCP Project by the day of
2010, the District shall have the right to cancel and terminate this Agreement which,
in such event, all obligations herein shall be extinguished and this Agreement shall have no
further force and effect.
2.2 Construction Plans. The Plans and Specifications for the Highline Work have
been prepared by the City's consulting engineers "Consulting Engineers generally in
accordance with the 2008 State of Washington Standard Specifications for Road, Bridge and
Municipal Construction and the District's standard specifications as provided by the District to
the Consulting Engineer. The District hereby approves the scope of work for the Highline Work
as described on Exhibit A and the Plans and Specifications for the Highline Work as set forth in
Exhibit B. The City shall invoice the District for its costs incurred from the Consulting Engineer
to prepare the Plans and Specifications on a time and materials basis. The District shall pay the
City invoice for such costs within forty five (45) days of receipt, provided the District's
obligation to pay the costs of such work shall not exceed One Hundred Sixteen Thousand Seven
Hundred Fifty Six Dollars ($116,756.00).
2.3 Bidding and Construction. The City is hereby designated as the District's
construction agent for the SCP Project.
2.4 Contract Administration. Following the award of the SCP Project contract, the
City shall administer and manage the SCP Project contract. As construction agent, the City will
perform all engineering, survey and field inspections and shall make all payments to the
Contractor. In providing such services, the City may exercise all the powers and perform all the
-3-
duties as authorized by law and this Agreement. The City will keep the District advised as to the
progress of the SCP Project work. The City, as construction agent, shall have final judgment,
after consulting with the District, with regards to decisions related to the work of the Contractor.
2.5 Authority to Construct. Subject to the provisions in Section 3 herein, the
District hereby authorizes the City to proceed with construction in accordance with Exhibits A
and B for the purpose intended by this Agreement.
2.6 Inspection by District. The District shall furnish and the City shall allow an
inspector to be on the SCP Project to verify proper compliance with the requirements set forth in
the Plans and Specifications for the Highline Work. Any costs for such inspection shall be borne
solely by the District. The District's inspector shall advise the City's inspector of any deficiencies
noted in the Highline Work and the City's inspector shall promptly advise the Contractor of any
such deficiencies in the Highline Work. The City may designate the District's inspector as the
City's agent to communicate directly with the Contractor's field personnel regarding compliance
with the Plans and Specifications for the Highline Work.
2.7 Payment. The District agrees to reimburse the City for the actual direct
construction cost of all work specified in the Plans and Specifications in Exhibit B plus
additional costs itemized by invoice on a time and materials basis for an amount not to exceed
eight (8) per cent (based on the final construction cost of the Highline Work) to cover
construction administrative costs (including, but not limited to, project management,
construction administration, and inspection based on schedules of rates and charges which the
City shall provide the District at the commencement of the SCP Project work) and miscellaneous
restoration costs as described in Exhibit A that are the financial responsibility of the District
(previously referred to as the Highline Work Final Cost). Following the District's final
acceptance of the Highline Work as provided in Section 2.10 herein, the City shall invoice the
District for the Highline Work Final Cost. Following the District's receipt of the City's invoice
for the Highline Work Final Cost, the District shall pay the Highline Work Final Cost to the City
in full within forty -five (45) days of the receipt of such City invoice, except as to any disputed
costs or charges; provided, however, upon Highline's receipt of the City invoice for the Highline
Work Final Cost, Highline shall promptly invoice Segale for the Oversizing Final Cost. If Segale
fails to pay the Oversizing Final Cost to the District within twenty (20) days of Segale's receipt
of the Highline Work Final Cost invoice from the District, the District shall promptly notify the
City of Segale's failure to timely pay the District and the District shall only be required to pay the
City the Franchise Work Final Cost and shall have no further obligation or duty to pay the
Oversizing Final Cost to the City. In that event, the City shall then have the right, pursuant to the
Development Agreement, to draw upon the letter of credit as provided in Section 4.8.4 of such
agreement to recover and be reimbursed by Segale for the Oversizing Final Cost.
2.8 Chanaes in the Work: Extra Work. During construction, the District shall notify
the City as soon as practicable, in writing, of any changes it wishes to make in the Plans and
Specifications which affect the Highline Work, which changes shall be made if reasonably
feasible and approved by the City. Similarly, the City will notify the District as soon as
practicable of any changes required by the City in the scope of the SCP Project, or of any
401352.1 I 356659 1 0002
-4-
Highline water district intertie
Water district 75 intertie
Water district #75 intertie
changes which substantially .change the nature of the Highline Work, and will obtain the
District's approval of such changes to the Highline Work; provided, that District staff, following
notice to the District as provided herein, shall have the right to approve changes in the Plans and
Specifications which affect the Highline Work without the approval of the District Board of
Commissioners if such changes in the aggregate of the Highline Bid do not exceed five (5) per
cent of the Highline Bid; provided, however, any changes in the Plans and Specifications which
affect the Highline Work which exceed five (5) per cent of the Highline Bid shall require the
prior approval of the District Board of Commissioners. Written notification by a Party shall be
given prior to commencement of the work to implement the changes. The City shall act as the
District's agent in negotiating change orders with the Contractor. The Parties shall cooperatively
determine each Party's financial responsibility for changes in the Highline Work.
2.9 Emergency Repairs. Prior to the City's final acceptance of the Highline Work, if
there is a need for emergency repair of the Highline Work and the City's contractor is unable to
perform such repair in a timely manner, the District shall have permission to enter upon the
City's right -of -way and complete said emergency repair. Emergency repairs are defined as work
performed by City or District forces to stabilize, remove immediate hazards or dangers by
cutting and capping water mains, and restoring immediate utility services to customers in the
area. Upon completion of any emergency repairs by the City or the District, the Parties shall
cooperatively determine each Party's financial responsibility for such emergency repairs.
2.10 Fire Flow. The District presently provides domestic water service and fire flow
for fire suppression purposes in the area of the SCP Project. However, following the
commencement of construction by the City's Contractor on the SCP Project, certain District
water mains in the area will be abandoned by the City's Contractor; in that event the District will
continue to provide domestic water service to the SCP Project area by utilizing the District's
existing water system; however, the District will no longer be able to provide sufficient fire flow
to the SCP Project area during construction of the SCP Project to meet the requirements of the
International Fire Code or other applicable statutes, ordinances, codes and regulations regarding
fire flow requirements. The City and the District own and maintain an existing intertie between
their water systems as described by an agreement entitled "Agreement for the Emergency Sale of
Water Between the City of Tukwila and Highline Water District" dated March 31, 2000 "Intertie
Agreement" and the "Intertie Therefore, the City shall be responsible to provide fire flow up to
three thousand (3,000) gallons per minute to and through the Intertie to supplement the District's
deficiency in providing fire flow to the SCP Project area during the construction of the SCP
Project, subject to the terms and conditions of the Intertie Agreement. Further, the District shall
not be required to provide emergency water to the City as described in the Intertie Agreement
during the construction of the SCP Project.
2.11 Final Acceptance. The City shall provide the District with written notice of
completion of the Highline Work, together with the Contractor's redlined as -built drawings for
the Highline Work which the City shall require the Contractor to prepare and maintain during the
Contractor's performance of the Highline Work based on final surveyed locations of the Highline
Work. The District's inspector shall perform final inspection of the Highline Work. The District
shall, within ten (10) business days of its final inspection, provide to the City final acceptance of
401352.1 1 3566591 0002 -5-
the Highline Work, or alternatively, provide an itemized and detailed response as to why final
acceptance of the Highline Work cannot be given. The City shall then require the City's
Contractor to complete the Highline Work to the District's satisfaction. If the District fails to
respond to the City's notice of completion within ten (10) business days, the District will be
deemed to have given final acceptance of the Highline Work. Upon final acceptance of the
Highline Work by the District, the City shall transfer and assign its rights under the SCP Project
contract relating to the Highline Work to the District, including warranty and maintenance
obligations by the Contractor relating to the Highline Work. The District's acceptance of the
Highline Work shall not constitute acceptance of any unauthorized or defective work or
materials, nor be a waiver of any manufacturer's, supplier's or contractors' warranties. Final
acceptance of the SCP Project shall be by the City after inspection by all agencies involved.
2.12 Delivery of Water Facilities. The City agrees, within thirty (30) calendar days
from the date of final acceptance of the SCP Project work by the City, to transfer ownership of
the Highline Work to the District by bill of sale or other appropriate document(s). The City shall
forward to the District any guarantee or warranty furnished as a normal trade practice in
connection with the purchase of any equipment, materials, or items used in the construction of
the SCP Project. The City shall submit redline drawings to the District upon completion of the
SCP Project for District review and approval. The District shall retain any rights, claims or
demands the District may have against the City's Contractor relating to the District's work under
applicable statutes of limitation as a third party beneficiary under the City's contract with the
City's Contractor.
The City shall provide the District at the time the City awards a public works contract for
the SCP Project with an electronic copy of the original design for the Highline Work prepared by
the Consulting Engineer in a format as required by the District. The City shall also provide the
District with the Contractor's redlined as -built drawings for the Highline Work as referenced in
Section 2.10 above.
401352.1 1 356659 1 0002 -6-
III. GENERAL PROVISIONS
3.1 Indemnity. Each Party agrees to protect, defend, and indemnify the other
Party, its officers, officials, employees, and agents from any and all costs, claims, claims for
delay, judgments and /or awards of damages arising out of or in any way resulting from the
Party's default, failure of performance, or negligent conduct associated with this Agreement, by
the Party, its employees, subcontractors or agents. Each Party agrees that its obligations under
this provision extend to any claim, demand, and/or cause of action brought by or on behalf of
any of its employees or agents. The foregoing indemnity is specifically and expressly intended
to constitute a waiver of each Party's immunity under Washington's Industrial Insurance Act,
RCW Title 51, as respects the other Party only, and only to the extent necessary to provide each
Party with a full and complete indemnity of claims made by the other Party's employees. The
Parties acknowledge that these provisions were specifically negotiated and agreed upon by them.
3.2 Contractor Indemnity. Insurance. Safety. The City shall require the contractor
constructing the Project to have the District, its elected and appointed officers, agents and
employees named as an insured on all policies of insurance to be maintained by the Contractor(s)
under the terms of any SCP Project contract(s), with the City Contractor building the SCP
Project required to maintain Commercial General Liability Insurance, Commercial Automobile
Insurance and Workers Compensation. The Contractor shall provide the City with either a
certified copy of all policies with endorsements attached or a Certificate of Insurance with
endorsements attached as are necessary to comply with the contract specifications. The City
shall provide the District with copies of all such policies and documents upon receipt of same by
the City.
The City shall require the contractor constructing the SCP Project to indemnify, defend,
and save harmless the District and its elected and appointed officers, agents, or employees from
any claim, damage, action, liability of proceeding brought or filed against the District or its
officers, agents or employees alleging damage or injury arising out of the contractor's
participation in the SCP Project. The Contractor shall also be required to waive the Contractor's
immunity under Washington's Industrial Insurance Act, RCW Title 51, as to the District solely
for the purposes of the indemnification.
The City shall require the contractor building the SCP Project to be solely and completely
responsible for safety and safety conditions at the job site, including the safety of all persons and
property during performance of the work. The contractor shall comply with all applicable City
and State regulations, ordinances, orders and codes regarding safety. The District shall have no
responsibility as to safety and safety conditions at the job site.
3.3 Resolution of Disputes and Governing Law. This Agreement shall be
governed and construed in accordance with the laws of the State of Washington. If the Parties are
unable to settle any dispute, difference or claim arising from the Parties' performance of this
Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by
filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court
located in Kent, King County, Washington, unless the Parties agree in writing to an alternative
dispute resolution process. In any claim or lawsuit for damages arising from the Parties'
performance of this Agreement, each Party shall pay all of its legal costs and attorney's fees
incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or
award provided by law, provided, however, nothing in this paragraph shall be construed to limit
the City's or District's right to indemnification under Section 3.1 of this Agreement.
3.4 Written Notice. All communications regarding this Agreement shall be sent to
the Parties at the addresses listed below, unless notified to the contrary. Any written notice
hereunder shall become effective upon the date of mailing by registered or certified mail, and
shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement
or such other address as may be hereafter specified in writing.
To the City: Bob Giberson
Public Works Director
6300 Southcenter Blvd
Tukwila, WA 98188
401352.1 35665910002
-7-
To the District: Matt Everett
General Manager
23828 30th Ave. S.
Kent, WA 98032
3.5 Assignment. Any assignment of this Agreement by either Party without the
written consent of the non assigning Party shall be void.
3.6 Modification. No waiver, alteration, or modification of any of the provisions for
the Agreement shall be binding unless in writing and signed by a duly authorized representative
of the City and the District.
3.7 Entire Agreement. The written provisions and terms of this Agreement
together with any attached Exhibits shall supersede all prior verbal statements of any officer or
other representative of either Party, and such statements shall not be effective or be construed as
entering into or forming a part of or altering in any manner this Agreement. This document,
including all Exhibits, is the entire Agreement between the Parties. Should any language in any
of the Exhibits to the Agreement conflict with any language contained in this Agreement, the
terms of this Agreement shall prevail.
3.8 Effective Date. This Agreement shall be effective as to all Parties on the date
set forth above "Effective Date
3.9 Interlocal Cooperation. This Agreement is entered into by the Parties pursuant
to the authority set forth in RCW 39.34.080. Nothing herein shall be construed to create a
partnership or joint venture between the Parties.
3.10 No Third Party Beneficiaries. This Agreement is made and entered into for the
sole benefit of the Parties hereto and their successors and assigns. No other person or entity shall
have any rights under this Agreement whether by agency, a third party beneficiary or otherwise.
3.11 Recitals Incorporated by Reference. The Recitals set forth in Section I above are
incorporated herein in full by this reference.
IN WITNESS WHEREOF, this Agreement is executed by the Parties by their authorized
officers indicated below.
City of Tukwila Highline Water District
BY BY
ITS ITS
401352.135665910002
-8-
ATTEST:
City CLERK, City OF TUKWILA
APPROVED AS TO FORM
Tukwila City Attorney
401352.1 1 356659 1 0002 -9-
ATTEST:
APPROVED AS TO FORM
District Attorney
EXHIBIT A
SCOPE OF WORK
The Scope of Work for the Southcenter Parkway Extension Project includes furnishing and
installing approximately 10,550 linear feet of ductile iron water main, ranging in size from fl-
inch to 16 -inch in diameter, along the proposed Southcenter Parkway, generally from Sta 110 +78
to Sta 184 +74; and along S 200 St generally from Sta 14 +93 to Sta 20 +00, in accordance with
the Plans and Specifications as prepared by David Evans and Associates and referenced in
Exhibit B. Work shall also include all furnishing and installing all fittings, valves, hydrants,
services and other water system appurtenances as further described herein. In addition, work
shall include providing temporary erosion and sedimentation control, survey, traffic control,
bank run gravel for trench backfill, crushed surfacing top course, hot mix asphalt for trench patch
and overlay, and surface restoration to provide for a complete and operational water system.
4013 52.1 1356659 1 0002
-10-
EXHIBIT B
PLANS and SPECIFICATIONS
The Plans and Specifications for the Highline Water District Southcenter Parkway Extension
Project, HWD Project No. 06 -01, shall be as prepared by David Evans and Associates, dated
February, 2010, Sheets WA01 -WA21 and applicable Specifications, and such modifications and
addenda thereto (collectively referred to in the Agreement as the Plans and Specifications for the
Highline Work which are incorporated herein in full by this reference.
401352.1 1356659 1 0002 -11-
PUGET SOUND ENERGY
Exhibit "A" Project Plan
Schedule 74 Underground Conversion
City of Tukwila Tukwila South Development
PSE Project Number: 105052358
March 31, 2010
Attachment 5
Pursuant to Puget Sound Energy "PSE Rate Schedule 74 and as described in this Project Plan,
PSE will convert its existing overhead electrical distribution system of 15,000 volts or less to an
equivalent Underground Distribution System. This Project Plan describes work to be performed
by PSE and the City of Tukwila (the "City for the conversion of certain PSE electrical
distribution system facilities as described herein (the "Conversion Project Construction of this
Conversion Project is contingent upon and shall not commence prior to both written acceptance
of this Project Plan and written execution of a Schedule 74 Construction Agreement by the City
and PSE.
This Project Plan includes and consists of:
Detailed description of the Construction Work to be performed
Applicable requirements, drawings and specifications for the work (attached)
Operating Rights to be obtained for the Conversion Project (attached)
Construction Work Schedule
Construction Costs Estimate Summary (attached)
Revisions to this Proiect Plan must be mutually approved by the City and PSE, including total
construction costs to the Government Entity listed in the Construction Cost Estimate Summary.
Scope of Work
This Conversion Project will replace PSE's existing overhead electrical distribution system with
an Underground Distribution System within the following area (the "Conversion Area
Beginning at the northeast corner of the Southcenter Parkway and S. 180 St. intersection
(station mark 109 +00), moving south along the Southcenter Parkway /Frager Road frontage to the
terminus of this overhead system (station mark 151 +00) (this scope excludes the requested OH
facility requested to remain between station nark 127 +00 to 134 +00). Existing overhead
infrastructure exists on both the east and west frontages of the roadway and includes
transformers and services drops to both residential and industrial /commercial customers. Utility
poles along this frontage support street lighting and communications infrastructure. It should be
noted that the proposed Southcenter Parkway extension will not follow the existing Southcenter
Parkway/Frager Road alignment. The installed underground facilities are approximately 3,500
feet in length, including laterals and road crossings.
City of Tukwila
Southcenter Parkway Extension Underground Conversion
105052358
Page 1
The Conversion Project includes modification or replacement of all existing services lines within
the Conversion Area to connect to the Underground Distribution System and removal of PSE's
existing overhead electric distribution facilities (including PSE distribution poles and pole
mounted street lights) from the Conversion Area. Costs associated with the installation of new
underground services will be billed to the party placing the new service order per Electric Rate
Schedule 85.
There are no Government Entity Requested Upgrades or Temporary Service elements included
in the Conversion Project Scope of Work.
PSE initiated upgrades included in this project consist of: PSE is installing additional facilities
beyond those required and allowed under Schedule 74 throughout the project. These additional
facilities are identified on the PSE plan set on the vault and the Cable Conduit tables. The
additional facilities will be addressed under the Schedule 85 portion of this job.
City requested upgrades included in this project consist of: None.
Temporary Service included in this project consists of: None for Schedule 74 work.
The following portions of PSE's existing facilities to be converted are located outside of Public
Thoroughfare: The existing overhead system between PEO5 and PEO6 (Schoenbachler Property).
In conjunction with the Conversion Project, PSE will remove its existing street lighting system
within the Conversion Area. Provision of a new street lighting system within the Conversion
Area under terms of applicable PSE Tariff Schedules will be addressed on a separate work order
and work sketch. Additional costs will apply and will be quoted separately.
City of Tukwila
Southcenter Parkway Extension Underground Conversion
105052358
Responsibilities of Parties
City Responsibilities
a) Provide written notice to customers within the Conversion Area in advance of
Conversion Project Construction Work start. The notice will include contact information
for both the City and PSE, the expected Conversion Project schedule, anticipation of
service interruptions and work required to be performed by customers.
b) Coordinate other utility conversion, removal and relocation from PSE's poles.
c) Provide all surveying for equipment placement, locations, and establish all grade
elevations for the Underground Distribution System within the Conversion Area.
d) Provide all necessary excavation, bedding, backfill, off -site disposal, site restoration and
coordination for installation of the Underground Distribution System. This includes
trenching, backfill, and restoration for cut -over and transfer of existing underground
system and service lines from the existing overhead distribution system to the new
Underground Distribution System.
e) Coordinate private property trenching, excavation and restoration activity with private
property owners affected by this Conversion Project.
f) Provide flagging and traffic control as required for all work performed by the City.
Page 2
Install and proof all ducts and vaults for the Underground Distribution System (excluding
work in ducts or vaults containing energized cables or equipment see PSE
Responsibilities) in accordance with PSE standards and specifications using ducts and
vaults provided by PSE. "Proofing" as used herein is defined as verification using a
mandrel that the duct and vault system is free and clear of damage, installed to the proper
grade and at the proper location and contains a pulling line.
h) Provide PSE at least ten (10) business days notice prior to the start of trenching activity to
allow for delivery of PSE materials to the job site and scheduling of PSE's on -site
Inspector. Provide at least two (2) business days notice for scheduled delivery of vaults
from the manufacturer.
g
j)
i) Provide secure staging and storage area(s) for duct and vault materials provided by PSE.
The City shall be responsible for the security and condition of these materials until they
are installed and accepted by PSE or returned to PSE's custody.
Provide labor and equipment for the off loading of PSE duct and vault materials
delivered to the job site.
k) Promptly following notice from PSE that the Underground Distribution System has been
energized, provide notice to customers within the Conversion Area informing them of
their obligation and responsibility to convert their overhead service lines to underground
service lines as provided by state law or to modify existing underground service lines for
connection to the Underground Distribution System. Affected service lines are listed in
the Service Lines section of this Project Plan.
1) Facilitate weekly (or as otherwise agreed by the City and P SE) construction coordination
meetings to include all relevant parties participating in the conversion including PSE and
it's contractor(s), the City and it's contractor(s), and other utilities.
m) Provide any necessary operating rights for the installation of P SE's facilities in
accordance with PSE's Schedule 74 Section 3 and as mutually agreed by the PSE and the
City. Operating rights are further addressed in the Operating Rights section of this
Project Plan.
n) Modify, reroute or replace service lines to City owned facilities to connect to the
Underground Distribution System.
o) Following notification from PSE that Construction Work is complete, provide to PSE any
Shared Government Costs as provided for in the Construction Agreement.
Puget Sound Enervv Resnonsibilities
a) Provide all duct and vault materials, cables, electrical equipment and components
necessary for installation of the Underground Distribution System.
b) Following notice from the City, deliver or cause to be delivered all duct and vault
materials to the designated staging /storage area(s). Acknowledge delivered quantities
and condition of duct and vault materials by signing shipping manifests.
c) Following notice from the City, provide inspection services needed for overseeing the
proper installation of ducts and vaults by the City.
City of Tukwila
Southcenter Parkway Extension Underground Conversion
105052358
Page 3
d) Accept delivery of the completed duct and vault system once the new system has been
proofed (as described above) by the City. PSE will provide a mandrel to the City to be
used in proofing of the duct and vault system.
e) Provide PSE electrical workers to complete duct installation and proofing when such
work is performed at or in any energized vault containing energized cables or equipment.
f) Install (except for ducts and vaults installed by the City) and energize the Underground
Distribution System. Provide written notice to the City when the Underground
Distribution System is energized.
Perform cut -over and transfer of existing Underground Distribution System and existing
underground service lines from the overhead distribution system to the new Underground
Distribution System where applicable (see City Responsibility item "d" concerning
trenching responsibility). PSE will notify the City for excavation and the affected
customers at least two (2) business days prior to installation, transfer, and connection of
underground service lines. Affected service lines are listed in the Service Lines section
of this Project Plan.
h) Install and connect replacement underground service lines to single family residences and
connect replacement non residential underground service lines provided by customers
within the Conversion Area pursuant to PSE Tariff Schedule 85. Costs associated with
the installation of new underground services will be billed to the party placing the new
service order per Electric Rate Schedule 85. Affected service lines are listed in the
Service Lines section of this Project Plan.
i) Remove the existing overhead electric distribution system including, conductors, street
lights, equipment, down guys, anchors and poles after all service lines to customers
within the Conversion Area are connected to the Underground Distribution System and
all other utilities have been removed from PSE's poles. Holes left following removal of
poles will be filled with crushed rock and compacted in accordance with applicable City
standards or specifications.
Provide flagging and traffic control as required for all work performed by PSE (except as
may otherwise be reasonably provided by the City during installation of ducts and vaults
in conjunction with City performed trenching, excavation, back -fill and restoration).
k) Attend weekly (or as otherwise agreed by the City and PSE) construction coordination
meetings facilitated by the City and its contractor during duct and vault installation and
while line crews are actively working the project.
g)
j)
Operating Rights
The Underground Distribution System will be located within Public Thoroughfare except as
described in the Operating Rights Attachment. The Construction Work will not be released by
PSE for construction until i) all operating rights necessary for the installation of PSE's facilities
have been obtained and have been verified by PSE, or ii) the City otherwise signs an agreement
releasing PSE from any and all financial obligations associated with the location or relocation of
City of Tukwila
Southcenter Parkway Extension Underground Conversion
105052358
Page 4
PSE facilities resulting from commencement of construction prior to acquisition of all identified
necessary operating rights.
Construction Work Schedule
The work will be performed in accordance with the following Work Schedule, unless this
schedule is revised by mutual agreement of the City and PSE or circumstances beyond the
reasonable control of the City and /or PSE preclude such performance.
Installation of ducts and vaults: Construction to start in summer 2010.
Work Schedule Restrictions: None
Cost Assumntions
Construction Cost Estimate
The estimated costs to perform the Construction Work and the allocation of costs between the
parties are presented in the attached Construction Costs Estimate Summary. These estimated
costs are valid for 90 days from the date on the Construction Costs Estimate Summary page. If
this Project Plan and the Construction Agreement are not fully executed within 90 days, the
estimated cost is subject to revision.
Project Assumptions
The project design, construction plans and cost estimates are based on and reflect the following
assumptions. Construction conditions that are not consistent with these assumptions may result
in a request for change or an equitable adjustment to project compensation under Section 6 of the
Construction Agreement.
1. The Construction Work will be performed in accordance with the Construction Work
Schedule.
2. PSE's Project Manager will accept or reject (with written justification) the duct and vault
installation work performed by the City within five (5) business days notice of completion
from the City. In the event PSE rejects any of the ducts or vaults (with reasonable written
justification), the City will perform the necessary remedial work. The City will then re-
notify PSE and PSE shall have five (5) business days to accept or reject the remedial work.
3. All PSE cables can be pulled through the ducts and vaults system to be used for the
Conversion Project utilizing normal cable pulling techniques.
4. A City Street Use permit is the only permit necessary for PSE to perform its work for this
Conversion Project and will be issued within two (2) weeks of PSE submitting a complete
permit application (including any supporting documentation reasonably required by the
City). There will be no charge for the permit or inspection fees.
5. The estimated daily productivity rate for PSE duct and vault installation is based on the
adjacent site developer's (Segale Properties') contractor opening a minimum of 300 feet of
City of Tukwila
Southcenter Parkway Extension Underground Conversion Page 5
105052358
trench per working day. The daily productivity rate is used to calculate the number of days a
PSE provided Inspector will be required. During construction, the Inspector will be
scheduled in full day increments and in one continuous effort. Changes to a continuous
schedule require a minimum of five days advance notice. Inspector time will be charged to
the project for days that are less than the five days notice. Actual Inspector time will be
trued -up to the estimated productivity rate by Change Order. Since additional PSE facilities
beyond those allowed by Schedule 74 will be installed in a common trench, total Inspector
time for the project will be allocated 20% to the Schedule 74 contract and 80% to the other
portions of the project, within the conversion area.
6. This proposal assumes the use of two flaggers, basic signage and simple channelization.
Additional traffic control measures are not included.
7. Work to be performed by PSE does not include installation and /or removal of Temporary
Service facilities at the request of others during construction.
8. All cut -over and transfer work will be completed during regular working hours.
9. Installation of protective bollards may be necessary at some locations and may not be
included in the project design. In the event unplanned bollards are required, the associated
installation cost will be a shared cost.
10. Where noted on the plans, existing ducts, either empty or currently used, are to be utilized for
new cables. The Construction Costs Estimate assumes that such ducts are in place and
available for use to pull in new cables using the same equipment and effort as newly installed
ducts.
11. The Construction Costs Estimate assumes that guy anchors are installed prior to the
installation of the ducts in the area. Installation of guy anchors in the same area as newly
installed conduits may be subject to Change Order.
12. The labor rate assumption used in the Cost Estimate is based on 2009 rates. Any work
performed on this project during 2010 is subject to Change Order based on 2010 labor rates.
Schedule
1. There will be a total of two (2) PSE crew mobilizations as follows: i) one mobilization of an
underground line crew for installation of underground conductors and equipment; and ii) one
mobilization of an overhead line crew for removal of the existing overhead facilities. Once
mobilized PSE crews will have continuous productive work until all PSE Construction Work
is complete.
2. All PSE Construction Work will be performed during regular working hours from 7:00 AM
to 10:00 PM weekdays and 8:00 AM to 9:00 PM weekends, excluding holidays, and
excluding the intersection of S 180 St and Southcenter Parkway. In the event that lane
closures are necessary for performance of work, PSE shall be limited to working during
hours as directed by City. PSE will provide a weekly construction schedule during the
weekly meeting Once approved, PSE crews will be allowed to complete the work as
scheduled, without changes and work stoppages caused by other construction activities.
City of Tukwila
Southcenter Parkway Extension Underground Conversion
105052358
Page 6
3. Work requiring scheduled interruption of electric service (cut -overs and transfers) will be
performed during the working hours specified in Schedule Assumption #2 above, and will be
scheduled with at least two (2) business days notice. PSE will notify customers of scheduled
service interruptions.
Service Lines
Cut -overs and Transfers
New Service
PSE Design Construction Standards
City of Tukwila
Southcenter Parkway Extension Underground Conversion
105052358
Additional Considerations
Service lines within the Conversion Area must be replaced or modified to provide underground
service from the Underground Distribution System as described in the attached Service Lines
Replacement Modification Requirements List. PSE Tariff Schedule 85 and it's associated
charges, will apply to performance of this work. The individual addresses to be converted are:
18800 Southcenter Pkwy. (M &P Company property)
**18010 Southcenter Pkwy. (Segale Properties /law office property)
PSE customers within the Conversion Area will experience interruption of electric service during
performance of the Construction Work when transferring system and customer loads from the
overhead distribution system to the Underground Distribution System. PSE will notify
customers at least two (2) business days in advance of expected service interruptions. Customers
may request that cut -over and transfer work affecting their service be performed outside the
regular working hours listed above subject to the customer's written agreement to reimburse PSE
for the additional cost (at overtime rates) to perform such work outside the regular working
hours.
Connection of new or increased load for City facilities (such as new traffic signals) under terms
of PSE Tariff Schedule 85 will be addressed on a separate work order and work sketch.
Additional costs may apply and will be quoted separately.
This Conversion Project has been designed and will be constructed in accordance with PSE
design and construction standards in effect as of the date of this Project Plan. PSE standards
applicable to Construction Work to be performed by the City have been provided to the City in
PSE's "Electric Distribution Trench/Duct/Vault Construction Standards, 2005 All relevant
PSE standard described above are attached to this Project Plan by this reference.
Page 7
Temporary Support (Holding) of PSE Poles
Whenever any pole(s) are required to be temporarily supported due to excavation in proximity to
such poles, the City will coordinate with PSE to provide such support. The need to temporarily
support such poles shall be determined by PSE, and if required, such support shall be provided
by PSE. As used herein, "temporary support" means supporting one or more poles for a
continuous working period of ten hours or less.
The City and PSE mutually agree to and accept this Project Plan as of the date indicated below:
For the City: For PSE:
By By:
Its: Its:
Date: Date:
City of Tukwila
Southcenter Parkway Extension Underground Conversion
105052358
Acceptance of Project Plan
Page 8
PUGET SOUND ENERGY
Date: 3 /26/2010
Project Title: Tukwila South Conversion
Project Description: Conversion of the existing overhead didtribution system along Frager Rd from South 180th St approximately
Rate Schedule:
Project Manager 1 Phone
Project Engineer Phone
Municipal Liaison Mgr 1 Phone
Project
Revision
Revision Date:
Company
Labor
Materials
Equipment
Inspection
Service Provider Outside Services
Operating Rights
Overhead
74
Jose Vega 425 766 -0993
Scott t3ostrom 253 606 -4552
Cody Olson 206 992 -3315
105052358
0
Private
Shared Costs Conversion
Estimate Estimate I
2,000
314,600 3,100
11,000
185,900
80 500
Government Entity
Labor
Operating Rights
Construction Costs Tot 594,400 1
Construction Costs Estimate Summary 1'2
3,600 I
100% Government Entity Reimbursable Costs
Prior Total 100% GE
Gov Req Temporary Conv/Reloc Reimbursable
Up trade Services Within 5 Years Costs
Estimate I Estimate Estimate I Estimate
Projected allocation of Estimated Construction Costs at Completion of Construction Work
Company 356,600 I
Government Entity 237,800
_I
Notes:
Estimate prepared in accordance with Sections 6 11 of Schedule 74 Design Agreement and Section 7 of Schedule 74 Construction Agreement.
2 All amounts shown in this estimate are rounded up to the next $100
Shared Costs are allocated 40% to the Government Entity and 60% to the Company if the Conversion Project is completed
Total Costs excludes Govemment Entity costs of trenching, restoration, and survevtng
Construction Estimate
3,600
100% PSE
Costs
Estimate
Construction
Costs Totals
Estimate
2,000
317,700
5
11,000
185,900
5
81,400
598,000
356,600
241,400
Printed 3/29/2010 11:13 AM
SCHEDULE 74 UNDERGROUND CONVERSION
Project Construction Agreement
Project Name: Tukwila South Southcenter Parkway Extension Schedule 74 Construction Agreement
Project Number: 105052358
THIS Agreement, dated as of this day of 200_, is made by and
between Puget Sound Energy, and the City of Tukwila, a Municipal Corporation (the "Government Entity
and PUGET SOUND ENERGY, Inc., a Washington Corporation (the "Company
RECITALS
Attachment 6
A. The Company is a public service company engaged in the sale and distribution of electric
energy, and pursuant to its franchise or other rights from the Government Entity, currently locates its
electric distribution facilities within the jurisdictional boundaries of the Government Entity.
B. The Government Entity has determined that it is necessary to replace the existing overhead
electric distribution system within the area specified in the Project Plan (as defined below) (the
"Conversion Area with a comparable underground electric distribution system, all as more specifically
described in the Project Plan (the "Conversion Project
C. The Government Entity and the Company have previously entered into a Project Design
Agreement dated as of December 1 2009 (the "Design Agreement pursuant to which the parties
completed certain engineering design, cost assessment, operating rights planning and other preliminary
work relating to the Conversion Project and, in connection with that effort, developed the Project Plan.
D. The Government Entity and the Company wish to execute this written contract in accordance
with Schedule 74 of the Company's Electric Tariff G "Schedule 74 to govern the completion of the
Conversion Project, which both parties intend shall qualify as an underground conversion under the terms
of Schedule 74.
AGREEMENT
The Government Entity and the Company therefore agree as follows:
1. Definitions.
(a) Unless specifically defined otherwise herein, all terms defined in Schedule 74 shall have the same
meanings when used in this Agreement, including, without limitation, the following:
i) Cost of Conversion;
ii) Public Thoroughfare;
iii) Temporary Service;
iv) Trenching and Restoration;
v) Underground Distribution System; and
vi) Underground Service Lines.
(b) "Company- Initiated Upgrade" shall mean any feature of the Underground Distribution System
which is required by the Company and is not reasonably required to make the Underground
Distribution System comparable to the overhead distribution system being replaced. For
purposes of the foregoing, a "comparable" system shall include, unless the Parties otherwise
agree, the number of empty ducts (not to exceed two (2), typically having a diameter of 6" or less)
Page 1
Tukwila South- Southcenter Parkway Extension Conversion Project
of such diameter and number as may be specified and agreed upon in the Project Plan necessary
to replicate the load- carrying capacity (system amperage class) of the overhead system being
replaced.
(c) "Estimated Reimbursable Private Conversion Costs" shall mean the Company's good faith
estimate of the Reimbursable Private Conversion Costs, as specified in the Project Plan and as
changed and adjusted from time to time in accordance with Section 6, below.
(d) "Estimated Reimbursable Temporary Service Costs" shall mean the Company's good faith
estimate of the Reimbursable Temporary Service Costs, as specified in the Project Plan and as
changed and adjusted from time to time in accordance with Section 6, below.
(e) "Estimated Reimbursable Upgrade Costs" shall mean the Company's good faith estimate of the
Reimbursable Upgrade Costs, as specified in the Project Plan and as changed and adjusted from
time to time in accordance with Section 6, below.
(f) "Estimated Shared Company Costs" shall mean the Company's good faith estimate of the Shared
Company Costs, as specified in the Project Plan and as changed and adjusted from time to time
in accordance with Section 6, below.
(g) "Estimated Shared Government Costs" shall mean the Government Entity's good faith estimate of
the Shared Government Costs, as specified in the Project Plan and as changed and adjusted
from time to time in accordance with Section 6, below.
(h) "Government- Requested Upgrade" shall mean any feature of the Underground Distribution
System which is requested by the Government Entity and is not reasonably required to make the
Underground Distribution System comparable to the overhead distribution system being replaced.
For purposes of the foregoing, any empty ducts installed at the request of the Government Entity
shall be a Government- Requested Upgrade.
(i) "Party" shall mean the Company, the Government Entity, or both.
(j) "Private Property Conversion" shall mean that portion, if any, of the Conversion Project for which
the existing overhead electric distribution system is located, as of the date determined in
accordance with Schedule 74; (i) outside of the Public Thoroughfare, or (ii) pursuant to rights not
derived from a franchise previously granted by the Government Entity or pursuant to rights not
otherwise previously granted by the Government Entity.
(k) "Project Plan" shall mean the project plan developed by the Parties under the Design Agreement
and attached hereto as Exhibit A, as the same may be changed and amended from time to time in
accordance with Section 6, below. The Project Plan includes, among other things, (i) a detailed
description of the Work that is required to be performed by each Party and any third party, (ii) the
applicable requirements and specifications for the Work, (iii) a description of the Operating Rights
that are required to be obtained by each Party for the Conversion Project (and the requirements
and specifications with respect thereto), (iv) an itemization and summary of the Estimated Shared
Company Costs, Estimated Shared Government Costs, Estimated Reimbursable Private
Conversion Costs (if any), Estimated Reimbursable Temporary Service Costs (if any) and
Estimated Reimbursable Upgrade Costs (if any), and (v) the Work Schedule.
(I) "Operating Rights" shall mean sufficient space and legal rights for the construction, operation,
repair, and maintenance of the Underground Distribution System.
(m) "Reimbursable Private Conversion Costs" shall mean (1) all Costs of Conversion, if any, incurred
by the Company which are attributable to a Private Property Conversion, less (ii) the distribution
pole replacement costs (if any) that would be avoided by the Company on account of such Private
Property Conversion, as determined consistent with the applicable Company distribution facilities
Page 2
Tukwila South- Southcenter Parkway Extension Conversion Project
(n) "Reimbursable Temporary Service Costs" shall mean all costs incurred by the Company which
are attributable to (i) any facilities installed as part of the Conversion Project to provide Temporary
Service, as provided for in Schedule 74, and (ii) the removal of any facilities installed to provide
Temporary Service (less salvage value of removed equipment); provided that the Reimbursable
Temporary Service Costs shall not exceed the Estimated Reimbursable Temporary Service Costs
without the prior written authorization of the Government Entity.
(o) "Reimbursable Upgrade Costs" shall mean all Costs of Conversion incurred by the Company
which are attributable to any Government Requested Upgrade; provided that the Reimbursable
Upgrade Costs shall not exceed the Estimated Reimbursable Upgrade Costs without the prior
written authorization of the Government Entity.
(P)
(q)
replacement program, plus (iii) just compensation as provided by law for the Company's interests
in real property on which such existing overhead distribution system was located prior to
conversion; provided that the portion of the Reimbursable Private Conversion Costs attributable to
the Costs of Conversion under subparagraph (i) of this paragraph shall not exceed the Estimated
Reimbursable Private Conversion Costs without the prior written authorization of the Government
Entity.
"Shared Company Costs" shall mean all Costs of Conversion (other than Reimbursable Upgrade
Costs, Reimbursable Private Conversion Costs and Reimbursable Temporary Service Costs)
incurred by the Company in connection with the Conversion Project; provided, however, that the
Shared Company Costs shall not exceed the Estimated Shared Company Costs without the prior
written authorization of the Government Entity. For the avoidance of doubt, the "Shared Company
Costs" shall, as and to the extent specified in the Design Agreement, include the actual,
reasonable costs to the Company for the "Design Work" performed by the Company under the
Design Agreement.
"Shared Government Costs" shall mean all Costs of Conversion incurred by the Government
Entity in connection with (i) any duct and vault installation Work which the Parties have specified
in the Project Plan is to be performed by the Government Entity as part of the Government Work,
and (ii) the acquisition of any Operating Rights which the Parties have, by mutual agreement,
specified in the Project Plan are to be obtained by the Government Entity for the Conversion
Project, but only to the extent attributable to that portion of such Operating Rights which is
necessary to accommodate the facilities of the Company; provided, however, that the Shared
Government Costs shall not exceed the Estimated Shared Government Costs without the prior
written authorization of the Company.
(r) "Total Shared Costs" shall mean the sum of the Shared Company Costs and the Shared
Government Costs. For the avoidance of doubt, the Total Shared Costs shall not include, without
limitation, (i) costs to the Government Entity for Trenching and Restoration, or (ii) costs associated
with any joint use of trenches by other utilities as permitted under Section 3(b).
(s) "Work" shall mean all work to be performed in connection with the Conversion Project, as more
specifically described in the Project Plan, including, without limitation, the Company Work (as
defined in Section 2(a), below) and the Government Work (as defined in Section 3(a), below).
(t) "Work Schedule" shall mean the schedule specified in the Project Plan which sets forth the
milestones for completing the Work, as the same may be changed and amended from time to
time in accordance with Section 6, below.
2. Obligations of the Company.
(a) Subject to the terms and conditions of this Agreement, the Company shall do the following as
specified in, and in accordance with the design and construction specifications and other
requirements set forth in, the Project Plan (the "Company Work
Page 3
Tukwila South- Southcenter Parkway Extension Conversion Project
i) furnish and install an Underground Distribution System within the Conversion Area
(excluding any duct and vault installation or other Work which the Parties have
specified in the Project Plan is to be performed by the Government Entity);
ii) provide a Company inspector on -site at the times specified in the Work Schedule to
inspect the performance of any duct and vault installation Work which the Parties
have specified in the Project Plan is to be performed by the Government Entity; and
iii) upon connection of those persons or entities to be served by the Underground
Distribution System and removal of facilities of any other utilities that are connected to
the poles of the overhead system, remove the existing overhead system (including
associated wires and Company -owned poles) of 15,000 volts or less within the
Conversion Area except for Temporary Services.
(b) Upon request of the Government Entity, the Company shall provide periodic reports of the
progress of the Company Work identifying (i) the Company Work completed to date, (ii) the
Company Work yet to be completed, and (iii) an estimate regarding whether the Conversion
Project is on target with respect to the Estimated Shared Company Costs, the Estimated
Reimbursable Private Conversion Costs (if any), the Estimated Reimbursable Temporary Service
Costs (if any), the Estimated Reimbursable Upgrade Costs (if any) and the Work Schedule.
(c) Except as otherwise provided in the Company's Electric Tariff G, the Company shall own, operate
and maintain all electrical facilities installed pursuant to this Agreement including, but not limited
to, the Underground Distribution System and Underground Service Lines.
(d) Subject to the terms and conditions of this Agreement, the Company shall perform all Company
Work in accordance with the Project Plan, the Work Schedule and this Agreement.
3. Oblioations of the Government Entity.
(a) Subject to the terms and conditions of this Agreement, the Government Entity shall do the
following as specified in, and in accordance with the design and construction specifications and
other requirements set forth in, the Project Plan (the "Government Work
i) provide the Trenching and Restoration;
ii) perform the surveying for alignment and grades for ducts and vaults; and
iii) perform any duct and vault installation and other Work which the Parties have
specified in the Project Plan is to be performed by the Government Entity.
(b) Other utilities may be permitted by the Government Entity to use the trenches provided by the
Government Entity for the installation of their facilities so long as such facilities or the installation
thereof do not interfere (as determined pursuant to the Company's electrical standards) with the
Underground Distribution System or the installation or maintenance thereof. Any such use of the
trenches by other utilities shall be done subject to and in accordance with the joint trench design
specifications and installation drawings set forth or otherwise identified in the Project Plan, and the
Government Entity shall be responsible for the coordination of the design and installation of the
facilities of the other utilities to ensure compliance with such specifications and drawings.
(c) Upon request of the Company, the Government Entity shall provide periodic reports of the
progress of the Government Work identifying (i) the Government Work completed to date, (ii) the
Government Work yet to be completed, and (iii) an estimate regarding whether the Conversion
Project is on target with respect to the Estimated Shared Government Costs and the Work
Schedule.
(d) The Government Entity shall be responsible for coordinating all work to be performed in
connection with the street improvement program within the Conversion Area.
Page 4
Tukwila South- Southcenter Parkway Extension Conversion Project
(e) Subject to the terms and conditions of this Agreement, the Government Entity shall perform all
Government Work in accordance with the Project Plan, the Work Schedule and this Agreement.
4. Work Schedule.
(a) The Government Entity and the Company have agreed upon the Work Schedule as set forth in
the Project Plan. Changes to the Work Schedule shall be made only in accordance with
Section 6, below.
(b) Promptly following the execution of this Agreement, and upon completion by the Government
Entity of any necessary preliminary work, the Government Entity shall hold a pre- construction
meeting involving all participants in the Conversion Project to review project design, coordination
requirements, work sequencing and related pre mobilization requirements. Following the pre
construction meeting, the Government Entity shall give the Company written notice to proceed
with the Work at least ten (10) business days prior to the commencement date specified in the
Work Schedule.
(c) Subject to the terms and conditions of this Agreement, each Party shall perform the Work
assigned to it under this Agreement in accordance with the Work Schedule. So long as the
Company performs the Company Work in accordance with the Work Schedule, the Company
shall not be liable to the Government Entity (or its agents, servants, employees, contractors,
subcontractors, or representatives) for any claims, actions, damages, or liability asserted or
arising out of delays in the Work Schedule.
5. Location of Facilities.
All facilities of the Company installed within the Conversion Area pursuant to this Agreement shall be
located, and all related Operating Rights shall be obtained, in the manner set forth in the applicable
provisions of Schedule 74, as specified by the Parties in the Project Plan.
6. Changes.
(a) Either Party may, at any time, by written notice thereof to the other Party, request changes in the
Work within the general scope of this Agreement (a "Request for Change including, but not
limited to: (1) changes in, substitutions for, additions to or deletions of any Work; (ii) changes in the
specifications, drawings and other requirements in the Project Plan, (iii) changes in the Work
Schedule, and (iv) changes in the location, alignment, dimensions or design of items included in
the Work. No Request for Change shall be effective and binding upon the Parties unless signed
by an authorized representative of each Party.
(b) If any change included in an approved Request for Change would cause a change in the cost of,
or the time required for, the performance of any part of the Work, an equitable adjustment shall be
made in the Estimated Shared Company Costs, the Estimated Shared Government Costs, the
Estimated Reimbursable Private Conversion Costs (if any), the Estimated Reimbursable
Temporary Service Costs (if any), the Estimated Reimbursable Upgrade Costs (if any) and /or the
Work Schedule to reflect such change. The Parties shall negotiate in good faith with the objective
of agreeing in writing on a mutually acceptable equitable adjustment. If the Parties are unable to
agree upon the terms of the equitable adjustment, either Party may submit the matter for
resolution pursuant to the dispute resolution provisions in Section 10, below.
The Work Schedule, the Estimated Shared Company Costs, the Estimated Shared Government
Costs, the Estimated Reimbursable Private Conversion Costs, the Estimated Reimbursable
Temporary Service Costs and /or the Estimated Reimbursable Upgrade Costs shall be further
equitably adjusted from time to time to reflect any change in the costs or time required to perform
the Work to the extent such change is caused by: (i) any Force Majeure Event under Section 11,
below, (ii) the discovery of any condition within the Conversion Area which affects the scope, cost,
(c)
Page 5
Tukwila South- Southcenter Parkway Extension Conversion Project
schedule or other aspect of the Work and was not known by or disclosed to the affected Party
prior to the date of this Agreement, or (iii) any change or inaccuracy in any assumptions regarding
the scope, cost, schedule or other aspect of the Work which are expressly identified by the Parties
in the Project Plan. Upon the request of either Party, the Parties will negotiate in good faith with
the objective of agreeing in writing on a mutually acceptable equitable adjustment. If, at any time
thereafter, the Parties are unable to agree upon the terms of the equitable adjustment, either
Party may submit the matter for resolution pursuant to the dispute resolution provisions in
Section 10, below.
(d) Notwithstanding any dispute or delay in reaching agreement or arriving at a mutually acceptable
equitable adjustment, each Party shall, if requested by the other Party, proceed with the Work in
accordance with any approved Request for Change. Any request to proceed hereunder must be
accompanied by a written statement setting forth the requesting Party's reasons for rejecting the
proposed equitable adjustment of the other Party.
7. Compensation and Payment.
(a) Subject to and in accordance with the terms and conditions of this Agreement (including, without
limitation, the payment procedures set forth in this Section 7), payment in connection with the
Conversion Project and this Agreement shall be as follows:
i) The Total Shared Costs shall be allocated to the Parties in the following percentages:
(A) sixty percent (60 to the Company, and (B) forty percent (40 to the
Government Entity.
ii) The Government Entity shall pay one hundred percent (100 of all Reimbursable
Private Conversion Costs, if any.
iii) The Government Entity shall pay one hundred percent (100 of all Reimbursable
Upgrade Costs, if any.
iv) The Government Entity shall pay one hundred percent (100 of all Reimbursable
Temporary Service Costs, if any.
v) The Government Entity shall pay one hundred percent (100 of the costs it incurs to
perform that portion of the Government Work specified in Section 3(a)(i) and (ii) (i.e.,
Trenching and Restoration and surveying).
vi) The Company shall pay one hundred percent (100 of the costs it incurs to design,
provide and construct any Company Initiated Upgrade.
vii) The Company shall pay one hundred percent (100 of the costs it incurs to obtain
Operating Rights outside the Public Thoroughfare.
(b) Based on the allocation of responsibilities set forth in Section 7(a), above, the Parties shall
determine the net amount payable by the Government Entity or the Company, as applicable, to
the other Party under this Agreement (the "Net Amount The Net Amount shall be determined
by using the amount of the Total Shared Costs allocated to the Government Entity under
Section 7(a)(i), and adjusting such amount as follows:
i) Subtracting (as a credit to the Government Entity) the amount of the Shared
Government Costs.
ii) Adding (as a credit to the Company) the amount of all Reimbursable Private
Conversion Costs, Reimbursable Upgrade Costs and Reimbursable Temporary
Service Costs.
iii) Subtracting (as a credit to the Government Entity) any payments previously made to
the Company by the Government Entity under the Design Agreement which, under
the terms of the Design Agreement, are to be credited to the Government Entity
under this Agreement.
The Net Amount, as so calculated, (A) will be an amount payable to the Company if it is a positive
number, and (B) shall be an amount payable to the Government Entity if it is a negative number.
Page 6
Tukwila South- Southcenter Parkway Extension Conversion Project
(c) Within sixty (60) business days of completion of the Conversion Project, the Government Entity
shall provide the Company with an itemization of the Shared Government Costs (the "Government
Itemization together with such documentation and information as the Company may reasonably
request to verify the Government Itemization. The Government Itemization shall, at a minimum,
break down the Shared Government Costs by the following categories, as applicable: (i) property
and related costs incurred and /or paid by the Government Entity, including any costs of obtaining
Operating Rights, and (ii) construction costs incurred and /or paid by the Government Entity,
including and listing separately inspection, labor, materials and equipment, overhead and all costs
charged by any agent, contractor or subcontractor of the Government Entity.
(d) Within thirty (30) business days after the Company's receipt of the Government Itemization and
requested documentation and information, the Company shall provide the Government Entity a
written statement (the "Company Statement showing (i) an itemization of the Shared Company
Costs, (ii) the Parties' relative share of the Total Shared Costs based on the Company's
itemization of the Shared Company Costs and the Government Entity's itemization of the Shared
Government Costs set forth in the Government Itemization, (iii) any Reimbursable Private
Conversion Costs, (iv) any Reimbursable Upgrade Costs, (v) any Reimbursable Temporary
Service Costs, (vi) any credits to the Government Entity for payments previously made to the
Company by the Government Entity under the Design Agreement which, under the terms of the
Design Agreement, are to be credited to the Government Entity under this Agreement, and
(vii) the Net Amount, as determined in accordance with Section 7(b), above, together with such
documentation and information as the Government Entity may reasonably request to verify the
Company Statement. The itemization of the Shared Company Costs included in the Company
Statement shall, at a minimum, break down the Shared Company Costs by the following
categories, as applicable: (i) design and engineering costs, and (ii) construction costs, including
and listing separately inspection, labor, materials and equipment, overhead and all costs charged
by any agent, contractor or subcontractor of the Company.
(e) Within thirty (30) business days after the Government Entity's receipt of the Company Statement
and requested documentation and information, the Net Amount shall be paid by the owing Party to
the other Party, as specified in the Company Statement.
(f) The maximum amount to be paid by the Government Entity is capped at $241,400.
8. Indemnification.
(a) The Government Entity releases and shall defend, indemnify and hold the Company harmless
from all claims, losses, harm, liabilities, damages, costs and expenses (including, but not limited
to, reasonable attorneys' fees) caused by or arising out of any negligent act or omission or willful
misconduct of the Government Entity in its performance under this Agreement. During the
performance of such activities the Government Entity's employees or contractors shall at all times
remain employees or contractors, respectively, of the Government Entity.
(b) The Company releases and shall defend, indemnify and hold the Government Entity harmless
from all claims, losses, harm, liabilities, damages, costs and expenses (including, but not limited
to, reasonable attorneys' fees) caused by or arising out of any negligent act or omission or willful
misconduct of the Company in its performance under this Agreement. During the performance of
such activities the Company's employees or contractors shall at all times remain employees or
contractors, respectively, of the Company.
(c) Solely for purposes of enforcing the indemnification obligations of a Party under this Section 8,
each Party expressly waives its immunity under Title 51 of the Revised Code of Washington, the
Industrial Insurance Act, and agrees that the obligation to indemnify, defend and hold harmless
provided for in this Section 8 extends to any such claim brought against the indemnified Party by
or on behalf of any employee of the indemnifying Party. The foregoing waiver shall not in any way
Page 7
Tukwila South- Southcenter Parkway Extension Conversion Project
preclude the indemnifying Party from raising such immunity as a defense against any claim
brought against the indemnifying Party by any of its employees.
Conversion of Service to Customers within Conversion Area.
(a) Upon commencement of the Work, the Government Entity shall notify all persons and entities
within the Conversion Area that service lines to such customers must be converted from overhead
to underground service within the applicable statutory period following written notice from the
Government Entity that service from underground facilities are available in accordance with RCW
35.96.050. Upon the request of any customer, other than a single family residential customer,
within the Conversion Area, the Company shall remove the overhead system and connect such
persons' and entities' Underground Service Lines to the Underground Distribution System.
(b) The Parties acknowledge that single family residences within the Conversion Area must (i)
provide a service trench and conduit, in accordance with the Company's specifications, from the
underground meter base to the point of service provided during the conversion, and (ii) pay for the
secondary service conductors as defined in Schedule 85 of the Company's Electric Tariff G. The
Government Entity shall exercise its authority to order disconnection and removal of overhead
facilities with respect to owners failing to convert service lines from overhead to underground
within the timelines provided in RCW 35.96.050.
10. Dispute Resolution.
(a) Any dispute, disagreement or claim arising out of or concerning this Agreement must first be
presented to and considered by the Parties. A Party who wishes dispute resolution shall notify the
other Party in writing as to the nature of the dispute. Each Party shall appoint a representative
who shall be responsible for representing the Party's interests. The representatives shall exercise
good faith efforts to resolve the dispute. Any dispute that is not resolved within ten (10) business
days of the date the disagreement was first raised by written notice shall be referred by the
Parties' representatives in writing to the senior management of the Parties for resolution. In the
event the senior management are unable to resolve the dispute within twenty (20) business days
(or such other period as the Parties may agree upon), each Party may pursue resolution of the
dispute through other legal means consistent with the terms of this Agreement. All negotiations
pursuant to these procedures for the resolution of disputes shall be confidential and shall be
treated as compromise and settlement negotiations for purposes of the state and federal rules of
evidence.
(b) Any claim or dispute arising hereunder which relates to any Request for Change or any equitable
adjustment under Section 6, above, or the compensation payable by or to either Party under
Section 7, above, and which is not resolved by senior management within the time permitted
under Section 10(a), above, shall be resolved by arbitration in Seattle, Washington, under the
Construction Industry Arbitration Rules of the American Arbitration Association then in effect. The
decision(s) of the arbitrator(s) shall be final, conclusive and binding upon the Parties. All other
disputes shall be resolved by litigation in any court or governmental agency, as applicable, having
jurisdiction over the Parties and the dispute.
(c) in connection with any arbitration under this Section 10, costs of the arbitrator(s), hearing rooms
and other common costs shall be divided equally among the Parties. Each Party shall bear the
cost and expense of preparing and presenting its own case (including, but not limited to, its own
attorneys' fees); provided, that, in any arbitration, the arbitrator(s) may require, as part of his or
her decision, reimbursement of all or a portion of the prevailing Party's costs and expenses
(including, but not limited to, reasonable attorneys' fees) by the other Party.
(d) Unless otherwise agreed by the Parties in writing, the Parties shall continue to perform their
respective obligations under this Agreement during the pendency of any dispute.
Page 8
Tukwila South- Southcenter Parkway Extension Conversion Project
11. Uncontrollable Forces.
In the event that either Party is prevented or delayed in the performance of any of its obligations under
this Agreement by reason beyond its reasonable control (a "Force Majeure Event"), then that Party's
performance shall be excused during the Force Majeure Event. Force Majeure Events shall include,
without limitation, war; civil disturbance; flood, earthquake or other Act of God; storm, earthquake or
other condition which necessitates the mobilization of the personnel of a Party or its contractors to
restore utility service to customers; laws, regulations, rules or orders of any governmental agency;
sabotage; strikes or similar labor disputes involving personnel of a Party, its contractors or a third
party; or any failure or delay in the performance by the other Party, or a third party who is not an
employee, agent or contractor of the Party claiming a Force Majeure Event, in connection with the
Work or this Agreement. Upon removal or termination of the Force Majeure Event, the Party claiming
a Force Majeure Event shall promptly perform the affected obligations in an orderly and expedited
manner under this Agreement or procure a substitute for such obligation. The Parties shall use all
commercially reasonable efforts to eliminate or minimize any delay caused by a Force Majeure Event.
12. Insurance.
(a) PSE shall, and shall require each of its contractors to, secure and maintain in force throughout the
duration of the Conversion Project (or, if sooner, until termination of this Agreement)
comprehensive general liability insurances, with a minimum coverage of $1,000,000 per
occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/
aggregate for property damages, and professional liability insurance in the amount of $1,000,000.
(b) The Government Entity shall ensure that each of its contractors performing any Government Work
secures and maintains in force throughout the duration of the Conversion Project (or, if sooner,
until termination of this Agreement) insurance policies having the same coverage, amounts and
limits as specified Section 12(a), above.
(c) in lieu of the insurance requirements set forth in Section 12(a), above, the Company may self
insure against such risks in such amounts as are consistent with good utility practice. Upon the
Government Entity's request, the Company shall provide the Government Entity with reasonable
written evidence that the Company is maintaining such self- insurance.
13. Other.
(a) Aareement Subiect To Tariff. This Agreement is subject to the General Rules and Provisions set
forth in Tariff Schedule 80 of the Company's electrical Tariff G and to Schedule 74 of such Tariff
as approved by the Washington Utilities and Transportation Commission and in effect as of the
date of this Agreement.
(b) Termination. The Government Entity reserves the right to terminate the Conversion Project and
this Agreement upon written notice to the Company. In the event that the Government Entity
terminates the Conversion Project and this Agreement, the Government Entity shall reimburse the
Company for all costs reasonably incurred by the Company in connection with the Work
performed prior to the effective date of termination. In such event, the costs reimbursable to the
Company (i) shall not be reduced by any Shared Government Costs or other costs incurred by the
Government Entity, and (ii) shall be paid within thirty (30) days after the receipt of the Company's
invoice therefor. Sections 1, 5, 7, 8, 9, 10, 11 and 13 shall survive any termination of the
Conversion Project and /or this Agreement.
(c) Facilities Greater Than 15.000 Volts. Nothing in this Agreement shall in any way affect the rights
or obligations of the Company under any previous agreements pertaining to the existing or future
facilities of greater than 15,000 Volts within the Conversion Area.
Page 9
Tukwila South- Southcenter Parkway Extension Conversion Project
(d) Compliance With Law. The Parties shall, in performing the Work under this Agreement, comply
with all applicable federal, state, and local laws, ordinances, and regulations.
(e) No Discrimination. The Company, with regard to the Work performed by the Company under this
Agreement, shall comply with all applicable laws relating to discrimination on the basis race, color,
national origin, religion, creed, age, sex, or the presence of any physical or sensory handicap in
the selection and retention of employees or procurement of materials or supplies.
(f) Independent Contractor. The Company and the Government Entity agree that the Company is an
independent contractor with respect to the Work and this Agreement. The Company is acting to
preserve and protect its facilities and is not acting for the Government Entity in performing the
Work. Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the Parties. Neither the Company nor any employee of the Company shall be
entitled to any benefits accorded employees of the Government Entity by virtue of the Work or this
Agreement. The Government Entity shall not be responsible for withholding or otherwise
deducting federal income tax or social security or contributing to the State Industrial Insurance
Program, or otherwise assuming the duties of an employer with respect to the Company, or any
employee of the Company.
Nonwaiver of Riohts or Remedies. No failure or delay of either Party to insist upon or enforce
strict performance by the other Party of any provision of this Agreement or to exercise any other
right under this Agreement, and no course of dealing or performance with respect thereto, shall,
except to the extent provided in this Agreement, be construed as a waiver or, or choice of, or
relinquishment of any right under any provision of this Agreement or any right at law or equity not
otherwise provided for herein. The express waiver by either Party of any right or remedy under
this Agreement or at law or equity in a particular instance or circumstance shall not constitute a
waiver thereof in any other instance or circumstance.
(h) No Third Party Beneficiaries. There are no third -party beneficiaries of this Agreement. Nothing
contained in this Agreement is intended to confer any right or interest on anyone other than the
Parties, their respective successors, assigns and legal representatives.
Governmental Authority. This Agreement is subject to the rules, regulations, orders and other
requirements, now or hereafter in effect, of all governmental regulatory authorities and courts
having jurisdiction over this Agreement, the Parties or either of them. All laws, ordinances, rules,
regulations, orders and other requirements, now or hereafter in effect, of governmental regulatory
authorities and courts that are required to be incorporated into agreements of this character are by
this reference incorporated in this Agreement.
(j) No Partnershio. This Agreement shall not be interpreted or construed to create an association,
joint venture or partnership between the Parties or to impose any partnership obligations or liability
upon either Party. Further, neither Party shall have any right, power or authority to enter into any
agreement or undertaking for or on behalf of, to act as or be an agent or representative of, or to
otherwise bind the other Party.
(k) Severabilitv. In the event that any provision of this Agreement or the application of any such
provision shall be held invalid as to either Party or any circumstance by any court having
jurisdiction, such provision shall remain in force and effect to the maximum extent provided by
law, and all other provisions of this Agreement and their application shall not be affected thereby
but shall remain in force and effect unless a court or arbitrator holds they are not severable from
the invalid provisions.
(g)
(1)
Page 10
Tukwila South- Southcenter Parkway Extension Conversion Project
(1)
Notice. Any notice under this Agreement shall be in writing and shall be faxed (with a copy
followed by mail or hand delivery), delivered in person, or mailed, properly addressed and
stamped with the required postage, to the intended recipient as follows:
Any Party may change its address specified in this Section 13(1) by giving the other Party notice of
such change in accordance with this Section 13(1).
(m) Applicable Law. This Agreement shall in all respects be interpreted, construed and enforced in
accordance with the laws of the State of Washington (without reference to rules governing conflict
of laws), except to the extent such laws may be preempted by the laws of the United States of
America.
(n) Entire Aareement. This Agreement constitutes the entire agreement of the Parties with respect to
the subject matter hereof and all other agreements and understandings of the Parties, whether
written or oral, with respect to the subject matter of this Agreement are hereby superseded in their
entireties; provided, however, that except as expressly set forth in this Agreement, nothing herein
is intended to or shall alter, amend or supersede the Design Agreement and the same shall
remain in full force and effect in accordance with its terms.
(o) Successors and Assions. This Agreement shall be binding upon and inure to the benefit of the
respective successors, assigns, purchasers, and transferees of the Parties, including but not
limited to, any entity to which the rights or obligations of a Party are assigned, delegated, or
transferred in any corporate reorganization, change of organization, or purchase or transfer of
assets by or to another corporation, partnership, association, or other business organization or
division thereof.
Government Entity: Company:
BY BY
ITS ITS
Date Signed Date Signed
Approved as to form:
If to the Government Entity:
If to the Company:
Page 11
Tukwila South Southcenter Parkway Extension Conversion Project
Citv of Tukwila
6300 Southcenter Blvd
Tukwila. WA 98188
Attn: Lisa Verner
Fax: 206 431 -3665
Puget Sound Energy, Inc.
6905 SE 228 Street
Kent. WA 98032
Attn: Cody Olson
Fax: 253 395 -6820
PUGET SOUND ENERGY, INC.
PUGET SOUND ENERGY
Date: 3/2612010
Project Title: Tukwila South Conversion
Project Description: Conversion of the existing overhead didtribution system along Frager Rd from South 180th St approximately
Rate Schedule:
Project Manager/ Phone
Project Engineer/ Phone
Municipal Liaison Mgr Phone
Project
Revision
Revision Date:
Company
Labor
Materials
Equipment
Inspection
Service Provider Outside Services
Operating Rights
Overhead
Government Entity
Labor
Operating Rights
Construction Costs Totals"
74
Jose Vega 425 766 -0993
Scott Bostrom 253-606-4552
Cody Olson 206- 992 -3315
105052358
0
Private
Shared Costs Conversion
Estimate I Estimate
2,000
314,600 3,100
11,000
185,900
80,900 500
Construction Costs Estimate Summary 1,2
594,400 J 3,600
Projected allocation of Estimated Construction Costs at Completion of Construction Work
Company I 356,600 I
Government Entity 237,800
100% Government Entity Reimbursable Costs
Prior Total 100% GE
Gov Req Temporary Conv /Reloc Reimbursable
Upgrade Services Within 5 Years Costs
Estimate I Estimate I Estimate Estimate 1
Notes:
Estimate prepared in accordance with Sections 6 11 of Schedule 74 Design Agreement and Section 7 of Schedule 74 Construction Agreement.
2 All amounts shown in this estimate are rounded up to the next $100
Shared Costs are allocated 40% to the Government Entity and 60% to the Company if the Conversion Protect Is completed
Total Costs excludes Government Entity costs of trenching, restoration, and surveying
3,600
500
3,600 1
100% PSE Construction
Costs Costs Totals
Estimate Estimate I
2,000
317,700
11,000
185,900
3
81,400
598,000 1
356,600
241,400
Construction Estimate Printed 3/29/2010 11:13 AM
j j Washington State
Department of Transportation
Supplemental Agreement
Number 1
Original Agreement Number
10-038
84 -RW37
Project Number
Project Title
Organization and Address
KBA, Inc.
11000 Main Street
Bellevue, WA 98004
Southcenter Parkway Extension 2,523,950.00
Description of Work
To provide full Construction Management and Design Support Services to the City of Tukwila.
To change the name of the Project from Southcenter Parkway Extension Construction Management
Services to Southcenter Parkway Extension Construction Management and Design Support Services.
To add subconsultants with the attached Exhibit G, Exhibit G -1 and applicable Exhibit G -3 for each sub.
The Local Agency of the City of Tukwila
desires to supplement the agreement entered into with KBA, Inc.
and executed on 3/12/2010 and identified as Agreement No.
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:
ZL
Section 4 SCOPE OF WORK, is hereby changed to read:
1 1" .1
111
Attachment 7
Phone: 425- 455 -9720
Execution Date Completion Date
3/12/2010 4/1/2012
New Maximum Amount Payable
10-038
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: No chancre
Section V, PAYMENT, shall be amended as follows:
The total amnnnt aiithnri7.ed to he added to the Agreement via this supplemental is S9,4RR,950 001 as set forth in the
attached F,xhihit F, -1 Supplemental No 1
cc cct forth in the ettschcd Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By: TCR A INC By: CITY OF TT WWII A
4tZA,\
Consultant Signal rg Approving Authority Signature
DOT Form 140 -063 EF
Revised 9/2005
Date
KBA, Inc. April 1, 2010
EXHIBIT A -1
Supplement 1
SCOPE OF SERVICES
Construction Management and Design Support Services
Construction Phase
for
Southcenter Parkway Extension
City Project No. 84 -RW37
KBA, Inc. (Consultant), along with subconsultants, Anchor QEA, David Evans Associates, Inc.,
Envirolssues, Inc., and HWA GeoSciences, will provide Construction Management (CM) services to the
City of Tukwila (Client), for the Project known as Southcenter Parkway Extension. These services will
include consultation, contract administration, field observation, documentation, and material testing, as
required during the construction of the Project, as detailed below. These services are an extension of the
Preconstruction Services authorized under the original LAG Agreement.
Project Description: Construction of approximately 7,400 linear feet of Southcenter Parkway from S.
180th Street to S. 200th Street and the construction of approximately 3,000 linear feet of new sewer and
water from Minkler Boulevard to S 180th Street. Items of work include, but are not limited to, building
demolition, grading, paving, HMA overlay, curb, gutter, sidewalks, storm drain system, sewer system,
sewer lift station, water system, signals, illumination, landscaping, irrigation, retaining walls, and other
work.
I. CONSTRUCTION MANAGEMENT SERVICES
A. Project Management
1. Continue to provide overall project management, coordination with the Client, monthly
progress reports, and invoicing, in accordance with the original scope.
B. Preconstruction Services
8. The original Task B.8, Establish Field Office, is revised to read:
Establish Field Office, including securing lease for the entire duration of the construction
project, plus closeout; computer server, and ancillary equipment and cabling; phones;
furniture and other office equipment; copier /scanner; and other items needed for these; and
all necessary utilities.
The Contractor will provide equipment, at no cost to Consultant, as listed in Addendum 4 of
the Bid Documents, including but not limited to 4 laptop computers, color printer, 3 digital
cameras, as described in Addendum 4.
9. The original Task B.9, Document Control, is supplemented with the following:
The following number of SharePoint seat licenses will be provided:
Client: 4
Contractor: 3
Designer: 3
Other (TBD): 1
Total: 11
5: 1P rq ec6lContrac151Cberg1Tukwna110005 SoulhcenlerParkwayEMDrafis6 NegobabonRecordsvn .houseDrefiauppl FuNCMIEx A- 1- Scope(FWAL)SCPN! 2010401AOtx
1 of 7
KBA, Inc. April 1, 2010
10. The original Task B.10, Public Outreach, is revised to read:
Public Outreach. Assist the Client in developing a public outreach plan and materials:
a. Prepare a Public Outreach Plan outlining communication and roles, protocols and
responsibilities. Define communication avenues and media relations. This document to
be prepared by Envirolssues, Inc. (Subconsultant to KBA).
b. Groundbreaking and Ribbon Cutting. Assist the Client in the planning and execution of
a groundbreaking and ribbon cutting event. Client to provide all facilities (chairs, public
address system, food, tents, etc.) for the event. Consultant to provide souvenir(s) for the
ground breaking ceremony.
c. Construction business cards. Envirolssues, Inc. will develop business cards with
project website address and hotline number. The Client will provide the website address.
Business cards will be used to hand out to property owners, tenants, and other
stakeholders.
C. Construction Services Contract Administration New Task
1. Liaison with the Client, construction contractor, designer, appropriate agencies, property
owners, and utilities.
2. Provide the Client with brief monthly construction progress reports, highlighting progress
and advising of issues which are likely to impact cost, schedule, or quality /scope.
3. Schedule Review.
a. Review construction contractor's schedule and updates for compliance with Contract
Documents.
b. Monitor the construction contractor's conformance to schedule and require revised
schedules when needed. Advise Client of schedule changes as part of monthly
construction progress report.
c. Verify as -built schedule, using information from daily construction reports and other
information.
4. Progress meetings. Lead regular (usually weekly) progress meetings with the construction
contractor, including Client pre- briefing, and prepare weekly meeting agenda and meeting
notes, and distribute copies to attendees. Track outstanding issues on a weekly basis.
5. Update CM Plan as needed to reflect changes in policy and /or procedure that occur during
the Project, and orient CM Team to the changes.
6. Manage Submittal Process. Track and review, or cause to be reviewed by other
appropriate party, work plans, shop drawings, samples, test reports, and other data submitted
by the construction contractor, for general conformance to the Contract Documents.
7. Record of Materials. Provide Record of Materials indicating anticipated material approvals,
material compliance documentation, and materials testing requirements. Maintain records of
material compliance documentation received, and advise of any known deficiencies. Initial
Record of Materials to be provided by WSDOT, through the Client.
8. Manage RFI (request for information) process. Track and review /evaluate, or cause to be
reviewed and /or evaluated by other appropriate party, RFIs. Manage responses to RFIs.
9. Change Management. Evaluate entitlement, and prepare scope, impact, and independent
estimate for change orders. Facilitate resolution of change orders.
10. Monthly Pay Requests. Prepare monthly requests for payment and /or review payment
requests submitted by the construction contractor. Review with Client and construction
contractor, and recommend approval, as appropriate. This project utilizes unit price as well
S: 10005_ Soulncente rParkwayExnDretlsBNegotaltonRemrasllo-MuseDrsM1 SISuppt FuIICM1Ez A- 1- Scope(FINAL)SCPN! 201040140.
2 of 7
KBA, Inc. April 1, 2010
as cost loaded items. A resource loaded schedule will be provided to support the monthly
pay request.
11. Assist the Client in preparation of applications for the following permits which are deemed
necessary for construction and which were not obtained during the design phase of the
Project.
12. Assist the Client in the investigation of malfunctions or failures during construction.
13. Public Outreach.
a. One -on -one property owner contact to be performed jointly by the Consultant and the
Client. The Consultant will generate a matrix of property owner issues.
b. Provide information for Client to prepare media communications and public notices on
Project status. Provide information for Client's inclusion into a Project website and /or
newsletters. Client to provide web design and hosting services.
c. Construction Hotline. Provide and maintain project hotline during the course of
construction. Envirolssues, Inc. will setup and monitor a construction hotline, log calls,
maintain a communication log, and coordinate with the Consultant to provide responses.
14. Record drawing review. Review not less than monthly, the construction contractor's redline
set of contract plans. Maintain a CM Team set of conformed drawings, tracking plan
changes, location of discovered anomalies, and other items, as encountered by the CM team.
Use these markups to check the progress of the Contractor prepared Record Drawings.
15. Document Control. Collect, organize, and prepare documentation on the Project. One hard
copy of files will be kept in the project field office.
16. Operations and Maintenance (O &M) Manual. Provide O &M Manuals to the Client for the
sanitary sewer lift station and irrigation system.
17. Project Closeout. Prepare Certificates of Substantial (including punch list), Physical, and
Final Completion. Prepare final pay estimate.
18. Final Records. Compile and convey final project records, transferring to the Client for
archiving at final acceptance of the Project. Records will consist of hard copy originals, and
electronic records on CD /DVD.
Deliverables
Monthly Construction Progress Reports
Schedule review comments
Meeting agendas and notes
Submittal log
Record of Materials
RFI log
Change Order(s)
Progress pay requests
Public outreach plan
Operations and Maintenance Manuals for lift station
Certificates of Completion and punch list(s)
Final records hard copy and electronic
Access to SharePoint document control system up
D. Construction Services Field New Task
1. Observe the technical conduct of the construction, including providing day -to -day contact
with the construction contractor, Client, utilities, and other stakeholders, and monitor for
adherence to the Contract Documents. The Consultant's personnel will act in accordance
SAPrryede4. .............enigukvdla110005 SoulhcemerParkwayEzMrotts8NegobalwnRecordsUr- MUSeDraris1SuPDLFulICM \Ex_A- 1- Scope(FINAL)SCM' 2010401docx
and irrigation system
to 11 seat licenses
3 of 7
KBA, Inc. April 1, 2010
with Sections 1 -05.1 and 1 -05.2 of the Standard Specifications. Note: Consultant shall
breakout the billing costs for CM, design, and related services for the Highline Water
Reimbursement separately in each monthly invoice.
2. Observe material, workmanship, and construction areas for compliance with the Contract
Documents and applicable codes, and notify construction contractor of noncompliance.
Advise the Client of any non conforming work observed during site visits.
3. Prepare daily construction reports, recording the construction contractor's operations as
actually observed by the Consultant; includes quantities of work placed that day, contractor's
equipment and crews, and other pertinent information.
4. Interpret Contract Documents, in coordination with Designer.
5. Decide questions which may arise as to the quality and acceptability of material furnished,
work performed, and rate of progress of work performed by the construction contractor.
6. Establish communications with adjacent property owners. Respond to questions from
property owners and the general public.
7. Coordinate with permit holders on the Project to monitor compliance with approved permits, if
applicable.
8. Perform general observation of Southcenter Parkway Extension project work to be performed
by others for compliance with permit requirements. Provide weekly report of TESC and
other permit requirements to Client.
9. Prepare field records and documents to help assure the Project is administered in
accordance with funding agency requirements.
10. Attend and actively participate in regular on -site meetings.
11. Take periodic digital photographs during the course of construction. All necessary
photographs to be labeled and organized as detailed in the CM Plan.
12. Punch list. Upon substantial completion of work, coordinate with the Client and affected
agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate final
inspection with those agencies. Follow up on outstanding punch list work.
13. Materials Testing. Conduct or cause to be conducted, materials and laboratory tests.
Coordinate the work of the Field Representative(s) and testing laboratories in the observation
and testing of materials used in the construction; document and evaluate results of testing;
and inform Client and construction contractor of deficiencies.
Deliverables
Daily Construction Reports with project photos submitted on a weekly basis
Weekly TESC Permit Reports
Punch List, Certificate of Substantial Completion
Test reports
E. Assumptions
The following Assumptions are added to this Agreement. The Assumptions listed in part I.0 of
the original Agreement will continue to apply, as well, except as revised below.
1. Budget
a. Revise Assumption C.1.c in the original agreement to say costs are based on an 18-
month lease (rather than 20 -month lease)
b. A certain amount of overtime has been figured into the budget to use, if needed, during
peak construction activities.
S1Propcts1Contracls lCNMtlhkwaa110005 SanhcenlerParkwayEADratlsB NegolialwnRecordsu nhouseDralisISuppt FuIICM1Ex _A- t- Scope(FINAL(SCPW_2010d01 docx
4 of 7
KBA, Inc. April 1, 2010
c. The work is anticipated to be performed during daytime hours. Should night work be
necessary, a 15 percent premium for labor will be applied to all hours that Consultant
employees work between 7 pm and 7 am.
d. Consultant services are budgeted from March 1. 2010 through December 31. 2011, and
the budget is based on a 550 calendar day construction contract, plus time allotted for
project setup and closeout. Should further services and /or additional level of effort be
required, or should the construction contract run longer than this time period, the Client
and Consultant will negotiate a supplement to this Agreement.
e. Consultant will invoice, and be reimbursed as a direct cost under Exhibit D -2. Payment
(Cost Plus a Fixed Fee). Section A.3, State and Local B &O taxes as assessed to KBA for
the total amount of the budget paid to Subconsultants, This amount will be calculated at
Consultant's B &O tax rate assessed at the time services are performed (currently
1.517952 as a percentage of the total Subconsultant charges billed in each invoice.
2. Items and Services Client will provide:
a. Revise Assumption C.2.a in the original agreement to add that Client will also provide
meeting arrangements and facilities for groundbreaking and ribbon cutting event.
3. Scope
a. Revise Assumption C.3.e in the original agreement to read:
Notwithstanding the fact that the Designer of Record (DEA) is a subconsultant to
Consultant under this Agreement, Consultant is not responsible for any costs, claims, or
judgments arising from or in any way connected with errors, omissions, conflicts or
ambiguities in the Contract Documents prepared by others, including DEA. The
Consultant does not have responsibility for the professional quality or technical adequacy
or accuracy of the design plans or specifications, nor for their timely completion by
others.
b. Consultant will provide observation services for the days /hours that their Inspector(s)
personnel is /are on -site. The Inspector(s) will not be able to observe or report
construction activities, or collect documentation, during the time they are not on -site.
c. The Consultant's monitoring of the construction contractor's activities is to ascertain
whether or not they are performing the work in accordance with the Contract Documents;
in case of noncompliance, Consultant will reject non conforming work, and pursue the
other remedies in the interests of the Client, as detailed in the Contract Documents. The
Consultant cannot guarantee the construction contractor's performance, and it is
understood that Consultant shall assume no responsibility for: proper construction
means, methods, techniques; project site safety, safety precautions or programs; or for
the failure of any other entity to perform its work in accordance with laws, contracts,
regulations, or Client's expectations.
d. Definitions and Roles. The use of the term "inspect" is synonymous with "construction
observation, and reference to the "Inspector" role is synonymous with "Field
Representative and means: performing on -site observations of the progress and quality
of the work and determining, in general, if the work is being performed in conformance
with the Contract Documents; and notifying the Client if, in their opinion, work does not
conform to the Contract Documents or requires special inspection or testing. Where
"Specialty Inspector" or "specialty inspection" is used, it refers to the detailed inspection
and sign -off required by codes and regulations, such as electrical or welding inspection.
e. Because of the prior use of the Project site, there is a possibility of the presence of toxic
or hazardous materials. Consultant shall have no responsibility for the discovery,
presence, handling, removal or disposal of toxic or hazardous materials, or for exposure
of persons to toxic or hazardous materials, in any form at the Project site, including but
not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic
51ProfedsM. arttr actsICIMIITUkrola110005_ 81MhcenterParkwayEatl DratlsB NegoWUO "RecordsUn.tpuseDraXSlSuppl FulICM12 A- 1-Smpe(FINAL)SCPW_1010001docx
5 of 7
KBA, Inc. April 1, 2010
substances. If the Consultant suspects the presence of hazardous materials, they will
notify the Client immediately for resolution.
II. DESIGN SUPPORT DURING CONSTRUCTION
Design support during construction is separate from Construction Management services, and
will be shown separately on monthly invoices. The intent of this work will be to provide
traditional support services for the Engineer of Record during the Construction phase.
A. Design Support During Construction New Task
David Evans Associates, Inc. (DEA) will provide support services for the Project, if and when
requested by the Consultant. Some services listed below may be provided by subconsultants
working under the direction of DEA. These services include:
1. Provide monthly invoices and progress reports.
2. Attend weekly coordination meetings during construction period, as requested.
3. Assist in interpretation of the Contract Documents.
4. Review contractor submittals.
5. Provide response to contractor Requests for Information (RFI).
6. Review Change Order Proposals.
7. Collect Record Drawing markups from Contractor and Consultant, review for completeness,
and prepare record drawings.
8. Provide geotechnical support during construction, which will include:
a. Response to RFIs
b. Observe roadway and culvert subgrade, embankment construction, on an on -call basis
c. Review settlement readings on a weekly basis
d. Review dewatering design and monitoring for utility construction
e. Review shoring design
9. Survey Volume Checks for pre Sub Grade and Post Subgrade. DEA will provide the
necessary professional surveying services to perform the field and office survey necessary to
prepare excavation volume calculations for pre sub grade excavations and sub grade fill.
DEA will use RVS as a means to collect data for the purpose of verifying volume quantities
for the new Southcenter Parkway Extension from S. 180th Street to S. 200th Street.
10. Survey Quality Control. DEA will provide necessary professional surveying services to
perform the field and office surveying necessary to verify construction activities during the
course of the Project.
Deliverables include:
1 Copy of 22 "x34" signed mylar record drawings
Electronic copy of record drawings in PDF format
Survey data to demonstrate the volume of excavation and embankment
S1Pa rds1ConlracIsIDentlTUkwrW110005 SaulncenlerParkwayEatlbralls& Negohaaonkecordsun- nouseD2M1s \Suppl FWCMIEZ A.1- Scape(FINAL)SCPW_2010001 do
6 of 7
KBA, inc. April 1, 2010
Iii. OPTIONAL SERVICES
All services not detailed above, are considered Optional Services, which, along with any other Extra Work
requested by the Client, will be performed only when a mutually negotiated Supplement to this Agreement
is executed, specifying scope of services and budget. Potential Optional Services include:
A. Re- staking and/or changes to the one -time control and construction staking, as design changes
or stakes or monuments are interfered with by construction contractor.
B. Prepare record of survey and right of way plans. DEA to perform the necessary professional
surveying services to perform the field and office survey necessary to perform the following tasks:
1. Re- establish horizontal control to perform as- constructed survey of the centerline alignment
of the roadway improvements.
2. Set PK nail, straddles, and punch center of monument at each Right -of -Way centerline
alignment PC, PT, and roadway intersection(s).
3. Prepare a Record of Survey for the centerline alignment and record of monuments for the
Southcenter Parkway Extension project.
4. Prepare a base map and final Right -of -Way plan set, according to WSDOT standards.
C. Public Involvement support:
1. Coordinate media releases and traffic advisory updates.
2. Develop and maintain Project website, updating Project progress monthly.
3. Provide periodic notification newsletters to affected property owners on upcoming work, and
include contact numbers.
D. Provide additional seat licenses) to the SharePoint Document Control system, at a rate of $150
per seat license.
E. Provide material, including souvenir item(s), for ground breaking and ribbon cutting events.
S1PrgedslConbads1ChentlTukwiIM10005 SouthcenlerParkwayEatlDraksB NegohebcnRecordslln .houseDraftslSuppl FuNCM1Ew_ A- t- Smpe(FINAL)SCPW_2010d01EOCx
7 of 7
Direct Salary Cost
Overhead
(Including Payroll Additives)
Direct Non Salary Costs
Subconsultants B &O Tax
Fixed Fee
Total
1 Original Contract Amount
Supplemental No. 1 Amount
New Maximum Amount Payable:
1 DEA Design Support
1 Effective CM Services Fee
Exhibit E -1, Supplemental No. 1
Summary of Payments CPFF
Basic Agreement
$13,149.10
$17,556.68
349.49
0.00
3,944.73
$35,000.00
35,000.00
$2,488,950.00
$2,523,950.00
215,200.00
$2,308,750.00
Supplement #1
590,175.02
788,001.69
109,439.29
824,281.50
177,052.51
$2,488,950.00
Total
603, 324.12
805,558.37
109,788.78
824,281.50
180,997.24
$2,523,950.00
S: 4Protects1Contracts4Cdenf\ Tukwila110005 _SouthcenterParkwayExt\ Drafts& NegotiationRecords \In- houseDrafts \Supp1_ FulICM\ Ex_ E1- SummaryOfPymts_20100401.doc of 4
PROJECT: Southcenter Parkway Extension
DIRECT SALARY COST (DSC):
2010 Classification Est. Hours Est. Rates Est. Cost
Project Manager 388 x $69.50 26,966.00
Project Advisor (RRT) 10 x $77.00 770.00
Resident Engineer 1,709 x $40.00 68,360.00
Assistant Resident Engineer 1,498 x $42.70 63,964.60
Office Engineer 1,382 x $31.30 43,256.60
Inspector 1,426 x $35.00 49,910.00
Inspector 0 x $35.00
Document Controls 320 x $26.00 8,320.00
Scheduler 160 x $76.50 12,240.00
Contract Specialist 9 x $34.00 306.00
TOTAL 2010 DSC 6,902
2011 Classification
Project Manager 378 x $72.98 27,586.44
Project Advisor (RRT) 10 x $80.85 808.50
Resident Engineer 2,136 x $42.00 89,712.00
Assistant Resident Engineer 1,814 x $44.84 81,339.76
Office Engineer 1,891 x $32.87 62,157.17
Inspector 1,121 x $36.75 41,196.75
Inspector 0 x $36.75
Document Controls 0 x $27.30
Scheduler 160 x $80.33 12,852.80
Contract Specialist 12 x $35.70 428.40
TOTAL 2011 DSC 7,522
TOTAL DSC (2010 to 2011)
OVERHEAD (OH COST including Salary Additives)
DSC x OH of
FIXED FEE (FF):
DSC (only) x FF Rate of
REIMBURSABLES:
Vehicles, Mileage, Reproduction, Postage, Misc.
EXHIBIT E -1, Supplemental No. 1
CONSULTANT FEE DETERMINATION SUMMARY SHEET
(COST PLUS FIXED FEE)
KBA PROJECT #10005
Fee Determination Summary Sheet
Southcenter Parkway Extension
14,424 590,175.02
133.52% x 590,175.02 788,001.69
30.0% x 590,175.02 177,052.51
S:\ Projects\ Contracts \Client\ Tukwila 110005_SouthcenterParkwayExt\ Drafts& NegotiationRecords \In.houseDrafts \S upp l_FuIICM \Ex_E-
1_FeeS ummary(FINAL)20100401.xIsx
274,093.20
316,081.82
109,439.29
SUBCONSULTANT COSTS (See Exhibit G)
Anchor QEA
DEA, Inc.
DEA CM Services
DEA Design Support
Envirolssues
HWA GeoSciences
State B &O Tax on Subconsultants 1.5
Subconsultant Total
GRAND TOTAL Supplement 1
Original Contract Amount
Total Contract Amount
Design Support Services During Construction
Effective Construction Management Amount Total Contract
PREPARED BY: Mike Roberts, P.E. Date: April 1, 2010
111,300.00
215,200.00
Fee Determination Summary Sheet
Southcenter Parkway Extension
359,600.00
326,500.00
20,000.00
106,000.00
12,181.50
S: \Projects\ Contracts\ Client\ Tukwila110005 _SouthcenterParkwayExt\ Drafts& NegotiationRecords \In- houseDrafts \Supp1 _FuIICM \Ex_E-
1_FeeSummary(FINAL)20100401.x1sx
824,281.50
$2,488,950.00
35,000.00
$2,523,950.00
215,200.00
$2,308,750.00
KBA LABOR HOURS
Ohecl Salary Cosh
Overhead
9vNAal
Fd6d Fee on DSC
Dllect CO510- NO BMW
Suheonsu0An15 •050 Tel
Management Reserve
(TOTAL ESTIMATED COSTS
r nal C0nfacl Amount
ernental NO.1 Amaral
Maximum Amount 07920141.
506 -DBSg0 507506
EB14491 CM SMsieoo FN
P6E00NSTNUCRON
5 2,188,950,00 5 1522101 101,197.52 145126.65 154,22495 155,11617 141,111.21 117,71015 111,070.43 117,234,71
35,00000
1481,950.00
257325000
215,20000+
2,205,750001
Project Name: Southcenter Parkway Extension CM and Design Support Services
KBA Project No. 10005
Budget Estimate Supp. No. 1
70147 Mr 4 0 U. .Mn Al Aug 580 00 Nov Dec Totals Jan Feb Mr Apr
7766 Hours 2010 2010 2010 2010 3010 2110 2010 2076 2010 2010 1 3010 1011 2017 2011 2011
7 70,40 ?214509er 76600 8,00 52,00 4500 4500 3200 3100 3300 3200 3200 3200 118.00 3200 3200 3700 3700
Prided Advlsor)RRT) 20 00 200 200 2.00 200 200 1000 200 200
Resident Engineer 3,84500 4500 19500 18800 18000 79700 78800 15800 20400 15500 18300 1.50900 17800 17100 19400 18500
Asshlant Re5de71 Engineer 3,31200 4000 15200 18000 197.00 780.00 18600 20400 15800 18300 1,198,00 17600 17300 79400 70500
Olke Engineer 3.27300 610 4000 15200 16800 17620 16800 16600 18400 14400 77600 7,38200 76800 16000 17600 16800
Inspector 2,547,00 120 00 16600 197,00 78600 15800 20400 15800 16100 642600 17100 17300 19400 10500
Inspector
DnWmenlCOntmN 320 00 8000 8000 5000 0000 32000
ontd1M 320,00
C0ntracl51te016Dd 2700 100 7 32000 2400 2400 1600 1600 1600 7600 16,00 1600 1800 160,00 1600 1600 1600 1600 16,00 1600 1600 16 1600 1600 16000 31000
1.00 7.00 100 100 100 1,00 10D 100 900 100 100 100 100 100 1.00 100 600 1.00 100 100 700 12,00 2110
T58110 14,424.00 6400 471.00 74600 17105 09600 75080 751.20 147.00 117.00 016.04 120200 751.00 110.00 10100 77400 107.00 81800 619.00 59500 59100 511.00 32000 107.00 3,62110„ 7441144
I COST OF DIRECT EXPENSES
M
Total Mr Apr May
Jul Aup Sep Od Nor Dec T ook Jan Feb Ma Apr 144 Jun Jul Aup
Sep Od N D ec r Totals T,} Told
al
105470 2010 7010 2010 1010 2010 7010 10 20 7070 201 1 2010 I 2011 2011 2011 7011 2011 2011 1011 2011 2017 2011 2011 2011 1 7011 I Indirect
2011 a 35,10000 670000 1,70000 7.70000 1,700 00 1,70500 1,700 00 6700 00 670000 7,70000 15,30000 6700.00 1.70000 1.70000 1.700 00 1.70000 1,700.00 1,700,00 1.70000 1,700 00 110000 1.70000 670000 20,40000 35,700 00
VebkM 41,100 00 90000 3,70000 2.10000 2,70000 1,70000 2.700 DD 7.700 00 1700 00 2700.00 22,30000 2.700,00 2.70000 2.70000 270000 270000 270000 1,00000 6500 00 160010 1,100,00 92000 90000 24.60000 47,100 00!
urnit
e
FumlNm MabTZaltonNemo010ie 2.95000 100 00 15000 7500D 15000 15000 15000 15000 15000 15000 1,30000 15008 15000 15000 75000 15000 15600 15100 15000 15100 15000 10000 5000 1.65000. 2,95000
17.34010 634010 5.00000 600000 1234510
PIMerSCOper/00100e9 0,40000 400 00 40000 400 00 40000 40000 40000 40000 40000 40000 160000 40000 47000 40000 400 00 400 13,310101
00 /9000 40000 10000 40000 40000 10000 10000 1,800.00 8,400 00.
Public Outreach 70815545 1,00011 600000 7.000 00
Supp6e5707p4450o51age 1,94919 5000 10000 70000 10000 10000 10000 100 00 10000 10000 850.00 100 00 10000 700 00 10000 100,00 10000 10000 10000 100 00 10000 5000 4919 609915 1,94919
art* II 109,439.29 6145.10 615000 1,05100 5,05000 9,00000 5,050.0 6000 00 5,05000 6050 0D 1050 50 1 54090101 603015 005000 5.01010 5.05800 6,05000 5.050.00 4,150.00 6,15000 4.15010 3.55000 3,150.50 3,319.191 82,549.101 109,459,79'
I COST OF SUBCONSULTANTS 1
Total Mar AM Map Am Jul Aug 500 00 Nov DK 7,YN Jan Feb Mar AP Mry Jun Al Aug Sep Od PR Dec ag
Su910nsUAalt.NO 10 1 Indeed 1 5010 7010 2070 2010 7010 2010 2010 1010 2016 3010 1 7010 I 2011 2011 2011 2011 2011 7017 2071 2011 2011 2011 2011 2017 1 T 2011 s 1 Subs TMaI 1q
C
.0061,010E5 359,60000 7.162 22,029 22,029 32,968 22,055 22.029 23.695 18.897 21.607 18234676 20,985 20,463 22.655 21.715 21.715 22,966 22,855 22,029 1.354 514 177.25324 355,600 00
080010 Evan 6 5500981e 326,50000 2,671 13.537 28.712 27,114 28.129 21247 13,030 37,786 16,606 11884 22071011 5.639 10,650 10,662 8,988 9.487 5,392 6209 6.903 7,896 7,363 8104 17,199 105,78989 326500 00
Emlmksues 20.000 00 10.000 2.50D 1,000 500 500 500 500 7,000 18.50000 500 500 500 2,000 3,50010 2430300
HWA a.... 106,00000 5.000 8.090 1,000 5600 7,000 5,000 5.000 5,000 5.000 56,00000 3,000 3,000 5,00D 5,000 5.000 5.030 0200 2000 5.000 3,061 50.000,00 106,00000
860 Tae on 0405000001an10 IT 15 12,16150 4007 53540 915,61 57213 89396 80663 75538 1.00476 61255 600 7,133 45186 57926 55226 57556 54303 50040 566,46 55797 51353 19117 13057 257,90 5.04515 10187,50
TONII 824,231,501 2,71258 16,221.44 62159.47 69,014.22 60,400.57 51512.10 51,117.19 6291194 4112551 44071.45, /02800227 30,576.10 15,13648 39.111.32 34,255.20 06745.22 31000.63 11.31071 37,410.06 14.40569 13,07011 0,135,05 57,106.70 746597265 124,211.501
I COMBINED COST CURVE
1 1109 I 7,19 Mr AT MAY Jun Jul Aug Sep Ocl 810. Dec Toth Jan Fab Mar Apr Mry Jun JW Aug Sep Od Nov Dec Totals a TAB
Cost 2010 1010 2010 2010 2010 7510 2010 2370 2010 2012 2010 2011 2017 2011 20tt 2011 2011 2071 2011 2011 2011 2011 2011 I 2071 Cost
1 manager 51,55740 55600 6,394 3,33600 3 336 00 2,72400 2.72400 2,27400 2.27400 2.22400 2,22400 76.066,00 2,33536 2.33538 2,33536 2,33036 2.33536 2.33536 2.33536 2.33536 2.17536 2,33536 2,33536 669740 27,586 44 54552
P10100161 Advisor r (MIT) 1,5]850 15400 15400 15400 15400 15400 770,00 751 761 107 >0 101,70 18170 500.55 1,57550
Resident Engdcr 158,072 1,600.00 7,80000 6,720 00 7,520 00 7,50000 7,52000 7,520 00 6.10000 6,32000 7,32000 68,36000 7,47600 7.26600 0.74500 7.77000 8.14800 5.214 027400 7,09600 7,89500 8.1900D 601400 3,36000 89,77205 15607200
A55000n1 Resident Engineer 145,30436 1,70800 6.490,40 5,027,00 414190 402760 8.05700 471070 674660 761410 63,96460 7,981.52 7.75732 8.69896 419540 6.69596 053310 603348 4429 3.42992 0587 1.79330 64.310 761 145,304,31
07765 E70479e7 10541377 10700 125200 4,15760 5,25840 5,508 60 5.25646 5,25845 5.75926 4.507,20 5,00880 4325660 5,532,16 5.25920 5.78512 5,52216 5,70512 5.78512 5,78512 5,52210 5.52216 6,40965 2,62950 7,62960 61157,17 10541377
Inspector 91,10875 420000 6.58000 6,59500 6.55000 6550 00 7,14000 5.53000 640500 4651000 6541,50 6357,75 6129,50 475875 7,129.50 7.23975 4679575. 91,10875
l0.15670
Document Controls 6.37003 7.08000 7,000 00 7,05000 7,08000 8,32000 1,32000
Scheduler 25,092 1,53600 603500 1,22100 1.22400 7,224 00 1,224400 1.22400 1,724 1.224 1274000 1.28528 1.28528 175528 128528 1.20518 7.28528 625578 1,18528 1.28528 110526 12,05280, 25,002
00596610701101151 73440 0400 34 CO 340D 3400 3400 3400 3400 3400 3400 30600 3570 3570 3570 3570 3570 35.70 3570 35 TO 3570 3570 3570 35,70 42840 73440
590,17502 234350 21,25800 29.454,00 34,214 00 34,20770 31,022,00 30.86000 33.40600 20,56550 3060380 274,093 37.177,52 30,45831 33.477.92 3220435 3U1792 33.950 26.54894 25.66612 25.50442 22.004 99 13.00826 7, 821.18 31605182' 59017502
788,007691 1129 26.31368 39.32690 45,60753 45,11005 41.42057 4621495 4400369 35,497 40,96914 36596524 4162022 10,66794 44,61961 42,99015 44.01961 45,33056 35,44814 3426940 3105350 29.38093 18.438 10 515501 41207245 788,001 fig
6170176 541324 40641 66,78008 79.896 7990856 72447 1208295 74009 62,08316 71.65304 640.06244 72,80574 71,12625 74037.53 75 203 60 78.03753 792180 61,99708 59,93552 59.55792 51,38502 3124505 15,50135 73821427 6375176,71
17765251 70114 637740 8,03520 10,26470 10.27731 9.30860 976040 10.02180 7.97574 9.20517 8212795 9,35316 9.13749 10.02578 966131 10.02570 10,18512 7.95168 7,69904 7,65733 660147 4,142,48 277663 94,83455 17205251
109,43979 634010 515000 5.05000 505000 5.05000 525000 005000 505000 505000 505000 56,890 5,06000 605000 5.05000 605000 5,05400 5,05000 4,15000 475000 4,750.00 7.55000 115000 729919 52,54919 10943929
824,28150 0711,56 36,215 62,15947 5901122 60.49097 54,50210 51,31719 6690894 42,11588 46.07145 452690,21 34576,16 35,13649 39,39932 3623926 3674122 33860 63 3433071 37.46506 1445569 13,07097 8,83605 17456 34759128 814201,50
Mry
2011
3200
19400
19400
77600
79200
CPFF 5 1 Pro7 ecU w44.11000.5_SOUI 416..0 erParin. yEsnOralle8NegoisoonRacordslM- houseDreNSlSvppl_FulICM1Es_E -1 NuJ9N(FINALL 20IMOf 4041.
nate 014014,1 April 7010 Prepared by Mike Roberts
11,
2011
3200
200
197.00
197.00
17600
197,00
414
Aug
2011 2011
32.00 3200
200
197.00' 78620
19700 18800
17600 16800
EXHIBIT E -1
Supplemental No. 1
CLOS OUT
Sep
0.1 Nov Dec Totsla TA11
2011 2011 2011 2571 2011 4404018
32.00 3100 7200 26.00 37800 76600
220 10.03 2000
78100 19500 16700 0000 2,13603 3.845,00
18800 00.00 40 111410 3,31200
16900 19500 0000 8010 1.89100 3.17300
112100 2,547.00
111,979.16 1,207,170.77 117,715.11 120,450.23 792.512.22 126154.16 129,151.12 124371.70 71242.48 109,27042 15,171.94 71,101.21 41,172.51 41,424,06 1,227,079.217 2,418,15001
7456 4 of 4
Exhibit G
Subcontracted Work
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT:
Environmental, Public Relations, Materials Testing, and Design.
DOT Form 140 -089 EF Exhibit G
Revised 6105
EDFF
0.56 %lparce March 21, 2010
Project Name: Southcenter Parkway Extension CM and Design Support Services
KBA Project No. 10005
Budget Estimate for Anchor QEA
.6620 1 pe-<P 6 N07p I
EXHIBIT G -1
Anchor GEA
1 0125040531 I
116* I 3610 2011 nl ]0(.6511 1021 14r N 7.0 2" 00 24 04 2011 a.0 5 10 k1 I I I I i4:
SIM I 964 IE I SI I 7010 I ]010 2010 2070 3610 710 2010 701 2010 3610 2220 I 3614 All 30 1011 ]011 2011 7011 20 11 2011 4011 202 3011 3011 a
NMFM004R1n50 Se31 6632 6632 7200 0 102 100 240 70 304 402 104 1" x02 400 400 402 400 400 440 400 400 200 100 011 3420 Ati No 1202
541 3553 3553 3533 302703 16102 14100 25400 102 11301 15400 17400 1700 1% 02 19400 15500 11500 13102 1417 00 305203
5463 Enp1070550 2377 2777 2777 11105 602 602 102 100 6' 400 402 255 102 7702
07000..021 1924 1931 1931 3100 400 2" 200 202 2 02 403 200 700 200 1100 200 202 040 3 00 300 700 200 200 600
119214 I I 1 1 1.257021 0200 "3" 202' 11100 25202 3 219" 17700 151001 1.66400 11102 157" 20002 11900 161" 211701 201" 201% 1000 100 I 1622021 1 1 5251'1
1 COST OF MELT EXPENSES
I I 1 I I •M 170" 71 707 0 Alp 4 56 Sq 011 x 5. Wx 3611 01 36,1 y 1.0 a1 x y T 44 I y1tt1
0510
0 10170 20 2010 Alp AID I All 2020 All 4011 711 fill 3611 All I 3011 I 361} I All
0 ra 6500 2500
,220 050 050 050 9.11600 53400 55055 634 00 51400 52400 51200 536 00 525' 221" 52502 MOO 52500 51102 51103 410 00 11012
Car 3,13500 5600 20000 20000 20000 20000 20002 20000 20255 200" 020' 20000 20000 200 DO 210.
%000 120" 71'
14427"44 1.65941 1494 10000 10002 10000 10000 100 00 12000 1W' 10204 %942 100 00 10030 102" 100 00 100" 10000 100" 340 100" 1 521
170.3 I 1 11.500 111 7534 10190 92900 51940 139.44 221" 13102 926" nobl 11%211 00000 21100 040' 92100 91000 0,500 029" 4092 20500 1 7501051 1 74 5'111
COreerE000Sr CURVE I
Ar
I Alp I
2010 30 11) 701::2„ 111E121ES11 1402 0' 2 0 a an 81 44 20 51 0 00 x 04 1004 111 7
110 0 4+ w0 0ry I 921320 1 7V :0 17 I 0
1123 240. Rxe 4 220 I 7510 4010 7010 7010 2010 710 71 I 3610 I 711 2013 r1 1 1 1 1 7 2011 3611 20 w
03514
3 0 0 4 4 7 5 0 6532 6532 6532 1,91901 13 21 71 72121 7370 72521 37121 ]1320 273]1 27321 27136 2451 57 773 22 27322 72121 14321 21] 26 221]1 21371 116 64 7011 3621 .212 360 u
1,
546151gr631n50 3771 1771 27 3.9%66 3624 72210 17)10 17110 72415 2716 22216 1 %511 212 22216 222 22410 n211 22216 21216 1 1991%
51a53Fr197R19Mk1 3553 3533 3553 10790/61 1.611 6.954 1270% 667910 714 14 5,31171 5.50759 51.71620 132550 619212 6 }7105 0,512 6922 11 60.
1931 1921 1931 1
65416 344 344 M4 564 144 314 364 3412 344 34 34 4 51 344 M4 364 364 104 v4 14 4 !3 7116 192 65116
033.S.... 033.S.... 5r116Y 16]16! 16126x1 171707 47 77056 4.21356 753137 1,211% 1,713 0 .2 5514 50 113% 509. I 53%1311 1
10
0. 912902 0017» x577 011 97 47121 1 29 22 3
57 531 20% 52111
156 it 11 1755 1 1 9• r9 r nI S I I 154;;1 1 Srr�,l4rwm.n9L03 300020 303520 F'44 1101 11 436 110 250 "14 014 7102 677" 1
e fbxl.uo119M1Up I 'AOIJI 1524 5002 142" "0" 01000 5 650" 1 211' 2 141001 1 71 %"1 2162 2921" 1222" '2" 501201 1 7751 I 5 21 1 I 3412
513170414/20 012" 57202 ee" 41" 200" 16
1 012LF0TIMA1ED 00510 1 359.60000 1 5.752 01 ]2.071 27,07120 77 %791 )5.021% 37.570% 09.2%21 1,15131 )1 1 192504761 20.%483 20,42% 7,521755 217104 213194 7, %751 1203116 ».07116 1.25401 6144 1 07.363)11 I 35560000
SWloleo6 10005 _Soull4enle,Petlw4E91N"SNNep" h0u9e3e4s554Wl W11C1E1Ex_G1 eu09el(F1Np610WR3! 3 0100 3 21 512 2
Pape 1011
Ilse
0a4108111 t 00,02103.
100 011 10021 20181009 14. 10. 457 len MY Sp Oa 1146 30. 1 480 6 6
509 014 S. 10305 010 010 010 1010 010 010 2010 2014 010 2010 018 011 011 2011 1 '2011 011 011 011 1021 01 1 1
1 2011 2011 011 10 7018 0001
8236 025 MP 5785 5885 0725 8400 409 620 400 400 420 68 48 620 400 400 2010 400 403 410 400 400 400 48 420 48 410 220 100 4400
Sr Ped Eng 5100 5010 33600 10020 020 3220 2720 8870 8720 1 1720 1703 2806 500 2 3 5 26560 100 1620 1620 16 1003 2600 35 KW 1600 1620 18410 11000
44 Ey1 0305 6805 4305 OW 1600 748 800 103 103 100 000 88 400 400 460 784
2110 8100 8190 1,10000 BM 1R. 484 MOO MN NOM 1880 17010 2 1.30011 15400
:ADO Man. 4043 4063 4063 1600 160 860 7460 1460 0310 4000 1603 1803
M 3.2 fen 5010 511 80 5000
51207200630000 408 4090 4090 1003 620 600 403 403 1070
01 261..006522 3714 0114 3184
6210.2311 11.30 3150 810
02 715 55040 5000 1060 4010 170 110 748 410 410 400 410 1610
Sunny nth 118 3150 8150 MOM 020 860 6003 IOW 1000 1000 1001 1000
7100
5m80. 190 3035 4935 008 808 6010 1010 010 010 010 810 0060
54410000 1130 3150 3203 4400 700 110 200 28 200 18 110 101 000 110 010 200 2 OD 810 210 310 200 100 203 200 110 310 200 1610 420
6370.0031 010 fie 009 9200 400 400 410 68 400 48 410 400 410 410 408 420 440 403 400 100 400 110 610 400 600 010 400 528 5110
.10 13568 UM 7410 n400 11800 108 0010 10200 MOO 1148 108 1,14800 UN 4010 OM 0003 8,00 NW 110 GOO 800 NW 800 4m 0258 7.02600
1 COST OF DIRECT EXPENSES
1 1 1
+0602
10140
I 0057075113501221120611
15.0... 22202.0 I
220 P0M008p1.61
110 310011
R40(010 8.21104.41
ITg4 1
I C01167E0C007CUR6E
2201 O4 440
Rd f
44 En6
0.443 0902.1247.02
C.0 5.54855
8430.
1608100
M GB4.p 07097
91.3.4
10 425
Sully I N
Survey..
any. .22n
I Om15YF Cqb
00002X80
.qqY
12228 Pe. 5530
08026:811 640.610
11 4680 Manf9e.d1044.
GOT &E511.20D
1.41.0408 1 602 0 021
07130
IIgY
CPF9
Den beeped 38526 030
i 01w 1 P0E<457916R4
0301
101.
965010
5.67 13
100
,0.m 171
I
2080 001
58000
1,5873
X,98021
Project Name: Southcenter Parkway Extension CM and Design Support Services
KBA Project No. 10005
Budget Estimate for DEA, Inc.
509 00 002 1� 40 200 90. 04 9w On 1 I 1 727 7 x w 1 o
010 0,0 000 010 2010 010 010 000 010 I I 002 2011 011 2221 017 2011 2011 001 2011 2011 2011 )01 I 012 I
752000 65000 832010 99200 94010
24719 008 19000 7800 79000 0020 09000 19000 23000 1.55111 90
2 003 0000 29400 79003 3908 0000 71000 )9005 0000 I 0,900001 1 1 56212
1)10 7700 1200 1203 118 118 1710 128 1203 20600 1770 1101 1720 1)10 1)20 2118 1010 1710 17 OD 2700 0020 1074 20022 21072
70911 1018 30700 02002 0784 0318 0000 70100 30110 140201 0700 20700 0100 00030 0000 0100 00830 0700 0030 0700 800 0 521 24 1 171081 1 1 1330717
670 7000 An 04 Any N. Oa Ran 200 3,10 007 206 M. 8 10 6247 002 AI 609 Sep 0a
7020 2010 2020 0 2010 2010 010 010 x01 010 I 011 2011 7011 1 2011 011 2011 011 001 Nil
1.660 168 1666 1666 168 1666 1.4 1,666 14 90030 I 1665 1,665 1.84
Sap 500 SW 500 510 501 220 SOO 200 0000+ 500
571 500 510 1.51000
2600 40. 1630 066 8014 0,146 1.026 884 i4161 X 1 7.164
4006.17
fi1
I
5.001 5008
5,506 mI
x.02 I 1�4.
ro1x 1
EXHIBIT G-1
DEA. Inc.
708000
00800
1003
MOO 00
010 00111E03 20111059 6.. n Ay 44 x,0 0 2 at 0w 0.0 14024 x02 301 4. M 70w .902 04 034 215 e w e elan w 4
Rao 04, LW 2010 020 010 7010 2010 7010 01 01
0 0 2010 2010 010 2011 011 021 011 011 7011 2012 1 01 0 101
1 11 1 0
011 2011 7011 au
5002 5205 590 818 22200 11200 1118 21100 72200 0170 7218 0200 231 00 0130 1,11000 0210 21100 0210 020 11100 1 02100 2218 72100 2020 11200 11560 15428 415100
588 518 5410 03400 610 40 117160 18260 1810 1818 90820 70500 20560 788 4100 115740 2065 9108 90310 24005 94200 9408 94060 8010 968 408 908 91000 1 001070 273410
038 0110 4
1440 50 1110 1170 11110 5168 11440
3150 11 50 5150 850000 1020 50100 5,0700 5.54400 10060 5380 07867 1378 X108 765800
40 43 4042 40 43 e 17100 12344 648 9037 8032 1617 20 16110 6416 6248
4100 890 40 90 4090D 24540 Mb 16103 1636 410
3774 020
3150 1130 1150
508 5000 bb 70108 8403 848 670510 201 60 008 702 60 728 8800 262677
3150 3150 1150 120000 92571 60500 11800 11500 21500 11503 1150 ,0000 1150 CO
813 0210 80 967707 7.66100 1118 09703 8700 00100 8203 91700 39098 0388
1150 3150 130600 800 6140 63 06 003 028 63W 6310 6320 88 001 846 818 0100 6110 86 2 %m
7009 7009 08 15811 078 0716 1117 100 11. 1036 11716 11236 1177 1127 1106 1170 2178 1815 1076 11716 1170 0411 11236 1110 1170 4
0216 .36 1 151470
1
91816 1 75 1000 560226 8016 n 4698 mN 4.210 18025 762024 26822 10200 16208 145526 01667 408 11514 1068 110312 201816 018101
372146 37410. 10)0.8 0112 50 8 8 0108 154729 00 28 21.01 1 218 4
19 09.21 8 90 8
11 7 5 7 0 9 )9128 1415 400 97636 43062 8 8
20912 162,62
50 6 1
0 I4 71748 22 23 02057 14364 1851) 8237 12 78 0
80 0 1
963 20. 4 00
0 4 10 3 1 011 5950. 6 02 6 9 17 9 41 202502 64 1565816
327005 MO. 30 OM 000 8 1 0 77 04 8 7 7 2503 1.S76 51 70002 7024 51 34071 1,918 1600 1900 00 0 01 155855n 8 02 IN.
509510 8066 7 1677 718272
1551202 0 302. 10710 73700 18700 30700 0010 30}03 051. 3076 008 6510 74 972774 15702
4 9
7'520. 205600 82608 7 2403 766600 7.560 2500 03 7,18 72.00 00020 7,16600 261600 174 00 55.03 750000
170.500133 1 18150 1/.101 720240 7.123 0 722514 141411 77077 7 1648 10078 0971011 5694 1065477 10.27 20617 940 9008 400177 ,00255 26400 336416 0744 3280 .070 50 32000.
11110000
159
06,80.11
8270.21018.22422 12.7 9wIg100W_380..844my.6 .12213p0h40n01. 8016.1700.008.281 FOOGIGE,G.1 En001.1.61DE4_70100124
P 2160
1ehn.6 6y M.100.,0 .24 1 0 1
Summary of Labor Cost
Staff Hours Labor Rate Cost
Associate III 45 $120.02 $5,400.90
Associate I 132 $72.01 $9,505.32
Project Coordinator 74 $60.01 $4,440.74
Graphic Designer 2 $96.02 5 192.04
Total Labor Cost
Total Direct Cost
Total Budget
Exhibit G -1
Subconsultant Fee for Envirolssues
$19,539.00
S 461.00
$20,000.00
Ex_ G- 1 _Budget(FINAL)Envirolssues.docx 1 of 1
EXHIBIT G -1
Subconsultant Fee for HWA GeoSciences, Inc.
HWA's fees are based on an Hourly and Per Test Basis, not to exceed $106,000.00, per the
attached Billing Rate and Fee Schedules.
S:\ Projects \Contracts \Client \Tukwila\ 10005_ SouthcenterParkwayExt \Drafts&NegotiationRecord s \In-
houseDrafts\Supp1_FuIICM\Ex_G-1_Budget(FINAL)HWA.docx 1 of 4
EMPLOYEE
Sa Hong
Ralph Boirum
Lorne Balanko
Arnie Sugar
Gary Harshman
Vance Atkins
Steve Greene
Teddy Taddese
Brad Thurber
Peter Pearson
Daniel Coltrane
Tom Kinney
Erik Andersen
George Minassian
Bryan Hawkins
JoLyn Gillie
David Maloney
Donald Huling
Terry Horton
Christiana Fisk
Tink Kinney
Tony Martin
Harold Benny
Brian Cocker
Matthew Spenner
Kimberley Swanson
Alix Rackleff
David Prihoda
Ashley Crane
Jessica Herrera
Carol Micek
Danielle Werner
Joan Kinney
Notes:
Represents Capped Billing Rate
HWA GEOSCIENCES INC.
2010 HOURLY AND BILLING RATES
(Effective 01/01/2010)
TITLE
Principal IX
Principal IX
Principal IX
Principal VIII
Senior Environmental Planner VI
Hydrogeologist IV
Geologist V11
Geologist IV
Geologist IV
Geologist III
Geologist!
Geotechnical Engineer VIII
Geotechnical Engineer VI
Geotechnical Engineer V
Geotechnical Engineer V
Geotechnical Engineer III
Geotechnical Engineer 111
Geotechnical Engineer 111
Administrative Support
Administrative Support
CAD
Field Technician Manager
Lab Technician Manager
Lab /Field Technician 11
Lab /Field Technician IV
Lab /Field Technician 111
Lab /Field Technician 11
Lab /Field Technician 11
Lab /Field Technician I
Lab /Field Technician I
Marketing Manager
Marketing Assistant
Comptroller
HOURLY
RATE
$97,26
$82.93
$75.48
$64.90
$55.00
$33.89
$55.53
$32.45
$30.77
$25.72
$22.84
$67.31
$48.08
$45.43
$43.27
$33.53
$32.69
$32.69
$24.52
$20.43
$21.63
$36.06
$31.25
$18.00
$25.00
$23,00
$20.43
$18.00
$16.83
$16.59
$32.21
$16.59
$46.63
BILLING
RATE
$235.00
$235.00
$235.00
$220.00
$190.00
$115.00
$190.00
$108.00
$108.00
$88.00
$78.00
$225.00
$163.00
$150.00
$150.00
$114.00
$114.00
$114.00
$83.00
$69.00
$74.00
$122.00
$107.00
$62,00
$86.00
$79.00
$70.00
$62.00
$58.00
$58.00
$110.00
$58.00
$160.00
Exhibit G -1
Page 1 of 4
STANDARD SCHEDULE OF FEES AND CHARGES
Al! prices are effective May 1, 2009,
HWA GeoSciences Inc. holds accreditations from both the American Association of State Highway and
Transportation Officials (AASHTO R -18) and American Association for Laboratory Accreditation (A2LA). We
participate in the sample proficiency program from AMRL for soil classification, coarse and fine aggregates, Hot
Mix Asphalt, California Bearing Ratio, and compaction; and CCRL for concrete.
PROFESSIONAL SERVICES
Request a schedule for labor rates.
EXPENSES
All Outside Expenses (ie, airfare, subsistence, equipment rental,
materials, reproduction, etc.) Cost plus 10%
Drilling and Chemical Laboratory Subcontractors Cost plus 15%
M` lz) Current IRS Rare
Project Sample Storage Beyond 30 Days from Final Report
Per month $100.00
LABORATORY TESTS
Soil Laboratory Tests
Tests for contaminated soils will be quoted per individual request. In addition, all
contaminated soils will be returned to client for disposal
Atterberg Limits
Liquid Limit and Plastic Limit (ASTM D 4318)
One Point
Three Point
California Bearing Ratio (ASTM D 1883)
(Requires Moisture /Density Relationship Test)
One Point $200.00
Three Point 525.00
Consolidation Test Incremental Loading (ASTM D 2435)
9 Loads, 0.125 TSF to 32 TSF, 4 Unloads $525.00
Each Additional Load $45.00
Consolidation Test, Controlled Strain (ASTM D 4186) $650.00
Grainsize Analysis
Combined Analysis (ASTM D 422) $200.00
Hydrometer Analysis (ASTM D 422) $170.00
Passing #200 Sieve (ASTM D 1140) $55.00
PSEP Particle Size $250.00
Sieve Analysis -Wet (ASTM D 422) $85.00
Moisture /Density Relationship
Proctor Cohesive (ASTM D 698, D 1557) $215.00
Proctor Granular (ASTM D 698, D 1557) $180.00
Moisture Content w /Description $16.00
One Dimensional Swell (ASTM D 4546) $625.00
Organic Content Test (ASTM D 2974) $65.00
Permeability Tests
Permeability of Granular Soils (ASTM D 2434) $275.00
Falling Head Test (WSDOT 605) $200.00
Triaxial with Back Pressure
2 days (ASTM D 5084) $425.00
Each additional day $150.00
Triaxial with Back Pressure
(6 -inch diameter) (ASTM D 5084) $525.00
$95.00
$135.00
Exhibit G -1
HWAGEOSCIENCES INC. OM
11'4V{�.114Y :1L1{)Cl Il 1�iL' Clfn
1
LABORATORY TESTS (continued)
Permeability Tests (con't)
Estimate of Effective Porosity $545.00
Field Capacity (sand) $195.00
Sand Drainage Characteristic Curve $375.00
Relative Density (ASTM D 4253 D 4254) $350.00
Shelby Tube Extrusion and Sample Description $35.00
Soil Resistivity and pH (WSDOT 417) $90.00
pH Only $35.00
Resistivity Only $65.00
Specific Gravity Test (ASTM D 854) $80.00
Strength Testing
Direct Shear Strength (per point) (ASTM D 3080) $120.00
Direct Shear Strength 12" box (per point) $150.00
Residual Shear (per point) $130.00
Triaxial (c -u) (ASTM D 4767) $500.00
with K Consolidation $750.00
Stress Path Tests $650.00
Triaxial (u -u) (ASTM D 2850) $200.00
Multi -Stage Triaxial (c -u or c -d) $1,200.00
Unconfined Compressive Strength (ASTM D 2166) $100.00
Modulus and Dampening of Soils under
Cyclic Loading (ASTM D 3999) $750.00
ResilientModulus of Base /Subgrade (AASHTO T296) $600.00
Unit Weight
Cohesive Soil by Waxing (USCOE) $80.00
Percent of Solids Calculation $16.00
Porosity (incl. specific gravity/unit weight) $100.00
Soil in Ring (ASTM D 2937) $38.00
Bulk Density of Solid Waste (ASTM E 1109) $40.00
Soil in Shelby Tube (ASTM D 2937) $42.00
Visual Soil Classification $16.00
Aggregate Quality Tests
Clay Lumps and Friable Particles (ASTM C 142) $90.00
Degradation Test WSDOT 113) $200.00
Fracture Face Count (without sieve) (WSDOT 103) $40.00
Grain Size (ASTM C 136, C 117) $85.00
Los Angeles Abrasion (ASTM C 131, C 535) $180.00
Organic Impurities (ASTM C 40) $45.00
Percentage ofMaterial Passing #200 Sieve (ASTM C 117) $55.00
Sand Equivalent (ASTM C 2419) $70.00
Soundness Using MgSO (ASTM C 88) $375.00
Specific Gravity Test
Coarse Aggregate (ASTM C 127) $70.00
Fine Aggregate (minus #4 mesh) (ASTM C 128) $80.00
Unit Weight by Dry Rodding (ASTM C 29) $60.00
Page 3 of 4
STANDARD SCHEDULE OF FEES AND CHARGES
All prices are effective May 1, 2009,
Concrete and Masonry Tests
Compression Testing of Concrete Cores
(includes trimming) (ASTM C 42, C 513) $60.00
Compression Testing of Concrete Cylinders (ASTM C 39) $25.00
Compression Testing of Grout and Mortar Specimens
(per specimen) (UBC 21 -18, 21 -16) $18.00
Concrete Beam Flexural Strength Test (ASTM C 78) $80.00
Concrete Cylinder Molds $2.50
Concrete Cylinders Sampled and Cured (not tested) $12.00
Concrete Mix Design (fixed gradation) $2,000.00
Density Test
Concrete Cylinders $35.00
Light Weight Concrete Cylinders $80.00
End Trimming ofSamples (ifneeded) $20.00
Splitting Tensile Strength Test (ASTM C 496) $80.00
Shotcrete Panel (cut three cores and compression test) $300.00
Geosynthetics Tests
Geomembrane to Soil Shear (per point) (ASTM D 5321) $200.00
Shear /Peel Strength Test (ASTM D 4437) $125.00
Asphaltic Concrete Tests
Asphaltic Concrete Mix Design (Marshall Method) $2,000.00
Bitumen Content by Extraction
Extraction only (ASTM D 6307) $90.00
with Gradation (ASTM D 5444, D 6307) $145.00
Bulk Specific Gravity and Density SSD Method
(per specimen) (ASTM D 2726) $45.00
Bulk Specific Gravity and Density Wax Method
(per specimen) (ASTM D 1188) $70.00
HMA Mix Correction Factor (ASTM D 6307) $180.00
Marshall Stability and Flow Determination
(3 specimens) (ASTM D 6927) $425.00
Percent Air Voids in Compacted or Open Bituminous Mixtures
(ASTM D 3203) $150.00
Rice Density (WSDOT 705) $90.00
TSR $600.00
Rock Tests
Abrasion Resistance (ASTM C 535) $200.00
Ethylene Glycol Accelerated Expansion $200.00
Riprap Soundness (ASTM D 5240) $300.00
Specific Gravity and Absorption (ASTM C 127) $70.00
Splitting Tensile Strength of Rock Cores
(10 Discs) (ASTM D 3967) $210.00
Unconfined Compressive Strength
of Rock Cores (ASTM D 2938) $100.00
EQUIPMENT CHARGES
Laborwinbe charged in addition to equipment charges.
Air Filters for Development (per day) $50.00
BK Development Pump /Surge Block (per day) $20.00
Bolt Tension Calibrator (per day) $50.00
Carbon Filter (per day) $50.00
Coating Thickness Gauges (per day) $25.00
Combustible Gas Tech Meter (GT 302 3220)
Per day $95.00
Perweek $300.00
Concrete Air Meter (per day) $25.00
Coring Equipment Charge request a schedule
Data Logger and Transducers
Per day $150.00
Per week 500.00
Dissolved Oxygen Meter
Per day $95.00
Perweek $300.00
Flow Monitoring Set
Per day I05.00
Perweek $400.00
Geomembrane Tensiometer (per day) $60.00
Grundfos Redi Flow II Pump and Generator
Per day $100.00
Per week $300.00
Landfill Gas Monitoring Equipment (GEM 500)
Per day $95.00
Per week $300.00
Level and Stadia Set $25.00
Mag Particle (per day) $25.00
Nuclear Density Gauge (per day) $25.00
Per month $300.00
Peristaltic Sampling Pump
Per day $50.00
Perweek $90.00
pH- Conductivity Temperature Meter
Per day $40.00
Per week $100.00
Photoionization Detector (Mini Rae HNU Microtip)
Per day $95.00
Per week $300.00
Pneumatic Pressure Indicator $95.00
QED Bladder Pump Controller
Per day 50.00
Per week $90.00
Safety Equipment
Level D (solvex gloves, disposable suit)
Level C2 (above plus respirator)
Level C1 (above plus chemical suit)
Level B (above plus SCBA)
$25.00
$50.00
$95.00
$300.00
Sensidyne Monitoring Equipment (does not include tubes) $15.00
Sediment Coring or Soil Sampling Kit
(does not include shelby tubes) (per day) $50.00
Torque Wrench (per day) $25.00
UT Thickness Gauge (per day) $50.00.
Well Probe (per day) $15.00
For more information, please contact:
Lorne Balanko, PE, for Geotechnical Services
Arnie Sugar, LG, LHG, for Geoenvironmental Services
Harold Benny for Laboratory Services
all at 425.774.0106
Page 4 of 4
Direct Labor Base
Description
Payroll Burden
Payroll Taxes
Group Insurance
Bonus
Retirement Pension
Vac./Holiday /Sick
Other Emp. Benefits
Total Fringe Benefits
General Admin. Expenses
Indirect Labor
Auto Expense
Bid Proposal
Communication Exp.
Computer Tech. Support
Depreciation
Business Insurance Expense
Legal Accounting
Miscellaneous
Office Rent
Professional Dues
Subscriptions Books
Supplies
Taxes
Training Education
Travel Expense
Total G&A Expenses
Total Overhead Expenses
Financial
Statement
Amount
$6,022,651
Overhead Rate 183.00%
Anchor Environmental, LLC
Overhead Schedule
Fiscal Year December 31, 2007
WSDOT
Anchor Adj. Adj. Ref. Accepted Amount
$614,745
$816,251 ($17,011)
$1,526,716
$222,317
$793,089
$32,352
$4,005,470 ($17,011)
$3,837,878 ($198,014)
$76,160 (554,994)
5212,490 (570,122)
$231,545
511,454
5283,953
$162,734
544,722 ($35,653)
5461,650 ($266,704)
5751,079
$13,261
$16,107
$384,034
5348,826
534,657
5145,628
$7,016,178
511,021,648
$614,745
A 5799,240
($276,218) L $1,250,498
5222,317
$793,089
$32,352
($276,218) $3,712,241
E,F,G,H,I,J
($194,946) ,K,O,P
($2,186) M
(528,677) (513,201) I,N
(5654,164) (5210,887)
(5671,175) (5487,105)
(5554) B,R 53,639,310
C 521,166
B,Q $142,368
$231,545
$11,454
$283,953
$162,734
D 59,069
Anchor Enviraunental, LLC Reviewed Accepted on 8/18/08 NM
Anchor Environmental Overhead prepared by Linda Krrippaelme
"Overhead Rate subject to audit"
Please note that Anchor Environmental does not segregate, identify or track their unallowable expenses
as required by 48 CFR 31.2016.
$0
$748,893
$13,261
$16,107
5384,034
$348,826
$34,657
$103,750
$6,151,127
163.76%
Exhibit G -3
Anchor
$554 R $6,023,205 100.00%
10.21%
13.27%
20.76%
3.69%
13.17%
0.54%
61.63%
60.42%
0.35%
2.36%
3.84%
0.19%
4.71%
2.70%
0.15%
0.00%
12.43%
0.22%
0.27%
6.38%
5.79%
0.58%
1.72%
102.12%
59,863,368 163.76%
Page 1 of 2
Description
Anchor Environmental, LLC
Overhead Schedule
Fiscal Year December 31, 2007
Financial
Statement WSDOT
Amount Anchor Adj. Adj.
Ref. Accepted Amount
References
Anchor Adjustments:
A Key Person Life Insurance unallowable per 48 CFR 31.205- 19(e)(2)(v).
B Marketing unallowable per 48 CFR 31.205 -1(f). Marketing Labor of 33% was removed
to match the disallowed marketing directly associated costs in the Bid Proposal Account. WSDOT will
accept the 33% that was disallowed by Anchor. In 2006, Anchor removed 32.99% for marketing labor.
We will expect Anchor to track and segregate these expenses for future periods per 31.201 -6 c to
avoid the disallowance of the entire account.
C Auto expenses unallowable per 48 CFR 31.201 -6c. An estimate by Linda is being accepted for excess
auto expenses since these costs are not tracked in accordance with WSDOT Accounting Manual,
Ch. 10 Travel.
D Federal Income Tax Prep Fees in excess of $250 unallowable per 48 CFR 31.205- 41(b)(1),
31.201 -6(a) and WSDOT 0 /FI Policy.
E Interest unallowable per 48 CFR 31.205 -20.
F Gifts unallowable per 48 CFR 31.205- 13(b).
G Local Meals unallowable per 48 CFR 31.205 -14 WSDOT Accounting Manual, Ch. 10, Travel.
II Direct project costs unallowable per 48 CFR 31.202(a).
I Alcohol totaling unallowable per 48 CFR 31.205 -51.
J Entertainment unallowable per 48 CFR 3I.205 -14.
Q Sponsorships unallowable per 48 CFR 31.205 1(1)(3) and 31.208 -8.
WSDOT Adjustments:
K Holiday Party expenses unallowable per 48 CFR 31.205 -14 WSDOT Policy.No record of total ee's who
attended.
L Reduced bonus in excess of 15% per 48 CFR 31.205 -6(f) and WSDOT Bornss Policy. We will review Anchor's
bonus policy more in depth next year for distribution o f pro its.
M Common Control adjustment per 48 CFR 31.205- 36(b)(3) and 31.201 -4. Not Allocable.
N Executive Parking unallowable per 48 CFR 31.201 -4. Not Allocable.
O Local Meals unallowable per 48 CFR 31.205 -14 WSDOT Accounting Manual, Ch. 10, Travel. The statistical
sampling method used by Anchor is not acceptible for WSDOT. The steals and entertainment account
was tested and 94% was determined to be unallowable. WSDOT will require that Anchor track unallowable
expenses and segregate all costs for future periods to avoid the disallowance of the entire account.
Using Statistical sampling, Anchor removed $266, 704 of this account. We tested a couple months
and determined that 94% of what was tested was unallowable.
P Entertainment unallowable per 48 CFR 31.205 -14.
R Adjustment for Uncompensated Overtime per 48 CFR 37.115 DCAA 5 -910, 5 -910.2 and 6 -410.
Page 2of2
iyo
Description
David Evans and Associates, Inc.
SCHEDULE OF INDIRECT COSTS
Exhibit G -3
DEA
Year ended November 1, 2008
Unallowable
cost Costs, net
Total costs eliminations of eliminations Continents
Labor Burden:
Holiday Pay S 2,095,180 5 3 2,095,180
Sick Pay 2,116,377 2,116,377
Vacation Paid 4,669,267 4,669,267
Termination/Severance 256,804 256,804
New Employee Signing Pay
146,934 (146,934) 15
Vacation Accrual 8,013 8,013
Vacation Cash Out 307,637 307,637
DOL Compliance Labor 5.230 5.230
Group Ivied ical 7,638,850 7,638.850
Group Life Insurance 188,285 188,285
Workers' Comp Insurance 308,795 308,795
FICA PR Taxes 5,588,322 5.588 322
SUTA State PR Taxes 541,352 541,352
Other Payroll Related Costs 1,058 1.058
Civic Duty Labor 48,813 48,818
Public Relations Calculated Fringe Elimination (271.1 (271,141) 14
Union Benefits 1,049,122 1,049,122
Total Labor Burden 24,970,044 (418.075) 24,551,969
Indirect labnr 21.540.175 (666,520) 20,873.655 1,9,14
Public Relations Expense 385.689 (385,689) 1,2,3,14
Selling Expense 352,175 (33252) 318,923 2.3
Occupancy 9,444,926 (297, 9,146.986 16
Communications 1,525.319 1,525,319
Supplies 1,465,514 1,465,514
Publications and'_vlemberships 335,558 (13,068) 322,470 2
Computer and Printer Costs 1,175,313 1,175,313
Vehicle Expenses 2.803.410 (86.132) 2.717.278 17
GetreralAdministrative 891,649 (82,228) 809,421 2,3,4
Training Expenses 1,305,764 (75,226) 1,230,538 2.3,4
Employee Recruiting and Retention 1,219,811 (639.578) 580.233 2 ,1
Professional Services 2,005,414 2,005.414
Business Insurance 1,200,069 (31,014) 1,169,055 7
Taxes. Licenses and Fees 1,089,863 1,089,863
Depreciation and Amonizaticn 2,3 1,104,996 2,323,204
Bad Debt Expenses 1,104,996 (1,104,996) 6
Contributions 320,586 (320,586) 5
4011( and ESOP Contributions 1,125,612 1,I2a,612
Profit Sharing Expenses 233,565 (33,643) 199,922 8
Interest Expense 286,079 (286,079) 11
Finance Charges 1,170 (1,170) 11
(Gain) or Loss on Sale of Fixed Assets 6.673 176,977 383,600 10
Rental Income-External (40.162) (90,162)
Miscellaneous Other Income (374,)54) 373,802 (352) 12
Miscellaneous Other Expenses 92,527 (94.735) (2,208) 18
Gain/L.oss Der Comp Assets (362,488) (362,438)
Income Taxes 1,828,000 (1,805,787) 22,213 13
Total General Overhead Expense 53,236,257 (5,406.934) 47.829.323
Labor Burden and General
Overhead F..xpe.nse Before Allocation S 78,206,301 (5,825,009) 5 72.381,292
DEEI Allocation 1,740,726 (372,432) 1,368,294
Total Labor burden and general overhead expense S 79.947.027 3 (6,197,441) 5 73,749.586
Direct Labor S 42,480,559 5 42,480,559
Overhead Expense Rate 188.20% 173.61%
Facilities Capital Cost or Money Rate 1.09%
Combined Overhead Expense and Facilities:
Capital Cost of Money Rate 174.70%
Page 1 of 1
Envirolssues
Overhead Schedule
Fiscal Year December 31, 2007
Exhibit G -3
Envirolssues
Envirolssues WSDOT Accepted
Description F/S Amount Adj. Adj. Ref. Amount
Direct Labor Base $2,714,257 $2,714,257 100.00%
Fringe Benefits
FICA Tax $309,482 $309,482 11.40%
FUTA Tax 4,466 4,466 0.16%
SIB Tax 29,525 29,525 1.09%
L I Tax 9,045 9,045 0.33%
Insurance Medical 246,567 246,567 9.08%
Insurance Emp. Life Dis. 1,468 1,468 0.0S%
Insurance Life (Principals) 1,963 ($1,963) A 0 0.00%
Employee Morale 9,810 ($8,185) C 1,625 0.06%
Employee Bus Passes 35,093 35,093 1.29%
Paid Time Off (vacation) 242,508 242,508 8.93%
Holiday Pay 140,561 140,561 5.18%
401(k) Match 112,990 112,990 4.16%
401(k) Admin Expenses 200 200 0.01%
Profit Sharing 294,000 294,000 10.83%
Bonuses 644,479 644,479 23.74%
Total Fringe Benefits $2,082,157 ($10,148) $2,072,009 76.34%
General Overhead
Wages Overhead $773,051 $773,051 28.48%
Wages Bid Proposal 228,219 228,219 8.41%
Temp. CIericaI Support 0 0 0.00%
Professional Development 160 160 0.01%
Relocation Expense 2,952 2,952 0.11%
Rent 574,842 574,842; 21.18%
Off Site Storage 1,206 1,206 0,04%
Utilities Non -Phone 737 737 0.03%
Maint/Repairs -Non- Computer 10,628 10,628 0.39%
Depreciation Expense 4,523 4,523 0.17%
Section 179 Depreciation 122,613 122,613 4.52%
Auto Lease 36,744 ($6,700) B 30,044 1.11%
Auto License 527 527 0.02%
Auto Maint. Repairs 6,681 6,681 0.25%
Insurance Auto 9,710 9,710 0.36%
Gas Auto 12,867 12,867 0.47%
Meetings 11,309 11,309 0.42%
Airfare 7,424 7,424 0.27%
Car Rental 14,937 14,937 0.55%
Page 1 of 3
Overhead Rate
Description
Lodging
Meals Travel
Mileage
Parking
Taxi Ferry Train Tolls
Advertising (incl. Employment Ai
Meals Business
Capital Cost of Money
Registrations
Trade Dues
GSA Industrial Funding Fee
Delivery
Postage
Telephone
Computer Maintenance
OnLine Services
Accounting Fees
Bank Charges (Late Fees)
Business License Expense
Copying
Equipment Lease
Insurance Business
Legal Expense
Office Supplies
Other Professional Services
Subscriptions
Taxes City: Seattle /Tacoma
Taxes Personal Property
Taxes State B &O
Taxes Use Local
Miscellaneous
Total General Overhead
Total Overhead Expenses
Envirolssues
Overhead Schedule
Fiscal Year December 31, 2007
F/S Amount Adj.
Envirolssues WSDOT Accepted
8,620 ($2,812)
1,018
4,110
26,245
1,884
3,384 ($480)
12,332 ($12,332)
5,125
16,063
6,823 ($348)
2,150
494
2,378
31,296
46,874
15,014
11,292 ($2,468)
93 ($93)
2,170
9,984
61,828 ($5,666)
21,105
516
36,792
17,637
783
33,723
2,284
121,956
584
3,254
$2,326,941
($275)
($31,174)
($41,322)
Adj. Ref. Amount
C 5,808 0.21%
1,018 0.04%
4,110 0.15%
26,245 0.97%
1,884 0.07%
D 2,904 0.11%
E 0 0.00%
5,125 0.19%
16,063 0.59%
F 6,475 0.24%
2,150 0.08%
494 0.02%
2,378 0.09%
3 1,296 1.15%
46,874 1.73%
15,014 0.55%
G 8,824 0.33%
H 0 0.00%
2,170 0.08%
9,984 0.37%
B 56,162 2.07%
21,105 0.78%
516 0.02%
36,792 1.36%
17,637 0.65%
783 0.03%
33,723 1.24%
2,284 0.08%
121,956 4.49%
584 0.02%
2,979 0.11%
$2,295,767 84.58%
$4,409,098
162.44% 160.92%
Envirolssues, Inc. Reviewed Accepted 4/7/08 NM
Envirolssues, Inc. Overhead compiled In House by Pain Buckley, Accounting Manager.
$4,367,776 160.92%
Page 2 of 3
Description
Envirolssues
Overhead Schedule
Fiscal Year December 31, 2007
Envirolssues WSDOT Accepted
F/S Amount Adj. Adj. Ref. Amount
References:
Envirolssues Adjustments:
A Key person life insurance unallowable per 48 CFR 31.205- 19(a)(2)(vi).
B Interest costs unallowable per 48 CFR 31.205 -20.
C Travel costs in excess of Federal Travel Regulations unallowable per
48 CFR 31.205- 46(a)(2)(i)
D Public relations and advertising costs unallowable per 48 CFR 31.205 -1(a)
E Entertainment unallowable per 48 CFR 31.205 -14.
F Lobbying costs unallowable per 48 CFR 31.205 -22.
G Excess federal income tax preparation fees unallowable per 48 CFR 31.205- 41(b)(1), 48 CFR
31.201 -6(d), and WSDOT Overhead Policy,
H Late Fees unallowable per 48 CFR 31.205 -15(a)
I Miscellaneous adjustments by firm.
Page 3 of 3
Exhibit G-3
Breakdown of Subconsultants Overhead Cost
Account Title Beginning Total of Direct Labor
Direct Labor 1,213,052 100.00
Overhead Expenses:
FICA 154'464 I2.73
Unemployment 22/195 1^83
HnoKh/Amcidant|nsuronco 156,232 12.88
Medical Aid Industrial Insurance 5 0.46
HolidayNacation/Sick Leave 193,376 15.94
367,638 30.31
Total Fringe Benefits I 809'470 74'15
General Overhead:
State B&0 Taxes 77,727 6'41
Insurance 58,221 4.80
Administration Time No Assignable 535,541 44.15
Printing, Stationery &Supplies 40/744 3.36
Professional Services 17'676 1'46
Travel Not Assignable 29,463 2.43
Telephone Telegraph Not Assignable 31,276 2.58
Fees, Dues Professional Meetings 60,365 4.98
Utilities Maintenance 0 0.00
Professional Development 7,423 0.61
Rant 193'368 15.94
Equipment Support 46,541 3.84
Office, Miscellaneous &Postage 19'905 1.64
Total General Overhead I,118,258 92.18
Total Overhead (General Fringe) 2'017 l66.33
Overhead Rate (Total Overhead Direc Labor) 1.6633 1.6633
DOT Form 140-089 EF Exhibit G-2
Revised 8/07
Exhibit G-3
HWA
Page 1 of 1
March 29, 2010
Robin Tischmak, P.I.
City of Tukwila
Public Works Department
6300 Southcenter Boulevard
Tukwila, WA 98188 -2544
Dear Mr. Tischmak:
I.) l j _,3 r A S
f S
SUBJECT: SOUTHCENTER PARKWAY EXTENSION PROJECT
AWARD RECOMMENDATION
Attachment 8
David Evans and Associates, Inc. (DEA) recommends awarding the Southcenter Parkway Extension
Project (City of Tukwila Project Number 84 -RW37, Federal Aid No. STPUL-1041(003)) to Scarsella
Bros., Inc. as the lowest responsible and responsive bidder in the amount of $16,030,030.63.
DEA, along with the City, has reviewed the 9 bid proposals submitted for the project (see the attached
Certified Bid Tabulation). The apparent low bidder, Scarsella Brothers, Inc., has been deemed responsive
and has met the Disadvantaged Business Enterprise (DBE) certification goal of 11 percent. Upon review
of Scarsella Brothers, Inc.'s bid proposal and Statement of Bidders' Qualifications, including reference
checks (see attached), it was determined that they were the lowest responsible and responsive bidder,
pursuant to the requirements of Section 1 -03.2 of the Contract Special Provisions
Thank you and DEA looks forward to working with the City and Scarsella Bros., Inc. in making this a
successful project for all. Please call if you have any questions.
Sincerely,
DAVID EVANS AN) ASSOCJATES, INC.
Scott Soiseth, Y.E.
Project Manager
David Evans and Associates, Inc.
Attachments: Certified Bid Tabulation
Bidder Reference Check Form Scarsella Bros., Enc.
PAATUKA00000001.070013L[)SCP Award Recamendation Letter 2010 0329.doc
41; 118th Avenue Sc. Bellevue Washington 98005 -351£3 Telephone: 425.519.6500 Facsimile: 425.519.5361
CITY OF TUKWILA SOUTHCENTER PARKWAY EXTENSION
CERTIFIED BID TABULATION
mascal is, 2010
Total Bid Schedule A
Bid Schodulo 8 0(00 01 Tukwila Sanitary Sewer Imorovements
1115 No. 0150 Dascriettnn 0011109,
52 201100
Subtouil
Saks Tax 93%
atal 1314 Schuhrls B
Sid Schedule 0• Building Domolition
i item No. Iton ow-flown auanutv Unit Unit P003
1 CI 11.:40n9 C.0010.443 1 LS 5 62 SOO 00 s
Total Bid Schtdule C 5
8I4 Schedule 8 Prejset AskIttives (u ascribed in Special Provisions Division 50).
NIghline Water District Water Imorowinants
1 San 540: 1041 fiesal¢4i00 ationtar U04 Mit A Itco Con
kl.. F.A0 1 iS 0 140,00000 5 140.000,00
02 7 sAf60/ 1 LS 5 13.00000 1 1205.05
-...!?_:-C-
C24124 9 by 1,„
Joiss4t, P.E.
Oflirld &mu tied 4140c/Stis, MC.
YrriMa_. 04 r804.20,3401er...
Schedule A brought fonverd
50hoduls /I brought forward
Schedule C brought forward
Schedule D brought forward
Schedule 0 brought forward
TOTAL BASES%) PRICE
814 Schedule F RrOjest Addldvitat tat describrd In Special 00304(0ns ClIvIslsri 10)
Clty Of TtrkwIla Water Improvements
Ne. 151800505n0000
01
04' roo City ttr Tunas Wa 1.0n. c0110016
TOTAL BID 100311 ADDITMS
12422504490ne Contr.:ter 81 Propesrs
0)550.440 01 541103(18 0310.0.3540 ser Schou%
(2) 1433.315 Erroc tin
swncion 01391.0.4 Mal to 0055turne bsss
60 0103.
(3) 82336 Eller in 00 exlensOn 11401 F4
(4)00.01 Er50 sa1es 135 011046600 3:x101004a F
_4412
Unit
1.5
LS
0801, 0.51101353
Unft PrIu
523%714.00 1
65.40000
3 13,641157.47
S 3,670039.83
S 62,500.00
5 930000.00
5 1.970062.75
S 20.308.460.06
20,703,672.93
w.
Ski Schedule A Public Roadway 101020000511.00* 101020000511.00* lawn ria. Um DerscsIndon Quentriv qntt U5 00r105 eau 1 Lind Pries 0.650 1 u
95 1, Ve2r 4 2... ,k cr t 00 12009.107.47 1 12609.107.47 'S 11,003 09C W 5 11,050,00000 3, 10
A 1 10 1 2 0 0 00 00 1 24400200 4 7000 02 3 08000 05 s_,,,
53 0100(015
74 relo6 Tsorctiary Tr4618 Contret
1 LS 1111 1 3 500 1 3,500 00 5 4 00 S
430.300 CO 8
.500
460000 00 3 210600 4 0 t 250160.00 1
,0010'0 'S
i 1 .f 1 Ls i 00020 00 s s 101,0 1 vs,cass sb
As 1 1Ceotroi Prwsn3on. 804 0. -..........,-uotts,(SP0C) PM 1 LS 5 s xi) 00 s 500000 0 2000 03 6 MOO 90
97 2P ancoct tor Utt41 As Muted 20 1 EA 1 1,00000,..1 20,00000 1. 00050 s 1.8a88 s
Ail 1 CP/oiect geroduto 0.1.ornum gm 060 cocs 1 I is s 8o a0o.co 3 So aseso s 86 ees c 1 09.68306 s
Bid Schoduie 13 Owneralrected Wu*
1 nun No. 11m 0800050 dandle Unit Unit Prins Cost Unit Pd.
01 610(00 125411501 i 500.000 Esr 1 300 100.000.00 1 100
02 'Rost:1160n ofUlAityContliets t 60.000 tsr 1 00 9 00,000 00 8 1.60
P? P w.stwak" 80 0 5000005 8 109
818 ussosits. ps ss0 skirose, Hs.'" 19483 CC' i t _3390 t 150,00004 8 015
s eriesestrys *system r, Drected ;,;,30.000 EST i t 168 78 ikboSio 3 1.00
20.000 TO(2 .3_ 1200 S 340.00000 0 010
0 2 0.Ws 10000 0014 .8 10.00 1600000 0000
151 4.37Astt Cast 1 Abuitn '3 1 1 C.0000 i iii.oSo ea s 120.000.00 1
T0181 Bid Schedule D 3 900,909.80
S 13,441,057.57 11,413,300.00 5 11,135.260.00
Co*, i 0180 0,119 Cost 1 504 0009 Cost
OS 40100 3 1 13 1 1.00 1 1 29 SOO 03 2900000
3,201,704.00 2 9 7:0 041000 3 1,150.000 001_1 '2 013 CO0 00 5 3.403030 30
5 3,357,1 14.00 1.750,001.00 5 3,492,500.00
5 310925.83 166,230.10 331.75700
3 3,076,019.83 3 1,916,251.10 S 3,824,251.50
Cost 4 thIR Arlet 00 (301t000*
32 WO 00 1 S 40 KO CO t 400000010 306000111
62,500.00 40,000.00
Can Unit Pflu Cast
108.00002 9.00 5 _100.00000
Now ro roe so,boo 00
iS.o8a so s "1.061 16,057360
40.100 00 1 1200 1 121.60000
(0.000.02 100 50,00303
181000.03 0 s es 'vexboorso
46s50005 170 COO 01
(20.00002 2 1200700067 12000000
849,000.00 S 901,500.00
Unit PrIca Cost 1.110 1.(534 1 Cott
3 107 3 1 CO 1 2' 300.00 S 21.000 00
5 1 03 3 1.00 5 '.2201(115 1.200 00
IFtnIsh SAO 5%151 OtteteAlreo ThrtoTor 55 50
Quantity Lind Unit Pries Cost 1 Unit Pd.
i 1.5 3 354,425.00 354,421.001 3 3405X CA
i Ls' 6.5000e 0 41,00405l 90.0
Subtotal 360,925.90
Salts Tax 9.5% S 34,287 18
Total Stid Schedule S 395,212.88
11,483,000 00
S 1,916,251.10
S 40,000.00
5 849,000.00
3 1.367,930.94
18,667,112.04 I
cast 1 Uns Prwe
s 340 003 00 0 453 00: 03
100(0 092 08
S 340,301 00
S 32,347 60
S 312:84340
S 16,030,03093
2
Nottnvmst Colstructian,Inr.... I
04 70504 cost
180000 70 1 10.750,000 00
255,200 CV: 256.260 00
07015 4,50029 14$,$PC 00 196,00300
9003641 9 OW 00
000C 90 2.620.0*
900 00 13.003 60
6000006 SO 000 30
cost
35.000 03 1
35,000.00
3 I 1,285,260.00
3 3.824,207.50
S 33,000.00
3 901,300.00
5 1.395.745 10
17,641.796.60
Cost 1
450.900 03
1. 20000
451,200
42,864 00
494.064.00
10,035,869.60
Page 1 of 4
8
2
A
5
8818,88888g
g'gi?.g '2i .41d g
8 8 8,8 Z
sti; gr' !g
V388
Ss. SS 8,88,8 8
I
I
s 8 88 $ia 8'8
g
i I I Ai ■c 7
888
so eed. vl
la§
88 8 g
§ag
1•82.
8,8
g.
888 8 s
r
ig
8
88
3
0.3
8
3
0
a
A
8888'88888
tg.tgg!g.g
121.20 842
u
I
8j8 8;88 8 8 8
88
18.28,e8ge..85;
8288
8
1
88,!88
4.
2
i• 55
888 888'8888.8 $888888888
1
8.888888808888'8888
g
8818888888288.88883888888
1
1
88 8 8;88 8 to:,'Is
1
gig gg :8 88888 7.8
VI On VI. OW v.. VI: vl HIN A ,n, 4rt vP
.m ..4.: 3,§T; p.:t1 s.' ..1
88.8: 8.8 28 88:8:8 88, 8.3:8 8 8'8.
1g
g :sax-4i., n■ ri
o'.0 44 .0"...o In ..ve .4'�3'S leo v...0
2
i i:_ ,:A ,.......s s
e' sio...' 0.* St
‘1
,i, 1 6 1 i I
J i iii
IPA --,5 ..71: ftlllji:
r
H4 gifl t i 1H .111'1
V S 4:: 5414;1 I ,§1
H 1: 6 i'1"4 eil.
Of itil
ilittiliill
t i
a 2 i Al zj=›
1 i tiff( 111.
I
s e.mn ;111,1 EL:alE1,1
93 1`1;i'
g88
88 8 8. 13 88
15 54'.,7
88
§1
Vf
885
8
3.
VP!
885 2
9 588
8
2
g
g
Ji
a
CITY OF TUKWIIA SOUTHCENTER PARKWAY EXTENSION
CERTIFIED BID TABULATION
MARCH ti. 2010
Bid Schedule A Public Roadway Improvements
1 Item No.. Mont Doleatifoo 00080000 013 0110 Argo Cott Unit Poo* Cost t Una Pries Cost 1
Al Ro.0.a 1 5.5 0 l300).000� 9 10,000,000.00 1 1“7.5.000 00 11,420000 00 0 11,025.0N 01 0 11,025.00000
0.2 limp:wary 110sion's641 SintnentatilltitifeS0) 0 2
LS 1 0300C.03
0 250.00000 5 400,000.0s 4%04900 7 i 201,0to co 2_01.500.p0 1000 040 43 T00.'1 450102 1 f Cc 9 1.306.00 0 140 3 104o00
A4_ .!fn00:00Ti017'01iii14051sO04000l 1 te s See.coaoS s
50000000 0 010,00E% 25000000 s 2829so c9_,s 202000 00
AS :EIrdisi or EKREcCiVad011 CUL! El 1 0f S 1 L 1 C. 03 0
100000.00 1 si
15000000 0 5000020 '5 1 10005 00
0.13___Spi,Controt, Piivandort, sisl COuntermeisitue513PCt) Plan t LS 0 1000 30 1 10000 00 5 1.100 00 S 1.10000 i 144cw:s 1,50000
Al
I POltotinqtsi uiaines.i.i gaits) 20 EA 0 000 1 520000 f 'abo 60 1 1000.00 1 'ICC OC 0 620000
as Poo. C Prciect SctiodAs 0,301rturn Etsf SSO 000i t 50 7 s so 000 no 5 50 03006 s 12000000 50 COO 00 1 30.000 30 i 50000.00
Total Bld Schedule A S 11,826,500.00 0 1 12,419,500.00
Bid Schedule El City of Tukwila Swam Sower Imorovements
!menthe., 5.01 1:isolation Clusntits I Unit Un110000 Cost 4 Unit Mrs Cost 4 0001 Pries Cost 1
L,,,151 Solnyuy Uric, CC.01101 1 IS 5 3.0V,000 00 1 3,030.000w Is 3.07 0 003 :-0 3 0 3,075,00220 I 3 3032. MO GI 0 3.115-8,000 CC
1 hi 'Tianott Safes '50 003 CC 50.00000 1 5 t two :.-0 1 5 1.600 00 1 5 30 00i 01 5 so Eco iss I
Subtotal i 3,050,000.00 S 3,076.600.00 3,928,660.00
Silts Tex 9.5% S 289,750.00 S 292.277,00 S 373,222.70
Toisl 1348 Schedule il 3.339,150.00 0 3,368,877.00 S 4,301,831.70
Eild Schedule 0 Bulidln n Domolttion
Sim Ho. turn DIntettotion Quantity Unt: Unit fries Cost 4 Untt Pries Cat 5 50150 0,505, Coe
1 01 1341lli0e Demeason CorroNes 1 55 5 103 ZOO CO 0 100 000.00 I 5 34 CO0 10 5 20.000.03 1 5 30 100 00 8 50.5000)
Total Bid Schedule C S 100,000,50 S 34,000.00 30.100.00
BIB Schedule D Owner-DIrected Work
060 160 HAM 0000V:dm 1300n000 1300n000 Una Unit Pecs Cost 1 Cott Pa 1 Unit Pike co Cost Cott 5
see
.09 EST s 100 5 os s .00
_ioos.ta 9 too s 155400.00 .oso.o0
2
100 iss.s?s 00 s 0 wood to 1 1.0 3 50400000 i 00 1040000
1130 0
03 ,P1 90.006 set I s 1000 00.000 oa 0
01,2400u3/111 1006 SWiliissliiisi As:.,:f id aso cs 3230 5 nem CO 5 --3I63--;-1- 60 006 00 1 i oo S 040.00000 9 31 30 1 310,03000 s. ,...,.De iisaiseetliet As Btrectiti 60.000 i 661 1 0.00 50,000 CO 5 1.1 Q 6000000 0 5000 60.000 00
1.
00 '6 iorroff 12 00 1 .240,0000 3 1100 1 13003000 ee
07 SCOW/ Sp14$ 90000 'Teti 20 DO 200,C00 03 5
200,000 00 0 2100 0 25000000 0 i 10 87400000
Pi 0.5413.3 Cost 0'4•4:13nzs' Tmisi$ t
1 cAte s 120 030 00 '8 1206360 120.00002 1 020 030.00 I 120 .003 02 15 021100000
Tot41 Bid Schedule 0 1,210,000.00 1,200,000.00 S 1,115,000.00
818 Schedule E Project Additives (u 0400119W In Special Provistons Division 10
H1061)0* Water District Water Improvements
8650 tio: nem ileeertotion Clusntliv 0015 50105 0000 COM USIll PM*
Untt f•nr,s cost Cost
it Stobiesatoo 0 t LS 2 1,coa os 0 1.000 00 3 03.3C0 00 62000 03 5 30,000 00 0 60000 03
1 :Sr t LS
0 300000 8 200056 5 14440 62. 0 16:20000 0 30.009: co s 30.90930
ssm m 04 3 ,.f.lc•:? 0 06 0 .2:4 oa :T 102C 0 00 0 3.30003 5
0 0
4100 S 072,310.03 i 6
D4 F urnish awl trotes Docess 1. Pipe 380 WWI Main 14 R. Dismat ro
620.630 00 94 00 5
77197*U11106860fliit115 D0055111i pipayoiriws giin't2 to. Diameter 3,370 90 s .9AA, .196.0,0390 i VICO 0 230906.63 s 50 00 5
.00 0 6108003 0 26000.00
Ea INiiiiiii siii Install Cott* Yon fps tot1N
,suwmt.n 0 la Diameur 1050 f LF 0 _So da s 60100 95
.00 2 si 00: 0
7400 3.4 It 62 8K o:d idaii Velie 6 Via96116x
Er iitneit Gate What Use* eta 5 1 EA 3 000150 9 103,00000 3 50010 S 04.650.170 'S 3.000 o0 7 00 0• 03 9 5
000
le r EA i 2 00300 5 34100000 1 1'00003 1 3600060 5 5000 0.0 0
69 .4405e qa WM> It Value Bea 12 EA 0 120000 1440056 0L0o xi 1 1140100 1 152003 0 13.20000
"tio"_ts9ist c999949:0sysmi fiss 9 Iwo 00 5 2.000.00 1347 to 3 200100 0 7545013
'1 642*8145440564 s 4 50,1o.: 8 a IR Ott 5
450000 3 1.213 Co 1
E12 ,14Oce AsSernoty
7 300 4203000 4 2103. 00 3 1150050 3 51:.•0 00 21100 00
l
611 Fire iiedraotAttemtly 52 EZ 1 4. 0
5.00C Cd 15 21200000 5 4,720 30 3 249.10000 3 D0f,..00 5 _100000.00
ala Serace cceinecoons, Str to i*
6 "sa e'
EA 0 6,Ess600040 0 0000 55 0 :.71:4 CO 5 10,20000 5 1 X!0
E 3373 COnnipeos.;'
3,900 Ob s 190002 4, Sheba a we Co
650 2.46enCoreeateirost a4r Visite ArteeretA/ 82 EA 0 3000 00 9 .00000 1
t 30000 00 s 4.,0100 r 40200 0 030 30 s
Ell Adetorai Wrap Wm adettes 110000 LB 0 4 40 0 1000000 4
Efi AtaiecT5 aeriots
0,000 Os 0 sTE 0' '3$1..coo w oo 6000o S i0.003 00
400 5 404 :11 tesoo.00 45) 5 20.000 co
659
6120 ;Aeancon Epano Priv suiaan
_Ironic:vs Esteeog fee Hyliwit 6 EA 0
2 EA 3 60000 5 2 2 0 4 00° 00 0 0
3 500000 3 3.200 00 0 a0o3 l. w oo
s N.00 1
11i thasotuimi ot UbetvCosiatios 1 FA S 53 C20 00 t 3000000 S 0003003 S 00.00063 1 50023 Cc ,..0 *0 56000
1001000601 10 1,389.060.00 3 1,511,810.00 S 1,501,780.00
Saks 'Tar 9..5% 5 131,960.10
S 142,954.10
Total Bid Sehatuts E S 1,521,02070 S 143.621 95
S 1,635,435.65 S 1,637,134.10
Seachleultuon. In CoettectorBid Proposals
(5)850110 Etror ot sales tat eatutottort ex Sonoma, 9
12)5103110 Ems ot summeocio of scheao's totes kr 909014.1.4 oase
bid Juice,
(3) 02,636 Eves tri hid 652111.001 far Item Ea
(4) $0.01 Eno/ in Wes tax oskutation tor 3.3*ools, F
Cutlfedby
4
M. Si. John, P.d.
DINO Evans end Ascot-Wu, Mr.
P5,7101 ."....04006.31on 201601110s
Settedols A brought 504.ssrE
Schedule IibrOught forward
Schedule 0 brought forward
Schedule TS brought feAlaId
Schedule 15 brought forward
TOTAL RASE BID PRICE
Bid Schedule F Project Additives (as desenbed 10 $eeclel Pccalelellh Division 10
City of Tukwila Water Improvements
1 Itern No. 600 Descritatoo i chard* ono Unit PM* 0080 0 Ufa Peica cost 1 008 000 Cost 1
81 ;C404 W0SOf (ne 09sp0i50 1 LS 3 20040G00 5 20000000 1 5 230.000 101 330.00000 1, 1 595.0700 085070 00
los I
1 52 oth Sem 1 LS 3 1 a 3 1.5.00 00 1 7 WOS O 8 2 600.00 1 5 13 600 03 3 Er oots oa
Subtotal S 201,000 00 S 332,600 00 705,970 00
0.140 750 9.5% S 19.095 00 S 31,59700 5 67,067.15
Total Bid Schedule F 3 220.095.00 S 364,191.00 773037.15
TOTAL BID IVITII ADDITIVES 10 18,211;366.10
Om )51/00
741031oonts1n Coottactots,10c 1 ICON Sittitis:5
S 11,826,500.00
S 3 339.750 00
5 100,000.00
S 1.3)0,060 50
S 1,521,020 70
17.997,270.70
S 12,232,600 00
S 3,368,877.00
S 34,000.00
S 4200,000 00
1,615.431.95
18,480,908.95 1
011101 Rosoutros, 5.0.0
S 12019,500.03
S 1301,882 70
30,10000
S 015,000 00
1.647,734 10
S 19,614,216.80
18,866.106.95 S 20,287,263.95
Pus 3 ot
CITY OF TUKWILA- SOUTHCENTER PARKWAY EXTENSION
GERTIHED WO TABULATION
W=1110.1010
Etid Schedule A Public Roadway Improvements
!kens No. ittin000410600 Owns& 000 Urt$ Pric. Cost 1
A l „R 1 US S ;I 001,300 09 5 9.007,005.00
A2 Imponny Stows and $4.2mattatton Contiel trEsc} 1 LS i 0 275,Koos I 2/5.CCO.00
A3 .Tmino0 ...IPI.. 144 .1,4 470 kazoo°
0.4 Tiintioratitiink acnna 1 'T Ls oss.00coo s 420.00000
iSbalne or Essavalso S1044.8 1 I )0 3 i.000 10 1 5.00540
AS 006 COntliA Ann coursisisiiiiiiiiTiOd4ASS 1 it S' Sco0 (9, s 0 ozo o3
A7 _Pothatins fc4 USASis• Ai tAssi34
20 EA 200000S 0000 00
0,6 Pne C Prokini Schitino 0080is70 8i5110 0020 i Ls 5 170 no 0 106,000 53
Tetra 13) Schedule A S 13,914,005.00
Bid Schedule 13 City of Tukwila Senitary Sewer Improvements
16001 Mo, 134en CtsstrIntion" Chant& Unit 8003 0360 Cost
1 81 itlinAvy $4441 1 00 5 0.6i3 5. 07 6653000001
82 -17.46 Sent
Subtotal 3,630,000.00
Sales Tax 0.55'. S 340,360,00
Tote Bid Schedule B 5 6.228.160,00
Bid Schedule C Demolition
0.03 *0. Rent Otstriodon
1
01 tie.,/t4no aernoltoon CoenoW4
Bid Schedule D Owner•DIrected Work
0003 No. 0010 051001003011 OusotEly Unit Unit Prin• C04t
,7 PS 0 00.0 03 EST 3 1000 100.000 00
_Di ifiesonntan 0/ u042r 1 80,000 1 EST 100 50.000.00
bs "'pro/Amy Rook:4ton
114 Unttstalts Ch anti 6030110101. Data i 10,044 CY S 37.00 S 37000300
vs ,TEoporoSiO ESOisiSOO,,As ti 00,000 esr is° 8 40050011
_De :dram heriow 80.aoo 00N S 11 20 0 224.000.03
037 Duasy SpatS
10000 TON 1370 S 13700003
Di 3altCost lincOPesisSitrt 1 CA1C tioC6360 i i iis so da
Total Bid Sehedule 13 5 1,141,000.00
Bid SehedUle E Project Additives (es described In Special Provisions Division 10
Hipline Water District Water Improvements
item tro taw basessaen 0004879 Untt 8.111 Cost
El Jscosssasco 1 1 18 s 70.00000 3 20,00000
02 )7444)011 Safety Sygetrt 1 1 LS 5,00000 3.000.06
63 .q 3 115A 613491 13 44jilsiit«r 14 EA S 2400000 33.60140
E4 Furn:th sr4 Inse.01 Duttia Yon )0mlor:P$39$ Ma$: le le Olameter 8,630 LF 5 5500 0 5$5.350.00
05 :,:ehtu.sh in4 Ingett Doetie inn 91p0fec Neetac juoi /Eh, G.ioOOO.; 3,370 1 IF 0 40_1: 2:0i,itele
ES jrtsp.O 'and trisi*0 Osidli110/11 !OS (Or iywor Min o to. pi tom 10 s strod e; s 40 49000
7 1 i Itsch Gate )4,24 S intill 804 10 SA 7,000 3 i17,030.08
00 6411311G6e VON 8 Ups Sat 12 EA E 3 1 2 40100 1 16.00 03
010 Oirichrfailielii4Swrstsis 2 80,
011 _,104A31161etseculAesinUtty j F Z 5 '7 1 74i 0 01 1 4 3 2000 00
"1113 4.1105l$.0e1lA4.001b0y 1 al
613 Tv* 4litilint Astemity 53 00 5 (1 00 3 1" 243000 00
1114 Sente Cosnlicbons. 5/4, to 1' 6 EA :s tss: So 1 30.600 00
Eta Senice gennesoons. 7 1 LA 3 0000 00 ',s sorrow
116 2-in08cos00natenA&va500membly 32 ty,i'l 8 302.5, s ./z000 oo
"fiS A4/Eoiut wawa WA moss 30,040 tie 0 S 0 0 Tea at
71.60001016■6064.42.404
610_ ReniDee Sidstso SS° ittOrant
Sao ;teapot. Exams PR3t sue*,
ES/ 'Riiionioo 03 mow coon.%
Cluantitv One I Urut MO*
1 LS 10 03 01302
Terri 004 Scht4ole C
koos Ls lo 110
I _V*
30 000 00 5
SubtOtai
Se55140 9300
Total Rid Schedule E
Schedule A bleu& foneard
Schedule II brought forwent
Schadolt C brows famard
Sthedult D Nought tometrd
Schedule 1: brought forward
TOTAI. BASE BIB PRICE
Bid Schedule F Project Additives (as described In Special Provisions DivIllort 10
City of Tukwila Water Improvements
Hum NO. tient LIssesiotten 03000577 1 Unit
I Fl Cly0( Camp**
00 Tom& Safety
Allscsicattons Cortatetor Ski Proposals
(i) 360.440 Eno, In aes tix tattlit41041 SxS4600t03
(2)048010 Emu' tinnmation sthecinia totals toresforrnale osse
815 0600.
(3) 52.533 Emu nt ettestven 04461 64
(4)30,01 Croy )n.006031o8010051000 6624660003 1
0
0.00. 00,050 Con35,0000 15.
est
30000.00
35,001,00
Sceoo
1.300.00
0.00000
50030.00
1,460,54100
132.751.30
1,599,291.30
S 13,914,003 00
S 6,22060 00
S 35,00000
1,141,00000
S 1,599.291.30
22,810,46830
000 Priat Cost I
C1 00 S 670.l0130
OW s 1 000 (10
Subtotal S 600,707
0410 l'as 933/4 5 64,667.37 1
Total Old Schedule 5 745,374,17
TOTAL BID WIT!, A ODIT1VES
5 2303,030.47
00004010
Bidder Reference Check Form
Project Name: Southcenter Parkway Extension Project
Project Manager: Scott Soiseth, P,E,
Bidder's Information
Bidder's Name: Scarsetta Brothers
2. What was the contract value?
$11,000,000
3. How did the contractor perform?
They did well. Earthwork is their speciality.
P:1i1TUKA000000011070OBLl71SCP Bidder Reference Check Form set up for printingxls
Reference Information
Firm: City of Kent
Contact: Peter Teneretli
Phone No.: 253 -856 -5535
Project: Pacific Hwy South HOV Lanes
1. Please provide a description of the work the contractor performed.
Widen existing roadway from 4 to 6 lanes. 2 miles long. Work included earthwork curb, gutter,
sidewalk, illumination, undergrounding utilities, median, landscaping, storm drainage, paving, striping,
and signing.
4. How was the contractor /supervisor to deal with throughout construction?
Rick Krier was the superintendent. Peter has worked with him several times in the past. Sometimes he
is too assertive but overall he is fair and is reasonable to work and deal with.
5, What was the level of shoring?
Not much shoring.was done on this project. But based on experience with other projects, Scarsella
owns their own boxes. They do not like to put their money in shoring but in other pay items.
Page 1 of 6
Bidder Reference Check Form
Project Name: Southcenter Parkway Extension Project
Project Manager: Scott Soiseth, P.E.
Bidder's Information
Bidder's Name: Scarsella Brothers
6. Were there any site safety issues?
No safety issues.
7. Did the contractor complete the work on -time?
Yes they completed on time and within the budget.
8. Did the contractor have the appropriate equipment to do the job?
Yes
9. What is your claims experience with the contractor?
They are not a claim happy contractor. They like to be treated fairly. Scarsella are reasonable people.
10. Were any federal funds involved with this project, and if so, was the appropriate documentation provided?
Scarsella provided the proper documentation but Kent had to force them. Basically, Kent used the
strategy if the appropriate documentation was not provided then payment was with held. Advise Peter
to be tough at the beginning of the project.
P:1ri7UKA00o0000110700BLO\SCP Bidder Reference Check Form_set up for pnMing.xls
Reference Information
Firm: City of Kent
Contact: Peter Tenerelli
Phone No.: 253- 856 -5535
Project: Pacific Hwy South HOV Lanes
Page 2 of 6
Bidder Reference Check Form
Project Name: Southcenter Parkway Extension Project
Project Manager: Scott Soiseth, P.E.
Bidder's Information
Bidder's Name: Scarselta Brothers
Reference information
Firm: WSDOT
Contact: John Chi
Phone No.: 425 489 -5400
Project: SR 9 176th to Marsh Rd I/S
1. Please provide a description of the work the contractor performed.
Widen existing roadway from 2 to 4 lanes. Work items included earthwork detention pond, MSE wall,
stream realignment, 84 inch culvert extension, traffic signals, illumination, paving, striping, and signing.
2. What was the contract value?
$20,000,000
3. How did the contractor perform?
They did a good job. WSDOT had a good relationship with Scarselta.
4. How was the contractor /supervisor to deal with throughout construction?
Superintendent was reasonable and friendly. Scarselta was helpful with issues. One area need to work
on is their environmental awareness. There was a fine issued on the project.
5. What was the level of shoring?
Very little shoring was on the project and it was done by a subcontractor. ScarseNa is safety
conscience.
P:MTUKA0000000110700B1D1SCP Bidder Reference Check Form set up forprinhng.xis
Page 3 of 6
Bidder Reference Check Form
Project Name: Southcenter Parkway Extension Project
Project Manager: Scott Soiseth. P.F.
Bidder's Information
Bidder's Name: Scarsella Brothers
6. Were there any site safety issues?
None
7. Did the contractor complete the work on -time?
Yes
8. Did the contractor have the appropriate equipment to do the job?
Yes
9. What is your claims experience with the contractor?
No claims on the project.
10. Were any federal funds involved with this project, and if so, was the appropriate documentation provided?
Federal funds were not included in this project. However, Scarsella is provided all the necessary
documentation for the project.
P:HITUKR00000001%07008LD\SCP Bidder Reference Check Form_sel up for printing.xls
Reference Information
Firm: WSDOT
Contact: John Chi
Phone No.: 425489 -5400
Project: SR 9 176th to Marsh Rd US
Page 4 of 6
Bidder Reference Check Form
Project Name: Southcenter Parkway Extension Project
Project Manager: Scott Soiseth, P.E.
Bidder's Information
Bidder's Name: Scarsella Brothers
1. Please provide a description of the work the contractor performed.
Road improvement project, 1 mile of new road, widen existing roadway. Work items include earthwork,
curb, gutter, sidewalk, illumination, concrete and asphalt paving, intersection reconstruction.
2. What was the contract value?
$10,000,000
3. How did the contractor perform?
Project went well. There were some problems with erosion control.
4. How was the contractor /supervisor to deal with throughout construction?
Rick Krier was the superintendent. He was very knowledgable. He was working on too many projects
and Kent had to stay on top of him to keep focus on their project.
5. What was the level of shoring?
Yes there was shoring. No issues with shoring was encountered.
P d\TUKA0000000fl0700BLMSCP Bidder Reference Check Fotm set up for printing.xls
Reference Information
Firm: City of Kent
Contact: Chad Bieren
Phone No.: 253 856 -5500
Project: S 228th St/S 231 St
Page 5 of 6
Bidder Reference Check Form
Project Name: Southcenter Parkway Extension Project
Project Manager: Scott Soiseth, P.E.
Bidder's Information
Bidder's Name: Scarsella Brothers
6. Were there any site safety issues?
None
7. Did the contractor complete the work on -time?
Yes. Punch list items was difficult to complete,
8. Did the contractor have the appropriate equipment to do the job?
Yes. There is one of their strong assets.
9. What is your claims experience with the contractor?
No issues.
P:UITUKA0000000110700BLEASCP Bidder Reference Check Form_set up for printing.xls
Reference Information
Firm: City of Kent
Contact: Chad Bieren
Phone No.: 253 856 -5500
Project: S 228th St /S 231 St
10. Were any federal funds involved with this project, and if so, was the appropriate documentation provided?
No federal funds.
Page 6 of 6
Southcenter Parkway 04/5/10
Federal Funds
State CERB
State Capital Projects
TIB
City GO Bonds
Expenses
Schedule A roadway
Schedule B sanitary sewer
Schedule C building demo
Schedule D owner directed
Schedule E Highline water
Total Base Bid
Schedule F Tukwila Water
Total Base Bid with Additives
Construction Management (15
Contingency (15
Design costs (DEA Supp #8, #9)
On -call design (DEA, in KBA contract)
Design costs (Highline)
PW Proj Coordinator support
PSE Schedule 74
City Construction Management
TOTAL COST
8% for Highline water
City Water Fund
Revenues
Total Grants
City General Fund*
Federal TIB grants for design
TOTAL
*Supplements 1, 2, 3
Original DEA contract
***Add City CM, Water Fund, City GF?
Scarsella Bros Inc
Bid
11,483,500.00
1,916,251.10
40,000.00
849, 500.00
1,367, 930.94
15, 657,182.04
372,848.60
16,030,030.64
2,308,750.00
2,404,505.00
599,713.00
215,200.00
116, 756.00
125, 000.00
241,400.00
300,000.00
$22,341,354.64
Original
3,683,000.00
6,000,000.00
3, 980, 000.00
5, 000, 000.00
6, 000, 000.00
24,663,000.00
620,000.00
350,000.00
$25,633,000.00
Reimbursement By City Responsibility
Highline /Segale (not Tuk So)
1,367,930.94
109,434.48 55,927.29
116, 756.00
62,500.00
241,400.00
1,898,021.42
Spent/ Unavailable
3, 000, 000.00
1, 944, 070.00
625,337.00
345,800.00
$5,915,207.00
Division of Costs
372,848.60
300, 000.00
728,775.89
Available
3,678,627.00
6,000,000.00
3,980,000.00
2,000,000.00
4,055,930.00
Revenue
Less Expenses
0.00
0.00
$19,714,557.00
Tukwila South (City
Grants Bonds)
11,483,500.00
1,916,251.10
40,000.00
849,500.00
2,143,388.24
2,404,505.00
599,713.00
215,200.00
62,500.00
1 9,714,557.33
$19,714,557.00
19,714,557.33
-$0.33
City of Tukwila
TO: Mayor Haggerton
Transportation Committee
FROM: Public Works Director.
DATE: March 31, 2010
ISSUE
BACKGROUND
DISCUSSION
RECOMMENDATION
Attachments: Project Application
2010 CIP Page 9
INFORMATIONAL MEMORANDUM
SUBJECT: Boeing Access Road Over BNRR Bridge Replacement Project
Project No. 94 -RWO8
Grant Application
Authorize the submittal of a grant application for funding from the Federal Highway
Bridge Program to replace the Boeing Access Road Bridge over BNSF Burlington Northern
Railroad (BNRR).
The Washington State Department of Transportation has issued a Call for Projects to
compete for approximately $70 million of Federal Highway Bridge Program funds.
Tukwila currently has only one (1) bridge that qualifies for funding. The Boeing Access
Road Bridge over BNRR is structurally deficient and is programmed in the City's 6 -year
Transportation Improvement Program (TIP) and the Capital Improvement Program
(CIP) for replacement beginning in 2011 (contingent upon available funding). A project
funding application was submitted in 2008 and was unsuccessful in receiving funds.
Grant Applications are due by April 30, 2010. A preliminary grant application totaling
$30,734,000.00 has been prepared. The Call for Projects indicates that 20% in
matching funds should be assumed. This would require $6,146,800.00 in local
matching funds. The grant application assumes that the project start would be delayed
one year to 2012.
Discuss with the Transportation Committee the decision to authorize the submittal of a
grant application for the replacement of Boeing Access Road Bridge over BNRR.
W:\PW Eng\PROJECTSIA- RW RS Projects \94RW08 BAR Br Repl \BRAC Application\2010 Application\Grant App memo TC 3- 30- 10.doc
Jim Haggerton, Mayor
Federal Highway
Bridge Program
Project Application
Agency Name: City of Tukwila
Bridge Name: Boeing Access Road
Bridge Number: 0 0 0 0 TUK12
Contact Person: Robin Tischmak
Phone: 206) 431-2455
(Sufficiency Rating: 21.86 SD
1 Structure ID: 08002500
Brief Project Description (including bridge replacement type)
Rep1arP t-.hP BrPtng— A.ccPsR R_o_a_c_bri dgP nvP.r railroads (both
BNRR_� TT_PRR) wi th —a —p� Pmt rPRRPd non_c_r .P g±r.d
Proposed Length: 3 6 4 Width (Curb to Curb) 8 8
Rehabilitation /Replacement /Preventative Maintenance Projects
PE Costs (approx 25% of total) $3,500,000
(Soils, Environmental, Design Documents, Plans Prepara n, etc.)
Right of Way Costs
(Purchases, Relocation and Construction Easem
Pick one of the following:
Q Replacement Candidate
o Rehabilitation Candidate
10 Preventative Maintenance
Scour Mitigation Electrical Mechanical
Seismic Retrofit Bridge Strengthening
Deck Repair Painting
N
Construction Costs
(Environmental mitigation, approach cost! structure costs, etc.)
Construction Engineering (18°
0
Contingency (15%)
41A
Mobilization (10
Inflation Factor 5% per year, based on projected Ad date below
Please send copies of the latest inventory and inspection
reports, load ratings summary, accident data, any other
pertinent information, and electronic photos (640 x 480
pixels minumum .jpg) with this questionnaire by the due date
specified in the cover letter.
$17,800,000
$3,204,000
$2,670,000
$1,780,000
$1,780,000
Total Rehabilitation /Replacement /Preventative Maintenance Project Costs:*
$30,734,000
If a Rehabilitation, what would be the Replacement cost for that same structure
(including PE, Right of Way, and Construction)?
Realistic Start Dates (Month, Year):
Preliminary Engineering 1 Right of Way Purchases 1 Construction
Apr 2012 1 Sep 2013
Projected Advertising Date (Year): 2014
Project cost estimates may be updated on this form until October 31, 2010.
Provide comments below
Apr 2014
r a rri P�
��r�.l__ar_ P r A a3 r_� t n�
a id
all r1 c 4 n r i r l d. l E r. r l
a rP?
Lt 111a.fa r t i :�g T arP ri v� 3.].[Cl, r P
IDoP'� �est rrn q
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2010 to 2015
PROJECT: Boeing Access Rd over BNRR Bridge Replacement
LINE ITEM: 104.01.595. .51 PROJECT NO. 99410408
DESCRIPTION: Replace the existing bridge with a 340' long concrete or steel bridge structure. It will be 110' wide curb to curb
and have sidewalks on both sides.
The existing bridge is structurally and seismically deficient. Several pedestals are leaning, have concrete
JUSTIFICATION: spalls, exposed rusty anchor bolts and reinforcements and some cracks. The existing railings do not meet
standards.
Type, size, and location draft report (specifically required for bridges) was completed in 2005. Federal grant
STATUS: application was submitted in 2008. City will continue to submit application for funding as federal bridge funds
are made available.
MAINT. IMPACT: Maintenance will be reduced.
COMMENT:
New bridge will be constructed in phases to allow continued traffic use. Construction of projects over
$10 million are only funded at 80% for federal funding. A Bond issue will be required for the City match.
FINANCIAL Through Estimated
(in $000's) 2008 2009 2010 2011 2012 2013 2014 2015 BEYOND TOTAL
EXPENSES
Design 52 1,750 1,750 3,552
Land (R/W) 0
Const. Mgmt. 1,602 1,602 3,204
Construction 12,015 12,015 24,030
TOTAL EXPENSES 52 0 0 1,750 1,750 13,617 13,617 0 0 30,786
FUND SOURCES
Awarded Grant 0
Proposed Grant 1,400 1,400 10,894 10,894 24,588
Bond 350 350 2,723 2,723 6,146
Mitigation Expected 0
City Oper. Revenue 52 0 0 0 0 0 0 0 0 52
TOTAL SOURCES 52 0 0 1,750 1,750 13,617 13,617 0 0 30,786
c Project Location
2010 2015 Capita! Improvement Program
9
TO: Mayor Haggerton
Transportation Committee
FROM: Public Works Director
DATE: March 31, 2010
SUBJECT: 2010 Standard Specifications
Ordinance
ISSUE
BACKGROUND
DISCUSSION
RECOMMENDATION
City of Tukwila
Attachments: Draft Ordinance
Ordinance No. 2193
INFORMATIONAL MEMORANDUM
W: \PW Eng \OTHER \Contract Boilerplates and GSPs\WSDOT APWA Std Specs\2010 Tukwila GSP's and Contract Boilerplates\Info Memo TC.doc
Jim Haggerton, Mayor
Local agencies utilizing federal funds for transportation contracts must incorporate and
adopt the 2010 Standard Specifications, as published by the Washington State
Department of Transportation and the Washington State Chapter of the American Public
Works Association (WSDOT /APWA).
Previously, the 2008 WSDOT /APWA Standard Specifications for Road, Bridge and
Municipal Construction was adopted by City of Tukwila Ordinance No. 2193.
The 2010 edition of the Standard Specifications has been published by WSDOT /APWA.
City staff has revised and updated our construction contract boilerplate documents and
General Special Provisions (GSP's) accordingly. Local agencies must adopt the 2010
Standard Specifications for use in all federally funded projects advertised after April 1,
2010.
An ordinance has been drafted to adopt the 2010 edition of the Standard Specifications,
General Special Provisions and Construction Contract Boilerplate documents. This
ordinance also repeals the previous Ordinance No. 2193.
The Council is being asked to approve the ordinance adopting the 2010 edition of the
Standard Specifications and consider this item at the April 12, 2010 Committee of the
Whole meeting and subsequent April 19, 2010 Regular Meeting.
6 Li
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, AMENDING TUKWILA MUNICIPAL CODE CHAPTER 16.34,
ADOPTING THE 2010 EDITION AND ALL FUTURE AMENDMENTS OF THE
STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL
CONSTRUCTION, SETTING NUMBER OF COPIES TO BE HELD FOR PUBLIC
REVIEW; REPEALING ORDINANCE NO. 2193; PROVIDING FOR SEVERABILITY;
AND ESTABLISHING AN EFFECTIVE DATE.
WHEREAS, the City of Tukwila utilizes standard specifications for the construction of
public improvements, as well as supplemental requirements; and
WHEREAS, the City has previously adopted standard specifications, most recently by
Ordinance No. 2193; and
WHEREAS, more current standard specifications are provided by the Washington State
Department of Transportation and American Public Works Association, Washington Chapter;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY ORDAINS AS FOLLOWS:
Section 1. TMC Chapter 16.34, "Road, Bridge and Municipal Construction Specifications," is
hereby amended to read as follows:
16.34.010 Adopted. The 2010 edition of the Standard Specifications for Road, Bridge, and
Municipal Construction, prepared by the Washington State Department of Transportation and
the Washington State Chapter of the American Public Works Association, as presently existing
or as may be subsequently amended, is hereby adopted as the Code of the City of Tukwila,
Washington, for regulating the construction and maintenance of public works, including
streets, bridges, sanitary sewers, storm sewers, water distribution, structures and other public
works. The Public Works Director may allow the use of American Institute of Architects (AIA),
Construction Specifications Institute (CSI), or other building and facilities standard
specifications, on a case -by -case basis.
16.34.020 Copies to be on File. Not less than three copies of said Standard Specifications
and City of Tukwila supplements shall remain on file for use in examination by the public in
the Public Works Department.
Section 2. Repealer. Ordinance No. 2193, as codified at TMC Chapter 16.34, is hereby
repealed.
Section 3. Severability. If any section, subsection, paragraph, sentence, clause or phrase of
this ordinance or its application to any person or situation should be held to be invalid or
unconstitutional for any reason by a court of competent jurisdiction, such invalidity or
unconstitutionality shall not affect the validity or constitutionality of the remaining portions of
this ordinance or its application to any other person or situation.
Section 4. Effective Date. This ordinance or a summary thereof shall be published in the
official newspaper of the City, and shall take effect and be in full force five days after passage
and publication as provided by law.
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at a
Regular Meeting thereof this day of 2010.
ATTEST/ AUTHENTICATED:
Christy O'Flaherty, CMC, City Clerk
APPROVED AS TO FORM BY:
Office of the City Attorney
W: \Word Processing Ordinances \Standard Specs Adoption 2010.docx
RT:ksn 03/31/2010
Jim Haggerton, Mayor
Filed with the City Clerk:
Passed by the City Council:
Published:
Effective Date:
Ordinance Number:
Page 1 of 1