HomeMy WebLinkAboutReg 2003-03-17 Item 8C.2 - Contract - Tukwila Urban Center / Transit Oriented Development Fiscal Analysis with ECONorthwest for $59,928.26Meeting Date
Original Sponsor:
I Timeline:
Sponsor's Summary:
Recommendations:
Sponsor:
Committee:
Administration:
I Cost Impact (if known):
I Fund Source (if known):
COUNCIL AGENDA SYNOPSIS
Meeting Date
March 11, 2003
Ft
CAS Number: 03-033 I Original Agenda Date
.�1
i:^ k< �nl s�^ 9, k :"'n.ui:a..,.._:.r.:.i.::nc 7C -S
Initials
1 Prepared) 1 Mayor's review 1 Council review 1
1 Lm( 4j I Pia" I ()i.e. 1
1 1 1 I
1 1 1
1 1 1
ITEM NO.
March 17, 2003
Agenda Item Title: Approval of contracts with Freedman Tung Bottomley (FTB) and ECONorthwest (ECO) for
Phase II services on the Tukwila Urban Center/Transit Oriented Development plans.
Council Admin.xx
Contract approval by March 17, 2003.
Approval of the contract for services with FTB and ECO in order to complete the Phase II land
use /urban design and fiscal analysis portions of the Tukwila Urban Center/Transit Oriented
Development (TUC/TOD) nlan workprogram.
Authorize Mayor to execute approval for contracts for services at the Council's regular meeting
on Marrh 17 7003
CAP recommended approval of contracts on February 25, 2003, and forwarded to COW.
FTB fees are $352,338.14. ECO fees are $59,928.26. Total cost is $412,266.40.
TCSP funds (federal grant) of $1,486,961.
Wed
Action
1 Meeting Date Attachments
3.1'703 Memo to Council RE: FTB and ECO Phase II contracts for services related to the TUC and TOD plan
3.1703 Copy of Memo to CAP RE: FTB and ECO Phase II contracts for services related to the TUC and TOD
plan
3.1.703 Minutes of CAP meeting, February 25, 2003.
Background
City of Tukwila
Department of Community Development Steve Lancaster, Director
To: COW Councilmembers
From: Steve Lancaster, Director
Date: March 5, 2003
Subject: Freedman Tung Bottomley and ECONorthwest contracts for Phase II
services on the Tukwila Urban Center /Transit Oriented Development plans
At their February 25, 2003 meeting, CAP reviewed:
The need for a redevelopment strategy for the Tukwila Urban Center (TUC), as well as
a more detailed plan for the area designated for transit oriented development (TOD)
around the Longacres commuter rail/Amtrak station.
Status of the planning effort Phase I work completed.
Award of the federal TCSP grant ($1.5 million) to complete the planning process (Phase
II) and begin plan implementation.
The role and cost of the consultants, Freedman Tung Bottomley (FTB) and
ECONorthwest (ECO), in Phase II.
An overview of the Phase II planning process, including public involvement and key
points in the process for council and planning commission participation.
As a result of their review, CAP authorized Staff to submit FTB's and ECO's proposed
scope of work and contract for services for the Phase II planning process to the City
Council for their review at the COW meeting on March 10, 2003.
CAP also directed staff to correct two spelling errors. These changes are reflected in the
attached contracts.
Phase II
FTB Tasks
Steven M. Mullet, Mayor
FTB's expertise is in land use and urban design. FTB's Phase II work will build upon the
consultant team's Phase I work and involve: 1) facilitating eight public workshops (four
each for the TUC and TOD); 2) facilitating three joint planning commission/council
worksessions (including a briefing on the results of their existing conditions analysis, Phase
6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Phone: 206 431 -3670 Fax: 206- 431 -3665
I); 3) attending team meetings; 4) preparing and refining redevelopment concepts for the
TOD and TUC; 5) preparing tailored development standards and design guidelines for
future development in the TOD and TUC, including bringing forward FTB's work on the
design of the proposed Penny's and Mall redevelopment projects; 6) identifying capital
improvements; 7) coordinating with consultants preparing the environmental review of the
plan; and 7) writing and assembling the draft and final TUC and TOD plans, design
guidelines, and development regulations.
Phase II costs for FTB are $352,338.14 and will be funded by the $1.5 million federal grant
the City received for the TOD project at Longacres.
ECONorthwest Tasks
ECO's expertise is in real estate market and fiscal analysis. ECO's Phase II work builds
upon completed work to date by: 1) updating the retail portion of the market analysis for
the TUC/TOD area (incorporating the proposed Penny's and Mall redevelopment projects);
2) ensuring that the land use scenarios are consistent with the long -term market analyses; 3)
preparing a fiscal impact analysis of the recommended plan; 4) preparing a financial
allocation strategy to assist Council with the ranking, budgeting and implementation of
capital improvements; and 5) attending team meetings.
Phase II costs for ECO are $59,928 26 and will be funded by the $1.5 million federal grant
the City received for the TOD project at Longacres.
Additional Phase II Contracts
Staff anticipates forwarding the contracts for the following Phase II services in the coming
months:
Environmental consultant to prepare the planned action supplemental EIS for the TUC
plan.
Transit consultant to prepare a transit plan for the TUC that serves existing and planned
uses and connects the urban center with the multi -modal station at Longacres.
These projects will be funded by the $1.5 million federal grant the City received for the
TOD project at Longacres.
Pronosed Next Stens
1. COW forwards FTB's and ECO's contract to the consent agenda for Council approval
at their regular meeting on March 17, 2003.
DOT Form 140 -089 EP
Revised 12/99
Local Agency
Standard Consultant
Agreement
Agreement Number
LA 5377
Federal Aid Number
TCSP TCSP (010)
Agreement Type (Choose one)
Lump Sum
Lump Sum Amount
Cost Plus Fixed Fee
Overhead Progress Payment Rate
Overhead Cost Method
Actual Cost
Actual Cost Not To Exceed
Fixed Rate
Fixed Fee 27,142.23
Specific Rates Of Pay
Negotiated Hourly Rate
Provisional Hourly Rate
Cost Per Unit of Work
WITNESSETH THAT:
1.8149
Consultant/Address/Telephone
Freedman Tung and Bottomley
47 Kearny Street, Suite 500
San Francisco, CA. 94108 5522
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
Page 1 of 8
415- 291 -9455
Project Title And Work Description
J I Transit Oriented Development at Longacres/Tukwila
Urban Center Plan Prepare land use /urban design
plans, implementing regulations, and capital
improvement plans; conduct public involvement; and
participate in environmental review.
DBE Participation
Yes El No
WBE Participation
Yes No
Federal ID Number or Social Security Number
943049404
Do you require a 1099 for IRS?
Yes No
Total Amount Authorized
Management Reserve Fund
Maximum Amount Payable
WHEREAS, the CONSULTANT represents that he /she is in compliance with the Washington State
Statutes relating to professional registration, if applicable, and has signified a willingness to furnish
Consulting services to the AGENCY,
e /a
Completion Date
May 30, 2004
THIS AGREEMENT, made and entered into this day of
between the Local Agency of City of Tukwila Washington, hereinafter called the
"AGENCY" and the above organization hereinafter called the "CONSULTANT
WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore
deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary
services for the PROJECT; and
NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained
herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows:
352,338.14
352,338.14
GENERAL DESCRIPTION OF WORK
The work under this AGREEMENT shall consist of
the above described work and services as herein
defined and necessary to accomplish the completed
work for this PROJECT. The CONSULTANT shall
fumish all services, labor and related equipment
necessary to conduct and complete the work as
designated elsewhere in this AGREEMENT.
II
SCOPE OF WORK
The Scope of Work and project level of effort for this
project is detailed in Exhibit"B" attached hereto, and
by this reference made a part of this AGREEMENT.
III
GENERAL REQUIREMENTS
All aspects of coordination of the work of this
AGREEMENT, with outside agencies, groups or
individuals shall receive advance approval by the
AGENCY. Necessary contacts and meetings with
agencies, groups or individuals shall be coordinated
through the AGENCY,
The CONSULTANT shall attend coordination,
progress and presentation meetings with the
AGENCY or such Federal, Community, State, City
or County officials, groups or individuals as may be
requested by the AGENCY. The AGENCY will
provide the CONSULTANT sufficient notice prior
to meetings requiring CONSULTANT participation.
The minimum number of hours or days notice
required shall be agreed to between the AGENCY
and the CONSULTANT and shown in Exhibit "B"
attached hereto and made part of this AGREEMENT.
The CONSULTANT shall prepare a monthly
progress report, in a form approved by the AGENCY,
that will outline in written and graphical form the
various phases and the order of performance of the
work in sufficient detail so that the progress of the
work can easily be evaluated. Goals for Disadvan-
taged Business Enterprises (DBE) and Women
Owned Business Enterprises (WBE) if required shall
be shown in the heading of this AGREEMENT.
All reports, PS&E materials, and other data, fumished
to the CONSULTANT by the AGENCY shall be
returned. All designs, drawings, specifications,
documents, and other work products prepared by the
CONSULTANT prior to completion or termination of
this AGREEMENT are instruments of service for this
PROJECT and are property of the AGENCY. Reuse
by the AGENCY or by others acting through or on
behalf of the AGENCY of any such instruments of
service, not occurring as a part of this PROJECT,
shall be without liability or legal exposure to the
CONSULTANT.
Page 2 of 8
IV
TIME FOR BEGINNING AND COMPLETION
The CONSULTANT shall not begin any work under
the terms of this AGREEMENT until authorized in
writing by the AGENCY. All work under this
AGREEMENT shall be completed by the date
shown in the heading of this AGREEMENT under
completion date.
The established completion time shall not be extended
because of any delays attributable to the CONSULT-
ANT, but may be extended by the AGENCY, in the
event of a delay attributable to the AGENCY, or
because of unavoidable delays caused by an act of
GOD or governmental actions or other conditions
beyond the control of the CONSULTANT. A prior
supplemental agreement issued by the AGENCY is
required to extend the established completion time.
V
PAYMENT
The CONSULTANT shall be paid by the AGENCY
for completed work and services rendered under this
AGREEMENT as provided in Exhibit "C" attached
hereto, and by this reference made part of this
AGREEMENT. Such payment shall be full compen-
sation for work performed or services rendered and
for all labor, materials, supplies, equipment, and
incidentals necessary to complete the work
specified in Section II, "Scope of Work The
CONSULTANT shall conform with all applicable
portions of 48 CFR 31.
VI
SUBCONTRACTING
The AGENCY permits subcontracts for those items
of work as shown in Exhibit G to this Agreement.
Compensation for this subconsultant work shall be
based on the cost factors shown on Exhibit G, at-
tached hereto and by this reference made a part of this
AGREEMENT.
The work of the subconsu @ant shall not exceed its
maximum amount payable unless a prior written
approval has been issued by the AGENCY.
All reimbursable direct labor, overhead, direct non-
salary costs and foxed fee costs for the subconsultant
shall be substantiated in the same manner as outlined
in Section V. All subcontracts exceeding $10,000 in
cost shall contain all applicable provisions of this
AGREEMENT.
The CONSULTANT shall not subcontract for the
performance of any work under this AGREEMENT
without prior written permission of the AGENCY. No
permission for subcontracting shall create, between
the AGENCY and subcontractor, any contract or any
other relationship.
VII
EMPLOYMENT
The CONSULTANT warrants that he/she has not
employed or retained any company or person, other
than a bona fide employee working sorely for the
CONSULTANT, to solicit or secure this contract, and
that it has not paid or agreed to pay any company or
person, other than a bona fide employee working
solely for the CONSULTANT, any fee, commission,
percentage, brokerage fee, gift, or any other consider-
ation, contingent upon or resulting from the award or
making of this contract. For breach or violation of this
warrant, the AGENCY shall have the right to annul
this AGREEMENT without liability, or in its discre-
tion, to deduct from the AGREEMENT price or
consideration or otherwise recover the full amount of
such fee, commission, percentage, brokerage fee, gift,
or contingent fee.
Any and all employees of the CONSULTANT or
other persons while engaged in the performance of
any work or services required of the CONSULTANT
under this AGREEMENT, shall be considered
Page 3 of 8
employees of the CONSULTANT only and not of the
AGENCY, and any and all claims that may or might
arise under any Workmen's compensation Act on
behalf of said employees or other persons while so
engaged, and any and all claims made by a third party
as a consequence of any act or omission on the part of
the CONSULTANT's employees or other persons
while so engaged on any of the work or services
provided to be rendered herein, shall be the sole
obligation and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a foil or
part time basis, or other basis, during the period of the
contract, any professional or technical personnel who
are, or have been, at any time during the period of the
contract, in the employ of the United States Depart-
merit of Transportation, the STATE, or the
AGENCY, except regularly retired employees,
without written consent of the public employer of
such person.
VIII
NONDISCRIMINATION
The CONSULTANT agrees not to discriminate
against any client, employee or applicant for employ-
ment or for services because of race, creed, color,
national origin, marital status, sex, age or handicap
except for a bona fide occupational qualification with
regard to, but not limited to the following: employ
ment upgrading, demotion or transfer, recruitment or
any recruitment advertising, a layoff or terminations,
rates of pay or other forms of compensation, selection
for training, rendition of services. The CONSULT-
ANT understands and agrees that if it violates this
provision, this AGREEMENT may be terminated by
the AGENCY and further that the CONSULTANT
shall be barred from performing any services for the
AGENCY now or in the future unless a showing is
made satisfactory to the AGENCY that discrimina-
tory practices have terminated and that recurrence of
such action is unlikely.
During the performance of this AGREEMENT, the
CONSULTANT, for itself, its assignees and
successors in interest agrees as follows:
A. COMPLIANCE WITH REGULATIONS: The
CONSULTANT shall complywith the Regula-
tions relative to nondiscrimination in the same
manner as in Federal- assisted programs of the
Department of Transportation, Title 49, Code of
Federal Regulations, Part 21, as they may be
amended from time to time, (hereinafter referred
to as the Regulations), which are herein incorpo-
rated by reference and made a part of this
AGREEMENT. The consultant shall comply
with the American Disabilities Act of 1992, as
amended.
B. NONDISCRIMINATION: The CONSULTANT,
with regard to the work performed by it during the
AGREEMENT, shall not discriminate on the
grounds of race, creed, color, sex, age, marital
status, national origin or handicap except for a
bona fide occupational qualification in the selec-
tion and retention of subconsuttants, including
procurements of materials and leases of equip-
ment The CONSULTANT shall not participate
either directly or indirectly in the discrimination
prohibited by Section 21.5 of the Regulations,
including employment practices when the contract
covers a program set forth in Appendix II of the
Regulations.
C. SOLICITATIONS FOR SUBCONSULTANTS,
INCLUDING PROCUREMENTS OF MATERI-
ALS AND EQUIPMENT: In all solicitations
either by competitive bidding or negotiation made
byte CONSULTANT for work to be performed
under a subcontract, including procurements of
materials or leases of equipment, each potential
subconsultant or supplier shall be notified by the
CONSULTANT of the CONSULTANT'S
obligations under this AGREEMENT and the
Regulations relative to nondiscrimination on the
grounds of race, creed, color, sex, age, marital
status, national origin and handicap.
D. INFORMATION AND REPORTS: The
CONSULTANT shall provide all information
and reports required by the Regulations, or
directives issued pursuant thereto, and shall
permit access to its books, records, accounts,
other sources of information, and its facilities as
may be determined by the AGENCY to be
pertinent to ascertain compliance with such
Regulations or directives. Where any information
required of the CONSULTANT is in the exclu-
Page 4 of
sive possession of another who fails or refuses to
furnish this information the CONSULTANT shall
so certify to the AGENCY, or the United States
Department of Transportation as appropriate, and
shall set forth what efforts it has made to obtain
the information.
E. SANCTIONS FOR NONCOMPLIANCE: In the
event of the CONSULTANT's noncompliance
with the nondiscrimination provisions of this
AGREEMENT, the AGENCY shall impose
such sanctions as it or the Federal Highway
Administration may determine to be appropriate,
including, but not limited to:
1. Withholding of payments to the CONSULT
ANTunder the AGREEMENT until the
CONSULTANT complies, and /or
2. Cancellation, termination or suspension of the
AGREEMENT, in whole or in part
F. INCORPORATION OF PROVISIONS: The
CONSULTANT shall include the provisions of
paragraphs (A) through (G) in every subcontract,
including procurements of materials and leases of
equipment, unless exempt by the Regulations or
directives issued pursuant thereto. The CON-
SULTANT shall take such action with respect to
any subconsultant or procurement as the
AGENCY or the Federal Highway Administra-
tion may direct as a means of enforcing such
provisions including sanctions for noncompli-
ance; provided, however, that, in the event a
CONSULTANT becomes involved ih, or is
threatened with, litigation with a subconsultant or
supplier as a result of such direction, the CON
ULTANT may request the AGENCY to enter
into such litigation to protect the interests of the
AGENCY, and in addition, the CONSULTANT
may request the United States to enter into such
litigation to protect the interests of the United
States.
G. UNFAIR EMPLOYMENT PRACTICES: The
CONSULTANT shall comply with RCW
49.60.180.
Ix
TERMINATION OF AGREEMENT
The right is reserved by the AGENCY to terminate
this AGREEMENT at any time upon ten days written
notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the
AGENCY other than for default on the part of the
CONSULTANT, a final payment shall be made to the
CONSULTANT as shown in Exhibit F for the type of
AGREEMENT used.
No payment shall be made for any work completed
after ten days following receipt by the CONSULT-
ANT of the Notice to terminate. If the accumulated
payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would
be due computed as set forth herein above, then no
final payment shall be due and the CONSULTANT
shall immediately reimburse the AGENCY for any
excess paid.
If the services of the CONSULTANT are terminated
by the AGENCY for default on the part of the CON-
SULTANT, the above formula for payment shall not
apply. In such an event, the amount to be paid shall be
determined by the AGENCY with consideration
given to the actual costs incurred by the CONSULT-
ANT in performing the work to the date of
termination, the amount of work originally required
which was satisfactorily completed to date of termina-
tion, whether that work is in a form or a type which is
usable to the AGENCY at the time of termination;
the cost to the AGENCY of employing another firm
to complete the work required and the time which
maybe required to do so, and other factors which
affect the value to the AGENCY of the work per-
formed at the time of termination. Under no
circumstances shall payment made under this subsec-
tion exceed the amount which would have been made
using the formula set forth in the previous paragraph.
If it is determined for any reason that the CONSULT-
ANT was not in default or that the CONSULTANTS
failure to perform is without it or its employee's fault
or negligence, the termination shall be deemed to be a
termination for the convenience of the AGENCY in
accordance with the provision of this AGREEMENT.
Page 5 of 8
In the event of the death of any member, partner or
officer of the CONSULTANT or any of its supervi-
sory personnel assigned to the project, or, dissolution
of the partnership, termination of the corporation, or
disaffiliation of the principally involved employee,
the surviving members of the CONSULTANT hereby
agree to complete the work under the terms of this
AGREEMENT, if requested to do so by the
AGENCY. The subsection shall not be a bar to
renegotiation of the AGREEMENT between the
surviving members of the CONSULTANT and the
AGENCY, if the AGENCY so chooses.
In the event of the death of any of the parties listed in
the previous paragraph, should the surviving members
of the CONSULTANT, with theAGENCY's concur-
rence, desire to terminate this AGREEMENT,
payment shall be made as set forth in the second
paragraph of this section.
Payment for any part of the work by the AGENCY
shall not constitute a waiver by the AGENCY of any
remedies of any type it may have against the CON-
SULTANT for any breach of this AGREEMENT by
the CONSULTANT, or for failure of the CONSULT-
ANT to perform work required of it by the
AGENCY. Forbearance of any rights under the
AGREEMENT will not constitute waiver of entitle-
ment to exercise those rights with respect to any
future act or omission by the CONSULTANT.
X
CHANGES OF WORK
The CONSULTANT shall make such changes and
revisions in the complete work of this AGREEMENT
as necessary to correct errors appearing therein, when
required to do so by the AGENCY, without additional
compensation thereof. Should the AGENCY find it
desirable for its own purposes to have previously
satisfactorily completed work or parts thereof
changed or revised, the CONSULTANT shall make
such revisions as directed by the AGENCY. This
work shall be considered as Extra Work and will be
paid for as herein provided under Section XIV.
XI
DISPUTES
Any dispute concerning questions of fact in connec-
tion with the work not disposed of by AGREEMENT
between the CONSULTANT and the AGENCY shall
be referred for determination to the Director of Public
Works or AGENCY Engineer, whose decision in the
matter shall be final and binding on the parties of this
AGREEMENT, provided however, that if an action is
brought challenging the Director of Public Works or
AGENCY Engineer's decision, that decision shall be
subject to de novo judicial review.
XII
VENUE, APPLICABLE LAW AND
PERSONAL JURISDICTION
In the event that either party deems it necessary to
institute legal action or proceedings to enforce any
right or obligation under this AGREEMENT, the
parties hereto a gree that any such action shall be
initiated in the Superior court of the State of Washing-
ton, situated in the county the AGENCY is located in.
The parties hereto agree that all questions shall be
resolved by application of Washington law and that
the parties to such action shall have the right of appeal
from such decisions of the Superior court in accor-
dance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal
jurisdiction of the Superior court of the State of
Washington, situated in the county In which the
AGENCY is located in.
XIII
LEGAL RELATIONS AND INSURANCE
The CONSULTANT shall comply with all Federal,
State, and local laws and ordinances applicable to the
work to be done underthis AGREEMENT. This
AGREEMENT shall be interpreted and construed in
accord with the laws of Washington.
The CONSULTANT shall indemnify and hold the
AGENCY and the STATE, and their officers and
employees harmless from and shall process and
defend at its own expense all claims, demands, or
suits at law or equity arising in whole or in part from
the CONSULTANT's negligence or breach of any of
its obligations under this AGREEMENT; provided
Page or
that nothing herein shall require a CONSULTANT to
indemnify the AGENCY and the STATE against and
hold harmless the AGENCY and the STATE from
claims, demands or suits-based solely upon the
conduct of the AGENCY and the STATE, their
agents, officers and employees and provided further
that if the claims or suits are caused by or result from
the concurrent negligence of (a) the
CONSULTANT's agents or employees and (b) the
AGENCY and the STATE, their agents, officers and
employees, this indemnity provision with respect to
(1) claims or suits based upon such negligence, (2) the
costs to the AGENCY and the STATE of defending
such claims and suits, etc. shall be valid and enforce-
able only to the extent of the CONSULTANT'S
negligence or the negligence of the CONSULTANTS
agents or employees.
The CONSULTANTS relation to the AGENCY shall
be at all times as an independent contractor.
The CONSULTANT specifically assumes potential
liability for actions brought by the CONSULTANTS
own employees against the AGENCY and, solely for
the purpose of this indemnification and defense, the
CONSULTANT specifically waives any immunity
under the state industrial insurance law, Title 51
RCW. The CONSULTANT recognizes that this
waiver was specifically entered Into pursuant to the
provisions of RCW 4.24.115 and was the subject of
mutual negotiation.
Unless otherwise specified in the AGREEMENT, the
AGENCY shall be responsible for administration of
construction contracts, if any, on the project Subject
to the processing of an acceptable, supplemental
agreement, the CONSULTANT shall provide on -call
assistance to the AGENCY during contract adminis-
tration. By providing such assistance, the
CONSULTANT shall assume no responsibility for
proper construction techniques, job site safety, or any
construction contractor's failure to perform its work
in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force
during the terms of the AGREEMENT, or as other-
wise required, the following insurance with
companies or through sources approved by the State
Insurance Commissioner pursuant to RCW 48.
Insurance Coverage
A. Worker's compensation and employer's liability
insurance as required by the STATE.
B. General commercial liability insurance in an
amount not less than a single limit of one million
and 00 /100 Dollars ($1,000,000.00) for bodily
injury, including death and property damage
per occurrence.
Excepting the Worker's Compensation insurance and
any professional liability insurance secured by the
CONSULTANT, the AGENCY will be named on all
certificates of insurance as an additional insured. The
CONSULTANT shall fumish the AGENCY with
.verification of insurance and endorsements required
by this AGREEMENT. The AGENCY reserves the
right to require complete, certified copies of all
required insurance policies at anytime.
All insurance shall be obtained from an insurance
company authorized to do business in the State of
Washington. The CONSULTANT shall submit a
verification of insurance as outlined above within
14 days of the execution of this AGREEMENT to
the AGENCY.
No cancellation of the foregoing policies shall be
effective without thirty (30) days prior notice to
the AGENCY.
The CONSULTANTS professional liability to the
AGENCY shall be limited to the amount payable
under this AGREEMENT or one million dollars,
whichever is the greater unless modified by
Exhibit H. In no case shall the CONSULTANTS
professional liability to third parties be limited in
any way.
The AGENCY will pay no progress payments
under Section V until the CONSULTANT has fully
complied with this section. This remedy is not exclu-
Se and the AGENCY and the STATE may take
such other action as is available to them under other
provisions of this AGREEMENT, or otherwise in law.
Page 7of8
XIV
EXTRA WORK
A. The AGENCY may at any time, by written order,
make changes within the general scope of the
AGREEMENT in the services to be performed.
8. If any such change causes an increase or decrease
in the estimated cost of, or the time required for,
performance of any part of the work under this
AGREEMENT, whether or not changed by the
order, or otherwise affects any other terms and
conditions of the AGREEMENT, the AGENCY
shall make an equitable adjustment in the
(1) maximum amount payable; (2) delivery or
completion schedule, or both; and (3) other
affected terms and shall modify the AGREE-
MENT accordingly.
C. The CONSULTANT must submit its "request
for equitable adjustment' (hereafter referred to
as claim) under this clause within 30 days from
the date of receipt of the written order. However,
if the AGENCY decides that the facts justify it,
the AGENCY may receive and act upon a claim
submitted before final payment of the
AGREEMENT.
D. Failure to agree to any adjustment shall be a
dispute under the Disputes clause. However
nothing in this clause shall excuse the CON-
SULTANT from proceeding with the
AGREEMENT as changed.
E. Notwithstanding the tents and condition cif
paragraphs (a) and (b) above, the maximum
amount payable for this AGREEMENT, shall
not be increased or considered to be increased
except by specific written supplement to this
AGREEMENT.
XV
ENDORSEMENT OF PLANS
The CONSULTANT shall place his endorsement on
all plans, estimates or any other engineering data
fumished by him.
The Federal Highway Administration and the
Washington State Department of Transportation
shall have the right to participate in the review or
examination of the work in progress.
XVII
CERTIFICATION OF THE CONSULTANT
AND THE AGENCY
Attached hereto as Exhibit "A -1 are the
Certifications of the Consultant and the Agency,
Exhibit "A -2" Certification regarding debarment,
suspension and other responsibility matters primary
covered transactions, Exhibit "A -3" Certification
regarding the restrictions of the use of Federal funds
for lobbying, and Exhibit "A-4" Certificate of Current
Cost or Pricing Data. Exhibits "A -3" and "A-4" are
only required in Agreements over $100,000.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first
above written.
By
XVI XVIII
FEDERAL AND STATE REVIEW COMPLETE AGREEMENT
Consultant Midhael Freedman
4
Page 8 of 8
This document and referenced attachments contains
all covenants, stipulations and provisions agreed upon
by the parties. No agent, or representative of either
party has authority to make, and the parties shall not
be bound by or be liable for, any statement, represen-
tation, promise or agreement not set forth herein. No
changes, amendments, or modifications of the terms
hereof shall be valid unless reduced to writing and
signed by the parties as an amendment to this
AGREEMENT.
XIX
EXECUTION AND ACCEPTANCE
This AGREEMENT may be simultaneously executed
in several counterparts, each of which shall be
deemed to be an original having identical legal effect
The CONSULTANT does hereby ratify and adopt all
statements, representations, warranties, covenants,
and agreements contained in the proposal, and the
supporting materials submitted by the CONSULT-
ANT, and does hereby accept the AGREEMENT and
agrees to all of the terms and conditions thereof.
By
Agency
(a)
(b)
(c)
2/11/2003
pate
Exhibit A -1
Certification Of Consultant
I hereby certify that I am Michael Freedman
representative of the firm of Freedman Tung and Bottomley
47 Kearny Street, Suite 500, San Francisco, CA 94108
firm I here represent has•
and duly authorized
whose address is
and that neither I nor the above
Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm
or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or
secure this contract.
Agreed, as an express or implied condition for obtaining this contract, to employ or to retain the services of any
fine or person in connection with carrying out the contract.
Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for
me or the above CONSULTANT) any fee, contribution donation or consideration of any kind for, or in
connection with procuring or carrying out the contract; except as here expressly stated (if any):
I further certify that the firm I hereby represent is authorized to do business in the State of Washington and that
the firm is in full compliance with the requirements of the board of Professional Registration.
I acknowledge that this certificate is to be available to the State Department of Transportation and the Federal
Highway Administration, U.S. Department of Transportation, in connection with this contract involving
participation of Federal aid funds and is subject to applicable State and Federal laws, both criminal and civil.
Certification of Agency Official
Date Signature
Project No. TCSP- TCSP(pi
r
Local Agency City of Tukwila
Signature
I hereby certify that I am the AGENCY Official of the Local Agency of City of Tukwila Washington
and that the above consulting firm or their representative has not been required, directly or indirectly as an express
or implied condition in connection with obtaining or carrying out this contract to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Pay or agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of any
kind, except as here expressly stated (if any).
I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department of
Transportation, in connection with this contract involving participation of Federal aid highway funds and it subject
to applicable State and Federal laws, both criminal and civil.
Exhibit A -2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters Primary Covered Transactions
1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from covered transactions by any federal department or agency;
(b) Have not within a three -year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting
to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction;
violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen property
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal,
state, or local) with commission of any of the offenses enumerated in paragraph 1.b. of this certification; and
(d) Have not within a three -year period preceding this application/proposal had one or more public
transactions (federal, state, or local) terminated for cause or default.
2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this proposal.
Consultant (Firm): Freedman Tung and Bottomley
2/11/2003 .f
(Date) (Signature) Presidekor Authorized Official of i onsultani
Exhibit A -3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person
for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress,
an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding
of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal
contract, grant, loan, or cooperative agreement.
2. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or
employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure
Form to Report Lobbying," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that
the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all
such subrecipients shall certify and disclose accordingly.
Consultant (Finn): Freedman Tung and Bottomley
2/11/2003
(Date)
(Signature) Presideht or' uthorized Official of Consultant
Firm
Name
Title
Exhibit A-4
Certificate of Current Cost or Pricing Data
This is to verify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4)
submitted, either actually or by specific identification in writing, to the contracting officer or to the
contracting officer's representative in support of Exhibit D -1
are accurate, complete, and current as of February 11, 2003 This certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Government that are part of the proposal.
Freedman Tung and Bottomley
Michael Freedman
Principal
Date of Execution February 11, 2003
Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate identifying number (e.g., RFP No.).
Insert the day, month, and year when price negotiations were concluded and price agreement was
reached.
Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.
EXHIBIT 13-1: PROJECT #TCSP- TCSP(010)
CITY OF TUKWILA
TUKWILA URBAN CENTER SUBAREA PLAN
A BLUEPRINT FOR GROWTH
Growth Development Strategy, Lana' Use Development Policy,
Design Guidelines, and Public Participation Process
Scone of Services
Draft v.8: February 11, 2003
Proiect Overview
Assist the City of Tukwila with the preparation of a comprehensive Subarea Plan to guide the continuing growth and
development of the Tukwila Urban Center (TUC.). Incorporate the Longacres Transit Oriented Development
(TOD) site into the Tukwila Urban Center Subarea Plan as a "subarea" or district. Develop recommended
refinements and additions to city land use, development and design policies to guide the intensification of T.U.C. and
to build on and continue its substantial economic success while enhancing district character and livability. Organize
the planning process around the direct involvement of stakeholders and other community members in open public
workshops who care to participate. Prepare detailed land use development standards and design guidelines
intended to amend Urban Center policies and to change zoning code standards. -Provide a framework to guide public
investment in the district that supports desired forms of new investment as well as promotes the enhanced success of
existing investment. Complete all primary concept development in Phase II, and present plan concepts to the City
Council for review in study session at the end of that phase, modifying the primary plan concepts as City Council
directs. In Phase III, prepare the Tukwila Urban Center Subarea Plan A Blueprint for Growth an engaging and
user friendly policy document that provides clear direction to real estate developers and their architects (and thus
helps to streamline the project review approval process), and that provides a clear description of the community's
intent regarding the future of the district.
Task Descriptions
Orientation. The following task list provides our recommendations as to how the City can proceed most effectively
toward the development of plans designs to address the problems and opportunities at hand. The tasks are listed
in the chronological order that we expect to proceed, It is important to note, however, that since the task list is
prepared prior to opportunities for community discussion, as well as prior to the development of recommendations,
it is entirely possible that either the nature of the problem or the priorities of the community will require both
chronological adjustments as well as task substitutions to refine the effectiveness of the services performed. Once
the final task list is approved by the City, the most basic purpose of this task list is to provide both a preview of the
likely type and order of work to be performed as well as a contractual basis for a certain number of meetings;
drawings, workshops and tasks to be delivered for the corresponding project budget.
PHASE II -A: ENVISIONING THE FUTURE DISTRICT PLAN CONCEPT DEVELOPMENT
Purpose of this Phase: Investigate potential futures for the district, focusing particularly on the primary opportunity
zones identified in the first project Phase, and on the development of recommendations that will enhance the overall
economic potential and visual character of this highly visible portion of the City. Assist the community to
understand the various directions that it can reasonably aspire to grow and change, and to evaluate those options with
respect to potential impacts on the form, character and economy of the city. Assist the community to select the best
possible (and achievable) future, to define that direction in sufficient detail, and to describe it in a way that is
appealing to potential investors.
Task 1. Reline understanding of existing opportunities constraints
Scope of Services, Page 2
This task is a bi- product of Project Team Working Session #1, held at the end of T.U.C. Subarea Plan Project, Phase
I, in which we defined necessary supplementary information that would be prepared by the economics and traffic
consultants. This task covers the review of that information, any follow -up discussion that is required, as well as the
integration of the new data into the Phase I exhibits, as needed.
A. Refute understanding of existing market parameters
1. Receive /review supplementary market info from economist
2. Follow -up questions and discussion with economist
B. Refine understanding of existing circulation capacity system design constraints
1. Receive/review supplementary traffic analysis from consultant
2. Follow -up questions and discussion with traffic consultant
C. Update opportunities constraints exhibits as appropriate
D. Prepare Summary of Existing Conditions Report
Update existing conditions inventory graphics, vulnerability to change analysis, and/or opportunities
constraints exhibits that were prepared as part of Phase I.
Task 2. Kick -Off Meetings
A. Kick -Off Meeting with City Staff Consultants
B. City Council/Planning Commission Briefing T.U.C./Phase I Findings
1. Prepare presentation materials
2. Attend City Council Meeting: presentation discussion
Task 3. TOD: Base Materials Existing Conditions
Note: All original existing conditions base information to be used in the performance of this scope of services will be
provided by the City. For the purposes of this study, FTB will assume that the information contained in such City-
provided basemaps is accurate, or at least that City Staff is satisfied that it is sufficiently accurate for the purposes of
this. project.
A. Request/review existing conditions base info:
1. Basemap(s): railroad right -of -way dimensions, topography, utilities (u/g, o/h); followup Q&A
2. Site plan existing structures, major landscape features, tracks; followup Q &A
B. Request/review background information:
1. Tracks/facilities relocation options and issues; key players; followup Q &A
2. Record of any other community discussions, other background history; followup Q &A
Scope of Services, Page 3
C. Field reconnaissance photography (to be done same day as first working session in Tukwila)
D. Prepare large format base maps for workshops
E. TOD: Summary of existing opportunities and constraints (analysis) for Longacres TOD site; prepare
diagram.
F. Prepare Summary of Existing Conditions Report
Task 4. Define Prelim Land Use Urban Design Choices "Broad- Brush"
Based on Phase I findings and discussions (as well as new information received as part of Task 1, above) prepare a
package of "broad- brush" land use and urban design alternatives targeted at achieving a realistic proportion of the
primary project objectives.
Recommendations and exhibits for this phase of the project will focus on the distribution of land uses, district
configuration and primary public realm structure. This "coarse grained" level of exploration will ultimately set the
larger structure for the study area.
A. T.U.C.: Prepare preliminary "broad- brush" options
I. Preliminary Land Use Urban Design alternatives; quick plan view diagrams
2. Telephone Q &A w/ traffic consultant economist as needed
3. Sketch illustrations corresponding to primary preliminary concepts
B. TOD: Prepare preliminary "broad- brush" issues options diagrams
1. Prepare three (3) alternatives illustrating preliminary planning design issues and approaches
based on alternative infrastructure improvement scenarios such alternatives may reflect
infrastructure improvements such as Union Pacific railroad track relocation options, the "Strander
Extension," and/or other factors.
2. Telephone Q &A with City Staff and traffic consultant as needed
Task 5. Community Review/Workshops Round #1
A. T.U.C.; Public Workshop #1
1. Prepare presentation workshop materials; logistics coordination
2. Set -up, present, facilitate workshop; record comments
3. Transcribe /photograph workshop participant input
B. TOD: Public Workshop #1
1. Prepare presentation workshop materials; logistics coordination
2. Set -up, present, facilitate workshop; record comments
Scope of Services, Page 4
3. Transcribe /photograph workshop participant input
C. GENERAL:
I. Staff/Consultant Project Team Meeting (post workshop debriefing discussion)
Task 6. Prepare Preliminary Plan Concepts (based on community direction)
Based on City Staff's and the Public Workshop participants' reaction to the materials and recommendations
presented at the previous workshop, prepare preliminary,plan concepts targeted at setting up a "blueprint for growth"
for the TUC and TOD areas. For recommendations that conflict with Public Workshop participant input, highlight
those aspects and explain reasoning behind alternative recommendations.
A. Field -check areas emphasized in staff workshop discussions; supplement field data (field work same trip
as Task 5 services).
B. Field -plot land use plan area edges In prep for prep land use plan areas map below)
C. Prepare recommended plan concepts based on input from staff, community, consultants
1, Refine preferred broad brush concept (derived from alternatives; based on Task 5 input)
Prepare recommended land use policy framework corresponding to preferred alternative
a. Land use plan areas map (using parcel map as underlay; parcels showing)
b. Policy framework outline (annotations on land use plan areas map)
3. Street network aspect: Q &A w/ consultant; coordinate w/ staff; prep /illustrate recommendations
4. Open space network: coordinate w/ city staff; prep /diagram recommendations
5. Urban design: Essential relationships, key features of public private development
6. TOD: Prepare recommended land use development alternatives for Longacres TOD.
a. Prepare three (3) alternatives illustrating preliminary planning design issues and
approaches based on alternative infrastructure improvement scenarios such alternatives
may reflect infrastructure improvements such as Union Pacific railroad track relocation
options, the "Strander Extension," and/or other factors.
D. Associated consultation with City Staff, consultants
Task 7. Community Review/Workshops Round #2
A. T.U.C.: Public Workshop #2
1. Prepare presentation workshop materials; logistics coordination
b. Telephone Q &A with City Staff and traffic consultant as needed
Set -up, present, facilitate workshop; record comments
Scope of Services, Page 5
3. Transcribe /photograph workshop participant input
B. TOD: Public Workshop #2
I. Prepare presentation workshop materials; logistics coordination
2. Set -up, present, facilitate workshop; record comments
3. Transcribe /photograph workshop participant input
C. GENERAL:
1. Staff /Consultant Project Team Meeting (post workshop debriefing discussion)
Task 8. Joint City Council Planning Commission Study Session (same trip Task 7)
A. Logistics Coordination: recommendations for study session process setup memo to City Staff
B. Prepare presentation materials
C. Preparation session with City Staff
D. Attend Study Session: presentation, discussion, record direction.
Task 9. Prepare preliminary build -out scenario
A. GIS Setup: receive base files from City; set up GIS project database
13. Apply most recent land use and development parameters
C. Prepare preliminary build -out scenario; checic/correct; transmit to City; followup discussion
Task 10. Prepare recommended basis for design guidelines site building prototype illustrations
A. Supplementary fieldwork (same trip as Task 7 services), including architectural context photography
B. Aesthetic basis for design guidelines existing desirable development types (photos)
C. Development prototype illustrations (this round: sketches)
1. Retail large -scale
2. Retail small scale
3. Residential 1
4. Residential 2
5. Office
6. Industrial or other
7. Associated Q &A with economist
Scope of Services, Page 6
D. Street design illustrations (typical plan section diagrams)
1. Special Street 1
2. Special Street 2
3. Internal district street 1
4. Internal district street 2
5. Associated Q &A with traffic consultant
Task 11. Community Review/Workshops Round #3
A. T.U.C.: Public Workshop #3
1. Prepare presentation workshop materials; logistics coordination
2. Set -up, present, facilitate workshop; record comments
3. Transcribe/photograph workshop participant input
B. TOD: Public Workshop #3
1. Prepare presentation workshop materials; logistics coordination
2. Set -up, present, facilitate workshop; record comments
3. Transcribe /photograph workshop participant input
C. GENERAL:
1. Staff/Consultant Project Team Meeting (post workshop debriefing discussion)
Task 12. Prepare and Illustrate Preferred Plan Concepts
Based on City Staff's and the Public Workshop participants' reaction to the materials and recommendations
presented at the previous workshop (particularly the previous workshop in which preliminary planning concepts for
TUC and TOD were discussed), refine and further develop the plan concepts identified as "Preferred" by the
community. For recommendations that conflict with Public Workshop participant input, highlight those aspects and
explain reasoning behind alternative recommendations.
A. Follow -up fieldwork (same trip as Task 1 I services)
B. Prepare preferred plan concepts based on input from staff, community, consultants
1. Refine land use policy framework corresponding to preferred alternative
a. Land use plan areas map (using parcel map as underlay; parcels showing)
b. Policy framework outline (annotations on land use plan areas map)
Scope of Services, Page 7
2. Refine St network aspect: Q &A w/ consultant; coordinate w/ staff; prep /diagram
recommendations
3. Refine Open space network: coordinate w/ city staff; prep diagam recommendations
4. Refine Urban design: Essential relationships, key features of public private development
5. TOD: Prepare site development master plan illustrations (3)
a. Prepare three (3) site development master plan illustrations based on alternative
infrastructure improvement scenarios such alternatives may reflect infrastructure
improvements such as Union Pacific railroad track relocation options, the "Strander
Extension," and/or other factors.
b. Telephone Q &A with City Staff and traffic consultant as needed
C. Modify /refine Development prototypes; prepare modified sketches
1. Retail Center large -scale
2. Retail Center small scale
3. Residential 1
4. Residential 2
5. Office
6. Industrial or Support Commercial
D. Modify /refine Street design illustrations
1. Special Street 1
2. Special Street 2
3. Internal district street 1
4. Internal district street 2
Task 13. Community Review/Workshops Round #4
A. T.U.C.: Public Workshop #4
1. Prepare presentation workshop materials; logistics coordination
2. Set -up, present, facilitate workshop; record comments
3. Transcribe /photograph workshop participant input
B. TOD: Public Workshop #4
1. Prepare presentation workshop materials; logistics coordination
Scope of Services, Page 8
2. Set -up, present, facilitate workshop; record comments
3. Transcribe /photograph workshop participant input
C. GENERAL:
1. Staff/Consultant Project Team Meeting (post workshop debriefing discussion)
Task 14. Finalize Recommended Plan Concepts
A. Follow -up fieldwork (same trip as Task 13 services)
B. Finalize plan concepts based on input from staff, community, consultants
1. Finalize land use policy framework corresponding to preferred alternative
a. Land use plan areas map (using parcel map as underlay; parcels showing)
b. Policy framework outline (annotations on land use plan areas map)
2. Finalize street network aspect
3. Finalize open space network
4. Refine Urban design: Essential relationships, key features of public private development
5. TOD: Finalize site development master plan illustrations (3)
Based on input from community workshop participants and discussions with City Staff,
modify /refine three (3) site development master plan illustrations, with separate plans reflecting
alternative infrastructure improvement scenarios such alternatives may reflect infrastructure
improvements such as Union Pacific railroad track relocation options, the "Strander Extension,"
and/or other factors.
C. Modify /refine Development prototypes; prepare modified sketches
1. Retail Center large -scale
2. Retail Center small scale
3. Residential 1
4. Residential 2
5. Office
6. Industrial or Support Commercial
D. Modify /refine Street design illustrations
1. Special Street 1
Scope of Services, Page 9
2. Special Street 2
3. Internal district street 1
4. Internal district street 2
E. T.U.C.: Prepare perspective sketches and one "bird's eye" rendering (color)
F. TOD: Prepare "bird's -eye" rendering (color)
Task 15. Joint City Council Planning Commission Study Session
A. Logistics Coordination: recommendations for study session process setup memo to City Staff
B. Prepare presentation materials
Preparation session with City Staff
D. Attend Study Session: presentation, discussion, record direction.
Phase 1I -A Project Management This provides an allowance for project management tasks such as project
documentation, invoicing, and record keeping corresponding to tasks to be performed in Phase II.
PHASE II -B: MAKING IT HAPPEN IMPLEMENTATION STRATEGY, POLICY TOOLS TUC
SUBAREA PLAN DOCUMENT
Task 1. Update build -out scenario spreadsheet
A. Adjust GIS Setup as needed
B. Apply most recent land use and development parameters
C. Prepare build -out scenario; check/correct; transmit to City; foliowup discussion
Task 2. Prepare Administrative Draft of The Tukwila Urban Center Subarea Plan document
A. Orientation Section
B. Refine Existing Conditions chapter based on staff review from Phase 1I- record of site conditions,
opportunities constraints at plan's inception
C. Growth Development Strategy
D. Land Use Development Policy
1. Establishment of Land Use Plan Area Framework and Urban Design Principles
2. Draft Land Use and Development Standards
3. Draft Design Guidelines
4. Finalize, annotate and format development prototype illustrations (up to 6)
Scope of Services, Page 10
a. Retail Center large -scale
b. Retail Center small scale
c. Residential 1
d. Residential 2
e. Office
f. Industrial or Support Commercial
5. Prepare supplementary illustrations
E. Transportation receive /review transp section from consultant
F. Capital lmprovements
G. Utility Infrastructure Receive /integrate draft section from City DPW
H. Appendices
1. Alternatives considered
Receive /review economics /market findings (receive file from economist)
3. Community Workshop process; record of participant input
I. Assemble Administrative Draft (unformatted; no annotations for full pg graphics; no photos)
Task 3. City Staff Review of Administrative Draft; receive/Review single marked -up copy
A. Receive/review staff comments (single marked -up copy)
B. Plan Review Session in Tukwila
Task 4. Prepare Public Distribution Draft
A. Annotate and format full page graphic illustrations
B. Prepare camera -ready Public Distribution Draft document
1. Modify text, illustrations as directed by City Staff
2. Cover design production
3. Select, insert and format photos; add captions
4. Electronic formatting and paste -up
5. City Staff telephone Q &A, Coordination, last- minute issues
Scope of Services, Page 11
6. Final edits; prepare final camera -ready document; coordinate photo- reproduction for first nm
7. Forward camera -ready document, electronic file, photo reproduction instructions, and initial
copies to City.
Task 5. Prepare final version of T.U.C. Subarea Plan Document (after hearing phase)
A. Modifications allowance (receive modifications document from City Staff; implement)
B. Prepare camera -ready copy, coordinate printing, check, forward to City Staff
Note: This Scope of Services does not cover the reproduction of the camera -ready document. Upon completion of
the camera -ready master copy, FTB will contact the City's Project Manager to inquire as to the number of copies the
City will require. Photo reproduction services are not marked up by FTB, and are simply passed on to the City
under invoice separate from those of the project.
Phase II -B Project Management This provides an allowance for project management tasks such as project
documentation, invoicing, and record keeping corresponding to tasks to be performed in Phase III.
Exhibit C -2
Payment
(Cost Plus Fixed Fee)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed or services
rendered and for all labor, materials, equipment, and incidentals necessary to complete the work specified in Section
II, "Scope of Work," The CONSULTANT shall conform with the applicable portion of 48 CFR 31.
A. Actual Costs
Payment for all consulting services for this project shall be on the basis of the CONSULTANT's actual cost plus
a fixed fee. The actual cost shall include direct salary cost, overhead, and direct nonsalary cost.
I. Direct Salary Costs
The direct salary cost is the direct salary paid to principals, professional, technical, and clerical personnel for
the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT.
2. Overhead Costs
Overhead costs are those costs other than direct costs which are included as such on the books of the
CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rate
shown in the heading of this AGREEMENT, under "Overhead Progress Payment Rate." Total overhead
payment shall be based on the method shown in the heading of the AGREEMENT. The three options are
explained as follows:
a. Actual Cost Not To Exceed Maximum Percent: If this method is indicated in the heading of this
AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actual overhead rate
verified by audit up to the maximum percentage shown in the space provided. Final overhead payment
when accumulated with all other actual costs shall not exceed the total maximum amount payable shown
in the heading of this AGREEMENT.
b. Fixed Rate: If this method is indicated in the heading of the AGREEMENT, the AGENCY agrees to
reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change
during the life of the AGREEMENT.
A summary of the CONSULTANT's cost estimate and the overhead computation are attached hereto as
Exhibit D -1 and by this reference made part of this AGREEMENT. When an Actual Cost method, or the
Actual Cost Not To Exceed method is used, the CONSULTANT (prime and all subconsultants) will submit
to the AGENCY within three months after the end of each firm's fiscal year an overhead schedule in the
format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the
overhead rate for billing purposes. It shall be used for the computation of progress payments during the
following year and for retroactively adjusting the previous year's overhead cost to reflect the actual rate.
Failure to supply this information by either the prime consultant or any of the subconsultants shall
cause the agency to withhold payment of the billed overhead costs until such time as the required
information is received and an overhead rate for billing purposes is approved.
The STATE and/or the Federal Government may perform an audit of the CONSULTANT's books and
records at any time during regular business hours to determine the actual overhead rate, if they so desire.
3. Direct Nonsalary Costs
Direct nonsalary costs will be reimbursed at the actual cost to the CONSULTANT. These charges may
include, but are not limited to the following items: travel, printing, long distance telephone, supplies,
computer charges, and fees of subconsultants. Air or train travel will only be reimbursed to economy class
levels unless otherwise approved by the AGENCY. Automobile mileage for travel will be reimbursed at the
current rate approved for AGENCY employees and shall be supported by the date and time of each trip with
origin and destination of such trips. Subsistence'and lodging expenses will be reimbursed at the same rate as
for AGENCY employees. The billing for nonsalary cost, directly identifiable with the Project, shall be an
itemized listing of the charges supported by copies of original bills, invoices, expense accounts, and
miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents
shall be provided to the AGENCY upon request. All of the above charges must be necessary for the services
to be provided under this AGREEMENT.
4. Fixed Fee
The fixed fee, which represents the CONSULTANT's profit, is shown in the heading of this AGREEMENT
under Fixed Fee. This amount does not include any additional fixed fee which could be authorized from the
Management Reserve Fund. This fee is based on the scope of work defined in this AGREEMENT and the
estimated man- months required to perform the stated scope of work. In the event a supplemental agreement
is entered into for additional work by the CONSULTANT, the supplemental agreement may include
provisions for the added costs and an appropriate additional fee. The fixed fee will be prorated and paid
monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the
monthly progress reports accompanying the invoices.
Any portion of the fixed fee earned but not previously paid in the progress payments will be covered in the final
payment, subject to the provisions of Section IX, Termination of Agreement.
5. Management Reserve Fund
The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator
the flexibility of authorizing additional funds to the AGREEMENT for allowable unforeseen costs, or
reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT.
Such authorization(s) shall be in writing and shall not exceed the lesser of $50,000 or 10% of the Total
Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the
Management Reserve Fund is shown in the heading of this agreement. This fund may be replenished in a
subsequent supplemental agreement. Any changes requiring additional costs in excess of the "Management
Reserve Fund" shall be made in accordance with Section XIV, "Extra Work."
6. Maximum Total Amount Payable
The maximum total amount payable, by the AGENCY to the CONSULTANT under this AGREEMENT,
shall not exceed the amount shown in the heading of this AGREEMENT.
The Maximum Total Amount Payable is comprised of the Total Amount Authorized, which includes the
Fixed Fee and the Management Reserve Fund. The Maximum Total Amount Payable does not include
payment for extra work as stipulated in Section XIV, "Extra Work."
B. Monthly Progress Payments
The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual costs plus the calculated
overhead and fee not more often than once per month during the progress of the work. Such invoices shall be in a
format approved by the AGENCY and accompanied by the monthly progress reports required under Section III,
General Requirements, of this AGREEMENT. The invoices will be supported by an itemized listing for each
item including direct salary, direct nonsalary, and allowable overhead costs to which will be added the prorated
Fixed Fee. To provide a means of verifying the invoiced salary costs for CONSULTANT employees, the
AGENCY may conduct employee interviews. These interviews may consist of recording the names, tides, and
present duties of those employees performing work on the PROJECT at the time of the interview.
C. Final Payment
Final payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon
its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon
receipt of all PS &E, plans, maps, notes, reports, and other related documents which are required to be
furnished under this AGREEMENT. Acceptance of such final payment by the CONSULTANT shall
constitute a release of all claims for payment which the CONSULTANT may have against the AGENCY
unless such claimc are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT
prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the AGENCY may
have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item and that at the
time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such
final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment
to the AGENCY within ninety (90) days of notice of the overpayment. Such refund shall not constitute a
waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of
overpayment.
D. Inspection of Cost Records
The CONSULTANT and the subconsultants shall keep available for inspection by representatives of the
AGENCY and the United States, for a period of three years after final payment, the cost records and accounts
pertaining to this AGREEMENT and all items related to or bearing upon these records with the following
exception: if any litigation, claim, or audit arising out of, in connection with, or related to this contract is
initiated before the expiration of the three -year period, the cost records and accounts shall be retained until such
litigation, claim, or audit involving the records is completed.
Exhibit D -1
Consultant Fee Determination Summary Sheet
(Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work)
Project: Transit Oriented Development at Longacres /Tukwila Urban Center Plan Prepare land use /urban design
Direct Salary Cost (DSC):
Classification Man Hours Rate Cost
Principal 489.0 X 57.70 28,215.30
Associate 1,302.0 X 26.44 34,424.88
AutoCAD Opp 1 488.0 X 19.23 9,384.24
AutoCAD Opp 2 431.0 X 21.15 9,115.65
Project Assistant 881.0 X 20.19 17,787.39
Total DSC 98,927.46
Overhead (OH Cost including Salary Additives):
OH Rate x DSC of 1.8149 x 98,927.46 179,543.45
Fixed Fee (FF):
FF Rate x DSC of .274365 x 98,927.46 27,142.23
Reimbursables:
Itemized 46,725.00
Subconsultant Costs (See Exhibit G):
Grand Total 352,338.14
Prepared By Gregory Delaune
Date: February 11, 2003
EXHIBIT D -1
Supplemental Reimbursable Information
Reimbursable Expense Category 1
Rendering/Simulation (2) 1
Reimbursable Project Expenses 1
Travel Expense Allowance 1
Total
Budgeted Cost
$8,000
$28,225
$10,500
$44.725
Project Costs/Reimbursable Expenses:
In addition to the hourly rate charged, the following shall be charged as PROJECT COSTS:
Document duplication, plotting/scanning, messenger services, postage and handling, long
distance telephone calls, travel expenses for out -of- office services, special equipment charges,
desktop publishing, office archives and database, governmental plan and other inspection fees,
expenses for renderings, models and mock -ups requested by CLIENT, expenses for additional
insurance coverage or limits, including professional liability insurance, requested by the CLIENT
in excess of that normally carried by the CONSULTANT, and/or associated with contracts to
subconsultants, plus other out -of- pocket expenses reasonably required in performance of services
for the Project.
Account Title
Direct Labor
Overhead Expenses:
FICA
Unemployment
Health /Accident Insurance
Medical Aid Industrial Insurance
HolidayNacation /Sick Leave
Commission/Bonus/Pension
Total Fringe Benefits
I General Overhead:
State B &O Taxes
Insurance
Administration Time Not Assignable
Printing, Stationery Supplies
Professional Services
Travel Not Assignable
Telephone Telegraph Not Assignable
Fees, Dues Professional Meetings
Utilities Maintenance
Professional Development
Rent
Equipment Support
Office, Miscellaneous Postage
Total General Overhead
I Total Overhead (General Fringe)
I Overhead Rate (Total Overhead Direct Labor)
Exhibit E
Breakdown of Overhead Cost
Beginning Total
357,915.00
43,014.00
2,166.00
26,221.00
55,229.00
126,630.00
7,774.00
25,635.00
228,135.00
26,688.00
57,639.00
22,052.00
21,240.00
8,042.00
581.00
60,063.00
37,193.00
27,907.00
522,949.00
649,579.00
181.49%
of Direct Labor
100.00%
12.02%
0.61%
7.33%
35.38%
2.17%
7.16%
63.74%
7.46%
16.10%
6.16%
5.93%
2.25 %I
0.16%
16.78%
10.39%
7.80%
146.11%
181.49%
Cost Per Unit of Work Contracts
Exhibit F
Payment Upon Termination of Agreement
By the Agency Other Than for
Fault of the Consultant
(Refer to Agreement, Section IX)
Lump Sum Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made shall
total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total
work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work
completed
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall
total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is to
the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work
completed.
Specific Rates of Pay Contracts
A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this
AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT.
A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination
of this AGREEMENT.
Local Agency
Standard Consultant
Agreement
Agreement Number
LA 5377
Federal Aid Number
TCSP TCSP (010)
Agreement Type (Choose one)
D Lump Sum
Lump Sum Amount
El Cost Plus Fixed Fee
Overhead Progress Payment Rate
Overhead Cost Method
o Actual Cost
o Actual Cost Not To Exceed
Fixed Rate
Fixed Fee 5,241.00
D Specific Rates Of Pay
Negotiated Hourly Rate
Provisional Hourly Rate
D Cost Per Unit of Work
WITNESSETH THAT:
DOT Form 140-089 EF
Revised 12/99
210.95
Ok
Ok
O k
Consultant/Address/Telephone
ECONorthwest
99 W. 10th, Suite 400
Eugene, OR 97401
THIS AGREEMENT, made and entered into this day of
Page 1 of 8
Project Title And Work Description
Tukwila Transit- Oriented Development at
Longacres/rukwila Urban Center Plan.
Prepare plans, market and fiscal analysis, and
resource allocation studies.
DBE Participation
Yes 13 No
WBE Participation
Yes No
Federal ID Number or Social Security Number
93- 0639592
Do you require a 1099 for IRS?
Yes C, No
Total Amount Authorized
Management Reserve Fund
Maximum Amount Payable
I Completion Date
I I May 30, 2004
between the Local Agency of City of Tukwila Washington, hereinafter called the
"AGENCY" and the above organization hereinafter called the "CONSULTANT".
WHEREAS, the AGENCY desires to accomplish the above referenced project, and
WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore
deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary
services for the PROJECT; and
WHEREAS, the CONSULTANT represents that he /she is in compliance with the Washington State
Statutes relating to professional registration, if applicable, and has signified a willingness to fumish
Consulting services to the AGENCY,
NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained
herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows:
59,928.26
59,928.26
GENERAL DESCRIPTION OF WORK
The work under this AGREEMENT shall consist of
the above described work and services as herein
defined and necessary to accomplish the completed
work for this PROJECT. The CONSULTANT shall
furnish all services, labor and related equipment
necessary to conduct and complete the work as
designated elsewhere in this AGREEMENT.
1'
SCOPE OF WORK
The Scope of Work and project level of effort for this
project is detailed in Exhibit "B" attached hereto, and
by this reference made a part of this AGREEMENT.
III
GENERAL REQUIREMENTS
All aspects of coordination of the work of this
AGREEMENT, with outside agencies, groups or
individuals shall receive advance approval by the
AGENCY. Necessary contacts and meetings with
agencies, groups or individuals shall be coordinated
through the AGENCY.
The CONSULTANT shall attend coordination,
progress and presentation meetings with the
AGENCY or such Federal, Community, State, City
or County officials, groups or individuals as may be
requested by the AGENCY. The AGENCY will
provide the CONSULTANT sufficient notice prior
to meetings requiring CONSULTANT participation.
The minimum number of hours or days notice
required shall be agreed to between the AGENCY
and the CONSULTANT and shown in Exhibit "B"
attached hereto and made part of this AGREEMENT.
The CONSULTANT shall prepare a monthly
progress report, in a form approved by the AGENCY,
that will outline In written and graphical form the
various phases and the order of performance of the
work in sufficient detail so that the progress of the
work can easily be evaluated. Goals for Disadvan-
taged Business Enterprises (DBE) and Women
Owned Business Enterprises (WBE) if required shall
be shown in the heading of this AGREEMENT.
Page 2of 8
All reports, PS &E materials, and other data, furnished
to the CONSULTANT by the AGENCY shall be
returned. All designs, drawings, specifications,
documents, and other work products prepared by the
CONSULTANT prior to completion or termination of
this AGREEMENT are instruments of service for this
PROJECT and are property of the AGENCY. Reuse
by the AGENCY or by others acting through or on
behalf of the AGENCY of any such instruments of
service, not occurring as a part of this PROJECT,
shall be without liability or legal exposure to the
CONSULTANT.
IV
TIME FOR BEGINNING AND
COMPLETION
The CONSULTANT shall not begin any work under
the terms of this AGREEMENT until authorized in
writing by the AGENCY. All work under this
AGREEMENT shall be completed by the date
shown in the heading of this AGREEMENT under
completion date.
The established completion time shall not be extended
because of any delays attributable to the CONSULT-
ANT, but may be extended by the AGENCY, in the
event of a delay attributable to the AGENCY, or
because of unavoidable delays caused by an act of
GOD or governmental actions or other conditions
beyond the control of the CONSULTANT. A prior
supplemental agreement issued by the AGENCY is
required to extend the established completion time.
V
PAYMENT
The CONSULTANT shall be paid by the AGENCY
for completed work and services rendered under this
AGREEMENT as provided in Exhibit "C" attached
hereto, and by this reference made part of this
AGREEMENT. Such payment shall be full compen-
sation for work performed or services rendered and
for all labor, materials, supplies, equipment, and
incidentals necessary to complete the work
specified in Section 11, "Scope of Work The
CONSULTANT shall conform with all applicable
portions of 48 CFR 31.
VI
SUBCONTRACTING
The AGENCY permits subcontracts for those items
of work as shown in Exhibit G to this Agreement.
Compensation for this subconsultant work shall be
based on the cost factors shown on Exhibit 0, at-
tached hereto and by this reference made a part of this
AGREEMENT.
The work of the subconsultant shall not exceed its
maximum amount payable unless a prior written
approval has been issued by the AGENCY.
All reimbursable direct labor, overhead, direct non
salary costs and fixed fee costs for the subconsultant
shall be substantiated in the same manner as outlined
in Section V. All subcontracts exceeding $10,000 in
cost shall contain all applicable provisions of this
AGREEMENT.
The CONSULTANT shall not subcontract for the
performance of any work under this AGREEMENT
without prior written permission of the AGENCY. No
permission for subcontracting shall create, between
the AGENCY and subcontractor, any contract or any
other relationship.
VII
EMPLOYMENT
The CONSULTANT warrants that he /she has not
employed or retained any company or person, other
than a bona fide employee working solely for the
CONSULTANT, to solicit or secure this contract, and
that it has not paid or agreed to pay any company or
person, other than a bona fide employee working
solely for the CONSULTANT, any fee, commission,
percentage, brokerage fee, gift, or any other consider-
ation, contingent upon or resulting from the award or
making of this contract. For breach or violation of this
warrant, the AGENCY shall have the right to annul
this AGREEMENT without liability, or in its discre-
tion, to deduct from the AGREEMENT price or
consideration or otherwise recover the full amount of
such fee, commission, percentage, brokerage fee, gift,
or contingent fee.
Any and all employees of the CONSULTANT or
other persons while engaged in the performance of
any work or services required of the CONSULTANT
under this AGREEMENT, shall be considered
Page 3 of 8
employees of the CONSULTANT only and not of the
AGENCY, and any and all claims that may or might
arise under any Workmen's compensation Act on
behalf of said employees or other persons while so
engaged, and any and all claims made by a third party
as a consequence of any act or omission on the part of
the CONSULTANT's employees or other persons
while so engaged on any of the work or services
provided to be rendered herein, shall be the sole
obligation and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full or
part time basis, or other basis, during the period of the
contract, any professional or technical personnel who
are, or have been, at any time during the period of the
contract, in the employ of the United States Depart-
ment of Transportation, the STATE, or the
AGENCY, except regularly retired employees,
without written consent of the public employer of
such person.
VIII
NONDISCRIMINATION
The CONSULTANT agrees not to discriminate
against any client, employee or applicant for employ-
ment or for services because of race, creed, color,
national origin, marital status, sex, age or handicap
except for a bona fide occupational qualification with
regard to, but not limited to the following: employ-
ment upgrading, demotion or transfer, recruitment or
any recruitment advertising, a Layoff or terminations,
rates of pay or other forms of compensation, selection
for training, rendition of services. The CONSULT-
ANT understands and agrees that if It violates this
provision, this AGREEMENT may be terminated by
the AGENCY and further that the CONSULTANT
shall be barred from performing any services for the
AGENCY now or in the future unless a showing is
made satisfactory to the AGENCY that discrimina-
tory practices have terminated and that recurrence of
such action is unlikely.
During the performance of this AGREEMENT, the
CONSULTANT, for itself, its assignees and
successors in interest agrees as follows:
A. COMPLIANCE WITH REGULATIONS: The
CONSULTANT shall comply with the Regula-
tions relative to nondiscrimination in the same
manner as in Federal- assisted programs of the
Department of Transportation, Title 49, Code of
Federal Regulations, Part 21, as they may be
amended from time to time, (hereinafter referred
to as the Regulations), which are herein incorpo-
rated by reference and made a part of this
AGREEMENT. The consultant shall comply
with the American Disabilities Act of 1992, as
amended.
B. NONDISCRIMINATION: The CONSULTANT,
with regard to the work performed by it during the
AGREEMENT, shall not discriminate on the
grounds of race, creed, color, sex, age, marital
status, national origin or handicap except for a
bona fide occupational qualification in the selec-
tion and retention of subconsultants, including
procurements of materials and leases of equip-
ment The CONSULTANT shall not participate
either directly or indirectly in the discrimination
prohibited by Section 21.5 of the Regulations,
Including employment practices when the contract
covers a program set forth in Appendix II of the
Regulations.
C. SOLICITATIONS FOR SUBCONSULTANTS,
INCLUDING PROCUREMENTS OF MATERI-
ALS AND EQUIPMENT: In all solicitations
either by competitive bidding or negotiation made
by the CONSULTANT for work to be performed
under a subcontract, Including procurements of
materials or leases of equipment, each potential
subconsultant or supplier shall be notified by the
CONSULTANT of the CONSULTANT's
obligations under this AGREEMENT and the
Regulations relative to nondiscrimination on the
grounds of race, creed, color, sex, age, marital
status, national origin and handicap.
D. INFORMATION AND REPORTS:The
CONSULTANT shall provide all Information
and reports required by the Regulations, or
directives issued pursuant thereto, and shall
permit access to its books, records, accounts,
other sources of information, and its facilities as
may be determined by the AGENCY tope
pertinent to ascertain compliance with such
Regulations or directives. Where any information
required of the CONSULTANT is in the exclu-
Page 4 of 8
sive possession of another who fails or refuses to
furnish this information the CONSULTANT shall
so certify to the AGENCY, or the United States
Department of Transportation as appropriate, and
shall set forth what efforts it has made to obtain
the information.
E. SANCTIONS FOR NONCOMPLIANCE: In the
event of the CONSULTANT's noncompliance
with the nondiscrimination provisions of this
AGREEMENT, the AGENCY shall impose
such sanctions as it or the Federal Highway
Administration may determine to be appropriate,
including, but not limited to:
1. Withholding of payments to the CONSULT-
ANT under the AGREEMENT until the
CONSULTANT complies, and/or
2. Cancellation, termination or suspension of the
AGREEMENT, in whole or in part.
F. INCORPORATION OF PROVISIONS: The
CONSULTANT shall include the provisions of
paragraphs (A) through (G) in every subcontract,
including procurements of materials and leases of
equipment, unless exempt by the Regulations or
directives issued pursuant thereto. The CON-
SULTANT shall take such action with respect to
any subconsuftant or procurement as the
AGENCY or the Federal Highway Administra-
tion may direct as a means of enforcing such
provisions including sanctions for noncompli-
ance; provided, however, that, in the event a
CONSULTANT becomes involved in, or is
threatened with, litigation with a subconsultant or
supplier as a result of such direction, the CON
ULTANT may request the AGENCY to enter
into such litigation to protect the interests of the
AGENCY, and in addition, the CONSULTANT
may request the United States to enter into such
litigation to protect the interests of the United
States.
G. UNFAIR EMPLOYMENT PRACTICES: The
CONSULTANT shall comply with RCW
49.60.180.
Ix
TERMINATION OF AGREEMENT
The right is reserved by the AGENCY to terminate
this AGREEMENT at any time upon ten days written
notice to the CONSULTANT.
In the event this AGREEMENT is terminated by the
AGENCY other than for default on the part of the
CONSULTANT, a final payment shall be made to the
CONSULTANT as shown in Exhibit F for the type of
AGREEMENT used.
No payment shall be made for any work completed
after ten days following receipt by the CONSULT-
ANT of the Notice to terminate, If the accumulated
payment made to the CONSULTANT prior to Notice
of Termination exceeds the total amount that would
be due computed as set forth herein above, then no
final payment shall be due and the CONSULTANT
shall immediately reimburse the AGENCY for any
excess paid.
If the services of the CONSULTANT are terminated
by the AGENCY for default on the part of the CON-
SULTANT, the above formula for payment shall not
apply. In such an event, the amount to be paid shall be
determined by the AGENCY with consideration
given to the actual costs incurred by the CONSULT-
ANT in performing the work to the date of
termination, the amount of work originally required
which was satisfactorily completed to date of termina-
tion, whether that work is in a form or a type which is
usable to the AGENCY at the time of termination;
the cost to the AGENCY of employing another firm
to complete the work required and the time which
maybe required to do so, and other factors which
affect the value to the AGENCY of the work per-
formed at the time of termination. Under no
circumstances shall payment made under this subsec-
tion exceed the amount which would have been made
using the formula set forth in the previous paragraph.
If it is determined for any reason that the CONSULT-
ANT was not in default or that the CONSULTANT's
failure to perform is without it or it's employee's fault
or negligence, the termination shall be deemed to be a
termination for the convenience of the AGENCY in
accordance with the provision of this AGREEMENT.
Page 5 of 8
In the event of the death of any member, partner or
officer of the CONSULTANT or any of its supervi-
sory personnel assigned to the project, or, dissolution
of the partnership, termination of the corporation, or
disaffiliation of the principally involved employee,
the surviving members of the CONSULTANT hereby
agree to complete the work under the terms of this
AGREEMENT, if requested to do so by the
AGENCY. The subsection shall not be a bar to
renegotiation of the AGREEMENT between the
surviving members of the CONSULTANT and the
AGENCY, if the AGENCY so chooses.
In the event of the death of any of the parties listed in
the previous paragraph, should the surviving members
of the CONSULTANT, with the AGENCY's concur-
rence, desire to terminate this AGREEMENT,
payment shall be made as set forth in the second
paragraph of this section.
Payment for any part of the work by the AGENCY
shall not constitute a waiver by the AGENCY of any
remedies of any type it may have against the CON-
SULTANT for any breach of this AGREEMENT by
the CONSULTANT, or for failure of the CONSULT-
ANT to perform work required of it by the
AGENCY. Forbearance of any rights under the
AGREEMENT will not constitute waiver of entitle-
ment to exercise those rights with respect to any
future act or omission by the CONSULTANT.
X
CHANGES OF WORK
The CONSULTANT shall make such changes and
revisions in the complete work of this AGREEMENT
as necessary to correct errors appearing therein, when
required to do so by the AGENCY, without additional
compensation thereof. Should the AGENCY find it
desirable for its own purposes to have previously
satisfactorily completed work or parts thereof
changed or revised, the CONSULTANT shall make
such revisions as directed by the AGENCY. This
work shall be considered as Extra Work and will be
paid for as herein provided under Section XIV.
XI
DISPUTES
Any dispute concerning questions of fact in connec-
tion with the work not disposed of by AGREEMENT
between the CONSULTANT and the AGENCY shall
be referred for determination to the Director of Public
Works or AGENCY Engineer, whose decision in the
matter shall be final and binding on the parties of this
AGREEMENT, provided however, that if an action is
brought challenging the Director of Public Works or
AGENCY Engineer's decision, that decision shall be
subject to de novo judicial review.
XII
VENUE, APPLICABLE LAW AND
PERSONAL JURISDICTION
In the event that either party deems it necessary to
institute legal action or proceedings to enforce any
right or obligation under this AGREEMENT, the
parties hereto agree that any such action shall be
initiated in the Superior court of the State of Washing-
ton, situated in the county the AGENCY is located in.
The parties hereto agree that all questions shall be
resolved by application of Washington law and that
the parties to such action shall have the right of appeal
from such decisions of the Superior court in accor-
dance with the laws of the State of Washington. The
CONSULTANT hereby consents to the personal
jurisdiction of the Superior court of the State of
Washington, situated In the'county in which the
AGENCY is located in.
XIII
LEGAL RELATIONS AND INSURANCE
The CONSULTANT shall comply with all Federal,
State, and local laws and ordinances applicable to the
work to be done under this AGREEMENT. This
AGREEMENT shall be interpreted and construed in
accord with the laws of Washington.
The CONSULTANT shall indemnify and hold the
AGENCY and the STATE, and their officers and
employees harmless from and shall process and
defend at its own expense all claims, demands, or
suits at law or equity arising in whole or in part from
the CONSULTANT's negligence or breach of any of
its obligations under this AGREEMENT; provided
Page a of 8
that nothing herein shall require a CONSULTANT to
indemnify the AGENCY and the STATE against and
hold harmless the AGENCY and the STATE from
claims, demands or suits based solely upon the
conduct of the AGENCY and the STATE, their
agents, officers and employees and provided further
that if the claims or suits are caused by or result from
the concurrent negligence of (a) the
CONSULTANT's agents or employees and (b) the
AGENCY and the STATE, their agents, officers and
employees, this indemnity provision with respect to
(1) claims or suits based upon such negligence, (2) the
costs to the AGENCY and the STATE of defending
such claims and suits, etc. shall be valid and enforce-
able only to the extent of the CONSULTANTS
negligence orthe negligence of the CONSULTANT's
agents or employees.
The CONSULTANT's relation to the AGENCY shall
be at all times as an independent contractor.
The CONSULTANT specifically assumes potential
liability for actions brought by the CONSULTANT's
own employees against the AGENCY and, solely for
the purpose of this indemnification and defense, the
CONSULTANT specifically waives any immunity
under the state industrial insurance law, Title 51
RCW. The CONSULTANT recognizes that this
waiver was specifically entered into pursuant to the
provisions of RCW 4.24.115 and was the subject of
mutual negotiation.
Unless otherwise specified in the AGREEMENT, the
AGENCY shall be responsible for administration of
construction contracts, if any, on the project. Subject
to the processing of an acceptable, supplemental
agreement, the CONSULTANT shall provide on -call
assistance to the AGENCY during contract adminis-
tration. By providing such assistance, the
CONSULTANT shall assume no responsibility for:
proper construction techniques, job site safety, or any
construction contractor's failure to perform its work
in accordance with the contract documents.
The CONSULTANT shall obtain and keep in force
during the terms of the AGREEMENT, or as other-
wise required, the following insurance with
companies or through sources approved by the State
Insurance Commissioner pursuant to RCW 48.
Insurance Coverage
A. Worker's compensation and employer's liability
insurance as required by the STATE.
B. General commercial liability insurance in an
amount not less than a single limit of one million
and 00/100 Dollars ($1,000,000.00) for bodily
injury, including death and property damage
per occurrence.
Excepting the Worker's Compensation insurance and
any professional liability insurance secured by the
CONSULTANT, the AGENCY will be named on all
certificates of insurance as an additional insured. The
CONSULTANT shall furnish the AGENCY with
verification of Insurance and endorsements required
by this AGREEMENT. The AGENCY reserves the
right to require complete, certified copies of all
required insurance policies at any time.
All insurance shall be obtained from an insurance
company authorized to do business in the State of
Washington. The CONSULTANT shall submit a
verification of insurance as outlined above within
14 days of the execution of this AGREEMENT to
the AGENCY.
No cancellation of the foregoing policies shall be
effective without thirty (30) days prior notice to
the AGENCY.
The CONSULTANT's professional liability to the
AGENCY shall be limited to the amount payable
under this AGREEMENT or one million dollars,
whichever is the greater unless modified by
Exhibit H. In no case shall the CONSULTANT's
professional liability to third parties be limited in
any way.
The AGENCY will pay no progress payments
under Section V until the CONSULTANT has fully
complied with this section. This remedy is not exclu-
sive; and the AGENCY and the STATE may take
such other action as is available to them under other
provisions of this AGREEMENT, or otherwise in law.
Page7of8
XIV
EXTRA WORK
A. The AGENCY may at any time, by written order,
make changes within the general scope of the
AGREEMENT in the services to be performed.
B. If any such change causes an increase or decrease
in the estimated cost of, or the time required for,
performance of any part of the work under this
AGREEMENT, whether or not changed by the
order, or otherwise affects any other terms and
conditions of the AGREEMENT, the AGENCY
shall make an equitable adjustment in the
(1) maximum amount payable; (2) delivery or
completion schedule, or both; and (3) other
affected terms and shall modify the AGREE-
MENT accordingly.
C. The CONSULTANT must submit its "request
for equitable adjustment" (hereafter referred to
as claim) under this clause within 30 days from
the date of receipt of the written order. However,
if the AGENCY decides that the facts justify it,
the AGENCY may receive and act upon a claim
submitted before final payment of the
AGREEMENT.
D. Failure to agree to any adjustment shall be a
dispute under the Disputes clause. However
nothing in this clause shall excuse the CON-
SULTANT from proceeding with the
AGREEMENT as changed.
E. Notwithstanding the terms and condition of
paragraphs (a) and (b) above, the maximum
amount payable for this AGREEMENT, shall
not be increased or considered to be increased
except by specific written supplement to this
AGREEMENT.
XV
ENDORSEMENT OF PLANS
The CONSULTANT shall place his endorsement on
all plans, estimates or any other engineering data
furnished by him.
XVI XVIII
FEDERAL AND STATE REVIEW COMPLETE AGREEMENT
The Federal Highway Administration and the
Washington State Department of Transportation
shall have the right to participate in the review or
examination of the work in progress.
XVII
CERTIFICATION OF THE CONSULTANT
AND THE AGENCY
Attached hereto as Exhibit "A-1", are the
Certifications of the Consultant and the Agency,
Exhibit "A -2" Certification regarding debarment,
suspension and other responsibility matters primary
covered transactions, Exhibit "A -3" Certification
regarding the restrictions of the use of Federal funds
for lobbying, and Exhibit "A-4" Certificate of Current
Cost or Pricing Data. Exhibits "A -3" and "A-4" are
only required in Agreements over $100,000.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first
above written.
B
Consultant ECONorthwest
Page 8 of 8
This document and referenced attachments contains
all covenants, stipulations and provisions agreed upon
by the parties. No agent, or representative of either
party has authority to make, and the parties shall not
be bound by or be liable for, any statement, represen-
tation, promise or agreement not set forth herein. No
changes, amendments, or modifications of the terms
hereof shall be valid unless reduced to writing and
signed by the parties as an amendment to this
AGREEMENT.
By
Agency
XIX
EXECUTION AND ACCEPTANCE
This AGREEMENT may be simultaneously executed
in several counterparts each of which shall be
deemed to be an original having identical legal effect.
The CONSULTANT does hereby ratify and adopt all
statements, representations, warranties, covenants,
and agreements contained in the proposal, and the
supporting materials submitted by the CONSULT-
ANT, and does hereby accept the AGREEMENT and
agrees to all of the terms and conditions thereof.
I hereby certify that I am Terry Moore
representative of the firm of ECONorthwest
99 W. 10th, Suite 400, Eugene, OR 97401
firm I here represent has:
Exhibit A -1
Certification Of Consultant
Project No. TCSP -TCSP (010)
Local Agency City of Tukwila
and duly authorized
whose address is
and that neither I nor the above
(a) Employed or retained for a commission, percentage, brokerage, contingent fee or other consideration,
any firm or person (other than a bona fide employee working solely for me or the above
CONSULTANT) to solicit or secure this contract.
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or to retain the
services of any firm or person in connection with carrying out the contract.
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working
solely for me or the above CONSULTANT) any fee, contribution donation or consideration of any
kind for, or in connection with procuring or carrying out the contract; except as here expressly stated
(if any):
I further certify that the firm I hereby represent is authorized to do business in the State of Washington
and that the firm is in full compliance with the requirements of the board of Professional Registration.
I acknowledge that this certificate is to be available to the State Department of Transportation and the
Federal Highway Administration, U.S. Department of Transportation, in connection with this contract
involving participation of Federal aid funds and is subject to applicable State and Federal laws, both
criminal and civil.
2/10/2003
uate
Certification of Agency Official
b gnawre
I hereby certify that 1 am the AGENCY Official of the Local Agency of City of Tukwila Washington
and that the above consulting firm or their representative has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this contract to:
(a) Employ or retain, or agree to employ or retain, any firm or person, or
(b) Pay or agree to pay to any firm, person or organization, any fee, contribution, donation or
consideration of any kind, except as here expressly stated (if any).
I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S.
Department of Transportation, in connection with this contract involving participation of Federal aid
highway funds and it subject to applicable State and Federal laws, both criminal and civil.
Vale bgnawre
Exhibit A -2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters Primary Covered Transactions
1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any federal department or agency;
(b) Have not within a three -year period preceding this proposal been convicted of or had a civil
judgment rendered against them for commission or fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract
under a public transaction; violation of federal or state antitrust statues or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements,
or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(federal, state, or local) with commission of any of the offenses enumerated in paragraph 1.b. of this
certification; and
(d) Have not within a three -year period preceding this application/proposal had one or more public
transactions (federal, state, or local) terminated for cause or default.
2. Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): ECONorthwest
2/10/2003
(Date)
(Signature) President or Arnzea Decal at Consultant
Exhibit A -3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any federal agency, a
member of Congress, an officer or employee of Congress, or an employee of a member of Congress in
connection with the awarding of any federal contract, the making of any federal grant, the making of
any federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement.
2. If any funds other than federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any federal agency, a member of
Congress, an officer or employee of Congress, or an employee of a member of Congress in
connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with
its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to
file the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts which exceed
$100,000 and that all such subrecipients shall certify and disclose accordingly.
Consultant (Firm): ECONorthwest
2/10/2003
(Date) (Signature) President? Authorized Official of consultant
This is to verify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4)
submitted, either actually or by specific identification in writing, to the contracting officer or to the
contracting officer's representative in support of Exhibit D -1
are accurate, complete, and current as of February 10, 2003 This certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Government that are part of the proposal.
Exhibit A -4
Certificate of Current Cost or Pricing Data
Firm ECONorthwest
Name Terry Moore
Title Vice President
Date of Execution February 11, 2003
Identify the proposal, quotation, request for price adjustment, or other submission
involved, giving the appropriate identifying number (e.g., RFP No.).
Insert the day, month, and year when price negotiations were concluded and price
agreement was reached.
Insert the day, month, and year of signing, which should be as close as practicable to the
date when the price negotiations were concluded and the contract price was agreed to.
Exhibit B -1 Scope of Work
OVERVIEW
Project No. TCSP -TCSP (010)
The City of Tukwila is contracting with ECONorthwest for assistance
economic and market analysis related to its planning for the Tukwila Urban
Center (TUC) and for an adjacent Transit Oriented Development (TOD) on
the east side of the TUC.
This scope of work has been prepared to conform with the requirements of
the WSDOT Local Agency Standard Consultant Agreement, in which the
scope of work is labeled as Exhibit B -1, and the budget is labeled as Exhibit
D -1. Exhibit D -1 is the definitive statement regarding budget.
TUKWILA URBAN CENTER (TUC) PLANNING
TASK 1. UPDATE TUC MARKET ANALYSIS AND ASSIST WITH
ALTERNATIVE SCENARIOS DEVELOPMENT
ECO will update the TUC market analyses based on new developments
and plans for the study area that have occurred since completion of ECO's
previous work. The new analysis will:
Update and document vacancy and absorption trends (e.g., United
Furniture Warehouse closing, others)
Document new development plans in the TUC (ones known to the
City)
Interview new Southcenter Mall owners/management regarding
new development plans for the mall and related market outlook
Use standard media sources to describe new competitive supply
plans elsewhere in region and implications to the TUC market
analysis
Provide summary of implications for land use scenario planning.
In this task, ECO will work with the urban design consultant to define
existing conditions and alternative scenarios for land use planning in the
TUC. [Evaluation of those alternatives occurs in Task 2.] ECO will attend a
team meeting after (the same or following day) the Public Workshop #1
regarding existing conditions to discuss scenario definitions. [ECO will not
attend the public workshop.] ECO will help develop the assumptions for the
alternative concepts (the City or design consultant will document the results
of that meeting). ECO will describe what is likely to be feasible for the
Tukwila TUC and TOD Planning ECONorthwest February 2003 Page 1
alternate scenarios. The urban design consultant will integrate the "desired"
with the "possible" to create feasible design concepts.
ECO's role in alternative definition is primarily one of advice and review
based on market conditions and the economics of development options. This
work may include quantitative analysis such as hypothetical and basic
financial pro formas (budget reflects up to three pro formas or equivalent
analyses) and an overview of the fiscal impacts associated with the design
alternatives. The exact scope of the analysis and types of products will be
determined with the City during this task, but the assumption at this point is
that ECO will evaluate some components of the proposed development
concepts as if they were purely private development projects to illustrate
whether and to what degree public sector assistance is likely to be required to
induce the private sector to build such projects. ECO expects to do most of the
communication with the urban design consultant and the City by phone and
e mail.
Meetings: 2 (Kick off with Moore and Mefford; Team Workshop #1 with
Moore and Mefford)
Products: Memorandum updating the TUC market analyses; memorandum
regarding scenario development; memorandum addressing the
TOD opportunities
Timeline: April/May (to be determined based on workshop scheduling)
TASK 2. ASSIST WITH DEVELOPING A RECOMMENDED DESIGN
CONCEPT
ECO will help assist in preparation of a recommended design concept
based on public workshops. ECO (Moore and Mefford) will attend a team
meeting immediately after (the same or following day) the planned public
workshop at which the alternative scenarios are discussed. ECO will not
attend the public workshops.
ECO will provide analytical support to develop a recommended scenario.
Once the urban design consultant has a draft of the recommended concept,
ECO will prepare a written summary describing the market feasibility and
fiscal impacts of the concept, based on research completed in Task 1. ECO
will not do any new research, but will work from its previous analyses. The
expectation is that this analysis can be relatively brief: it should be the case
that Task 1 created alternatives that all were consistent with the long -run
market analyses. This product reflects a tailoring of the Task 1 to fit the
recommended concept.
Meetings: 1 (Team Workshop #2 with Moore and Mefford)
Products: Memorandum of market feasibility of preferred alternative
Timeline: May /June 2003 (to be determined based on workshop scheduling)
TASK 3. FINAL SCENARIO
ECO (Moore and Mefford) will attend a team meeting immediately after
(the same or following day) the planned public workshop at which the
Tukwila TUC and TOD Planning ECONorthwest February 2003 Page 2
recommended scenario will have been discussed. ECO will provide
recommendations for the final scenario based on market research previously
conducted. ECO will advise by phone and e-mail on revisions to the concept
based on workshop and team meeting results.
ECO will provide a written summary describing the market feasibility
and fiscal impacts associated with the final scenario Similar to the product of
Task 2, this product will reflect refinements to earlier research based on
changes made for the final scenario.
Meetings: 2 (Recommend Scenario/Team. Workshop #3 with and Moore and
Mefferd, Final scenario Team Workshop #4 with Mefford only)
Products: Memorandum
Timeline: June /July 2003 (to be determined based on workshop scheduling)
TRANSIT- ORIENTED DEVELOPMENT (TOD)
PLANNING
TASK 4. TOD PLANNING SUPPORT
ECO will participate in the City's TOD planning for the Sound Transit
commuter rail station area in the TUC. The TOD area is within the study
area of the TUC market analyses. ECO's participation in the TOD planning
will draw from concurrent work related to Tasks 1— 3 and earlier TUC
market studies.
ECO will provide analytical support relating the TUC market analyses to
the TOD planning efforts. ECO will also identify potential impacts to the
TUC design scenario based on the TOD planning. (For example, planned land
use in and around the station area could affect the amount of development
the City should plan for in the TUC study area for a particular type of land
use.)
ECO will provide written summaries of the feasibility of TOD planning
alternatives. ECO will identify market implications and impacts to planning
in the TUC study area based on TOD alternatives as well. These analyses
may require separate memoranda, or they may be included (and clearly
identified) in the memoranda identified in Tasks 1— 3.
The team meetings identified in Tasks 1— 3 will include discussions
related to the TOD study area.
Meetings: Included as part of Tasks 1— 3
Products: Memoranda, as necessary
Timeline: August/September 2003 (to be determined based on workshop
scheduling)
Tukwila TUC and TOD Planning ECONorthwest February 2003 Page 3
RESOURCE ALLOCATION ANALYSIS
TASK 5. PROVIDE RESOURCE ALLOCATION MODELING AND
ANALYSIS
ECO will provide analytical support in ranking TUC and TOD potential
projects based on perceived benefits and costs. As the TUC and TOD
planning progresses, ECO, with assistance from City staff, will identify
specific projects and action steps required for implementation of the plan(s).
ECO will document costs of projects and develop a framework for budget
allocation among tasks.
ECO will not engage in specific project cost estimation, but will either
make use of cost information gathered by the City (e.g., obtained from
engineering estimates) or ECO will provide reference projects for "ball- park"
cost estimates for planning purposes only. ECO will describe qualitatively the
benefits of the identified projects as a means of documenting the rank
reported for reach project. This will involve a spreadsheet model with costs
identified, timelines for completion, and identification of critical paths
necessary for implementation.
This work will proceed along with plan development. It will draw from the
fiscal analysis portion of Task 1. In addition, ECO will need to make use of
recent budgets and budget forecasts that staff and Council may develop
during the project timeline.
The product for this task will be a memorandum and supporting tables
from the spreadsheet model that present the rank order of projects identified
in the planning process, along with an explanation of their rank order. ECO
will also deliver to City staff the electronic spreadsheets, suitable for
changing and continued evaluation by staff. ECO will write the memorandum
suitable for discussion by staff and a presentation to the Council (in other
words, ECO will not be accountable for seeing the memorandum through
from draft to formal adoption by the City for the budget).
Meetings: One with Mefferd (expected to be a meeting with City staff)
Products: Memorandum and electronic spreadsheet model
Timeline: August 2003 (to be determined based on workshop scheduling)
Tukwila TUC and TOD Planning ECONorthwest February 2003 Page 4
A. Actual Costs
Exhibit C -2
Payment
(Cost Plus Fixed Fee)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for all work performed
or services rendered and for all labor, materials, equipment, and incidentals necessary to complete the work
specified in Section II, "Scope of Work." The CONSULTANT shall conform with the applicable portion
of 48 CFR 31.
Payment for all consulting services for this project shall be on the basis of the CONSULTANT's actual
cost plus a fixed fee. The actual cost shall include direct salary cost, overhead, and direct nonsalary cost.
1. Direct Salary Costs
The direct salary cost is the direct salary paid to principals, professional, technical, and clerical
personnel for the time they are productively engaged in work necessary to fulfill the terms of this
AGREEMENT
2. Overhead Costs
Overhead costs are those costs other than direct costs which are included as such on the books of the
CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at
the rate shown in the heading of this AGREEMENT, under "Overhead Progress Payment Rate."
Total overhead payment shall be based on the method shown in the heading of the AGREEMENT.
The three options are explained as follows:
a. Actual Cost Not To Exceed Maximum Percent: If this method is indicated in the heading of this
AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actual overhead rate
verified by audit up to the maximum percentage shown in the space provided. Final overhead
payment when accumulated with all other actual costs shall not exceed the total maximum
amount payable shown in the heading of this AGREEMENT.
b Fixed Rate: If this method is indicated in the heading of the AGREEMENT, the AGENCY agrees
to reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not
change during the life of the AGREEMENT.
A summary of the CONSULTANT's cost estimate and the overhead computation are attached
hereto as Exhibit D -1 and by this reference made part of this AGREEMENT. When an Actual Cost
method, or the Actual Cost Not To Exceed method is used, the CONSULTANT (prime and all
subconsultants) will submit to the AGENCY within three months after the end of each firm's fiscal
year, an overhead schedule in the format required by the AGENCY (cost category, dollar
expenditures, etc.) for the purpose of adjusting the overhead rate for billing purposes. It shall be
used for the computation of progress payments during the following year and for retroactively
adjusting the previous year's overhead cost to reflect the actual rate.
Failure to supply this information by either the prime consultant or any of the subconsultants shall
cause the agency to withhold payment of the billed overhead costs until such time as the required
information is received and an overhead rate for billing purposes is approved.
The STATE and/or the Federal Government may perform an audit of the CONSULTANT's books
and records at any time during regular business hours to determine the actual overhead rate, if they
so desire.
3. Direct Nonsalary Costs
Direct nonsalary costs will be reimbursed at the actual cost to the CONSULTANT. These charges
may include, but are not limited to the following items: travel, printing, long distance telephone,
supplies, computer charges, and fees of subconsultants. Air or train travel will only be reimbursed to
economy class levels unless otherwise approved by the AGENCY. Automobile mileage for travel will
be reimbursed at the current rate approved for AGENCY employees and shall be supported by the
date and time of each trip with origin and destination of such trips. Subsistence and lodging
expenses will be reimbursed at the same rate as for AGENCY employees. The billing for nonsalary
cost, directly identifiable with the Project, shall be an itemized listing of the charges supported by
copies of original bills, invoices, expense accounts, and miscellaneous supporting data retained by the
CONSULTANT. Copies of the original supporting documents shall be provided to the AGENCY
upon request. All of the above charges must be necessary for the services to be provided under this
AGREEMENT.
4. Fixed Fee
The fixed fee, which represents the CONSULTANT's profit, is shown in the heading of this
AGREEMENT under Fixed Fee. This amount does not include any additional fixed fee which could
be authorized from the Management Reserve Fund. This fee is based on the scope of work defined
in this AGREEMENT and the estimated man- months required to perform the stated scope of work.
In the event a supplemental agreement is entered into for additional work by the CONSULTANT, the
supplemental agreement may include provisions for the added costs and an appropriate additional
fee. The fixed fee will be prorated and paid monthly in proportion to the percentage of work
completed by the CONSULTANT and reported in the monthly progress reports accompanying the
invoices.
Any portion of the fixed fee earned but not previously paid in the progress payments will be covered in
the final payment, subject to the provisions of Section IX, Termination of Agreement.
5. Management Reserve Fund
The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement
Administrator the flexibility of authorizing additional funds to the AGREEMENT for allowable
unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already
defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the
lesser of $50,000 or 10% of the Total Amount Authorized as shown in the heading of this
AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of
this agreement. This fund may be replenished in a subsequent supplemental agreement. Any
changes requiring additional costs in excess of the "Management Reserve Fund" shall be made in
accordance with Section XIV, "Extra Work."
6. Maximum Total Amount Payable
The maximum total amount payable, by the AGENCY to the CONSULTANT under this
AGREEMENT, shall not exceed the amount shown in the heading of this AGREEMENT.
The Maximum Total Amount Payable is comprised of the Total Amount Authorized, which includes
the Fixed Fee and the Management Reserve Fund. The Maximum Total Amount Payable does not
include payment for extra work as stipulated in Section XIV, "Extra Work."
13. Monthly Progress Payments
The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual costs plus the
calculated overhead and fee not more often than once per month during the progress of the work. Such
invoices shall be in a format approved by the AGENCY and accompanied by the monthly progress
reports required under Section III, General Requirements, of this AGREEMENT. The invoices will be
supported by an itemized listing for each item including direct salary, direct nonsalary, and allowable
overhead costs to which will be added the prorated Fixed Fee. To provide a means of verifying the
invoiced salary costs for CONSULTANT employees, the AGENCY may conduct employee interviews.
These interviews may consist of recording the names, titles, and present duties of those employees
performing work on the PROJECT at the time of the interview.
C. Final Payment
Final payment of any balance due the CONSULTANT of the gross amount earned will be made
promptly upon its verification by the AGENCY after the completion of the work under this
AGREEMENT, contingent upon receipt of all PS &E, plans, maps, notes, reports, and other related
documents which are required to be famished under this AGREEMENT. Acceptance of such final
payment by the CONSULTANT shall constitute a release of all claims for payment which the
CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing
and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said final payment
shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or
to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing
will not constitute agreement as to the appropriateness of any item and that at the time of final audit,
all required adjustments will be made and reflected in a final payment. In the event that such final
audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such
overpayment to the AGENCY within ninety (90) days of notice of the overpayment. Such refund
shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding
by the AGENCY of overpayment.
D. Inspection of Cost Records
The CONSULTANT and the subconsultants shall keep available for inspection by representatives of
the AGENCY and the United States, for a period of three years after final payment, the cost records
and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records
with the following exception: if any litigation, claim, or audit arising out of, in connection with, or
related to this contract is initiated before the expiration of the three -year period, the cost records and
accounts shall be retained until such litigation, claim, or audit involving the records is completed.
Exhibit D -1
Consultant Fee Determination Summary Sheet
(Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work)
Project: Tukwila Transit- Oriented Development at Longacres/Tukwila Urban Center Plan.
Direct Salary Cost (DSC):
Classification; Man Hours a e Cost
Proj Mgr/Planner (Moore) 88.0 X 43.50 3,828.00
Project Manager (Mefford) 284.0 X 30.00 8,520.00
Project Manager (Sheckler) 104.0 X 28.00 2,912.00
Research Analyst 84.0 X 19.00 1,596.00
Total DSC 16,856.00
Overhead (OH Cost including Salary Additives):
OH Rate x DSC of 2.1095 x 16,856.00 35,557.73
Fixed Fee (FF):
FF Rate x DSC of .3109 x 16,856.00 5,240.53
Reimbursables: Travel 1644
Meals 130
Telephone 100 2,274.00
Printing /Supplies 400
Subconsultant Costs (See Exhibit G):
Grand Total 59,928.26
Prepared By: Roberta Smythe Date: February 10, 2003
Account Title
Direct Labor
Overhead Expenses:
FICA
Unemployment
Health /Accident Insurance
Medical Aid Industrial Insurance
HolidayNacation /Sick Leave
Commission /Bonus /Pension
Total Fringe Benefits
General Overhead:
State B &O Taxes
Insurance
Administration Time Not Assignable
Printing, Stationery Supplies
Professional Services
Travel Not Assignable
Telephone Telegraph Not Assignable
Fees, Dues Professional Meetings
Utilities Maintenance
Professional Development
Rent
Equipment Support
Office, Miscellaneous Postage
Total General Overhead
Total Overhead (General Fringe)
Overhead Rate (Total Overhead Direct Labor)
Exhibit E
Breakdown of Overhead Cost
Beginning Total of Direct Labor
1,024,682.00
146,346.00
12,392.00
79,577.00
6,262.00
196,530.00
673,159.00
1,114,266.00
6,558.00
11,652.00
608,975.00
33,527.00
38,624.00
20,513.00
30,660.00
16,468.00
204,669.00
39,502.00
36,130.00
1,047,278.00
2,161.544.00
210.95%
100.00%
14.28%1
1.21%1
7.77% I
0.61%1
65.69%
108.74%1
0.64%
1.14%
59.43%
3.27%
3.77%
2.00%
2.99%
1.61%
19.97%
3.86%
3.53%
102.21%
210.95%
Exhibit F
Payment Upon Termination of Agreement
By the Agency Other Than for
Fault of the Consultant
(Refer to Agreement, Section IX)
Lump Sum Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made
shall total the same percentage of the Lump Sum Amount as the work completed at the time of termination
is to the total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any
authorized extra work completed.
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made,
shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of
termination is to the total work required for the Project. In addition, the CONSULTANT shall be paid for
any authorized extra work completed.
Specific Rates of Pay Contracts
A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of
this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this
AGREEMENT.
Cost Per Unit of Work Contracts
A final payment shall be made to the CONSULTANT for actual units of work completed at the time of
termination of this AGREEMENT.
TO: City of Tukwila Communi Affairs and Parks Committee
From: Steve Lancaster L"�
Date: February 19, 2003
Subject: Freedman Tung Bottomley and ECONorthwest Phase II Contracts for Services
related to the Tukwila Urban Center and Transit Oriented Development Plan
Background
Phase iI Workprogram
City of Tukwila
Department of Community Development Steve Lancaster, Director
The Departments of Community Development and Public Works,are preparing a subarea plan and
supplemental environmental impact statement (SEIS) for the Tukwila Urban Center (TUC) and
Transit Oriented Development (TOD) plans. These plans will set forth a redevelopment strategy
that maintains the economic viability and regional focus of the TUC. encourages a broader mix of
uses, coordinates local and regional transportation improvements, and creates a more attractive and
multi- faceted center.
Phase I work on this project was completed in 2001 by ECONorthwest (ECO) and Freedman Tung
Bottomley (FTB) during. Phase I workprogram consisted of updating existing baseline data and
developing issues and opportunities for future development and redevelopment. In 2002, ECO
briefed the Council on the TUC's future development potential, based on their market analysis
work. The Council then approved an additional contract with ECO to prepare a supplemental
market analyses and evaluate Puget Sound Regional Council employment forecasts for the Tukwila
for traffic modeling purposes.
Staff is now forwarding contracts for services to complete the TUC/TOD project to the CAP for
review and recommendation. Phase II costs will be funded by the $1.5 million federal
appropriations the City has received for the TOD project at Longacres.
Steven M. Mullet, Mayor
The Phase II workprogram completes the TUC/TOD plans, and consists of the following overall
tasks.
Analyzing the future development potential for the area.
Identifying possible future TOD/TUC development scenarios or "concepts
Narrowing the alternatives to a recommended or preferred concept for future development in
the TUC that best matches City and community goals.
Identifying and evaluating the preferred concept's potential adverse impacts (primarily
transportation).
Preparing a master plan for future TOD at the Longacres Commuter Rail Station, and
integrating the TOD plan into the recommended plan for the TUC.
Preparing a planned action supplemental environmental impact statement (SEIS) for the TUC
plan.
Writing and adopting the TUC plan and implementing regulations such as revised urban design
guidelines, development standards, and a concurrency ordinance.
1
6300 Southcenter Boulevard, Suite #100 Tukwila, Washington 98188 Phone: 206 -431 -3670 Fax: 206 431 -3665
Assisting the City in looking at anticipated costs and benefits associated with the plan.
Phase II: FTB Tasks
FTB's expertise is in land use and urban design. FTB's Phase II work will build upon the
consultant team's Phase I work and involve: 1) facilitating eight public workshops (four each for
the TUC and TOD); 2) facilitating three joint planning commission/council worksessions
(including a briefing on the results of their existing conditions analysis, Phase I); 3) attending team
meetings; 4) preparing and refining redevelopment concepts for the TOD and TUC; 5) preparing
tailored development standards and design guidelines for future development in the TOD and
TUC, including bringing forward FTB's work on the design of the proposed Penny's and Mall
redevelopment projects; 6) identifying capital improvements; 7) coordinating with consultants
preparing the environmental review of the plan; and 7) writing and assembling the craft and fmal
TUC and TOD plans, design guidelines, and development regulations.
Phase II costs for FTB are $352,338.14 and will be funded by the $1.5 million federal grant the
City received for the TOD project at Longacres.
Phase II: ECONorthwest Tasks
ECO's expertise is in real estate market and fiscal analysis. ECO's Phase II work builds upon
completed work to date by: 1) updating the retail portion of the market analysis for the TUC/TOD
area (incorporating the proposed Penny's and Mall redevelopment projects); 2) ensuring that the
land use scenarios are consistent with the long -term market analyses; 3) preparing a fiscal impact
analysis of the recommended plan; 4) preparing a financial allocation strategy to assist Council
with the ranking, budgeting and implementation of capital improvements; and 5) attending team
meetings.
Phase II costs for ECO are $59,928.26 and will be funded by the $1.5 million federal grant the City
received for the TOD project at Longacres.
Additional Phase II Contracts
Staff anticipates forwarding the contracts for the following Phase II services in the coming months:
Environmental consultant to prepare the planned action supplemental EIS for the TUC plan.
Transit consultant to prepare a transit plan for the TUC that serves existing and planned uses
and connects the urban center with the multi -modal station at Longacres.
These projects will be funded by the $1.5 million federal grant the City received for the TOD
project at Longacres.
Pronnsed Next Stens
1. CAP authorizes staff to forward FTB's and ECO's contracts for services for Council
consideration at the COW meeting on March 10", 2003.
2
Committee Chair approval
Community and Parks Committee
February 25, 2003
acceptable to Gordy, who expects he could make $2 million per year at the restaurant. They will
do catering for the rental room at the golf course, and will be the preferred vendor at the
Community Center. The clubhouse should open in spring of 2004. Reschedule agreement.
4. TUC and TOD Studies A study of the Tukwila Urban Center was started in 2001 with a
baseline study of what's there now. Since Phase I. the Transit Oriented Development (TOD) area
was added as a subarea focus, and the proposed development at the Mall and Penny's warehouse
have required a closer look at the area. Phase II, funded with $1.5 million from the federal grant
for TOD, will analyze future development possibilities, and will include a focus on the
TOD /TUC, including a master plan and recommended concepts. A transportation plan is also
being done, and will be folded into this, including options for funding transportation solutions.
The result should be a blueprint for future development/redevelopment of the TUC /TOD areas.
They will hold four workshops each in the CBD and the TOD, as they have different audiences.
Dennis noted the Mall is isolated from the rest of the CBD, making a pedestrian plan more
difficult. Steve said the Mall likes being separate, and Freedman thought that was ok, since other
parts of the TUC can be pedestrian- oriented. The committee agreed the Mall needs more
sidewalks itself.. A SEPA contract will come back to the Council for approval, and a transit
consultant contract will also be corning. Steve is glad Michael Freedman will participate in the
study, as he has been very valuable up to now, with a different perspective than other members
on the team. Freedman, Tung and Bottomley will work with ECO Northwest. Their two
contracts are up for consideration by the committee and the COW. Joan had some editing
suggestions, which Steve and Lynn thanked her for. Recommend contracts to COW.