HomeMy WebLinkAbout06-107 - Weinman Consulting - Tukwila Urban Center (TUC) Plan SupplementalWashington State
Ink
VA
Department of Transportation
06-107(c)
Council Approval N/A
Supplemental Agreement
Number 3
Original Agreement Number
LA 5377
Organization and Address
Weinman Consulting LLC
9350 SE 68th Street
Mercer Island, WA 98046
Phone: 206.295.0783
Project Number
TCSP-TCSP (010)
Execution Date
Completion Date
12/31/2010
Project Title
Tukwila Urban Center Plan SEIS & PA Ordinance
New Maximum Amount Payable
$ 24,176.76
Description of Work
Complete the Draft and Final SEIS, Planned Action Checklist, and Planned Action Ordinance for the TUC Plan
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with Weinman Consulting, LLC
and executed on 12/22/2006 and identified as Agreement No. LA 5377
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 chanwes
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Completion date has heen changed from 12/.31/2009 to 17/11/2010
Section V, PAYMENT, shall be amended as follows:
No changes
111
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: Weinman Consulting
DOT Form 140-063 EF
Revised 9/2005
By:
111
Consultant Signature / Appr
City of Tukwila, Washington
uthority Signature
bit_tAli 1 3, It -09
1 0T c.) C►"t a i=ce
Date
� Washington State 1111/
WA Department of Transportation
RECEIVED
Udo - (b) NOV
r„n r,
Supplemental Agreement
Number
Organization and Address COM,
Weinman Consulting LLC DEVEt,in
9350 SE 68th Street
Mercer Island, WA 98046
Phone 206.295.0783
Original Agreement Number
LA 5377
Project Number
TCST-TCSP (010)
Execution Date
Completion Date
12/31/2009
Project Title
Tukwila Urban Center Plan SEIS & PA Ordinance
New Maximum Amount Payable
$ 24,176.76
Description of Work
Complete the Draft and Final SEIS, Planned Action Checklist, and Planned Action Ordinance for the TUC Plan
The Local Agency of City of Tukwila, Washington
desires to supplement the agreement entered into with Weinman Consulting LLC
and executed on 12/22/2006 and identified as Agreement No LA 5377
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 changes
1
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read Completion date has been changed from 12/31 /OR to 17/31/09
Section V, PAYMENT, shall be amended as follows
No changes
111
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. Weinman Consulting LT ,C By. City of Tukwila, Washington
id/utic,Gdeimpl cefri
Consultant Signature
DOT Form 140-063 EF
Revised 9/2005
Approy(p iithority Signature
762..r h.P,r 5, 0(2)S
of L Ira ifi
Date
Exhibit A
Tukwila Urban Center Supplemental EIS
Scope of Work
Weinman Consulting, LLC is completing a project originally begun by Huckell/Weinman Associates,
Inc. Tasks performed under the former contract included preparing and submitting a preliminary Draft
SEIS to the City for review and comment, and submittal of a draft planned action checklist. Review
comments have not been received on these draft documents. The present scope of work includes the
following tasks that will complete the project: revising the preliminary Draft SEIS previously submitted
to the City for review; preparing a Final SEIS; preparing a planned action ordinance; and completing
a planned action checklist for the City's use in reviewing planned action proposals. Meetings with City
staff will be required, and the consultant will attend public hearings to support staff during the adoption
process.
A schedule for completion of the project will be developed subsequently in conjunction with City staff.
Task 1. Draft SEIS
Objective: Prepare Draft SEIS for the TUC Planned Action
A Preliminary Draft SEIS was previously submitted to the City for review and comment. The major
steps proposed in this task include editing the preliminary document in response to City review
comments, and compiling the Draft SEIS for publication. One additional round of internal review of a
revised preliminary is assumed. It is assumed that City staff will edit and finalize the transportation
section, since this is within their area of expertise. It is also assumed that no significant changes to
the proposal (the TUC sub -area plan and develepment regulations) have occurred since the
preliminary Draft SEIS was prepared and, therefore, major changes to the draft EIS project
description section (Proposed Action and Alternatives) will not be required.
It is assumed that City staff or a transportation consultant will have primary responsibility for
supplementing/revising the EIS Transportation section as necessary, based on initial review
comments. The consultant's role will consist of review and editing of this section
Product: Preliminary DSEIS for City review, after 1st round of revisions
Camera-ready Draft SEIS for publication
Budget: $5,440
Task 2. Final SEIS
Objective: Respond to public and agency comments on the Draft SEIS,
changes to the proposal.
Comment letters will be reviewed and numbered, and issues will be categorized.
meet with the City to discuss the comments and potential responses with the City.
and address any
We would initially
The Final SEIS will respond to comments received on the Draft SEIS from agencies, tribes,
organizations and the public. Responses may take the form of a written answer to a specific
comment, a modification to the proposal, new or revised alternatives, providing additional information
or analysis, or describing why no response is necessary (WAC 197-11-560). Our budget assumes a
moderate number of comments (25) and that no new or additional substantive analysis will be
required. It is assumed that the City or its transportation consultant will respond to substantive
comments relating to transportation. Since it is impossible to predict the number or substance of
Weinman Consulting, LLC 1 Tukwila Urban Center Planned Action
Scope of Work
• •
comments in advance, a contingency amount will be set aside to cover the potential for additional
comments and responses (25 assumed for planning purposes).
The consultant will produce a draft for internal review and comment; our budget assumes one round
of internal review. We will then revise the document and prepare it for printing/publication.
Product: Draft FEIS for City review and comment.
Camera-ready Final SEIS
Budget: $3,740
Task 3. Planned Action Ordinance
Objective: Prepare a draft ordinance designating the TUC planned action and incorporating
legal requirements.
The consultant will prepare a draft ordinance consistent with the requirements of WAC197-11-168. In
general, the ordinance must describe:
(1) the types of projects designated as planned actions (i.e., in terms of use, amount,
configuration, location, etc.);
(2) a finding that environmental impacts of the planned action have been adequately
addressed in the EIS;
(3) a description of how the planned action satisfies the criteria in WAC 197-11-164 (i.e., a
GMA sub -area plan, located within an urban growth area, not an essential public facility,
and consistent with the Comprehensive Plan); and
(4) specific mitigation measures -- other than adopted development regulations — that will
apply to projects.
The ordinance (or the EIS) may limit the planned action to a specific time period.
For efficiency, the consultant will compile and use, as appropriate, some provisions from adopted
planned actions. (The consultant will provide several models for the City to review.) One round of
internal review of the draft ordinance is assumed. The City may wish to involve the City Attorney at
this point, or earlier.
The consultant will attend and provide support at the public hearing for the ordinance.
Product: Preliminary draft ordinance for City review.
Draft planned action ordinance for public review.
Budget: $2,040
Task 4. Planned Action Checklist
Objective: Develop a focused checklist that the City can use to make planned action
consistency determinations.
A draft planned action checklist — to replace the standard SEPA checklist -- was previously prepared
and submitted to the City for review; no comments have been provided at this point. The checklist is
intended to reorganize and focus the environmental information provided by the applicant so it is more
closely related to the decisions that must be made by staff in making its planned action determinations
(based on WAC 197-11-164 through 172). It will also be designed to enable staff to efficiently track
impacts and mitigation occurring within the TUC. Included in the budget is one additional meeting with
the City to discuss their preliminary comments. One additional round of review is also assumed, plus
Weinman Consulting, LLC 2 Tukwila Urban Center Planned Action
Scope of Work
• •
a response to DOE comments on the draft checklist (if it is submitted to DOE for approval per WAC
197-11-315 (2)).
Product: Planned Action consistency checklist.
Budget: $4,080
Weinman Consulting, LLC 3 Tukwila Urban Center Planned Action
Scope of Work
• •
Exhibit E-1
Consultant Fee Determination - Summary Sheet
(Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work)
Project: Tukwila Urban Center Plan Supplemental Environmental Impact Statement and Planned Action
Direct Salary Cost (DSC):
Classification Man Hours Rate = = Cost
Principal 112.0 X 75.00 $ 8,400.00
X
X
X
X
X
X
X
X
Total DSC = $ 8,400.00
Overhead (OH Cost -- including Salary Additives):
OH Rate x DSC of 111.39 % x $ 8,400.00 9,356.76
Fixed Fee (FF):
FF Rate x DSC of 15 % x $ 8,400.00 1,260.00
Reimbursables:
Itemized
Subconsultant Costs (See Exhibit G):
Grand Total
Prepared By:
G/Lwd a.4‘,1,r OA. cosi
DOT Form 140-089 EF Exhibit E-1
Revised 6/05
1,320.00
20,336.76
Date. 7Z -. /2, ZOO,
•
Exhibit F
Breakdown of Overhead Cost •
t lV nzrr c- mo /A A
r - 1
Account Title $ Beginning Total % of Direct Labor
Direct Labor
('10) L)
Overhead Expenses
FICA
7.21 SUt1
1 S
((Swv.a.ik kl•tA.. IM P SS S /3-T)
Unemployment
Health/Accident Insurance
1 `ceora
-5.Ce
Medical Aid & Industrial Insurance
HolidayNacation/Sick Leave
Commission/Bonus/Pension
Total Fringe Benefits
3S') cm
20. cei
General Overhead'
State B&O Taxes
2 SS -0
CS 6[.a
Insurance
310OZt
�
( 3/P t ODour)Printing,
1.74°
Administration & Time Not Assignable
Stationery & Supplies
Professional Services
l l0 TO
LS $Ss
Travel Not Assignable
Telephone & Telegraph Not Assignable
1 Oat)
. 544
Fees, Dues & Professional Meetings
2'0�
`. ri u, tTie4
Utilities & Maintenance
30o
. 1-14, (340
Professional Development
('oa�
trio
`SICag
Rent (� _.,i .X — I1,740 Qc-VtA-M sine)
11.Z..0
Equipment Support
Office, Miscellaneous & Postage
S ptho
2-94%,
Total General Overhead
IS(117:70
90 , -$
Total Overhead (General + Fringe)
(Scj) 270
11(. 3 G
Overhead Rate (Total Overhead / Direct Labor)
tl‘ , 35aZv
DOT Farm 140-089 EF Exhibit F
Revised 6/05
• •
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 Exhibit H
Revised 6/05
•
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 1
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 I
Revised 6/05
• •
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 first step that must be completed is
the request for consideration of the claim to the Agency's project manager.
The consultant's claim must outline the following:
• Summation of hours by classification for each firm that is included in the claim;
• Any correspondence that directed the consultant to perform the additional work;
• Timeframe of the additional work that was outside of the project scope;
• 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 6/05
If the Agency does *agree with the consultant's claim, proceedtstep 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 firm 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 claim(s); and
• Recommendations to resolve the claim.
Step 4 — Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency
Documentation
The Director of Pubic 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 Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their
final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted
claim(s) and rationale utilized for the decision.
Step 6 — Preparation of Supplement or New Agreement for the Consultant's Claim(s)
The agency shall write the supplement and/or new agreement and pay the consultant the amount of
the claim. Inform the consultant that the final payment for the agreement is subject to audit.
• •
Exhibit M -1(a)
Certification Of Consultant
Project No. TCSP (010)
Local Agency City of Tukwila
I hereby certify that I am Richard Weinman and duly authorized
representative of the firm of Weinman Consulting, LLC whose address is
9350 SE 68th Street, Mercer Island, WA 98046 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 for me or the above CONSULTANT) any fee, contribution, donation, or
consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT;
except as hereby expressly stated (if any);
I acknowledge that this certificate is to be available to the Washington State Department of
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.
l v j�//(�
bate
DOT Form 140-089 EF Exhibit M -1(a)
Revised 6/05
'---WCZt a^—i "CAA ---
Signature
• •
Exhibit M -1(b)
Certification Of Agency Official
I hereby certify that I am the AGENCY Official of the Local Agency of the City of Tukwila, WA
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 firm or person; or
(b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or
consideration of any kind; except as 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.
1 —zi --o&
Date
DOT Form 140-089 EF Exhibit M -1(b)
Revised 6/05
Ac /4/6 crer •/•k/G it/
• •
Exhibit M-2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters -Primary Covered Transactions
I. 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.
H. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): Weinman Consulting, LLC
7o
ate)
DOT Form 140-089 EF Exhibit M-2
Revised 6/05
(Signature) President or Authorized 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 Form -LLL, 'Disclosure Form to Report Lobbying," in accordance
with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who
fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and
not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that the language of this certification be included in all lower tier subcontracts which exceed
$100,000 and that all such subrecipients shall certify and disclose accordingly.
Consultant (Firm): Weinman Consulting, LLC
/0/0Z/70
(date)
DOT Form 140-089 EF Exhibit M-3
Revised 6/05
/04.4.4A ci (M p1A—
(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 TUC Plan Supplemental EIS *
are accurate, complete, and current as of 2PG , / 27 zo& **. 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.
Firm Weinman Consulting LLC
Name Richard Weiuman
Title
Date of Execution***
* 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
WI'aWashington State •
Department of Transportation
RECEIVED
OCT i 3 0 2001
COMMUNiTY
DEVELOPM T
ot, -107
Supplemental Agreement
pp g
Number
Organization and Address
Weinman Consulting LLC
9350 SE 68th Street
Mercer Island, WA 98046
Phone 206.295.0783
Original Agreement Number
LA 5377
Project Number
TCSP-TCSP (010)
Execution Date
Completion Date
12/31/2008
Project Title
Tukwila Urban Center Plan SEIS & PA Ordinance
New Maximum Amount Payable
$ 24,176.76
Description of Work
Complete the Draft and Final SEIS, Planned Action Checklist, and Planned Action Ordinance for the TUC Plan
The Local Agency of City of Tukwila, Washington
desires to supplement the agreement entered into with Weinman Consulting LLC
and executed on 12/22/2006 and identified as Agreement No
LA 5377
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 changes
11
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read. Completion date has been changed from 11/30/2007 to 12/31/2008
Section V, PAYMENT, shall be amended as follows.
No changes
111
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 Weinman Consulting LT,C
/[OLI Gt)ewiwr.cw,
Consultant Signature
DOT Form 140-063 EF
Revised 9/2005
By City of Tukwil., Washington
Approving Authority Signature
(9-4)
9Date
/'
Local Agency
Standard Consultant
Agreement
Consultant/Address/Telephone
Weinman Consulting LLC
9350 SE 68th Street
Mercer Island, WA 98046
206.295.0783
►_� Architectural/Engineering Agreement
❑ Personal Services Agreement
Agreement Number
LA 5377
Project Title And Work Description
Tukwila Urban Center Plan Supplemental
Environmental Impact Statement and Planned
Action Ordinance - complete the Draft and Final
SEIS, Planned Action Checklist, and Planned
Action Ordinance
Federal Aid Number
TCSP (010)
Agreement Type (Choose one)
❑ Lump Sum
Lump Sum Amount $
%
DBE Participation
0 Cost Plus Fixed Fee
Overhead Progress Payment Rate
III Yes No
Overhead Cost Method
%
Federal ID Number or Social Security Number
91-1393259
• Actual Cost
Do you require a 1099 for IRS?
Completion Date
November 30, 2007
• Actual Cost Not To Exceed
• Yes _4 No
Fixed Rate 111.39
%
Total Amount Authorized $
Management Reserve Fund $
Maximum Amount Payable $
20,336.76
Fixed Fee $ 1,260.00
❑ Specific Rates Of Pay
3,840.00
• Negotiated Hourly Rate
24,176.76
• Provisional Hourly Rate
❑ Cost Per Unit of Work
Index of Exhibits
Exhibit "A" - Scope of Work
Exhibit "B" - DBE Participation
Exhibit "C" - Electronic Exchange of Engineering and Other Data
Exhibit "D" - Payment (by Agreement Type)
Exhibit "E" - Consultant Fee Determination
Exhibit "F" - Breakdown of Overhead Cost
Exhibit "G" - Subcontract Work/Fee Determination
Exhibit "H" — Title VI Assurances
Exhibit "I" — Payment Upon Termination of Agreement
Exhibit "J" — Alleged Consultant Design Error Procedures
Exhibit "K" — Consultant Claim Procedures
Exhibit "L" — Liability Insurance Increase
Exhibit "M" — Certification Documents
THIS AGREEMENT, made and entered into this 22 day of December , 2006 ,
between the Local Agency of the City of Tukwila
and the above organization hereinafter called the "CONSULTANT".
DOT Form 140-089 EF Page 1 of 8
Revised 6/05
, Washington, hereinafter called the "AGENCY" ,
• •
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.
III General Requirements
All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive
advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be
coordinated 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 a 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, 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 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 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 fmal 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 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 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 fmal 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 Depaitnient 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 7of8
In witness whereof, the parties h o have executed this AGREEMENT as ot day and year shown in the
"Execution Date" box on page one (1) of this AGREEMENT
By G41 VPV‘41 By
Consultant Olet'/7 n 6`fs(,(/tiac Agency
DOT Form 140-089 EF
Revised 6/05
Page 8 of 8
s'ilvve,"1"".c.tAcA2LA_