Loading...
HomeMy WebLinkAboutTrans 2010-12-06 Item 2A - Agreement - Tukwila Urban Center Access (Klickitat) Construction Management with CH2M Hill /o/ 2 City of Tukwila 4, 2 Jim Haggerton, Mayor INFORMATIONAL ORMATI ONAL MEMORANDUM TO Mayor Haggerton Transportation Committee t H FROM Public Works Director DATE December 1, 2010 SUBJECT. Tukwila Urban Center Access (Klickitat) Project Project No. 98410419 Construction Management Contract with CH2M Hill ISSUE Approve Construction Management contract with CH2M Hill for the Tukwila Urban Center (TUC) Access (Klickitat) Project. BACKGROUND The TUC Access project is scheduled to start construction in early 2011 While In -house City staff will provide lead Construction Management on the project, due to the tight timeline for construction, a significant number of additional resources will be required to supplement in- house capabilities The City advertised for consulting services and received eleven (11) proposals that were rated by a selection panel. The top four (4) firms were interviewed, AECOM, CH2M Hill, Jacobs and Parametrix. CH2M Hill was rated the highest by the cumulative scores of the interview panel. DISCUSSION The CH2M Hill contract will include full time field engineering, inspection and documentation compliance support, including multi -shift capability if necessary, as well as on -call specialty support staff. The fee of $2,024,137.02 is reasonable for the scope of work provided by CH2M Hill for this complex project. The total revised Construction Management budget is 20% of the construction contract plus contingency ($10,880,180 2,176,036 x 20% $2,611,243) CM Expenses Budget CH2M Hill CM Inspection $2,024,137.02 HNTB Sup #12 Construction Eng Support 171,062 00 City CM Staff, WSDOT, Misc. Expenses 389,885 00 Klickitat CM Budget (CIP page 15) 0 00 $2,513,000 00 Construction Budget to Supplement CM 0 00 98.243 00 Total Contract and Budget $2.585.084.02 $2.611.243.00 RECOMMENDATION Approve the construction management contract with CH2M Hill in the amount of $2,024,137 02 and consider this item at the December 13, 2010 Committee of the Whole meeting followed by a Special Meeting that same night. Attachment: Consultant Selection Scoring Sheet Consultant Contract Including Scope of Work and Fee W 1PW EngIPROJECTSIA- RW RS Projects184RW19 TUC Access (Klickitat)1Info Memo for CH2M Hill CM 12 -1 -10 doc 1 I u c� m m c h m y TUC Access (Klickitat) a Z r 8 ti Project No. 98410419 t y o h v b F a w 3 CM Consultants Proposal o Q. c n .o N f `c" a a3 e,, m -8)k9 y c a .m m Y ea O c F a; m 0 Q 0 r- 4 `i t 0 1 40% Score PETER's MIKE's CYNDY's ROBIN's TOTAL AVERAGE from TOTAL Submitter 200 200 150 150 150 100 50 1000 Ranking Ranking Ranking Ranking Ranking Ranking Ranking Ranking AECOM 136 150 124 121 125 89 48 793 4 3 2 4 13 3.25 1 5 2 BEK 98 86 93 71 83 60 41 531 10 9 10 10 39 9 75 10 CH2M Hill 134 150 113 115 126 84 46 768 1 4 8 1 14 3.50 2 5 6 CMTS 103 85 93 76 90 61 40 548 9 9 11 9 38 9 50 9 Hill International 95 91 85 94 69 48 36 518 11 11 9 11 42 10 50 11 Jacobs 130 154 123 120 120 83 49 778 4 2 1 7 14 3.50 2 5 6 KBA 141 128 126 113 114 71 50 743 6 4 5 5 20 5 00 6 Kenedy /Jenks 136 136 128 101 115 76 50 743 8 6 4 3 21 5 25 7 Parametrix 149 136 128 118 113 80 49 771 3 1 3 8 15 3 75 4 6 Perteet 138 111 121 110 103 70 49 701 7 8 5 6 26 6.50 8 WH Pacific 125 134 109 138 123 73 50 750 2 7 7 2 18 4 50 5 Klickitat CM Consultant Interviews 60% Score from PETER'S MIKE's CYNDY's ROBIN's TOTAL TOTAL Total Score from Proposal Ranking Ranking Ranking Ranking Ranking ranking Interview Ranking I I AECOM 4 3 1 4 12 I 7.2 12.4 4 CH2M Hill 1 1 1 2 4 1 1 8 I 4 8 10.4 1 Jacobs I 2 1 4 3 2 1 11 N 6.6 12.2 3 Parametrix 1 3 1 1 2 1 3 1 9 I 5 4 11 4 2 Lowest score is the highest rated consultant. N W'\PW Eng \PROJECTS\A- RW RS Projects \84RW19 TUC Access (Klickitat) \CM RFP Evaluation Spreadsheet 12 -1 -10 1210212010 Local Agency Consultant/Address /Telephone CH2M HILL, Inc. Standard Consultant 1100 112th Avenue NE Agreement Suite 400 Bellevue, WA 98004 Architectural /Engineering Agreement Personal Services Agreement (425) 453 5000 Agreement Number 84 -RW 19 Project Title And Work Description Federal Aid Number Consultant will provide construction management STP 1037(003) HPP 999(474) HPP 999(475) services related to the Tukwila Urban Access Agreement Type (Choose one) Improvement Project, 84-RW19. Lump Sum Lump Sum Amount Cost Plus Fixed Fee Overhead Progress Payment Rate Overhead Cost Method DBE Participation Yes No Actual Cost Federal ID Number or Social Security Number Actual Cost Not To Exceed 59- 0918189 Fixed Overhead Rate Do you require a 1099 for IRS? Completion Date Fixed Fee Yes Z No February 29, 2012 Specific Rates Of Pay Total Amount Authorized 2,024,137.02 Negotiated Hourly Rate Management Reserve Fund Provisional Hourly Rate Cost Per Unit of Work Maximum Amount Payable 2,024,137.02 Index of Exhibits (Check all that apply): Exhibit A -1 Scope of Work Exhibit G -2 Fee -Sub Specific Rates Exhibit A -2 Task Order Agreement Exhibit G -3 Sub Overhead Cost Exhibit B -1 DBE Utilization Certification Exhibit H Title VI Assurances Z Exhibit C Electronic Exchange of Data Exhibit I Payment Upon Termination of Agreement Exhibit D -1 Payment Lump Sum Exhibit .1 Alleged Consultant Design Error Procedures Exhibit D -2 Payment Cost Plus Z Exhibit K Consultant Claim Procedures Exhibit D -3 Payment Hourly Rate Exhibit L Liability Insurance Increase Exhibit D -4 Payment Provisional Exhibit M -la Consultant Certification Exhibit E -1 Fee Lump /Fixed/Unit Z Exhibit M -lb Agency Official Certification Exhibit E -2 Fee Specific Rates Exhibit M -2 Certification Primary Exhibit F Overhead Cost Exhibit M -3 Lobbying Certification Exhibit G Subcontracted Work Exhibit M -4 Pricing Data Certification Exhibit G -1 Subconsultant Fee App 31.910 Supplemental Signature Page THIS AGREEMENT, made and entered into this day of 2010 between the Local Agency of City of Tukwila Washington, hereinafter called the "AGENCY" and the above organization hereinafter called the "CONSULTANT DOT Form 140 -089 EF Page 1 of 8 Revised 3/2008 3 VETNESSETH TiIAT. WHEREAS, the ACiENCY desires to accomplish the above referenced project, and WHEREAS, thc 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, thc 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 ineorporated 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 tot this PROJECT The CONSULTANT shall furnish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere to this AGREEMENT 11 Scope of Work The Scope of Work and protected 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, anchor 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 (DBF), 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 tlreir certification number will he shown on Exhibit "13" 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 AGINCY"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 b) the CONSULTANT prior to completion or terruiriattnn of this AGREEMENT are instruments of sej41ec 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 tnstruments of service, not occurring as a part of this PROJECT. shall be without liability or legal exposure to the CONSULTANT Page 2 of 8 4 IV Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY m 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 oldie 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 "I)" 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 4R CFR. Part 31 A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager VI Sub Contracting The AGENCY permits sub- contracts for those items of work as shown in Exhibit "0" attached hereto and by this reference made part of this AGREEMENT Compensation for this sub consultant work shall he based on the cost factors shown on Exhibit "G The work of the sub- consultant shall nor exceed i ts 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 he 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 Protect Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT wanants that they have not employed or retained any company or person. other than a bona tide 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 tivarrant, the AGENCY shall have the right 10 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. eomnisston, percentage, brokerage fee, gift. or contingent fee Any and all employees of the CONSULTANT or other persons whsle engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees oldie CONSULTANT only and not of the AGENCY. and any and all claims that may arise under an Workmen's Compensation Act on behalf of said employees or other persons while so engaged. and any and all claims made by a Page 3 of 8 5 third party as a consequence of any act or omission on the pan of the CONSULTANT'S employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall he the sole obligation and responsibility of the CONSUI: PANT The CONSULTANT shall not engage, on a full- or part -time basis, or other basis, during the period oldie contract. any professional or technical personnel who are, or have been, at any tune during the period of the contract, in the employ of the United States Department of Transportation, or the STATE, or thc AGENCY, except regularly retired employees, Without written consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract, thc 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 tlighway 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 199(1 (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 thc 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 he made for any work completed afier 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 firth 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 AGEENCY for default on the pan attic CONSULTANT, the above formula for payment shall not apply Page 4 of 8 6 in such an evens. the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT m 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 lactors 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. It 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 tar 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 sausfiictorily 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 herem provided under Section XIV X1 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 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" XH Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems n 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 he initiated in the Superior court of 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 ni the county in which the AGENCY is located Page 5 of 8 7 t XIII Legal Relations The ONSUL1 ANT 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 thc STATE from claims, demands or suits based solely upon thc conduct of the AGENCY or the STATE, thee agents, officers and employees; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT'S agents or employees, and (b) the AGENCY or the STATE, their agents, officers and employees. this indemnity provision with respect to (1) claims or suits based upon such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law. Title 51 R.0 \'V Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, ifany, 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. Tay providing such assistance, thc 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, thc 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 thc STATE. 13 Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars (52,000,000) 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 (51,000,000) 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 ofthe foregoing policies shall he 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 AGREEI\4ENT or one million (51,000,000) dollars. whichever is the greater, unless modified by Exhibit "L hi no case shall the CONSULTANT'S professional liability to third parties be limited in any, way Page 6 of 8 8 The AGENCY will pay no progress payments under Section V until the CONSULTANT has hilly complied with this section. This reined) 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 tune, by written order, make changes \\•ithin the general scope of the AGREEMENT in the services to he performed. B If any such change causes an increase or decrease rn the estimated cost of, or the time required tier, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terns and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum amount payable, (2) delivery or completion schedule, or both, and (3) other affected terms and shall modify the AGREEMENT accordingly C. The CONSULTANT must submit any "request for equitable adjustment hereafter referred to as "CLAIM under this clause within thirty (30) days from the date of receipt of the written order However, tithe 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 (F3) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to he increased except by specific written supplement to this AGREEMENT XV Endorsement of Plans If applicable, the CONSULTANT shall place them 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 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 5500,000 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 teens hereofshall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT XIX Execution and Acceptance This AGREEMENT may he 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 AGRLLMENT and agrees to all of the terms and conditions thereof Page 7 of 8 9 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 ot ,.z By Ti nh; 13t:van, Sr Clieni Service Manager consultant CH2M HILL, Inc. Agency City of Tukwila DOT Form 140-089 EF P� 8 of 8 Revised 31200E go A Exhibit A -1 Tukwila Urban Access Improvement Project 84- RW 19 City of Tukwila Scope for Construction Management Services November 2010 1J INTRODUCTION During the term of this AGREEMENT, CH2M HILL, INC (CONSULTANT) shall perform professional services for the City of Tukwila (AGENCY) in connection with the following project: PROJECT 84 -RW19 TUKWILA URBAN ACCESS IMPROVEMENT PROJECT PROJECT DESCRIPTION The Tukwila Urban Access Improvement Project will enhance access, reduce congestion and reduce accidents near the Southcenter Mall. A large portion of traffic visiting the Southcenter area travels through the Southcenter Parkway /Klickitat Drive intersection. Because of this, Southcenter Parkway's intersections with the mall entrance, Klickitat Drive, and the Northbound 1 -5 off ramp suffer severe congestion, and traffic often extends all the way up the ramp onto the Northbound 1 -5 shoulder. Similarly, on Northbound Southcenter Parkway, traffic can backup through these intersections and beyond Strander Boulevard. Improvements include constructing a grade separation between southbound Southcenter Parkway traffic and all other traffic at its intersection with Klickitat Drive. This reduces congestion for traffic turning west onto Klickitat Drive from Northbound Southcenter Parkway to access the Southbound 1 -5 on -ramp. Klickitat Drive also provides convenient access to and from SR 518 and the airport, and congestion on these routes will be reduced as a result of the improvements. The Tukwila Urban Access Improvement Project includes the rehabilitation and reconstruction of approximately 2,500 linear feet of Southcenter Parkway between the vicinity of Bahama Breeze and the vicinity of Doubletree Guest Suites. Project elements include construction of a cast -in -place reinforced concrete slab bridge, soldier pile retaining walls, structural earth retaining walls, sidewalks, landscaping, concrete barrier, traffic signals, illumination, asphalt paving, storm drainage system, utilities, and other improvements. AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 1' L. GENERAL CONSULTANT will provide Construction Management Services (CM) as defined below. These services are intended to assist the AGENCY to administer the contract for construction, observe the performance of the construction Contractor "Contractor confirm that the Contractor's work is in general compliance with with the contract documents, and assist the AGENCY in responding to events that occur during the construction. These services are based upon the understanding that the AGENCY will contract directly with the Contractor and will be actively involved in the construction process to make decisions, provide approvals, and perform other actions necessary for the completion of the construction. These services are also based upon the AGENCY executing a contract for construction with the Contractor that provides the requisite authority for CONSULTANT to fulfill its responsibilities. The CONSULTANT is not responsible for any costs, claims, or judgments arising from or in any way connected with the errors, omissions, conflicts or ambiguities in the Contract Documents prepared by others. The CONSULTANT does not have responsibility for the professional quality or technical adequacy or accuracy of the design plans or specifications. CONSULTANT's services are based upon the assumption that the construction on this project will be substantially complete by the Contractor by November, 16, 2011, and the end date for this Construction Management Services contract will be February 29, 2012. Deviations from the anticipated schedule or duration of construction will materially affect the scope of these services and CONSULTANT's compensation for the services, and will require an adjustment to CONSULTANT's compensation. CONSULTANT will not perform services beyond the agreed to contract scope without written authorization from the AGENCY. The level of effort to perform the work described is generally based on a standard five day work week and standard eight hour workday, but also includes an assumption of five months of five day work weeks with an additional eight -hour shift at night. The services listed below will be provided in accordance with applicable guidelines from the most current (as of execution of this Agreement) versions of the WSDOT Construction Manual, Project Specifications, AGENCY guidelines, and the WSDOT Local Agency Guidelines (LAG) Manual. These CONSULTANT services include, but are not limited to: AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 13 1.0 PRECONSTRUCTION SERVICES Preconstruction Services may include, but are not limited to, the following tasks as requested by the City: Preparation, attendance, and documentation of meetings with the City, its Contractor, utility companies, businesses and citizens. Documentation of existing conditions on the project through photos and video. Arranging, coordinating, leading and taking minutes for a pre construction conference. Reviewing construction contract documents and preparing lists of items needed from the Contractor and /or City prior to granting a full Notice to Proceed to the Contractor. Preparing lists of anticipated and necessary submittals for specific milestones during the Contract. 2.0 CONSTRUCTION MANAGEMENT SERVICES 2.1 Establish Document Manaaement System: CONSULTANT will establish a system and set of procedures for managing, tracking and storing relevant documents between the Contractor, CONSULTANT and AGENCY produced during the Construction and Closeout phases of the project. CONSULTANT will utilize an appropriate computer based document management system selected by CONSULTANT and AGENCY. CONSULTANT will, in coordination with the AGENCY, maintain hard copy records, suitably organized, of relevant documentation. CONSULTANT will also implement procedures for the logging and tracking of relevant correspondence and documents. CONSULTANT will assist the AGENCY in monitoring outstanding decisions, approvals or responses required from the AGENCY. 2.2 Conduct Pre Construction Conference: CONSULTANT shall coordinate and attend one pre- construction conference with the Contractor to review the project communication, coordination and other procedures and discuss the Contractor's general work plan and requirements for the project. CONSULTANT will take minutes and distribute to the attendees. 2.3 Conduct Proiect Site Meetings: CONSULTANT will conduct weekly meetings with the Contractor and will prepare the minutes of these meetings. 2.4 General CM Support: CONSULTANT will provide services in coordinating the site activities, administering the contract for construction, monitoring the contractor's performance, responding to design and technical submittals, and closing out the contract for construction. The following services are included as part of this task. AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 14 2.4.1 Progress Payments: CONSULTANT will prepare Contractor pay requests, including appropriate documentation of force account, lump sum, and bid items. Pay requests will be developed based on the Contractor's monthly submittal of the cost loaded schedule. CONSULTANT will use the Project Specifications, AGENCY guidelines and WSDOT Local Agency Guidelines (LAG) Manual in the preparation of the contractor's pay request. CONSULTANT will advise the AGENCY as to the status of the total amounts requested, paid, and remaining to be paid under the terms of the contract for construction. Recommendations by CONSULTANT to the AGENCY for payment will be based upon CONSULTANT's review of the Contractor's monthly cost loaded schedule submittal, as well as on CONSULTANT's measurements calculations and /or other information. Such recommendations do not represent that the Contractor has completed the work in exact accordance with the contract for construction; that CONSULTANT has made an examination to ascertain how or for what purpose the Contractor has used the moneys paid; that title to any of the work, materials or equipment has passed to the AGENCY free and clear of liens, claims, security interests, or encumbrances. 2.4.2 Field Instructions and Orders: CONSULTANT will issue field instructions, orders or similar documents during construction as provided in the contract for construction. 2.4.3 Correspondence and Communications: CONSULTANT will implement and maintain regular communications with the Contractor during the construction. CONSULTANT will receive and log communications from the Contractor and will coordinate the communications between the AGENCY and Contractor. CONSULTANT will not provide direction directly to the Contractor's subcontractors. CONSULTANT will prepare written communications to the Contractor and provide recommendations to the AGENCY for written communications between the AGENCY and Contractor. 2.4.4 Traffic Control: CONSULTANT will review Contractor prepared traffic control plans, and will make recommendations to the AGENCY regarding the acceptability of the Contractor's plans. 2.4.5 Environmental /Aaencv Permits: CONSULTANT will review the requirements stipulated in the AGENCY's permits issued by regulatory and environmental agencies. CONSULTANT will provide an Environmental Compliance Officer (ECO) who will review the project once per week to review and make recommendations on environmental permit compliance. The ECO will have a minimum of 10 years of Federal permitting experience on public works projects, and 5 years of experience overseeing environmental compliance on Federally funded projects. 2.4.6 Review of Contractor's Reouested Changes: CONSULTANT shall review construction contract changes. CONSULTANT will make recommendations to the AGENCY regarding the acceptability of the Contractor's request and, upon approval of the AGENCY, assist the AGENCY in negotiations of the requested change. Upon agreement and approval, CONSULTANT will prepare final change order documents and Info Memos for execution by the AGENCY and the Contractor. AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 15 2.4.7 Change Order Reports: CONSULTANT will provide periodic reports to the AGENCY about the status of Change Orders. The report shall include issued Change Orders, pending change orders, and change order amounts. 2.4.8 Claims and Disputes: CONSULTANT will receive, log, and notify the AGENCY about letters and notices from the Contractor concerning claims or disputes between the Contractor and AGENCY pertaining to the acceptability of the work or the interpretation of the requirements of the contract for construction. CONSULTANT will review letters and notices and will discuss them with the Contractor as necessary to understand the claim or dispute. CONSULTANT will advise the AGENCY regarding the Contractor's compliance with the contract requirements for such claims and disputes. CONSULTANT will assist the AGENCY in discussions with the Contractor to resolve claims and disputes. CONSULTANT will provide assistance to setup a Disputes Review Board, organize quarterly Disputes Review Board meetings, and will prepare quarterly updates for the Disputes Review Board. CONSULTANT will use the Project Specifications and LAG Manual in the resolution of and claims and disputes. The AGENCY and Contractor will pay all of the expenses of the Disputes Review Board members. CONSULTANT will not issue decisions on Contractor claims or disputes. CONSULTANT will not, except as part of Additional Services, undertake comprehensive investigation or analysis of Contractor's claims and disputes, nor participate in judicial or alternative dispute resolution procedures for the claims or disputes. 2.4.9 Contractor's Schedule Submittal: CONSULTANT will review and provide technical analysis of the Contractor's construction schedule to confirm it is consistent with the requirements of the contract for construction. CONSULTANT will advise the Contractor of any areas where the schedule is not in compliance with the contract for construction. CONSULTANT will provide comments to the AGENCY to assist the AGENCY in approving, accepting or taking other action on the contractor's schedule, in accordance with the contract for construction. CONSULTANT's review and comments shall not be considered as a guarantee or confirmation that the Contractor will complete the work in accordance with the contract for construction. 2.4.10 Contractor's Schedule Updates: CONSULTANT will review the Contractor's regular schedule updates or other schedule submissions. CONSULTANT will advise the Contractor if the updates or other submissions are not in accordance with the contract for construction. CONSULTANT will provide comments to the AGENCY regarding the updates or other submissions. CONSULTANT will monitor the Contractor's progress on a weekly basis and report any significant changes to the project's available float and /or the project's critical path. CONSULTANT's review and comments shall not be considered as a guarantee or confirmation that the Contractor will complete the work in accordance with the contract for construction. AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 16 2.4.11 Effect of Chanae Orders: CONSULTANT will review information submitted by the Contractor regarding the effect of proposed or issued Change Orders upon the construction schedule, duration and completion date. CONSULTANT will advise the AGENCY as to the potential impact of proposed or issued Change Orders. CONSULTANT will assist the AGENCY in discussions with the Contractor concerning the potential impact of proposed or issued Change Orders. 2.5 Final Inspection Closeout Warranty: CONSULTANT will assist the AGENCY in issuing documents for substantial completion and acceptance of the work. CONSULTANT will advise the AGENCY on payment, and partial release of retention. CONSULTANT will assist the AGENCY in issuing documents for final completion and acceptance of the work. CONSULTANT will provide to the AGENCY an organized set of project documents and records. CONSULTANT is not responsible for any unauthorized reuse or alteration of project documents. 3.0 RESIDENT INSPECTION 3.1 1 Resident Inspection: CONSULTANT will conduct daily on -site inspections of the Contractor's work for the purposes of determining if the work generally conforms to the contract for construction and that the integrity of the design concept as reflected in the contract for construction has been implemented and preserved by the Contractor. CONSULTANT will supervise a team of field inspection staff, who will prepare written Inspector Daily Reports (IDR's), and other records of their inspections, which will be provided to the AGENCY. CONSULTANT's inspection staff will arrange for daily photographs of the work in progress by the Contractor, which will be provided to the AGENCY. Photographs will be labeled when necessary to determine location of work. CONSULTANT's observations and inspection of the work is not necessarily an exhaustive observation or inspection of all work performed by the Contractor. CONSULTANT does not guarantee the performance of the Contractor. CONSULTANT's observations shall not relieve the Contractor from responsibility for performing the work in accordance with the contract for construction. 3.1.2 Deficient and Non conforming Work: Should CONSULTANT discover or believe that any work by the Contractor is not in general accordance with the contract for construction, or is otherwise defective, or not conforming to requirements of the contract or applicable rules and regulations, CONSULTANT will bring this to the attention of the Contractor and the AGENCY CONSULTANT will thereupon monitor the Contractor's corrective actions and shall advise the AGENCY as to the acceptability of the corrective actions. At the advanced approval of AGENCY, CONSULTANT will issue Correction Notices or Stop Work Notices 3.1.3 Performance and Witness Testing: CONSULTANT will attend and witness field and factory performance tests as specified in the contract for construction. CONSULTANT will provide off-site fabrication inspectors for off -site fabrication inspection services. CONSULTANT will coordinate such testing as required by the AGENCY. AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 17 3.1.4 Reaulatory and Third Party Testina and Inspections: CONSULTANT will monitor the Contractor's coordination of inspection and testing by regulatory and third party agencies that have jurisdiction over the project. 3.1 5 Subsurface and Physical Conditions: Whenever the Contractor notifies CONSULTANT or AGENCY of differing subsurface or physical conditions at the site CONSULTANT will advise the AGENCY as to the appropriate action(s), and will assist the AGENCY in responding to the Contractor. Substantial and Final Completion: CONSULTANT will assist the AGENCY with inspections at substantial and final completion, in accordance with the contract for construction. CONSULTANT will prepare punch lists of items requiring completion or correction by Contractor. CONSULTANT shall make a statement to the AGENCY that to the best of CONSULTANT's knowledge, information and beliefs, based upon its observation of the work, the project has been completed in general accordance with the Contract Documents. CONSULTANT will assemble and submit to AGENCY guarantees and warranties required to be furnished by the Contractor under the construction Contract Documents. AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 18 31.6 Field Office: CONSULTANT will staff an AGENCY provided field office on the project site for purposes of providing inspectors to observe the work of the Contractor. Office equipment will be provided by the Contractor as specifically detailed in the construction contract. AGENCY will make scanning and copying equipment available at AGENCY Hall for the CONSULTANT's use. CONSULTANT will provide other equipment necessary to perform their scope. 3.2 Material Testina and Special Inspection: CONSULTANT will either through its own personnel, or through the procurement of an independent firm perform or cause to be performed material testing or specialty inspection required by the construction contract, the LAG Manual, the Project Specifications and the Construction Manual. CONSULTANT will review the reports and other information prepared by the independent firms. CONSULTANT will coordinate the testing firm's schedules and the transmittal of their reports, findings or other information to the Contractor and /or the AGENCY. 3.3 Technical Field Inspection Structures: CONSULTANT will provide technical specialists to provide inspection of the contractor's work specifically related to the retaining walls and structures for this project. 4.0 OFFICE ENGINEERING SERVICES 4.1 Enpineerina Design Support: CONSULTANT will provide written responses to the Contractor's request for interpretation or clarification of the contract documents. 4.2 Submittals: In accordance with the Project Specifications, the Construction Manual and the LAG Manual, as well as the WSDOT generated Record of Materials (ROM), and subsequent additions made to the ROM by CONSULTANT, CONSULTANT will coordinate with the design team for the reviews of the Contractor's shop drawings, samples, and other submittals. CONSULTANT will log and track shop drawings, samples, and submittals. CONSULTANT's review of shop drawings, samples, and submittals shall be for conformance with the design concept and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples, and submittals is free of errors, inconsistencies, or omissions. CONSULTANT will provide project administration in accordance with the LAG Manual for other requirements including: Equal Employment Opportunity and Monthly Utilization Reports, Prevailing wage verifications and interviews, and Disadvantaged Business Enterprise and Training Goals. AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 19 4.3 Requests for Information: CONSULTANT will review the Contractor's requests for information (RFIs) or clarification of the plans and specifications for construction. CONSULTANT will coordinate such review with the design team and with the AGENCY as appropriate. CONSULTANT will coordinate and issue responses to the RFIs. CONSULTANT will log and track the Contractor's RFIs. Any requests, submittals or changes that materially change the intent of the design will be approved by the engineer of record. This scope assumes the AGENCY has contracted directly with the engineer of record for this service. CONSULTANT will assist the AGENCY in reviewing and responding to the Contractor's requests for substitution of materials and equipment. CONSULTANT will review such requests and will advise the AGENCY as to the acceptability of such substitutions. 4.4 Record Drawinas: CONSULTANT will periodically review the Contractor's redline set of contract plans and use this information to produce a full size mylar Record Drawing for the AGENCY. CONSULTANT will rely upon the information supplied by the Contractor and will periodically review the supplied information for conformance to the project specifications. CONSULTANT makes no warranty regarding the accuracy of record drawings or survey information provided by the Contractor. The AGENCY will provide the CONSULTANT the original design drawings as prepared for bidding in AUTOCAD format at the commencement of this contract. AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 5.0 PROJECT MANAGEMENT COORDINATION 5.1 Invoicing. CONSULTANT will prepare and submit monthly invoices to the AGENCY for payment. Each invoice will identify the current financial status of the project budget. 5.2 Communication Meetings w /AGENCY: CONSULTANT will keep the AGENCY advised of the progress of the construction. This includes submitting monthly progress reports to the AGENCY and holding periodic meetings and consultations with the AGENCY. 5.3 Public Coordination Website Information: CONSULTANT will assist the AGENCY in maintaining the AGENCY's website for current construction activity and upcoming activities via transmittal to the AGENCY of weekly construction updates. The CONSULTANT will respond to calls from the public regarding project status or issues. The CONSULTANT will prepare flyers for distribution to the public on construction and traffic control activities. The CONSULTANT will assist the AGENCY in reproduction and mailing of the flyers. The CONSULTANT will attend public meetings if requested by the AGENCY. During the course of construction, the CONSULTANT will make one -on -one property owner contacts as needed to coordinate work, provide information and address concerns and issues. 5.4 CONSULTANT's Personnel at Construction Site: The presence or duties of CONSULTANT's personnel at a construction site, whether as onsite representatives or otherwise, do not make CONSULTANT or CONSULTANT's personnel in any way responsible for those duties that belong to AGENCY and /or the contractors or other entities, and do not relieve the contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. CONSULTANT and CONSULTANTS's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to AGENCY a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the contractor(s). CONSULTANT neither guarantees the performance of the contractor(s) nor assumes responsibility for contractors failure to perform work in accordance with the construction documents. AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 21 6.0 ADDITIONAL SERVICES Potential Additional Services include: 6.1 Performance of traffic signal testing. 6.2 Surveying services. 6.3 Services related to damages caused by fire, flood, earthquake or other acts of God. 6.4 Services related to warranty claims, enforcement and inspection. 6.5 Preparation for and serving as a witness in connection with any public or private hearing or other forum related to the project. 6.6 Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the AGENCY. 6.7 Services extending beyond the term of this scope (beyond February 2012) or in excess of the total hours estimated based on the assumptions provided in the "General" section of this scope. 6.8 Other supplemental services related to the project as requested by the AGENCY. AGENCY OF TUKWILA URBAN ACCESS IMPROVEMENTS SCOPE OF SERVICES 72 Exhibit C Electronic Exchange of Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use m preparing electronic tiles for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following' I. Surveying, Roadway Design Plans Preparation Section A. Survey Data B. Roadway Design Files C. Computer Aided Drafting Files D. Specify the Agency's Right to Review Product with the Consultant E. Specify the Electronic Deliverables to Be Provided to the Agency F Specify What Agency Furnished Services and Information Is to Be Provided II. Any Other Electronic Files to Bc Provided 11I. Methods to Electronically Exchange Data A. Agency Software Suite B. Electronic Messaging System C File Transfers Format DOT Faun 140-089 EF Exhibit C Revised 6/05 23 Exhibit D -3 Payment (Negotiated Hourly Rate) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. 1. Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates shown in Exhibit "E" and "F" attached hereto and by this reference made part of this AGREEMENT. The rates listed shall be applicable for the first twelve (12) month period and shall be subject to negotiation for the following twelve (12) month period upon request of the CONSULTANT or the AGENCY. if negotiations are not conducted for the second or subsequent twelve (12) month periods within ninety (90) days after completion of the previous period, the rates listed in this AGREEMENT, or subsequent written authorization(s) from the AGENCY shall be utilized. The rates are inclusive of direct salaries, payroll additives, overhead, and fee. The CONSULTANT shall maintain support data to verify the hours billed on the AGREEMENT. 2. Direct Non Salary Costs: Direct Non Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and sub consultant costs. a. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the AGENCY'S Travel Rules and Procedures. However, air, train, and rental car costs shall be reimbursed in accordance with 48 CFR Part 31.205 -46 "Travel Costs." b. The billing for Direct Non Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. c. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. d. All above charges must be necessary for the services provided under this AGREEMENT. 3. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the Management Reserve Fund shall be made in accordance with Section XIV, "Extra Work." DOT Form 140 -089 EF Exhibit D -3 Revised 3/09 24 4. Maximum Total Amount Payable. The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. 5. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized in 1 and 2 above. The monthly billing shall be supported by detailed statements for hours expended at the rates established in Exhibit "E including names and classifications of all employees, and billings for all direct non- salary expenses. To provide a means of verifying the billed salary costs for the CONSULTANT'S employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the PROJECT at the time of the interview. 6. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS &E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. 7. Inspection of Cost Records: The CONSULTANT and their sub consultants shall keep available for inspection by representatives of the AGENCY, STATE and the United States, for a period of three (3) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three (3) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. 25 Exhibit E-2 Consultant Fee Determination Summary Sheet (Specific Rates of Pay) Fee Schedule Hourly Overhead Profit Rate Discipline or Job Title Rate |.3||4% ]2% Per Hour Project Manager 6j00 85.24 28.80 171 04 Resident Engineer 5880 76O6 18.56 152 62 Asst Residcni Engineer 42 00 55 08 13.44 110.52 39 5\ �4 12 |02� Inspector/Documentation Public Coordination 36 00 4721 11.52 94.73 Project Advisor 7800 10229 24V6 205.25 Environmental Compliance 46O0 60]2 |472 121.04 72 94 2l Senior Engineer 23.04 |8946 Engineer 52 00 68 19 |6.64 136 83 3900 5| i4 12.48 lO` Junior Engineer 62 Clerical 290O 38 03 928 76.31 0.08 0/00 0 00 0 00 0.00 0 00 0I0 0.00 010 O80 00O 0 0 0.00 0 00 0I0 DOT Form ,40-089 EF Exhibit E-2 �see 26 TUKWILA URBAN ACCESS IMPROVEMENTS EXHIBIT 0 -2 Total (CLASSIFICATION Total Hours Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep 00 Nov Dec Jan Feb 1Hrly Rate la boM HILL( I. Core Team I 1 I I I I IPno,ecl Manager 1534 4 110 160 160 100 80 80 80 80 80 100 100 100 100 100 100 $17104 $262,375.36 'Resident Engineer 2170 62 173 173 173 173 173 173 173 173 173 173 173 173 16 16 5152 62 1331,185.40 I Resident Engineer 2175 168 173 173 173 173 1 173 173 173 173 173 173 173 80 24 1110.52 5240.381.001 'Inspector /000umentation 2074 10 121 173 173 173 173 173 1 173 173 173 173 173 173 40 0102 62 0212,833.88 'Inspector /00c00mentation 1180 30 104 104 104 104 104 104 104 104 104 104 70 40 5102.62 0121.091 601 Public Coordination 300 6 28 56 98 56 10 10 10 10 10 8 40 8 594.73 $28,419001 Inspector /Documentation 240 24 24 24 24 24 29 24 14 24 24 $102 62 520.628 80 Environmental Compliance 268 28 24 24 29 24 24 24 24 24 24 14 512104 532,43872 Office Support Protect Advisor 112 18 10 10 8 8 8 8 8 8 8 16 2 $205 25 522,988.00 Senior Engineer 316 5 16 00 40 40 90 40 40 30 20 5 118946 $59.869.36 Engineer 638 10 30 80 80 80 80 80 80 80 32 6 5136 83 587,297.54 Junior Engineer 468 3 20 60 60 60 60 60 60 60 20 5 5102 62 108.026 16 'Clerical 308 10 22 22 22 22 22 22 22 22 22 22 22 22 12 12 10 57631 023,50398 I Second Shift Team 'gust Resident Engineer 1005 1 20 40 40 40 173 173 173 173 173 0110.52 0111.072.60 'Inspector /Documentation 1038 I 173 173 1 173 173 173 173 $10262 0106.519.56 'Inspector /Documentation 519 1 173 1 173 173 0102 62 $53,259.78 Ilnsoector /DOCUmentation 519 1 173 1 173 173 5102 62 553,259 78 TOTAL CH2M HILL LABOR 51.819.150.02 SUBCONSULTANT IKRA2AN ASSOC) 5150.987.00 COPIES, CELL PHONES, COMPUTERS, VEHICLES 550,000.00 AWAITS 54.50000 TOTAL CH2M HILL LABOR EXPENSES $1 024,137.02 '2.7 June 22, 2010 Mark Johnson CH2M Hill, Inc. 1100 112 Ave NE Bellevue, WA 98004 -4511 RE: CH2M Hill, Inc. Overhead Schedules Fiscal Year End December 31, 2009 Dear Mr. Johnson. On June 22, 2010, as a WSDOT representative, I performed a desk review of your proposed Fiscal Year End December 31, 2009, Overhead Schedule. I have also completed an analytical review of information provided to me by your firm and from your web page. The overhead schedule was audited by KPMG, LLP, for compliance with Part 31 of the Federal Acquisition Regulations. KPMG, LLP, accepted an overhead rate of 131 14% of direct labor. The reviewed data included, but was not limited to, the schedule of the indirect cost rate, a description of the company and their accounting system, and the basis for CH2M's accounting and indirect costs. Based on my review of the Audit Report from KPMG, I am issuing this letter of concurrence establishing CH2M Hill, Inc.'s overhead rate for the year ended December 31, 2009, at 131.14% of direct labor. (This rate includes facilities capital cost of money.) Please check with the WSDOT Consultant Services Office (HQ) and/or the WSDOT Area Consultant Liaison to determine when this rate will be applicable to your WSDOT agreement (s). (if this is for WSDOT projects 28 Mr, Johnson June 22, 2010 Page 2 If you or any representatives of CH2M Hill, Inc. have any questions, please contact Steve McKerney, Jeri Sivertson, or Martha Roach at (360) 705 -7003. Sincerely, Martha S. Roach Agreement Compliance Audit Manager MR•ds Enclosure cc: Steve McKerney, Director of Internal Audit Jeri Sivertson, Assistant Director of Internal Audit Kyle McKeon, MS 47329 Rick Griffith, MS 47323 Meg Blau, MS NB82 -112 Michael Waits, City of Tacoma Kathy Hanna, CH2M Hill, Inc. Tacoma, WA Geraldine Driver, CH2M Hill, Inc. Bellevue, WA File 29 C'H211 HILL, INC. (A holly Owned Subsidiary of C1-12M HILL. Companies. L(d.l Schedule of Single Finn \bide Indirect Cost Rate Year ended De:rnrher 3 1, 2009 C,eneral Total ledger Adjustments claimed CommenIs Payroll taxes and fringe benefits; Payroll taxes 5 4 7,483 263 624,168 48,107.731 16 Vacation. holiday, and sick pay 75,321,033 78,321 033 Group insuianccand muscdlaneou, 6 2,575,304 (2.447.599) 60,427 765 1 2 Prnsion (th r 12,537,6.38 1.555,532 14,093,1711 3 201.21 7,298 (267,899) 2 949,399 General and achninistra(ise expenses_ Indirect salanes 197.453.657 115.151) 197,435.506 10, 13 Incentive and retirement pay 16,251,680 1 0.61 1,239 26.867.919 I. ID. 17 Buildings and equipment 118,609,185 5,212,307 123,521,495 4, 13 Ta'e hnmmcs and ir.;jranee 79.593.960 (58,487,0471 21,404913 1. 13, (5 Professional ocrtces (6,490,254) (4.457,6051 IIU )47,56_1 1.5 I Travel and snhsi 17.627,5(6 (4,381,905) 13,245,611 1, 13 ()nice supplie• 1') 6_ (10,812,8401 3 811,369 1 13 Professional Cilu,,iilion 4,377,684 (1,097,109) 3,2(,,575 1, 13 Recruiting costs 10.872,197 (3 423.301) 7,441,196 1 Printing and computes 1,095,630 1.095,630 Home (dike and intermediate allocutions (67,71(1,579) (39,593,7271 107.304, 306) 5, 6 7 5, r 10, I I. 1 14 391.604,888 (106,445,142) 285 159.746 Total indirect expenses 5 592,122,186 11116.713,0411 486,109.145 Direct labor costs (base) S 371.192.024 13 Indirect cost rate 13(1 7 Facilities capital cast of money rate note 5) 0 4 +6"io Cominents: I- Unallowable casts removed per the Federal Acquisition Regulation (FAR) Part 3I. 2. Postretirenrent benefits adius(mrnt per the FAR and the Cost Accounting Standards 3 Pension cost adtusuncnts per the )'AR and the Cos( Accounting Standards 4 Adjustment to reverse amon2ation of deferred gain on salt of Corvallis and Demer office buildings Cots are limited to the e)nstruCLit e costs of oxx netship (note 8), 5 Credit to offset overhead expenses n5with ineozne reimbursement recciscd and reruns e overhead charge: to affiliate:;, per FAR 31 -201.5 0 Holding company allocation from CH2M HILL Companies. t.td. 7 Allocation from CH2\1 1-IILL Group Management Home Office. S. Adjustment made to limn costs to the constructive cost ofownership 9 Adjustment to add directly allocable costs from affiliates 10. Adjustment made for FAR compensation limits. 1 1 Adjustment made to remove unalltmahleunclaimed protects. 12. Adjustment m ade ro remove fnngc benefits allocated to una((c,ssah(runc(wned po Rc1'. 13 Adjustment to reclassify overhead txarrant) costs to direct per CAS dis.dossure statement. 14 Adjustment trade to rernosc net asset charge (NAC) allocation. 15 Adjustment made to self inured professiimal liability to align to projevicd average )o.. per CAS 416 16. Adjustment made for soli- insured workers' compensation costs to proletited avertre loss per C AS 410. 17, ,Adjustment inade ter add iecntveel spensau r, pail See aeernntpanving notes; to Schedule of Single Finn 55 ide Indirect ('na Rate. C'CMPANA CONFIIThN FIAI AND PROPRIFIARI J® Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following, portions of the work of this AGREEMENT Kra 7an &Associates will conduct materials lesting(atzgregate, soilconcrete and_asplialt) DOT Form 140-089 EF Exhibit G Rewsed 6/05 31 Exhibit G -1 Subconsultant Fee Determination Summary Sheet Project: Tukwila Urban Access Direct Salary Cost (DSC): Classification Man Hours Rate Cost Lead Inspector 1300 x $23 55 30,615 00 Sample Pickup (2 hr for ea) 70 x $13.73 961 10 Report Preparation 65 x $15 69 1,019 85 Project Manager 65 x $35 31 2,295.15 x x Total DSC 34,891 10 Overhead (OH Cost including Salary Additives) OH Rate x DSC of 122.90% x 34,891.10 42,881.00 Fixed Fee (FF): FF Rate x DSC of 32.00% x 34,891 10 11,165.00 Reimbursabies: Mileage* 13200 miles $0.500 per mile (2010 rate, est.) 6,600 00 Photographs, reproductions, misc expenses Off -site Materials Testing 54,950 00 Grand Total 150,487.00 Prepared By: Krazan Associates Date Nuvrniber29 2010 DOT Form 140-089 EF Exhibit G-1 Revised 6/05 32 Exhibit G-3 Breakdown of SubconsuRtants Overhead Cost Account Title Beginning Total of Direct Labor Direct Labor 13,949,173 100.00% Payroll Taxes and Fringe Benefits. Payroll Taxes 1,402,979 10 06% Vacation. Holiday, and Sick Pay 503,376 3 61% Group Insurance and Miscellaneous 1,477,638 10 59% ESOP Contribution 418,475 3 00% I Pension Plan 21,157 015% Total Fringe Benefits 3,823,625 27.41% General and Administrative Expenses Indirect Salaries 3,803,397 27.27% Incentive and Retirement Pay 502,919 3.61% Buildings and Equipment 2,208,476 15.83% Taxes, Licenses, and Insurance 533,269 I 3 82% Professional Services 2,192,227 I 15.72% Travel and Subsistence 2,456,177 17 61% Office Supplies Expense 669,889 4 80% I Professional Education 245,387 I 1.76% I Recruiting Costs 124,322 0.89% Printing and Computers 579,388 I 4.15% Total General Overhead 13,315,451 95.46% I Total Overhead (General Fringe) 17,139,076 1 122.87% I Overhead Rate (Total Overhead Direct Labor) 122.9% I DOT Form 140 -039 EF Exhibit G -2 Revised 6!O5 33 �J �J KA Proposal No. P10674WAB November 23, 2010 Page 1 of 1 Attachment B.1 Testing Services Tukwila Urban Access Improvement Project Southcenter Parkway Strander Boulevard Tukwila, WA f DESCRIPTION VISI'T'S UN 1 RATE COST Concrete Laboratory Rates Compression Samples n/a 240 each $20.00 $4,800.00 Shotcrete Panel j n/a 20 each $100.00 $2,000.00 Lean Mix Compression Samples n/a 40 each $25.00 $1,000.00 1 F Aggregate Soil Laboratory Rates Proctor Value n/a 10 each $200.00 $2,000.00 Sieve Analysis n/a 30 each $100.00 $3,000.00 Sand Equivalent n/a 10 each $90.00 $900 00 Degradation Value n/a 10 each $125.00 $1,250.00 LA Abrasion n/a 10 each $200.00 $2,000.00 I Fracture Face n/a 10 each $75.00 $750.00 Organic Content n/a 10 each $150.00 $1,500.00 Moisture Content n/a 25 each $5 00 $125.00 Specific Gravity (Fine or Coarse) n/a 10 each $75.00 $750.00 Accelerated Expansion of Aggregate n/a 1 each $300.00 $300.00 Atterberg Limits n/a 10 each $90.00 $900.00 Hydrometer Analysis nia 5 each $125.00 $625.00 Direct Shear (MSE wall backfill) n/a 5 each $300.00 $1,500.00 Soundness (Fine or Coarse) n/a 4 each S300.00 $1,200.00 (Uncompacted Void Content n/a 4 each $150.00 $600.00 Flat Elongated Pieces n/a 4 each $75 00 $300.00 Asphalt Laboratory Testing Extraction gradation Analysis n/a 28 each $300.00 $8,400.00 Mix Design Verification (Superpave virgin agg) n/a 1 each $3,500.00 $3,500.00 Superpave Pills (Air void, Unit Weight Rice) n/a 28 each $600 00 $16,800.00 1 Core Analysis (Thickness SG) n/a 10 each $75.00 $750.00 1 TOT :4 1ii;9S0:00 -1 NOTES: This cost estimate is based on the scope of work and assumptions outlined in our proposal number P10674WAI3 dated November 23, 2010 which are inclusive by reference. A four -hour minimuin charge, portal -to- portal charge applies to all inspections. Costs for construction testing and inspection services are highly dependent on contractors schedule: weather, overlapping of work and other factors. Therefore the quantities listed in our cost estimate should be considered approximate Krazan Associates does not control the work or production rate. Therefore, the estimate provided above does not imply a lump sum fee, not exceed fee or guaranteed maximum price This cost estimate does not include overtime_ retests, or change in conditions or schedule Krazan Associates, Inc. With Offices Serving the Western United States 34 Exhibit H Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows Compliance with Regulations The CONSULTANT shall comply with the Regulations relative to non discrimination in federally assisted programs of the AGENCY. Title 49, Code of Federal Regulations, Part 21, as they may he amended from time to time (hereinafter referred to as the "REGULATIONS which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21 5 of the REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in Appendix B of the REGULATIONS 3. Solicitations for Sub consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub- contract, including procurement of materials or leases of equipment, each potential sub consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this AGREEMENT and the REGULATIONS relative to non discrimination on the grounds of race, color, sex, or national origin. 4 Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its hooks, records, accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or the Federal Highway Administration (FHWA) to he pertinent to ascertain compliance with such REGULATIONS. orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this inforniation, the CONSULTANT shall so certify to the AGENCY, STATE or the FFIWA as appropriate, and shall set forth what efforts it has made to obtain the information 5. Sanctions for Non compliance. In the event of the CONSULTANT'S non compliance with the non- discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE or the FHWA may determine to be appropriate, including, hut not limited to Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies. and/or; Cancellation, termination, or suspension attic AGREEMENT, in a hole or in part DOT Form 140-089 EF Exhibit H Revised 6/05 vJ 6 Incorporation of Provisions. The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every sub- contract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub- consultant or procurement as the AGENCY, STATE or FHWA may direct as a means of enforcing such provisions including sanctions for non compliance Provided, however, that in the event a CONSULTANT becomes Involved in, or is threatened with, litigation with a sub consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY and the STATE enter into such litigation to protect the interests oldie AGENCY and the STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. 36 Exhibit Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant (Refer to Agreement, Section IX) Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same percentage of the Lump Sum 4mount as the work completed at the time of termination is to the total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work completed Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. DOT Form 1$O -Otl9 EP Exhibit 1 Reviaed 6/05 V I Exhibit J Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant, Step I Potential Consultant Design Errors) is Identified by Agency's Project Manager At the first indication of potential consultant design efforts), the first step in the process is for the Agency's project manager to notify the Dtreetor of Public orks or Agency Engineer regarding the potential design errors) For federally funded projects. the Region Highways and Local Programs Engineer should be informed and insohei in these procedures (Note: The Director of Public Works. or Agency Engineer may appoint an agency stall person other than the project manager, who has not been as directly involved in the project, to he responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Errors) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Lngmcer's concurrence, the project manager obtains more detailed documentation than is normally required on the project, Examples Include all decisions and descriptions of work; photographs. records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the. Alleged Design Errors) if it is determined that there is a need to proceed further, the net step in the process is for the project manager to contact the consultant regarding the alleged design efforts) and the magnitude of the alleged error(s). The prefect manager and other appropriate agency staff should represent the agency and the consultant should he represented by their project manger and any personnel (including sub- consultants) deemed appropriate for the alleged design efforts) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s). there are three possible scenarios: It is determined via mutual agreement that there is not a consultant design error(sj. If this is the case, then the process will not proceed beyond this point. It is determined via mutual agreement that a consultant design crror(s) occurred. If this is the case. then the Director of Publi \\'orl..s or Agency Engineer. or their representatives, negotiate 0 settlement tin ith the consultant. The settlement would be paid to the agency or the amount would he reduced from the consultant's agreement with the ageney for the services on the project 10 NA hich the design error took place The agency is to prop ide f I&LP. through the Re_ion DOT Form 140.069 EF Exhibit .1 Revised 6/05 38 Local Programs E.ngmcer, a summary of settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. There is not a mutual agreement regarding the alleged consultant design error(s) The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review If the Director of Public, Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5 Step 5 Forward Documents to Highways and Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region 1-Highways and Local Programs Engineer to f J &LP for their review and consultation with the F11 A. II&LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue ff necessary, H &LP will request assistance from the Attorney General's Office for legal interpretation. H &LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. if mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution H &LP, in consultation with FLIWA, will identify the amount of federal participation in the agreed upon resolution of the issue. If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation 39 Exhibit K Consultant Claim Procedures The purpose of this exhibit is to describe n procedure regarding chitlins) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than S 1.000 lithe consultant's clann(s) are a total of S1,000 or less, it would not he cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's daunts) that total $1,000 or less. This exhibit Wil1 outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager tithe consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claiin. The first step that must be completed is the request for consideration of the claim to the Agency's project manager The consultant's claim must outline the following Summation of hours by classification for each firm that is included in the claim, Any correspondence that directed the consultant to perform the additional work, Timeframc of the additional work that was outside of the protect scope. Summary of direct labor dollars, overhead costs. profit and reimbursable costs associated with the additional work; and Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step I, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's clwm and will net with the Director of Public Works or Agency Engineer to determine lithe Agency agrees with the claim. If the Fl lW A is participating in the project's funding, forward a copy of the consultant's clann and the Agency's recommendation for federal participation m the claim to the WSDOT 1Iighways and Local Programs through the Region Local Programs Engineer. lithe claim is not eligible for federal participation_ payment will need to be from agency funds lithe Agency project manager, Director of Public Works or Agency Engineer, SDOT Highways and Local Programs (it applicable), and FEIWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement. or create a new agreement for the claim. Alicr the request has been approved, the Agency shall write the supplement and -or new agreement and pa) the consultant the amount of the claim Inform the consultant that the final payment for the agreement is subject to audit No further action in needed regarding the claim procedures DOT Form 140 -089 EF Exh :oil K Revised 6/05 40 if the Agency does not agree with the consultnt•s claim, proceed to step 3 of the procedures Step 3 Preparation of Support Documentation Regarding Consultant's Claims) If the Agency does not agree with the consultant's clan the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: Copy of information supplied by the consultant regarding the claim, Agency's summation of hours by classification for each firm that should he included in the claim; Any correspondence that directed the consultant to perform the additional work, Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work, Explanation regarding those areas in which the Agency does-does not agree with the consultant's claim(s); Explanation to describe what has been instituted to preclude future consultant claim(s): and Recommendations to resolc the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission appro al (as appropriate to agency dispute resolution procedures) If the project involves federal participation, obtain concurrence from WSDDT Highways and Local Programs and FFIWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency fronds Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notity (iii writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted clann(s) and rationale utilized for the decision Step 6 Preparation of Supplement or New for the Consultant's C'laun(s) The agency shall write the supplement and /or new agreement and pay the consultant the amount of the claim. hnform the consultant that the final payment for the agreement is subject to audit. 41 Exhibit 6V1 -1(a) Certification Of Consultant Project No. Local Agency City of Tukwila I hereby certify that T am Timothy Bevan and duly authorized representative of the firm of Cl-I2M HILL, Inc whose address is 1 100 112th Ave., NE, Suite 400, Bellevue, WA 98004 and that neither I nor the above Jinni here represent has (a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure the AGREEMENT, (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT, or (c) Paid, or agreed to pay. to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for_ or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated if any), I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S Department of Transportation in connection with this AGREF.MENI' involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. November 2'1. 201(1 Date Signature DOT Form 140-089 EP Exhibd M -1(a) Revised 6/05 42 Exhibit M -1(b) Certification Of Agency Official I hereby certify that 1 am the AGENCY Official of the Local Agency of City of Tukwila Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to. (a) Employ or retain, or agree to employ to retain, any Grin or person; or (h) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind, except as hereby expressly stated (if any) I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U S. Department of Transportation, in connection with this AGREEMENT involving, participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil Date Signature DOT Forrn 140 -089 EF Exhibit M -1(b) Reviser? 6105 43 Exhibit M-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters- Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals. A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency, B Hatie not tvithtn a three -year period preceding this proposal been convicted of or had a civil judgment rendered against them for conunission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction, violation of federal or state antitrust statues or commission of' embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (I) (B) of this certification: and D 1-tave not within a three (3) year period preceding this application /proposal had one or more public transactions (federal. state, or local) terminated tier cause or default It. Where the prospective primary participant is unable to certify to any of the statements m this certification, such prospective participant shall attach an explanation to this proposal Consultant (Firm) CH2M HILL, Inc No%rrnher 29, 2010 (Date) (Signature) President or Authorized Official of Consultant DOT Form 140 -089 Er Exhibit 0-2 Revised C105 44 Exhibit M-3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: I No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress. an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U S. Code. Any person who fails to file the required certification shall he subject to a civil penalty of not less than $10,000 and not more than 5100,000 for each such failure The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly Consultant (Firm). CI -12M HILL, Inc r\o‘ em her 29 2010 (Date) (Signature) President or Authorized Official of Consultant DOT Form 140 -089 EF Exhibit M -3 Revised 6/05 45 Exhibit M -4 Certificate of Current Cost or Pricing Data Thls is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15 403-4) submitted, either actually or by specific identification in writing, to the contracting officer or to the contracting officer's representative in support of Tukwila Urban Access Improvement Protect are accurate, complete, and current as of November 29, 2010 This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements between the offeror and the Government that are part of the proposal Firm CII2M IIILL, Inc Name Timothy Bevan Title Sr f'li'nt Service Nianaeer Date of Execution*** November 29 2010 Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the appropriate identifying number (e.g., RFP No Insert the day, month, and year when price negotiations were concluded and price agreement was reached. h7sert the day, month, and year of signing, which should be as c lose as practicable to the date when the price negotiations were concluded and the contract price was agreed to DOT Form 140 -089 CF Exhibit M -4 Revised 6105 46