Loading...
HomeMy WebLinkAboutAG-C-411 ParametrixLocal Agency Standard Consultant Agreement Consultant/Address/Telephone Parametrix, Inc. 1019 39`" Avenue SE, Suite 100 Puyallup, WA 98374 253- 604 -6600 r Architectural /Engineering Agreement ❑ Personal Service Agreement A.reement Number AG -C -411 Project Title And Work Description On -Call Services - Roadway and Traffic Signal Design Federal Aid Number N/A Agreement Type (Choose one) ❑ Lump Sum Lump Sum Amount $ ■ Cost Plus Fixed Fee Overhead Progress Payment Rate Overhead Cost Method • Actual Cost • Actual Cost Not To Exceed % DEB Participation • Yes 0 No ok Federal ID Number or Social Security Number 91- 0914810 • Fixed Overhead Rate % Fixed Fee $ _ Do you require a 1099 for IRS? • Yes 0 No Completion Date 12/31/2012 ►/ Specific Rates Of Pay 0 Negotiated Hourly Rate • Provisional Hourly Rate ❑ Cost Per Unit of Work Total Amount Authorized $ 100,000.00 Management Reserve Fund $ 0.00 Maximum Amount Payable $ 100,000.00 Index of Exhibits (Check all that apply): ❑ Exhibit A -1 Scope of Work ® Exhibit A -2 Task Order Agreement ❑ Exhibit B -I DBE Utilization Certification • Exhibit C Electronic Exchange of Data ❑ Exhibit D-1 Payment — Lump Sum ❑ Exhibit D -2 Payment — Cost Plus ® Exhibit D -3 Payment — Hourly Rate ❑ Exhibit D -4 Payment — Provisional ❑ Exhibit E -1 Fee — Lump /Fixed /Unit Exhibit E -2 Fee — Specific Rates ® Exhibit F Overhead Cost ® Exhibit G Subcontracted Work ❑ Exhibit G -1 Subconsultant Fee ❑ Exhibit G -2 Fee -Sub Specific Rates ❑ Exhibit G -3 Sub Overhead Cost ® 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 -la Consultant Certification ® Exhibit M -I b Agency Official Certification ® Exhibit M -2 Certification — Primary ® Exhibit M -3 Lobbying Certification • Exhibit M -4 Pricing Data Certification ❑ App. 31.910 Supplemental Signature Page THIS AGREEMENT, made and entered into this Si sq. Between the Local Agency of -The. CI4y o� .p.iburtn and the above organization hereinafter called the "CONSULTANT'. DOT Form 140-089 EF Page 1 of 8 Revised 3/2008 day of —1Q rw ct r1/ , 201 Z , , Washington, hereinafter called the "AGENCY ", 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 AGREEMENT. III General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT - assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this AGREEMENT. If D/M/WBE finns 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. lithe Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY'S "DBE Program Participation Plan ". The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. All Reports, PS &E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. DOT Form 140-089 EF Page 2 of 8 Revised 3/2008 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 work and services rendered under this AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and /or at the request of the AGENCY'S PROJECT Manager. VI Sub - Contracting The AGENCY permits sub - contracts for those items of work as shown in Exhibit "0" 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 subcontractor, any contract or any other relationship. A DBE certified sub - consultant is required to perform a minimum amount of their sub - contracted agreement that is established by the WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 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 DOT Form 140 -089 EF Page 3 of 8 Revised 312008 third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part -time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Department of Transportation, or the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. 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" 1" for the type of AGREEMENT used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth herein above, then no 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. DOT Form 140 -089 EF Page 4 of 8 Revised 3/2008 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. Tf it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X Changes of Work The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously 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 XTV. 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 "F', and disputes concerning claims will be conducted under the procedures found in Exhibit "K ". XII Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The 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. DOT Form 140 -089 EF Page 5 of 8 Revised 3/2008 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 tenns 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 occuffence amount shall not exceed one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT'S professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L ". In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. DOT Form 140 -089 EF Page 6 of 8 Revised 3/2008 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 terns 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. 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. DOT Form 140 -089 EF Page 7 of 8 Revised 3/2008 In witness whereof, the parties hereto have executed this AGREEMENT a • 1 - day and ear shown in the "Execution Date" box on page one (1) of this AGREEMENT. By By A WIIIIPor Consultant Para rrt Q.tr i x Tr( r, . Agency C' (n DOT Form 140 -089 EF Page 8 of 8 Revised 312008 Exhibit A -2 Scope of Work (Task Order Agreement) Each item of work under this AGREEMENT will be provided by task assignment. Each assignment will be individually negotiated with the CONSULTANT. The amount established for each assignment will be the maximum amount payable for that assignment unless modified in writing by the AGENCY. The AGENCY is not obligated to assign any specific number of tasks to the CONSULTANT, and the AGENCY'S and CONSULTANT'S obligations hereunder are limited to tasks assigned in writing. Task assignments may include but are not limited to, the following types of work: A. Preparation of plans, specifications, and cost estimates to support the design of roadway and traffic signal projects. B. Assistance with environmental permitting, design analysis, and report preparation to support the design of roadway and traffic signal projects. C. Other tasks related to the design of roadway and traffic signal projects as assigned. Task assignments made by the AGENCY shall be issued in writing by a Formal Task Assignment Document similar in format to page 2 of this exhibit. An assignment shall become effective when a formal Task Assignment Document is signed by the CONSULTANT and the AGENCY, except that emergency actions requiring a 24 -hour or less response can be handled by an oral authorization. Such oral authorization shall be followed up with a Formal Task Assignment Document within four working days, and any billing rates agreed to orally (for individuals, subconsultants, or organizations whose rates were not previously established in the AGREEMENT) shall be provisional and subject to final negotiation and acceptance by the AGENCY. DOT Form 140 -089 EF Exhibit A -2 Revised 7/07 AGREEMENT #: AG -C -xxx CONSULTANT: PROJECT # /Name: The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: Maximum Amount Payable per this Task Assignment: $ Completion Date: Scope of Work:, TASK ASSIGNMEN TASK #: xxx- xxxx -xxx Approvals Consultant Project Manager: Signature: Date: City Project Manager: Signature: Date: City Mayor, if Task Assignment is over $5,000: Signature: Date: Note: If this task assignment is over $25,000 then it must go before the appropriate Committee and City Council for approval prior to the Mayor's signature. DOT Form 140 -089 EF Exhibit A -2 Revised 7/07 Exhibit C Electronic Exchange of Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: I. Surveying, Roadway Design & Plans Preparation Section A. Survey Data — 2009 AutoCAD, ASCII text B. Roadway Design Files — 2009 AutoCAD C. Computer Aided Drafting Files — 2009 AutoCAD D. Spreadsheets — 2003 Microsoft Excel E. Word Processing -2003 Microsoft Word E. Electronic Scans/Documents — Adobe PDF II. Methods to Electronically Exchange Data A. CD or DVD B. FTP or Sharepoint site provided by the CONSULTANT DOT Form 140 -089 EF Exhibit C Revised 6/05 Exhibit D -3 Payment (Negotiated Hourly Rate) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. I. Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates shown in Exhibit "E" and "F" attached hereto and by this reference made part of this AGREEMENT. The rates listed shall be applicable for the first twelve (12) month period and shall be subject to negotiation for the following twelve (12) month period upon request of the CONSULTANT or the AGENCY. If negotiations are not conducted for the second or subsequent twelve (12) month periods within ninety (90) days after completion of the previous period, the rates listed in this AGREEMENT, or subsequent written authorization(s) from the AGENCY shall be utilized. The rates are inclusive of direct salaries, payroll additives, overhead, and fee. The CONSULTANT shall maintain support data to verify the hours billed on the AGREEMENT. 2. Direct Non -Salary Costs: Direct Non - Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and sub - consultant costs. a. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the AGENCY'S Travel Rules and Procedures. However, air, train, and rental car costs shall be reimbursed in accordance with 48 CFR Part 31.205 -46 "Travel Costs." b. The billing for Direct Non -Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. c. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. d. All above charges must be necessary for the services provided under this AGREEMENT. 3. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the Management Reserve Fund shall be made in accordance with Section XIV, "Extra Work." DOT Form 140 -089 EF Exhibit D -3 Revised 3/09 4. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. 5. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs authorized in 1 and 2 above. The monthly billing shall be supported by detailed statements for hours expended at the rates established in Exhibit "E ", including names and classifications of all employees, and billings for all direct non - salary expenses. To provide a means of verifying the billed salary costs for the CONSULTANT'S employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the PROJECT at the time of the interview. 6. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS &E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. 7. Inspection of Cost Records: The CONSULTANT and their sub - consultants shall keep available for inspection by representatives of the AGENCY, STATE and the United States, for a period of three (3) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three (3) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. DOT Form 140 -089 EF Exhibit D-3 Revised 3109 Exhibit E -2 Consultant Fee Determination - Summary Sheet (Specific Rates of Pay) - Fee Schedule Hourly Overhead Profit Rale Rate Per Hourly Overhead Profit Rale Rale Per Discipline Or Job TRIG Rate ®195.84 @ 30% Hour Discipline or Job Title Rate @ 195.84 rat 30% Hour CADD Operator I $21.48 $42.07 $6.44 $70.00 Jr. Planner (Grades 8-9) $23.02 $45.08 $0.91 $75.00 CADD Operator II $28.09 $51.09 $7.83 $65.00 Planner I $27.62 $54.09 $8.29 $90.00 CADD Operator Ili $3529 $69.12 $10.69 $115.00 Planner 11 $30.69 $60.10 $921 $100.00 CADD Tech Lead $38.63 $72.12 $11.05 $120.00 Planner 111 $36.83 $72.12 $11.05 $120.00 CADD Supervisor $33.76 $66.11 $10.13 $110.00 Plainer IV $39.90 $78.13 $11.97 $130.00 CADD Services Manager $38.38 $76.13 $11.51 $125.00 Sr. Planner (Grade 15) $48.03 $90.15 $13.81 $150.00 Designer I $30.69 $60.10 $9.21 $100.00 Sr. Planner (Grade 16) $52.17 ;102.18 $15.65 $170.00 Designer II $3222 $63.11 $9.87 $105.00 Sr- Planner (Grade 17) $58.31 $114.20 $17.49 $190.00 Designer III (Grade 12) $38.83 $72.12 $11.05 $120.00 Jr. SclenVstIBloioglst $23.02 $45.08 $6.91 $75.00 Designer III (Grade 13) $41.43 $81.14 $12.43 $135.00 Scientist/Biologist I $26.09 $51.09 $7.83 $85.00 Designer lV $44.50 $87.15 $13.35 $145.00 SdenllalBlologisl II $33.76 S66.11 $10.13 $110.00 Sr. Designer (Grade 15) $46.03 $90.15 $13.81 $150.00 SdentistrBiologisl ill (Grade 12) $35.29 $69.12 $10.59 $115.00 Sr. Designer (Grades 16(17) $50.64 $99.17 $15.19 $165.00 SdentlsVBfologist III (Grade 13) $36.83 $72.12 $11.05 $120.00 Engineering TecMidanl $23.02 $45.08 $6.9t $75.00 Scientist/6lo1og1silV $41.43 $81.14 $12.43 $135.00 Engineering Technician II $26.09 $51.09 $7.83 $85.00 Sr. Sdentisl/Bfologist (Grade 15) $46.03 $90.15 $13.81 $150.00 Engineer I $29.16 $57.10 $8.75 $95.00 Sr. Sdenhtsl/Biologtst (Grade 16) $50.64 $99.17 $15.19 $165.00 Engineer II $30.89 $60.10 $9.21 $100.00 Sr. Soleniist/alologist (Grade 17) $53.71 $105.18 $18.11 $175.00 Engineer III (Grade 12) $35.29 $69.12 $10.59 $115.00 Environmental Technician I $20.09 $51.09 $7.83 $85.00 Engineer III (Grade 13) $3826 $75.13 $11.51 $125.00 Environmental Technician II $27.62 $54.09 $8.29 $90.00 Engineer IV $41.43 $81.14 $12.43 $135.00 Environmental Technician III $30.69 $60.10 $9.21 $100.00 Sr. Engineer (Grade 15) $46.03 $90.15 $13.81 $150.00 Jr. Toxicologist $23.02 $45.08 $6.91 $75.00, Sr. Engineer (Grade 18) $52.17 $102,19 $15.65 $170.00 Toxicologist I $29.16 $57.10 $8.75 $95.00 Sr. Engineer (Grade 17) $55.24 $108.19 $16.57 $180.00 Toxicologist II $32.22 $63.11 $9.67 $105.00 Sr. Consultant (Grade 18) $61.38 $120.21 $16.41 $200.00 Toxicologist III $35.29 $69.12 $10.69 $115.00 Sr. Consultant (Grade 19) $65.98 $129.22 $19.79 $215.00 Toxicologist IV $42.97 $84.14 $12.89 $140.00 Jr. Surveyor $21.48 $42.07 $8.44 $70.00 Sr. Toxicologist (Grades 15 -16) $50.64 $99.17 $15.19 $165.00 Surveyor I $24.65 $46.08 $7.37 $80.00 Sr. Toxicologist (Grade 17) $84.45 $128.22 $19.33 $210.00 Surveyor II $26.09 $51.09 $7.83 $85.00 Hydrogeologist I $29.16 $57.10 $8.75 $95.00 Surveyor 111 $33.76 $66.11 $10.13 $110.00 Hydrogeologlstll $30.69 $60.10 $9.21 $100.00 Sr. Surveyor (Grade 12) $35.29 $69.12 $10.59 $115.00 Hydrogeologlst 111 $35.29 $69.12 $10.59 $115.00 Sr. Surveyor (Grade 13) $42.97 $04.14 $12.89 $140.00 Hydrogeologlst IV $35.29 $69.12 $10.59 $115.00 Survey Supervisor $44.50 $87.15 $13.35 $145.00 Sr. Hydrogeologist (Grade 15) $46.03 $90.15 $13.61 $150.00 Regional Surveyor $58.76 $111.19 $17.03 $185.00 Sr. Hydrogeologist (Grade 16) $50.64 $99.17 $15.19 $165.00 Construction Technldan I $26.09 $51.09 $7.83 $85.00 Sr. Hydrogeologiot (Grade 17) $52.17 $102.18 $15.65 $170.00 Construction Technician II $27.62 $54.09 $8.29 $80.00 GIS Technician $26.09 $51.09 _ $753 $85.00 Construction Technician III $38.83 $72.12 $11.05 $120.00 Sr. GIS Analyst $29.16 $57.10 $8.75 $95.00 ConstrudlonTedaddan IV $41.43 $81.14 $12.43 $135.00 GraphlcArltst $24.55 $48.08 $7.37 $80.00 Construction Manager I $33.76 $68.11 $10.13 $110.00 Sr. Graphic Artist $33.76 $66.11 $10.13 $110.00 Construction Manager 11 $3826 $75-13 $11.51 $125.00 Technical Aide $21.48 $42.07 $8.44 $70.00 Construction Manager III $41.43 $81.14 $12.43 $135.00 Sr. Technical Aide $23.02 $45.08 $6.91 $75.00 Construction Manager IV $44.50 $87.15 $13.35 $145.00 Project Coordinator $27.62 $54.09 $8.29 $90.00 Sr. Construction Manager (Grade 15) $46.03 $90.15 $13,81 $150.00 Sr. Project Coordinator $29.16 $57.10 $8.75 $95.00 Sr. Construction Manager (Grade 16) $52.17 $102.18 $15.65 _ $170.00 Project Controls Specialist $30.69 $80.10 $9.21 $100.00 Sr. Construction Manager (Grade 17) $53.71 $105.18 $16.11 $175.00 Project Coordination Supervisor $30.69 $60.10 $921 $100.00 Site Construction Manager $5524 $108.19 $16.57 $180.00 Project Accountant (Grade 8) $24.55 $48.08 $7.37 $80.00 Operations Manager (Grade 16) $46.03 $90.15 $1361 $160.00 Project Accountant (Grade 9) $26.09 $51.09 $7.83 $65.00 Operatians Manager (Grade 17) $52.17 $102.18 $15.65 $170.00 Sr. Projacl Accountant $29.18 $57.10 $8.76 $95.00 Operations Manager (Grade 18) $5524 $109.19 $16.57 $180.00 Sr. Accounting Specialist $30.69 $60.10 $921 $100.00 ■ Division Manager (Grade 10) $50.64 $99.17 $15.19 $165.00 Sr. Contract Adndnnlstralor $35.29 $89.12 $10.59 $115.00 Division Manager (Grade 17) $58.31 $11420 $17.49 $190.00 Library Specialist $24.55 $48.08 $7.37 $80.00 Divielon Manager (Grades 18-19) $61.38 $12021 $18.41 $200.00 Librarian $26.09 $51.09 $763 $85.00 Regional Division Manager $62.91 $12321 $18.87 $205.00 Information Resource Manager $39.38 $75.13 $1151 $125.00 Program Manager (Grades 18.19) $84.45 $126.22 $19.33 $210.00 LAN Adman I $30.69 $80.10 $921 $100.00 Program Manager (Grade 20) $73.66 $14425 $22.10 $240.00 LAN Adman II $33.76 $68.11 $10.13 $110.00 Principal Consultant (Grade 19) $6752 $132.23 $2026 $220.00 Sr. LAN Adman $32.22 $63.11 $997 r $105.00 Principal Consultant (Grade 20) $73.66 $14425 $22.10 $240.00 Office Clerk $16.88 $33.06 $5.08 $55.00 Project Delivery Officer $62.91 $123.21 $18.87 $205.00 Receptionist $18.41 $38.06 $552 $60.00 Principal $64.45 $126.22 $10.33 $210.00 AdmlnislraliveAsststanl $19.85 $39.07 $598 $65.00 Word Processor $19.95 $39.07 $5.96 $65.00 Sr. Adman Assistant (Grade 8) $21.48 $42.07 $6.44 $70.00 Sr. Word Processor $23.02 $45.06_ $6.91 $75.00 Sr. AtLnin Assistant (Grade 9) $27.62 $54.09 $8.29 $90.00 Word Processing Specialist $29.16 $57.10 $8.75 $95.00 Office Administrator $29.16 $57.10 $8.75 $95.00 Technical Editor $32.22 $63.11 $9.87 $105.00 Sr. Office Administrator $33.76 $68.11 $10.13 $110.00 Word Processing Manager/Editer $33.76 $66.11 $10.13 $110.00 Office Administrative Manager $39.80 $79.13 $11.97 $130.00 Production Manager $39.90 $78.13 $11.97 $130.00 City of Auburn 214. 1931 -839 ° ° ° ° ° ° $ g $ $ $ 8 ° , ° ° ° ° ° $ u ° g g $ ° 8 ° c a ° o - c ° o o $ ° o ° 0 ° o o ° o g ° ° o a 000 o ^ O N O! p n W .o 14 pbb � O W4� g� � � gp � 1 W W c i O 'A p O O , , N H '� II, N N M W N !9 N _ (yy � N N N N P, M N q N 9 q N !N 3pN N M O3 N N N N N N N N N q q N YD W W N N N M tmp a! m y q e! ^ m � v m 2 � vm o � m '' � m w d m i° m M S m 2 n v 8 W q a °: 8 2 n � V a m n w i A 2 g N 8 4 a 74 N � R v OYES '°. ° W ^ � 0mf7M^ M b r C AC O Q PIn � n ip mpj O [N Ql mW O O t7 oH bmN O Ep pf Em .-06904900044. WO on WNp� N O � t'! H N � H H E N 19 q � N N �� N N H H N H N N G0 g H H H q g N W N N N H H M H N H H N N N H N M H N ED o DI b of ti mm W 7a N a � rn n � m N pp 0 � ' DI n N o o N� 0 8 o O 4- n m O o 0 0 mm 8 0 N 0OOp � 880o.-..-886.6.80.- t{�p O O p 471 N 4915.2. 6i M M M N 40683 N ^N H3 N N M H N Nli. tl4N aN N H N N2 9 NN N M a.! 3N Nei Nsa am, on N M N a' 3 31 Ma N N N M N N N m W W g ti S n O m O N N p C N O NO fN p h n O d m b b O m b O Cf W A N am0 Q m Q m n m O 40 O C O , m p ^ N 4i} IA ON b a eV P N N�o o NR o bPN m p� p a y nN� 8¢ N N 2H M2 N N N M2 N M3 H N M M tlH H Na N ► N N2 2 W N N M � M� N N N N4� M N N N T M II ui 2 N M NN N H N N a 4 9 H N i O � go m b m iii ~ 0 0 0 ~ �. ! y O o z Z O 0 a a, a m r r r r r`n x x x in �7 in o r7 r co a s g g O¢ v� 5 ° o , 0 0 8 $ 88888888888888888 p �Q{j �(1 p 1p p p °a, °o °o, °o o 88888 888888888888888 r , p { j g ��8{j $ fgp $ W$ $ g TO m 0 � N� N O N {b'1 O ml � 1� N OI O W N Cl N r f0 S� - G O M N m coi 3p C G N � WN Cl CU N N fS b m m m N O tV f! Cl In W tG (' 1.1i 0 to A m Q! N D N m 0 N 4 O N H N H N .7% N Zia Zs; is. Zs- M N N N N Zs' tl! N N N is. N ii. N N N N N N N M N M ZS" M N N N N N N ea, N N N N N 3 V, 4 p ^ ^ = 0 ' N ^ ^ ^ ^ S O O O d ! 't G W W N N O O O � t'-' "r " W O W � P... i O 3 '4 tem m W ^ m W " O N b N » N O O ° = "_ C yH p�p(y pN y n 1I N N M 5 n N M M» H M M N h N M ON N N M2 N M� H H H M N N p N M N N �O~ N N Ma m � H � y N N 1NM H N N M� N N M N do Q® ? � � q S q R S q a °o o r= m W � o e m a m � n � � � � � � $ 9.. n P � 96 q � o y s o = v °4 t , e � ioiv ioe � aj rin o mv c $Zm m� m� ED .5 11! N H 12 M ? mrN 0tN H _aN N N N M333N M N NinN N N N 9 M NM m4 1 i 4 MM iaiN3114N H mN N N N M W N gag N N N NH N N N N ¢ - m a_ :I' ea; 7- m 3 a, m e m OOC Z Z ■ '2 b D D W O O N O m I l U U W CCCW W N N N Vl y a a 3 N` 3 d ;,.:,,..--; . • . . . . „ •, ...., --.- ---0.- . ■,"',. -■ "Lr.' : ' •-,_ - :S..; :) ':' '.- ' : `. i .,... , ..- ... • , .., . • . , Exhibit F Breakdown of Overhead Cost See letter from WSDOT dated July 9, 2010, on the following pages. AG-C-411 Exhibit F On-Call Services — Roadway and Traffic Signal Design Breakdown of Overhead Cost . ,• WWashington State Department of Transportation Paula J. Hammond, P.E. Secretary of Transportation July 9, 2010 Janice Walden, Sr. Financial Analyst Parametrix, Inc. 1002 15th Street, Suite 220 Auburn, WA 98001 -6502 RE: Parametrix, Inc. Overhead Schedules Fiscal Year End January 1, 2010 Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 96504-7300 360- 705 -7000 TTY: 1-800 -833 -6388 www.wsdot.wa.0ov Dear Ms. Walden: On June 23, 2010, as a WSDOT representative, Laura Trainer of our office performed a desk review of your proposed Fiscal Year End January 1, 2010, Overhead Schedule. Laura also completed an analytical review of information provided to her by your firm and from your web page. The schedule was audited by the Clark Nuber, CPA for compliance with part 31 of the Federal Acquisition Regulations. Clark Nuber, CPA accepted an overhead rate of 195.84% of direct labor. The reviewed data included, but was not limited to: the schedule of the Indirect cost rate, a description of the company and their accounting system, and the basis for Parametrix, Inc.'s accounting and indirect costs. Based on our review, we are Issuing this letter of concurrence establishing Parametrix, Inc. overhead rates for the year ended January 1, 2010, at 195.84% of direct labor. Costs billed to actual agreements will still be subject to audit of actual costs. Please check with the WSDOT Consultant Services Office (HQ) and/or the WSDOT Area Consultant Liaison to determine when this reviewed rate will be applicable to your WSDOT agreement(s). If you or any representatives of Parametrix, Inc. have any questions, please contact Martha Roach at (360)705 -7006. Sincerely, Martha S. Roach Agreement Compliance Audit Manager MR:ds Enclosure cc: Steve McKerney, Director of Internal Audit Kyle McKeon, MS 47329 Rick Griffith, MS 47323 File PARAMETRIX, INC. AND SUBSIDIARY Consolidated Statement ofDirect Labor, Fringe Benefits and General Overhead For the Fiscal Year Ended January 1, 2010 Cluulrnaon I Direct Lake Duo FinancialSlatoereais for fie Year Ended fhudlouwble MR Tom! January 1, 2010 Evenses Ref Propmc'J Total S 22,429,618 5 (120,292) A, S 22,309,326 100.00% Overhead Espearui 2 Adudai0haliveSalaries 11,239,424 (81,405) A. 11,158,019 30.02% 3 7)ulningSalaries 514,428 514.428 2.31% 4 Vacation, Sick Leave, lfolidoyJ 4,966,725 4,966,725 22.26% 5 Da,ucec/Mkasale*, 1,460,211 (203,503) IL 1,256,708 5.63% 6 Maki las&Jules 3,424,894 (63,078) C 3,356,816 1105% 7 Advenldaa&Jpeou 99,874 (99,874) D. - 0.00% 8 MaslsdlrtgEapeetses 067,161 (21,103) II, 246,058 1.16% 9 ESOP Trust (Rearmost Plan) 1.000,000 1,600,000 7.13% 10 Payroll Taxes 3,376,597 3,376,397 15.14% II Excite Taxes 1,179,547 1,179,547 519% 12 Irouionco 781,689 781,689 3.50% 13 Medical luminance 4.708,227 4,708,227 21.10% 14 OfliiceReot 3,665,689 3,665,689 16.43% 15 O3Drn Expenses St Supplies 312,343 (57,101) F. 255,244 1.14% 16 Staff Apptaiation,Awards 114,406 (54,595) 0. 59.811 0.27% 17 Printing, Chpkr/PnnierSuppliet 197,663 197,663 0.89% 18 Billedln- iwmoPdnting (247,795) (247,795) - •1.11% 19 Telephone 387,144 387,144 I.74% 20 Billed In•houseTelephone (405) (405) 0.00% 21 Deprecfslion (atctuding0.t.disposal) 2,254,336 2,254.216 10.10% 22 Arnadntlo0OfPatents 2,538 (2,333) II. - 0.00% 23 Bushels Meals 91,777 (91,777) 1. - 0.00% 24 Auto Expenu 382,958 382,958 1.72% 25 Billed In-house M0cage (387.726) (387,226) - 1.74% 26 OtTiceTiuvel 445,896 (10,674) 1. 435,222 1.95% 27 Subrtripfeas, Unary Matteis! 77,314 77,314 0.35% 28 Dues 115,654 (9,395) K. 106,239 0.48% 29 Donasfont 31,209 (31,209) L - 0.00% 30 Profeulonal Menses 18,905 18,905 O00% 31 Postage, Courtesy, Faded' 60 ,335 60,335 0.27% 32 7lalning/Educallon 628,322 (18.092) M. 610,230 2.74% 33 Field Equipment/Supplies 20,973 20,973 0.0971, 34 Lab EqufpmenUSupplies 75,888 75,888 0.34% 35 SmreyEqulpmem,Suppfu 42,633 42,633 0.19% 36 1{collt & Safety Equipment/Suppites 6,178 6,178 0.03% 37 Elccuical equfpmcnt/Suppllu . 419 419 0.0071 38 Dom Equipment/Supplies 38 38 0.00% 39 0111cd1n -house equipment (407,621) (475,031) N. (379,672) -3.94% 40 Mica Earldoms 18,213 18,215 0.08% 41 OJOcs EqulpmeM 435,291 435,291 1.95% 42 CbnsputeeSupplies/Sofware 1 ,388,047 1,188,047 6.22% 43 mlkdlo-home Computer Charges (1,440) (1,440) 4.01% 44 Revolting Costs 124,915 (133) O. 124,782 0.56% 45 Payroll, Leeol & Aida Services 362,387 (98,203) P. 264 ,384 1.19% 46 TcmptxwyLabor 39,167 39,167 0.18% 47 Carolling Services 306,643 (49,830) 4 257,763 1.1614 48 Employes! Relocation Costs 20,923 20,923 0.09% 49 Dad Deb4 (Reaovay) (46,999) 46,999 R. . 0.00% 50 001cc Moving/RentodcUag 16,664 (132) S. 16,532 0.07% SI Pawed Properly Taxes 93.567 93,567 . 0.42% 52 188itks/flufdfng Maintenance 350,119 350,139 1.57% 33 Interest, Rest Charges 20,928 (12,208) T. 8,720 0.04% Total Overhead before FCCMM 8 44,639,897 8 (1,336,952.00) S 43,301,903 194.10% 54 Pat0i11u Cost of Money (FCCM) 36 Tonal Overhead with FCCM 37 Overhead Rale 387,070 U. 387,070 1.74% S 44,639,857 8 (949881.00) S 43,689.975 195.84% 199.00% -3.18% 195,84'4 - Confined - Tlte accompanying notes am an integral pail of the financial statements. - 2 - PARAMETBIX, INC AND SUBSIDIARY Consolidated Statement of Direct Labor, Fringe Ben efits rand General Overhead For the Fiscal 'Year Ended J'annan y 1, 2010 References Parametrix Adjustments! A. Ovcrlinie premium unallowable per 48 CFR 22.103 -1, 22.103 -4(g). B. Value based bonuses unallowable per48 CFR 31.205 -6(i); Personal use portion of vehicle allowance unallowable per 48 CFR 31.205 6(mx2). . C. Trade show salary costs unallowable per 48 CFR 31.205- 1(0(2); Sponsorship costs unallowable per48 CFR 31.205 71(0(3). D. Advertising unallowable per 48 CFR 31.205 -1(b). B. Excess lodging and per diem unallowable per 48 CFR 31.205 -14, 31.205 -46. F. Gills unallowable per 48 CFR 31.205- 13(b). 0, Entertainment unallowable per 48 CFR 31.205 -14; Excess per diem unallowable per 48 CFR 31.205 -46. H. Amortization of patents unallowable per 48 CFR 31.205- 30(c). 1. Local meals unallowable per 48 CPR 31.205 -14. !. Excess lodging and per diem unallowable per48 CFR 31.205 -46; Entertainment unallowable 'per 48 CFR 31:205 -14. K. Dues to social clubs unallowable per 48 CFR 31.205- 1(0(7) & 205 -14; Lobbying unallowable per 48 CFR 31.205 -22. L. Donations unallowable per 4B CPR 31.205 -8. M. Excess per diem unallowable per 48 CFR 31.205 -46; Alcohol unallowable per 48 CFR 31.205 -51. N. Direct project costs unallowable per 48 CPR 51,202(a), 0. Execs; lodging and per diem unallowable per 48 CFR 31.205 -46. P. Legal settlements unallowable per 48 CPR 31.205-47; Direct project costs, unallowable per 48 CFR 31.202(a). Q. Federal income tax prep fees unallowable per 48 CFR 31.205- 41(b)(1), 31.201 -6(a); Direct project costs unallowable per 48 CPR 31.202(a). • R. Bad debts unallowable per 48 CFR 31.205 -3. S. Excess per diem unallowable per 48 CFR 31.205-46. T. Interest unallowable per 48'CFR 31.205 -20; Penalties unallowable per 48 CPR 31.205- 15(a). U. Cost of money adjustment per 48 CFR 31.205- 10(a). The acoompmrying notes are an Integral pmt of !helium:eta! statements. Exhibit G Subcontracted Work The AGENCY does not permit subcontracts for this AGREEMENT. DOT Form 140 -089 EF Exhibit H Revised 6/05 Exhibit H Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: I. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS "), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non - discrimination: The CONSULTANT, with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub - consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub - consultants, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub - contract, including procurement of materials or leases of equipment, each potential subconsultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this AGREEMENT and the REGULATIONS relative to non - discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non - compliance: In the event of the CONSULTANT'S non - compliance with the non- discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited to: • Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies, and/or; • Cancellation, termination, or suspension of the AGREEMENT, in whole or in part DOT Form 140.089 EF Exhibit H Revised 6105 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (I) through (5) in every sub - contract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub - consultant or procurement as the AGENCY, STATE or FHWA may direct as a means of enforcing such provisions including sanctions for non - compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub - consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the STATE and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. DOT Form 140 -089 EF Exhibit H Revised 6105 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 work completed at the time of termination is to the total work required for the Project. In addition, the CONSULTANT shall be paid for any authorized extra work completed. Specific Rates of Pay Contracts A final payment shall be made to the CONSULTANT for actual hours charged at the time of termination of this AGREEMENT plus any direct nonsalary costs incurred at the time of termination of this AGREEMENT. Cost Per Unit of Work Contracts A final payment shall be made to the CONSULTANT for actual units of work completed at the time of termination of this AGREEMENT. DOT Form 140 -089 EF Exhibit I Revised 6105 Exhibit J Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step I — Potential Consultant Design 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 Documents 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 DOT Form 140 -089 EF Exhibit J Revised 6105 Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s) issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Step 5 — Forward Documents to Highways and Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region 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 FH WA, 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. DOT Form 140 -089 EF Exhibit J Revised 6/05 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 work; 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 • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 — Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 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 the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. DOT Form 140 -089 EF Exhibit K Revised 6/05 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. DOT Form 140 -089 EF Exhibit K Revised 6/05 Exhibit M -1(a) Certification Of Consultant Project No. Local Agency I hereby certify that I am _Daniel L. McReynolds, P.E. and duly authorized representative of the firm of _Parametrix, Inc. whose address is 1019 39th Avenue SE, Suite 100, Puyallup, WA 98374 and that neither I nor the above firm 1 here represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure the AGREEMENT; (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. /— ,23 Date Signature DOT Form 140 -089 EF Exhibit M -1(a) Revised 6/05 Exhibit M -1(b) Certification Of Agency Official I hereby certify that I am the AGENCY Official of the Local Agency of The- Gt4y rn Washington, and that the consulting firm or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agree to employ to retain, any firm or person; or (b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as hereby expressly stated (if any): I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration, U.S. Department of Trans i ortation, in connection with this AGREEMENT involving participation of Fed ral -aid funds, an is subject to applicable State and Federal laws, both criminal and civi JAN 312012 Date Signature DOT Form 140.089 EF Exhibit M -1(b) Revised 6/05 Exhibit M -2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 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 -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph (I) (B). of this certification; and D. Have not within a three (3) year period preceding this application /proposal had one or more public transactions (federal, state, or local) terminated for cause or default. II. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Consultant (Firm): _Parametrix, Inc. /- .,Z3- (Date) (Signature) President or Authorized Official Consultant DOT Form 140 -089 EF Exhibit M -2 Revised 6/05 Exhibit M -3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: l .No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Consultant (Firm): ^Parametrix, Inc. l- 23 -/o1 (Date) DOT Form 140 -089 EF Exhibit M -3 Revised 6/05 (Signature) President or Authorized Official Consultant 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 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403 -4) submitted, either actually or by specific identification in writing, to the contracting officer or to the contracting officer's representative in support of On -Call Services - Roadway and Traffic Signal Design are accurate, complete, and current as of -cI- 1r- 3 I, 10) Z * *. 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. Inc. P.E. Firm _Parametrix, Name _Daniel L. McReynolds, LW2 Title _Principal Date of Extension * ** 3- Gt ' N.) ar 3 I t 2012 * Identify the proposal, quotation, request for price adjustment, or other submission involved, giving the appropriate identifying number (e.g., RFP No.). ** Insert the day, month, and year when price negotiations were concluded and price agreement was reached. * ** Insert the day, month, and year of signing, which should be as close as practicable to the date When the price negotiations were concluded and the contract price was agreed to. DOT Form 140 -089 EF Appendix 31.910 Revised 6105 Cathy Richardson From: Dani Daskam Sent: Friday, February 03, 2012 11:46 AM To: Cathy Richardson Subject: FW: L- AG- C- 411_Parametrix_02.02.12.pdf - Adobe Acrobat Professional Attachments: L- AG- C- 411_Parametrix_02.02.12.pdf Dani From: Heather Guiberson Sent: Friday, February 03, 2012 11:11 AM To: Dani Daskam; Amanda DeSilver; Jacob Sweeting Subject: L- AG- C- 411_Parametrix_02.02.12.pdf - Adobe Acrobat Professional Organization and Address SuSupplemental Agreement # 1 Parametrix, Inc. pp J 1019 391"Avenue SE, Suite 100 Puyallup, WA 98374 Agreement Number Phone AG-C-411 253-604-6600 Project Number Federal Aid Number N/A N/A Project Title New Maximum Amount Payable On-Call Services-Roadway and Traffic Signal Design $115,000.00 Description of Work Roadway and Traffic Signal Design The Local Agency of the City of Auburn desires to supplement the agreement entered into with Parametrix Inc. I and executed on 3151 day of January, 2012 and identified as Agreement No. AG-C-411 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: No Change II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: December 31 2013 III Section V, PAYMENT, shall be amended as follows: $15,000.00 is added to the total not-to-exceed agreement amount. Revised hourly billing rates shall be as set forth in the attached Exhibit A and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By A, sh ts K Fis er P_ E . By Pete �tsa ClbinsultAt Signature Approving Authority Signature /,2 - y - / .2 DEC 102412 Date Date EXHIBIT A Parametrix Category Billing Rates-October 1,2012 through September 30,2013. Classilication Grade Relator Classification Grade Rata for Billing Billing CADD Operator 1 8 $75 Jr.Planner 8/9 $75 CADD Operator II 9110 $85 Planner I 10 $90 CADD Operator III 11 $110 Planner II 11 $100 CADD Supervisor 12 $120 Planner III 12 $120 CADD Services Manager 14 $130 Planner III 13 $125 Planner IV 14 $135 Designer 10 $100 Sr.Planner 15 $155 Designer It 11 $110 Sr.Planner 16 $175 Designer III 12 $125 Sr.Planner 17 $190 Designer III 13 $135 Designer IV 14 $145 Jr Scientist/Bbegist 8/9 $80 Sr.Designer 15 $155 Sclenlist/8lologisl l 10 $85 1 Sr.Designer 16 $170 ScientisVBiolegist II 11 $110 Sr.Designer 17 $175 Scientist/Biologist 111 12 $115 Scientist/Biologist III 13 $120 Engineering Technician 1 8 $80 ScionlishBiologist IV 14 $135 Engineering Technician II 9 $90 Sr.ScienlistiBiologisl 15 $155 Engineer 1 10 $100 Sr.Sclenlist/Blologisl 16 $170 Engineer ll it $110 Sr.Scientist/Biologist 17 $180 Engineer 111 12 $125 1 Engineer 111 13 $135 Environmental Technician 1 8 $90 Engineer IV 14 $145 Environmental Technician 11 9 $D5 Sr.Engineer 15 $155 Environmental Technician III 10 $100 Sr.Engineer 18 $175 Sr.Engineer 17 $185 Hydrogeologlst 1 10 $95 Sr.Consultant 18 $205 Hydrogeologist It 11 $105 Sr.Consultant 19 $220 Hydrogeologist III 12/13 $115 Hydrogeolcgisl IV 14 $13D Jr.Surveyor B $70 Sr.Hydrogeologist 15 $150 ! Surveyor 1 9 $75 Sr.Hydrogeologist 16 $170 Surveyor II 10 $85 Sr.Hydrogeologist 17 $180 Surveyor 111 11 $105 Sr.Surveyor 12 $120 GIS Technician 9 $90 Sr.Surveyor 13 $145 GIS Analyst 10 $95 Survey Supervisor 14 $150 Sr.GIS Analyst 11 $100 Survey Prevailing Wage' Graphic Artist 9 $80 Construction Technician 1 8/9 $90 Sr.Graphic Artist 10 $110 Construction Technician It 10 $100 Construction Technician 111 11 $120 Technical Aide 7 $70 Construction Technician IV 12 $130 Sr.Technical Aide 8 $80 Sr.Construction Technician 13 $140 Project Coordinator 9 $95 Construction Manager 1 11 $110 Sr.Project Coordinator 10 $100 Construction Manager II 12 $130 Project Controls Specialist 11 $110 Construction Manager 111 13 $135 Project Coordination Supervisor 11 $11D Construction Manager IV 14 $145 Sr.Constructinn Manager 15 $150 Projecl Accountant 718 $85 Sr.Construction Manager 16 $165 Project Accountant 9110 $90 Sr.Construction Manager 17 $180 Sr.Project Accountant 10 $100 Site Construction Manager 18 $185 Sr.Accounting Specialist 10 $100 Sr.Contract Administrator 11 $120 Operations Manager 16 $155 Operations Manager 17 $175 Office Clerk 4 $55 Operations Manager 18 $185 Receptionist 6 $65 Division Manager 17 $195 Admin Assistant 6 $65 Division Manager 18/19 $210 Admin Assistant 7 $70 Program Manager 19 $220 Sr Admin Assistant 8 $75 Program Manager 20 $250 Sr Admin Assistant 9 $90 Principal Consultant 19 $230 Office Administrator 10 $95 Principal Consultant 20 $250 Sr.Office Administrator 11 $110 Principal 19/20 $220 Office Administrative Manager 12-14 $130 Word Processor 7 $70 Expert Witness $350 Sr.Word Processor 8 $75 Word Processing Specialist 9 $95 Technical Editor 10 $105 Word Proc Supervisor 10 $105 Word Proc Mgr/Editor 11 $110 Production Manager 11/12 $130 _ Direct project expenses and reproduction costs are billed at cost plus 15% Public hearing testimony services are billed at hourly tales plus 30% Prevailing Wage Rates apply to construction surveying on all Public Works Projects, September2l,2012 Al Calego"ilingRales092012.x1s Organization and Address Parametrix, ISu pp lemental Agreement # 2 1019 39th Avenue SE, Suite 100 Puyallup, WA 98374 Agreement Number Phone AG-C-411 253-604-6600 Project Number Federal Aid Number N/A N/A Project Title New Maximum Amount Payable On-Call Services - Roadway and Traffic Signal Design $115,000.00 Description of Work Roadway and Traffic Signal Design The Local Agency of the City of Auburn desires to supplement the agreement entered into with Parametrix, Inc. and executed on 31st day of January, 2012 and identified as Agreement No. AG-C-411. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: No Change. I I Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: December 31, 2014 III Section V, PAYMENT, shall be amended as follows: Revised hourly billing rates shall be as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as - ated above, p :- - - ign e appropriate spaces below and return to this office for final action. �� By: John N. lic, Sr. Consultant By: '-te Ma• DEC 16 2013 Co sultant Signature Approving Authority Signature December 10, 2013 Date Date ✓ ;,, Parametrix Category Billing Rates -October 1, 2013 through September 30, 2014 Classification Grade Rate for Classification Grade Rate for Billing Billing CADD Operator I 8 $80 Jr.Planner 8/9 $75 CADD Operator II 9/10 $90 Planner I 10 $90 CADD Operator III 11 $110 Planner II 11 $106 CADD Supervisor/Technical Lead 12 $125 Planner III 12 $120 CADD Services Manager 14 $135 Planner III 13 $126 Planner IV 14 $140 DesignerI 10 $100 Sr.Planner 15 $156 Designer II 11 $110 Sr.Planner 16 $176 Designer lii 12 $125 Sr.Planner 17 $195 Designer III 13 $140 Designer IV 14 $145 Jr.Scientist/Biologist 8/9 $80 Sr.Designer 15 $160 Scientist/Biologist I 10 $85 Sr.Designer 16 $170 Scientist/Biologist II 11 $110 Sr.Designer 17 $180 Scientist/Biologist III 12 $116 Scientist/Biologist III 13 $125 Engineering Technician I 8 $80 Scientist/Biologist IV 14 $135 Engineering Technician II 9 $90 Sr.Scientist/Biologist 15 $160 Engineer I 10 $100 Sr.Scientist/Biologist 16 $170 Engineer II 11 $110 Sr.Scientist/Biologist 17 $180 Engineer III 12 $125 Engineer III 13 $136 Environmental Technician I 8 $90 Engineer IV 14 $145 Environmental Technician II 9 $95 Sr.Engineer 15 $160 Environmental Technician III 10 $100 Sr.Engineer 16 $175 Sr.Engineer 17 $190 Hydrogeologist I 10 $100 Sr.Consultant 18 $215 Hydrogeologist II 11 $105 Sr.Consultant 19 $226 Hydrogeologist III 12/13 $115 Hydrogeologist IV 14 $130 Jr.Surveyor 8 $70 Sr.Hydrogeologist 15 $150 Surveyor I 9 $85 Sr.Hydrogeologist 16 $175 Surveyor II 10 $90 Sr.Hydrogeologist 17 $180 Surveyor III 11 $110 Sr.Surveyor 12 $125 GIS Technician 9 $90 Sr.Surveyor 13/14 $150 GIS Analyst 10 $95 Survey Supervisor 15 $160 Sr.GIS Analyst 11 $100 Sr.Surveyor for Operations 17 $175 Survey Prevailing Wage' Graphic Designer 11 $90 Sr.Graphic Designer 12 $110 Construction Technician I 8/9 $90 Construction Technician II 10 $105 Technical Aide 7 $70 Construction Technician III 11 $120 Sr.Technical Aide 8 $80 Construction Technician IV 12 $130 Project Coordinator 9 $95 Sr.Construction Technician 13 $140 Sr.Project Coordinator 10 $100 Construction Manager I 11 $110 Project Controls Specialist 11 $110 Construction Manager II 12 $130 Sr.Project Controls Specialist 12 $120 Construction Manager Ill 13 $140 Construction Manager IV 14 $145 Project Accountant 9 $95 Sr.Construction Manager 15 $155 Sr.Project Accountant 10 $105 Sr.Construction Manager 16 $165 Sr.Accounting Specialist 10 $100 Sr.Construction Manager 17/18 $195 Sr.Contract Administrator 11 $125 Division Manager 16/17 $195 Office Clerk 4 $55 Division Manager 18/19 $210 Receptionist 6 $65 Operations Manager 17/18 $200 Admin Assistant 6 $65 Program Manager 19 $220 Admin Assistant 7 $70 Program Manager 20 $250 Sr Admin Assistant 8 $80 Principal Consultant 19 $230 Sr Admin Assistant 9 $90 Principal Consultant 20 $250 Office Administrator 10/11 $100 Principal 19/20 $225 Sr.Office Administrator 12/13 $125 Office Administrative Manager 14/15 $145 Publications Specialist I 9 $85 Publications Specialist II 10 $95 Expert Witness $350 Sr.Publications Specialist 11 $105 Technical Editor 10 $110 Publications Supervisor 12 $115 Direct project expenses and reproduction costs are billed at cost plus 15% Public hearing testimony services are billed at hourly rates plus 30% Prevailing Wage Rates apply to construction surveying on all Washington Public Works Projects. September 16,2013 201 3-09A1 CategoryBilii gRates.xls The Local Agency of the desires to supplement the agreement entered into with Parametrix Inc. and executed on 31'` day of January. 2012 and identified as Agreement No. AG -C -411. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: December 31, 2015 Section V, PAYMENT, shall be amended as follows: If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: e 5r-. C t By: r Consultaff5t Signature Date Nancy Backus, Mayor Appr in uthority Signature Date Organization and Address Supplemental A reement # 3 pp 9 Parametrix, Inc. 1019 39`" Avenue SE, Suite 100 Puyallup, WA 98374 Agreement Number Phone AG -C -411 253- 604 -6600 Project Number Federal Aid Number N/A N/A Project Title New Maximum Amount Payable On -Call Services - Roadway and Traffic Signal Design $115,000.00 Description of Work Roadway and Traffic Signal Design The Local Agency of the desires to supplement the agreement entered into with Parametrix Inc. and executed on 31'` day of January. 2012 and identified as Agreement No. AG -C -411. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: December 31, 2015 Section V, PAYMENT, shall be amended as follows: If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: e 5r-. C t By: r Consultaff5t Signature Date Nancy Backus, Mayor Appr in uthority Signature Date Exhibit E -2 Consultant Fee Determination - Summary Sheet (Specific Rates of Pay) - Fee Schedule January 1, 2015, through December 31, 2015 Discipline or Job Title Average Hourly Rate Overhead 194.70 Profit Rate 30% Rate Per Hour Discipline or Job Title Average Hourly Rate Overhead X184.70 Profit Rate @JO% Rate Par Hour CADD Operator I $26.18 $50.97 $7.85 $85 00 Jr. Planner $23.10 $44.97 $6.93 $75.00 CADD Operator ll $2926 $56.96 $8.78 $9500 Planner ) $27 72 $53.97 $8.32 $90.00 CADD Operator 111 $33.88 $65.96 $10.16 $11000 Planner ll $32.34 WZ% $970 $105.00 CADD Tech Lead $38 50 $74.95 $11.55 $125.00 Planner III (Grade 12) $36.96 $71.96 $11.09 $120.00 CADD Supervisor $38.50 $7495 $11.55 $12500 Planner III (Grade 13) $38.50 $74.95 $11.55 $125.W CADD Services Manager $41.58 $80.95 $12.47 $135,00 Planner IV $43.12 $83.95 $12.94 $140.00 Designer 1 $30.80 $59.96 $924 1 $100.00 Sr. Planner (Gratle 15) $47.74 $92.94 $14.32 $15500 Designer ll $3542 $68.96 $10.63 $115.00 Sr. Planner (Grade 16) $5544 $107.93 $16.63 $180.00 Designer III (Grade 12) $38.50 $74.95 $11.55 $125.00 Sr. Planner (Grade 17) $60.06 $116.93 $18.02 $195.00 Designer III (Grade 13) $43.12 $83.95 $1294 $140.00 Jr. ScianlistlBiologisl $2454 547.97 $7.39 $80.00 Designer IV $44.66 $86.95 $13.40 $145.00 SciamisVBlal ll $29.26 $56.96 $876 $9500 Sr. Designer (Grade 15) $49.28 $9594 $1478 $16000 SclentisuBiologist ll $3386 $65.96 $10.16 $11000 Sr. Designer (Grade 16) $52.36 $101.94 $15.71 $170.00 ScuentisUBioloust III (Grade 12) 536.96 $71.96 $11.09 $120.00 Sr. Designer(Grade 17) $5544 $10793 $1663 $180.00 Sclentis,giclognt III (Grade 13) $4004 $77.95 $1201 $130.00 Engineering Technician l $2454 $47.97 $7.30 $8000 156cruisuBiclogIst IV $43.12 $83.95 $12.94 $14000 Engineering Technician II $27.721 $53.97 $8.32 1 $90 W Sr. Soentisueiologist (Grade 15) $4918 $9594 $1476 $1611 Engineer) $3080 $59% $9.24 $100.00 Sr. ScintisuBiokgist(Grade 16) $53.90 $104.94 $16.17 $175.00 Engineer ll $33.88 $65.96 $10.16 $11000 Sr SoemisuBiologist(Grade 17) $56.98 $11093 $1709 $18500 Engineer III (Grade 12) $38.50 $7495 $1155 $125.00 Environmental Technician 1 $27]2 $53.97 $8.32 $90.00 Engineer III (Grade 13) $41.58 $80.95 $1247 $135.00 Environmental Ternnician It $29.26 $56.96 $8.78 $9500 Engineer IV (Grade 14) $4620 $8994 $13.85 $150.00 Environmental Technician 111 $30.80 $59.96 $9.24 $100.00 Sr. Ergineer(Grade 15) $49.28 $9594 $1478 $160.00 Hydrogeologist l $30.80 $59.96 $924 $100.00 Sr. Engineer (Grade 16) $5544 $10.93 $16.63 $180.00 Hydrogeologist ll $32.34 $52.96 $970 $105.00 Sr. Engineer (Grade 17) $60,06 $116.93 $18.02 $195.00 Hydrogeotogot III $38.50 $74.95 $11.55 $12500 Sr. Consultant (Grade 18) $66.21 $12892 $19.86 1 $215.W Hydrogaologist IV $43.12 $83.95 512.94 $14000 Sr. Consultant (Grade 19) $59.29 $134.92 $20.79 $22500 Sr Hydrogeologist (Grade 15) $49.28 $95 94 $14.78 $160.00 Jr. Surveyor $26.18 $5097 $7.65 $85.00 Sr Hydrogeologist(Grade 16) $53.90 $104.94 $16.17 $17500 Surveyor 1 $29.26 $56.96 $8.78 $95.00 Sr. Hydrogeologist (Grade 17) $56.98 $110.93 $17.09 $185.00 Surveyor ll $30.80 559.96 $9.24 $100.00 GIS Technican $29.26 $56.96 $8.78 $9500 Surveyor 111 $3542 $68.96 $10.63 $115.00 CIS Analyst $3080 $5996 $9.24 $100.00 Sr. Survey., (Grad. 12) $38.50 $7495 $1155 $12500 S[GIS Analyst $33.88 $65.96 $10.16 $110.00 Sr. Surveyor (Grades 13114) $afi.20 $89.94 $13.86 $150.00 Graphic Designer $33.68 $65.9fi $10.16 $110.W Survey Supervisor $49.28 $9594 $14.78 $160.00 Sr. Graphic Designer $38.50 $74.95 $11.55 $12500 Sr. Surveyor for Operations $56.98 $110.93 $17.09 1 $185.00 Technical Aide $23.10 54497 $6.93 $75.00 Construction Technician I S27,721 $53.97 $8.32 $90.00 Sr. Technical Aide $26.18 550.97 $7.85 $85.00 ConsWction Technician ll $32.34 %296 $970 $10500 Project Coordinator $29.26 $56.96 $878 $9500 Construction Technician 111 $36.96 $71.96 $11.09 $120.00 Sr. Protect Coordinator $30.80 $5996 $9.24 $100.00 Construction Tochnician IV $40.04 $77.95 $12.01 $13000 Piqua Controls Specialist $3338 $65.96 $10.16 $11000 Sr Constructed Technician $43.12 $83.95 $12.94 $140.00 Sr. Project Controls Specialist $3850 $7495 $11.55 $125.00 Construction Manager l $3542 $5896 $10.53 $115.00 Project Accountant $2926 $56.96 $678 $9500 Construction Manager II $4004 $7795 $12.01 $130.00 Sr. Project Accountant $35.42 568.96 $10.63 $115.00 Construction Manager 111 543,12 $83.95 $12.94 $14000 Sr. Accounting Specialist $30.80 $59.96 $9.24 $100.00 Construction Manager IV $46.20 $8994 $13.86 $150.00 Sr. Contract Administrator $3850 $74.95 $11.55 $12500 Sr. Construction Manager (Grade 15) $47,741 $92.94 $14,32 $15500 Office Clerk $16.94 $32.98 $5.08 $55.00 Sr. Construction Manager (Grade 16) $50.82 $9894 $1524 $165.00 Receptionist $20.02 538.98 $6.01 $65.00 St. Consuraion Mgt(Grades 17118) $60.06 $116.93 $18.02 $19500 Admin Assistant (Grade 6) $2002 $38.98 $6.01 $65.00 Division Manager (Grades 16117) $60.06 $116.93 $18.02 519500 Adman Assistant (Grade 7) $23.10 $44.97 - $693 $75W Division Manage,(Grades t &19) $64.68 $125.92 $19.40 $210.00 Sr. Morin Assismat(Grad. 1119) $26.18 $50.97 $7.85 $85.00 Operations Manager $61.60 $119.93 $1848 $200.00 Office Administrator $32.34 $62.96 $9.70 $105.00 Program Manager (Grade 19120) $72.37 $140.91 $21.71 $235.00 Sr. Office Administrator $4004 $77.95 $1201 $13000 Principal Consultant (Grade 19) $70.83 $13791 $21.25 1 $23000 Office Administrative Manager $46.20 $8994 $1386 $150.00 Principal Consultant (Grade 20) $7699 $149.91 $23.10 $250.00 Director of Risk Management $76.99 $14991 $23.10 $250.00 Prindpal $72.37 $140.91 $2171 $235.00 Expert Witness $107]9 $209.87 $3234 5350.01 Publications Specialist l $29.26 $56.96 $8.78 $95 00 Publlinations Specialist 11 $30.80 $59.96 $9.24 $100.00 Sr. Publications Specialist $33.88 $65% $10.16 $11000 dm Teical Editor $3542 568% $10.63 $115.00 Publications Supervisor 1 $3850 $74.95 $11.55 $125.00 City of Auburn 214 - 1931 -022 CITY OF * + A\.! `l J Y� Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001 -4998 * www.auburnwa.gov * 253- 931 -3000 December 19. 2014 Chuck Schott Parametrix, Inc. 1019 39" Avenue SE, Suite 100 Puyallup, WA 98374 RE: Supplemental Agreement No. 3 to Agreement for Professional Services, AG -C -411 On -Call Services — Roadway and Traffic Signal Design Dear Mr. Schott: Enclosed please find an executed original of the above - referenced Supplemental Agreement No. 3. This Supplement is for a time extensions only and extend the terms of the agreement to December 31, 2015. For the City's tracking and record keeping purposes, please reference AG -C -411 on all correspondence and related material. 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 at 253 - 804 -5059. Sincerely, Kim Truong Project Engineer Community Development and Public Works Department KT /ad /mm Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG -C -41 1 AUBURN* MORE 11 -IAN YOU IMAGINED The Local Agency of the City of Auburn desires to supplement the agreement entered into with Parametrix, Inc. and executed on 31st day of January. 2012 and identified as Agreement No. AG -C -411. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: No Change. Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: December 31, 2016 Section V, PAYMENT, shall be amended as follows: If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Atkfivj F( e Sr. Consu fi By: Nancy Backus, Mayor Con Itant Signature Approvi uthority Signature 3 -15 12 Ib 15 Date Date Organization and Address SuSupplemental A reement # 4 PP 9 Parametrix, Inc. 1019 39'" Avenue SE, Suite 100 Puyallup, WA 98374 Agreement Number Phone AG -C -411 253 - 604 -6600 Project Number Federal Aid Number N/A N/A Project Title New Maximum Amount Payable On -Call Services - Roadway and Traffic Signal Design $115,000.00 Description of Work Roadway and Traffic Signal Design The Local Agency of the City of Auburn desires to supplement the agreement entered into with Parametrix, Inc. and executed on 31st day of January. 2012 and identified as Agreement No. AG -C -411. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: No Change. Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: December 31, 2016 Section V, PAYMENT, shall be amended as follows: If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: Atkfivj F( e Sr. Consu fi By: Nancy Backus, Mayor Con Itant Signature Approvi uthority Signature 3 -15 12 Ib 15 Date Date