Loading...
09-125.00 Taylor Engineering: Broadway Ave Fancher to ThiermanFormal Usk Assignment, Document. Tisk.Xmber C The geiierel provisions and clauses-of Agreement TAskAsiigiunent 09-030 shall be.in fiffl force and-effect for this J.;OCation of-Proj Broadway Avenue betwpenYanchbr Rd and Thictlin Rd, S -PO*qRe Valley, WA - ProjectTitle: OnCaU.-mytction and .ACRD dgsigaer. Majdmuin -Amount PayableTer task Assignmeiit.- $40,488.00 Completion Date: December 3,1,2600 Description of Work: ,' (Note: atta&m6tts - and :give brief description) Provide Inspection services-per attached April 8 2009' COSY Memo 7 7 A9e4cy Mw or Signature: .02 - Oc Date: Otal, A Vffiorizidon Date: Ste Letter Dated: Date: �cj`� ` Consultant Signature: Ageiicy'Approving Authority: ate: - 7 DOT ,= M� EF FQMIWT8ikAGSIgnMeTt' Cog - . (,2_G 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 ❑ Exhibit G -2 Fee -Sub Specific Rates ❑ Exhibit G -3 Sub Overhead Cost ® Exhibit H Title VI Assurances ® Exhibit I Payment Upon Termination of Agreement ❑ Exhibit J Alleged Consultant Design Error Procedure ® Exhibit K Consultant Claim Procedures ❑ Exhibit L Liability Insurance Increase ® Exhibit M -1 a Consultant Certification ® Exhibit M -lb Agency Official Certification ® Exhibit M -2 Certification - Primary ® Exhibit M -3 Lobbying Certification ® Exhibit M -4 Pricing Data Certification ® App. 31.910 Supplemental Signature Page THIS AGREEMENT, made and entered into this ' day of 2009 , between the Local Agency of City of Spokane Valley , Washingt n, hereinafter called the "AGENCS and the above organization hereinafter called the "CONSULTANT ". m s 0 E 0 c ti— M � M X N � M +' N 00 Q U Q) � o o � u to M 3 CL o 0 ++ u C f6 v -a E a, u o � N N F— s v 0 c c _ F0 0 a a� V) C) 0 �- 0 o � 3 v E > U v 0 o v c � O °J o Q � v E a u U O r v v O c 0 00 0 ui N 0 L, U N N U — O U 0 = U 0 co +� n. c U_ @ C v� COT Form, 140 EF Page 1 of 8 Revised 3/2008 FILE Dry Consultant/Address/Telephone Loc Agen Taylor Engineering, Inc. Standard Consultant W. 106MissionAve. Agreement S pokane, WA 99201 PH: (509) 328 -3371 FAX: (509) 328 -8224 • Architectural /Engineering Agreement • Personal Services Agreement . Agreement Number Project Title And Work Description 09 -030 On Call Inspection and ACAD designer Services Number Federal Aid N umbe per scope described in April 8, 2009 COSV scope STPUL (006) memo. Agreement Type (Choose one) ❑ Lump Sum Lump Sum Amount $ ❑ Cost Plus Fixed Fee Overhead Progress Payment Rate DBE Participation Overhead Cost Method ❑ Yes ® No % ❑ Actual Cost Federal ID Number or Social Security Number ❑ Actual Cost Not To Exceed % 7 3EDACTED ❑ Fixed Overhead Rate % Do you require a 1099 for IRS? Completion Date ® Yes El No December 31, 2009 Fixed Fee $ ® Specific Rates Of Pay Total Amount Authorized $ 89,016.00 ® Negotiated Hourly Rate Management Reserve Fund $ 8,902.00 ❑ Provisional Hourly Rate ❑ Cost Per Unit-of Work Maximum Amount Payable $ 97,918.00 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 ❑ Exhibit G -2 Fee -Sub Specific Rates ❑ Exhibit G -3 Sub Overhead Cost ® Exhibit H Title VI Assurances ® Exhibit I Payment Upon Termination of Agreement ❑ Exhibit J Alleged Consultant Design Error Procedure ® Exhibit K Consultant Claim Procedures ❑ Exhibit L Liability Insurance Increase ® Exhibit M -1 a Consultant Certification ® Exhibit M -lb Agency Official Certification ® Exhibit M -2 Certification - Primary ® Exhibit M -3 Lobbying Certification ® Exhibit M -4 Pricing Data Certification ® App. 31.910 Supplemental Signature Page THIS AGREEMENT, made and entered into this ' day of 2009 , between the Local Agency of City of Spokane Valley , Washingt n, hereinafter called the "AGENCS and the above organization hereinafter called the "CONSULTANT ". m s 0 E 0 c ti— M � M X N � M +' N 00 Q U Q) � o o � u to M 3 CL o 0 ++ u C f6 v -a E a, u o � N N F— s v 0 c c _ F0 0 a a� V) C) 0 �- 0 o � 3 v E > U v 0 o v c � O °J o Q � v E a u U O r v v O c 0 00 0 ui N 0 L, U N N U — O U 0 = U 0 co +� n. c U_ @ C v� COT Form, 140 EF Page 1 of 8 Revised 3/2008 FILE Dry WiTNESSETH THAT: WHEREAS, the AGENCY desires to accomplish the above referenced project, and the AGENCY does not have sufficient staff to meet the required commitment and the deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT, and 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 flimish 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 famish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere in ibis 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 AGREENIBNNT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals " 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 time 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 (ASE), 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 certifi cation mmmber 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 `IDBB 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&B materials, and other data fimmished to the CONSULTANT by the AGENCY shall be retied. 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 am 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 t �CQNS TA27. - r . Page 2 of 8 R t IV Time for Beginning and Completion The CONSULTANT shall not begin any work under flee terms of this AGREM4ENT until authorized in by the . AGENCY. ' All work under this AGRMONT shall be completed by the date shown in the he:adirtg of this AGRENVIENT under caorhpletion date. The established completion time shall not be extended because of any delays attnUtable 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 govemmmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental agmement issued by the AGENCY is required to extend the established compleflon time. . V Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AG as p;nvided in Rchibit "D" attached hereto, and by reference made part of dais AGREEMENT- Such payment shall be fall 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 AGREENfENT. The need for a post audit will be determined by the State Auditor, WSDOT Kemal 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 AGREMAENT. 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 Sited 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 thisAGREBAIENT. Wide respect to sub - consultant payment the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04250 and RCW 39.76.011. The CONSULTANT shall not sub- contract for the performance of any work under this AGREEMENT Without prior vm lttm permission of the AGENCY. No permission for sub- contractt 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 Pagiaeer 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 compaq or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission page, brokerage ft gifk or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of thins warrant, dine AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or ideaation or Otherwise recover the fall amount of such fees commission, percentage, brokerage feet gil% or contingent fee. Any and all employees of die CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMSIT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Worlmeds Compensation Act on behalf of said employees or other persons while so waged, and any and all claims made by a Page 3 of 8 third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or t,...a 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, wixout written consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract, the CONSULTANT, for itsel4 its assi pees, 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 2000d4a) 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 CPR 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' IT' attached hereto and by this reference made part of this AGREBIENT, and shall include the attached Exh iibit `U' is 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 'T' for the type of AG used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the Notice to Termivate. If the payment made to die 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 forpayment shall not apply. Page 4 of 8 In such an event; the amount to be paid shall be determined by the AGENCY with sider gi ven actual costs faired by the CONSULTANT in performfgg the work to the date of termination, Y required which was ctm* completed to date of whether that work is in a foram or a type which Is usable to the AGENCY at the time of temsination, the cost to the AGENCY of employing another farm to complete the work regaired 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 cimumastances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth above. If it is detemined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S fai t o perfam is without the CONSULTANT'S or it's employee's default or negligence, the tennination be dee sect for be a termination far the convenience of the AGENCY. In such an event, the CONSULT 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, teanination of the corporation, or disafHliatton of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under time 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 surrvivI 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 bAGEN CONSULTANT, or for' any type it may have against the CONSULTANT for any breach of this A Y ihilure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rig re und er t AG will not constitute waiver of entitlement to exercise those rights with respect to any rt omission by the CONSULTANT. X Changes of Work and revisions in the co The CONSULTANT shall make such changes work of this AO as necessary to correct errors appearing therein, when required to do so by the AGENM without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or pans 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 X Y. XI Disputes Any dispute concerning questions of fact in connection with the work not disp Dnct r f P Works AGENCY and the AGENCY shall be referred for detemnination to Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided, however, that Han admen is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo review. Ifthe parties to this AGREEMENT moatnally agree, disputes ' concerning alleged design errors wi l a be c &cted under the pmcedares found in EAM "J", and disputes concern ing claims will be conducted under the procedures found in Eklu'bit W. XII Venue, Applicable Law, and Personal Jurisdiction � � � to �� =Y right or In the event that either party deems it necessary to institute legal Pro obligation under this A the parties hereto agree that any such adion shall be initiated in the Superior court of the State of Wa&bgton, situated in the comity in which the AGENCY Is located. The parties hereto agree that all questions shall be resolved by application of Wa.Aington law and that the parties to such actio shall hav the right of appeal from such decisions of die Superior court in accordance with the laws of to o o fg W��srtaeted CONSULTANT hereby consents to the personal jurisdiction ofthe Superior court of the in the county in which tame 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 A DREEMENT. 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 oftihe AGENCY or the STATE, their agents, o and employees; and provided finther 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 snits based upon such negligence (2) the costs to the AGENCY or the STATE of defending such claims and snits 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 STAYS. 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 Camnpensadw Insurance and any Professional Liability Insurance secured by the CONSULTANT, the AGENCY will be,roned on all policies as an additional insured The CONSULTANT shall f mmish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY reserves the A& to require complete, certified copies of all required insurance policies at any time. All ice 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 AGREEVIENT 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 AGREENIEW or one million ($1,000,000) dollars, whichever is the greater, unless modified by Fxb t W. In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. Page 6ofa The AGENCY will pay no progress payments under Section V until the CONSULTANT has "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 ofthis AGREEMENT, or otherwise in law. XIV Extra Work A. The AGENCY may at any time, by written order, make ages widlin the general scope of the AGREENMNT in the services to be performed. B. If any such gage causes an increase or decrease in the estimated cost of, or the time requires for, paforma= of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any gym' teams and conditions of the AGREEMENT. the AGENCY shall make an equitable ad m1) mama im amount payable; (2) delivery or completion schedule, or both; and (3) other affected term and shall AGREEMIM accordingly. C. The CONSULTANT must submit any Wquest for equitable adjustment", hereafter referred to as "CLAWI, under this clause within thirty (30) days from the date of receipt of the written order. How ever, A GENCY off the that the facts justify it, die AGENCY may receive and act upon a CLAM sub before find p a y men t AGREEMENT. D. Failure to agree to any adjustment shell be a dispute under the Disputes clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. B. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this AGRE OW, 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 Staff Review The Federal Higluway Administration and the Washington State Department of Transportation shall have the riglrt 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 R,estMons of the Use of Federal Funds for Lobbying and Exhibit `TA4" Certificate of Cmrent Cost or Pricing Data. Md&* "M-3n is required only m AGREENUITS over $100,000 and Exhibit gww» is required only in AGREEMMNTS over $50000. Will Complete Agreement This doc®rent and refaced attachments contain all covenants, s 9 ob" In and provisions n agreed bor by h be parties. No agent; or ' e of either party has au ffimity to make, and parti liable four, any statement, representation, pie or agmement 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 AG . )UX Execution and Acceptance each of which shall be deemed to be an This A may be ��y in several counterparts, .. nd having identical legal effect The CONSULTANT does hereby ratify and adopt all statements, representadanSo warranties, covenants, and agreements contained in the proposal, and the suppmft material submitted by the CONSULTANT, and does hemby'accept the AGREEM4T and agrees to all of the terms and conditions thereof Page 7 of 8 ln witness whereof tne have -executed, this AGREEMENT as of the day iind'Yb., thownlmths nEkedUtion DaWboicon, page tne.(j)' AGREEMENT. By 0 By Consuft&d Agency Cit Spokane Valley DOT Fo=F Page a of a Exhibit A-1. o WO' S f k r P .09-030 t) Ntfil6hed By The Consultant , DOT, F6rm 140ai'EF E)MRA-1 ReMmd &W Exhibit A -2 Scope of Work (Task Order Agreement) Each item of work under thls AGREEWNT will be provided by task assignment. Each assignment will be individually negotiated with the CONSULTANT. The amount established for each assignment will be the maximum amount payable for that assignment unless modified in writing by the AGENCY. The AGENCY is not obligated to assign any specific number of tasks to the CONSULTANT, and the AGENCY'S and CONSULTANT'S obligations hereunder are limited to tasks assigned in writing. Task assists may include but are not limited to, the following types of work: A. Broadway / Fancher PCC Intersection Project Inspection services B. On -Call AutoCad Design Services and fill in inspection services C. Broadway Rehabilitation Project - Phase 2 Inspection services D. E. 19 Task assignments made by the AGENCY shall be issued in writing by a Formal Task Assignment Document similar in format to page 2 of this exhibit. An assignment shall become effective when a formal Task Assignment Document is signed by the CONSULTANT and the AGENCY, except that emergency actions requiring a 24 -hour or less response can be handled by an oral authorization. Such oral authorization shall be followed up with a Formal Task Assignment Document within four working days, and any billing rates agreed to orally (for individuals, subconsultants, or organizations whose rates were not previously established in the AGREENIEND shall be provisional and subject to final negotiation and acceptance by the AGENCY. DOT Form 1d M 9 EF EAW A-2 Formal T'askAssignmeint Document Ta&.Ntmaber A . clauses of ent 09 =030 shall be.in fall force and eMO for:ttus. The general.providon_ .s and Aim Task A*gn xn of-Pro'ect. 'Bro- ./ Fancher- PCC.Tntersection; S okane V Location alley, - _ j - Project Title: On:Call: _ wdon,and ACRD 'designerServices _ -- i� Ainovntipwable'Per'Task Assignment: $.40,488:00_ Completion Date: December 31 2069' - Description of-Work. (Note.attachinents and give brief description) Provlde'Inspection services,per attached April S, 2009 COSV Memo Date: D Agency Project ManW Signature: - - Oral A_ uth_ ofization_ Date: - See Letter Dated: • a r/�I Date: - Date: Agency APP�� g OOT Fad $ EF�Formal Task AUI9MMt Formal Task-Assignm0ft Document Task -Numbei B The g e n eW.,p r ovW-Ions and-clause&ofAgreement 09-030 shall be force a nd Offeeffor thb Task s --Ot Mcation of Pro ject: Spokane Valley, , Project Title: O Nfi)dn! dInd Amount Pity Per'TaakAssigrtment: _$16 Completion Date: December '31,2009 Description ofWork: (Note,attachmenta give-,brief description) . Provide -Auto C ad gervicesInd/br FiNArWpedtion services per attached.- -April ,8, 2009'COSV memo Agency,1N*je4MAnagerSjgnaturq_: Date: OratAuthorizati6n Date: '" See Letter bated: Date: Consultailt Si gdatuire: &Mw4 q�0 Agency Approving Authority:, Date: DOT- Form 14W Formal Tak Asegmmt wd Formal Task Assignmont Document T,&* N=ba 740 general,,pro and , cI=es'of-Ag=;nqnt 09-010 shall bein-fifi-fdrce,and, effect for tliis Task • LONtiOn of Project 'Brb e,-bctvqeqiFAhch0r Rd -ohdThipimn PA -Spokane Va11ey,, ACAID d6signejr--$txMi* On Call Inspectionand MiAMUM AM6jfnt Per :'T Ajo $40,488.'00 Completion Date: December 3l.2909 D (Notie-attachments ina.goiv'ahrief- Provide ,- COS - - Wemo, A-ncy.R-to a n W S4pature: ge _- JeOM . Date: %gee Letter Dated: Didw: y /q / v Consultant.SignAft: ''a Agency Approving Authority:. Ddb: DOT' 14O-W9 EF FOMIW TiSkASSipMeM �.Revised 6106 '- Exhibit D-3 Payment (Negotiated Hourly Rate) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGRMVENT as provided hereinafter. Such payment shell 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 49 CFR Fart 31. I. Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates shown in Exhibit "E" and `T" attached hereto and by this reference nude part of this AGREEMENT. The rates listed shall be applicable for the fit twelve (12) month period and shall be subject to negotiation for the following twelve (12) month perio d upon request of the CONSULTANT or the AGENCY. If negotiations are not conducted for the second or subsequent twelve (12) month periods within ninety (90) days after completion of the previous period, the rates listed in this AGREEMENT, or subsequent written on(s) from the AGENCY shall be uti ized. 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 AGREEMMqT. 2. Direct Non-Salary Costs: Direct Non- Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and sub - consultant costs. a. Air 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 sball be reimbursed in accordance with 48 CFRPart 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 i a.11 be supplied to the AGENCY upon request, d. All above charges must be necessary for the services provided ender this AGREEMIENT. 3. Management Reserve Fund: The AGENCY may desire to establish a 1Vianagement Reserve Fund to provsde the Agreement Adminbtrator with the flexibility to authorize additional funds to the AGRM4ENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGRMMDENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGMUDdENT. The amount included for the Nismagemea I Reserve Fund is shown m the heading of this AGREENWT. This fiord may not be replewshed. Any changes requhmg additional costs in excess of the Management Reserve Fund shall be made in accordance with Section W ` ra Work!' DOT Form 14MSO EF o-a Reou d ema 4. Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of . this AGREEINONNT The Maximum Total Amount Payable is cow ofthe Total Amount Authoflzed, and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV, `Extra Work.'$ No minimum amount payable is guaranteed under this AG .S. 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 'F, 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&B, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEME09. 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 S ny claims relating to the validity of a finding by the AGENCY of overpayment. The has twenty (20) days after receipt of the final POST AUDIT 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 Sues, 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 besting 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. DOCUMENTS EXEMPT FROM PUBLIC DISCLOSURE The page entitled " Exhibit E2 / Hourly Man -Hour Estimate contains confidential cost and rate data and is withheld from public disclosure pursuant to 23 USC 112(2)(F). Prenotification; confidentiality of data A recipient of funds requesting or using the cost and rate data shall notify any affected firm before such request or use. Such data shall be confidential and shall not be accessible or provided, in whole or in part, to another firm or to any government agency which is not part of the group of agencies sharing cost data under this paragraph, except by written permission of the audited firm. If prohibited by law, such cost and rate data shall not be disclosed under any circumstances. You may petition for a review of our findings pertaining to any redacted or withheld documents pursuant to Spokane Valley Municipal Code (SVMC) 2.75.080; and obtain judicial review pursuant to RCW 42.56.550. DOCUMENTS EXEMPT FROM PUBLIC DISCLOSURE The page entitled " Exhibit F / Breakdown of Overhead Cost contains confidential cost and rate data and is withheld from public disclosure pursuant to 23 USC 112(2)(F). Prenotification; confidentiality of data A recipient of funds requesting or using the cost and rate data shall notify any affected firm before such request or use. Such data shall be confidential and shall not be accessible or provided, in whole or in part, to another firm or to any government agency which is not part of the group of agencies sharing cost data under this paragraph, except by written permission of the audited firm. If prohibited by law, such cost and rate data shall not be disclosed under any circumstances. You may petition for a review of our findings pertaining to any redacted or withheld documents pursuant to Spokane Valley Municipal Code (SVMC) 2.75.080; and obtain judicial review pursuant to RCW 42.56.550. DOCUMENTS EXEMPT FROM PUBLIC DISCLOSURE The page entitled " Exhibit G -1 -A / Consultant Fee Determination — Summary Sheet contains confidential cost and rate data and is withheld from public disclosure pursuant to 23 USC 112(2)(F). Prenotification; confidentiality of data A recipient of funds requesting or using the cost and rate data shall notify any affected firm before such request or use. Such data shall be confidential and shall not be accessible or provided, in whole or in part, to another firm or to any government agency which is not part of the group of agencies sharing cost data under this paragraph, except by written permission of the audited firm. If prohibited by law, such cost and rate data shall not be disclosed under any circumstances. You may petition for a review of our findings pertaining to any redacted or withheld documents pursuant to Spokane Valley Municipal Code (SVMC) 2.75.080; and obtain judicial review pursuant to RCW 42.56.550. Exhibit H Tide VI Assurances During the performance of this A T, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall c omply 1 with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21 as th ey may be amended from time to time (hereinafter referred to as the "REOULA.TIONS'I, which are herein incorporated by reference and made apart ofthis AGREEMENT. 2. Non -dis on: The CONSULTANT, with. regard to the work performed during the �e election AG , shall not discriminate on the grounds of race, color, sex, or national origin The and retention of sub - consultants, including procurement of matenats and leases of equipm CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practice9 when the AGIR MENT covers a prognun set forth in Appendix B of the REGULATIONS. • Equipment 3. Solicitations for Sub - consultants, Including procurement of Materials and Equi In all solicitations m e n either by competitive bidding or negotiations made by the CONSULTANT for w ork each po t e ntial Pmerormed f sub - under wait- contract, including Procurement of materials or leases of equipment, P 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, co , 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 TATE or the Federal Highway lion (FHWA) to be pertinent to ascertain compliance with ANT is the REGUL or ders and i nstructions. Where any Information required of a CONSUL - -- exclusive ossession of "another who fails ur refuses toF fiunish this info on, the CONSUL -TANT' shall P so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. s. Sanctions for Non- compliance: In the event of the CONSULTANT'S non-compliance with the non - discrlmination provisions of this AGREEMENT, the AGENCY shall impose such A GREEMENT 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 AGREDMU until die CONSULTANT complies, and/or•, • Cancellation, termination, or suspension ofthe AGREEMENT, in whole or in part DOT Form 140-088 EF BM H ROVISM W08 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. Exhlbit I Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant (Refer to Agreement, Section Do Lump Sum Contracts A f nal paym ent shall be made to the CONSULTANT which when added to any payments previously made shall total the same pew of the Lump Sum Amount as the work comp leted at the time oftsrmination 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 "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 ofthis AGREEMENT. DOT Form 140089 EF EA(M I ReMssd 8106 Exhibit K Consultant Claim Proc ®dunes 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. Ifthe 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 ofthe 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 subjedt to audit. No further action in needed regardingthe claim procedures. DOT Form 140099 EF Ex?M K ReWsed eras 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 firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional world • 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 doestdoes 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 w hi c h may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project in federal participation, obtain concurrence from WSDOT Highways and Local Programs and F'HWA 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 claims) and rationale utilized for the decision. Step 6 — preparation of Supplement or New Agreement for the Consultant's Clamn(s) shall write the supplement and/or new and pay the consultant the amount of The agency payment for the agreement is subject to audit. the claim. Inform the consultant that the final agteem Exhibit M -1(a) Certification Of Consultant ProjectNo. 09-030 Local Agency I hereby certify that I am — 0 fo?z A W I and duly authorized representative of the firm of Taylor Engineering, Inc. whose address is and that neither I nor the above film 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 fur, 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 flmds, and is subject to applicable State and Federal laws, both criminal and civil. y /9 /oy Date A wwr S(gnature DOT Farm 140.089 EF EM WIN Revtwd US Exhibit M -1(b) Cergflcadon Of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of City of Spokane Valley , Washington, and that the consulting firm or its representative has not been required, directly or ' as an express or implied condition in connection with obtaining or carrying out this AGREEMHNT to: (a) Employ or retain, or agree to employ to retain, any fm or person; or (b) Pay, or agree to pay, to any Sim, 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 Adminisiration, U.S. Department of Transportation, in connection with this AGREEMMqT involving participation of Federal aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. DOT Fwm 1d4a8 EF WMM•1(b) Exhibit M -2 Certificatlon 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 c . v . 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 (n (B). of this certification; and - D. Have not within a three (3) year period preceding this application/proposal had one or more publio 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): Taylor Engineering, Inc. H/9/09 paw) (Signature) President or Authorized Official of Consultant DOT FoR 8 40.0 EF BM M-2 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 belie$ 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 acvwmxUng 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 fiords 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 p erson who fails to file the required certification shall be subject to a civil penalty 06 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): Taylor &igineering, Inc. ql*?I&q (DOW) Oad AW10ow (Signature) President orAuthorbod Official of Consultant DOT Fo b EF BM M-3 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 I SAM of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4) sabmitbed, either actually or by specific identa cation in writing, to the contracting officer or to the contracting officer's representative in support of are accurate, complete, and current as of 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 Taylor Engineering, Inc. Name leoft xMwo/I WO-W, /4x*W Title Ago o.' Date ofExecution * *$ $ 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 data when the price negotiations were concluded and the contract price was agreed to. * *. This certification includes DOT Form 140 -089 EF EAM M-4 Revised ON Supplemental Signature c Tqyj6t Page for W....106 Mission Standard C onsultant Spokane WA 99101 A O ment 9 Agitehient-NUMber, Project Tftle And WdrWesmiption 09-030' On CaU Inspectiomand ACAD desigm Services ,Federal Ald ST?UL -5046 (006). - per scope described in April .8.,:2009 COW scope memo: Local cy - City of Spok4me"Valley Z 4 An THIS AGREEMENT, rikqde and, entered No this day of 2009 local.Agency;of Washington' called'the between the — C. Ci .of SO Valle - 9, ' 'OEN r. A CY" apdffibabove brgafilzbtlon hemalhafter,called,the TONSULT AN � In' witriess'Whereof hereto Ijave.eketuted this'AqREEMENT as vf the day and year first abbVe written. CONSULTANT LOCAL IGENaY By Agency., City of Spokane Valley C onsuita %a f e.. By. Coniultent By Agency By Agency BY Agenc DOT'Fan�,i4O49�EF'Appendtksi.oio is RrAsed BIDS On Call Inspection and ACAD Designer Services Scope Memo -April 8, 2009 Task A Broadway/ Fancher PCC Intersection Inspection Scope of Work A. Inspection Pre ara 'on Preconstruction Meeting Inspector shall attend preconstruction meeting. Project Setup and Review The inspector shall review the project plans and specifications and familiarize himself with the project. A document filing system will be set up. . Daily Inspection Work The Inspector will act as the Engineer's observer of work in accordance with (SS) 1 -05.2. He will complete the following tasks, and any other tasks requested by the Engineer. Contract Documentation & Administration The Inspector will familiarize himself with the Construction Manual; close attention should be paid to Chapters 1 and 10. These chapters lay the groundwork for contract administration and documentation for federally funded projects. The Inspector will familiarize himself with Chapters 52 & 53 of the LAG Manual. The City will provide a filing system. Preconstruction Meeting The Inspector will attend the Preconstruction Mtg at 10:00 Am, Tuesday, April 14th at Spokane Valley City Hall, Room 304. Daily Report The project inspector will keep a daily diary per the Construction Manual, and fill it out for each working day. He shall prepare and fax an Inspector Daily Report to the City Public Works Department for Engineer Review by 8:00 am the following day. Materials The City will review and approve submittals and create a field Submittal Book. The City will provide the Inspector with a hard copy of the ROM for his use. The Inspector will check all materials incorporated into the project for conformance to the Specifications, the requirements of the submittal (QPLs and ROM). The City Documentation Engineer will update the ROM. Tickets The Inspector will collect all weight tickets and compile in an excel spreadsheet all ticket daily totals. CSTC, Concrete, Asphalt are typical materials tracked by tickets. Pay Notes Pay Notes shall be completed by Monday morning of the next week. Progress Payments The City will provide a Pay Estimate Application spreadsheet listing each bid item and quantity. The Inspector will review each bid item quantity with On-Call Inspector Scope of work the Contractor's Superintendent and submit to the engineer a Pay Estimate that the Superintendent has reviewed. Materials Testing The Inspector will coordinate with the Contractor and schedule the City's Consultant for Material Testing. Traffic Control (Const. Manual (CM) 1 -2.3, Standard Specs. (SS) 1 -10.2) Inspector will review temporary traffic control installations for conformity with the plans and specifications and coordinate with the Contractor to develop alternative plans. Erosion Control & Water Pollution Control (CM 8 -1.1, SS 8 -01) Inspector will review erosion control measures for conformity with the plans and specifications. Spill Prevention Control and Counter Measures Plan (SPCC) (CM 1 -2.2J (1), SS 1- 07.15(1) Inspector will check that the SPCC materials are on site. Change Orders (CM 1 -2.4C, SS 1 -04.4, Local Agency Guidelines (LAG) 52.5) The Inspector will identify Change Order situations and work with the Engineer to develop solutions to the problem. This may include taking field measurements, drawing field sketches, calculating quantities or working with property owners or representatives of utilities or other Local Agencies. Force Accouit Work (CM 1 -2.41), SS 1 -09.6) The Inspector will identify all equipment, personnel and materials used in Force Account work. He will log all equipment, personnel hours and insure each force account sheet is signed by the contractor and project inspector. Employee Interviews (CM 1-2.6C (3), SS 1 -07.9) The Inspector will conduct employee interviews for the prime and all subs working on a day. The day will be determined by the Engineer and the forms will be supplied by the City. C. Proiec Closeout Closeout Document Review Perform in -house document review. Coordinate project finalization with City and submit final document package. D. Extra Services Supplemental Inspection Supplemental inspection will be performed by the inspector if contract days are extended for unforeseen reasons. We have anticipated an extra week for this. Record Drawings On-Call hMccw.L Scope of Work Provide drafting service to complete record drawings based on inspector mark-ups. T B On AutoCad Dcailm Services d MI -in inspection work A. AutoC d Designer The designer shall be proficient in the use ofAutocad 3D software and have a nunin�urn of five years of civil road design experience. The designer shall create drawings in accordance with CCSV standards or per City direction. B. FM -in Ins "on Wor The Inspector will act as the Engineer's observer of work in accordance with (SS) 1 -05.2. He will complete the following tasks, and any other tasks requested by the Engineer. Contract Documentation & Administration The Inspector will familiairize himself with the Construction Manual; close attention should be paid to Chapters 1 and 10. These chapters lay the groundwork for contract administration and documentation for federally funded projects. The Inspector will familiarize himself with Chapters 52 & 53 of the LAG Manual. The City will provide a filing system. Daily Report The project inspector will keep a daily diary per the Construction Manual, and fill it out for each working day. He shall prepare and fax an Inspector Daily Report to the City Public Works Department for Engin Review by 8.00 am the following day. Materials The City will review and approve submittals and create afield Submittal Book. The City will provide the Inspector with a hard copy of the ROM for his use. The Inspector will check all materials incorporated into the project for conformance to the Specifications, the requirements of the submittal (QPLs and ROND. The City Documentation Engineer will update the ROM. Tickets The inspector will collect all weight tickets and compile in an excel spreadsheet all ticket daily totals. CSTC, Concrete, Asphalt are typical materials tracked by tickets. Pay Notes Pay Notes shall be completed by Monday morning of the next week. Materials Testing The Inspector will coordinate with the Contractor and schedule the City's Consultant for Material Testing. On -Call Inspector Scope of Work ' Traffic Control (Const. Manual (CM) 1 -2.3, Standard Specs. (SS) 1 -10.2) Inspector will review temporary traffic control installations for conformity with the plans and specifications and coordinate with the Contractor to develop alternative plans. Erosion Control & Water Pollution Control (CM 8 -1.1, SS 8-01) Inspector will review erosion control measures for conformity with the plans and specifications. Spill Prevention Control and Counter Measures Plan (SPCC) (CM 1- 2.21(1), SS 1- 07.15(1) Inspector will check that the SPCC materials are on site. Change Orders (CM 1 -2.4C, SS 1 -04.4, Local Agency Guidelines (LAG) 52.5) The Inspector will identify Change Order situations and work with the Engineer to develop solutions to the problem. This may include taking field measurements, drawing field sketches, calculating quantities or working with property owners or representatives of utilities or other Local Agencies. Force Account Work (CM 1-2.4D. SS 1 -09.6) The Inspector will identify all equipment, personnel and materials used in Force Account work. He will log all equipment, personnel hours and insure each force account sheet is signed by the contractor and project inspector. Task C Broadway Rehabilitation Project --Phase 2 Inspection_Scoue of Work A. Insnection Prenaration Preconstruction Meeting Inspector shall attend preconst7rucdon meeting. Project Setup and Review The inspector shall review the project plans and specifications and familiarize himself with the project. A document filing system will be set up. . DR& Inspection Work The Inspector will act as the Engineer's observer of work in accordance with (SS) 1 -05.2. He will complete the following tasks, and any other to requested by the Engineer. Contract Documentation & Administration The Inspector will familiarize himself with the Construction Manual; close attention should be paid to Chapters 1 and 10. These chapters lay the groundwork for contract administration and documentation for federally funded projects. The Inspector will far ' ' himself with Chapters 52 & 53 of the LAO Manual. The City will provide a filing system On -Call Tnspe, scope of r ork Preconstrnction Meeting The Inspector will attend the Preconstruction Mtg at 10:00 Ara, Tuesday, April 14th at Spokane Valley City Hall, Room 304. Daily Report The project inspector will keep a daily diary per the Construction Manual, and fill it out for each working day. He shall prepare and fax an Inspector Daily Report to the City Public Works Department for Engineer Review by 8:00 am the following day. Materials The City will review and approve submittals and create a field Submittal Boole. The City will provide the Inspector with a bard copy of the ROM for his use. The Inspector will check all materials incorporated into the project for conformance to the Specifications, the requirements of the submittal (QPLs and ROAD. The City Documentation Engineer will update the ROM. Tickets The Inspector will collect all weight tickets and compile in an excel spreadsheet all ticket daily totals. CSTC, Concrete, Asphalt are typical. materials tracked by tickets. Pay Notes Pay Notes shall be completed by Monday morning of the next week. Pfogress Payments The City gill provide a Pay Estimate Application spreadsheet listing each bid item and quantity. 'The Inspector will review each bid item quantity with the Contractor's Superintendent and submit to the engineer a Pay Estimate that the Superintendent has reviewed. Materials Testing The Inspector will coordinate with the Contractor and schedule the City's Consultant for Material Testing. Traffic Control (Const. ]Manual (CM) I -2.3, Standard Specs. (SS) 1 -10.2) Inspector will review temporary traffic control installations for conformity with the plans and specifications and coordinate with the Contractor to develop alternative pleas. Erosion Control & Water Pollution Control (CM 5 -1.1, SS 5 -01) Inspector will review erosion control measures for conformity with the plans and specifications. SpM Prevention Control and Counter Measures Plan (SPCA (CM 1 -2.2J (1), SS 1 -0 7.15(1) Inspector will check that the SPCC materials are on site. Change Order$ (CM 1 -2.4C, SS 1 -04.4, Local Agency Guidelines (LAC) 52.5) The Inspector will identify Change Order situations and work with the Engineer to develop solutions to the problem. This may include taking field measurements, drawing field sketches, calculating quantities or working with property owners or representatives of utilities or other Local Agencies. • V On-W Inspu. wr Scope of W ork 6 Force Account Work (CM 1 -2.4D, SS 1 -09.6) The Inspector will identify all equipment, personnel and materials used in Force Account work. He will log all equipment, personnel hours and insure each force account sheet is signed by the contractor and project inspector. Employee Interviews (CM 1 -2.6C (3), SS 1 -07.9) The Inspector will conduct employee interviews for the prime and all subs working on a day. The day will be determined by the Engineer and the forms will be supplied by the City. C, P roiect Closeout Closeout Document Review Perform in -house document review. Coordinate project finalization with City and submit final document package. D. Extra Services Supplemental Inspection Supplemental inspection will be performed by the inspector if contract days are extended for unforeseen reasons. We have anticipated an extra week for this. Record Drawings Provide drafting service to complete record drawings based on inspector mark-ups. i ClUentft 335033. TAYLOENG O Dv, CERTIFICATE OF LIABILITY INSURANCE -• o�0�a` e - TION K[bble & PmnU •a USI Co. O pi�t OONF N� �� aD>1 P.O. Box 870 A[.TFR'[IiE C I I Ml:t 91 A M. SeMe, WA 0 8111 206441-6300 INME _AFFORD ¢GVWAM "IC s a KIM& TrIp r Comm of CT T11oriingglneering, lnm _ 99M - - 108 W M(sslq t Avphue a Hildsph tiw irance Cotli !!LV 64 Spokatt% WA 99201 � iUdH CVMMWE U QCWA 199T- M=-4x , ;'& tgo :* i * - _ . "d AM A ,�urb�ta�cfaLtiAEfrLrtY BQB264L171 ' • myMTo �u.+ov�,mALmca HiR�D'AttT03 GARAGE #MAuto H t Lu► eum CUP8452=5 11 OCCUR L j QAlW yWgE IOEMJCftW 0009 Di"10 s11000,000 R s l4w 8 Y +EAA • D�1�1' 1 /89 02"10 Xca� Ica • ' • OOQ D , • ., 000 - YVV S ;v UM A w p q H o �v r, OZ 1241R9 02124110 X (VITA Shop Gap) C Professional MET12820$ f?�4►01 Uabplty f OSttlaN py�Ng 1 bCAt�OD181 YEifiLL�S f EXau901Ue Ab$Et� BY �JtIIaR1fY SPE Cityi+f SpOk0n9 Valley is named as an AtltlltloWd Insurao gh the Ge - UgbW poliq With r"peds to wgkk being peftrn ed by t11e NMed city of Spokane Vaney 117 E empe.Ave, Spokane, WA 0008 001104 W r AIS3377065/MM3609 �.�.. � . • �+afn o ?L m s :$2,009,000 per 0181m 02,000,000 annl aggr. o4is.nm *L.VAL -AS- oAYa None; ?0118 gom=ATH Omm 444 to The NXTJi) a ACOR,o OgPORA ON 4988 l/ IMPORTANT If the osrt(Imte hoiderfs an ADDITION& INSURED, the pogcyoes) must be endorsed. A statement on his Aerdlicate does not confer Ogffs to the holder In lieu of such endorsemsnt(sy H SUBROGATION IS 1NAN90, sdbject to ft term and conditions of the policy, oertaln palicdOO mey regwm an endorserwt. A staWment on this ceffeale does not confer rights to the CertificatQ holder In Reis et b9ch ehdOrsbmetl(K DISCLAIMER Tha jpgt frcs3te of It(suTftce on *d mvome We of Ole fprm doss Pot coctstiW a Wftct -betWeep the Is$ulltg Induter(s), authortt d r$pMse eLWe or pradutw, 4nd the c Wffcate holder, not dbes ft A matly* dt ne$ativv� emeM, o*end gr eIW the gMregb aY the pogcfe$ listed ismon. A0RD IM P001104) 2 of 2 X5.4377669 M 333609