HomeMy WebLinkAbout09-025 - Harris & Associates - Tukwila International Boulevard Phases II and III Construction ManagementWashington State
WAF Department of Transportation
09-025(b)
Council Approval N/A
Supplemental Agreement
pp
Number b2
Organization and Address
14ARQl5 4 ASS0crArE5
((Z'ts se 6* sTrEer
SutTE 210
ifseLCE V/JE , 41A 1em4
Phone: (425 -) '53 -Og99
Original Agreement Number
fS— gin/ 63
Project Number
O I - 025 4)
Execution Date
Completion Date
Ju4E 30 , 20!(
Project Title TU #(A/ -A 4 LTE #.JATtcW AL.
L :tL.E✓Ag D — PNASE z/3 /MeavveHeacT5
New Maximum Amount Payable
$ (,Z75, 041. °a
Description of Work
40/q 517Zi€TtOr- AOn4 tsrean4 4 /45 Pea - (04 SERVLCE5
The Local Agency of c JTY OF 7-11 f:Gd1LA
desires to supplement the agreement entered into with / lj2j 15 4 455 o G (ATE 5
and executed on re-8, (2 , 2001 and identified as Agreement No. 95 - nW03
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
MO C /'J E Tv SCOI'C a( td dize4
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Eleret4 Cs W C fl('L &TLoa DATE ra Jasl r 2 Da
111
Section V, PAYMENT, shall be amended as follows:
NO CNANGe 7b cunt i t cr E4Mau'17-
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By: -1-1W By: 5l YYL `f-tiQ C elrt Sb M �+-t r
Consultant ignature
DOT Form 140 -063 EF
Revised 9/2005
Date
/SOf a Lk(C-74/ -i
ilk
VWashington State
Department of Transportation
09- 025 (a)
Council Approval N/A
Supplemental Agreement
pp g
Number Of
Organization and Address
kA0215 f ASSOGIATCS
/ehoo 112.4 AVE Ne
$utr . 210 W
PEIJ.EduE , WA. 986o4
Phone: (425) 453- OWN
Original Agreement Number
15 - R k03
Project Number
09- 025 ( )
Execution Date
Completion Date
MA 3I , tall
Project Title rU KW1LA /N TERAArleolAL
j3uuLE VAILD - PHA 213 Ito p .ouENEntT5
New Maximum Amount Payable
$ I ,235,041. °O
Description of Work
CoN517LUCTlon1 ADMigi5TRATco,s1 4 /Aci spec/70;J SE t/1 C5
The Local Agency of CITY OF TukWu,A
desires to supplement the agreement entered into with MA/1,k15 4 455octATi=S
and executed on FEP, I Z , 2001 and identified as Agreement No. 15- R 14/0,3
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
NO Ch/gNCE Tv 5GoPE O F CJMt<
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: EXTEnI f COrtiocT CoHPLETcu+1 DATE To }OA . 31, 201(
111
Section V, PAYMENT, shall be amended as follows:
[lo c/+AN4E To Cox,Ti2act Afou4) T
as set forth in the attached Exhibit A, and by this reference made a part of this supplement.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By:
C
r- By:
DOT Form 140 -063 EF
Revised 9/2005
Consultant Signature
Approvi pity Signature
hor 7, dug)
Date
/ -5/e (J, I6 /N. L.S
09 -025
Council Approval 2/2/09
Local Agency
Standard Consultant
Agreement
Consultant/Address/Telephone
Harris & Associates, Inc.
1800 112th Avenue NE, #210W
Bellevue, WA 98004
425.453.0999 phone
425.453.0707 fax
M. Architecturat/Engineering Agreement
❑ Personal Services Agreement
Agreement Number
95 -RWO3 (Harris 074 -4038)
Project Title And Work Description
Tukwila International Boulevard
Phase II & III Improvements
"Construction Administration & Inspection
Services"
Federal Aid Number Phase 2: STPF - STPUL- 0099(077)
Phase 3: HLP- STPUL- 0099(103)
Agreement Type (Choose one)
❑ Lump Sum
Lump Sum Amount $
❑ Cost Plus Fixed Fee
Overhead Progress Payment Rate %
DBE Participation
%
Overhead Cost Method
• Actual Cost
■ Yes :/ No
Federal ID Number or Social Security Number
942385238
• Actual Cost Not To Exceed %
• Fixed Overhead Rate %
Do you require a 1099 for IRS?
• Yes ■:/ No
Completion Date
Dec. 31, 2010
Fixed Fee $
Total Amount Authorized $
Management Reserve Fund $
Maximum Amount Payable $
1,275,049.00
A Specific Rates Of Pay
0
Negotiated Hourly Rate
• Provisional Hourly Rate
1,275,049.00.
❑ Cost Per Unit of Work
Index of Exhibits (Check all that apply):
® Exhibit A -1 Scope of Work
❑ Exhibit A -2 Task Order Agreement
❑ Exhibit B -1 DBE Utilization Certification
® Exhibit C Electronic Exchange of Data
❑ Exhibit D -1 Payment - Lump Sum
❑ Exhibit D-2 Payment - Cost Plus
® Exhibit D -3 Payment - Hourly Rate
❑ Exhibit D-4 Payment - Provisional
❑ Exhibit E-1 Fee - Lump/Fixed/Unit
® Exhibit E-2 Fee - Specific. Rates
❑ Exhibit F Overhead Cost
❑ Exhibit G Subcontracted Work
❑ Exhibit G -1 Subconsultant Fee
THIS AGREEMENT, made and entered into this
between the Local Agency of C itv of Tukwila
and the above organization hereinafter called the "CONSULTANT ".
❑ Exhibit G -2 Fee -Sub Specific Rates
❑ Exhibit G-3 Sub Overhead Cost
® Exhibit 11 Title VI Assurances
® Exhibit I Payment Upon Termination of Agreement
❑ Exhibit 3 Alleged Consultant Design Error Procedures
® Exhibit K Consultant Claim Procedures
® Exhibit L Liability Insurance Increase
® Exhibit M -la Consultant Certification-
ID Exhibit M -Ib Agency Official Certification
® Exhibit M-2 Certification - Primary-
El Exhibit M-3 Lobbying Certification
® Exhibit M-4 Pricing Data Certification
® App_ 31.910 Supplemental Signature Page
far
day of Via(
2009 ,
, Washington, hereinat3f �r called the "AGENCY" ,
DOT Form 140-089 EF
Revised 3/2008
Page 1 of s
/ slat d o��6inl.4c -S
WITNESSETH THAT:
• •
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 furnish 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:
I 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.
II Scope of Work
The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and
by this reference made a part of this AGREEMENT.
I11 General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive
advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be
coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings
with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be
requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring
CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and
the CONSULTANT and shown in Exhibit "A."
The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which 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.
The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or
sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of USDOT- assisted contracts. Failure by the
CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the
termination of this AGREEMENT.
Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority
Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this
AGREEMENT. If D/M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be
shown on Exhibit `B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime
CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the
AGENCY'S "DBE Program Participation Plan ". The mandatory DBE participation goals of the AGREEMENT are those
established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the
AGENCY.
All Reports, PS &E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All
electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C."
All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the
CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT,
and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY
of any such instruments of service, not 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 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 Provisions
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such
payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies,
equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable
portions of 48 CFR Part 31.
A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State
Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager.
VI Sub - Contracting
The AGENCY permits sub - contracts for those items of work as shown in Exhibit "G" attached hereto and by this
reference made part of this AGREEMENT.
Compensation for this sub - consultant work shall be based on the cost factors shown on Exhibit "G."
The work of the sub - consultant shall not exceed its maximum amount payable unless a prior written approval has been
issued by the AGENCY.
All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the sub - consultant shall be
substantiated in the same manner as outlined in Section V. All sub - contracts shall contain all applicable provisions of
this AGREEMENT.
With respect to sub - consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt
Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT shall not sub - contract for the performance of any work under this AGREEMENT without prior
written permission of the AGENCY. No permission for sub - contracting shall create, between the AGENCY and sub-
contractor, any contract or any other relationship. A DBE certified sub - consultant is required to perform a minimum
amount of their sub - contracted agreement that is established by the WSDOT Highways and Local Programs Project
Development Engineer in consultation with the AGENCY.
VII Employment
The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide
employee working solely for the CONSULTANT, to solicit 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 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
Page 3 of 8
third party as a consequence of any u,L or omission on the part of the CONSULTAN — 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, or the STATE, or the AGENCY, except regularly retired
employees, without written consent of the public employer of such person.
VIII Nondiscrimination
During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees
to comply with the following laws and regulations:
Title VI of the Civil Rights Act of 1964
(42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a)
Federal -aid Highway Act of 1973
(23 USC Chapter 3 Section 324)
Rehabilitation Act of 1973
(29 USC Chapter 16 Subchapter V Section 794)
Age Discrimination Act of 1975
(42 USC Chapter 76 Section 6101 et seq.)
Civil Rights Restoration Act of 1987
(Public Law 100 -259)
American with Disabilities Act of 1990
(42 USC Chapter 126 Section 12101 et. seq.)
49 CFR Part 21
23 CFR Part 200
RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H"
attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in
every sub - contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or
directives issued pursuant thereto.
IX Termination of Agreement
The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to
the CONSULTANT.
In the event this AGREEMENT is 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 "I" for the type of
AGREEMENT used.
No payment shall be made for any work completed after ten (10) 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 when computed as set forth herein above, then no final payment shall be due and the
CONSULTANT shall immediately reimburse the AGENCY for any excess paid.
If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT,
the above formula for payment shall not apply.
Page 4 of 8
In such an event, the amount to be paid shall be determined by the AGENCY with conbideration 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 above.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to
perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to
be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for
actual costs in accordance with the termination for other than default clauses listed previously.
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. This 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 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 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 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. If the parties to this AGREEMENT mutually agree, disputes
concerning alleged design errors will be conducted under the procedures found in Exhibit "J ", and disputes concerning
claims will be conducted under the procedures found in Exhibit "K ".
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 Washington, situated in the county in which the AGENCY is located. 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 the county in which the AGENCY is located.
Page 5 of 8
XIII Legal Relations
The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be
done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the
State of Washington.
The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its 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 or the STATE against and hold
harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or
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 or 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 or the STATE of defending such claims and suits shall be valid and
enforceable only to the extent of the CONSULTANT'S negligence or the 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 shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23,
which is the Code of Ethics for regulating contract interest by municipal officers. 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.
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 a new sole source, or 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
Title 48 RCW.
Insurance Coverage
A. Worker's compensation and employer's liability insurance as required by the STATE.
B. Commercial general liability and property damage insurance in an aggregate amount not less than two million
dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall
not exceed one million dollars ($1,000,000).
C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000)
combined single limit.
Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the
CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall
furnish the AGENCY with verification of insurance and endorsements required by the 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 fourteen (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 ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L ". In no
case shall the CONSULTANT'S professional liability to third parties be limited in any way.
Page 6 of 8
The AGENCY will pay no progress payments under Section V until the CONSULTAiN f 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 it
under other provisions of this AGREEMENT, or otherwise in law.
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
AGREEMENT accordingly.
C. The CONSULTANT must submit any "request for equitable adjustment ", hereafter referred to as "CLAIM ", under
this clause within thirty (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
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data
furnished by them.
XVI Federal and State Review
The Federal Highway Administration and the Washington State Dept tnient 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 "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M
-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions,
Exhibit "M -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M -4"
Certificate of Current Cost or Pricing Data. Exhibit "M -3" is required only in AGREEMENTS over $100,000 and
Exhibit "M -4" is required only in AGREEMENTS over $500,000.
XVIII Complete Agreement
This document and referenced attachments contain 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 material submitted by the
CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof.
Page 7 of 8
Construction Administration Services for International Blvd. Phase II & III Improvements
The City of Tukwila, WA, January 2009
endanger property and /or life and a call may be made to WISHA or L &I may need to be
alerted as appropriate.
Assumptions:
1. Contract documents require contractor to submit its safety program and safety officer
prior to the start of work
2. Contract documents or contractor's safety program require contractor to submit
accident reports.
3. Harris assumes no responsibility or liability for safety of contractor's work areas or
personnel.
4. Harris assumes no responsibility or liability for implementation of contractor's safety
program or its construction means and methods.
5. The City's contractor is solely responsible for project safety.
Deliverables
1. Accident report notes on IDR.
4.8 Environmental Coordination
Purpose:
Verify contractor has copies of applicable permits and that the work activities abide by
the requirements of the permits granted by regulatory agencies.
Approach:
In coordination with the City CM, read and understand and enforce requirements
stipulated in permits issued by regulatory agencies.
Assumptions:
1. All permits will be provided to Harris team and the City.
2. All permits except NPDS permit will be included in the contract documents. Harris
lead inspector will review the conditions of the permit and make sure it is being
followed.
Deliverables:
1. Daily inspection reports including any pertinent Environmental issues or work will be
prepared on site by Harris inspection staff.
2. Correspondence to affected parties
4.9 Submittal Management and Review
Purpose:
Provide an efficient means of processing submittals between the contractor and
Designer. Provide a brief, initial review of the contractor's shop drawing submittals
before forwarding it to Designer.
Approach:
Using Contract Manager and in coordination with the City CM, develop a submittal list for
distribution to the City, Contractor and Designer. Track and submit submittal logs at each
coordination meeting. Follow up on all submittals that are nearing the end of the review
period. The following steps will be followed in reviewing the contractor's submittals:
5
Construction Administration Services for International Blvd. Phase 11 & III Improvements
The City of Tukwila, WA, January 2009
1. Log submittals into Contract Manager all submittals by bid item and specification
number.
2. Ensure the contractor has provided a complete submittal, it has been coordinated
with other trades and all deviations have been noted. Submittal is returned to the
contractor if it is not complete.
3. The City CM continues review for general compliance with the specification.
4. Submittal is forwarded to Designer for formal review and acceptance.
5. Harris will track the submittals to verify timely response.
6. Submittals are returned to Harris and the submittal status is logged into Contract
Manager.
7. Approved submittals are returned to the contractor for use in work.
8. Harris to inform contractor if a resubmittal is required.
Assumptions:
1. Harris will not be responsible for errors or omissions in any submittal lists; this is the
responsibility of the construction contractor.
2. Harris will assist the City CM in reviewing contractor submittals, and not approving
them.
3. Submittals requiring any public utility review will follow specified process per
provisions.
4. Harris will assist the City CM to review and to assure full compliance with LAG
manual and correct usage of the RAM and ROM processes.
Deliverables:
1. Monthly status Togs of submittals.
2. Log of accepted submittals.
3. Log of submittals in review.
4. Log of submittals that are not approved and will require resubmission by the
. contractor.
5. Final log of submittals and status at end of construction.
4.10 Request for Information (RFI) Management
Purpose:
At times, a contractor is unable to locate information that it deems critical to its
construction activity. Harris staff will receive, log and track requests for information (RFI)
submitted by the construction contractor. The efficient management of RFIs permits the
timely communication between the designer and the contractor.
Approach:
Harris will receive, log and assist the City CM to review all RFIs for completeness and
verify the question is reasonable and understandable. Harris team will assist the City CM
to return the RFI if the question is unclear or, in the opinion of Harris staff, the answer is
contained in the contract documents. Harris will note where the requested information
can be found in the contract Documents. Harris will track RFIs by creating weekly logs,
using the Contract Manager software, to verify timely response from the designer.
Assumptions:
1. None.
6
Construction Administration Services for International Blvd. Phase 11 & III Improvements
The City of Tukwila, WA, January 2009
Deliverables:
1. Log of all RFIs and their status.
2. Log of all RFIs answers and their status.
4.11 Document Management
Purpose:
Provide the City with an electronic means of tracking all documents exchanged between
the parties involved in the construction of the project.
Approach:
Using Primavera Web -based Contract Manager and the City File Index, all documents
will be logged in the project field office. Documents will be scanned into the document
control system and attached to Contract Manager File index categories. All documents
will be filed as a digital file and hardcopy.
Assumptions:
For the duration of contract, Harris will provide Contract Manager software for use.
Deliverables:
1. Logs of all documents in the project files (digital and hardcopy).
2. All hardcopy project documents exchanged on the project between the various
parties.
3. Harris will transfer all project documents and data generated by Contract Manager
software to the City computer system in native database format. The data will be fully
accessible and manipulatable with the City's final version of the Contract Manager
software. Harris will assist the City in acquisition and configuration of Contract
Manager during the contract startup phase.
4.12 Construction Change Order Assistance
Purpose:
To assist the City CM with assurance the contractor is presenting legitimate requests for
extra work that was not included in the original scope of the contract. To assist he City
CM to assure the associated extra work costs and time extension requests are fair and
reasonable to both the City and the contractor.
Approach:
1. Assist the City CM to review requests of the contractor's request for changes due to
cost increases and /or time impacts for merit.
2. Assist the City CM to prepare independent cost estimate and schedule analysis of
work.
3. Assist the City CM to negotiate extra work cost and time extensions with the
contractor.
4. Assist the City CM to prepare change orders for execution by the City.
Assumptions:
1. Harris will not have authority to make minor changes to work .
2. The City CM will negotiate with the contractor on contract changes.
Deliverables:
7
Construction Administration Services for International Blvd. Phase II & III Improvements
The City of Tukwila, WA, January 2009
1. Assist the City CM to prepare independent cost estimates.
2. Independent schedule analysis.
3. Assist the City CM to prepare change orders ready for execution
4.13 Review Certified Payrolls
Purpose:
To verify the contractor, provides certified payroll reports in conformance with the
provisions of the contract and applicable State Law. To verify the certified payroll reports
contain information required by the Labor Code.
Approach:
Receive and review certified payrolls from the contractor and each of its subcontractors.
Check for the Statements of Compliance. Spot -check wages of each classification of
laborer or craftsperson. Notify contractor and City of all discrepancies and /or errors and
request a corrected Certified Payroll.
Assumptions:
1. Employee interviews, to verify payment of prevailing wages, will be conducted by
Harris.
2. Harris is not responsible for enforcement of the Labor Code.
3. Harris will not be responsible for identifying every worker on site.
Deliverables:
1. Hardcopies of the contractor's certified payrolls maintained in the project files.
2. A daily list of subcontractors working on the project as a part of IDR.
4.14 Inspection and Documentation
Harris will provide inspectors to provide the scope of work defined as follows.
Purpose:
Provide the City with documentation of construction activities, duration, and work
conditions using the City's form.
Approach:
Provide the City with knowledgeable people, familiar with construction activities to be
performed on the project. Using Contract Manager, document the contractor's daily
activities, labor force, equipment and items considered pertinent to the projects. The
construction manager is to review daily reports and provide instruction to inspectors on
ways to improve their daily reports. Provide documentation of labor, materials, and
equipment each day in various sections of the project.
Assumptions:
1. All inspections will be within the project limits.
2. Harris will provide two vehicles, two cell phones, two computers for the duration of
the contract.
Deliverables:
1. Daily inspection reports.
8
Construction Administration Services for International Blvd. Phase II & III Improvements
The City of Tukwila, WA, January 2009
2. Miscellaneous reports deemed necessary by the construction.
4.15 Review and Maintain "As- Built" Schedule
Purpose:
To track contractor's progress during construction of the project.
Approach:
Using the daily inspection reports prepared by Harris inspectors, the contractor's
schedule, site observations, and other sources of information, Harris will track and
document the contractor's actual progress. The contractor's baseline critical path and
regularly updated schedules will be used as a basis for comparing planned versus actual
progress.
Assumptions:
1. Monitoring will be on a continuous basis of the contractor supplied "as- built" schedule
which will be updated monthly.
Deliverables:
1. An "as- built" schedule with one digital file, as per the City CM requirement.
4.16 Maintain Photographic and Video Records of Construction Progress
Purpose:
To provide the City with a photographic record of the project, before, during and after
construction.
Approach:
Using still, digital camera record the conditions of the project before the contractor starts
work and after the work is complete. Record the contractor's progress during
construction. During construction, care will be taken to record all items and /or conditions
that have or may have a bearing on claimed extra work.
Assumptions:
1. Photographs and videos will remain at the City's project server at all times until the
end of the project.
Deliverables:
1. All photographic and video records.
4.17 Review and Maintain Record Drawings
Purpose:
To provide the City with an accurate set of record drawings for the project.
Approach:
9
•
Construction Administration Services for International Blvd. Phase II & III Improvements.
The City of Tukwila, WA, January 2009
Monitor contractor's required record drawings on a monthly basis. Review as- builts and
request changes from contractor for any changes.
Assumptions:
1. Harris will assist Designer in answering questions regarding the record drawings.
2. Contract documents will require contractor to maintain redline as -built drawings.
Deliverables:
1. One set of marked up contract drawings.
4.19 Final Inspection and Punch list
Purpose:
To identify elements of construction requiring correction prior to final acceptance by the
City.
Approach:
Following substantial completion, perform a project inspection of the completed
construction. During the inspection develop a list of contract work requiring correction or
rework. The written list of deficient work (punch list) will be delivered to the City and the
contractor within three working days of the final inspection. The final punch list will
include items to be corrected that were identified previously during the course of
construction.
Assumptions:
1. The City will identify any key City or other agency personnel to be included in the
final inspection.
2. Harris will contact and schedule all required final inspection personnel 48 hour prior
to the final inspection.
3. Harris will prepare the final punch list.
Deliverables:
Final punch list.
4.21 Final Project Report
Purpose:
To assist the City with a final status report on the project to document remaining close
out issues.
Approach:
1. Assist the City CM to prepare a summary of outstanding claims not resolved when
the Notice of Completion is filed.
2. Assist the City CM to prepare and discuss "Lessons leamed"
3. Assist the City with all the WSDOT audits during and at the completion of the project.
Deliverables:
1. Assist the City CM to provide one hard copy and one digital file.
10
EXHIBIT B
Intentionally Left Blank (No DBE Utilization)
EXHIBIT C
In wetness whereof, the pates hereto (lance - xecuted this AGREEMENT as of the day and year shown in the
- Execution Date' box on page one (1) of AGREEMENT.
By Vern Phillips, PE
Consultant Harris & Associates, Inc. Aster (City of Tukwil
DOT Rims ma-irt&EF 2Sof8
Retsed 3(21308
Construction Administration Services for International Blvd. Phase II & III Improvements
The City of Tukwila, WA, January 2009
EXHIBIT A
Construction Administration Services
Scope of Work
The project will include about 5000 feet of street improvements of International Blvd. in
two phases from S.132nd to south of SR 599 access ramps, new storm lines, extensive
retaining walls, new asphalt pavement, curb & gutters and sidewalks.
This scope of work assumes that the City will provide one construction manager (the
City CM) to lead our team and that Harris will provide various site inspection,
documentation, and scheduling support.
Task 300 — Project Management
3.1. Project Management Plan
Purpose: Provide the City and Harris with uniform procedures and standards for the
administration of the construction contract.
Approach: Using the Harris Construction Management Procedures Manual, develop a
procedures manual that is tailored specifically for the project.
Assumptions:
1. The final project manual will be bound in a three ring binder to facilitate future
revisions.
Deliverables:
1. Draft project manual for review by the City.
3.3 Harris Budget Projections
Purpose:
To provide the City with the Harris's anticipated billings in a format that is easily
accessible, easy to understand, and provides the required cost information so the City
can better manage available resources.
Assumptions:
1. Cost projections will monitor only the Harris' contract.
Deliverables:
1. Harris will furnish budget projections as part of the monthly invoice.
Task 400 — Construction Management and Inspection Services
4.1 Preconstruction Conference
Purpose:
1
Construction Administration Services for International Blvd. Phase II & III Improvements
The City of Tukwila, WA, January 2009
Provide a draft of meeting agenda for The City's CM to prepare for all essential project
participants to meet prior to the start of work. This meeting will outline the City's
administration of the contracts, introduction of the attendees, and record all comments
and questions submitted by the contractor. Provides an understanding of the procedures
to be used on the project and what the contractor can expect from the City and its
consultants.
Approach:
The City's CM will schedule, prepare agenda, chair and take minutes of the
preconstruction meeting, inform contractor of project administration procedures and
invite all affected regulatory agencies, utilities, and others to attend the meeting.
Assumptions:
1. The City will provide the meeting venue.
2. The City will develop the attendee list.
3. Harris will assist the City CM in drafting agenda meeting.
4.2 Preconstruction Walk
Purpose: To start the construction contract with an understanding between the
contractor, Harris and the City as to the existing conditions of the project before
construction begins.
Approach: Before the Notice to Proceed is given to the contractor, Harris and the City
will walk the project recording existing conditions. Project conditions are logged,
videotaped, and still photographs are taken to record existing conditions. Copies are
provided to the City. Harris will keep the originals in the project files until project
completion.
Assumptions:
1. Project walk will not take longer than one day with approximately the same amount
of time to log, file and copy the information.
Deliverables:
1. Project photographs and video of pre- construction'and after construction conditions.
4.3 Communications and Correspondence
Purpose:
Provide effective written and oral communications on behalf of the City to the contractor
and other stakeholders in the administration of the contract.
Approach:
At the preconstruction conference, obtain all pertinent information from the attendees to
develop a project directory of all key personnel working on the projects. Develop a flow
chart showing how correspondence is to be handled once it is received from the
contractor or other stakeholders. Log all information received from contractor and others
in Contract Manager Software and in separate project files for action and distribution.
Prepare appropriate responses and obtain the City's approval when required. All original
2
Construction Administration Services for International Blvd. Phase II & III Improvements
The City of Tukwila, WA, January 2009
correspondence remains with the project files. Only copies will be distributed, except for
shop drawing submittals.
Assumptions:
1. The City file index will be used for all correspondence received from the City,
contractor and others.
Deliverables:
1. Logs of information received from the City, the contractor or others relating to the
project.
4.4 Schedule Monitoring
Purpose:
Harris will monitor baseline and progress schedules and changes to the schedule on an
ongoing basis, generally during the monthly pay estimate processing cycle and at our
weekly project meetings.
Approach:
Develop procedures, using available software, to review the contractor's schedule for
logic, duration, and resource changes in the contractor's monthly updates. Notify the
contractor of changes and document its response for the record. Harris will keep the City
appraised of construction schedule and changes found in the updates.
Assumptions:
1. Contractor will submit baseline schedule per specifications.
Deliverables:
1. Harris to perform a monthly review and provide the City with a basic report by email.
4.5 Progress / Coordination Meetings
Purpose:
Attend coordination meetings conducted by the City CM with the contractor and other
interested parties to discuss schedules, status of RFQs (Request For Quotes), status of
submittals, issues log, old and new business concerning the project and any other
business that is a concern of any party attending the meeting. To keep everyone
informed as to the status of the project and discuss issues that may influence project
completion.
Approach:
Attend weekly meetings conducted by the City CM with the contractor to discuss project
schedule, current, and past issues that require action by someone other than the party
raising the issue. The City requests the contractor and Harris submit agenda items for
the weekly coordination meetings. Using the proposed agenda items and agenda items
developed in house, the City prepares an agenda for the meeting and distributes the
agenda to the parties that will attend the meeting. Harris distributes the previous meeting
minutes and asks for concurrence of those attending the meeting or suggested
corrections to the minutes. Minutes are filed as approved or amended.
3
Construction Administration Services for international Blvd. Phase 11 & 111 Improvements
The City of Tukwila, WA, January 2009
Additional coordination meetings may be scheduled as needed. The City CM will call
meetings and request specific parties to attend. These attendees will be given 48 hours
notice for additional meetings.
Assumptions:
1. The City and contractor's staff will be able to meet on a regular basis with minimal
absences.
2. Meeting room provided by the City will be able to seat a minimum of 10 people.
3. Meetings will not be more than once a week.
4. Designer may be asked to attend the meetings as a participant.
5. Harris will take notes of discussion items with the City CM approval.
6. Contractor is required to submit a look -ahead schedule (2 or 3 week) at each weekly
meeting.
Deliverables:
1. Weekly Agenda with status of open items from previous meetings.
2. Weekly meeting minutes with action items noted.
3. Two or three week look ahead schedule (prepared by the Contractor)
4. Submittal log, issues log, and RFI and change order logs
4.6 Payment Recommendations
Purpose:
The City will verify the contractor's request for payment
Approach:
The City and contractor develop a procedure that is acceptable for monthly progress
payments and the final payment. The City, with the assistant of Harris's Lead Inspector,
reviews contractor's payment requests and verifies contractor pay quantities. After
agreement of the payment request, the City prepares payment documentation.
Assumptions:
1. Payments will be made to the contractor once each month.
2. The City will make payments in accordance with the contract stipulations and State
Law.
Deliverables:
1. Lead Inspector to assist the City CM
2. Schedule review input by Harris
4.7 Safety
Purpose:
Observe contractor's safety.
Approach:
Harris staff to observe contractor's work area. Contractor is to be informed if eminent
life /safety unsafe work conditions and /or areas are observed. If life safety danger is
observed immediate shutdown of contractor's work may be required, if conditions
Exhibit C
Electronic Exchange of Engineering and Other Data
The format and standards of electronic documents to be provided by CONSULTANT during the
course of Construction Management and Inspection services will include, but are not limited to,
the following:
I. Design Field Revisions and Independent Estimates
A. Any Computer Aided Drafting files generated during the course of
construction in support of field inspection services will be in AutoCAD 2008
version or older format.
B. Cost Estimates and other analysis will be provided in MS Excel format.
II. Construction Schedule Review Documents
A. All analysis and reporting of the contractors project schedule by outside
schedule support services will be performed using reporting tools native to
Primavera P3 Version 4.1 (including Monte Carlo tools if necessary). If
alternate tools are used City will be provided details of specific tools to allow
independent analysis.
B. Written reports may be generated in MS Word format or any common email
version which can be converted to ASCII text.
III. Electronic Data Exchange
A. The City will provide the File Index structure, Change Order, Field Directive,
Inspectors Daily Report and other common documentation forms for
integration into the project tracking system.
B. The City uses Groupwise collaboration tools for email, contact information
and calendar features. Any system used by CONSULTANT shall be
compatible with this tool.
C. Primavera Contract Manager will be used to track project correspondence and
other information relevant to the construction of the project. The City will
host this program on AGENCY computer systems and CONSULTANT will
migrate any project data from their systems to the City's system once the
program has been installed and configured and thenceforth use the City's
system to administer the project.
IV. Non - Digital Source Files
A. Any standard format (8 -1/2 x 11 or 11x17) document not available in native
digital format will be scanned to PDF format and included in electronic
documentation upon City request.
Exhibit D -3
Payment (Negotiated Hourly Rate)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or services
rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the wok The
CONSULTANT shall conform to all applicable portions of 48 CFR Part 31.
1. Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done, based upon the
negotiated hourly rates shown in Exhibit "E" and ` ' attached hereto and by this reference made
part of this AGREEMENT_
2.
The rates are inclusive of direct salaries, payroll additives, overhead,
and fee. The CONSULTANT shall maintain support data to verify the hours billed on the
AGREEMENT.
Not in Exhibit E
Direct Non Salary Costs: Direct Non -Salary Costs�n
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 sub - consultant costs_
a_ Mr or train travel will be reimbursed only to economy class levels unless
otherwise approved by the AGENCY. The CONSULTANT shall comply with
the rules and regulations regarding travel costs (excluding air, train, and rental
car costs) in accordance with the AGENCY'S Travel Rules and Procedures.
However, air, train, and rental car costs shall be reimbursed in accordance with
48 CFR Part 31.205 -46 "Travel Costs."
b. The billing for Direct Non-Salary Costs shall include an itemized listing of
the charges directly identifiable with the PROJECT.
c_ The CONSULTANT shall maintain the original supporting documents in their
office. Copies of the original supporting documents shall be supplied to the
AGENCY upon request.
d. All above charges must be necessary for the services provided under this
AGREEMENT.
3. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to
provide the Agreement Administrator with the flexibility to authorize additional funds to the
AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional
work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing
and shall not exceed the lesser of $100,000 or 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 not be replenished. Any changes requiring
additional costs in excess of the Management Reserve Fund shall be made in accordance with
Section XIV, "Extra Work."
DOT Form 140 -089 EF Exhibit D-3
Revised 6/08
4. 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, and the Management Reserve Fund. The Maximum Total Amount Payable does not
include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum
amount payable is guaranteed under this AGREEMENT.5. Monthly Progress Payments: Progress
payments may be claimed on a monthly basis for all costs authorized in 1 and 2 above. The
monthly billing shall be supported by detailed statements for hours expended at the rates
established in Exhibit "E ", including names and classifications of all employees, and billings for
all direct non-salary expenses. To provide a means of verifying the billed salary costs for the
CONSULTANT'S employees, the AGENCY may conduct employee interviews. These interviews
may consist of recording the names, titles, salary rates, and present duties of those employees
performing work on the PROJECT at the time of the interview.
6. Final Payment Final Payment of any balance due the CONSULTANT of the gross amount earned
will be made promptly upon its verification by the AGENCY after the completion of the work
under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports,
electronic data and other related documents which are required to be furnished under this
AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a
release of all claims for payment, which the CONSULTANT may have against the AGENCY
unless such claims are specifically reserved in writing and transmitted 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
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 thirty (30) 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. The CONSULTANT
has twenty (20) days after receipt of the final POST AUDTT to begin the appeal process to the
AGENCY for audit findings.
7. Inspection of Cost Records: The CONSULTANT and their sub - consultants shall keep available for
inspection by representatives of the AGENCY, STATE and the United States, for a period of three
(3) years after receipt of 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 (3) year period, the cost records and accounts
shall be retained until such litigation, claim, or audit involving the records is completed.
Exhibit E -2
CITY OF TUKWILA INTERNATIONAL BLVD.
Phase II & III Improvements
Consultant Fee Determination - Summary Sheet
(Specific Rates of Pay)
Fee Schedule
Discipline or Job Title Hourly Overhead Profit Rate
Rate 054% @_25% Per Hour
Sam Yaghmaie, PE : Project Director $ 69.81 $ 107.50 $ 17.45 $ 194.77
Matt Lumsden: Lead Inspector $ 43.25 $ 66.60 $ 10.81 $ 120.67
Chan Saenphimmachak : Office Eng. $ 28.84 $ 44.41 $ 7.21 $ 80.46
Peigi barkely : Administration Oversight $ 36.25 $ 55.82 $ 9.06 $101.14
Steve Flinn: Structural Inspector $ 43.5 $ 66.99 $ 10.88 $ 121.37
Becky Pitts: Scheduler $ 42.00 $ 64.68 $ 10.50 $ 117.18
BI Hams & Associates
Construction Management Services for International Blvd. Phase II & III
City of Tukwila, Negotiated Breakdown of Costs
EXHIBIT E -2
Project Schedule
2009
2010
Direct Overhead Fee 2009
rate 1.540 0.25
PD 69.81 $107.51 $17.45 $194.77
LEAD INSP $43.25 $66.61 $10.81 $120.67
OFF. ENG. $28.84 $44.41 $7.21 $80.46
OFFICE ENG OT $43.26 $66.62 $10.82 $120.70
ADMIN.OS $36.25 $55.83 $9.06 $101.14
SCHEDULER $42.00 $64.68 $10.50 $117.18
STRUCT INSP $43.50 $66.99 $10.88 $121.37
Assumed Construction Schedule
Jan
Feb Mar
Apr Mey Jun Jul Aug Sep Oct Nov .Dec
Jan Feb Mar Apr May Jun Jul Aug Sep Oct
Nov
Dec
Totals
Estimated Fees
2009
tidy rate
Jan Feb Mar Apr
May
Jun
Jul
Aug
Sep
Oct
Nov
Dec
Jan 1 Feb 1 Mar Apr
May
Jun
Jul
Aug
Sep
Oct
Nov
Dec
2009
2010
Totals
2009
2010
Hours
Hours
Hours
Costs
Costs
Project Dlrector (Sam Yaghmale)
$194.77
8
8
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
16
8
176
168
344
$ 34,279.50
$ 34,357.41
$ 68,637
Lead Inspector (Matt Lumsden)
$120.67
40
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
88
8
1976
1856
3832
$ 238,438.98
$ 235,156.82
$ 473,596
Off. Eng. (Chan Saenphimmachak
$80.46
88
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
176
44
8
2024
1811
3835
$ 162,858.33
$ 152,997.95
$ 315,856
Off. Eng. OT (Chan)
$120.70
24
44
44
44
44
44
44
44
44
24
24
24
24
44
44
44
44
44
44
44
22
424
378
802
$ 51,174.85
$ 47,904.00
$ 99,079
Structural Inspector (Steve Flinn)
$121.37
8
40
88
88
88
88
88
88
44
44
44
44
88
88
88
88
55
664
495
1159
$ 80,586.36
$ 83,079.46
$ 143,666
Pelqi Barkely (Admin. Oversight)
$101.14
32
64
64
64
35
35
35
35
35
35
35
64
64
49
35
35
35
35
35
88
88
32
533
496
1029
$ 53,906.29
$ 52,672.41
$ 106,579
Scheduler
$117.18
8
44
44
44
16
16
16
32
16
16
32
16
16
16
32
16
16
16
32
32
44
44
300
264
564
$ 35,154.00
$ 32,482.30
$ 67,636
1 Totals
11565
$ 1,275,049
Notes:
1. Rates shown am for Year 2009 with a 5% COL Increase for 2010.
2. Anticipated overtime (1.5 x direct salary) is as shown.
3. Protect duration is 21 months construction with 2 week phase In and 2 week phase out
4. Lead inspector and office engineer time is assumed to be 22 months. Structural inspector to be 1/2 time for equivalent of 12 months.
5. Administration assistant (to include LAG compliance internal audit) and schedule support to evaluate cntractor's provided project schedules are included as estimated.
6. Office engineer time Includes primary documentation responsibility and Inspection as needed.
7. Direct cost for office, furnishings, utilities, copier, fax, scanner, phone, and data lines are provided by the City.
8. Direct costs for Contract Manager software (hosted by COT), two vehicles, two cell phones, and two field computers, are included In Harris OH rates.
Contingency =
Total Hanis Expenses = $ 1,275,049
2010
$204.51
$126.70
$84.49
$126.73
$106.19
$123.04
$127.43
EXHIBIT G
Intentionally Left Blank (No Subconsultants)
Exhibit H
Title VI Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in
interest agrees as follows:
1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to
non-discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations,
Part 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.
2. Non - discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT,
shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of
sub- consultants, including procurement of materials and leases of equipment. The CONSULTANT shall
not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in
Appendix B of the REGULATIONS.
3. Solicitations for Sub - consultants, Including Procurement of Materials and Equipment In all solicitations
either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under
a sub - contract, including procurement of materials or leases of equipment, each potential sub - consultant or
supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this
AGREEMENT and the REGULATIONS relative to non - discrimination on the grounds of race, color, sex,
or national origin.
4. 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 AGENCY, STATE or the
Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such
REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the
exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall
so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has
made to obtain the information.
5. Sanctions for Non - compliance: In the event of the CONSULTANT'S non - compliance with the
non - discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT
sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to:
• Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT
complies, and/or,
• Cancellation, termination, or suspension of the AGREEMENT, in whole or in part :
DOT Form 140-089 EF Exhibft 14
Revised 8106
•
6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5)
in every sub - contract, including procurement of materials and leases of equipment, unless exempt by the
REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with
respect to any sub - consultant or procurement as the AGENCY, STATE or FHWA may direct as a means of
enforcing such provisions including sanctions for non - compliance.
Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with,
litigation with a sub - consultant or supplier as a result of such direction, the CONSULTANT may request
the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the
STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to
protect the interests of the United States.
Exhibit i
Payment Upon Termination of Agreement
By the Agency Other Than for
Fault of the Consultant
(Refer to Agreement, Section IX)
Lump Sum Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made shall
total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the
total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
Cost Plus Fixed Fee Contracts
A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall
total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is
to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra
work completed.
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.
DOT Form 140 -089 EF Exhibit 1
RovIsed 8106
• •
EXHIBIT J
Intentionally Left Blank
Exhibit K
Consultant Claim Procedures
The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following
procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total of
$1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director
of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total
$1,000 or less.
This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim
by the consultant.
Step 1 — Consultant Files a Claim with the Agency Project Manager
If the consultant determines that they were requested to perform additional services that were outside of
the agreement's scope of work, they may be entitled to a claim. The fast step that must be completed is
the request for consideration of the claim to the Agency's project manager.
The consultant's claim must outline the following:
• Summation of hours by classification for each firm that is included in the claim;
• Any correspondence that directed the consultant to perform the additional work
• Timeframe of the additional work that was outside of the project scope;
• Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with
the additional work and
• Explanation as to why the consultant believes the additional work was outside of the
agreement scope of work.
Step 2 — Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation
After the consultant has completed step 1, the next step in the process is to forward the request to the
Agency's project manager. The project manager will review the consultant's claim and will met with the
Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the
FHWA is participating in the project's funding, forward a copy of the consultant's claim and the
Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local
Programs through the Region Local Programs Engineer. If the claim is not eligible for federal
participation, payment will need to be from agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Highways and
Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a
request memo, including backup documentation to the consultant to either supplement the agreement, or
create a new agreement for the claim. After the request has been approved, the Agency shall write the
supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant
that the final payment for the agreement is subject to audit No further action in needed regarding the
claim procedures.
DOT Form 140 -089 EF Exhibit K
Revised 6106
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
Step 3 — Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultant's claim, the project manager shall prepare a
summary for the Director of Public Works or Agency Engineer that included the following:
• Copy of information supplied by the consultant regarding the claim;
• Agency's summation of hours by classification for each frrm that should be included in the
claim;
• Any correspondence that directed the consultant to perform the additional work
• Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs
associated with the additional work;
• Explanation regarding those areas in which the Agency does/does not agree with the
consultant's claim(s);
• Explanation to describe what has been instituted to preclude future consultant clairn(s); and
• Recommendations to resolve the claim.
Step 4 - Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency
Documentation
The Director of Pubic Works or Agency Engineer shall review and administratively approve or
disapprove the claim, or portions thereof, which may include getting Agency Council or
Commission approval (as appropriate to agency dispute resolution procedures). If the project .
involves federal participation, obtain concurrence from WSDOT Highways and Local Programs and
FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation,
payment will need to be from agency funds.
Step 5 — Informing Consultant of Decision Regarding the Claim
The Duuctor of Public Works or Agency Engineer shall notify (in writing) the consultant of their
final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted
claim(s) and rationale utilized for the decision.
Step 6 — Preparation of Supplement or New Agreement for the Consultant's Claims)
The agency shall write the supplement and/or new agreement and pay the consultant the amount of
the claim. Inform the consultant that the final payment for the agreement is subject to audit.
Exhibit L
(To Be Used Only If Insurance Requirements Are Increased)
The professional liability limit of the CONSULTANT to the AGENCY identified in Section 7IIII, Legal
Relations and Insurance of this Agreement is amended to $ N/A
The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits
in the amount of $ 2 million per claim with an aggregate of $4 million.
Such insurance coverage shall be evidenced by one of the following methods:
• Certificate of Insurance.
• Self - insurance through an irrevocable Letter of Credit from a qualified financial institution.
Self - insurance through documentation of a separate fund established exclusively for the payment of professional
liability claims, including claim amounts already reserved against the fund, safeguards established for payment
from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those
funds.
Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed 81
million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the
Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit
If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the
additional professional liability insurance required.
Notes: Cost of added insurance requirements: $ N/A
• Include all costs, fee increase, premiums.
• This cost shall not be billed against an FHWA funded project
• For final contracts, include this exhibit.
DOT Form 140459 EF Exhibit L
R9vfsed 8105
Exhibit M -1(a)
Certification Of Consultant
Project No. 074 -4038
Local Agency
I hereby certify that I am Vern Phillips, PE and duly authorized
representative of the firm of Harris & Associates, Inc. whose address is
1800112th Ave NE, #210W, Bellevue, WA 98004 and that neither I nor the above
firm I here represent has:
(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 the AGREEMENT;
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the
services of any firm or person in connection with carrying out this AGREEMENT; or
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely forme or the above CONSULTANT) any fee, contribution, donation, or
consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT;
except as hereby expressly stated (if any);
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Trans ortation in
connection with this AGREEMENT involving participation of Federal -aid highwunds, and is
subject to applicable State and Federal laws, both criminal and civil.
DOT Form 140-089 EF Exhibit M-1(a)
Rovlsed 8/05
Signature
Exhibit M -1(b)
Certification Of Agency Official
I hereby certify that I am the AGENCY Official of the Local Agency of City of Tukwila
Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an
express or implied condition in connection with obtaining or carrying out this AGREEMENT to:
(a) Employ or retain, or agree to employ to retain, any fun. 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 hereby expressly stated (if any):
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation, in
connection with this AGREEMENT involving participation of Federal -aid highway funds, and is
subject to applicable State and Federal laws, both criminal and civil.
7(9A;("911J4-
Date Signature
DOT Form 140 -089 EF Exhibit M-1(b)
Revised 6/05
Exhibit M -2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters - Primary Covered Transactions
L 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 (I)(B). of
this certification; and
D. Have not within a three (3) year period preceding this application/proposal had one or more public
transactions (federal, state, or local) terminated for cause or default.
IL 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 (Finn): Harris & Associates
DOT Form 140-089 EF Exhibit M-2
Revised 6105
(SignattTra) President or Author¢ Official of Consultant
•
Exhibit M -3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any Federal agency,
a member of Congress, an officer or employee of Congress, or an employee of a member of
Congress in connection with the awarding of any Federal contract, the making of any 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 FonmLLL, "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 subrncipients shall certify and disclose accordingly.
Consultant (Firm): Harris & Associates
t' /5/6
D1
DOT Form 140-089 fF Exhibit M-3
Rsvisad ems
(Signature) President or Authorized Official of Consultant
Exhibit M -4
Certificate of Current Cost or Pricing Data
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4)
submitted, either actually or by specific identification in writing, to the contracting officer or to the
contracting officer's representative in support of Negotiated breakdown of costs
are accurate, complete, and current as of January 13, 2009 * *. 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.
Finn Harris & Associates, Inc.
Name Vem Phillips, PE
Title Northwest Regional Manager
U
Date of Execution * ** i /ii i
TIB Phase 2/3 Roadway Improvements
* Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate identifying number (e.g., RFP No.).
** Insert the day, month, and year when price negotiations were concluded and price agreement
was reached.
* ** Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.
DOT Form 140 -089 EF Exhibit M-4
Revised 6(05
Supplemental Signature
Page for
Standard Consultant
Agreement
Consultant/Address/Telephone
Harris & Associates, Inc.
1800 112th Avenue NE, #210W
Bellevue, WA 98004
425.453.0999 phone
Agreement Number
95 -RWO3 (Harris 074 -4038)
Project Title And Work Description
Tukwila International Boulevard
Phase II 8,111 Improvements
"Construction Administration & Inspection
Services"
Federal Aid Number Phase 2: STPF - STPUL- 0099(077)
Phase 3: HLP- STPUL- 0099(103)
Local Agency
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'.
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year first
above written.
CONSULTANT
By Vern Phillips, PE
Consultant Harris & Associates, Inc
Consultant
DOT Form 140-089 EFAppendx 31.910
Revised 6/05
LOCAL AGENCY
By
Agency City of Tukwila
By
Agency
By
Agency
By
Agency