Loading...
HomeMy WebLinkAboutTrans 2013-09-24 Item 2A - Agreement - Boeing Access Road with Jacobs EngineeringTO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director BY: Grant Griffin, Senior Program Manager DATE: September 20, 2013 SUBJECT: Boeing Access Rd over BNRR Bridge Rehabilitation Project No. 99410408 Consultant Selection and Agreement ISSUE Execute a contract with Jacobs Engineering Group, Inc. to provide design services for the Boeing Access Rd over BNRR Bridge Rehabilitation project. BACKGROUND In November 2012, the City received Federal Local Bridge Program funding for the Boeing Access Rd over BNRR Bridge Rehabilitation Project. The grant funds were awarded for the rehabilitation of the existing Boeing Access Rd bridge by removing all deficiencies whereby extending its service life and improving bridge safety. The City advertised Request for Qualifications (RFQ) in the Seattle Times and the Daily Journal of Commerce on July 22 and 29, 2013 for a design consultant for the Boeing Access Rd Bridge Project. The RFQ submittals were due on August 12, 2013. Six consulting engineering firms submitted Statements of Qualifications (SOQ) for City review. The City's Selection Advisory Committee (SAC) reviewed the SOQ submittals and selected three consultants for interviews. Results of the interviews are included in the attached Scoring and Selection Matrix. The Jacobs Engineering Group, Inc. was selected to provide engineering design services for the Boeing Access Rd Bridge Project. DISCUSSION Jacobs Engineering Group, Inc. has provided a contract, scope of work, and fee estimate to design of the Boeing Access Rd over BNRR Bridge Rehabilitation project and advertise for construction bids (see attached contract). FINANCIAL IMPACT Jacobs Engineering Design Contract Contract Budget $1,017,772.00 $ 1,353,000.00 RECOMMENDATION Council is being asked to approve the contract with Jacobs Engineering Group, Inc. in the amount of $1,017,772.00 to provide design engineering services for the Boeing Access Rd over BNRR Bridge Rehabilitation project and consider this item on the Consent Agenda at the October 7, 2013 Regular Meeting. Attachments: Vicinity Map Scoring and Selection Matrix Page 11, Adopted 2013 CIP Contract, Scope of Work and Fee Estimate W:IPW EngIPROJECTSIA- RW 8 RS ProjectslBAR Bridge Rehab (99410408)IPEITransportabon Committeel(1)BAR Jacobs Into Memo Consult Select & Contractdocx 1 Seattle Central Seam y Rual Park Mt Baker 0 Bellevue Ke:lamey Glen Park De'ridge Mercer West Playheld Island Seatee 1 Greater cokmers eke D+.wami sh HO Pent Geergeta n VNtlle Alba Center 3 I/egtM19 Eo Munro Seahurst Per • Burlen Ranier Valley "Kubota Gorden o Telexes n �a Gene Coulon Memorial Peach Park t Project Site 5 Boeing Access Road Bridge Tukwila, WA Vicinity Map Interstate 5 Renton Namendy SeaTec Park Airport Way S N BNSF Railway Data SIO, NOAA, U S. Navy, NGA.. GEECO ■■; 2013 Gaog le Googl N Boeing Access Road over BNRR Rehabilitation Interview Worksheet Consultant Scoring and Selection Matrix September 10, 2013 High Score = Successful Consultant Tukwila Project No. 99410408 Criteria Possible Points Consultant Tischmak Anderson Griffin 1. Firm's Structure, Qualifications and Experience: 0 -40 DEA 35 37 38 Experience with similar projects, Experience with environmental planning and permitting process, Understanding of project, Approach to project, Familiarity with LAG Manual and Federal Aid/WSDOT KPFF Jacobs 37 40 35 38 35 40 Standards and requirements, Past performances and references 2. Project Manager and Personnel Qualifications and 0 -30 DEA 27 27 28 Experience: Key personnel and resume including project manager and sub - consultants KPFF 25 27 28 Jacobs 30 28 30 3. Team Availability & Anticipated Schedule: Ability to meet schedules 0 -20 DEA 20 18 20 KPFF 20 18 20 Jacobs 20 19 20 4. Presentation 0 -10 DEA 8 9 7 KPFF 7 8 8 Jacobs 10 10 10 Points 100 DEA 90 91 93 KPFF 89 88 91 Jacobs 100 95 100 High Score = Successful Consultant Tukwila Project No. 99410408 Local Agency Standard Consultant Agreement Consultant/Address /Telephone Jacobs Engineering Group, Inc. 600 - 108th Avenue NE, Suite 700 Bellevue, WA 98004 e Architectural /Engineering Agreement ►i4 Personal Services Agreement Agreement Number Federal Aid Number BHM - 1380(003) Project Title And Work Description Boeing Access Road Over BNRR Bridge Rehabilitation Agreement Type (Choose one) ❑ Lump Sum Lump Sum Amount $ % % % e Cost Plus Fixed Fee Overhead Progress Payment Rate 118.43 Overhead Cost Method DBE Participation Yes ►�� No ►l. Actual Cost ❑ Actual Cost Not To Exceed ❑ Fixed Overhead Rate Fixed Fee $ Federal ID Number or Social Security Number 95- 4081636 Do you require a 1099 for IRS? Completion Date December 30, 2014 ❑ Yes No ❑ Specific Rates Of Pay 0 Negotiated Hourly Rate Total Amount Authorized $ Management Reserve Fund $ Maximum Amount Payable $ 1,017,722.00 ❑ Provisional Hourly Rate ❑ Cost Per Unit of Work 1,017,722.00 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 THIS AGREEMENT, made and entered into this between the Local Agency of City of Tukwila ❑ 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 Procedures ® Exhibit K Consultant Claim Procedures ❑ Exhibit L Liability Insurance Increase ® Exhibit M -la 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 day of September , 2013 and the above organization hereinafter called the "CONSULTANT ". DOT Form 140 -089 EF Revised 3/2008 Page 1 of 8 , Washington, hereinafter called the "AGENCY" , 4 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: 1 General Description of Work The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. 11 Scope of Work The Scope of Work and 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. 111 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 5 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 AG ENCY. 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 3 I. 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 3of8 6 third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Department of Transportation, 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 7 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 final and binding on the parties of this AGREEMENT; provided, however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J ", and disputes concerning claims will be conducted under the procedures found in Exhibit "K ". XII Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located. Page 5 of 8 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 (I) 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 9 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 (I) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment ", hereafter referred to as "CLAIM ", under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII Certification of the Consultant and the Agency Attached hereto as Exhibit "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "M -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M -4" Certificate of Current Cost or Pricing Data. Exhibit "M -3" is required only in AGREEMENTS over $100,000 and Exhibit "M -4" is required only in AGREEMENTS over $500,000. XVIII Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT. XIX Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. Page 7 of 8 10 In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. By By Consultant Jacobs Engineering Group, Inc. DOT Form 140 -089 EF Revised 3/2008 Agency City of Tukwila Page 8 of 8 11 EXHIBIT A -1 SCOPE OF WORK City of Tukwila JACOBS S. BOEING ACCESS ROAD BRIDGE REHABILITATION PROJECT Project Objective and Project Description This project will provide preliminary and final design engineering services to the City of Tukwila (CITY) for the rehabilitation of the South Boeing Access Road Bridge over BNSF /UPRR railroads, an important connection between 1 -5 and East Marginal Way South in the north end of City. The Boeing Access Road Bridge, originally constructed in 1944 and widened in 1965, is a five span bridge, three steel girder spans and two concrete T -beam spans, supported on concrete piers founded on H -pile foundation. The bridge accommodates approximately 40,000 vehicles per day, with truck volumes accounting for roughly 10% of traffic. It is therefore essential that the bridge be brought to current seismic and safety standards in order to protect public safety. The project will be accomplished in the following three phases: Phase 1— Bridge Rehabilitation Alternatives Evaluation Phase 1 of the project is to assess bridge conditions and identify its deficiencies by conducting an in -depth bridge inspection. Seismic analysis will also be performed to identify seismic vulnerability of the bridge under current AASHTO design level earthquake (1,000 -year return period). The findings and recommendations, along with associated costs, will be summarized in a Design Report. Phase 2 — Final Design (PS &E) Upon approval of the Design Report (Technical Memorandum) by the CITY, the final construction documents (PS &E) will be prepared for the retrofit measures recommended and selected in Phase 1. We will perform the final design and prepare the final construction PS &E documents in this phase in accordance with the City and WSDOT standards. Phase 3 — Construction Support Upon completion of Phase 2, the CONSULTANT will assist the CITY with review of Contractor submittals, shop drawings, evaluation of change proposals, and responding to questions from the CITY and Contractor. The detailed level of effort will be negotiated at the end of Phase 2. Project Criteria The seismic analysis, reports, and the final PS &E documents will be developed in accordance with the latest edition and amendments of the following documents: South Boeing Access Road Bridge Rehabilitation Project 1 12 JACOBS Scope of Work (Continued) • FHWA "Seismic Retrofitting Manual for Highway Structures: Part 1— Bridges" • AASHTO LRFD Bridge Design Specifications, 6th Edition, 2012 • AASHTO Guide Specifications for LRFD Seismic Bridge Design, 2nd Ed., 2011 with 2012 Interim • WSDOT Bridge Design Manual — LRFD. • WSDOT Geotechnical Design Manual • WSDOT Standard Specifications for Road, Bridge, and Municipal Construction (M41 -10) • WSDOT Standard Plans for Road, Bridge, and Municipal Construction (M21 -01) • WSDOT Local Agency Guidelines Manual • AISC Steel Construction Manual, Thirteenth Edition (LRFD) • City of Tukwila Design Standards Items and Services to Be Furnished by the City The CITY will provide the following items and services to the CONSULTANT that will facilitate the engineering design and preparation of the construction documents for work within the limits of the project. • Available as -built drawings and information on other projects in the immediate vicinity, if applicable. • Rights -of -entry upon all lands necessary for the performance of the work, including official notices to property owners and agencies. • Timely reviews of Jacobs submittals at the mutually agreed upon times set forth in the project schedule and the consolidation of all review comments by others onto one review set. • Compilation, reproduction, and distribution of Bid Documents to potential bidders and interested parties. Project Schedule The preliminary project schedule will be developed upon notice to proceed for the project and updated as changes occur. The anticipated major milestone dates are: Milestone Consultant Notice to Proceed In -depth Bridge Inspection Rehab Alternative Study Start Phase 2 — PS &E Documents 30% Design Plans Completion NEPA Documentation Completed 60% Design Plans Completion 90% PS &E Completion Pre -Ad PS &E Completion September 25, 2013 November 15, 2013 February 21, 2014 February 24, 2014 April 4, 2014 June 16 2014 June 16, 2014 August 15, 2014 September 17, 2014 South Boeing Access Road Bridge Rehabilitation Project 2 13 JACOBS Scope of Work (Continued) GENERAL WORK TASKS 1.0 Project Management The CONSULTANT will provide continuous project management and administration of services under this agreement. The CONSULTANT will provide direction and review the work of the staff and sub - consultants during the course of the project. This work element includes preparing monthly progress reports, including the status of individual work elements, number of meetings attended, outstanding information required and work items planned for the following month. The CONSULTANT will manage the schedule, scope, budget, and quality over the term of the Agreement. Current design budget status, as well as projections, will be developed. Periodic monitoring of the CONSULTANT'S design budget will occur over the course of the project. This work element is intended to help monitor costs and budgets, and to propose corrective actions. This may include formal scope and /or budget modifications if mutually agreed. The CONSULTANT's Project Manager will maintain communication with the CITY's Project Manager and the CONSULTANT's Project Team via informal meetings, telephone discussions, electronic mail and other means necessary. SharePoint will be used to share documents and submittals. 1.1 Project Kick -off and Coordination The CONSULTANT will coordinate execution of the project and meet periodically with the CITY Project Manager and staff. Some of the tasks include: • Conducting a kickoff meeting at the beginning of the project. • Developing the project schedule and updating it as changes occur. • Meeting with the CITY Project Manager and /or staff periodically, including design review coordination at each submittal, including the rehabilitation alternatives report, and 30, 60, and 90% of the final design. 1.2 Subconsultant Coordination The CONSULTANT will provide direction of the SUBCONSULTANT and review of their work over the course of the project. Monthly monitoring of the SUBCONSULTANT's design budget will occur over the course of the project. Current status, as well as projections, will be developed. This work element is intended to help monitor costs and budgets, and to propose corrective actions. This may include formal scope and /or budget modifications if mutually agreed. 1.3 Project Monitoring and Reporting The CONSULTANT's project manager will provide direction to the project team, including subconsultants, and conduct project coordination meetings with appropriate task leaders. The project manager will monitor the project planned budget versus actual progress and take corrective South Boeing Access Road Bridge Rehabilitation Project 3 14 JACOBS Scope of Work (Continued) actions if necessary. Jacobs will prepare and submit monthly invoices and a brief progress report to reflect progress over the last billing period and anticipated activities over the next billing period. 1.4 Quality Control /Quality Assurance Review This work element is for QC /QA review of deliverables by a designated QC /QA staff member of the CONSULTANT team. The review will cover documents; reports; plans, specifications, and cost estimates; and pertinent information on an ongoing basis. The program entails the periodic review of study criteria, design, and assumptions, as well as concepts and presentation of product format; and assures that the overall project objectives are being fulfilled. The following levels of structural review will be performed for the seismic analysis and design: • Bridge Assessment & Rehabilitation Evaluation Check — The checker verifies the inspection details, rehabilitation alternatives and recommendations. • Structural Design Check — The design checker verifies the correctness of the analysis input and design calculations. • Plans Check — The checker performs the plan check for the geometry, dimensions, and final quantities. • Constructability Check —The design team performs a review of the plans. Assumptions: • The CONSULTANT'S Project Manager and /or project engineer will meet (face-to-face) with the CITY Project Manager on a monthly basis. • Internal project team coordination meetings will be held on a monthly basis during project duration. Deliverables: • Monthly Invoices and Progress Reports • Project Schedule (as updated) • Meeting Minutes PHASE 1— BRIDGE REHABILITATION ALTERNATIVES EVALUATION 2.0 Bridge Deficiency Assessment Initially, the CONSULTANT will gather information pertinent to the project, including as -built drawings, bridge inspection reports, maintenance records, load rating, and utilities on the bridge. In order to assess the bridge deficiencies, the CONSULTANT will provide an in -depth inspection of the bridge early in the design phase. The inspection needs to be closely coordinated with BNSF and UPRR for flagging and temporary right -of -entry purposes. This in -depth inspection will identify all of South Boeing Access Road Bridge Rehabilitation Project 4 15 JACOBS Scope of Work (Continued) the deficiencies that are readily accessible and observable, and will provide an assessment of the bridge condition. Assumptions: • The CITY will provide the existing information on the project as available from the record, including from the City, WSDOT H &LP, and King County. • The City will provide Traffic Control Deliverables • Structural Assessment Report ■ Photos of the bridge and site conditions 3.0 Survey and Mapping (1 Alliance Goematics) 3.1 Survey Project Management, QA /QC, and Administrative This task involves the overall survey project management, quality management, and administrative duties necessary for a successful project. Sub tasks include: a. Project kick -off meeting b. Communication and coordination c. Supervision and QA /QC d. Billing and Progress Reporting 3.2 Geodetic Survey Control (Datum and Coordinate System) This task involves the necessary research of datum and coordinate system, location of current monuments, and the field and office effort required to establish a survey -grade control network from which to perform the field surveying and mapping. Sub tasks include: a. Research i. Datum and Coordinate System 1. Horizontal = NAD 83/91 2. Vertical = NAVD88 ii. Tukwila Survey Control 1. Horizontal 2. Vertical b. Establish Site Survey Control (Field Effort) by GNSS and ground traverse methods c. Process Survey Control (Office Effort) to check and adjust to industry standards 3.3 Field Surveying and Mapping This task involves the fieldwork necessary to complete a topographic mapping survey of the project area. This area is approximately 500 feet in length and 100 feet in width. Sub tasks include: a. Top of Deck Mapping b. Locate Geo Tech Borings c. Cross - Sections and Ground Shots d. Columns /Abutments /Walls /Beams /Pier Caps e. Locate accessible surface observable utilities within the project limits South Boeing Access Road Bridge Rehabilitation Project 5 16 JACOBS Scope of Work (Continued) f. Locate any underground utility paint, by others g. Structure Attachments as necessary 3.4 Office Processing and Deliverable Generation This task involves the coordination and acquisition of existing 'legacy' data, the processing of newly acquired data, and the merging of the data sets into an electronic AutoCAD Civil 3D topographic base map. Sub tasks include: a. Acquiring free LiDAR from the Puget Sound LiDAR Consortium b. Acceptance of relevant City of Tukwila GIS files c. Processing and quality checks of newly acquired data d. Generation of deliverable Assumptions: • Right -of -Entry shall be granted to lAlliance personnel • Sub - surface utility locates shall be provided by others • No boundary work, including easements or legal descriptions, will be required for this project Deliverables: • Electronic AutoCAD Civil 3D topographic base map 4.0 Geotechnical Investigation (Shannon & Wilson) Based on borings drilled for the nearby Sound Transit South Boeing Access bridge and borings for the existing bridge, sandstone bedrock would be encountered at a relatively shallow depth on the east side of the existing bridge. However, the subsurface conditions on the west side of the existing bridge consist of approximately 45 to 65 feet of loose sand and silty sand that is followed by weathered sandstone and siltstone. The depth to competent sandstone could vary between 70 and 85 feet. Additional deep foundation support may be required for bridge rehabilitation to provide the additional required axial and lateral resistance. The upper 45 to 65 feet of loose sand and silty sand would likely be liquefiable and would provide minimal axial and lateral resistance. To provide suitable axial and lateral resistance and mitigate vibration impacts from driven piles on the existing bridge, drilled shafts or micropiles would likely be preferred. Therefore, axial and lateral resistance of the deep foundations would be obtained from a rock - socketed drilled shaft or micropile founded in the sandstone. Our scope of services presented below is based on this understanding of the subsurface conditions. The geotechnical investigation will be completed for the following tasks in a timely manner and completed within the overall design schedule. 4.1 Review Existing Data • Review available geotechnical reports and data from the previous projects in the vicinity of the project site. • Review available LIDAR data and geologic maps. 4.2 Geological Field Reconnaissance South Boeing Access Road Bridge Rehabilitation Project 6 17 JACOBS Scope of Work (Continued) • Geologic reconnaissance carried out by a geologist to locate the field explorations and review the abutment slopes. 4.3 Geotechnical Investigation • Drill three to four borings. Borings on the east and west sides of the bridge would extend to depths of approximately 40 feet and 100 feet, respectively. All borings would core at least 20 feet into suitable sandstone rock. • Locate proposed borings at the site and retain an underground utility location service to mark the position of the underground utilities. Relocate borings as required based on the results of the utility location service. • A truck mounted drill rig will be used to reach the proposed boring locations. Drilling will be performed from the existing roadway. We would core through the existing bridge deck for borings at the intermediate piers. • Coordinate with the CITY to obtain street - use - permits and traffic control plans. • Coordinate with BNSF and UPRR for flagging and temporary right -of -entry purposes. • Obtain Standard Penetration Test (SPT) samples and rock core. Rock Quality designation (RQD) and percent recovery would be recorded for all rock core runs. • Review soil samples in laboratory and carry out index testing (Atterberg Limits, grain size and moisture content). • Review rock core runs in laboratory and carry out rock testing (Unconfined Compressive Strength, Density, and moisture content). 4.4 Geotechnical Analysis • Develop one subsurface profile using new and existing borings. • Compute design response spectrum for a ground motion with a 7 percent probability of exceedance in 75 years (1,000 -year average return period). The design ground motion response spectrum will be determined using the current AASHTO Standards and the probabilistic seismic hazard analysis performed by the US Geological Survey. The boring data will be used to determine the site class of the bridge area. Based on our understanding of the subsurface conditions, it is likely that the east and west side of the bridge would have a different site class. We will discuss the implications of site class selection with the structural engineer. • A liquefaction analysis will be conducted to estimate the liquefaction potential of soil encountered in the borings. • Slope stability analyses will be performed for static, seismic, and post- seismic loading conditions. If necessary the dynamic loading of the bridge piers due to a slope failure will be determined. • Axial static, seismic, and post- seismic resistance of the existing deep foundations will be reviewed. A similar axial analysis will be performed for drilled shaft or micropile foundations that could be required for the rehabilitation. Axial analysis plots will be South Boeing Access Road Bridge Rehabilitation Project 7 18 JACOBS Scope of Work (Continued) developed for two drilled shaft or micropile diameters. Foundation analyses will consider downdrag loads caused by liquefaction- induced settlement. • We will provide lateral soil resistance foundation parameters for static, seismic, and post - seismic conditions. The structural engineer would perform the lateral deep foundation analysis. • Spring constants will be provided to structural engineers for their seismic bridge structural analysis. Assumptions: • Borings can be advanced on the CITY right -of -way. • All drilling would occur during normal daytime work hours and there are no time restrictions for drilling. • Environmental monitoring or testing of soil samples is not required. Deliverables: • Draft Geotechnical Report. Report to include details of geotechnical investigation and preliminary foundation recommendations. • Final Geotechnical Report 5.0 NEPA DCE and Permitting (Widener & Associates) The use of federal funding will trigger the National Environmental Policy Act (NEPA) review process. The project impacts may not rise to the level of having potentially regional significance; therefore, NEPA DCE may be the best level of documentation. Prior to receiving NEPA approval, a few issues will be documented, including the supporting documentation for historic and archeological resources per Section 106 and a jurisdiction determination per the USACE requirements of a potentially sensitive area on the southwest quadrant of the project. Due to the potential historic nature of the bridge itself, a 4(f) evaluation may be required for the project. For the BRAC- funded project, it is likely that WSDOT and FHWA will allow a Programmatic 4(f) if one is necessary. This project is also likely to be exempt from consultations under Section Seven of the Endangered Species Act. All of these processes will need to be completed with FHWA as the lead agency and involve coordination with the governing resource agencies to obtain approvals of the above supporting documentation. Once the federal documentation is completed we will use this information to support the SEPA process by completing a SEPA checklist and referencing all the approved NEPA documentation. It is likely this project will be approved with a SEPA Mitigated Determination of Nonsignificance (MDNS). South Boeing Access Road Bridge Rehabilitation Project 8 19 JACOBS Scope of Work (Continued) Deliverables: • Section 1.06 Report • Hazmat Memo • Section Seven No Effect Determination • EJ memo • ECS • SEPA Checklist and Sensitive Area's Report 6.0 BNSF and UPRR Coordination (MCLogistics) We will coordinate with BNSF and UPRR to keep them in the loop at all times, especially after the submittal of the Bridge Rehabilitation Alternate Technical Memorandum and the City's selection of the alternative of choice for advancement to full design. We will assist the City Staff to obtain a Construction and Maintenance (C &M) agreement with the railroads. It is essential to bring BNSF and UPRR to the table early in the design process to avoid the risk of project delays and to obtain a C &M agreement. The horizontal and vertical alignment will be reviewed to ensure that all standards are met and that railroad clearances are maintained both horizontally and vertically. Design will be provided for a work platform to be placed under the bridge during construction. There appears to be a 3' -3" vertical space available at present (BNSF -UP Railroad Guidelines require 21' -0" vertical clearance during construction). A strategy for staged construction, if desired by the City, will be developed for the construction phase of the project. Deliverables: • Construction and Maintenance (C &M) Agreements with the railroads 7.0 Design Alternatives for Roadway /Pedestrian /Bicycle Lanes The Boeing Access Road between East Marginal Way and Martin Luther King Way is designated in the City's non - motorized "Walk and Roll" plan as a future "bicycle friendly" route, with future planned trails also tying in along the south side. No bicycle facilities currently exist within the corridor, and only intermittent sidewalks are present along the southern side of the alignment. Existing challenges to non - motorized connectivity and safety include restrictive widths crossing three bridge structures, vehicle speeds exceeding 40 mph (signed speed limit), heavy truck volume, and multiple on -off ramps from Airport Way, 1 -5, and Martin Luther King Way. South Boeing Access Road Bridge Rehabilitation Project 9 20 JACOBS Scope of Work (Continued) We will develop preliminary bicycle and pedestrian concepts / alternatives that safely and uniformly connect the entire Boeing Access Road corridor between East Marginal Way and Martin Luther King Way that can then be programmed, designed, and constructed over time as funding becomes available. We will coordinate with the CITY, prior to making any single non - motorized improvement to this segment, that a plan for the entire corridor that facilitates the "Walk and Roll" is supported by the City's stakeholders. One alternative to consider is a single non - motorized path along the south side of the corridor. Reasons to consider this alternative are: a) less total width is required to establish multi -use bicycle /pedestrian facilities along one side than segregated facilities along both sides — therefore less widening and /or lane narrowing; b) the south side of the corridor crosses only three on /off ramps (versus five on the north) — therefore minimizing the number of vehicle conflict points; c) the south side of the bridge can be more easily widened; and d) the City's plan shows future connection to planned trails adjacent the south side of the corridor. Deliverables: • Preliminary Plans for non - motorized paths • Discussion on evaluation of non - motorized paths in the Design Report 8.0 Bridge Rehabilitation /Seismic Retrofit Alternatives Evaluation Upon assessment of the structure conditions from the in -depth inspection, we will perform evaluate feasible bridge rehabilitation alternatives in accordance with the requirements of the WSDOT LAG Manual. Some of the specific rehabilitation items may include, but not limited to: • Feasibility of bridge widening to accommodate non - motorized paths along the bridge corridor; • Repair or replacement of the transverse expansion joints and longitudinal joints; • Repair or replacement of the poor column to bridge superstructure connection at Pier 3 (expansion joint between concrete and steel girders); • Replacement of the steel rocker bearings for the steel girders; • Repair or replacement of the damaged concrete barrier at the southeast corner. The CONSULTANT will also perform seismic analysis to identify seismic vulnerabilities, using current AASHTO design level ground motions (1,000 -year return period). If vulnerabilities are found, retrofit alternatives and recommendations, along with associated costs, will be provided. Specific tasks in this phase include: South Boeing Access Road Bridge Rehabilitation Project 10 21 JACOBS Scope of Work (Continued) • Model the bridge and foundation structural response utilizing foundation springs developed by the geotechnical consultant base on the level of ground motion at all piers and abutments. • Determine the bridge displacement capacity using the Method D2— Structure Capacity /Demand (Pushover) Method of FHWA Seismic Retrofit Manual Section 5.6. • Determine the seismic demands on the structure using the Multimode Spectral Method of FHWA Seismic Retrofit Manual. • Model the bridge structure with appropriate foundation springs at all piers and abutments, which will be provided by the geotechnical study. • Determine Capacity /Demand (C /D) Ratios for all- relevant failure modes for all bridge elements, including but not limited to: Girders, columns, crossbeams, abutments, bearings, expansion joints, column to crossbeam connections, and drilled shafts. ■ Develop retrofit alternatives, to the extent possible, for the elements that are above or near the ground level, where they can be inspected after earthquake events. Recommended retrofit measures shall, to the greatest extent practical, result in post retrofit C/D Ratios that are greater than 1.0. • Prepare the findings and results of analysis and recommended retrofit alternatives along with associated costs in a technical memorandum and present to the CITY. Deliverables: • Preliminary Design Report (Technical Memorandum) — Prepare a draft memorandum that summarizes the analysis approach, rehabilitation and seismic retrofit alternatives, rehabilitation recommendations, and preliminary cost estimate. At the approval by the CITY, the report will be finalized and submitted to the CITY for record. ■ Presentation (Optional) — If desired by the CITY, a presentation will be made by the CONSULTANT to the CITY to overview the overall conditions of the bridge, in -depth inspection, rehabilitation alternatives, seismic analysis and retrofit alternatives, and recommendation along with estimated costs. PHASE 2 — FINAL DESIGN (PS &E) Upon completion of the preliminary engineering for bridge rehabilitation and seismic analysis phase and approval of the Design Report by the CITY, the CONSULTANT will prepare the final design /PS &E documents for the seismic retrofit measures recommended and selected at the previous phase. The final PS &E documents will be prepared and submitted to the CITY for review and comments at 30 %, 60 %, 90 %, pre - final, and the final completion levels. 9.0 Conceptual Design Review Submittal (30% Design Plans) South Boeing Access Road Bridge Rehabilitation Project 11 22 JACOBS Scope of Work (Continued) Develop preliminary bridge rehabilitation and seismic retrofit plans in accordance with the recommendations in the Design Report. The Plans will show the major features of all retrofit design elements, dimensions, existing conditions relative to the proposed retrofits, and other critical elements. The CONSULTANT will also update the construction cost estimate from the Phase 1 work to ensure the overall project Assumptions: • The Plans will be prepared in the City of Tukwila standard title block. Deliverables: ■ Conceptual design plans (11 "x17" sheets) • Preliminary construction cost estimate 10.0 60% Design Plans This will be a progress submittal of design plans to provide an update for the CITY staff on the design progress. All plans sheets will be developed and included in this submittal. Deliverables: • 60% Design Plans (11 "x17" sheets) ■ Preliminary construction cost estimate 11.0 90% Design PS &E Documents The CONSULTANT will prepare the PS &E documents incorporating the responses to the review comments from the 60% submittal and bring the design to a 90% level completion. This submittal will be reviewed by the CITY staff to assure conformance with the CITY standards and WSDOT Highways & Local Programs guidelines. The submittal will include: • Cover sheet including project title and a vicinity map; ■ Bridge layout, elevations, and details that will clearly show all information needed to construct retrofits, requiring only minor edits to advance the plans to contract quality. • Prepare Post - Retrofit C/D ratios for all applicable bridge elements and failure modes. • List of bid items; • Estimate of Probable Construction Cost and Quantities with backup calculations for quantity calculations. • Contract documents and specifications including Special provisions and listing of CITY standard specifications, with fill -ins. Assumptions: • The CITY will provide the boilerplate for the Division 1 of the Contract Provisions. ■ Specifications will be based on the 2012 Edition of WSDOT Standard Specifications with the current amendments South Boeing Access Road Bridge Rehabilitation Project 12 23 JACO BS Scope of Work (Continued) Deliverables: • 90% Plans (half -size 11 "x17 "), Specification and Estimate 12.0 100% PS &E Documents The CONSULTANT shall prepare the following in accordance with the CITY's review comments from the 90% final design and coordination meeting and in accordance with regulatory agency permit conditions: • Prepare Final Documents incorporating responses to 100% PS &E comments from CITY staff. • Transmit 100% Design Plans, Project Provisions, Special Provisions, and Estimate of Probable Construction Cost to CITY for final review. • Preparation of a final list of bid items, quantities, and a construction cost estimate for a set of signed and reproducible construction contract documents. Assumptions: • The number, format, and tent of plan sheets will generally remain unchanged • CITY's review at this stage is for the purpose of verifying that comments transmitted at 90% completion stage were incorporated into the 100% documents, as mutually agreed. It is assumed that "additional" design comments will not be generated at this stage. Deliverables: • 100% Plans (half -size, 11 "x17 "), Specifications and Estimate • Final structural calculations with in electronic file (on CD) 13.0 Ad -Ready Contract Documents The CONSULTANT will incorporate comments from 100% submittal and then assemble all plan sheets, general and special provisions, cost estimates, and associated documentation for submittal as an Ad -Ready PS &E package. The CONSULTANT will upload plans and specifications to Builders Exchange. Deliverables: • Ad -Ready Plans (three copies in full -size 22 "x34 ") • Bid documents with half -size Ad -Ready Plans (11 "x17 ") and specifications bound together with bid schedule, standard details, prevailing wage information, all necessary appendices • Bid submittal packet • Engineer's Estimate 14.0 Assistance during Bid Period The CONSULTANT shall provide assistance during the ad period for construction bids consisting of attending a pre- construction meeting, answering bidder questions and preparing addenda. Review low bid and check references. South Boeing Access Road Bridge Rehabilitation Project 13 24 JACOBS Scope of Work (Continued) PHASE 3 - CONSTRUCTION SUPPORT The CONSULTANT will provide engineering services during the construction phase of the project. The CONSULTANT will be responsible for interpreting the contract plans and specifications and giving guidance to the CITY regarding the intent of the design. The following tasks are currently identified but the details will be negotiated at the end of Phase 2, prior to construction start: • Review shop drawings • Review construction materials and other submittals ■ Respond to RFIs from the Contractor and CITY staff; • Review structural calculations prepared /proposed by the Contractor • Provide answers to bridge construction questions ■ Site visits as requested by the CITY • Attend construction meetings as requested by the CITY • Assist the CITY in conflict resolution (if any) • Assist the CITY in preparation of change order (if any) • Prepare as -built drawings. 15.0 Bridge Load Rating Report At the conclusion of the construction activities, our design team will prepare a load rating report reflecting the completed rehabilitation work. The report will serve as documentation of the improvements attained from implementing the bridge rehabilitation work. The load rating report will be prepared in accordance with the latest edition of the WSDOT Bridge Design Manual. South Boeing Access Road Bridge Rehabilitation Project 14 25 Exhibit C Electronic Exchange of Engineering and Other Data In this I xhiliil the a cnc). as applicable, is to prt vide a description of the 1oriiiai and standarcIS tlhe consultant is to INC ►n preparing electronic tiles for transmission to the agency. The format and standards to he provided i i include. but are not limited to,, the following: I. Stirveyin. I.'adwav Design & Plans Preparation Section A. Surve Data 13. Roadwa\ Design Files C. Computer Aided Drafting Files 1). Specil■ the .• \genc■'s I:icht to Kw, Product with tic Consultant F. !speeil \ the 1_lectronic Deliverables to tae I io\ ided to the ,\ enc\ F. Sprciff \\ hat Agency Furnished Services and Information Is to Be Provided II. Any Other 1 'l ctt on is Piles to 13e 1'ro\ idcd 11I. ,Methods to Electrunicallti Exchange Data A. Agency `software Suite 13. Elect cmiL \lessa;�in,� ti\stem File Transfers 1'ciiiiiit DOT r,in ,10•Orrs [r [r:h ur. C Rey seri 6! 26 Exhibit D -3 Payment (Negotiated Hourly Rate) The C;C)NSt)LTANi ,ha11 he paid by the AGENCY for completed work and services rendered under this t\GIZE:1_:\lL-:iNl' as piividcd hereinafter. Such payment shall be rum compensation rot' work perforated or services rendered and liar all labor. materials. supplies. equipment. and incidentals necessary to complete the work. The C'ON51.I1 r yr shall conform to all applicable portions of-18 CFR Part ; I . DOT I Icurly R:ales 'I he CO1NS1 iI:I'A.NTshadl be paid by the AGENCY for wort: done, based upon the negotiated Itrxirly rates shown in exhibit "L" and "V attached hereto and by this reference made part ofthi -; ACi1RI IEr IENT. The rates listed shall he applicable For the First twelve) 12) month Period and shall he subject to negotiation Ior the following twelve (12) month period upon reclnest of the CONS)'I: rAN''I -or the AGENCY. I.rncruotia(ions are not conducted for the second or subsequent twelve (12) month periods within ninety (90) days tiller completion of the previous pt..r iod, the rates listed in this AGREE MENT. or subsequent written authorization(s) from the \C�l NCY shall he utiliictl. The rates are inclusive of direct salaries; payroll additives, overhead. and fee. The C(.3NSL'l 1 AN f ;hall maintain support data tto verify the hours billed on the AGRIi1: MIN "I. Direct Non-Salary (ost,- I)trect Non-Salary Costs n ill he reimbursed at the Actual Cost to the CONSULTANT. 'I he,c charscs may include. but are not limited to, the following items; travel. printing, long distance telephone. supplies. compute' charges and sub - consultant costs. ,\ir or train tray el w ill be reimbursed onl■ to economy class levels unless otherwise appr•o' ed by the AGI NCY, The CONSULTANT shall comply with the rides and d Iegulations regarding Iran el costs (excluding air, train. and rental ear costs! in nccuidrutcc rah the ; \GI ;NCY'S Travel Rules and Procedures. However, air. train, and rental car costs shall he reinthursccl in accordance with =18 CFR. R. Part i 1.205 -l6 "'I ray el Coats.' 1.. 'the billing for Direct Non- Salar\ Costs shall include an itcni i d listing of the charges directly identifiable with the PRCf.11 C1 . 1 lie CUNSU1. 1 AN 1 shall maintain the original supporting documents in their nl Ilce. C'upic; cal the original supporting di,cument,,It,t11 be mipplied to the \GI:NC'i upon request. A l l abus e charges motif he necessary for the ices pro\ ided tinder this . \(.RI:EFI1 I.inagenienl Re cr\e Fund- 1 he ■(.;1 =kC1' may desire to establish a Alana.cnicnt Reser\e Fund of proyicic ihc Agreement Administrator w Ith the flexibility to autltorize,tdclitrunal Iitnds to the r \CiRI:L• \-iI N r for allowable unforeseen costs. or reimbursing the CUNSL'L 1AN -1- for additional work beyond that already defined in this \C.iRla \1ENT. Such authc,rizatuon(s) shall he in writing and shall not exceed the lesser of -S' 0(1.000 or 10% oftlte Total Amount Authorized as short in the heading of this 1Gl..Ii :`vl I:N l'. The amount included for Mnnageintnt Rcservi Fund is slaula it in the heading of this ACiRE-'E\•IENT. This fund may not be replenished. Any changes requiring additional costs in excess of the Management. Reserve Fund shall he made in accordance with Section XIV, "Extra rcun 14C -OZS EF Exhiid 0 -3 Rtw sed 3/o 27 \hI \iunnn I otal Amount Payable: The fvlaxinttnn'1'otal Amount h} the r \G1NC'Y to the c (_1NS1'LTAN fonder this i \GREE.MENT shall not exceed the amount show n in the heading of this r\CGRE :NII :N I lire ■axiniiiin loud Amount Payable is comprised ol the "1 oral Amount \uthori,cd, and the Nilana ;e.cmenl Rcecrvc Fund. The N'Inximu n total Antonnt. Payable does not include payment lot 1 xlra \Word, as stipulated in Section XIV. "1- \to \Voth " No ntiriinttini Z11110 11111 Ia).ande is guaranteed under this : \Ci1t1..1MLN•1 Nl,�uthl, Progress Pa)- meat': I'ro:.tress p) monk nta\ he claimed on a monthly batik for all chats authorised in 1 and 2 abo■o. 1 he ntunthl) billing shall be supported by detailed statements for hrur, e\Itendetl at \lit rates established in Exhibit "1:'. uanies and cdassilicauuns of all entphw . e'. and billings tier all direct non- salary expenses. To pre ide a means ofkerif\ ing the billed salary costs Ill the C :C)NSt 11..1 A\ I 'S employees, the Atil•.NE ' ma) Londutt employee uucr\ te\'s. "These Intel \ tows ilia\ consist of recording the name,, titles. sahtr) rate,. and present duties ofthose employ ces performing work on the PRC)J1 CT at the time of tits inter\ it.\\. ft Final Payment: I mail I'a) meat ofan\ balance due the CONSlll. I•r \N I of the gross =mini earned wi11 he made prtunptl) upon its verification by the A(i1 NCI alter the completion of the work tinder this AC.iR.I•.1 \11.:N 1. contingent upon ieceipt of sill PSK I.. plants. maps. notes. reports. electronic -dais and other 'elated documents which :ire required to be furnished under this AG R11:NIE?.i . Acceptance of such 1 inal Payment b) the C'(tNS111 '1 AN 1 shall constitute 0 release of all claims for payment, which the CONSI 11 I AN I max h:ne again,tllw ACiI 1s.C'1 unless such clamis are specifically reserved in +vriting and tiansnuttcd to the .AGE -Nt_ \ h\ the C'C)NSI_iI_.TAN 1 prior to its acceptance. Said Final Pa\nienl shall not, hu\\e\ei. he a hnr to au) claims That the '\( i1 NCY may hn\e against the CONS1'I TAN 1 iw to art\ remedies tit. A(tf.NC\ ma) pursue with respect to such claims_ The payment of an) billings will not constitute agreement as to the appropt iatcnc„ ol an) it.nt and at the tints 'linal audit_ all required ad,justmenl' will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the C'ONSUL"I`ANT, 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 C'ONS1.11. PANT for any claims relating to the validity of a Finding by the AGENCY tit-overpayment. The CONSLILTANI has twenty (20) days after receipt of the final POST AU DIT 10 begin the appeal process to the AGENCY for audit litiditi,_s. Inspection of Cost Records: The C'C)NS1.,11..TANT :ind their suh- consultants shall keep available R i inspection by representatives oldie .AGENCY. STATE and the United States. for a period ofthrec (3) years after receipt of final payment. the cost records and accounts pertaining to this AGREEMENT and all ilcnis related lit or hearing: upon these records with the following exception: ifan\ litigation, claim or audit arising tail nil in connection \vith. or related to this contract i . initiated hefore the expiration of the three (3) year period. the cost records and accounts ,hall he retained until such litigation. claim. or audit involving the records is eoiuplctcsl. 28 Project Name: Project Number: Consultant: EXHIBIT E -2 Consultant Fee - Specific Rates South Boeing Access Road Bridge Rehabilitation Jacobs Engineering Group NEGOTIATED HOURLY RATES Overhead Profit Name Classification Hours DSC 119% 30% Total Kevin Kim Project Manager 748 $88.57 $104.96 $26.57 $164,632 Moein EI -Aarag Sr. Structural Engineer 1,024 $64.00 $75.84 $19.20 $162,857 Niftalem Bekit Structural Engineer 1,548 $40.00 $47.40 $12.00 $153,871 Hana D'Acci Design Engineer 1,480 $28.50 $33.77 $8.55 $104,817 Bonnie Prather CADD Technician 1,056 $43.00 $50.96 $12.90 $112,839 Rachel Altona Project Assistant 40 $23.00 $27.26 $6.90 $2,286 Curtis Black Contact Administrator 40 $46.14 $54.68 $13.84 $4,586 Tim Hedges Roadway Lead 106 $71.00 $84.14 $21.30 $18,702 Andrea Stott Roadway Engineer 222 $49.00 $58.07 $14.70 $27,032 Brooksie Barton Signal Engineer 64 $48.00 $56.88 $14.40 $7,634 Aaron Sherry Drainage Engineer 48 $53.00 $62.81 $15.90 $6,322 Collin Cabatbat Civil Engineer 220 $29.00 $34.37 $8.70 $15,854 Subtotal: 6,596 $781,433 REIMBURSABLES Mileage Reproduction (copies, plots, etc.) Miscellanous Subtotal: $200 4000 300 $4,500 JACOBS TOTAL SUBCONSULTANT COSTS (See Exhibit G) $785,933 Shannon and Wilson (Geotechnical) TranTech (Inspection and Load Rating) 1 Alliance Geomatics (Surveying and Mapping) Widener and Associates (Environmental Planning and Permitting) MCRaiI Logistics (Railroad Coordination) Subtotal: $84,627 $72,326 $12,833 $51,640 $10,413 $231,839 GRAND TOTAL $1,017,772 29 Exhibit F Breakdown of Overhead Cost Account Title $ Beginning Total of Direct Labor Direct Labor Overhead Expenses FICA Unemployment Health /Accident Insurance Medical Aid & Industria li s trance Holiday /Vacation /Sick Lea 1e Commission /Bonus/Pension Total Fringe Benefits renera Overhead State B &O Taxes Insurance Adm nistrat on & T me Not Assignable Printin j Stationery & Supplies Professional Services I i avel Not Ass gnable Telephone & Telegraph Not Assignable Fees, Dues & Professional Meetings Utilities & Maintenance Professional Development Rent Equipment Support Office, Miscellaneous & Postage Total General Overhead Total Overhead (General + Fringe) Overhead Rate (Total Overhead i Direct Labor) DOT rorrn 140 061 El- r +I ht r l _ n see C.05 30 EXHIBIT G SUBCONTRACTED WORK The CITY permits subcontracts for the following portions of the work of the AGREEMENT: SUBCONSULTANT WORK DESCRIPTION AMOUNT Shannon & Wilson Geotechnical $ 84,627 TranTech Br Inspection & Load Rating $ 72,326 1 Alliance Geomatics Surveying and Mapping $ 12,833 Widener & Associates Environmental $ 51,640 MCLogistics Rail Coordination $ 10,413 TOTAL = $ 231,839 31 EXHIBIT G -1 SUBCONSULTANT FEE DETERMINATION PROJECT: South Boeing Access Road Bridge Rehabilitation COMPANY NAME: 1 Alliance Gcomatics NEGOTIATED IHOURLY RATES: Classification Hours x Rate = Cost Principal Surveyor 3 x $ 151 $ 453 Survey Project Manager 8 x $ 121 $ 968 Project Surveyor 14 x $ 111 $ 1554 Technician V (Field) 40 x $ 88 $ 3520 Technician 111 (Field) 40 x $ 69 $ 2760 l'ech V (CAD) 38 x $ 88 $ 3344 Admin 2 x $ 55 $ 110 Some rates may vary depending on personnel utilized. REIMI3URSAI3LES: /llisc disbursements (mileage, printing costs and the like) Mileage at 44 miles at $0.565 = $25 Misc. consumable supplies, wood, flagging, paint nails, printing, etc estimated at $99 TOTAL = $ 12,709 TOTAL = 5 124 GRANT) TOTAL: = $ 12,833 32 EXHIBIT G -1 SUBCONSULTANT FEE DETERMINATION PROJECT: South Boeing Access Road Bridge Rehabilitation COMPANY NAME: Shannon and Wilson NEGOTIATED HOURLY RATES: Classification Hours x Rate = Cost Principal in Charge 11 x $230 $2,530 Associate 52 x $170 $8,840 Senior Engineer 33 x140 $4,620 Project Engineer 204 x $110 $22,440 Dra ftcr 18 x95 $1,710 Clerical 9 x$80 $720 TOTAL = $40,860 Some rates may vary depending on personnel utilized. REIMBURSABLES: Drilling = $39,366 Soil Laboratory Testing = $4,252 Misc disbursements (mileage, printing costs and the like) =$149 TOTAL = $43,767 GRAND TOTAL: _ $84,627 33 EXHIBIT G -1 SUBCONSULTANT FEE DETERMINATION PROJECT: South Boeing Access Road Bridge Rehabilitation COMPANY NAME: TranTech NEGOTIATED HOURLY RATES: Classification Hours x Rate = Cost Senior Engineer 200 x $163 $32,600 Staff Engineer 320 x $94 $30,080 CAD Tech 8 x102 $816 Clerical 24 x $55 $1,320 TOTAL = $64,816 Some rates may vary depending on personnel utilized. REIMBURSABLES: Bridge Access Equipment Rental with Operator = $7,000 Misc disbursements (mileage, printing costs and the like) = $500 TOTAL = $7,500 GRAND TOTAL: = $72,326 34 EXHIBIT G -1 SUBCONSULTANT FEE DETERMINATION PROJECT: South Boeing Access Road Bridge Rehabilitation COMPANY NAME: 1 Alliance Geomatics NEGOTIATED HOURLY RATES: Classification Hours x Rate = Cost Principal Surveyor 3 x $ 151 $ 453 Survey Project Manager 8 x $ 121 $ 968 Project Surveyor 14 x $ 111 $ 1554 Technician V (Field) 40 x $ 88 $ 3520 Technician 111 (Field) 40 x $ 69 $ 2760 Tech V (CAD) 38 x $ 88 $ 3344 Admin 2 x $ 55 $ 110 Some rates may vary depending on personnel utilized. REIMBURSABLES: A1isc disbursements (mileage, printing costs and the like) Mileage at 44 miles at $0.565 = $25 Misc. consumable supplies, wood, flagging, paint nails, printing, etc estimated at $99 TOTAL = $ 12,709 TOTAL = $ 124 GRAND TOTAL: = $ 12,833 35 EXHIBIT G -1 SUBCONSULTANT FEE DETERMINATION PROJECT: Boeing Access Road Bridge Rehabilitation COMPANY NAME: Widener & Associates NEGOTIATED HOURLY RATES: Classification Hours x Rate = Cost Project Manager 139 x $154.00 $21,406 Project Biologist 308 x $86.80 $26,734 Some rates may vary depending on personnel utilized. REIMBURSABLES: Cultural Resource Report GRAND TOTAL: TOTAL = $48,140 = $3,500 = $51,640 36 EXHIBIT G -1 SUBCONSULTANT FEE DETERMINATION PROJECT: Boeing Access Road Bridge Rehabilitation COMPANY NAME: MCRaiI NEGOTIATED HOURLY RATES: Classification Hours x Rate = Cost Railroad Coordinator 114 x $90 $10,260 TOTAL = $10,260 Some rates may vary depending on personnel utilized. REIMBURSABLES: Mileage = $153 GRANT) TOTAL: = $10,413 37 Exhibit G -3 Breakdown of Subconsultants Overhead Cost Account Title $ Beginning Total % of Direct Labor Direct Labor Overhead Expenses FICA Unemployment Health/Accident Insurance Medical Aid & Industrial Insurance HolidayNacation!Sick Leave Commission /Bonus /Pension Total Fringe Benefits General Overhead State B &O Taxes Insurance Admin stration & Time Not Assignable Printing Stationery & Supp ies Professional Services Travel Not Assignable Telephone & Telegraph Not Assignable I-ees Dues & Professional Meetings UtiI ties F. Maintenance Professional Development Rent Eq.ripment Support Office Miscel aneous & Postage Total General Overhead Total Overhead (General + Fringe) Overhead Rate (Total Overhead / Direct Labor) DOT i• n 140 08' hi R b 1o,3 38 Exhibit H Title VI Assurances I)utin; the petlt?ruuntce of this AGRIEET 1 ENT. theCONSUI_fANT. for itself. its as'ignees. Turd successors in Intuest Itacct, as follows: I r. omplrance tvith Regulat ions: The CONSULTANT shall contplt tt'ith the Regulations relative In nr�n chgcrinunatiott in Federally assisted programs oldie A(jIzNC11. Title -19, Code or 1 cetera' Regulations. hart 21. as they may he amended From time to rime (hereinal)cr referred to as the "RI CiUI.ATIONS ")- which ate herein inc,orporatecl by reference and made a parr of this AGR13L't\II7N-I-. • Non- discrimin,tuon: The CONSULTANT. with regard to the work performed during the AGRI I J \IIiN -t. shall not discriminate on the grounds arace, color. sex. or tuitional origin in the selection and retention of sub- consultants, including procurement ofmaterials and leases ul equiptttent 1 he t't )NSIl1.1-AN'I' shall not participate either directly or indirectly in the discrimination prohibited bt Section 21.5 oldie RI Cill1 ATioNs. including employment practices when the AGIt1 1:MEN 1' covers a program set forth in , \ppendi\ R of the RE(5Ul_A I IONS. Solicitations for Suh- cnnstillr ts. Iitclidine Procurement of Materials and Equipment. In all solicitation, erthei bt Lonipetrlitc• bidding 01 negotiations oracle h) the L°ONSUI 1 ANA for trod to he performed under n sub-coin' tic'. includin. proem cnteitt of nuueriuls or leases of-equipment. cacti potential ,ul,. ccrosultant or supplict shall he notified by the CONSULTANT of the CONSUL] \1\ 1'S under tl i, \(il:1. fihv11 NI and the RI C,U1.ATIONS relative to non - discrimination on the groiinds or race. color, of t iiticonal nt icon. Inibrmalion and Repotts: 1 he CONSUI_ 1'AN'1- shall provide all information and reports iequired h■ the RI (it i I ;\ I IC)NS or (lit ectllcs issued pursuant thereto and shall permit access to its books records accounts. other soUreeS of inlorntation. and its facilities as may be determined b■ A(rLNt 1 S1'A I I the Federal HiLght%a\ Administration (l 1•1 \\v; \) 10 he pertinent to ascertain compliance with such RI:GI ILA'1'IONS. orders and instructions. \ \'here anv information required of a CONSULTANT is in the lusive possession of another tvho fails or refuses to furnish this inliirnwiion, the C'CINSIJL`IAN I shall so certify to the : \(FNC'Y. STATE or the 1=1.1 \Vr\ as appropriate. and shall set forth t.t hat efforts it has made to obtain the information. �. Sanctions for Non - compliance: In Ilse event of the C:ONSL I I AN 1 'S non-compliance with the non- discrimination provisions of this t\C:ilaa NI.ENT. the AGENCY shall impose such AGRI 1 i~,'ILN I' sanctions as it. the STATE or the ll•I \\'j\ may determine to be appropriate including_. but not Hittite(' Io • \1'itltholdiug of payments to the CONSUL'T'ANT under the •■GRE1 -1\11.N 1 until the CONSULTANT' and/or: • Cancellation. termination. or suspension of the AGRI.3.14AILNI - in whole or in part DDT F_irn r40.O59 Er e +Libor 1-1 Revised iF405 39 Incorporation of Provisions: 'I'Ite C ONSI.J1.TANT shall include the provision of paragraphti t I) thruu h (5) in every suh- contract. ineludiI1 , procurement mate' ial', and leases of equipment. unless exempt h\ the I'.I:(L II:: \"FICINS. or directives issue(' pursuant thereto- I he CC)NSULTAN'1- shall take such action ‘‘ ith respect to ;.tnv ,,u1- con,uItant or procurement as the \.01 "NCl' SfAT1= of I°I -1\V,\ nta■ direct a , a mein, u1 entitreine, such pun isitms including Sanction, t'Or non - compliance I'ro%ided, limo that in the event a CO1'S1Il :I AN I" becomes iitvt:1‘eel in. or 0, threatened %%ith. litigation \\ tth a .;uh- consultant or supplier as a result cal'srtch direction: the Cl)NSt_iI 1 AN I ma, tequc,t the \GENE\ and ' 1 1 tilt; A I I enter into such litigation to protect the interests of the \(GLNCY and the S1 \I I and. in addition. the I (:)NSt.1L 1'. \N f may request the Lillie(' States enter into such litigation to p otc(t the n;lcrests of the I nit(:c1 States. 40 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 :!\ Iinal pa)nlent shall he mach: In the Ctrs 'WI 1 AN 1 ~Melt \\Ilell a(I(IQd to an) payments pre\ Iou -I) made shall total the sank: percentage of the 1 limp '[till Amount as the work completed at the time of termination is to the total 1\orl, requited lit the I'1 O.I I-C I . In addition. the( t)1✓St I PANT shall he paid Ibr an) million/et] e'tra completed. Cost Plus Fixed Fee Contracts !\ linal pavutenl shall he made to the CONSULT :1N 1 which when athicd to an pa) mums prt:\ iuusly male- shall total the actual C:Isis pin :. the same percentage oldie Fixed lee as the \ \ Lit t completed at the time ol -termination is to the total tvtn'k required for Ilse Project. In addition. the CONY.' I I AN I shall be paid for an\ authorized e\tra \vork eotttplLtcil. Specific Rates of Pay Contracts \ heal payment shall be made to the CONS t.11:1 \NT Icy actual hours charged Lit the time of termination °ltltis r \(J1:1.ElvIEI\I f plus art) direct nunsalary costs incurred at the time Lil le:initiation oI -Iltis ACIRF.[\°II NT. Cost Per Unit of Work Contracts 1 lin.11 pa) meat shall he matte to the CONSU1...I-ANT for actual units or 'ork completed at the time ol termination 01 thi, :1GItl IhIENT. DOT Penn I?C -^P9 5F E,mhd I Ilewsen 131(15 41 Exhibit K Consultant Claim Procedures The purpose (Willis exhibit is to describe a procedure regardiii claim(s) on a eon,uitatrt agreement. I he follow mg procedures should only he ulili'red on consultant claims greater than Si..000 It the consultant's daunts) are .! total 01'141,000 1,000 or less. it would not he crest efl•ective to proceed through the outlined steps It is suggested that the Director i:+l public \Yorks or . \„enev I_:r Huineer nee. u1urte a fair rind reasonable price lur the consultant's elaim((s) thin total $ 1.11111) or less. This exhibit will outline the procedures to he loIlowed by the consultant and the agenc■ to consider a potential claim by the consultant. 00`1 Step I — Consultant Files a Claim ‘with the Agency Project Manager lithe the consultant determines that they were requested to perform additional ,entices that \acre out sick oldie agreement's scope of 1vr,irk. they may he enl itled In a claim. "1 he I ir,t ,tep heat rnii l he completed is the iecpiest tioi consideration of the claim 10 the Agency's project manager. I he Lonsultant•, claim most outline the following: • Sunuat,ttilai ol'hours by classification for each firth thai is included tit the eldint • \n\ Luriesponclence that directed the consultant to perlotin the additional wc�r1._ • I iiii nle of the additional work that was outside oldie project scope; • 'minimal.. of direct Iah+'+r dollars. overhead costs. profit and reimbursable Lists associated w ith the additional Nvorl:: and • Explanation us to why the consnitintl believes the additional wort. was oul,tde oldie agreement scope of work. Step 2 — I:e\ icw by Agency Personnel Regarding the Cunsull ant' ' C laitn for \ddiliuttal C_oinpensation Alter tare consultant has completed step I. the next step in the process is to forward the request to the .\i enev's project manager. The project manager will review the consultant', claim and w ill stet wills the Director of public 1Vur1:s or Agency Engineer to determine. if the Agency agree,' with the claim If the 14I1VA is participating in the project's funding, forward a copy of the consultant•, chain and elk Agency's recommendation for federal participation in the claim to the \VtDC)T I1ighways and Local Programs Through the Itcgion Local Programs I n ,ineer tithe claim is not eligible Tor lttIeriiI participation. payment will treed to be anent agency funds. If the Ageiicy projel.t manage'. 17irectoi uI' Public \ \'orks or Agency engineer. 1VS1)0'I' and Local Programs (11 appliLahlc)..nn1 I 11 \ (il appIieible)'agree with the consultant's claim. send a request memo. including backup documentation to the consultant to either supplement the agreement. or crease a new agreement to, the Main'. Alter the request has been approved, the Agency shall write the supplement . iid'ui new .Agreement and pay the ccntsitllatu the amount of the claim. Inform the consultant that th. Iiva1 pa \ntent for the agreement is subject to audit. No I itther action in needed regarding the claim piocLdures Pone 140-089 EP Exnioit Y, l:ciseu G!D5 42 I1the Agency dine, not agree with the consultant',, claim. proceed to step 3 of the procedures Slop 3 — Preparation of Support I)octimentallon Ite;!arding (crosullant's Claim(s) Ifthe Agency doe, rant agree with the ermstiltanl's claint, the project manager shall prepare a ummar' litr the Dircclnt of Puhlic \\'arks nr ; \gene■ I. iuirtecr that included the li?Ilo.ring: Copy or in formation ,pplied h) the con,ultaut regarilinu t e claint. \g:ncy's ,nnun iI ion of hours h) el:Kstlicattc}n Co' each limn that should he included in the claint: • Ally eorrc,polklence that directed the consultant In perli1rnt the atlditiortal tuck: • A.encv's,ununary of direct labor clollar,. to ahead costs, profit and reimbursable costs associated +•ills the additional •.orL • 1 \plAnnattion regarding those areas in which the Agency dues /does ncll agree with the ,_nn,ultinit's claint(;;): • 1.splanatio±n to describe what has been instituted to preclude future consultant claim(s): and • Recommendations to resolve, the claim. >tcp -1 I)nrecicr of Public Works or Agency FIngine r IRevicnvs ('onstIIt:Int Claim and Agency thicuntenlauion 110.: I)ireeicsr tsl' Pubic \\•'orks or ; \Ueney I n. ineer shall review, and administratively approve or di,appluv'e the claim, or portions Ili reof. which may include gelling Agency Council or on nni,sitn approval (as appropriate w agency dispute resolution procedures). lithe project in‘ ol.QS Icderal participation. obtain concurrence from \\'SI)OT I ligh ays and Local Programs and 1 I I \ \',\ regarding linal settlement ul'the claint. if the claim is not eligible for lcdecal par tic Pillion. payment twid need 10 he (*roil' agency funds. (step 5 - Inliu uing Consultant of Decision Regarding the Claim I he Uuector of Public \Yorks or Agency Engineer shall notify in writing) the consilllant of their final ticel -.aura regarding the consultant's claitn(sJ. Include the final dollar amount of the accepted claint (,) and rationale utilized for the decision. Step h I'telxtration of Supplement or New Agreement for the C'onsultant's Claint(s) I he agency shall write the. supplement and /tar new agreement and prey the consultant the amount of the claim. Inform the consultant that the final payment. for the agreement is subject to auclit, 43 I heft h) ecrtiI\ that I.nnt repro ;entati\ c of the firm of firm I her represent has: Exhibit M -1(a) Certification Of Consultant lauolts 1 it ■2rncurrnt, t don') Inc Project No. I.c)c ;lI Agency and dill\ authnrind whose address is and that neither I to the aho%c (a) Lntploycd or retained for a conunistiion, percentage. 1)1.01:m l . contingent ler, of other consideration. any firm or person (other than a bona lide emphwee worl.intt solely for me or the ahr\c CONSULTANT) to solicitor secure the A(JRL :N-II:NT; lb) Atztee 1. as an express or inrhlied condition for obtaining this contract, to employ or retain the tics lLe; OF ;111' 'I irm for person in connection with cam ing out this AGRI21 [\1I.,N"I': or (e I laid. or agreed to pay. to any firm. organization orr person (outer than a bona tick - employee win king so?lety liar me or the above CONSUL I AN 1 1 an Ice. contribution. donation. or o:un,idet alion of uny kind fcir. or in connection w ith. procnriu_ (,r carrying out this ACilf :I ;'TENT: c..Lcrt as hereh ) expressly staled (Ilan) ). I acknowledge That this certificate is to be uk,tilable to the \N'asltington State Department of Transportation and the Federal Highway Administration. U.S, 1)epartmenl °I-Transportation in connection ‘\ith this AGIF.17,MENT involving participation oil cderal -ail highway funds. and is subject to a1plicahlc Siaie and Peck..rid law's. hoili criminal 1111(1 L I\ tl. Signa lute 001 Fenn 140.089 EF ExhiI I PA•1ta) 1'.ev;:,ad 13105 44 Exhibit M -1(b) Certification Of Agency Official 1 licrc•h■ certik that I and the '1(,1 1' ('); OIlieia1 of the Local A!ucncy cal' City of 1 tikv.ila 11 ashington. and that I.hc consulting firm or its representatiVc has not been required, directly or indirectly as an r; :press or implied con dition in cr,nnccti; n \>.ith obtaining or carrying out this :1C Rf;FlivIEI" I'to: I;lj I:.inpIoy Or retain. or ;True to cut-1111(1y Io retain, aril firm or portion; or I_h1 1'a`. or a;;ro: to pa∎ . to x11■ firm. person. or orgnni ation. air■ fee. contribution, di)iiation, or con,.idcration 0l'aii kintl:.xcept as hcreh) c \pres,ly stated (11.any): I t'ieknot• lodge dot this ccilific,1le k to he ,nailable to the Washington Sufic Department of I gulf p"i l,ilicr anal the Federal 1 lishv.ay Administration. U.S. Department of 'I'rant•I..0rlatinn.. in connection ‘..1111 this .1GItI:FP11 :- N I' involving_ participation ol'Federal -aid highway ay lands. and is ,object to applicable Stine and Federal laws. both criminal and cis il. . Signature 00-t- I'Olnl 14C.t18S Cr t xr,inii rn -101) Revised 6g:5 45 Exhibit M -2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters- Primary Covered Transactions The prclsl)eclivc prinrar} parlicipant certifies to the hest of its I \no\N and belies' that it and its principals: Are not prescnll■ di:harrrd, suspended. proposed for debarment declared ineligible. or voluntarily excluded from co\ tired transactions by any federal deportment or a_,eney: 13. 1 lave not V. ithIna three -)ear period preceding this proposal hcen convicted of or had a ci\ it judgment rendered .igainst them for commission or fraud or a criminal offense in connection a ittr obtaining. attempting t , obtain. or perl riling a public (fedct<tl. stale, or local) tiai ' t 011 or contract under a public transactioir: violation of federal or state ant al' ust stnlur ur conuntaiun Of unrllce /lenient Melt briheiv. falsification or destruction ufrecords. ntakinL' I;rltic ,t 'lenient,. or receiving si@Icn property: D. Are not presentl\ indicted for or otherwise or civilly charged by a governmental emit) I Icderal. stale, or local) «•ills commission of any oldie tit-lenses cnuurerated in paragraph f l I 1 131 of this ecrlilicat ion: and I It \e not within a three (?) dear period preceding this applicationrproposal had one or more Ixrtllit. transactions (federal. state, ur Iocul) terminated for cause or del hilt. 11 \\]here the participant' is itoriblc to certify to anv of the state:nu:nls in this calibration. Such In•clsi)ectiye participant shall attach an explanation to this (proposal. Consultant (1'401 1. Jacobs 1.:ugirie riI1 , Group Inc (Gate} {Signature] President or Authorized Official of Consu•tanl DOT Form 14D•DI3d E3 E tiihit Resrsed G':15 46 Exhibit M -3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying 1 he piosptcti‘ c participant certifies, by signing and submitting this bid or proposal. t•_1 the hest of hip of her know lk.dge and behcl. that; I No federal appropriated funds have been paid or will be paid. b) or on behalf of the uncle)si!ncd. to an person for influencing or attempt iug to influence an officer or cnlplo)cc of an) federal agency. a Inelnbcr ol'C'rutnress, an olliccr or cnlplo)ec of'Cong,re'.. or an cmplo\ ce ni a member of Congress in connection ■viih the awarding 0Fan) Federal contract, the malow!. of an, l-cdei al grant. the slaking of any Federal loan, the entering into ofatty cooperat11e agreement. and the c \telliloii. continuation. renewal. amendment, or Iltoddleation of any 1 cdctal contract. grand. loan. ul cooperative agreement.. 7. II any funds otli. r than Federal appropriated funds have been paid or will he paid to any person lot inllucucine or attempting to influence a1i officer or emplo)te of an) I-:tleral .lt_enly. a Inetnber of Congress. all officer or employee 01 Congress. or rill e111pIo■Ce ul a Illelrlher of Congress in connection w ith this Federal contract. _rant. lone, or cooperative agreement. the undersigned shall <<tI) lLte and submit Standard Foim- Ll..L. "I)isclosure Form to Report I uhhti irtg." in afcordancc itll It' ins'ructi011s. 1 Iir certi neat ion is a material representation of Tact upon \v'Ilicll reliance was placed +,ti lien this transaction was made orentcrecl into. Submission or this Lertilicatiorr k prerequisite for making ul eulerimt 11110 IIIiS trallszielio 1 1111p1)Sed by Section 1352. Title 3 I. U.S Code Any person who 1.111, to file the required certification shall be suhject to a ei■ 11 penalty 01 not Icss than $10,000 and not more than S 11111.001) for each such failure. I'he prospceti‘c participant also agrees by'submitting his or her hid or proposal that he or she shall require that the language of this certification he included in all Tower tier subcontracts which exceed $10(1.000 and that all such subrccipicnts shall certify rind disclose accordingly. i ,,nsuhant (F11-1111: Group Inc. (Dale) (Siunaturtl'( Prt2s7denl or Authorized Official ui Consultant DOT Foss ta0•0 c.) EF E ?1'ibd M.3 r.,v sdi r;,oe• 47 Exhibit M -4 Certificate of Current Cost or Pricing Data This is to ccrtil■ that. to the best of any knowledge and belief, the cost or pricing data (as defined in section 15 •1f11 oI'the Federal Acquisition Re a,tilntion (I AIO rind required under FAR sub ection 15.103 -=I1 submitted. either actually or by specific idenlilication in Wriling. to the contracting officer or to the c0ntr,tctinuofficer's representative in support ctI n arc accurate. complete. and current as of ***This certification includes tlic cost 01 pi Icing data supporting any advance agreements and forward pricing rate agreements between alto• oflcrei and the C,t)∎erliment that are part of the proposal. I inn Jacobs I.ilgineeFing Group II N.unc Jacobs Engineering Group Inc_ Title Dale ell I \ccutR)n * "' * Idcnlil'■ the proposal. quotation. 1elltlest Fur price adjustment. 01 (Awl submission ink lib ecl. �ivitl the apprapri:tte itlentil■ In number (e.g._ RF'I' Jo.). Insert the da). month. and \eau when price.. nco0tiations were concluded and price agreement was reached. • Insert the tl.n. month. and `cal' ol sign Mr. which should be as close as practicable to the date \\ hen the Nice ne ±'&)thin n, a ere concluded and the contract prict` 11a' agreed to. DOT Fern- 140.099 CF E:•:n■bit M -4 Revised t;f.)S 48