Loading...
HomeMy Public PortalAboutRES-CC-2014-51Resolution #51-2014 APPROVING A LOCAL GOVERNMENT CONTRACT BY AND BETWEEN THE CITY OF MOAB AND HORROCKS ENGINEERING FOR THE MOAB 500 WEST PHASE 3 ROAD IMPROVEMENT PROJECT, FOR CONSTRUCTION ENGINEERING MANAGEMENT SERVICES Whereas, the governing body of the City of Moab desires to enter into a contract with Horrocks Engineering to provide construction engineering management services for the 500 West Road Improvement Project pursuant to the Utah Department of Transportation's guidelines; and Whereas, the Contract has been presented to this meeting of the City Council; NOW THEREFORE, WE, THE GOVERNING BODY OF THE CITY OF MOAB DO HEREBY ADOPT THE CONTRACT IN SUBSTANTIALLY THE FORM PRESENTED TO THIS MEETING OF THE CITY COUNCIL, AND AUTHORIZE THE APPROPRIATE INDIVIDUALS TO EXECUTE AND DELIVER SAID AGREEMENT. This resolution shall take effect immediately upon passage. Passed and adopted by action of the Governing Body of Moab City in open session this 25th day of November, 2014. CITY MOAB By: Attest:, Rachel E. Stenta_= : -- City Recorder W _ i avid a rison Mayor Resolution #51-2014 Page 1of1 LOCAL ENTITY COPY LOCAL GOVERNMENT CONTRACT STATE OF UTAH LOCAL GOVERNMENT ENGINEERING SERVICES 2013-2016 LG POOL (DIRECT SELECT) COST PLUS FIXED FEE Project No.: PIN Description: FINET Prog No.: PIN No.: Work Discipline: CONTRACT NO. EFFECTIVE DATE TRACKING NO. F-LC19(15) Moab 500 West Phi: Mill Creek Bridge to Kane Creek 5354613C 9983 Construction Engineering Management 1. CONTRACTING PARTIES: This contract is between City of Moab, referred to as LOCAL AUTHORI and Horrocks Engineers, Inc 2162 West Grove Pkwy Ste 400 Pleasant Grove, UT 84062 LAWMEN' Legal Status of Consultant: For Profit Corpora — Fed ID No.: 87-0296502 referred to as CONSULTANT, and approved by the Utah Department of Transportation, referred to • DEPARTMENT. 2. REASON FOR CONTRACT: The LOCAL AUTHORITY does not have sufficient qualified staff to complete the work required in the suggested time frame and the CONSULTANT is professionally and willing willing to assist the LOCAL AUTHORITY with Construction Engineering Management services further described in Attachment C. 3. PROJECT/CONTRACT PERIOD: The project/contract will terminate December 31, 2015, unless otherwise extended or canceled in accordance with the terms and conditions of this contract. 4. CONTRACT COSTS: The CONSULTANT will be paid a maximum of $119,808.95 for costs authori, - this Contract as further described in Attachment D. 5. ATTACHMENTS INCLUDED AS PART OF THIS CONTRACT: Attachment A — Certification of Consultant and Local Authority Attachment B — Standard Terms and Conditions Attachment C — Services Provided by the Consultant Attachment D — Fees Attachment E — Insurance The parties below hereto agree to abide by all the provisions of this contract. IN WITNESS WHEREOF, the parties sign and cause this contract to be executed. CONSULTANT - Horrocks Engineers, Inc LOC Y: Title: Printed Na e: Ee...tek iz UTAH DEPARTMENT OF TRANSPORTATION By: Title: Engi i.41 %f . r Prec% : truction Date L AUTHO IT Citof Moab ICra• A� Ei� � DEPARTMENT Comptrollers Office BY: Title: Printed Name: } By: Title: Contract Administrator Revised 8/20/2014 CERTIFICATION OF CONSULTANT By signing this contract on behalf of the CONSULTANT, I hereby certify I am a duly authorized representative of Horrocks Engineers, Inc and that neither I nor the above CONSULTANT I hereby represent has: (a) employed or retained for 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 this contract, (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 the contract, 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 the contract; except as hereby expressly stated (if any): acknowledge that this certificate is to be furnished to the Utah Department of Transportation and the Federal Highway Administration in connection with this contract involving participation of Federal -aid Highway Funds, and is subject to applicable State and Federal laws, both criminal and civil. CERTIFICATION OF LOCAL AUTHORITY By signing this contract on behalf of the LOCAL AUTHORITY, I hereby certify I am the duly authorized representative of City of Moab and that the above CONSULTANT or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract, to: (a) employ or retain, or agree to employ or 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 subject to applicable State and Federal laws, both criminal and civil. Revised 8/20/14 Page Al of 1 LOCAL GOVERNMENT ENGINEERING SERVICES CONTRACT STANDARD TERMS AND CONDITIONS 1. AUTHORITY: Provisions of this contract are pursuant to the authority set forth in Sections 27-12-21, 107 and 108; and 63-56 U.C.A. 1953, as amended, and the Utah State Procurement Regulations, which authorizes the LOCAL AUTHORITY and/or the DEPARTMENT to make purchases in accordance with said laws and regulations. 2. CONTRACT JURISDICTION AND COMPLIANCE WITH LAWS: The provisions of this contract shall be governed by the laws of the State of Utah. Also, the CONSULTANT and those engaged by the CONSULTANT shall comply with all Federal, State and local laws, regulations and other legally binding requirements that pertain to the services provided under this contract. Proof of the CONSULTANT'S compliance with licensing requirements shall be furnished to the LOCAL AUTHORITY and/or the DEPARTMENT upon request. 3. RECORDS ADMINISTRATION: The CONSULTANT shall maintain all books, papers, documents, accounting records and other evidence to support costs billed for under this contract. These records shall be retained by the CONSULTANT for a period of at least four (4) years after the contract terminates, or until all audits initiated within the four years have been completed, whichever is later. These records shall be made available at all reasonable times during the four year period for audit and inspection by the LOCAL AUTHORITY and/or the DEPARTMENT and other authorized State and Federal auditors. The CONSULTANT'S records supporting the cost proposal shall also be retained and made available for review by authorized Federal or State staff. Copies of requested records shall be furnished to the LOCAL AUTHORITY and/or the DEPARTMENT upon request. 4. CONFLICT OF INTEREST: The CONSULTANT certifies that none of its officers or employees are officers or employees of the State of Utah unless disclosure has been made in accordance with Section 67-16-8, U.C.A. 1953, as amended. The CONSULTANT certifies that no engineer, attorney, appraiser, inspector, surveyor or survey crew, or other person performing services for the CONSULTANT has, directly or indirectly, a financial or other personal interest, other than his employment or retention by the LOCAL AUTHORITY and/or the DEPARTMENT, in any contract or subcontract in connection with this project (Reference 23 CFR § 1.33). An example of this situation would be the CONSULTANT subcontracts with the Contractor to perform survey work while contracted by the LOCAL AUTHORITY and/or the DEPARTMENT to perform construction engineering management services for the same project. The CONSULTANT further warrants that it has no financial or other interest in the outcome of the work performed under the contract. Examples of this situation would be a Consultant who owns land, options to buy land, or some business enterprise that would be financially enhanced or diminished by any project alternatives. 5. EMPLOYMENT OF DEPARTMENT EMPLOYEES: The CONSULTANT agrees not to engage in any way the services on this contract of any present or former Utah Department of Transportation employee who was involved as a decision maker in the selection or approval processes or who negotiated and/or approved billings or contract modification for this contract. 6. CONSULTANT, AN INDEPENDENT CONTRACTOR: The CONSULTANT shall be an independent contractor, and as such, shall have no authority, express or implied to bind the LOCAL AUTHORITY and/or the DEPARTMENT to any agreement, settlement, liability, or understanding whatsoever; and agrees not to perform any acts as agent for the LOCAL AUTHORITY, except as specifically authorized and set forth herein. Persons employed by the LOCAL AUTHORITY and acting under the direction of the LOCAL AUTHORITY shall not be deemed to be employees or agents of the CONSULTANT. Compensation provided to the CONSULTANT herein shall be the total compensation payable hereunder by the LOCAL AUTHORITY. 7. INDEMNITY - LIABILITY: The CONSULTANT shall hold harmless and indemnify the DEPARTMENT and the LOCAL AUTHORITY, their officers, agents and employees from and against any and all claims, suits and cost, including attorneys fees, for injury or damage of any kind to the extent arising out of the Revised 2/12/14 Page B1 of 12 negligent acts, wrongful acts, errors, or omissions of the CONSULTANT, or its subconsultants when acting within the scope of their subcontract, or their respective agents, employees or representatives. The CONSULTANT is an independent contractor contracted with the LOCAL AUTHORITY and approved by the DEPARTMENT. Any periodic plan and specification review or construction inspection performed by the LOCAL AUTHORITY or DEPARTMENT arising out of the performance of the contract, does not relieve the CONSULTANT of its duty in the performance of the contract, or ensure compliance with customary standard of professional care. 8. SEPARABILITY: The declaration by any court, or other binding legal source, that any provision of this contract is illegal and void and shall not affect the legality and enforceability of any other provision of this contract, unless said provisions are mutually dependent. 9. LIABILITY INSURANCE: Services to be provided by the CONSULTANT under this contract are required to be covered by insurance. The CONSULTANT shall furnish the LOCAL AUTHORITY and the DEPARTMENT a Certificate of Insurance applying to this contract for each type of insurance required, to be approved by the DEPARTMENT and the LOCAL AUTHORITY, before the CONSULTANT begins work under this contract. The CONSULTANT'S insurer must be authorized to do business in Utah and must meet the specified A.M. Best rating or better at the time this contract is executed. The following insurance shall be maintained in force until all activities which are required by this contract or as changed by contract modification are completed and accepted by the LOCAL AUTHORITY and the DEPARTMENT: (a) General Liability and Automobile Liability insurance with a limit of not less than $1,000,000 per occurrence and not less than $2,000,000 aggregate and having an A.M. Best rating of A -class VIII or better. The limit if different for this contract will be as designated in Attachment C to this contract. If this coverage is written on a claims -made basis, the Certificate of Insurance shall so indicate. The CONSULTANT represents that as long as commercially available the insurance shall remain in effect such that claims reported up to three (3) years beyond the date of substantial completion of this contract are covered. (b) Architect and/or Engineers Professional Liability (errors and omissions) insurance having an A.M. Best rating of A -class VIII or better, is required at the coverage amount of $1,000,000 per claim and $2,000,000 aggregate. If this coverage is written on a claims -made basis, the Certificate of Insurance shall so indicate. The CONSULTANT represents that as long as commercially available the insurance shall remain in effect such that claims reported up to three (3) years beyond the date of substantial completion of this contract are covered (on construction contracts or modifications for construction management the insurance, shall remain in effect for one (1) year after completion of the project). (c) Valuable Papers & Records Coverage and/or Electronic Data Processing (Data and Media) Coverage for the physical loss or destruction of the work product including drawings, plans, specifications and electronic data and media. Such insurance shall be of a sufficient limit to protect the CONSULTANT, its sub -consultants, the LOCAL AUTHORITY, and the DEPARTMENT from the loss of said information. (d) Aircraft Liability in the amount of $1,000,000 per occurrence if aircraft are utilized in connection with this contract. (e) The CONSULTANT shall provide evidence that his employees and sub -consultant employees are covered by Workers Compensation. If they are covered by Workers Compensation Fund of Utah, then the A.M. Best rating is not required in this area. (f) The CONSULTANT shall require the insurance company that issues the Certificates of Insurance for the evidence of the required insurance coverage to endeavor to provide the DEPARTMENT and the LOCAL AUTHORITY with 30 days written notice in the event that coverage is canceled before the policy expiration date stated in the Certificate. The CONSULTANT further agrees to Revised 2/12/14 Page B2 of 12 provide the DEPARTMENT and the LOCAL AUTHORITY with 30 days written notice prior to making an alternation or material change to the required insurance coverage. Policies referred to in 9(a) and 9(d) above are required to be endorsed naming the LOCAL AUTHORITY, UDOT, and the State of Utah as Additional Insureds and, on General Liability and Aircraft Liability, indicate they are primary and not contributing coverage. All required policies, endorsements, insurance companies issuing same, and self insured programs are subject to review and approval by the State of Utah, Risk Manager. 10. HEALTH INSURANCE: The CONSULTANT agrees that if the CONSULTANT has an initial contract of 1.5 million dollars or more, or the contract and modifications are anticipated in good faith to exceed 1.5 million dollars, or the CONSULTANT has a subcontract at any tier that involves a sub -consultant that has an initial subcontract of $750,000 or more, and/or the CONSULTANT has a subcontract at any tier that is anticipated in good faith to exceed $750,000; hereby certifies the following. The CONSULTANT and all applicable sub -consultants have and will maintain an offer of qualified health insurance coverage for their employees, as defined in UCA Section 34A-2-104 for the employees who live and/or work within the State of Utah, along with their dependents, during the duration of the contract. Employee, for purposes of these requirements, shall be no broader than the use of the term employee for purposes of State of Utah Workers' Compensation requirements. The Executive Director or designee shall have the right to request a recertification by the CONSULTANT by submitting a written request to the CONSULTANT, and the CONSULTANT shall so comply with the written request within ten (10) working days of receipt of the written request; however, in no case may the CONSULTANT be required to demonstrate such compliance more than twice in any 12-month period. The CONSULTANT and all applicable sub -consultants will be subject to all applicable penalties. The CONSULTANT will provide these same requirements in all applicable subcontracts at every tier. 11. PROGRESS: The CONSULTANT shall begin the work required by this contract within one week following official notification by the DEPARTMENT to proceed. The CONSULTANT shall prosecute the work diligently and to the satisfaction of the LOCAL AUTHORITY and the DEPARTMENT. If Federal Funds are used on this contract the work will be subject to periodic review by the Federal Highway Administration. The CONSULTANT will prepare monthly progress reports following the format established by the LOCAL AUTHORITY and the DEPARTMENT in sufficient detail to document the progress of the work and support the monthly claim for payment. Payments will not be made without a supporting progress report. In addition, the CONSULTANT will update the DEPARTMENT'S "electronic Program Management" (ePM) system bi-weekly to reflect the status of the project. Progress conferences will be held periodically. The CONSULTANT will prepare and present written information and studies to the LOCAL AUTHORITY and the DEPARTMENT so it may evaluate the features and progress of the work. Any one of the three parties may request a conference; to be held at the office of any, or at a place designated by the LOCAL AUTHORITY or the DEPARTMENT. The conferences shall also include inspection of the CONSULTANT'S services and work products when requested by the LOCAL AUTHORITY or the DEPARTMENT. The CONSULTANT will be required to perform such additional work as may be necessary to correct errors caused by the CONSULTANT in the work required under the contract without undue delays and without additional cost to the LOCAL AUTHORITY and the DEPARTMENT. At any time the CONSULTANT determines the contract work cannot be completed within the specified time or budget, the LOCAL AUTHORITY and the DEPARTMENT shall be immediately notified in writing. The LOCAL AUTHORITY and the DEPARTMENT may, at their sole discretion, extend the contract by written modification. The LOCAL AUTHORITY or the DEPARTMENT may terminate this contract in accordance with termination provisions of this contract including failure of the CONSULTANT to make satisfactory progress of the contract work. Revised 2/12/14 Page B3 of 12 Should the LOCAL AUTHORITY or the DEPARTMENT desire to suspend the work, but not terminate the contract, this will be done by verbal notification followed by written confirmation from the LOCAL AUTHORITY or the DEPARTMENT. The work may be reinstated upon 30 days advance written notice from the LOCAL AUTHORITY or the DEPARTMENT. Unless extended or terminated in writing, this contract will terminate on the expiration date, or at the end of the specified calendar days. 12. REVIEW AND INSPECTION OF WORK: It is expressly understood and agreed that authorized representatives of the LOCAL AUTHORITY, DEPARTMENT and, when Federal Funds are used, the Federal Highway Administration shall have the right to review and inspect the work in process, and the CONSULTANT'S facilities, at any time during normal business hours or by appointment. 13. NON DISCRIMINATION PROVISIONS: The CONSULTANT agrees to abide by the provisions of the Utah Anti -discrimination Act, Title 34 Chapter 35 U.C.A. 1953, as amended, and Title VI and Title VII of the Civil Rights Act of 1964 (42 USC 2000e), which prohibits discrimination against any employee or applicant for employment, or any applicant or recipient of services, on the basis of race, religion, color, or national origin; and further agrees to abide by Executive Order No. 11246 entitled "Equal Employment Opportunity," as amended by Executive order 11375 and as supplemented in Department of Labor Regulations (41 CFR Part 60), which prohibits discrimination on the basis of age; and Section 504 of the Rehabilitation Act of 1973, which prohibits discrimination on the basis of handicap. The CONSULTANT agrees to abide by Utah's Executive Order, dated June 30, 1989, which prohibits sexual harassment in the work place. Sections 49 CFR 21 through Appendix H and 23 CFR 710.405(b) are applicable by reference in all contracts and subcontracts financed in whole or in part with Federal -aid highway funds. The CONSULTANT further agrees to furnish reports to the LOCAL AUTHORITY and/or the DEPARTMENT upon request for the purpose of determining compliance with these statutes identified in this section. The CONSULTANT shall comply with the Americans With Disabilities Act (ADA). The CONSULTANT shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONSULTANT shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of federal -aid contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the DEPARTMENT deems appropriate. During the performance of this contract, the CONSULTANT, for itself, its assignees and successors in interest agrees as follows: (a) Compliance with Regulations: The CONSULTANT shall comply with the Regulation relative to nondiscrimination in federally -assisted programs of the 49 CFR Part 21, and the 23 CFR Part 200 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 contract. (b) Nondiscrimination: The CONSULTANT, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, disability/handicap, and low income status in the selection and retention of subconsultants, including procurements of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR § 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. (c) Solicitations for Subconsultants, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the CONSULTANT for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, national origin, sex, age, disability/handicap, and low income status. (d) 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 the DEPARTMENT to be pertinent to ascertain compliance with such Regulations, orders and Revised 2/12/14 Page B4 of 12 (0 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 DEPARTMENT, and shall set forth what efforts it has made to obtain the information. (e) Sanctions for Noncompliance: In the event of the CONSULTANT' noncompliance with the nondiscrimination provisions of this contract, the DEPARTMENT shall impose such contract sanctions as it may determine to be appropriate, including, but not limited to: (1) withholding of payments to the CONSULTANT under the contract until the CONSULTANT complies, and/or (2) cancellation, termination or suspension of the contract, in whole or in part. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (a) through (f) in every subcontract, including procurements 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 subcontract. or procurement as the DEPARTMENT may direct as a means of enforcing such provisions including sanctions for non- compliance: Provided, however, in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the CONSULTANT may request the DEPARTMENT to enter into such litigation to protect the interests of the DEPARTMENT, and, in addition, the CONSULTANT may request the United States to enter into such litigation to protect the interests of the United States. (Provision revised July 29, 2013.) 14. CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS: The CONSULTANT agrees to abide by the requirements of 49 CFR Part 29. By signing this contract the CONSULTANT certifies that to the best of their knowledge and belief that it or 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 civil judgment against them for commission of 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 statutes 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 subparagraph 14(b) of this certification; and (d) Have not within a three-year period preceding this contract had one or more public transactions (Federal, State, or Local) terminated for cause or default. Where the CONSULTANT is unable to certify to any of the statements in this certification, the CONSULTANT shall attach an explanation to this contract. Exceptions will not necessarily result in denial of award, but will be considered in determining CONSULTANT'S responsibility. Any exceptions noted shall identify to whom it applies, the initiating agency, and dates of the action. Providing false information may result in criminal prosecution or administrative sanctions. 15. CERTIFICATION OF COMPLIANCE ON LOBBYING RESTRICTIONS: The CONSULTANT agrees to conform with the lobbying restrictions established by Section 319 of Public Law 101-121 (Department of the Interior and Related Agencies Appropriations Act for Fiscal Year 1990) for contracts exceeding $100,000 in Federal Funds. The CONSULTANT certifies, by signing this contract, to the best of their knowledge and belief, that: (a) 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 Revised 2/12/14 Page B5 of 12 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. (b) 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 CONSULTANT also agrees by signing this contract that they shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub - recipients shall certify and disclose accordingly. 16. CERTIFICATION OF COMPLIANCE ON DRUG AND ALCOHOL TESTING: The CONSULTANT hereby certifies by executing this Contract, that the CONSULTANT shall comply with all applicable provisions of Rule 916-6 Drug and Alcohol Testing in State Construction Contracts and UCA Section 63G-6-604 throughout the term of this Contract. The CONSULTANT shall provide this requirement in its contracts with subconsultants. 17. CONSULTANT COST CERTIFICATION: The CONSULTANT hereby certifies by executing this Contract, that the CONSULTANT has previously submitted a CONSULTANT certification of final indirect costs in accordance with the Federal Acquisition Regulations (FAR) cost principles as described in the FHWA Order 4470.1A and in the DEPARTMENT Financial Screening Application. 18. OWNERSHIP OF DOCUMENTS: All tracings, plans, manuscripts, specifications, data, maps, etc., prepared or obtained by the CONSULTANT, as a result of working on this contract, shall be delivered to and become the property of the LOCAL AUTHORITY. All documents and data pertaining to work required by this contract shall be the property of the LOCAL AUTHORITY and shall be delivered to the LOCAL AUTHORITY within 10 working days after termination of the contract, regardless of the reason for termination; and without restriction or limitation on their further use. Costs of all the above items shall be considered as included in the basic contract compensation for the work as described in ATTACHMENT C. The CONSULTANT shall not be responsible for another party's application of information contained in the contract documents to other projects, or for uses other than that for which the information was intended. Should patentable discoveries or inventions result from work required by this contract, all rights to them shall be the sole property of the CONSULTANT. Except, the CONSULTANT agrees to grant to the United States Government and the State of Utah a non exclusive, non transferable, paid up, license to use the discovery or invention. The CONSULTANT is permitted to copyright reports and other contract products provided that the LOCAL AUTHORITY, the DEPARTMENT and the Federal Highway Administration have a royalty free, non exclusive, irrevocable right to reproduce, publish, or otherwise use and authorize others to use for governmental purposes. 19. ASSIGNMENT AND SUBCONTRACTING: The CONSULTANT shall not subcontract any of the work required by this contract, or assign monies to be paid to the CONSULTANT hereunder, without the prior written approval of the LOCAL AUTHORITY and/or the DEPARTMENT. The amount billed to the DEPARTMENT for subcontractor costs shall be the same amount the CONSULTANT actually pays subcontractor for services required by this contract. All payments made by the CONSULTANT to the subcontractor for services required by this contract shall be subject to audit by the LOCAL AUTHORITY and/or the DEPARTMENT. All subcontracts must include all the same terms and conditions and provisions included in this contract. However, the prime CONSULTANT is responsible for ensuring that all work performed by sub -consultants is insured under their insurance policy, or they require that the sub - consultants meet the insurance provisions required under this contract. Revised 2/12/14 Page B6 of 12 The CONSULTANT must perform work valued at not less than 60% of the total contract amount, excluding specialized services, with its own staff. Specialized services are those services or items that are not usually furnished by a consultant performing the particular type of service contained in this contract. 20. PERSONNEL/STAFFING PLAN: Any change in personnel from that specifically identified in Attachment C of this contract, must be approved by the DEPARTMENT through a modification to this contract or a Contract Management System (CMS) Alternative Staff Transaction prior to any work being performed by new personnel. Invoices submitted for payment with unauthorized personnel will not be paid. (Provision revised July 29, 2013.) 21. DISPUTES: Claims for services, materials, or damages not clearly authorized by the contract, or not ordered by the LOCAL AUTHORITY and the DEPARTMENT by prior written authorization, will not be paid. The CONSULTANT shall notify the LOCAL AUTHORITY and the DEPARTMENT in writing, and wait for written approval, before it begins work not previously authorized. If such notification and approval is not given or the claim is not properly documented, the CONSULTANT shall not be paid the extra compensation. Proper documentation alone shall not prove the validity of the claim. The parties agree to use arbitration or mediation after exhausting applicable administrative reviews to resolve disputes arising out of this contract where the sole relief sought is monetary damages $100,000 or less, exclusive of interest and costs. 22. CLAIMS - DELAYS AND EXTENSIONS: The CONSULTANT agrees to proceed with the work previously authorized by the contract, or in writing, continually and diligently, and will make no charges or claims for extra compensation for delays or hindrances within its control during the progress of this contract. The LOCAL AUTHORITY and the DEPARTMENT may allow an extension of time for the contract, for a reasonable period as agreed by the parties, should a delay or hindrance occur. The LOCAL AUTHORITY and/or the DEPARTMENT shall not waive any of its rights under the contract by permitting the CONSULTANT to proceed with the contract after the established completion date. 23. CONSULTANT'S ENDORSEMENT ON PLANS, ETC.: The CONSULTANT (if a firm, the responsible principal) is required to endorse and affix its seal to plans, reports, and engineering data furnished to the LOCAL AUTHORITY and/or the DEPARTMENT under this contract. 24. CONTRACT MODIFICATIONS: This contract may be amended, modified, or supplemented, as it is mutually agreed to by the parties by written contract modification, executed by the parties hereto and attached to the original signed contract. If there is Federal funding as part of the revenue for this contract, the Federal Highway Administration must approve all changes. Claims for services furnished by CONSULTANT, not specifically authorized by this contract or by appropriate modification, shall not be paid by the LOCAL AUTHORITY or the DEPARTMENT. When a contract modification has been agreed to by the parties no claim for the extra work done or material furnished shall be made by the CONSULTANT until the written modification has been fully executed. Any verbal agreements not confirmed in writing are non -binding. 25. TERMINATION: This contract may be terminated as follows: (a) Mutual agreement of the parties; in writing and signed by the parties. (b) By either party for failure of the other party to fulfill its obligations, as set forth with the provisions of this contract and in particular with Attachment C, "Services Provided by the CONSULTANT" or Section 40, "Duties of the DEPARTMENT". Reasonable allowances will be made for circumstances beyond the control of the CONSULTANT and the LOCAL AUTHORITY or the DEPARTMENT. Written notice of intent to terminate is required and shall specify the reasons supporting termination. (c) By the LOCAL AUTHORITY or the DEPARTMENT for the convenience of the State or the LOCAL AUTHORITY upon written notice to the CONSULTANT. (d) Upon satisfactory completion of required contract services. Revised 2/12/14 Page B7 of 12 On termination of this contract all accounts and payments will be processed in accordance with contract terms. An appraisal of the value of work performed to the date of termination shall be made to establish the amount due to or from the CONSULTANT. If the contract fee type is Cost -Plus -Fixed -Fee -With - Fixed -Total -Additive -Rate and the contract is terminated for reasons other than (d), the final fixed fee amount will be paid in proportion to the percentage of work completed as reflected by the periodic invoices as of the date of termination of the contract. Upon determining the final amount due the CONSULTANT, or to be -reimbursed by the CONSULTANT, in the manner stated above, the final payment will be processed in order to close out the contract. 26. DESIGN/CONSTRUCTION: The CONSULTANT will utilize all current DEPARTMENT standards and be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the CONSULTANT under this contract. The CONSULTANT will, without additional compensation, correct or revise any errors or omissions in its design, drawings, specifications and other services. This contract may remain open for modifications for any unforeseen work that may be deemed necessary by the DEPARTMENT going into the construction phase to accommodate future work by the prime CONSULTANT or sub -consultant. CONSULTANT will perform the services in accordance with the customary standard of professional care. 27. ELECTRONIC PLAN ROOM DOCUMENTATION: All consultants will be expected to adhere to the current DEPARTMENT development standards on the web site. It is the CONSULTANTS responsibility to provide all plans, specifications, surveys, and associated data in the DEPARTMENT acceptable electronic formats on one or more CD's. All project data will be organized in the DEPARTMENT'S project directory structure as specified in the DEPARTMENT'S current CADD Standards. It is the CONSULTANT'S responsibility to be aware of all DEPARTMENT requirements and formats. The DEPARTMENT CADD standards are available at the Engineering Technology Services (ETS) sub -page of the DEPARTMENT website www.udot.utah.govlets. Computer Aided Drafting and Design acceptable formats are as follows: (a) Drafting: MicroStation Design format (.dgn) by Bentley Systems Inc., version 8.5 or higher. (b) Civil Design: InRoads by Bentley Systems Inc. version 8.8 or higher acceptable formats are as follows: Geometry files (.alg), Surface or digital terrain models (.dtm), Template libraries Ott), and Roadway Designer files (.ird). (c) Survey and Photogrammetry: InRoads Survey format (.fwd) by Bentley Systems Inc. version 8.8 or higher. Raw survey files will be in ASCII format, (point number, Northing, Easting, Elevation and code). Survey points will be coded using the DEPARTMENT feature codes located in the DEPARTMENT preference file (.xin) and Raster Images (aerial photos) will be in MicroStation compatible formats. Design and Survey work will adhere to the DEPARTMENT CADD Standards and "Mapping & Aerial Photogrammetry" Guide. (d) Plotting: In order for the project to be published into the DEPARTMENT Electronic Plan Room (EPR) system, the CONSULTANT will prepare a file to direct the DEPARTMENT' plotting software, InterPlot, by Bentley Systems Inc. to produce the correct output. This is the InterPlot Organizer's plot -set file (filename.ips). This file contains specifications for each sheet in the plan set and controls the order and name of each sheet as they will appear in the EPR system. Instructions for preparing this file can be found at the DEPARTMENT Engineering Technology Services (ETS) website as stated above. (e) Responsibility: Region Designers/Consultants, Action - When submitting electronic files for advertising, Region or consultant designers must deliver to the DEPARTMENT the design files on CD's in the established project directory structure. The following files must be included in the submittal: 1) Major design files, including roadway design, structure, striping, signing, signals, and profiles (Microstation format), 2) Existing topography and existing utilities (Microstation format), 3) Existing and proposed surfaces (dtm format), 4) InRoads alignments (alg), templates (in roadway designer files (ird) and preference files (xin), 5) Configuration and resource files including font and linestyle resource files. Revised 2/12/14 Page B8 of 12 (f) Placement: Action -- Project data must be delivered to the DEPARTMENT on CD's in the established project directory structure. The CONSULTANT will be responsible for the accuracy of the translated data. Technical and Standards support will be provided to the CONSULTANT through the Engineering Technology Services Group of the Project Development Division at UDOT. 28. REQUIREMENTS FOR COMPUTER ELEMENTS: Hardware, firmware and/or software elements that the CONSULTANT procures, furnishes, licenses, sells, integrates, creates and/or enhances for the LOCAL AUTHORITY and the DEPARTMENT under this contract shall achieve the specific objectives specified in the work plan. These elements shall be free of defects, or "bugs," that would prevent them from achieving the objectives specified in the work plan. Computer software and applications created and/or enhanced under this contract shall include as deliverables; user instructions, program documentation, program listings, source code and executables in specified compiled formatted files. The program documentation shall include flow charts and detailed treatment of decision algorithms and their technical basis. Appropriate LOCAL AUTHORITY individuals will review "user instructions" and "program documentation" for acceptability. Formal sign -offs will record such events and be part of the project repository. Software development and operating system platforms shall be approved by the LOCAL AUTHORITY and the DEPARTMENT and specified in the work plan. Changes to these platforms shall only be allowed by written authorization by the LOCAL AUTHORITY and the DEPARTMENT. 29. COST PRINCIPLES: Regardless of the funding source, the costs allowable for reimbursement will be governed by the Federal Acquisition Regulations, Title 48, Part 31, as modified by Utah State law, administrative rules, and regulations on contract provisions. 30. RIGHT OF WAY SUBMITTAL REQUIREMENTS: Submission of right of way acquisition packages are required to follow the UDOT Right of Way ProjectWise Naming Convention and Attributing Guide, as amended, which is incorporated herein by this reference. The Guide may be found on the UDOT website www.udot.utah.qov/qo/roworoiectwisequide. (Provision revised September 30, 2013.) 31. GOVERNMENT RECORDS AND ACCESS MANAGEMENT ACT: Pursuant to the Government Records Access and Management Act, Title 63G, Chapter 2, Utah Code Annotated, the CONSULTANT understands that if it believes that any records it submits to the DEPARTMENT and/or LOCAL AUTHORITY should be considered confidential for business purposes under Utah Code Ann. §63G-2-309, it must attach written notice of that opinion to the record when it first submits it. The CONSULTANT understands that the DEPARTMENT and/or LOCAL AUTHORITY will not treat any such record as confidential under Section 63G-2-309 absent such written notification. Additionally, the CONSULTANT agrees that neither the State of Utah, the DEPARTMENT and/or LOCAL AUTHORITY, nor any of their agents or employees are responsible for disclosure of any record that the CONSULTANT considers confidential if either the State Records Committee or a court orders it released. 32. WORK ACCEPTANCE: (a) All work performed under this contract shall be performed in accordance with Standards, Specifications, Manuals of Instruction, Policies and Procedures established by the DEPARTMENT. All work shall be subject to the approval of the LOCAL AUTHORITY and the DEPARTMENT through its designated representatives. When the work is Federally funded, the LOCAL AUTHORITY and the DEPARTMENT will coordinate with the Federal Highway Administration (FHWA) to obtain concurrence in the work. (b) Reviews and Quality Assurance: All contracts require a quality control / quality assurance plan and checklist. For design projects specifically, the CONSULTANT shall provide a project specific QC/QA plan that meets or exceeds the DEPARTMENT'S standard QC/QA plan located on the DEPARTMENT web page at www.udot.utah.00v/qo/ocoa which is hereby incorporated by reference into this contract. If the CONSULTANT elects to use its own QC/QA plan, that plan shall, as a minimum, contain the requirements of the DEPARTMENT'S plan and be approved by Revised 2/12/14 Page B9 of 12 the DEPARTMENT'S Project Manager. The CONSULTANT will meet all document retention requirements and schedules. (Provision revised February 12, 2014.) 33. GENERAL CONTROL AND INSPECTIONS: The CONSULTANT shall be represented at progress review meetings as may be scheduled by the LOCAL AUTHORITY and the DEPARTMENT. The CONSULTANT shall accompany LOCAL AUTHORITY and the DEPARTMENT personnel and other representatives on field inspections and at conferences as may be required. 34. IF THIS CONTRACT IS FOR DESIGN: (a) The design consultant will be retained to answer and clarify any questions on the design during construction. The consultants will be required to include this task in their cost proposal. The Construction Project Engineer will call on the CONSULTANT as he needs him. If the work required from the CONSULTANT is due to errors in the design, the CONSULTANT will not be reimbursed. To enhance the communication between the LOCAL AUTHORITY, the DEPARTMENT and Consultants, the LOCAL AUTHORITY and the DEPARTMENT are requiring that the CONSULTANT attend the following meetings: kickoff meeting, preconstruction meeting, and the final inspection meeting. These meetings should be included in the detail work plan. (b) If the project requires horizontal and vertical control to be established and/or identifying existing surface features to develop a Digital Terrain Model (DTM) for the design of the project, the CONSULTANT will follow the narrative in the Project Delivery Network for Task 1 B1 Develop Base Mapping/Existing Surface on the UDOT website www.udot.utah.gov/go/odnpdn, which is incorporated herein by this reference. (Provision revised September 30, 2013.) 35. IF THIS CONTRACT IS FOR CONSTRUCTION ENGINEERING MANAGEMENT: (a) Construction Administration Administration of any construction project delegated to the CONSULTANT. The CONSULTANT will perform activities for Construction Administration as identified and defined in the UDOT Construction Manual of Instruction. Deliverables and checklists for the project are based on project specifications. The CONSULTANT is required to comply with DEPARTMENT partnering requirements and oversee contractor participation. This includes but is not limited to attending DEPARTMENT training, leading the partnering effort on the project along with the contractor, participating in weekly updates on the partnering website, and monitoring and measuring partnering on the project. The CONSULTANT is responsible for required documentation for any item addressed in the project specifications and Construction contract. Items will include, but not be limited to, Materials Testing, Materials Certifications, Change Orders, Project and Materials Inspection, Civil Rights requirements, Engineer's Diary, Subcontracts, Payrolls, Meeting Minutes, Project Scheduling and Process Review summaries. (b) Materials Testing and Inspection The CONSULTANT will perform materials testing and inspection in accordance with the requirements of the project Construction contract. These requirements include the Materials Acceptance and Independent Assurance Programs, as outlined in the UDOT Materials Manual of Instruction (MOO. The Materials Acceptance Program defines requirements for acceptance testing and verification testing. The Independent Assurance Program defines requirements for independent assurance testing, personnel qualifications and laboratory qualifications. (c) Acceptance Testing/Inspection Acceptance testing/inspection will be performed in accordance with the project specifications and UDOT Minimum Sampling and Testing Requirements (MSBT). Minimum frequencies for materials acceptance testing and inspection are defined in the UDOT MS&T and are the absolute minimum for the identified materials, regardless of special provision requirements. (d) Independent Assurance Testing Requirements for Independent Assurance testing are outlined in the UDOT Materials MOI and project level requirements will be performed and documented by the CONSULTANT at the project level. Documentation will be provided for IA test results, personnel qualifications and laboratory Revised 2/12/14 Page B10 of 12 qualifications. Documentation for personnel and laboratory qualification will be performed prior to any sampling or testing being performed on the project. (e) Project Inspection Project Inspection is a combination of the presence of the CONSULTANT, and the documentation of the project's daily activities. The CONSULTANT will perform inspection in accordance with project specifications and documentation will include, at a minimum, Inspector's Daily Reports, materials placement inspection reports, project diaries, measurement and payment information, and project visual reviews for items such as traffic control placement and conformance, etc. (f) Project Closeout Project information obtained through contract administration, materials testing and project inspection will be collated and reviewed by the CONSULTANT to assure that all of the necessary documents are present to demonstrate compliance with the plans, specifications and Construction contract. Closeout will be performed in accordance with the comprehensive checklist in the UDOT Construction MOI and will include at a minimum, all C-106 forms, the project C-196 form, all change orders and all administrative requirements, such as payrolls and Civil Rights requirements. (9) The DEPARTMENT's Construction Manual of Instruction and Materials Manual of Instruction can be obtained from Central Construction and Materials Division 801-965-4346 or available at the sub -page of the DEPARTMENT website www.udot.utah.govlets. 36. INSPECTION OF INTELLIGENT TRANSPORTATION SYSTEMS (ITS) AND ELECTRICAL CONSTRUCTION: In order to ensure complete impartiality in the performance of construction inspection, any consultant engineering companies who are concurrently performing or bidding on ITS or electrical construction work for the LOCAL AUTHORITY and/or DEPARTMENT will not be considered eligible to perform construction inspection of ITS or electrical work on any projects as part of a consultant contract. Consultants who are selected to do ITS or electrical construction inspection as part of a consultant contract will be requested to affirm that they currently are not performing or bidding on any electrical or ITS construction work for LOCAL AUTHORITY and/or DEPARTMENT and will not for the duration of the relevant consulting contract. For the purposes of this provision, ITS or electrical construction is defined as follows: Work involving the installation or repair of underground electrical conduit, electrical cables, fiber-optic cable, or any other construction work involving 120 volt (or greater) current for which an electrician's license is required. Field work taking place inside an electrical cabinet, or involving low voltage detection or data circuits, will not be considered ITS or electrical construction. Diagnosis, testing, calibration, aiming, resplicing, or repair of low voltage detection circuits, fiber-optic cable, or detection equipment will not be considered ITS or electrical construction. Consultant engineering companies who also perform ITS or electrical construction work under contract to LOCAL AUTHORITY and/or DEPARTMENT will be eligible to perform the following types of consulting work, provided that the work is on completely different projects, with no possibility for conflict of interest: design work, ITS system integration, software development. 37. NO THIRD PARTY BENEFICIARIES: The parties enter in to this contract for the sole benefit of the parties, in exclusion of any third party, and no third party beneficiary is intended or created by the execution of this contract. 38. COORDINATION WITH DEPARTMENT FUNCTIONAL MANAGERS: In order to ensure programmatic consistency, if the project requires, the CONSULTANT will coordinate decisions with the Region and/or Central Functional Managers in addition to the DEPARTMENT Project Manager. It is important for consultants to seek input into decisions from the technical experts within the DEPARTMENT. 39. USE OF STATE SEAL AND UDOT LOGO: The CONSULTANT will not misrepresent their employees as State of Utah employees. The CONSULTANT will not use the Utah State Seal or UDOT logo on business cards for their employees nor use Utah or UDOT letterhead on correspondence signed by their Revised 2/12/14 Page B11 of 12 employees with the following exception: the CONSULTANT may incorporate the UDOT logo on their business cards stating, "In partnership with UDOT" in addition to the CONSULTANT'S own logo. The CONSULTANT may prepare correspondence for the approval and signature of appropriate State of Utah employees. 40. DUTIES OF THE LOCAL AUTHORITY AND THE DEPARTMENT: (a) Guarantee Access: The LOCAL AUTHORITY and/or the DEPARTMENT shall guarantee access to and make all provisions for the CONSULTANT to enter upon all lands, both public and private which in the judgment of the parties hereto are necessary to carry out such work as may be required. (b) Prompt Consideration: The LOCAL AUTHORITY and the DEPARTMENT shall give prompt consideration to all reports, plans, proposals and other documents presented by the CONSULTANT. (c) Documents: The DEPARTMENT shall furnish Standards, Specifications, Manuals of Instruction, Policies and Procedures, and other available information, including any material previously prepared for this work. Specific materials related to this contract that will be furnished by the LOCAL AUTHORITY and the DEPARTMENT. (d) Services: The LOCAL AUTHORITY and the DEPARTMENT will perform standard services relating to this contract. Revised 2/12/14 Page B12 of 12 SERVICES PROVIDED BY THE CONSULTANT 1. SCOPE SUMMARY: Provide Construction Engineering Management services for the Moab 500 West Phase III, Mill Creek Bridge to Kane Creek reconstruction project. Tasks will include: Attending the PS&E Meeting, Preconstruction Meeting, Inspection, Materials Testing, Project Documentation, Project Accounting, Project and Partnering Meetings, Project Close Out, and other construction management as required to complete the project. 2. SCOPE DOCUMENTS: Following are the scope items contained in this attachment pages 2 through 11 (a) Approval Memo (b) Executive Summary (c) Detailed Work Plan (d) Personnel/Staffing Plan (e) Schedule (1) Completion: All work shall begin within seven (7) days of notice to proceed and shall be completed by December 31, 2015. (2) Project/Contract Period: The project/contract will terminate December 31, 2015, unless otherwise extended or canceled in accordance with the terms and conditions of this contract. If additional time is required beyond the project completion date, the CONSULTANT shall submit a "Contract Time Extension Modification" to the LOCAL AUTHORITY and the DEPARTMENT'S Project Manager for approval and processing. Revised 1/25/12 Page C1 of 11 UDOT Consultant Services Contract Approval Memo Memo Printed on: October 21, 2014 12:17 PM IC7732136 coma INCE 7lli XIII PM Approval Date: } UDOT PM: Rustin Anderson The Project Manager has reviewed and approved the contract/modification documents: Executive Summary, Work Plan, QCIQA Plan and Checklist, Staffing Plan, Work Schedule, and Cost Proposal. PROJECT INFORMATION PIN: Project No.: Job/Prof: PIN Description: CONTRACT INFORMATION 9983 F-LC19(15) 5354613C Moab 500 West Ph3: Mill Creek Bridge to Kane Creek CS Admin: Contract No.: New Mod No.: Expiration Date: - ; Contract/Mod Amount: i Fee Type: Selection Method: Period: Phase: Discipline: CONTACTS Michael R. Butler CEM Moab 500 West Phase III - Mill Cr. to Kane Cr. COST PLUS FIXED FEE POOL - GE / LG (DIRECT SELECT) 2013-2016 GE / LG CONSTRUCTION ENGINEERING CONSTRUCTION ENGINEERING MANAGEMENT Consultant HORROCKS ENGINEERS, INC David Dillman 2162 WEST GROVE PKWY STE 400 PLEASANT GROVE, UT 84062 Local Government City of Moab Eric Johanson 217 E. CENTER MOAB, UT 84532 (435) 259-4941 EJOHANSON@MOABCITY.( Attachment C of Michael Butler <michaelbutler@utah.gov> LG Approval Memo — Project No. F-LC19(15) I MN 9983 Donna Metzler <donna@moabcity.org> Tue. Oct 28, 2014 at 2:26 PM To: Michael Butler <michaelbutler@utah.gov> The City is aware of the contract limit as described. This contract is just over $119,000 but cannot exceed $150,000 for the life of the contract including any modifications. :. ...!'i Ula. i 435 259 5121 donna@moabcity.org On Tue 2011 .:1 157 NA lliict :,=;f (:+,11j�;r : michaelbutler@utah.gov:= =rfokJ! Dc=era `harir. yo,.1 for the Ernail Could yw duo ;1 ./.-ir•+:: of thc, corltrw.t limit fyr thfa ty(ir_. <;f contract cr t1),000? This contr....t 1- Id 1:i,(Ki0 brit 0.01r191 E, rCeii<.“1 $150,000 for the. lii:: of th contr .,F il�cluc�ir _J ny nu,=.fs MiKe Mike Butler Contract f- dri)rti`>tr. it(A" 1Clarisui' nt) ,. _..1 1 71.)r7 PO IJc.r 1 7 S 1 _ L£':e City, UT ••1-11/k.490 michaelbutier@utah.gov 801-965-4419 phoft: 801-815-4367 c <;11 801-965-4796 f rk,,.,. To better ✓? this put,f1 y, our liour::; o o er�t.iori ate r ov/ ? ;-1, r t{ 5 Monday 7 f � � :, rl, � �,rrr, Me�ri:I�� / t� Frirl::,`7 Or, Tue.. Oct 28, 2014 9:10 AM, Dorm lA ;tzl+;edonna@moabcity.org., wrote: Ti e City of il10-ib conals with pr!4 -,li rg with tF,ii tYr�rl=.ra t %,•, d',r1,,,i. Donna Metzler Moab City Manager 217 East Center Street Moab, Utah 85432 435 259 5121 donna@moabcity.org On Mon, Oct 27. 2014 at 9:35 PM. filioll;l,i-11Butisr.,michaelbutler@utah.gov> wrote: Donna, Gov,d morning. Eric Johanson mention,:d h=,,a foruard At t a c h m e n t C 3 0 f »;1..; ;.1 toy, .;,r;i1;.11:1 ocei ,•!? I 1:.!'„. .,/ Out t.1-1,: 7e.A.111;Si).+ /.: r,1-0 -;,1! i?! 001,10 . rotitirio fejr ye:Ajr- rig' • lkilike Butt e.r Cr I "'Ai -HIND (COrr.t1it.irit) 1JrjC.T Con:: 450.1 South 27t.)01/1::':.! PO Box City, LiT r:4111 michaelbutler@utah.gov 801-965-4419 phone 801-815-4367 ci,!i 801-965-4796 f.i To t...)ed.t.t. ti out. hogr,, opo,.r.:40.(-o:, noif/ :A:01 to On Tue, Oct 21, 2014 ‹.-michaelbutler@utah.gotr, RE Project F,L.C.;19(1f3) / Moab 500 I.; e%.*i t h 011,8f14.j Pric recciived put. (../ziotoc.t.J f(r.froi hi4=ore the Grit.r ,,st cant:— corr,,,i,,r.1,1,1„:„.,.7 thij ifi.„Airrwrit that l\A(i.iJ (;1171,,-, corilf;Tr,:lip;int,1 r4ut tmil for orid firol te.. Mt.) :!, :-).17:-.Irt-;, UDOTI7j (Mtitr;ICt ft)r . for al, it_ ial I,Ir.4,00f.):00 for Vic: life, of th.) co.itt:.“;1„ •ili ()kir/ withihexoritract.AND.,you__tili.dip-mArid..th.).10Itt,..i.-.? ri.p,u(1. • requires:I co) 1.1».!_iitt,if.i.),;(.1,(1‘)..urtpint, Tri inks, Mike Butler Contract Adrninistr.t or (Consultant) UDOT Service... 4501 South 2700 W..: A PO Box 14..1,41.90 Salt Lake City, UT 64114-89 michaelbutler@utah.gov 801-965-4419 phon*, 801-815-4367 cell 801-965-4796 fax Attachment C of HORROCKS ENGINEERS, INC UDOT Executive Summary Contract Number: NEW Mod: Prime Project Number: F-LC19(15) PIN: 9983 UDOT Project Manager: Rustin Anderson Udot PIN Description: Moab 500 West Ph3: Mill Creek Bridge to Kane Creek Brief Description Horrocks will perform CEM services for the 500 West; Phase 3 project. Roadway improvements will begin at Mill Creek bridge on the north and extend south to the Kane Creek Blvd. intersection. The improvements will continue on Kane Creek Blvd. approximately 550' east to tie-in to existing curb and gutter. Improvements include: new pavement, road widening, curb and gutter; a pedestrian trail and storm drain elements. This contract will implement improving the existing 500 West/ Kane Creek Blvd. intersection. The project CM schedule and budget is based on a 45 Working Day Contract with the contractor working approx. 40 hour work weeks during normal working hours. Horrocks will test materials per UDOT Minimum Sampling and Testing Requirements using Horrocks' AASHTO accredited lab in accordance with UDOT Manual of Instruction. Acceptance of materials will be per UDOT Acceptance and Documentation Guide. Project Team No Subcontractors Assumptions The project CM schedule and budget is based on a 45 Working Day Contract with the contractor working approx. 40 hour work weeks during normal working hours. Phasing None Fee Type Cost + Fixed Fee; cost is developed from actual pay rates (X) Consultant Services approved overhead rate; plus a fixed fee of 100/0. Attachment C _E- of fit_ UDOT Work Plan Contract Number: NEW Mod: HORROCKS ENGINEERS, INC Prince Project Number: F-LC19(15) PIN: 9983 UDOT Project Manager: Rustin Anderson Udot PIN Description: Moab 500 West Ph3: Mill Creek Bridge to Kane Creek Activity: 85C 85C Pre -Construction Review • Pre -Construction and Partnering Meeting • Review and become familiar with plans and specs/ Site Visits • Meet with contractors biding on the projects Activity: 87C 87C Construction Management • Weekly project update and partnering meetings (9 weekly meetings) • Change Orders • Process Reviews • Traffic Control and MOT Review • Final Inspection and post construction conference • Coordination with utilities, R/W and other stake holders Attachment C Activity: 89C 89C Project Administration • Project Documentation • Set up materials tracking software • Project Wise Inputs • Pay Estimates • Status of Contract Time • Review and Check Quantities • DBE, EEO and Payroll CHecks • Sub -Contract Review and Approval Activity: 91C 91C Field Inspection • Daily Inspection of Work (45 days) • Daily Diary Entries and Item Comment Entries • Survey verification • Traffic Control and MOT Inspection • Environmental Inspection (BMP) • Sampling of Soils • Concrete Testing in the Field • Collect and assemble weight tickets • Complete Forms 348's and 138's • Density Testing in the Field • Safety Inspections Activity: 93C 93C Materials Testing • Soils Testing • M.M.A. Testing • Concrete Strength • Sampling of Materials at Plants • Lab Documentation • Lab Test Results Attachment C D _ of lt__ Activity: 95C 95C Public Involvement • Compliance with the Specification • Coordination with Stakeholders, LG and UDOT Activity: 97C 97C QC/QA Control Activity: 99C 99C Construction Closeout • Final Forms and Documentation • Project Wise Review • Close Out Check List • Materials Review • Post Construction Conference • Submit to RCS Attachment C E of IL HORROCKS ENGINEERS, INC Prime UDOT Staffing Plan Contract Number: NEW Mod: Project Number: F-LC19(15) PIN: 9983 UDOT Project Manager: Rustin Anderson Udot PIN Description: Moab 500 West Ph3: Mill Creek Bridge to Kane Creek Employee Name Contract Job Title Education/Certification License Number Hours Current Rate Proposal Rate Approval Date HARRISON, REX SR PRINCIPAL ENGINEER, PE BS CIVIL UT-156034 12 $72.12 $73.92 NTP MAYHEW, DERYL SR ENGINEER II, PE CERT OF COMPL, CEMT UT-323919-2202 12 $62.50 $64.06 NTP DILLMAN, DAVID PRINCIPAL ENGINEER II, PE B.S./P.E. UT-187449-2202 196 $58.89 $60.36 NTP OLSON, SCOTT ENGINEER II, PE BS CIVIL UT-375095 4 $44.08 $45.18 NTP CHAPPELL, AUSTIN RESIDENT ENGINEER BS UT-8217391-2202 112 $38.19 $39.14 NTP ROWLEY, RODNEY SR LICENSED SURVEYOR UT-5561198 24 $37.67 $38.61 NTP CRANER, KELLY MICHELLE LAB MANAGER WATQC # 161386 32 $30.46 $31.22 NTP TAYLOR, R. WADE SR FIELD TECHNICIAN WAQTC # 160204, IQP 12 $30.17 $30.92 NTP YOUNG, LINDA OFFICE TECH CEMT 154 $25.44 $26.08 NTP HARRISON, W ROD SR FIELD TECHNICIAN 12 $25.04 $25.67 NTP HALL, MACK SR FIELD TECHNICIAN WATQC 40 $24.40. $25.01 NTP ?� CASON, DALE SR FIELD TECHNICIAN WAQTC, 161888, IQP 417 $24.40 $25.01 NTP TIFFANY fi OFFICE TECH 48 $22.10 $22.65 NTP -RRERA, Sv ATT, TYNE LAB TECH WAQTC 161977 25 $19.33 $19.81 NTP C \RNEY, JERRI ADMINISTRATIVE ASSISTANT 24 $18.23 $18.69 NTP 5 RIGGS, JAKE LAB TECHNICIAN WAQTC 162628 25 $17.94 $18.39 NTP a) \YLOR, RAQUEL LAB TECHNICIAN ACI LEVEL 1 30 $15.06 $15.44 NTP Total Hours for HORROCKS ENGINEERS, INC: fi 1,179 n Pay Rate Variance Explanation _l'_'.__!_J ..�1� .. L. .. ....-.. i-l. ..-..v . i1A Mr/►IDfi ►l�Yll1l1 1_1/21/2014 12:18 PM I Page 1/2 HORROCKS ENGINEERS, INC Prime UDOT Staffing Plan Contract Number: NEW Mod: Project Number: F-LC19(15) PIN: 9983 UDOT Project Manager: Rustin Anderson Udot PIN Description: Moab 500 West Phi: Mill Creek Bridge to Kane Creek Alternate Staff Employee Name Contract Job Title Education/Certification License Number Hours Current Rate Proposal Rate Approval Date AROCHA, SANDRA ADMINISTRATIVE ASSISTANT NA 0 $22.21 $22.21 NTP HOLMAN, SANDRA (GAY) CLERICAL 0 $21.69 $21.69 NTP LAYCOCK, CATHY CLERICAL 0 $17.77 $17.77 NTP LEWIS, NICHOLE CLERICAL NA 0 $15.69 $15.69 NTP RYAN, CHAY CLERICAL 0 $14.25 $14.25 NTP q.U3U1q0Pg.q.V C� I IF 0 /21 /2014 12:18 PM I Page 2/2 Moab 500 West Ph3; Mill Creek Bridge to Kane Creek Project No. F-LC19(15); Pin No. 9983 Schedule 2014 2015 Task No. Task Description Oct - Dec Jan Feb Mar Apr May I Jun Jul Aug Sep Oct - Dec 85C Preconstruction Review 87C Construction Management 89C Project Administration 91C Field Inspection 93C Materials Testing 95C Public Involvement 97C QC/QA Control 99C Construction Closeout quaunToQqq.v n 1 1;7_ 0 1-11 FEES COST PLUS A FIXED FEE WITH FIXED TOTAL ADDITIVE RATE 1. COST PLUS A FIXED FEE: For all services and materials pertinent hereto and/or specifically described herein, except as otherwise explicitly cited, the LOCAL AUTHORITY agrees to pay the CONSULTANT for the actual allowable cost and the FIXED additives plus a fixed fee. Overhead rates have been reviewed, approved, and are limited to the costs which are allowable under Federal Acquisition Regulations, contained in Title 48 CFR, Part 31. The contract cost includes direct labor expense, payroll additives; indirect costs and other direct non - salary costs as outlined below. Guest meals (meals paid by a consultant or a consultant's employee for someone other than his/her self) shall not be eligible for reimbursement unless previously approved in writing by the DEPARTMENT Project Manager and the LOCAL AUTHORITY. (a) The direct labor expense is the actual salary expense for professional and technical personnel and principals for the time they are productively engaged in work necessary to fulfill the terms of this contract. The payroll additives and indirect costs are FIXED as 139.32% of the direct salary expense. (b) If necessary and DEPARTMENT approved, any additional direct expenses incurred in fulfilling the terms of this contract, including but not limited to travel and lodging, reproduction, telephone, equipment, supplies and fees of outside CONSULTANTS or sub -consultants will be reimbursed at actual costs. If the CONSULTANT'S normal accounting practice is to include some of these costs as indirect expenses, then this contract will be consistent with that practice. These types of costs must be disclosed as part of your accounting practices and in conformance to Federal Cost Principles. (c) The fixed fee has been determined and agreed upon as 10.00% of the combined estimated direct labor and the Overhead amount, which represents the CONSULTANT'S profit of $9,346.72. The fixed fee percentage is not a floating percent and should not be billed as a percent of labor. Rather, the fixed fee payment will be prorated and paid regularly in proportion to the percentage of work completed as reflected by the periodic invoices; that is, on the same ratio as the invoice cost bears to the originally estimated total for CONSULTANT'S actual cost which is the maximum amount payable minus the fixed fee. Any portion of the fixed fee payment not previously paid in the periodic payment will be covered in the final payment. Overruns in the costs of the work do not warrant an increase in the fixed fee, but significant changes to the Scope of Work may require adjustment of the fixed fee in the contract as evidenced by a contract modification. 2. MODIFICATIONS: In the event the LOCAL AUTHORITY requires changes of services which materially affect the scope or work plan, with a resulting material increase in cost to the CONSULTANT, a contract modification for additional compensation and time for completion shall be entered into by the parties hereto prior to making such change. Any such work done without prior LOCAL AUTHORITY and the DEPARTMENT agreement shall be deemed ineligible for reimbursement by the DEPARTMENT. The LOCAL AUTHORITY will not entertain requests or claims for reimbursement and remuneration unless written approval is given prior to performance of the work. 3. PROGRESS PAYMENTS: Progress payments are based upon the approved percentage of work completed and are made pursuant to certified invoices received. 4. INVOICES: The CONSULTANT will submit monthly payment requests promptly and no later than 45 calendar days after each monthly billing cycle. Invoices are to reflect charges as they apply to the appropriate contract, project, and account number, and must be certified and executed by an official legally authorized to bind the firm. The invoice must be substantiated with appropriate supporting Revised 6/27/12 Page D1 of 5 documentation such as time sheets, labor reports, or cost accounting system print-out of employee time, receipts for direct expenses, and subconsultant invoices and supporting documentation that is reviewed and approved by the DEPARTMENT'S Project Manager and subject to final approval by the DEPARTMENT'S Comptroller's Office. Payment requests for services performed on or before the last day of the Utah fiscal year (June 30), must be submitted no later than 30 calendar days after the billing cycle, see Utah Code Ann. § 63J-1-601. The CONSULTANT acknowledges untimely billing may adversely affect the LOCAL AUTHORITY and DEPARTMENT due to federal funding requirements in 49 CFR § 18.23, and/or the state fiscal constraints imposed upon it as a department of state government by Title 63J, Chapter 1, Budgetary Procedures Act. The CONSULTANT waives payment, and waives the right to bring action in law or in equity to recover payment for services, for any and all payment requests the DEPARTMENT does not receive from the CONSULTANT within the timeframe provided under this contract. (Provision revised June 27, 2012.) 5. FINAL PAYMENT: Final invoice payment will be released only after all materials and services associated with this contract have been reviewed and approved by the DEPARTMENT'S Project Manager and finalized by the DEPARTMENT'S Comptroller's Office. The final invoice payment will not be released until a project evaluation form has been completed by the LOCAL AUTHORITY and the DEPARTMENT'S Project Manager and submitted to Consultant Services and the Comptroller's Office. The DEPARTMENT'S Project Managers and the Comptroller's Office have the right to hold the final payment on certain projects when design and construction are performed by two separate Consultants or if there is a potential possibility of a design or construction error. The DEPARTMENT Comptroller's Office also has the right to hold the final invoice payment until the final audit is complete upon the request of the DEPARTMENT Project Manager. 6. FINANCIAL SUMMARY: The total maximum amount of disbursement pertinent to this contract shall not exceed $119,808.95 Contract overruns will not be paid. 7. COST PROPOSAL: The overhead rate shown in the CONSULTANT'S and/or sub -consultant's cost proposal has been determined and agreed upon by the parties and is included in this contract. The CONSULTANT will invoice the DEPARTMENT using the actual Wage Rates, FIXED Overhead, prorated Fixed Fee, and any additional Direct Costs. Invoices submitted to the DEPARTMENT must reflect the staffing plan and associated hourly wage rates, labor hours used, and other costs submitted in the CONSULTANT cost proposal. The Cost Proposal for the CONSULTANT and/or sub -consultant, if applicable, may be found in Attachment D, pages 3 through 5. Revised 6/27/12 Page D2 of 5 HORROCKS ENGINEERS, INC Prime UDOT Cost Proposal Contract Number: NEW Mod: Project Number: F-LC19(15) PIN: 9983 UDOT Project Manager: Rustin Anderson Udot PIN Description: Labor Costs Employee Name Contract Job Title Hours Proposal Rate Labor Cost BARNEY, JERRI ADMINISTRATIVE ASSISTANT 24 $18.69 $448.56 BRIGGS, JAKE LAB TECHNICIAN 25 $18.39 $459.75 CHAPPELL, AUSTIN RESIDENT ENGINEER 112 $39.14 $4,383.68 CRANER, KELLY MICHELLE LAB MANAGER 32 $31.22 $999.04 DILLMAN, DAVID PRINCIPAL ENGINEER II, PE 196 $60.36 $11,830.56 HALL, MACK SR FIELD TECHNICIAN 40 $25.01 $1,000.40 HARRISON, REX SR PRINCIPAL ENGINEER, PE 12 $73.92 $887.04 HARRISON, W ROD SR FIELD TECHNICIAN 12 $25.67 $308.04 HERRERA, TIFFANY OFFICE TECH 48 $22.65 $1,087.20 HIATT, TYNE LAB TECH 25 $19.81 $495.25 MAYHEW, DERYL SR ENGINEER II, PE 12 $64.06 $768.72 MONSON, DALE SR FIELD TECHNICIAN 417 $25.01 $10,429.17 OLSON, SCOTT ENGINEER II, PE 4 $45.18 $180.72 ROWLEY, RODNEY SR LICENSED SURVEYOR 24 $38.61 $926.64 TAYLOR, R. WADE SR FIELD TECHNICIAN 12 $30.92 $371.04 TAYLOR, RAQUEL LAB TECHNICIAN 30 $15.44 $463.20 YOUNG, LINDA OFFICE TECH 154 $26.08 $4,016.32_ Total Hours: 1,179 Total Direct Labor: $39,055.33 Overhead: 139.32% $54,411.90 Total Direct Labor plus Overhead: $93,467.23 Fixed Fee: 10.00% $9,346.72 Burdened Labor Cost: $102,813.95 Other Direct Charges ODC Item Unit of Measure Qty Item Cost Extended Cost COMPANY MILEAGE RATE 2014 MILE 12,000.0 $.510 $6,120.00 MILEAGE RATE 2014 MILE 2,000.0 $.560 $1,120.00 HOTEL MOAB (MAR 1-OCT 31) EACH 55.0 $128.000 $7,040.00 MOAB MEALS DAY 45.0 $51.000 $2,295.00 MOAB MEALS (PARTIAL DAY) DAY 10.0 $42.000 $420.00 Total Other Direct Charges: $16,995.00 Total Contract Cost: $119,808.95 10/21 /2014 12:18 PM Attachment D _3_ of _�= HORROCKS ENGINEERS, INC Prime UDOT Hours Derivation Contract Number: NEW Mod: Project Number: F-LC19(15) PIN: 9983 UDOT Project Manager: Rustin Anderson Udot PIN Description: Employee Name 85C 87C 89C 91 C 93C 95C 97C 99C Total HARRISON, REX 0 0 0 0 0 0 12 0 12. MAYHEW, DERYL 0 0 0 0 0 0 12 0 12 DILLMAN, DAVID 30 116 28 0 0 6 2 14 196 OLSON, SCOTT 0 0 0 0 0 0 4 0 4 CHAPPELL, AUSTIN 0 26 72 0 0 0 0 14 112 ROWLEY, RODNEY 0 0 0 0 24 0 0 0 24 CRANER, KELLY MICHELLE 0 0 0 0 24 0 0 8 32 TAYLOR, R. WADE 0 0 0 12 0 0 0 0 12 YOUNG, LINDA 8 8 114 0 0 0 0 24 154 HARRISON, W ROD 0 0 0 0 12 0 0 0 12 HALL, MACK 0 0 0 0 40 0 0 0 40 MONSON, DALE 12 0 4 401 0 0 0 0 417 HERRERA, TIFFANY 0 0 48 0 0 0 0 0 48 ATT, TYNE 0 0 0 0 25 0 0 0 25 rt aRNEY, JERRI 0 0 24 0 0 0 0 0 24 rt- RIGGS, JAKE 0 0 0 0 25 0 0 0 25 n kYLOR, RAQUEL 0 0 0 0 30 0 0 0 30 0 1/21/2014 12:18 PM I\ Page 1/2 NORROCKS ENGINEERS, INC Prime UDOT Hours Derivation Contract Number: NEW Mod: Project Number: F-LC19(15) PIN: 9983 UDOT Project Manager: Rustin Anderson Udot PIN Description: 85C 87C 89C 91 C 93C 95C 97C 99C Total Firm Activity Totals: 50 150 290 413 180 6 30 60 1,179 85C 87C 89C 91 C 93C 95C 97C 99C Total Transaction Activity Totals: 50 150 290 413 180 6 30 60 1,179 guaultiavgq.v t7 i 111 frh ►/21/2014 12:18 PM I Page 2/2 Insurance As stated in Attachment B - Standard Terms and Conditions, services to be provided by the CONSULTANT under this contract are required to be covered by insurance. Insurance shall be maintained in force until all activities which are required by this contract or as changed by contract modification are completed and accepted by the DEPARTMENT. Insurance Waived Expiration Date Insurance Carrier Policy Number Each Occurrence Limit General Aggregate Limit Additional Endorsement AUTOMOBILE LIABILITY N 7/1/2015 HARDFORD CASUALTY INSURANCE 34UENKW1770 $1,000,000 $0 Y EXCESS/UMBRELLA LIABILITY N 7/1/2015 TRAVELERS INDEMNITY COMPANY CUP6667Y094 $5,000,000 $5,000.000 N GENERAL LIABILITY N 7/1/2015 TRAVLERS INDEMNITY CO OF CT 6802559L570 $1,000,000 $2,000,000 Y HEALTH INSURANCE HB 331-2009 N 2/28/2015 UNITED HEALTH 753488 $0 $0 N PROFESSIONAL LIABILITY N 7/1/2015 XL SPECIALTY INSURANCE CO DPR9709359 $10,000,000 $10,000,000 N WORKERS COMPENSATION N 7/1/2015 HARDFORT FIRE INSURANCE 34WEBL8334 $1,000,000 $0 N Revised 4/23/2014 Page E1 of 1