Loading...
HomeMy WebLinkAbout05/05/2009 15 Nob Hill Boulevard Overpass Repairs Project Agreement with HDR Engineering BUSINESS OF THE CITY COUNCIL • YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 1( For Meeting of: May 5, 2009 ITEM TITLE: A Resolution authorizing the City Manager to execute a Professional Services Agreement with HDR Engineering, Inc., a Washington Corporation, in an amount not to exceed $280,000 to perform administrative, construction management and �� inspection services for the Nob Hill Boulevard Overpass Repairs project. SUBMITTED BY: V" Iliam R. Cook, Director of Community and Economic Development CONTACT PERSONITELEPHONE: Doug Mayo, City Engineer 576 -6678 Brett Sheffield, Chief Engineer 576 -6797 SUMMARY EXPLANATION: Following an inspection of the Nob Hill Overpass, the City hired HDR Engineering, Inc. to develop the construction plans, specification and estimate for repairs needed for this bridge on April 15, 2008. Last summer, there was a call for projects by the Federal Highway Bridge Program, and the City submitted its application for this bridge on June 27. On December 17, 2008, the City received notice that it had been 0 selected and would receive a 100% federal grant of $1,742,658 to make preventative maintenance repairs to the Nob Hill Overpass. We have since completed the design and the environmental requirements to secure the funding. On Friday, April 24, we advertised the project and expect to open bids on Friday, May 15. Since the City is the owner of only a small number of bridges, the Engineering Division does not have the experience or expertise required to manage and inspect the work to be done on this construction contract. For this reason, the City interviewed three consulting firms contained on its consultant roster that were qualified to perform this work. The three firms were: Harris and Associates; HDR Engineering, Inc.; and, JUB Engineering, Inc. HDR scored the highest on the interview and was selected to perform the administrative, construction management and inspection services. The resolution authorizes the City Manager to enter into a consultant agreement with HDR to perform the work listed on the attached Local Agency Standard Consultant Agreement. Resolution X Ordinances Other (Specify) Contract X Mail to (name and address): Phone: Funding Source: APPROVED FOR SUBMITTAL: City Manager 0 STAFF RECOMMENDATION: Staff respectfully requests that the Council adopt this resolution authorizing the City Manager to execute a consultant agreement with HDR Engineering, Inc. BOARD /COUNCIUCOMMISSION RECOMMENDATION: COUNCIL ACTION: RESOLUTION NO. R - 2009 - • A RESOLUTION authorizing and directing the City Manager of the City of Yakima to execute a professional services agreement in an amount not to exceed $280,000 for administrative, construction management and inspection services for the Nob Hill Boulevard Overpass Repairs project. WHEREAS, the City of Yakima City has received a 100% federal grant to make preventative maintenance repairs to the Nob Hill Overpass; and WHEREAS, the City of Yakima Engineering Division does not have the experience and expertise required to manage the construction and perform the inspection of the Nob Hill Boulevard Overpass Repairs project; and ' WHEREAS, the City maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and, WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a professional services agreement with a consultant selected from the roster for such expertise; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager of the City of Yakima is authorized and directed to execute a professional services agreement in amount not exceed $280,000 for administrative, construction management and inspection services, a copy of which agreement is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 5th day of May, 2009. David Edler, Mayor ATTEST: City Clerk Consultant/Address/Telephone oca! Agency HDR Engineering, Inc. II L Standard Consultant 2805 St. Andrews Loop, Suite A Agreement Pasco, WA 99301 ® Architectural /Engineering Agreement ❑ Personal Services Agreement 509 546 - 2040 Agreement Number NIA Project Title And Work Description Federal Aid Number Nob Hill Overpass Project - BHM- 4566(008) Provide construction management services as Agreement Type (Choose one) described in Exhibit A -1 attached. ❑ Lump Sum Lump Sum Amount $ ❑ Cost Plus Fixed Fee Overhead Progress Payment Rate % DBE Participation Overhead Cost Method ❑ Yes ►i4 No ❑ Actual Cost Federal ID Number or Social Security Number ❑ Actual Cost Not To Exceed % 47 - 0680568 ❑ Fixed Overhead Rate % Do you require a 1099 for IRS? Completion Date 0 Fixed Fee $ ❑ Yes ® No 1 December 31, 2009 ■ Specific Rates Of Pay Total Amount Authorized $ 279,760.00 ' Negotiated Hourly Rate Management Reserve Fund $ Provisional Hourly Rate ❑ Cost Per Unit of Work . Maximum Amount Payable $ 279,760:00 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 ❑ Exhibit 0 Electronic Exchange of Data ® Exhibit I Payment Upon Termination of Agreement ❑ Exhibit D -1 Payment- Lump Sum • ❑ Exhibit J Alleged Consultant Design Error Procedures ❑ Exhibit D-2 Payment - Cost Plus ❑ Exhibit K Consultant Claim Procedures ei 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 ® Exhibit M -lb Agency Official Certification Z Exhibit E -2 Fee - Specific Rates ® Exhibit M -2 Certification - Primary ►�� Exhibit F Overhead Cost • ® Exhibit M -3 Lobbying Certification e Exhibit G Subcontracted Work ►14 Exhibit M -4 Pricing Data Certification ❑ Exhibit G -1 Subconsultant Fee . ❑ App. 31.910 Supplemental Signature Page HIS AGREEMENT, made and entered into this day of , between the Local Agency of City of Yakima , 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 WITNESSETH THAT: WHEREAS, the AGENCY desires to accomplish the above referenced project, and • WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS, the CONSULTANT represents that he /she is in compliance with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: General Description of Work The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II Scope of Work The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. III General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies groups. or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. ., The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT- assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this AGREEMENT. If D/M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY'S "DBE Program Participation Plan". The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. • All Reports, PS &E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. Page 2 of 8 IV Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. III All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but . may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental agreement issued by the AGENCY is required to extend the established completion time. V Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this • AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager. VI Sub - Contracting The AGENCY permits sub - contracts for those items of work as shown in Exhibit "G" attached hereto and by this reference made part of this AGREEMENT. Compensation for this sub - consultant work shall be based on the cost factors shown on Exhibit "G." he work of the sub - consultant shall not exceed its maximum amount a able unless a prior written approval has been PY P PP issued by the AGENCY. All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the sub - consultant shall be substantiated in the same manner as outlined in Section V. All sub- contracts shall contain all applicable provisions of this AGREEMENT. With respect to sub - consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT shall not sub - contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. No permission for sub - contracting shall create, between the AGENCY and sub- contractor, any contract or any other relationship. A DBE certified sub - consultant is required to perform a minimum amount of their sub - contracted agreement that is established by the WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or . making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. e y and all employees of the CONSULTANT or other persons while engaged in the performance of any work or ervices required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that'may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a Page3of8 third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Department of Transportation, or the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. Vlll Nondiscrimination During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees to comply with the following laws and regulations: Title VI of the Civil Rights Act of 1964 (42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a) Federal -aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) • Age Discrimination Act of 1975 (42 USC Chapter 76 Section 6101 et seq.) Civil Rights Restoration Act of 1987 (Public Law 100 -259) American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq.) • 49 CFR Part 21 23 CFR Part 200 RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in every sub - contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or • directives issued pursuant thereto. IX Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit "I" for the type of AGREEMENT used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds . the total amount that would be due when computed as set forth herein above, then no fmal payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, 410 the above formula for payment shall not apply. Page4of8 In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is 0 usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been, made using the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for allure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X Changes of Work The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts ., thereof changed or revised, 'the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. XI Disputes - Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided, however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J ", and disputes concerning claims will be conducted under the procedures found in Exhibit "K ". XII Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right - of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The ONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located. Page5of8 XIII Legal Relations The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or the STATE, their agents, officers and employees; and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT'S agents or employees, and (b) the AGENCY or the STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor., The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the PROJECT. Subject to the processing of a new sole source, or an acceptable supplemental agreement, the CONSULTANT shall provide On -Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job 4110 site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability and property damage insurance•in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall not exceed one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT'S professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L ". In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. Page 6 of 8 • The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. . IV Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in the services to be performed. B. If any such change causes an increase or decrease in the estimated cost of or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment", hereafter referred to as "CLAIM ", under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV Endorsement of Plans f applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data irnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII Certification of the Consultant and the Agency Attached hereto as Exhibit "M -1(a and b)" are the Certifications of the CONSULTANT and the AGENCY,.Exhibit "M -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "M -3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit `.`M -4" Certificate of Current Cost or Pricing Data. Exhibit "M -3" is required only in AGREEMENTS over $100,000 and Exhibit "M -4" is required only in AGREEMENTS over $500,000. XVIII Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement.not set forth herein. No changes,,amendments, or - modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT. X!X Execution and Acceptance . This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. • . . . . . . Page7of8 • • • 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. 2 By By Consultant HDR Engineering, Inc. Agency City of Yakima 4. DOT Form 140 -089 EF Revised 3/2008 , Page 8 of 8 • Exhibit A -1 - . Construction Management Scope of Work City of Yakima Nob Hill Overpass Project . • INTRODUCTION The City of Yakima (City) selected HDR Engineering, Inc. (HDR) to provide Construction Management Services for the Nob Hill Overpass Project. These services consist of pre- construction planning, support during the construction contract bid and award process, construction administration, construction observation and close- . out of the project. The project is divided into several phases of work. The tasks and budgets included herein assume the work will occur over several phases of this project. Through observation of the Contractor's work in progress and field checks of materials and equipment by HDR staff shall endeavor to provide protection for the City against defects and deficiencies in the Work. However, HDR staff shall not, as a result of such observations of Contractor's work in progress supervise, direct, or have control over the Contractor's Work. HDR staff will not have any authority over or responsibility for the means, • methods, techniques, sequences, or procedures selected by Contractor, for safety precautions and programs incident to the Contractor's work in progress, for any failure of Contractor to comply with Laws and Regulations applicable to Contractor's performing and furnishing the Work, or responsibility of construction for Contractor's failure to furnish and perform the Work in accordance with the Contract Documents. HDR will provide training and certification necessary for their employees to meet the Railroads requirements for Security and Safety for work within the Railroads right -of -way. • DETAILED SCOPE OF WORK • Task 1 — Project Management: • 1.1 Purpose: Provide overall project management of the contract and coordination with the City. • 1.2 Approach: 1.2.1 Staff Management: Organize and layout work for the project staff. Coordinate any staff changes with the City. 1.2.2 Invoice: Prepare an invoice to be submitted to the City on a monthly basis. 1.2.3 Meeting with the City: Meet with the City every two weeks to review the status of the work • included in this contract. 1.3 Assumptions: 1.3.1 Construction is planned to take 120 working days over six (6) months. 1.4 Deliverables: • III 1.4.1 Six (6) and invoices. 1.4.2 Master Schedule and updates Page 1 of 5 . • City of Yakima HDR Engineering, Inc. Nob Hill Overpass Project Scope of Work Task 2 — Pre - Construction: 2.1 Purpose: HDR will assist the City in reviewing bid proposals, award of the construction contract and • managing the construction of this project. 2.2 Approach: 2.2.1 Pre - Construction Meeting: HDR will prepare an agenda and lead a pre- construction conference prior to the start of construction in the City of Yakima offices. 2_2.2 Pre - construction Photographs: Prepare two sets of preconstruction photographs the existing conditions of each property along the bridge prior to the start of construction. 2.2 Assumptions: • 2.3.1 Construction Management Plan: HDR will prepare a draft plan for the City to review. After the City reviews and comments on the plan, HDR will finalize and distribute the plan to City staff, the Design Team and the Contractor. We assume that there will be 5 copies reproduced and distributed. 2.3.2 City will be responsible for distributing the contract documents to prospective bidders. 2.3.3 The City will provide HDR with the right of entry agreements for all properties adjacent to the project. 2.3.4 No time has been included should a bid protest or challenge be filed or initiated. 2.3.5 Pre- construction meeting: HDR shall prepare an agenda and distribute the agenda to the contractor, City, design team, the Railroad and others. The City will notify the appropriate Ci staff of the meeting and request their presence. The Contractor will identify and notify appropriate subcontractors. HDR's field staff will attend the pre- construction meeting, at t conclusion of the meeting HDR will prepare a written record of the meeting. HDR shall distribute copies of the minutes to all attendees and affected agencies, staff, etc. One meeting will be conducted for this project. 2.3.6 The City will provide all notices to the Contractor, these include Notice of Award, Notice to Proceed, Substantial Completion, Physical Completion, etc. • 2.3 Deliverables: 2.4.1 Pre - construction meeting agenda and meeting notes. 2.4.2 Pre - construction photographs Task 3 — Construction Phase Services: 3.1 Purpose: Provide construction administration and observation services during construction (after award of the construction contract.) 3.2 Approach: HDR will perform the following tasks during construction of the project: 3.2.1 Review and provide comments to the City on the General Contractor's traffic control plan, drainage plan, and CPM schedule for executing the work. 3.2.2 HDR will maintain a document management system in the project field office for tracking receipt and distribution of correspondence, submittals, RFI's, change requests, and daily reports. 3.2.3 HDR staff will have day -to -day contact with the Contractor and coordinate as necessary with the City staff. 3.2.4 HDR staff will have the following responsibilities: • 3.2.4.1 Prepare a daily construction report detailing the contractor's activities performed for each working day . the Contractor is on site. The report will identify quantities of materials and Page2of5 • City of Yakima HDR Engineering, Inc. Nob Hill Overpass Project Scope of Work • equipment installed, equipment, personnel on site, etc. Pay notes will be prepared quantifying the materials installed for the progress payments. 3.2.4.2 Prepare Weekly Statement of Workings Days 3.2.4.3 Review and comment on the Contractor's baseline schedule and monthly updates. 3.2.4.4 As questions arise as to the quality and acceptability of materials furnished, work performed, and rate of progress of work performed by the Contractor, HDR will work with the City to resolve the issues. 3.2.4.5 HDR's field staff will work with adjacent property owners, the general public, and other stakeholders. Keep them informed of the progress of the work and schedule for upcoming activities. Keep the City informed of any concerns or problems property owners and vendors have about the project. 3.2.4.6 Receive, log and transmit submittals to the appropriate parties (contractor shop drawings, catalog cuts, material certifications and other contractor submittals required by the specifications for compliance with the contract requirements) for review and action. 3.2.4.7 Maintain payment, change request, change order, submittal, RFI, and non - conformance Togs on site for review. 3.2.4.8 Weekly meetings: Prepare agendas, lead weekly progress meetings with the Contractor, and the City. Topics to be covered in the meeting include the status of the work, activities scheduled for the upcoming three weeks, status of submittals, RFI's, and changes to the work. Prepare and distribute meeting minutes within 4 days of the meeting to all parties at the meeting. 3.2.4.9 Provide photographs during the course of construction. i 3.2.4.10 Prepare and distribute change requests to the Contractor. • 3.2.4.11 Prepare independent cost estimates for changes. 3.2.4.12 Receive the Contractor's change request estimates, distribute the City, review the estimate, and make recommendations to the City. 3.2.4.13 Track material quantities delivered and- ins talled. Reconcile quantities with the • Contractor for progress payments. 3.2.4.14 Prepare payment estimates for signature by the Contractor and the City. Review documentation accompanying monthly payment request to confirm compliance with the Contract Documents. Notify the Contractor of any deficiencies. 3.2.4.15 Coordinate and manage testing subcontractor(s). Coordinate the work of the testing laboratories in the observation and testing of materials used in the construction. Document and evaluate results of tests and identify deficiencies. Review test results and notify the Contractor of any deficiencies. Track remedial actions until work is completed in accordance with the contract documents. 3.2.4.16 Perform wage interviews in accordance with WSDOT requirements. • 3.3 Assumptions: 3.3.1 HDR's Design Team will review submittals, RFI's, and change requests in support of the field activities. Provide technical interpretations of the drawings, specifications, and contract documents, and evaluate requested deviations from the approved design or specifications. The budget and costs for that work is estimated in the estimate for this contract. 3.3.2 Public relations will be handled by the City. • 3.3.3 The level of effort and budget for this work is based on construction period (NTP to substantial completion) of 120 working days. No overtime is assumed. If the project duration is increased or additional work is required by execution of the contract by the contractor, the City will Page3of5 City of Yakima HDR Engineering, Inc. Nob Hill Overpass Project • Scope of Work • increase HDR's hours and budget. If the duration is reduced, HDR will not use or bill the C for the unused hours. 3.3.4 The City will be responsible for the processing and payment of all progress estimates to the Contractor. The City will. also be responsible for the obtaining of all required Intents to Pay, Affidavits of Wage Paid or other releases that may be required prior to making payment. 3.4 Deliverables: 3.4.1 Daily Reports Submit to the City on a weekly basis or upon request. 3.4.2 Construction Photographs —1 set of weekly photos including pre- construction photographs will be maintained at the site and turned over to the City upon completion of the work. 1 3.4.3 Weekly meeting minutes. 3.4.4 Change orders with back -up. • 3.4.5 HDR will maintain a set of drawings on site to document (red -line) changes to the work to be submitted to design team for their as -built documents. • • • Task 4 — Field Testing 4.1 Purpose: Provide field- testing of materials to support WSDOT documentation requirements and confirm materials are installed in accordance with the specifications. • 4.2 Approach: 4.2.1 Comply with WSDOT Specifications and Chapter 9 of the WSDOT Construction Manual and Chapter 52 of the WSDOT Local Agency Guidelines (LAG) Manual. 4.2.2 - HDR will coordinate the testing efforts. • 4.3 Assumptions: 4.3.1 Budget $6,000. HDR will track the testing costs and notify the City if additional testing is required. 4.3.2. Assume the City will compensate HDR for all costs as supported by invoice. If the costs for testing are more then the budget, the City will increase HDR's budget. 4.3.3. HDR will provide the City with a summary of the testing costs on a monthly basis. 4.4 Deliverables: 4.4.1 Test reports in accordance with WSDOT requirements. 4.4.2 Monthly report summarizing test costs. Task 5 — Close - out 5.1 Purpose: Close -out project so that the City can document work completed on the project and secure funding. 5.2 Approach: 5.2.1 -Prior to substantial completion, HDR will provide the Contractor with a punch list of items to be completed or repaired before acceptance of the project. As the Contractor completes each item, they will be removed from the list. On a weekly basis (or more frequently as agreed) HDR will meet with the Contractor to review the status of the list. 5.2.2 After the project is accepted, HDR will develop a list of items to be completed before the project • closed out. HDR will review this list with the City and Contractor on a weekly basis (or as agreed.) Page 4 of 5 • • City of Yakima HDR Engineering, Inc. • • Nob Hill Overpass Project Scope of Work • • ill 5.2,3 Turn over all project documents and files to the City, including a List of Change Orders and a Comparison of Quantities as required by Chapter 53 of the LAG Manual. 5.2.4 Record drawings. To be submitted upon completion of the work, using available information supplied by the general Contractor(s) including but not limited to the as -built survey, on site representative personnel, suppliers, and other sources. Contractor shall provide as -built information detailing final location of installed items based on the same pattern as conducted for initial design. HDR will review the submitted information, make necessary corrections, revise the original drawings and submit to the City an original (Mylar) record drawing set and electronic AutoCAD (Version 14 or later) compatible with the agreed -to design drawing format. 5.3 Assumptions: 5.3.1 The level of effort for close out as requested by the City is assumed the Construction Manager and Residential Inspector.will need 2 weeks, or 10 working days to review punchlist items, finalize quantities and complete assembly of the project records for turn over to the City. If additional time and effort is required to close out the project, the City will amend the agreement to . increase the time needed to close out the contract. 5.4 Deliverables: 5.4.1 Punch list(s) 5.4.2 Material Test Reports and Certifications 5.4.3 List of Change Orders 5.4.4 Comparison of Quantities 0 5.4.5 Delivered Quantity Records • 5.4.6 As -Built Drawings in original format (Mylar) and AutoCAD format • • • • • • • Page5of5 • • • 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, hut 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 • • 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 A CTRRF.MRNT. 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. _ _ • • Exhibit E -2 Consultant Fee Determination- Summary Sheet (Specific Rates of Pay) Fee Schedule Discipline or Job Title Hourly _ Overhead Profit Rate Rate @ 164.00% @ 31% Per Hour Principal $ 67.91 $ 111.37 $ 21.05 $ 200.33 • Project Manager $ 52.75 $ 86.51 $ 16.35 . $ 155.61 • Bridge Engineer $ 32.50 $ 53.30 $ 10.08 $ 95.88 Project Controller $ . 25.64 $ 42.05 $ 7.95 $ 75.64 @ 120% @ 31% On- Site Representative $ 63.71 $ 76.45 $ 19.75 $ 159.91 • • 4110 • Exhibit F • Breakdown of Overhead Cost HDR Engineering Y ear Ending December 29, 2007 Account Title $ Beginning Total % of Direct Labor Direct Labor $ 208,865,119 100% Overhead Expenses Fringe Benefits: Payroll Taxes $ 26,774,416 12.82% Group Insurance $ 21,425,609 10.26% HolidayNacation /Sick Leave $ 37,830,834 18.11% Retirement Benefits $ 11,899,191 5.70% Total Fringe Benefits $ 97,930,050 46.89% General Overhead Indirect Labor $ 115,516,851 55.31 %. Travel $ 7,176,855 - 3.44% Employees' expenses $ 9,191,564 4.40% Supplies $ 74,211 0.04% Building Rental & Expenses $ 33,101,664 15.85% Autos $ 962,036 0.46% Taxes- General $ 2,093,929 1.00% Depreciation & Amortization $ 3,348,200 1.60 %. Postage $ 853,805 0.41% Telephone $ 3,679,684 1.76% Subscriptions $ 238,787 0.11% Insurance & Self Insurance $ 7,932,111 3.80% Office Expense $ . • 4,088,208 1.96 % i Professional Services $ 1,827,957 0.88% Printing $ (260,865) - 0.12% Temporary Help $ 1,213,350 0.58% Marketing $ 4,942,357 2.37% Allocated Expense $ 7,800,110 3.73% Computer Expense $ 32,636,139 15.63% Administrative Costs $ 6,339,372 3.04% Other - $ 128,127 0.06% State Income Tax $ 681,202 0.33% Total General Overhead $ 243,565,654 116.61% Overhead Rate (General + Fringe) $ 341,495,704 163.50% Facilities Captial Cost of Money Rate 0.72% Total Overhead Rate 164.22% III Source of Information: Independent Auditor's Report • Deloitte Touche LLP • Dated 6/2/08 Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: Survey- Tn he performed hy T "oilman Assnciates on a time and material basis at a r,ost npt to exceed $19,000 plus a 5% markup Material Testing- Tn he performed hy GN Northern nn a time and material bass for employees worki g nn -site plus standard rates for specific lah tests at a total cast not to exceed $6,000 plus a 5% markiin 410 • • • DOT Form 140 -089 EF Exhibit G Revised 6/05 .� Exhibit H Title VI Assurances • • During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS "), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non - discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub - consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. • 3. Solicitations for Sub - consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub - contract, including procurement of materials or leases of equipment, each potential sub - consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under • this AGREEMENT and the REGULATIONS relative to non - discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non - compliance: In the event of the CONSULTANT'S non - compliance with the non - discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to: • Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies, and/or; • Cancellation, termination, or suspension of the AGREEMENT, in whole or in part DOT Form 140-089 EF Exhibit H Revised 6/05 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every sub - contract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub - consultant or procurement as the AGENCY, STATE or FHWA may direct as a means of enforcing such provisions including sanctions for non - compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub - consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. 1 0 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 Amount as the work completed at the time of termination is to the total work required for the PROJECT. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is r to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. . Specific Rates of Pay Contracts • A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts . • A final payment shall be made to the CONSULTANT for actual units of work completed at the time of . termination of this AGREEMENT. • • DOT Form 140 -089 EF Exhibit 1 Revised 6/05 • Exhibit M -1(a) 110 Certification Of Consultant Project No. Local Agency Yakima I hereby certify that I am Roy Cross and duly authorized representative of the firm of HDR engineering, Inc. whose address is 2805 St. Andrews Loop, Suite and that neither I nor the above firm I here represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure the AGREEMENT; (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. /Date` Signature • • • " DOT Form 140 -089 EF Exhibit M -1(a) Revised 6/05 • Exhibit M-1(b) C ertification Of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of City of Yakima Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agree to employ to retain, any firm or person; or (b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or • consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Date Signature • • • • • DOT Form 140 -089 EF Exhibit M -1(b) Revised 6/05 • 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. Have not within a three -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of of the offenses enumerated in paragraph (I) (B). of this certification; and D. Have not within a three (3) year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification such prospective participant shall attach an explanation to this proposal. • Consultant (Firm): HDR Engineering, Inc. • / • • Date ( Z� l (Signature) President or Authorized Official of Consultant DOT Form 140 -089 EF Exhibit M -2 Revised 6/05 • • Exhibit M -3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective participant certifies; by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1.No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of • Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this • transaction was made or entered into. Submission of this certification is a prerequisite for making • or entering into this transaction imposed by Section 1352, Title 31, U.S. Code.. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Consultant (Firm): HDR Engineering, Inc. • i / (Date) (Signature) PP sident or Authorized Official of Consultant • DOT Form 140 -089 EF Exhibit M -3 Revised 6/05 Exhibit lU!-4 Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4) submitted, either actually or by specific identification in writing, to the contracting officer or to the contracting officer's representative in support of Nob Hill Overpass Project are accurate, complete, and current as of April 28, 2009 * *. This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements between j . the offeror and the Government that are part of the proposal. Firm HDR Engineering, Inc. Name ,Roy Cross q Title Vice President & Managing Principal , 2 Date of Execution*** j • * 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 g rice agreement P was reached. * ** Insert the day, month, and year of signing, which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. DOT Form 140 -089 EF Exhibit M -4 Revised 6/05 •