HomeMy WebLinkAboutTrans 2010-10-18 COMPLETE AGENDA PACKET V`1 Distribution: B Giberson R. Still
41 "y o� Tu k W� V Seal F Iriarte M. Miotke
4 Y: Z J Hernandez R. Tischmak J Trantina
Transportation Committee D Quinn P Brodin C Parrish
4 D Robertson G. Labanara B. Arthur
i .p ti. •i° Verna Seal, Chair Mayor Haggerton C Knighton File Copy
S Lancaster P Lau Single side to Ana
908 Joan Hernandez K. Matej M. Mathia 2 Extra Copies
D Speck S Anderson a -mail cover to
•i• De'Sean Quinn C O'Flaherty S Hunstock B Saxton, M. Hart,
M. Hart J Pace C O'Flaherty, D
S Norris J Harrison Atmberg- Dideon, S
S Kerslake N. Olivas Norris and S Kirby
AGENDA
MONDAY, OCTOBER 18, 2010
Time: 5:00 PM Place: Conference Room #1
Item Recommended Action I Page
1. PRESENTATION(S)
2. BUSINESS AGENDA
a. 2011 Overlay and Repair Program a. Forward to 10/25/10 Pg. 1
Consultant Selection and Agreement C.O.W. and 11/1/10
Regular
b. Budget Review b. Council Review Pg. 15
2011 2012 Biennial Budget
2011 2016 CIP
3. ANNOUNCEMENTS
4. MISCELLANEOUS
Future Agendas:
Next Scheduled Meeting: Monday, November 1, 2010
Committee Goal:
s Establish a process to provide updates to Council on issues that are brought forward at Council meetings
during citizen comment opportunities
1 6. The City of Tukwila strives to accommodate individuals with disabilities.
P /ease contact the Public Works Department at 206 433 0179 for assistance.
4 City of Tukwila
a Jim Haggerton, Mayor
190 I MEMORANDUM
TO: Mayor Haggerton
TRANSPORTATION COMMITTEE
FROM. Public Works Director,
DATE: October 13, 2010
SUBJECT: 2011 Overlay and Repair Program
Project No. 91110401
Consultant Selection and Agreement
ISSUE
Execute a contract with KPG, Inc. to provide design services for the 2011 Overlay Program.
BACKGROUND
The City uses the Municipal Research and Services Center (MRSC) consultant roster whenever
possible to select engineering firms to provide necessary services. From that roster, a list of
firms which provide pavement design overlay services was developed. Three firms that have
previously worked with the City and have proven knowledge and expertise in pavement design
were selected for consideration The final scoring sheet is attached. KPG, Inc. has been
selected to provide design services for the City's 2011 Overlay and Repair Program
Starting the design process in the fall and advertising for construction bids in January or
February of each year allows the City to take advantage of the optimal bidding climate that
usually occurs early in the year. This contract will complete final design and advertise the
project for construction bids. The list of streets for the 2011 program was developed using the
City's Pavement Management Program and input from our engineering and maintenance staff.
DISCUSSION
KPG, Inc. has provided a contract, scope of work, and fee estimate to design the 2011 Overlay
and Repair Program and advertise for construction bids (see attached).
Contract Budget
Design Budget (2010) $99,596 67 $75,000.00
Design Budget (2011) 25.000.00
$99.596.67 $100.000.00
INFORMATIONAL MEMO
Page 2
The list includes:
1. Interurban Ave S 1 -5 to S 143 St (select areas only)
2. East Marginal Way: 200 yards south of S 81 PI to north city limits
3. East Marginal Way 9400 block
4. Tukwila Parkway: Andover Park W to Bahama Breeze (including 61 Ave S to bridge)
5. S 150 St: Tukwila International Blvd. to 42 Ave S
6 Beacon Avenue Bangor St to S 107 St
7 Andover Park East: Strander Blvd. to Tukwila Parkway
8 Andover Park West: S 180 St to Minkler Blvd. (including intersection)
9. 49 Avenue South: S 107 St to S 114 St
10. S 114 St: 49 Ave S to 51 Ave S
11 41 Ave S: S 139 St to north end
RECOMMENDATION
The Council is being asked to approve and forward the proposed contract with KPG, Inc. in the
amount of $99,596.67 for consideration at the October 25, 2010 Committee of the Whole
meeting and subsequent November 1, 2010 Regular Meeting.
Attachments: Consultant Selection Scoring Sheet
Vicinity Map
Contract, Scope of Work and Fee Estimate
W \PW Eng \PROJECTS\A- RW RS Projects\91110401 (2011 Overlay and Repair Program) \Consult Select 10- 14- 10.doc
CONSTSELECTION
2011 OVERLAY REPAIR PROGRAM
David Evans W H
Associates Pacific KPG
Project Manager 1 1 1
Pavement Design Rehabilitation
Repair Expertise 2 2 1
Agency Overlay
Program Management 1 1 1
Tukwila Overlay
Program Knowledge 2 1 1
Pavement Management
System Experience 2 2 1
Expertise Using
WSDOT Standards 1 1 1
TOTALS 9 8 6
For each category, highest score is 1 (with the lowest or worst score at 4)
Consultant with the lowest score is ranked the best.
W \PW Eng \PROJECTS\A- RW RS Projects \09RWO1 2009 -10 Overlay\2011 consel
is'
333 St =3, CITY
395 OF
39931
A. TUKWILA
51003
3,0)3 1
3•046 t'.,
1 5 i Illitt u
Ion 11 y 3551n9 47 :i 0
col�i6ip5 a i
Wa 91
cdunvy 1 /1
1
14145 511tH s112 sf 4,1
s 163 er
s
9
b19 3
b, is3 5A
5115 St Wq $115 u S
91153' T\ 311x3 I, o-'s"'"'
61x4 5' 2 1 a m sua3 I z Ax
y f— r 8 N 31245,
Z 314]31_.,.. 1x5 `p
t1 =l 0 0 fir. b 7
saeea a A 9 I
31393 s -3� k. P qj_
3, X 11 ii H 't�.
519.53 9 T O
31053 m y 31
t
383 4.
-PIPPF� 1,531 t ,9 5��■_m 3 d .,Ox ,1353 ��j1�4
S1405 1 3,.93! I I� v
I I G7 St9S
ICI I R
3143 91431 ,t "a
�,s,.,
5143 r I 51N3I� r F ort
1 91453 1 1f S140 1
w Mint
Y K I 514951 t Mi
a I 1s,3a9 _.'�,.n J t; 15150 51 e189 51496 p
I s 513
319x3 5 3 515251 5t 31423} U
5 11' h
91513 I I 5143 a 515951 5159 �t
1 s 4 a ,z�_ tJ tic
m cos s Y 9 9
al W I w i p
1 r 918'
iva T _01 N S
i n '3 I War Mt s. 9 T 5V.9. 0
31.3 d 2 nd
t s
i Ia+r e s
UphM p
'14. Yellin or g e S
s., 1�:. SW133
LEGEND x r 659.444 .44. i
a
CITY LIMITS
IR
STREET CENTERLINE ac S m
BRIDGE II
SCALE. 1" =1500 i
DATE JANUARY 26, 2001 a��
Ueda�mar Tne l e eaueapWe'm an0 6
are mlen 0e5 Zr Dory
320551
C�r.
CONSULTANT AGREEMENT FOR
ENGINEERING DESIGN SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City and KPG, Inc., hereinafter referred to as "the Consultant in consideration of the
mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering design
services in connection with the project titled 2011 Overlay Program.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Time for Performance. Work under this contract shall commence upon the giving of written
notice by the City to the Consultant to proceed. The Consultant shall perform all services and
provide all work product required pursuant to this Agreement within 365 calendar days from
the date written notice is given to proceed, unless an extension of such time is granted in
writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $99,596.67 without express written modification of the Agreement signed by
the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion
of the work under this Agreement and its acceptance by the City.
D. Payment is provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and state for a period of three (3)
years after final payments. Copies shall be made available upon request.
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attorney's fees, arising from injury or death to persons or damage to property
occasioned by any act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the perform-
ance of this Agreement and as to claims against the City, its officers, agents and employees,
the Consultant expressly waives its immunity under Title 51 of the Revised Code of
Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemnify, defend and hold harmless provided for in this paragraph extends to
any claim brought by or on behalf of any employee of the Consultant. This waiver is
mutually negotiated by the parties. This paragraph shall not apply to any damage resulting
from the sole negligence of the City, its agents and employees. To the extent any of the
damages referenced by this paragraph were caused by or resulted from the concurrent
negligence of the City, its agents or employees, this obligation to indemnify, defend and hold
harmless is valid and enforceable only to the extent of the negligence of the Consultant, its
officers, agents and employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with a minimum coverage of $500,000 per
occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/
aggregate for property damage, and professional liability insurance in the amount of
$1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named insured
and shall include a provision prohibiting cancellation of said policy except upon thirty (30)
days prior written notice to the City. Certificates of coverage as required by this section shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde-
pendent contractor with respect to the services provided pursuant to this Agreement. Nothing
in this Agreement shall be considered to create the relationship of employer and employee
between the parties hereto. Neither the Consultant nor any employee of the Consultant shall
be entitled to any benefits accorded City employees by virtue of the services provided under
2
this Agreement. The City shall not be responsible for withholding or otherwise deducting
federal income tax or social security or for contributing to the state industrial insurance
program, otherwise assuming the duties of an employer with respect to the Consultant, or any
employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its
discretion to deduct from the contract price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap in the selection and
retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, 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 City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to
recover its costs, including reasonable attorney's fees, incurred in such suit from the losing
party.
3
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG, Inc.
753 9th Avenue N.
Seattle, WA 98109
17. Integrated Agreement. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Consultant and supersedes all
prior negotiations, representations, or agreements written or oral. This Agreement may be
amended only by written instrument signed by both the City and the Consultant.
DATED this day of 2010
CITY OF TUKWILA CONSULTANT
By:
Jim Haggerton, Mayor Nelson Davis, KPG
Principal
Title:
Attest/Authenticated: Approved as to Form:
Christy O'Flaherty, CMC, City Clerk Office of the City Attorney
4
EXHIBIT A
City of Tukwila
2011 Overlay Program
Scope of Work
October 12, 2010
PROJECT DESCRIPTION
The Consultant shall prepare final Plans, Specifications and Estimates for the 2011 overlay program.
Specific projects will be determine from the following list of candidate streets:
Interurban Ave S I -5 to S 143rd St (select areas only)
East Marginal Way 200 yards south of 81st to north city limits
o East Marginal Way 9400 block
Tukwila Parkway Andover Park West to Bahama Breeze (including 61st Ave to S -line
bridge)
S 150th St Tukwila International Blvd to 42nd Ave S
o Beacon Ave Bangor St to S 107th St
o Andover Park East Strander to Tukwila Parkway
Andover Park West S 180th St to Minkler (including intersection)
49th Ave S S 107th St to S 114th St
o S 114th St 51st Ave S to 49 Ave S
41st Avenue S: S 139th Street to north end
The Consultant shall review the street segments above to do a visual confirmation and budget level
estimates. This information will be summarized in a technical memorandum with recommended street
segments amounting to a total program construction budget of approximately $1 Million. Upon approval
by the City, selected road segments for the 2011 Overlay Program will be advanced into final design.
The Consultant shall provide all necessary field reviews, base mapping, and utility notification required to
complete final bid documents. The Consultant shall also prepare the bid tabulation, check low bidder(s)
references, and provide a recommendation for award to the City.
Projects will be bid as a single bid package as budget allows. Projects may be re- prioritized or deferred to
a future overlay program based on available budget and other considerations. Detailed estimates will be
prepared at the 50% design to verify the final project list to be included in the 2011 Overlay Program.
An allowance is included to provide support and to the City's pavement management system. This work
will be performed by the Consultant and /or Pavement Engineers Inc. under subcontract to the Consultant
as required.
SCOPE OF WORK
City of Tukwila KPG, Inc.
2011 Overlay Program Page 1 of 3 October 12, 2010
TASK 1 MANAGEMENT /COORDINATION /ADMINISTRATION
1.1 The Consultant shall provide continuous project management and administration for the
duration of the Project. (Estimate 6 months).
Hold project coordination meetings with the City to update progress and review
submittals. Assume (4) meetings.
The Consultant shall provide monthly status reports and billings.
1.2 The Consultant shall provide independent QA/QC reviews by senior in -house staff of all
deliverables prior to submittal to the City.
TASK 2 PREPARE DESIGN BASEMAPS/PRIORITY BUDGET MEMO
2.1 The Consultant shall review the street segments included in the project description to do a
visual confirmation of condition and budget level estimates. This information will be
summarized in a technical memorandum with recommended street segments amounting to a
total program construction budget of approximately $1 Million. Upon approval by the City,
selected road segments for the 2011 Overlay Program will be advanced into final design.
2.2 The Consultant shall prepare base maps for the selected project segments using field
measurements, available record drawings and ortho- photography.
Assumptions
The Consultant shall provide existing mapping or record drawings, GIS information, and
existing aerial ortho photography for the Project areas.
Field survey will not be required.
Typically, only surface utilities requiring adjustment to grade will be shown.
Deliverables
Technical memorandum with budget estimates and program recommendations.
Base maps for selected Project sites.
TASK 3 PREPARE PLANS, SPECIFICATIONS AND ESTIMATE
3.1 The Consultant shall prepare final Plans for the proposed improvements including the
following:
Plans shall be prepared with such provisions in such detail as to permit field layout and
construction within a degree of accuracy acceptable to the City and per industry
standards.
It is assumed there will be thirty (30) plan sheets at 1 =20' scale full size (22" X 34
1 =40' at reduced scale (11" X 17
Typical sections and details will be prepared for items not available as standard details
from the City, State, or APWA standard drawings.
City of Tukwila KPG, Inc.
2011 Overlay Program Page 2 of 3 October 12, 2010
The Plans shall illustrate complete details of construction of the proposed improvements
including limits of construction and removals, utility adjustments, surfacing depths and
details, and applicable channelization and signing.
The Consultant shall perform Project site walkthroughs with the City to determine extent
of roadway improvements /resurfacing (Estimate 2 meetings).
Pavement sections will be determined through consultation with the City's maintenance
staff and previous experience.
3.2 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable
Construction Cost for each review submittal and the bid documents.
3.3 The Consultant shall prepare the Contract Specification per 2010 WSDOT Standard
Specifications.
3.4 The Consultant shall distribute 50% and 90% review submittals to franchise utility owners for
utility adjustments within the Project limits.
3.5 The consultant shall assist the City with Project Advertisement and Award.
Assumptions
No federal funding is anticipated for the Project engineering or construction.
No utility upgrades are anticipated in the project design.
Drainage Water Quality Reports will not be required.
Geotechnical Engineering services will not be required.
Environmental Documentation will not be required.
Deliverables
50% review submittal with Plans and Estimate
90% review submittal with Plans, Specifications, and Estimate.
Bid Documents and Engineer's Estimate
6 sets of Plans (11" X 17 and specifications provided for each review submittal.
10 sets of Plans (11" X 17 and specifications for the Bid Documents.
Coordinate upload of Plans and Specifications to Builders Exchange.
TASK 4 PAVEMENT MANAGEMENT SUPPORT (AS NEEDED)
4.1 The City may require other services of the consultant in updating the City's Pavement
Management Program. This work will be conducted on an as needed basis within the budget
allowances contained in Schedule B. For budgeting purposes, we have included 24 hours of
staff time and a $2,000 allowance for Pavement Engineers under subcontract to the
Consultant.
City of Tukwila KPG, Inc.
2011 Overlay Program Page 3 of 3 October 12, 2010
HOUR AND FEE ESTIMATE EXHIBIT B
Project: City of Tukwila I P G-
Architecture
Landscape Architecture
2011 Overlay Program Civil Engineering
Labor Hour Estimate 1 Total Fee
Project Senior Project Design CAD Const Survey Senior Office
Task Description Manager Engineer Engineer Engineer Technician Inspector Crew Admin Admin
179 18 129.22 114 85 100 49 81 41 94 10 139 01 100 49 58.11 Fee
Task1 Management /coordination /administration
1 1 Management and administration (estimate 6 months) 6 1 0 1 0 0 0 1 0 0 1 2 1 6 1$ 1,624 71
1.2 QA/QC reviews 8 1 8 1 0 1 0 0 0 I 0 0 1 4 1$ 2,699 60
Reimbursable expenses see breakdown for details 1 1 1 1 1 1 1 1 I 1$ 40.00
Task Totals 1 14 1 8 1 0 1 0 1 0 0 1 0 I 2 1 10 1$ 4,364.31
Task 2 Prepare Design Basemaps /Priority Budget Memo
2.1 Project prioritization memo 4 1 4 1 12 12 0 0 0 1 0 1 0 1$ 3,817 69
2.2 Basemap preparation 8 1 16 1 60 120 120 0 1 0 1 0 1 0 1$ 32,219 55
Reimbursable expenses see breakdown for details 1 1 1 1 1 400.00
Task Totals 12 1 20 72 1 132 1 120 1 0 1 0 1 0 1 0 1$ 32,619.55
Task 3 Plans, Specifications and Estimate
3.1 Project Plans 24 40 60 1 100 160 0 0 0 4 39,666 53
3.2 Project Cost Estimates 4 8 16 24 16 0 0 0 0 7,302.34
3.3 Project Specifications 4 8 24 16 0 0 0 0 8 1$ 6,579 63
3 4 Utility Coordination 2 0 4 4 0 0 0 0 4 1$ 1,452.16
3.5 Project Advertisement and Award 4 0 1 8 0 0 0 1 0 0 8 1$ 2,100.42
Reimbursable expenses see breakdown for details 1 1,100 00
Task Total 1 38 1 56 112 144 176 1 0 1 0 1 0 24 1$ 58,201.08
Task 4 Pavement Management Support (As Needed)
4 1 Pavement Management Support Allowance 0 1 0 1 0 24 0 i 0 0 0 0 1$ 2,411 74
Reimbursable expenses see breakdown for details 1 1 2,000.00
Task Total 0 1 0 0 0 0 0 0 1 0 0 I$ 4,411.74
Total Estimated Fee: 99,596.67
10/13/2010
HOUR AND FEE ESTIMATE EXHIBIT B
KPG
Architecture
Civil Engineering Project: City of Tukwila
Civil En �neerin
2011 Overlay Program
Reimbursable Breakdown Cost
Task1 Management /coordination /administration
Mileage 20 00
Reproduction 20 00
Task 1 Total 40.00
Task 2 Prepare Design Basemaps /Priority Budget Memo
Mileage 300 00
Reproduction 100.00
Task 2 Total 400.00
Task 3 Plans, Specifications and Estimate
Mileage 100 00
Reproduction 1,000 00
Task 3 Total 1,100.00
Task 4 Pavement Management Support (As Needed)
Pavement Engineers Allowance 2,000 00
Reproduction
Task 3 Total 2,000.00
Total Reimbursable Costs: 1,540.00
10/13/2010
ate sy
Z City of Tukwila
a o City Council
29 °a,' MEMORANDUM
TO: Transportation Committee
FROM: Kimberly Matej, Legislative Analyst
CC: Steve Lancaster, City Administrator
Shawn Hunstock, Finance Director
DATE: October 8, 2010
SUBJECT: Budget Review Committee Schedule
Council Committees have each been assigned portions of the Preliminary 2011 -12 Biennial Budget to
review over the course of two consecutive meetings The review schedule for the Transportation
Committee is listed below
Transportation Committee
Review Schedule
Monday, October. 18, 2010 Budget Pg. Numbers* CIP Pg. Numbers*
Public Works GF -149 to GF -162
Facility Maintenance GF -163 to GF -166
Street Maintenance GF -167 to GF -171
Monday, November 1, 2010 Budget Pg. Numbers CIP Pg. Numbers*
Street Fund OF -5 to OF -6 CIP 1 -5
Arterial Street Fund /Bridges OF -7 to OF- 8 CIP 7 -47
Land Acq /Parks Dev OF -19 to OF -20 CIP 49 -73
Facility Replacement OF -21 CIP 75 -89
General Govt Improvements OF -22
Equipment Rental OF -41 to OF -42
1 Attachment A CIP VII -IX
1 Attachment B CIP XI
Attachment C CIP XII
*The Preliminary Budget and CIP are included in the same binder for review The Budget has been inserted
first, separated as General Fund (GF) and Other Funds (OF). The CIP is second, separated by a green page
divider entitled CIP.