HomeMy WebLinkAbout02-022 - DMJM & Harris - South 180th Street Grade Separation Construction Management43'02-N2
STANDARD CONSULTANT
CONSULTANT / ADDRESS / TELEPHONE
AGREEMENT
1100 Olive Way, Suite 350
Seattle, Washington 98101
206-652-5244
AGREEMENT NUMBER
PROJECT TITLE AND WORK DESCRIPTION
South I 80th Street Grade Separation
A
LUMPSUM
G
E] LUMP SUM AMOUNT
Work Description: Provide Construction
R
Management and Inspection Services
E
COST PLUS FIXED FEE
DBE PARTICIPATION (Voluntary)
E
PAYMENT RATE $ 0/o
MBE PARTICPATION (Voluntary)
T
ACTUAL COSTS NOT
FEDERAL ID NO.
for IRS?
Do you require a 1099
C
SPECIFIC RATES OF PAY
COMPLETION
MAXIMUM AMOUNT
E
NEGOTIATED HOURLY RATE
DATE
PAYABLE
K
PROVISIONAL HOURLY RATE
June,2003
COST PER UNIT WORK
(l)Homc0t5ccOverhead Rate (2)Field Overhead Rate
THIS AGREEMENT, made and entered into this day of
Feb�LL, 20(0,-Ketween the City of Tukwila Public Works Department, Washington, hereinafter
called th A C�' and the above organization hereinafter called the "CONSUI-TANT"
WITNESSETH, THAT:
WHEREAS, the AGENCY desires Waccomplish the above referenced project,and
WHBR8/\3. the AGENCY does not have sufficient staff {omeet the required commitment and therefore
deems it advisable and desirable to engage the assistance of CONSULTANT to provide the necessary
services for the PROJECT; and,
WHEREAS, the CONSULTANT represents that he/she ioincompliance with the Washington State Statutes
relating to professional registration, if applicable, and has signified a wU|bngueoa to furnish Consulting
services tothe AGENCY,
NOW THEREFORE, ioconsideration o[the terms, condition, covenants and performancecontained herein,
NOW THEREFORE, in consideration of the terms, condition, covenants and performance contained herein,
or attached and incorporated and made a part hereof, the parties hereto agree as follows:
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.
11
SCOPE OF WORK
The Scope of Work and project level of effort for this project is detailed in Exhibit "B-l" attached hereto,
and by this reference made a part of this AGREEMENT.
I I I
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- I" attached hereto and made a part
of this AGREEMENT. The CONSULTANT shall prepare a monthly progress report, in a form approved by
the AGENCY, that will outline in written and graphical farm 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 Disadvantaged 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, 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 le to the
CONSULTANT, but may be extended by the AGENCY, in the event of a delay attributable to the
AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other
conditions beyond the control of the CONSULTANT. A 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-2" attached hereto, and by this reference made part of this
AGREEMENT. Such payment shall be full compensation for all work performed or services rendered and
for all labor, materials, supplies, equipment, and incidentals necessary to complete the work specified in
Section 11, "Scope of Work". The CONSULTANT shall conform with the applicable portions of 48 CFR 31.
VI
SUBCONTRACTING
The AGENCY permits subcontracts for those items of work as shown in Exhibit "G-V to this
AGREEMENT.
Compensation for this subconsultant work shall be based on the cost factors shown on Exhibit "G", attached
hereto and by this reference made a part of this AGREEMENT.
The work of the 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 nonsalary 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 consideration,
contingent upon or resulting from the award or making of this contract. For breach or violation of this
warrant, the AGENCY shall have the right to annul this AGREEMENT without liability, or in its discretion,
to deduct from. the AGREEMENT price or consideration or otherwise recover the full amount of such fee,
commission, percentage, brokerage fee, gift or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any
work or services required of the CONSULTANT, under this AGREEMENT, shall be considered employees
of the CONSULTANT only and not of the AGENCY, and any and all claims 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 Department of Transportation, the STATE, or the AGENCY,
except regularly retired employees, without written consent of the public employer of such person.
V I I I
NONDISCRIMINATION
The CONSULTANT agrees not to discriminate against any client, employee, or applicant for employment or
for services because of race, creed, color, national origin, marital status, sex, age, or handicap except for a
bona fide occupational qualification, with regard to, but not limited to the following: employment upgrading,
demotion or transfer, recruitment or any recruitment advertising, a layoff or termination, rates of pay or other
forms of compensation, selection for training, rendition of services. The CONSULTANT understands and
agrees that if it violates this provision, this AGREEMENT may be terminated by the AGENCY and further
that the CONSULTANT shall be barred from performing any services for the AGENCY now or in the future
unless a showing is made satisfactory to the AGENCY that discriminatory 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 WITHREG ULA TIONS
The CONSULTANT shall comply with the Regulations relative to nondiscrimination in the same
manner as in Federally -assisted programs of the Department of Transportation, Title 49, Code of
Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as
the Regulations), which are herein incorporated 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 selection and retention of
subconsultants, including procurements of materials and leases of equipment. The CONSULTANT
shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of
the Regulations, including employment practices when the contract covers a program set forth in
Appendix 11 of the Regulations.
C. SOLICITATIONS FOR SUBCONSULTAN7S, INCLUDING PROCURE-MENTS OF MATERIALS 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
4
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 exclusive 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.
In the event of the AGENCY's discovery 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:
I.Withholding of payments to the CONSULTANT under the AGREEMENT until the
CONSULTANT complies, and/or
2.Cancellation, termination, or suspension of the AGREEMENT, in whole or 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 CONSULTANT shall take such action with
respect to any subconsultant or procurement as the AGENCY or the Federal Highway
Administration may direct as a means of enforcing such provisions including sanctions for
noncompliance; 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
CONSULTANT 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
TICES
The CONSULTANT shall comply with RCW 49.60.180 and Executive Order Number E.O. 77-13 of
the Governor of the State of Washington, which prohibits unfair employment practices.
IX
TERMINATION OF AGREEMENT
The right is reserved by the AGENCY to 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 CONSULTANT
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.
5
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the
CONSULTANT, the above formula for payment shall not apply. 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
CONSULTANT in performing the work to the date of termination, the amount of work originally required
which was satisfactorily completed to date of termination, 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 may be required to do so, and other factors which affect the
value to the AGENCY of the work performed at the time of termination. Under no circumstances shall
payment made under this subsection 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 CONSULTANT 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.
In the event of the death of any member, partner, or officer of the CONSULTANT or any of its supervisory
personnel assigned to the project, or, dissolution of the partnership, termination of the corporation, or
disaffiliation of the 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 concurrence, 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 CONSULTANT for any breach of this AGREEMENT by the
CONSULTANT, or for failure of the CONSULTANT to perform work required of it by the AGENCY.
Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise
those rights with respect to any future act or omission by the CONSULTANT.
X
CHANGES OF WORK
The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as
necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional
compensation therefor. 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 connection with the work not disposed of by AGREEMENT
between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public
Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties to 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.
6
X11
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 Washington, situated in the AGENCY which it is located in. The parties hereto
agree that all questions shall be resolved by application of Washington law and that the parties to such action
shall have the right of appeal from such decisions of the Superior court in accordance 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 King County.
X I I I
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 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 enforceable only to the extent of the CONSULTANT's negligence or the
negligence of the CONSULTANT's agents or employees. Notwithstanding anything in this agreement, in no
event shall either Consultant or Agency be liable to the other for any indirect, special or consequential
damages whether arising in contract, tort (including negligence), statue, or strict liability.
The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor.
The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's
own employees against the AGENCY and solely for the purpose of this indemnification and defense, the
CONSULTANT specifically waives any immunity under the state 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
administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper
construction techniques, job site safety, or any construction contractor's failure to 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 otherwise
required, the following insurance with companies or through sources approved by the State Insurance
Commissioner pursuant to RCW 48.
Insurance Coverage
N
A. Worker's compensation and employer's liability insurance as required by the STATE.
B. Regular public liability and property damage 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
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 or approved 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 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 exclusive; and the AGENCY and the STATE may take such other
action as is available to them under other provisions of this AGREEMENT, or otherwise in law.
X1V
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 AGREEMENT 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 CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions of paragraphs (a) and (b) above, the maximum amount
payable for this AGREEMENT, shall not be increased or considered to be increased except by
specific 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
FEDERAL AND STATE REVIEW
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, and 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 $100,000.00.
X V I I I
COMPLETE AGREEMENT
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, representation, 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 CONSULTANT, and does hereby accept the AGREEMENT and
agrees to all of the terms and conditions thereof.
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT as of the day and year first
above written.
AGENCY:
CITY OF TUKWILA
CONSULTANT:
DMJM+HARIZIS
By: aBy: ll—iltlyofiukwila-Mayor Steve PolechBoos
Vice President, DMJM+HARRIS.
Title
APPROVED AS TO FORM ONLY:
By: Date:
City Attorney
10
07QHU0XT A-1
CERTIFICATION OF CONSULTANT
Project No.
Local Agency: City mfTukwila
Public Works Department
l hereby certify that | um Stephen Po|cdnonim and duly authorized representative of the fion of
DK4]MA|H/\R&[Swhose address ioll80Olive Way, Suite 358,Seattle, WAq8\0|and that neither Tnor
tile above -firm I here represent has:
(u) Employed or retained for u commission, percentage, brokerage, contingent feu or other
consideration, any firm or person (other than a bona fide unpkryuc 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, toemploy mretain tile
services ofany firm ocperson ioconnection with carrying Out this contract.
@ Paid, or agree hpay, to any firm, organization mperson (other than ubona fide employee
working solely for rnu o, the above CONany fee, contribution, donation, or
consideration of any kind for , or in connection with procuring or carrying ou1 1be contract;
except aohere expressly stated (if uny):
T further certify that the Orin 1 hereby represent is authorized to do business in the State of Washington
and that the firm isinfull compliance with the requirements ofthe Board ofProfessional Registration.
lacknowledge that this certificate iato be available to the State DepartmentofTransportation and the
Federal |Tiob,/uy Administration, U.S. Department of Transportation, in connection with this contract
involving participation of Federal aid funds and is subject to applicable
criminal and civil.
Date Signature ~~
CERTIFICATION OF AGENCY OFFICIAL
| hereby certify that l uon the AGENCY Official of the City of Tukwila, Washington and that the above
consulting finn orhis representative has not been required, directly or indirectly uoan express or implied
condition in connection with obtaining orcarrying out this contract to:
bJ Employ orretain, nragree \o employ orretain, any firm or person, or
(b) Pay or agree to pay any firm, person or organization, any fee, umArbuton,donedon or
consideration of any kind, except as here expressly stated (if any).
l acknowledge that this certificate is to he available to the Federal fliohnmv Administration, U.S.
Department of Transportation, in connection with this contract involving oadioioutkun of Federal oN
highway funds and is subject to applicable State and Federal laws, Loth criminal and civil.
NN
E'xhibhA_l
EXHIBIT A-2
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND
OTHER RESPONSIBILITY
COVERED TRANSACTIONS
The prospective primary participant certifies to the best of its knowledge and belief, that
it and its principals:
bA Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded fronn covered bunauchouo by any federal
department oragency;
(h) Have not within u period preceding this proposal been convicted ofor
had uoivi| judgment rendered againsttheon for commission or fraud oracriminal
offense in connection with obtaining, attempting to obtain, or performing n
public(federal, state, or local) transaction orcontract under a public transaction;
viw|u1iuo of federal or state oo<krua1 statutes o, uunnnoiaaion of embezzlement,
theft, forgery, bribery, [u|mihuu<ion or destruction of records, making [u|ec
s1o1ennun1s, or receiving stolen property;
(o) Are not presentlybdicted for motherwise criminally mcivilly charged by a
governmental entity <fcdcruL state, or local) with commission of any of the
offenses enumerated in paragraph I.b. of this certification; and
(J) Have not within uthree-year period precedingthis application/proposal had one
or more public tommucbmnm (federal, state, o, local) terminated for cause or
default.
2. Where the prospective primary participant is unable to certify toany ofthe statementsin
this certification, such prospective participant shall attach an explanation to this
proposal.
Conyukan|(Firn): S
Date President-4,Adthorl zed Official Of Consultant
Exhibit A-2
EXHIBIT A-3
CERTIFICATION REGARDING THE RESTRICTIONS
OF THE USE OF FEDERAL FUNDS FOR LOBBYING
Tile prospective participant certifies, bysigning and Submitting this bid m proposal,Nthe best of
his or her knowledge and belief, that:
No federal appropriated funds have been paid or will be paid, by or on bd'uK of the
undersigned, to any person for influencing or attempting to influence on officer or
employee of any federal agency, a member of Congress, un officer or employee of
Congress, or an employee ofumember ofCongress inconnection with thc awarding of
any federal contract, the making of any federal grant, the making of any federal loan, tile
entering into of any cooperative uArccnuenL and Ubc extension, continuation, rcuevvu|,
unncndrncnt" or modification of any federal contract, grant, loan, or cooperative
agreement.
2. If any funds other than federal appropriated funds have been paid mwill bepaid to any
person for influencing or attempting to influence ail officer memployee of any federal
agency, omember ofCongress, on officer oremployee ofCongress, or ail employee of
member ofCongress inconnection with this federal contract, grant, loan, or cooperative
agreement, the undersigned xhu|| complete and aubnnd 5tundunJ Fonn-[[.l., "I)ixolomorc
�nrnntoReport Lobbying," ioaccordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
ioanouodon was made o, entered into. Submission of this oedificm1k,n is u prerequisite for
making or entering into this 1ounauu{ivn imposed by Section 1352, Iidu 31, U.S. Code. Any
person who fails to file the required certification shall be aubJec1 to u civil penalty of not |eam
than $|0,00Oand not more than $|8U"0OOfor each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or site
shall require that the language of this certification be included in all lower tier subcontracts
which exceed $l0O,0O0and that all such mubn:nipienta mhu|| certify and disclose accordingly.
Date President or orized Official of Consultant
Signature
Exhibit A-3
EXHIBIT A-4
CERTIFICATE OF CURRENT COST OR PRICING DATA
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as
defined in Section 15.801 of the Federal Acquisition Regulation (FAR) and required
under FAR subsection 15.804-2) submitted, either actually or by specific identification in
writing, to the contracting officer or the contracting officer's representative in support of
180""' Street Grade Separation CM Services are accurate, complete, and current as of
April 15, 2001. This certification includes the cost or pricing data supporting any
advance agreements and for -ward pricing rate agreements between the offeror and the
Government that are part of the proposal.
Firm: DMJM+HARRIS
Name: Stephen Polechronis
Title: Vice President, DMJM+HARRIS
I)ate of Execution:
Exhibit A-4
EX0UBDl[B
SCOPE OF WORK
For On -Call Construction Inspection Services
m�u
P1[
'udLi�u:S.lmr STREET GRADE SEPARATION
INTRODUCTION: The intent of this scope of services is to provide on -call coil StructiOil
manugemuro(['M) services iothe City ofTukwi|udurin',each phase ofthe 8oudh 180"' Street
6rndcScpan4iou. DM]K4+11AKR]S, hereafter referred k`asthe Cooso|1uoLn/i|| provide oil un
on -call basis iothe Cih/`s CM Team, technical czpuds in SurvCy Control, Material Sampling and
Testing, Uecouchnicu|Observation, Analysis, and Reporting, Cement Deep Soil Mixing(CD8M)
Observation. Analysis and keportin.2, Skudura| Girder inspection, and Secant Pile Wall (drilled
shall) Observation, Analysis and KcpoUin�*
GENERAL SCOPE OF SERVICES: The work plan iskeyed to the three phases that
the ConSUltant will address:
Phase | —Prc-CoosUoodnnSon/iuos
Phase 2-[onsti-uc1ionManagement Services
Phasc3 Post Cons1rudionServices
Assymptions
'Elie following asyunupiinnsapply 10this scope ofscrviceu:
l. Sorvey: Tbc Contractors xiU provide their own surveying needy; the Conuu\tInt Will
establish the p cuiooukn| and will perform ()uu|i(y /\auuruncc checks on the Contractor's
surveying. Burveyin8For UPKRand 8NSFtrack |ayoutisnot Inc|udcd.
I Quality Control: Thc [onuuhun| will perfbrnu 0uu|i1y Control Testing as required by the
contract douunneuioand the City ofTukwi|u.
3. Overtime: Non-exempt classification personnel will be paid overtime in accordance with the
United States Department ofLubor (DSDO[) ruquiocmcnis. Gxomp1 c|usai6c*ion personnel
will be paid overtime in accordance with OSD0L or Corporate policy, whichever is
applicable.
4. Pro 'ect|�orutuo: Work, will be accomplished beoinnin�opprouim�e|y Fcbn/ury2UO2 and
will bucomplete 2Omondslater.
5. Liability: The C011SUltant shall not have control or charge ofand shall not be responsible for
conybootionnuenoa,mcdioda,teuhuiquea,pnooedurey,o/For safety mcuyuncs,precuud*nxand
program* inc|udingenforcement o[Federal and S\o1c uafe]yrc4uirumcn1o` in connection with
c000buc1iunwork performed hythe Contractor.
An AECOM Company DMMUNHARRS
PHASE I: PRE -CONSTRUCTION SERVICES
1.1. Constructability Review:
Flie pre -construction Services will begin with a constructability review. The C,01IStrUctabilltv
Review ']'earn will review the most current design dOCUrnerits. A cursory review of the document
set will be performed by the ]'earn to identify possible alternates for COnStRiCti011 elements which
C(Add produce cost savings Or SC11CC11,11C improvement. 'File ']'earn will also recommend changes in
design to enhance quality and serviceability and identify and propose changes in specification
In
arid/or drawings to minimize arribl(ILlity and resulting basis for claim. The C011SI-11tant illav
provide the 1'()Ilo\vlii(, personnel and set -vices to the Tealli as follows:
A. Provide construction methods expertise
B. Site visits to verify access, construction staging and laydown areas, and especially any
aspects ofconstructionthat 111LISt receive environmental mitigation and/or protection.
C. I'valuate C011C1.11'rellt construction activities and identify possible activity overlap or
congested work areas involving different constructionconstructiontrades.
D. Evaluate concurrent construction activities and identify possible activity overlap or
congested work areas involving different C01IStRiCtion trades.
Review specifications and reference CIOCLIJIlClItS. Verif'v that the rules of'succession, rights
I
and responsibilities of the parties to the contract are clear and non arribJ01,10LIS.
F. Submit constructal.-)1lity review findings to the CM team, vdilcli will be included in a
S1,11fliliary report of findings and recommendations.
1.2. Other important preconstruction action iteins
A. Attend PI-CC011StRiCti011 workshop with the Contractor.
13. participate in Partnering Meeting (if contractor agrees to meet)
PHASE 2:CONSTRUCTION SERVICES
2.1 Staffing:
DLII-illg Construction, the Consultant may provide the following services on all on -call basis
A. BridgeGirder Plant Inspections: This work includes revieiv of girder fiibrication
including ()AIO(awl will be 1)et,-,fi)rined by D11JA4+-1121-RRISs14!ff'
B. Construction Inspection and irroublICS1100tif1g: This work inchules review of all
uspecls of construction, contruclor 'S procedures, and field Iroubleshooling an(l will be
j)erfi)rme(l by DMJW+HARRlSs1q1
An AECOM Company
Exhibit B-2
F-MANTAR49,71M
C. Geotechnical Inspection This work includes review of crll aspects cif" corrso•zrctior7,
conh`actor's procedures, and field troubleshooting related to geotechnical work. Work
associated with excavations, shoring, drainage, and pavement be performed by Nfilbor-
T'itcr staff. Work associated with deep soil rriixing crud secant piles will be performed by
Parikh staff.
U. Wetlands Mitigation inspection and monitoring reports: This work inchtcles review of
all aspects of` construction, contractor's procedures, and field troubleshooting related to
wetland habitat restoration and will be performed by ilerrera Staff
E. Material (duality Assurance Program: Material testing, field and laboratory services -
related to quality assurance of construction materials. The Material Quality assurance
prograin will inchrde monitoring, testing and dn documenting coetructioil material
properlies as required by the specifications. Sampling crud testing will be performed by
technicians with certifications from local and nationally recognifcd programs. Inspectors
will oversee the activities of the material technicians, when onsite. Otto Rosenou c�
ssociates, Inc. i-vill provide the qualified stuff, equipment cmcl laboratory fircilities to
monitor material colnj.Wiance with ,specifications. Specific tests and frequencies assumed
arc tabidated in their fee proposal which is attached.
F. C;onstruction Survey services: Establish and maintain vertical and horizontal control of'
construction layout The City wi11 coordinate the sin-vey function in concert with the
contractor needs. A survey party from Whiiesheilil, Inc. will be deployed in accordance
with contract provisions. The crcn1' will be experienced in perjirrming survedy anstaking
services in conformance�SDOT requirements. ('onstruction surveying services wi11
inchwlc these distinct activities:
('onstruction ('ontrol
Quality Assurance ('hocks on Contractor• ,Survey
Monzunentation and Record of,Survcw
P14ASE 3: POST CONSTRUCTION SERVICES
Post Construction Services constitute an important final effort by the Construction Management
Team. The Consultant may provide on -call services to support the following post construction
efforts.
A. Review of any outstanding matters relating to final acceptance of the work
B. Recommend construction punch list items
C. Finalizing, project files and as -bunts
An AECOM Company
l',xhibit P-
SPECIAL REQUIREMENTS F N| R PAYMENT:
(FOR FE D E RA i, A K D P R0JE c ,r s \
invoices shall be SUbmitted no later than 30 calendar clays followino the close ofeach f'OL11- week
billing period. Invoices which inc|odcco$o Or expenses incurred dorin110 prior biUino podm]
mumLseparately stu(e1hoyccoNsoroxpensca.
Invoices which one, 6xauy reason, except as noted ahovu, received by the &GE'NC\', more than
30calendar clays past the end ofdbe NUin,period in which tile costs ofczpuosc is incurred, will
bepuNbvthc&G[N[Yonadiuuouo1cdbusisoucun]ingtoihufbUoniogsohcdu|u:
D&YS0VBI�DU[ DISCOUNT FROM |NVD|[6
l-3U 5%
3AW) \n"/o
The CONSULTANT shall certify on each invoice any other direct salary charges Dn work
Completed orother expenses incurred that are yet tobeinvoiced. The CONSULTANT shuU�ivc
u detailed statement giving the nousou for the required delay in billing, a|on,,,,xith on cabmu1e of
tile un1uunitobebilled u1ulater date. The &sBNCl'reserves the right 10determine whether tile
reason f0r delay in billing is reasonable and to levy the discount stated above if it is determined
that the delay is not reasonable.
TIME FOR COMPLETION: 20 Months f*ollowing Notice to Proceed.
EXPECTED MEETINGS OR PRESENTATIONS
MinimumNodce For Meetings
24 bnucm fbrcriticuL immediate meetings.
72 hours [brrou1inc mcdings
MBE/WBE GOALS
As shown in Fee Estimate
An AECOM Company
CONSTRUCTION INSPECTION AND TESTING CRITERIA
Work shall be accomplished inaccordunccWith the |bUonin() guidc|incsand reference
douumcnLn:
|. FBV//\and VVuuhinoton State DcparkncniofTrunsportation, "Munuu|on Onif6nn Traffic
Control Devices fbrStreets and Higbv/ays"
2. Washington State Department ot—fransportation. "Local A0ency Guidelines".
3. YVuxhingtunS1utcDcpaumentu[Tcauapodutiun,"Matcria|sBrunchLubnn4oryMunuu|"
4� Washington State Department ofTrunspoUution,"(�onx\ructiooManua|"
5. Department of Ecology, "Storinwater Management manual for the Puget Sound Basin".
6. State Bnvioonmcn1u} Policy Act Ku|c*.Chap1cr 197-11,\Vashingtou Administration Code
and Title 23ofthe SnohomiohCuuntyCode.
7. [ityo[Tukv/i|u|nUootrudumDesign & Construction Standards
8. 8{uodun] drawings prepared by the City and Furnished to the CONSULTANT.
g. Standard specifications, prouedurosond fbnns 1111|1zcd by the City fbrPub|iu \Vurk'm
An AECOM Company
DMM::HARMS
City ofTukwila Public Works Department
South 18OhStreet Grade Separation
Consultant Cost Fee Estimate Exhibit D-2 (Entire Project)
Estimate of Costs - DMJM+HARRIS
DIRECT SALARY COST
PERSONNEL
Regular
Hours
OT
Hours Pay Rate
Cost
Office Engineer
'
35.00
-
Administrative Assistant
60.00
20.00
1.200,00
Project Controls Scheduler
-
36.00
Project Controls Estimator
38.00
-
Resident Inspector
-
- 34.00
-
Phase Cunetn/ctabi|ityBupport
2.000.00
Direct Salary Costs Total 640.00 36,045.00
Overhead Cost 131.50% ofDSC 47.399.18
Net Fee� 1510% ofOSC&DH 12.516.63
SUBTOTAL 85'960.80
RBK8BURSABLES:
Travel 15.000.00
Computer/CADD
Reproduction/Postage 1.300.00
Communications 400.00
Miscellaneous 250000
TRAVEL SUBTOTAL 19.200.00
SU8CONSULTANTS: (SEE EXHIBIT G)
Otto Rou*nauAssociates (NBE)
21.99%
Participation
49.417.00
VVhheahei|d(W1BE)
6.93%
Participation
15.585.31
N1iborPita (K8BE)
12.42%
Participation
27.909.99
Herrara Environmental Consultants (MBE)
3.40%
Participation
7.650.94
PurikhCwnau|ten1a (MBE)
4.01%
Participation
9015.95
48.76%
SUBC0NSULT4NTSU8TOTAL
108'579.19
GRAND TOTAL 224,739.99
AARONS|LVER DMJK4+HARR|S 1/30/2002
Exhibit D-2
City ofTukwila Public Works Department
South 180hStreet Grade Separation
Consultant Cost Fee Estimate Exhibit D~3 (Entire Project)
Estimate of Costs - DMJM+HARRIS
DIRECT NON -SALARY COSTS (D%0JK0+HARR|S)
CK4Advisor Per Diem 40Dayo
155.00
per day
6200l0
Rental Car 40Daya
70.00
per day
2.800.00
Airfare CK8Advisors
G Airfurea@ 1.000.00
each
6000.00
SUBTOTAL
15.000.00
COMPUTER:
None
-
REPRODUCTION/POSTAGE:
Fed -Ex
20 Months @ 40.00
per month
800.00
Postage
U Monthe@ 20.00
per month
-
Misca||aneouaReproduoddon
500.00
SUBTOTAL
1.800.00
COMMUNICATIONS:
Local Messenger/Courier 10De|iv*hes OMonths @ 25 each 250.00
Photographs 8Months @ 50mon1h 150.00
Cell Phones for Project Manager & Resident Inspector
SUBTOTAL 400.00
MISCELLANEOUS:
Miscellaneous Direct Non -Salary Costs 250000
SUBTOTAL 2,500.00
1Temporary Duty (TDY)travel and subsistence expenses for gCMAdvisors while working inPuget Sound Region will bemimbmed
Exhibit D-3
180th Street CM Team Staffing Schedule & Manhour Estimate
Exhibit D-4
City cfTukwila Public Works Deportmer
South 180hStreet Grade Separation
Consultant Cost Fee Estimate
Exhibit G-2
DIRECT SALARY COST
Principal
Professional Land Surveyor
Senior Comps Technician
Comps Technician
CADDToohnician
Survey Party Chief
Survey Instrument Operator
Administrative Staff
Analysis of Costs - Whiteshield, Inc.
Regular
Hours
OT
Hours Pay Rate
Cost
12.00
- 3510
42120
20.00
28.37
587.40
36.00
22.50
810.00
8.00
21.50
172.00
48.00
24.75
1.188.00
48.00
17.00
818.00
6l0
- 18.50
111.00
Direct Salary Costs Total 180.00
Salary Escalation for 2002 (Assumes 20 me. Schedule with 12 months in 2002)
Direct Salary Cos
Overhead Cost 178.00%
Net Tee 15.00%�
RBK8BURSABLES:
Travel
GPS Equipment Rental
Reproduction/Postage
Field Survey Materials
Miscellaneous
-
4,160.60
5%
208.03
DSC
4.368.63
of DSC
7.77616
of DSC & OH
1.790.51
OT Premium
-
SUBTOTAL 13,935.31
180.00
1,000.00
60.00
310.00
100.00
SUBTOTAL 1.650.00
Exhibit G-2
City ofTukwila Public Works Depart
South 180thStreet Grade Separation
Consultant Cost Fee Estimate Enhibi1G-3
Analysis ufCosts- Hernnro Environmental Consultants, Inc.
PmconotrucdnnAobvbies
DIRECT SALARY COST
Regular OT
PERSONNEL Hours Hours Pay Rate cna
Senior Environmental Scientist 48.00
Engineer - 35�50 -
Technical Editor ' 28.00
Environmental Scientist ucw
Clerical 19.00
- '
Direct Salary Costs Total
Salary Escalation for 20O2(Assumes 2Dmo Schedule with 12months in2002)
5%
Direct Salary Cost
DSC
Overhead Cost 175J00%
ofDSC -
Net Fee 15.00%
n(DSC& OH
OT Premium
SUBTOTAL
nE|MeVRS4BLEg:
Travel/Parking
'
Compuuer/CADD
'
Reproduction/Postage
10.00
Communications
'
Miscellaneous
SUBTOTAL 10�00
Construction Activities
TOTALPRECUNSTRUCTION
10.00
DIRECT SALARY COST
Regular
OT
PERSONNEL
Hours
Hours Pay Ram
Cost
Engineer
8.00
' 35.50
284.00
Technical Editor
4.00
28.00
112.00
Environmental Scientist
48.00
2750
1.320.00
C|ohoa|
10.00
19.00
190�00
Direct Salary Costs Total 74,00
2,098.00
Salary Escalation for c00z(Assumes c0mo.Schedule with 12months inoon2)
5%
104.90
Direct Salary Cost
DGC
2.20e,90
Overhead Iost 175�00%
cdDSC
3.855.08
NetFee15.00%
ofDSC&OU
89298
OT Premium
-
SUBTOTAL
6.950.94
RE|MBUmS4oLE&
Travel/Parking
500�00
Cnmputur/CADD
'
Reproduction/Postage
40.00
Communications
50.00
Miscellaneous
100.00
SUBTOTAL 890.00
TOTAL CONSTRUCTION 7.640�94
TOTAL 7.050,94
Exhibit G-3
City ofTukwila Public Works Departme
South 1BUthStreet Grade Separation
Consultant Cost Fee Estimate Exhibit G-4
Analysis of Costs - Milbor Pita
Preconstruction Activities
DIRECT SALARY COST
Regular OT
PERSONNEL Hours Hours Pay Rate Cost
Sr. Geotechnical Engineer 40.75
Direct Salary Costs Total
Salary Escalation for 2002 (Assumes 20muSchedule with 12months in2002)
5% -
Direct SalarV Cost
DSC -
Overhead Cost 155.12%
of DSC -
Net Fee 15.00%
ofDSC &OH -
OT Premium '
SUBTOTAL
RE|K8BURSABLES:
Travel/Parking
50.00
Computmr/CADD
Reproduction/Postage
50.00
Communications
-
K4iaoe||anaoue
-
SUBTOTAL 100.00
Construction Activities
TOTALPRECONSTRUCTK]N
10I00
DIRECT SALARY COST
Regular
OT
PERSONNEL
Hours
Hours Pay Rate
Coat
Direct Salary Costs Total 260l0 80.00
Salary Escalation for 2O02 (Assumes 2Omo.Schedule with 12months in2OO2) 5%
Direct Salary Cost DSC
Overhead Cost 15512% of DSC
Net Fee 15.0�% ofDSC &OH
RBK0BURSABLES:
Travel/Parking
Compu1er/CADD
Reproduction/Postage
Communications
Miscellaneous
OT Premium
SUBTOTAL
8,375.00
41875
8.793.75
13,640.87
3.302.38
1,323.00
27,059.99
450.00
10O�0O
100.00
100.00
SUBTOTAL 75000
TOTAL CONSTRUCTION 27.809.09
TOTAL 27.909.99
Exhibit G-4
City cdTukwila Public Works Departm`
South 100hStreet Grade Separation
Consultant Cost Fee Estimate
Preconstruction Activities
DIRECT SALARY COST
Exhibit G-5
Analysis of Costs - Parikh Consultants, Inc.
Regular 0
HoursPERSONNEL Hours
Geotechnical Project Engineer 47.24
Direct Salary Costs Total '
Salary Escalation for 2002 (Assumes 20 mo, Schedule with 12 months in 2002)
Direct Salary Cost
Overhead Cost 120.00%
Net Fee 15.00%�
RBMBDRSA8LE&
Travel/Parking
Computer/CADD
Reproduction/Postage
Communications
Miscellaneous
Construction Activities
DIRECT SALARY COST
5%
D8C -
ofDSC -
o[DSC&OH '
DTPmmium '
SUBTOTAL -
SUBTOTAL 1.350.00
TOTALPRECONSTRUCT|ON 1.350.00
Regular OT
PERSONNEL Hours Hours Pay Rate cwm
Direct Salary Costs Total 48.00
Salary Escalation for 2OO2(Assumes 2Omo.Schedule with 12months in2O02)
Direct Salary Cost
Overhead Cost 120�00%
Net Fee 15.00%
RBMBURSABLES:
Travel/Parking
Compuier/CADD
Reproduction/Postage
Communications
Miscellaneous
2,837.28
5%
141.06
DSC
2.97914
ofDSC
3,574.97
ofDSC&DH
981.84
OTPmmium
'
SUBTOTAL 7.515.95
SUBTOTAL 15I00
TOTAL CONSTRUCTION 7.06595
TOTAL 9,015.95
Exhibit G-5
City ofTukwila Public Works DeportneN
South 1OOthStreet Grade Separation
Consultant Cost Fee Estimate ExhibitG-8
Analysis of Costs - Otto Rogenau& Associates
(Note: In accordance with standard industry practice for materials testing and special inspection services, Otto Roaenuu will be providing its
services to the project on a time and materials basis in accordance with the following rate schedule).
Item
Unit
Fee
Total
Soils/Asphalt Compation Testing & Inspection (Phase I through Phase 4)
120
hours
45.00
5,400.00
Soil Grain Size Distribution (Seive Analysis)
16
each
75.00
1,200.00
Soil Moistu re- Density Relationship (proctor)
16
each
140.00
2,240.00
Asphalt Rice Density
4
each
75.00
300.00
CDSM Testing (Phase I through Phase 4)
200
hours
42.00
8,400.00
Reinforced Concrete Testing & Inspection (Phase I through Phase 4)
400
hours
42.00
16,800.00
Concrete Test Specimens (Note: 5 cylinders required/50 cy placed)
360
each
14.00
5,040.00
Concrete Flexural Strength Specimens (concrete paving)
60
each
25.00
1,500.00
Shotcrete Testing & Inspection (included in concrete hours above)
hours
-
Reinforced Masonry Testing & Inspection (pehodio)
24
hours
42.00
1.008.03
Gmut/MorterTest Specimens
36
each
14.00
504.00
Structural Steel Fabrixoiion& Emotion. Including High Strength Bolting
40
hours
42.00
1.680.00
Nondestructive Testing (ultrasonic testing, magnetic particle testing)
24
hours
48.00
1.152.00
Anchor Bolt Inspection (epoxy grouted and expansion anchors)
24
hours
42.00
1.008.00
SUBTOTAL TESTING &INSPECTION 48.292.00
Travel 1.000.00
Computar/CADD -
Reproduction/Postage 125.00
Communications '
Miscellaneous 500.00
SUBTOTAL 1,125,00
TOTAL 43,417�00
Exhibit G-6
INFORMATION MEMO
TO: Mayor Mullet
FROM: Public Works Directc3*
DATE: January 31, 2002
SUBJECT: On -Call Construction Services Contract
S 180" St Grade Separation (Project No. 87-RW09)
ISSUE
Approve contract with DMJM+Harris to provide on -call construction services for the S 180 St Grade
Separation project.
BACKGROUND
The attached ALILYUSt 8, 2001. info memo went to Transportation Conirnittee and Council in August,In
2001 (see attached rninutes), to approve a full -service construction management and inspection
services contract for $1,506,517.66.
The construction contract bid award to Wilder Construction was based on this $1,506,517.66
agreement being cut back to "bare bones" and the bulk of the rnanaZ=gernent and inspection to be done
by in-house staff with select on -call consultant services, The bid award rnerno (attached) says "the
City is also able to save an expected $839,717 by managing the construction engineering in-house".
'1-'he attached construction engineering workplan shows the details of this savings.
ANALYSIS
By reducing the $1,506,518 contract with DMJM+1larr1s down to $225,000, plus contract
supplements with the design consultant, hiring contract staff, with field office supplies and expenses,
there is a significant savings.
Z�
RECOMMENDATION
Approve contract with DMJM+Harris in the amount of $224,739.99.
attachments: Contract, Scope of Work
Info Memos (8/8/01, 11/20/01,
Council Minutes (8/20/0 1)
CE Workplan
South 180th Grade Separation
Construction Engineering Workplan
Provided bY Construction Contractor (.5ee SP-1, section 1-04)
4desks. 4chains. 2 plan tables and stools, 4 PCs, 1 LAN PC. 1 printer, 1 fax machine
2 telephones, 2 file cabinets, utility billings (except phones).
ProjeotPWonager
Project Construction Engineer ($b.00O/mox24mos+benefits)
Project Construction Inspector ($4,000/mo x 24 mos + benefits)
Project Contract Administrator ($3.00O/mo x 24 mos. + benefits)
-30-35% add -on benefits
City Contract Staff Subtotal
Additional Contract CE Services reauhr—ed.,
Negotiate revised contract with DNUK4+Harristnoov��
-on-caUexperts inCOSK1.Geotechnioa|; Setting survey control;
material testing; wetland monitoring.
BepJer/4BAM Supplement No. Q $98.000
Supplement No. 1O $120.000
DMJM & Berger Subtotal
Field Office SuRplies:
LAG Manuals, Standard Plans, Standard Specifications, Construction Manuals,
Nexba|ceU phones, 2he|ephones. general office supplies, hard hats. vests.
Camera, film, etc.
Field Office -E-x-penses:
Telephone charges, Photocopier, poshage, courier, photo developing,
Building maintenance, etc.
Construction Engineering Expenses
MUM
$ 225,000
$ 219,000
TOTAL CE BUDGETED $1,780'353 SUBTOTAL CE EXPENSES
Minus CEExpenses $1 18138O CONT|NGENCY@10Y6
SAVINGS $618973 -----TOTALCE EXPENSES
$ 5,00
$ 1.055.800
$ 105,580
INFORMATION MEMO
TO: Mayor Mullet
FROM: Public Works Director
DATE: August 8, 2001
SUBJECT: Construction Management and Inspection Services Contract
S 180" St Grade Separation (Project No. 87-RW09)
I IS �; I 1 E
Approve contract with DMJM+Harris to provide construction management and inspection services for
the S 180 St Grade Separation project.
BACKGROUND
A request for proposals was advertised, and three firms were interviewed for this contract.
DM.IM+Harris was selected over Berger/Abam, and Entranco. DMJM+Harris rated highest because of
directly relevant experience with construction management of projects of similar scope, size and
complexity.
The South 180"' Grade Separation Project was advertised for bids starting on August I ", with bids to be
opened on September 7"'. The bid award, preconstruction conference, and construction will most likely
occur in September and October.
ANALYSIS
The attached budget memo (3/29/01) shows S1,780,353 available for construction engineering. Staff
has negotiated a fee not to exceed $1,506,517.66. An additional on -call construction services contract
Z:1
Supplement is being negotiated with the design firm Berger/Abarn. There will be adequate
contingency remaining in the construction engineering budget.
I
RECOMMENDATION
Approve contract with DMJM+I-Iarris in the arnount of $1,506,517.66
attachments: Contract, Scope of Work
To: Mayor Mullet
From: Public Works Directo9on
Date: November 21, 2001 "
Subject: S 180' St Grade Separation - Bid Award
Project No. 87-RW09
ISSUE
Award the bid for construction of the S 180'� St Grade Separation project.
BACKGROUND
This project will provide a new roadway,undercrossing of both the Union Pacific Railroad and
Burlington Northern Railroad as well as the Interurban Trail. The City of Tukwila is the lead
agency on this multi jurisdictional project. Other partners include King County, the Ports of
Tacoma and Seattle, Renton, UP & BNSF Railroads, Transportation Improvement Board,
FMSIB, and federal funding.
The budgeted amount for construction is $ 14,966,471 and includes a construction contingency
of $1,160,023.
The project was advertised for bids on August 1, 2001. Bids were opened October 19, 2001.
Eight (8) bids were received. The low bid of $ 14,915,226.27 is from Wilder Construction
Company. The engineer's estimate was $ 13,806,447.62.
ANALYSIS
All bids were checked and tabulated. Minor mathematical errors were corrected and did not
change the order of bidders. Wilder Construction provided references for jobs of similar size
and experience that were checked and given positive reviews by the references contacted.
S 1801h St Proiecx
Bid Amount
WSST
Contingency
wom
Bid Results
$14,820,944.00
94,322.27
$ 51,204.73
$14,966,471.00
Engineer's Estimate / Budget
$ 13,695,218.70
111,228.92
$ 1,160,023.38
The low bid is within the project budget, but would use up most of the project's construction
contingency. City staff has pursued additional funding to provide an adequate construction
contingency to award the project. An additional $ 805,908 has been approved from T.I.B. and
an additional $ 500,000 is available from FMSIB. The City is also able to save an expected
$ 839,717 by managing the construction engineering in-house. This increases the available
contingency to $ 2,196,830.
Minutes, R/20/01
Page I of'7
TUKWILA CITY COUNCIL
August 20, 2001 7:00 p.m.
Tukwila City Hall - Council Chambers
REGULAR MEETING MINUTES
CALL TO ORDER/PLEDGE OF ALLEGIANCE:
Calling the meeting to order at 7:00 p.m., Mayor Steven M. Mullet led the Pledge of Allegiance.
OFFICIALS:
John McFarland, City Administrator, Bob Noe, City Attorney; David St. Pierre, Assistant City Attorney', Jane
Cantu, City Clerk; Bob Baker Deputy City Clerk-, Lucy Lauterbach, Legislative Analyst; Jim Morrow, Public Work
Director; Alan Doerschel, Finance Director; Steve Lancaster, Community Development Director; Keith Haines.,
Chief of Police; Peter Lukevich, Municipal Court Judge, Darlene Heskett, Municipal Court Administrator and Brian
Shelton, City Engineer.
ROLL CALL:
Jane Cantu, City Clerk, called roll. Present were Council President Joan Hernandez; and Couricilinernbers Joe
Duffle; Pam Carter; Jim Hagperton; Pamela Linder; Dave Fenton; and Richard Simpson.
SPECIAL PRESENTATIONS:
Introduction of New Employees
Cheryl Kane - Court Clerk I - Municipal Court
Judge Peter Lukevich introduced Ms. Kane, a former airline attendant. Ms. Kane is working to obtain a degree in
criminal Justice.
b. Authorize Mayor to sign an agreement with DMJM & Harris in the amount of $1,506,517.66, for South 180th
Street Grade Separation construction management and inspection services
I
Mr. Morrow noted DMJM & Harris is the firm selected to perform ot�
ject. The amount of the contract is below what was bengineering construction management for the
e
Z:�
South 180th arade separation project. budgeted. DMJM has shown
itself to be extremely experienced with this type of project. Additionally, they have extensive experience in soil
mixing techniques, which is going to be a major portion of this contract; due to poor soils.
Carter moved; Haggerton seconded; to authorize Mayor Mullet to sign an agreement with DMJM & Harris,
tl�
in the amount of SI,506,517.66, for South 180th Street Grade Separation construction management and
2n
inspection services.*
Discussion: It was concluded that if a street was to be closed during Christmas time, that it only be closed this
December or next December; not both; as this is a 16 month project. Concerns have been expressed by the City of
Renton and the Southcenter Malt regarding the road closure and potential impacts. Mr. Morrow noted staff would do
Z",
their best to have the street closed durin- just one Christmas holiday.
*Vote - The motion carried 7-0.
C. Consultant's agreement with Perteet Enoincering in the amount of S24,345.00, for the South 150th Street
Improvements Traffic Signal at 42nd Avenue South (Information Only)
llttp://N�-wNV.Ci.tLikwlla.wa.us/clerk/docsOl/i-ni8-20.htiii 0 1/3 1 /2002