Loading...
HomeMy WebLinkAboutParametrix Inc AG-C-382 and Notice to ProceedF * * Xfi * BURN Peter B. Lewis, Mayoi ~ WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-300( April 19, 2010 Chuck Schott Parametrix, Inc. 1002 15th Street Southwest, Suite 220 Auburn, WA 98001 ~>r_.~k''• ~ ;`~,,1 r .,P~..,,~ RE: Agreement No. AG-G382 Proiect No. CP0914, F Street SE and 4th Street SE Traffic Sianal Contract Execution v Dear Mr. Schott: Enciosed please find an executed copy of the above-referenced Agreement. For the City's tracking and record keeping purposes, please reference AG-C-382 and Project No. CP0914 on all correspondence and related material. This letter serves as your Notice to Proceed. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me directly at 253-804-5059. Sincerely, Jaco Rng, P.E. Project Engineer Public Works Department JS/ad/hm Enclosure cc: Dani Daskam, City Clerk AG-C-382 CP0914 (File 2.20) AUBURN'k MORE THAN YOU IMAGINEE Local Agency Consultant/Address/Telephone Standard Consultant parametrix, Inc. Agreement 1231 FryarAvenue PO Box 460 Agreement Number Sumner, WA 98390-1516 AG-C-382 (253) 863-5128 Attn: Chuck Schott Federal Aid Number HSIP-1080(006) Project Title And Work Description Agreement Type (Choose one) F Street SE / 4th Street SE Traffic Signal This project will construct a new traffic signal at the intersection of 4th St and F St SE in Auburn, ❑ Lump Sum Washington. Lump Sum Amount $ Z Cost Plus Fixed Fee Overhead Progress Payment Rate 191.12% DBE Participation Overhead Cost Method ❑ Yes M No % ❑ Actual Cost t T E d % l C t N ❑ A t xcee ua os o o c Federal ID Number or Social Security Number X 191.12 59-0918189 oa Do you require a 1099 for IRS? Completion Date Fixed Fee $ 2,167 ❑ Yes Z No 12131/2010 ❑ Specific Rates Of Pay d H l R t ❑ N ti t Total Amount Authorized $ 30,000 our y a e ego a e ❑ Provisional Hourly Rate Management Reserve Fund $ 5,000 ❑ Cost Per Unit of Work Maximum Amount Payable $ 35,000 Index of Exhibits Exhibit "A" - Scope of Work Exhibit "B" - DBE Participation Exhibit "C" - Electronic Exchange of Engineering and Other Data Exhibit "D" - Payrrient (by Agreement Type) Exhibit "E" - Consaltant Fee Determination Exhibit "F" - Breakdown of Overhead Cost Exhibit "G" - Subcontract Work/Fee Determination Exhibit "H" - Title VI Assurances Exhibit "I" - Payment Upon Termination of Agreement Exhibit "J" - Alleged Consultant Design Error Procedures Exhibit "K" - Consultant Claim Procedures Exhibit "L" - Liability Insurance Increase Exhibit "M" - Certification Documents AG-C-382 Page 1 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement -W, THIR A(',RF.F.MF.NT_ made and entered into this e:~C:~~ dav of v- i . 20 10 between the Local Agency of Citv of Auburn , Washington, hereinafter called the "AGENCY", and the above organization hereinafter called the "CONSULTANT". 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: I 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 AGIZEEMENT. 111 General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY and/or such Federal, State, Community, City ar 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 petformance 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 ftles, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C." AG-C-382 Page 2 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement 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. IV Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY 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 wark 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." The work of the sub-consultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the sub-consultant shall be substantiated in the same manner as outlined in Section V. All sub-contracts shall contain all applicable provisions of this AGREEMENT. With respect to sub-consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT shall not sub-contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. No permission for sub-contracting shall create, between the AGENCY and sub-contractor, any contract or any other relationship. A DBE certified sub-consultant is required to perform a minimum amount of their sub- contracted agreement that is established by the WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its AG-C-382 Page 3 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement discretion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a 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, ar the STATE, ar the AGENCY, except regularly retired employees, without written consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees to comply with the following laws and regulations: Title VI of the Civil Rights Act of 1964 (42 USC Chapter 21 Subchapter V Section 2000d through 2000d-4a) Federal-aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) Age Discrimination Act of 1975 (42 USC Chapter 76 Section 6101 et seq.) Civil Rights Restoration Act of 1987 (Public Law 100-259) American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq.) 49 CFR Part 21 23 CFR Part 200 RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in every sub-contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit "I" for the type of AGREEMENT used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total AG-C-382 Page 4 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement amount that would be due when computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the paMnership, termination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform wark 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 AG-C-382 Page 5 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located. 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 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. AG-C-382 Page 6 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement 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. The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIV Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in the services to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (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 If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII Certification of the Consultant and the Agency Attached hereto as Exhibit "M-1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "M-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M-4" Certificate of Current Cost or Pricing Data. Exhibit "M-3" is required only in AGREEMENTS over $100,000 and Exhibit "M-4" is required only in AGREEMENTS over $500,000. XVIII Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT. AG-C-382 Page 7 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement XIX Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. 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. r By consulca„t Parametrix, Inc. \ By a,genoy Peter B. Lewis, Mavor, City of Auburn 4xzzzl AG-C-382 Page 8 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement EXHIBIT A CITY OF AUBURN SCOPE OF SERVICES During the term of this AGREEMENT, Parametrix, Inc. (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the following project: Project CP0914 F Street SE/4th Street SE Traffic Signal PROJECT DESCRIPTION The purpose of the F Street SE / 4th Street SE signal project is to design and construct a traffic signal at the intersection of F Street SE and 4t" Street SE. The CITY has conducted a signal warrant analysis and concluded that the proposed signal would increase safety and improve traffic flow. This scope of work includes preparation of signal design. The general civil design will be completed by the CITY and includes the preparation of the site layout, preparation of all non-signal contract documents, utility coordination for traffic signal/illumination power and as-builts, NEPA and SEPA documentation preparation, and channelization design. A Federal highway safety improvements grant is being used to fund this project. The design schedule is assumed to be 2-3 months. Assumptions: • The CONSULTANT shall prepare the construction plans, special provisions, and engineering estimate for all signal related elements of the project, which the CITY shall incorporate into the complete contract documents for the project. The CONSULTANT shall coordinate with the CITY and provide the necessary assistance and/or modifications for the CITY to complete the integration. • Intersection widening is not required. • All proposed improvements will be within the existing CITY right of way. • The CITY will conduct utility coordination. • The CITY will provide base maps in AutoCAD format with the general site layout, including approximate signal pole, mast arm, and signal cabinet locations. The layout will also include wheelchair ramp locations and channelization. • The CITY will prepare and obtain environmental documentation. • No CONSULTANT services will be needed for open houses or other public interaction. • Additional traffic counts are not required. • The CITY will provide signal phasing and timing requirements. • Video detection (one camera per approach) will be used for vehicle detection. No loop detection will be required. • Use worst case conditions for WSDOT table for signal pole foundation design. Geotechnical studies will not be required. • If required, potholing will be provided for using the management reserve fund (with prior written authorization from the CITY only). • The CITY will prepare the construction drawings for all non-signal elements. The CITY will coordinate with PS&E for power strike for the signal system. • Construction Documents require review and approval from WSDOT. The CITY will be responsible for all coordination with WSDOT. AG-C-382 Page 9 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement • The CITY will assemble the final PS&E bid documents. DESIGN STANDARDS AND REFERENCES The following design standards and references are to be followed during the development of the project: • City of Auburn Signal Design Standards (note that these differ from WSDOT signal standards) • WSDOT Standard Specifications 2010 • City of Auburn Design Standards • City of Auburn Construction Standards and Standard Details • WSDOT Local Agency Guidelines (LAG) • City of Auburn Standard Specifications • WSDOT Standard Plans as required • City of Auburn AutoCAD Standards • WSDOT Environmental Procedures Manual The CONSULTANT shall prepare all drawings using AutoCAD 2009 or earlier. Project schedules shall be prepared using Microsoft Project (version 2002) or later, spreadsheets in Microsoft Excel (version 1997 or later), and text documents in Microsoft Word (version 1997 or later). All plans will be completed at a 10:1 scale. Full-sized plan sheets will be provided at 22"04", and half-sized at 11 "x 17". WORK ELEMENT 1. PROJECT MANAGEMENT The CONSULTANT shall manage the project work elements to control costs, maintain schedule, and provide quality products appropriate to the goals and completion of the project. Subtasks include the following: Work Element 1.1 Project Schedule The CONSULTANT shall provide the CITY with a project schedule completed in Microsoft Project and provide updated versions as required Deliverable(s): • Project Schedule Work Element 1.2 Project Kickoff Meeting Participate in a project kickoff ineeting. CONSULTANT shall work with the CITY to develop the agenda and facilitate the meeting. The CONSULTANT shall prepare and distribute the meeting notice, agenda, and minutes. Deliverable(s): • Meeting notice, agenda, and minutes Work Element 1.3 Monthly Progress Reports and Invoices Prepare and submit a monthly progress report and invoice. Earned Value reports will not be set up or submitted for this project. Deliverable(s): • Monthly Progress Reports • Monthly Invoices AG-C-382 Page 10 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Work Element 1.4 Project Coordination Provide Project coordination as detailed in the sub-work elements below. Work Element 1.4.1 Team Coordination The CONSULTANT shall coordinate as required with design team members and the CITY as needed to discuss project status, elements of the work plan, and to discuss progress of the design and resolve project issues. All CONSULTANT coordination and communication with the CITY shall occur directly with the CITY's Project Manager, unless otherwise approved or directed by the CITY'S Project Manager. The CONSULTANT shall coordinate with the CITY's on-going ITS program to include future signal interconnect conduits, splice vaults, junction boxes, aerial connections, video surveillance camera, and other ITS appurtenances in the signal design. Work Element 1.4.2 Progress Meetings (2 meetings) Up to two Project Management Team (PMT) meetings will be held, with additional meetings as required. The PMT will be staffed with representatives from the CITY, the CONSULTANT, and subconsultants as required. The location of the meetings will be in Auburn. A total of two (2) meetings are assumed for this scope of work. Deliverable(s): • Meeting agendas, summaries and action items WORK ELEMENT 2. DATA COLLECTION AND REVIEW Work Element 2.1 Review and Analyze Existing Data The CONSULTANT shall review and analyze existing data including existing street as-builts, as needed to support the signal design. Asssumvtion(s): • The CITY will provide signal phasing requirements. WORK ELEMENT 3. UTILITY COORDINATION ASSISTANCE Work Element 3.1 Utility Coordination The CITY will obtain as-builts from private utilities. The CONSULTANT shall identify potential utility impacts and eliminate or mitigate them. The CITY will coordinate with PSE for power connection for the signal/ illumination system. WORK ELEMENT 4. Conceptual Design Work Element 4.1 Conceptual Design Based on the CITY prepared site plans, the CONSULTANT shall prepare a conceptual design for CITY approval prior to developing the 90% submittals. The CONSULTANT shall bring a basic conceptual layout of the signal for the CITY and CONSULTANT'S discussion purposes at the project kick-off ineeting. Within three weeks after the kick-off ineeting, the CONSULTANT shall prepare and submit a plan depicting the conceptual design, including at a minimum, the signalization plan sheet showing poles, mast arms, conduits, controller cabinet and battery back-up, ITS improvements, junction box locations, basic conduit layout, phasing, and detection camera lococations, and a typical wiring and/or preliminary wiring diagram sheet. During preparation of the conceptual design, the CONSULTANT will coordinate with the CITY to facilitate any proposed changes to the CITY provided site layout, including changes to signal poles, mast arms, wheelchair ramps, sidewalks, controller equipment, and other proposed items included on the CITY provided site design. Deliverables: • Two (2) full size and Six (6)'/z size conceptual design sheets. AG-C-382 Page 11 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement WORK ELEMENT 5. 90% PS&E PREPARATION The CONSULTANT shall prepare 90% Construction Plans, Specifications and Estimate for the CITY's review. The CONSULTANT shall incorporate conceptual design review comments into the 90% design. During preparation of the 90% Construction Documents, the CONSULTANT will coordinate with the CITY to facilitate any proposed changes to the CITY provided site layout, including changes to signal poles, mast arms, wheelchair ramps, sidewalks, controller equipment, and other proposed items included on the CITY provided site design. The CITY will compile the CONSULTANT and CITY prepared 90% Construction Documents and submit them to WSDOT for review and approval. Work Element 5.1 90% Construction Plans Preparation The CONSULTANT shall prepare the signal-related construction Plans. The 90% plans shall include the following sheets: Sheet 1- Cover Sheet (Prepared by CITY) Sheet 2- General Information (Prepared by CITY) Sheet 3- Intersection Plan (Prepared by CITY) Sheet 4- Channelization Plan (Prepared by CITY) Sheet 5- Signalization Plan (Prepared by CONSULTANT) Sheet 6- Signal Standard Detail (Prepared by CONSULTANT) Sheet 7- Wiring Diagram (Prepared by CONSULTANT) Sheet 8- Details (Prepared by CONSULTANT) The CONSULTANT shall coordinate with the CITY to make any required updates to the CITY sheets needed to support the signal design. Work Element 5.2 90% Construction Specifications The CONSULTANT shall prepare the 90% Construction Specifications for the signal based on the CITY boilerplate special provisions. The 90% Construction Specifications will also include applicable WSDOT amendments and GSP's as an appendix. Work Element 5.3 90% Engineer's Estimate The CONSULTANT shall prepare a 90% engineer's estimate of the signal system for the CITY to incorporate into the project estimate as a lump sum bid item. The complete signal system shall include all conduit, wiring, poles, mast arms, lighting, heads, detection cameras, ITS camera, controller cabinet, battery back-up unit, equipment foundation, pole foundations, mast arm signs, emergency pre-emption, and any other items required for the complete signal system. The 90% estimate shall reflect the signal system design as developed at the 90% stage of the project. Work Element 5.4 90% QA/QC The CONSULTANT QA/QC efforts shall include review of the 90% deliverables by Senior Engineering Staff and communication with the CITY. Work Element 5.5 Subsurface Utilitv Exploration Subsurface utility conflicts resolution may be required for signal pole foundations. If required, this work will be funded by the management reserve fund (with prior written authorization only). AG-C-382 Page 12 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Work Element 5 Deliverable(s): • Five (5) '/2-size and five (5) full-size copies of the 90% Signal Construction Plans • 90% Construction Specifications in electronic format with modifications to the boilerplate tracked using "track changes" in Microsoft Word. • One (1) hard copy and one (1) electronic copy of the 90% Engineer's Estimate • Attendance by the CONSULTANT project manager and engineer at a design review meeting to discuss CITY comments • Subsurface Utility Exploration Report (with prior written authorization only) WORK ELEMENT 6. FINAL REVISIONS Work Element 6.1 PS&E Final Submittal The CONSULTANT shall make revisions to the Plans, Specifications and Estimate to incorporate the 90% review comments from the CITY and WSDOT. The CITY will compile all CITY and WSDOT comments prior to transmitting them to the CONSULTANT. Prior to submitting the final deliverables, the CONSULTANT shall submit an electronic PDF check-set of the final Contract Drawings to the CITY for verification that previous CITY comments were adequately addressed. The final Contract Plans will include all complete drawings with the CONSULTANT's engineering stamp, date and signature. The CONSULTANT shall prepare a final Engineer's Estimate of probable construction cost for the signal system. The CONSULTANT shall not make any further changes to the documents without approval of the CITY. Assurrcvtion (s): • Coordination with the CITY during preparation of the conceptual and 90% plans should minimize CITY requested revisions to the 90% plans. Therefore, final revisions are assumed to be a minor effort required to address any WSDOT comments and to resolve any outstanding CITY comments. Changes to the site layout, are not anticipated to be required for this submittal. Deliverable(s): • One electronic PDF check-set of the Final Contract Drawings for CITY review prior to printing full-size mylar drawings • One (1) full-size (on 4 mil Mylar) wet-sealed and signed original and one (1) electronic version (AutoCAD) of the Final Contract Drawings • One (1) electronic PDF of the Final Contract Provisions for the signal system. • One (1) hard copy and one (1) electronic PDF copy of the Final Engineer's Estimate for the signal system. • Final Engineers estimate in Microsoft Excel format prepared using the CITY'S standard engineer's estimate template. • Final Construction Specifications in electronic format with modifications to the boilerplate tracked using "track changes" in Microsoft Word. • Applicable seal(s) on final Contract Specifications assembled by the CITY ADDITIONAL SERVICES Additional services may be performed by the CONSULTANT at the request of CITY, but only after written authorization has been given by CITY in a supplement agreement defining the Scope of Services to be performed and a schedule of Fee Compensation for said services agreed to. AG-C-382 Page 13 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Optional services that may be performed include: • Traffic analysis • Signal phasing and/or timing plans • Services during construction AG-C-382 Page 14 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit B DBE Participation This Agreement does not have a DBE Participation requirement. AG-C-382 Page 15 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit C Electronic Exchange of Engineering and Other Data The electronic format and standards to be provided for this project are identified within Exhibit A, Scope of Services. As a summary, these standards may include, but are not limited to, the following: Text Documents - Microsoft Word, Version 1997 or later 2. Spreadsheet Documents - Microsoft Excel, Version 1997 or later 3. Project Schedules - Microsoft Project, Version 2002 or later 4. Construction Drawings - AutoCAD Version 2006 AG-C-382 Page 16 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit D-2 Payment (Cost Plus a Fixed Fee) 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 specified in Section II, "Scope of Work." The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, overhead, direct non-salary costs, and fixed fee. Direct Salary Costs: The Direct Salary Cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Overhead Costs: Overhead Costs are those costs other than direct costs, which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rate shown in the heading of this AGREEMENT under "Overhead Progress Payment Rate." Total overhead payment shall be based on the method shown in the heading of the AGREEMENT. The two options are explained as follows: a. Fixed Rate: If this method is indicated in the heading of the AGREEMENT the AGENCY agrees to reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change during the life of the AGREEMENT. b. Actual Cost: If this method is indicated in the heading of the AGREEMENT the AGENCY agrees to reimburse the CONSULTANT the actual overhead costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANTS cost estimate and the overhead computation is shown in Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. When an Actual Cost method is used, the CONSULTANT (prime and all sub-consultants) will submit to the AGENCY within six (6) months after the end of each firm's fiscal year, an overhead schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's overhead cost to reflect the actual rate. Failure to supply this information by either the prime CONSULTANT or any of their sub- consultants shall cause the AGENCY to withhold payment of the billed overhead costs until such time as the required information is received and an overhead rate for billing purposes is approved. AG-C-382 Page 17 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement The AGENCY, STATE and/or the Federal Government may perform an audit of the CONSULTANT'S books and records at any time during regular business hours to determine the actual overhead rate, if they so desire. 3. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub- consultants. 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 Code of Federal Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non-Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. 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. All above charges must be necessary for the services provided under this AGREEMENT. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in the heading of this AGREEMENT under Fixed Fee. This amount does not include any additional Fixed Fee, which could be authorized from the Management Reserve Fund. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person-hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement." 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." 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. AG-C-382 Page 18 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the calculated overhead and fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct Salary, Direct Non-Salary, and allowable Overhead Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed salary costs for CONSULTANT 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. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. D. 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. AG-C-382 Page 19 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit E-1 Consultant Fee Determination - Summary Sheet (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) PYOjeCt: F Street SE/4th Street SE Signal Contract No. AG-C-382 Direct Salary Cost (DSC): Classification Man Ho urs Division Manager 3.0 X 63.13 $ 189.39 Senior Engineer (PE/PM) 96.0 X 52.88 5,076.48 Engineer III 14.0 X 38.48 538.72 Senior Engineer (QC) 14.0 X 54.05 756.70 Designer III 59.0 X 36.50 2,153.50 Word Processing Specialist 6.0 X 26.08 156.48 Project Coord. Supervisor 15.0 X 29.35 440.25 Project Accountant 5.0 X 22.33 111.65 X Total DSC = $ 9,423.17 Overhead (OH Cost including Salary Additives): OH Rate x DSC of 191.12 % x$ Fixed Fee (FF): FF Rate x DSC of 23 % x$ Reimbursables: Itemized Subconsultant Costs (See Exhibit G): Grand Total 9,423.17 18,009.56 9,423.17 2,167.33 399.94 0.00 30,000.00 Prepared By: Chuck Schott, P.E. Date: March 18, 2010 DOT Form 140-089 EF Exhibit E-1 Revised 6/O5 Exhibit F Breakdown of Overhead Cost See letter from WSDOT dated August 5, 2009, on the following pages. AG-C-382 Exhibit F Page 1 of 2 F Street SE / 4th Street SE Traffic Signal Breakdown of Overhead Cost AshL Washingion State ~ Department of Transportation Paula J. Hammond, P.E. Secretary of Transpartation August 5, 2009 Ms. Janice Walden Parametrix, Inc. 1002 15`h Street SW, Suite 220 Auburn, WA. 98001-6542 Re: Parametrix, Inc. Overhead Schedule FYE December 29, 2008 Dear Ms. Walden: Transpwtation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olymp+a, WA 98504-7300 360-705-7000 TfY: 1-800-833-6388 www.wsdot wa.gov On August 5, 2009, as a WSDOT representative, I completed rrty review of your proposed 2008 Overhead Schedule. I also completed an analytical review of the schedu3e by comparing it to the reviewed & accepted 2007 overhead schedule, and reviewed data that WSDQT had cotlected in our permanent files. The proposed overhead schedule provided by Parametrix had been prepared from financial statements that were audited by Clark Nuber, CPA. The reviewed data for Parametrix included, but was not Iimited to, the schedule of the indireot cost rate, a description of the company, basis of accounting and description of accounting system, basis of indirect costs, in addition ta a review of the firm's internal contral structure. Based on my review, I am issuing this letter of concurrence establishing the Parametrix overhead rate for 2008, at 191.12% of direct labor. Casts biiled to actual agreements will still be sub,ject to audit of actual costs. If you or any representative of Parametrix, lnc. have any questions, please contact me at (360) 745-7006. Sincerely, ~~G~►tit~ll.•~'~ayv~ Martha S. Roach Agreement Compliance Audit Manager MR:ds Enclosures cc: Steve McKemey Marilyn Bowman, MS 47323 Rick Crriffith, MS 47323 Meg Blau, MS NB 82-112 File Christy Trautman, King County Parametrix, Inc. Overhead Schedule Fiscal Year December 28, 2008 Financial Statement Parametrix WSDOT Accepted Descriptiou Amount Adj. Adj. Ref. Amount % Direct Labor Base $22,653,146 ($198,489) A $22,454,707 100.04% Fringe Benefits Administrative 3alaries $11,633,846 ($132,664) A $11,501,182 51.22% Training Salaries $524,295 $524,295 233% Vacation, Sick Leave, Holidays $5,105,559 $5,1U5,569 22.74% $onuses $1,420,877 ($263,595) B $1,157,282 5.15% Marketing Salaries $2,982,660 ($102,279) C,W,J $2,880,381 12.83% Advertising Expense $123,134 ($123,134) D,I,X $a 0.00% MarketingExpense $210,990 ($27,273) C,I,W,J,X $183,717 0.82% ESOP TrusE (Retirement Plan) $1,500,000 $1,600,000 7.13% Payroll Taxes $3,446,073 $3,446,073 15,35% Excise Taxcs $1,128,571 $ I,128,571 5,03% Insurance $737,615 $737,615 3.28% Medial Insurance $3,741,228 $3,741,228 16.66% Office Rent $3,591,397 ($7,446) E $3,583,951 15.96% Office Expenses & Supplies $312,395 ($48,328) F,H $264,467 1.18% Staff Appreciation, Awards $225,572 ($159,358) G $66,214 4.29% Printing, CopierlPrinter Supplies $162,357 ($85) I $162,272 0.72% Billed In-House Printing ($134,205) ($134,205) -O.fiO% Telephone $409,856 $409,856 1.53% Billed In-Housc Telephone ($360) ($360) 4.00% Depreciation $2,211,894 $2,211,894 9_85% Goodwill $0 $4 0.00% Business Meals $95,124 ($95, I24) J SO 0•00% Auto Expense $427,191 $427,191 1.90% Billed In-House Mileage ($349,846) ($349,846) -1.78% OfficeTravel $478,828 ($15,714) E,O,N $463,114 2.06% Subscriptions, Library Material $83,128 $83,128 0.37% Dues $109,344 ($I1,051) K,L $98,293 0.44% Donations $72,226 ($72,226) M $0 0.00% Professional Licenses $27,610 $27,614 0.12% Postage, Couriers, Freight $76,188 $76>188 0.34% Training/Education $837,699 ($34,632) E,N $803,067 3.58% FieldEquipment/Supplies $38,129 $38,129 0.17% Lab Equipmcnt/Supplies $107,534 $107,534 0.48% Survey EquipmendSupplies $43,582 $43,582 0.19% Hcalth & Safety EquipmendSupplies $9,670 $4,670 0.44% Electrical EquipmendSupplies $502 $542 0.40% Boat Equipment/Supplits $184 $184 0.00% Billed In-House Equipmcnt ($607,695) ($332,594) Y ($940,2$9) -4.19% Of~'ice Furnilure $40,643 $40,643 0.1$% Office Equipment $401,863 $401,863 1.79% Computer Supplies/Software $1,541,687 $1,541,687 6,$7% Page 2 Parametrix, Inc. Qverhead Schedule Fiscal Year December 28, 2008 Fiaancia! • Statement Parametrix WSDOT Accepted Description Arnaunt Adj. Adj. Ref Amount % Billed In-House Computer Charges ($443) ($443) 0.00% Recruiting Costs $265,244 ($956) E,N $264,278 1.18% Payroll, Legal & Audit $412,340 ($56,765) Q,P,V $355,575 1.58% Temparary Labor $200,734 $200,734 0.89% Consulting Services $559,916 $569,916 2.54% Employee Relocation Cos#s $50,949 $50,949 0.23% Bad Debts $394,450 ($394,450) R $0 0.40% Office MovingJRemodeling $35,145 $35,145 0.160/o Personal Property Taxes $29,385 $29,385 0,13% Utilities/BuildingMaintenance S312,231 $312,231 1.39% Interest, Bank Charges $115,093 ($103,234) S,T $1 !,$59 0.45% Facilities Cost of Capital $0 $403,008 U $403,008 1.79% R&D Mitigation Banking $0 ($709,036) Y ($709,036) -3.16% Total Overhead Expeuses $45,202,394 ($2,286,946) $0 $42,915,453 141.12% Overhead Rate 199.54% 191.12% Parametrix, InG - Reviewed & Accepted 815109 MR "Overhead Rate subiect tn Audid" References Parametrrx, Inc. Overhead preparedby Clark Nuber, P.S. Parametrix Adjustments: A Overtime Premium unaltowable per 48 CFR 22.103-1, 22.143-4(g) and WSDOT OH Policy. B$onuscs unallowable per 48 CFR 31.205-6(fl and WSDOT Bonus Policy. Personal use of company vehicle use removed per 48 CFR 31.205-6 (m) (2). C Marketing unallowable per 48 CFR 31.205-1(f). (advt. & conference salaries) D Advertising unallowable per 48 CFR 31205-1(b). E Marketing unallawable per 4$ CFR 31.205-1(f). F Apartment over allowable per diem. G Non-allowable office supplies. H Entertainment unallowable per 48 CFR 31.205-14. (special events) I Holiday eards and Brochures unallowable per 48 CFR 31.205-1(f)(5). J Adj. to depxeciation. K Business meals removed L Office Travel unallowable - Firs# Ciass Airfare unallowable per 48 CFR 31.205-46(b). M Lobbying unallowable per 48 CFR 3 i.20S-22. Dues to Social Clubs unallowable per 48 CFR 31.205-1(f')(7) & 205-14. N Donations unallowable per 48 CFR 31.205-8. O Removed unallowable training, conferenees, alcohol, excess per diern Alcohol unallowable per 48 CFR 31.205-51. Excess lodging and per diem unallowable per 48 CFR 31.205-14, 31.205-46 & WSDOT Accaunting Manual, Ch. 10 Travel. Page 3 Parametrix, Inc. Overhead Schedute Fiscal Year December 28, 2008 Financial Ststement Parametrix WSDOT Accepted Descriptioa Amount Adj. Adj. Ref. Amount % P Remove unrecovered unit pricing - equipment recavery Q Unallowble recruiting costs removed R Federal Incomc Tax Prep Fees in excess of $250 unllowable per 48 CFR 31.205-41(b)(1), 31.201-6(a), & WSDOT Policy. Attomey costs related to Acquisition unallowable per 48 CFR 31.205-27(a). S Bad Debts unallowable per 48 CFR 31.205-3. T Interest unallowable per 48 CFR 31.205-20. Penalties unallowable per 48 CFR 31.205- I S(a). U Cost of Money calcuiation added Cost of Money adjustment per 48 CFR 31.205-10(a). V Rornoved R&D ta independent pool Page 4 Exhibit G Subcontracted Work The AGENCY does not permit subcontracts for this AGREEMENT. AG-C-382 Page 20 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit H Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may 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. 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. 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 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 AG-C-382 Page 21 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement 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. AG-C-382 Page 22 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit I 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 wark completed at the time of termination is to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. AG-C-382 Page 23 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit J Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1- Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Highways and Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2- Project Manager pocuments the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3- Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manger and any personnel (including sub-consultants) deemed appropriate for the alleged design error(s) issue. Step 4- Attempt to Resolve Alleged Design Error with Consultant After the meeting(s) with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: • It is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide H&LP, through the Region Local Programs Engineer, a summary of the settlement for AG-C-382 Page 24 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Step 5- Forward Documents to Highways and Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Highways and Local Programs Engineer to H&LP for their review and consultation with the FHWA. H&LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, H&LP will request assistance from the Attorney General's Office for legal interpretation. H&LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. • If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. H&LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. • If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. AGG382 Page 25 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit K Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total of $1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1- Consultant Files a Claim with the Agency Project Manager If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional wark; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanatien as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2- Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Highways and Local Programs (if applicable), and FHWA (if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of AG-C-382 Page 26 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Step 3- Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; • Explanation regarding those areas in which the Agency does/does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4- Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Highways and Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5- Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify (in writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. Step 6- Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. AG-C-382 Page 27 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit L Liability Insurance Increase The professional liability limit of the CONSULTANT to the AGENCY identified in Section XIII, Legal Relations and Insurance of this AGREEMENT will not be increased for this project. AG-C-382 Page 28 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit M-1(a) Certification of Consultant Project No. CP0914 Local Agency Citv of Auburn I hereby certify that I am the Pri nc.i. oal and duly authorized representative of the firm of Parametrig. Inc. whose address is 1231 Frvar Avenue, Sumner, WA 98390 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 CONSLJLTANT) 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 CONSL7LTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; 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. `f--13-/D Date Signature AGC-382 Page 29 of 33 F 5treet 5t I 4tn 5treet z)c Traffic Signal Local Agency Standard Consultant Agreement Exhibit M-1(b) Certification of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of Ci of Auburn , 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: (d) Employ or retain, or agree to employ to retain, any firm or person; or (e) 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. L4- Iq -10 Date S ignature AG-C-382 Page 30 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Exhibit M-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions I. 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 (3) year period preceding this proposal been convicted of or had a civil judgment rendered 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 anti-trust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and D. Have not within a three (3) yeax period preceding this application / proposal had one or more public transactions (Federal, State and 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 Name): 4-13- l0 Date AG-C-382 Page 31 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Signature (President or Authorized Utticial or t.;onsuir.anL) 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, a officer or employee of Congress, or any 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 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 $10,000.00, and not more than $100,000.00, 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 sub-recipients shall certify and disclose accordingly. Consultant (Firm Name): 4-13 VlO Date AG-C-382 Page 32 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement Signature (President or Authorized vrticiai oi wilsuita►n Exhibit M-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 2.101 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 CP0914 - F Street SE / 4th Street SE Traffic Signal * are accurate, complete, and current as of March 23, 2010 This certification includes the cost or pricing data supporting any advance agreements and forward pricing rate agreements between the offeror and the Government that are part of the proposal. Firm: Name: Title: Date of Execution: * * * * Identify the proposal, quotation, request for pricing adjustment, or other submission involved, giving the appropriate identifying number (e.g. RFP No.). Insert the day, month, and year, when price negotiations were concluded and price agreement was reached. 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. AG-C-382 Page 33 of 33 F Street SE / 4th Street SE Traffic Signal Local Agency Standard Consultant Agreement r• 0.'