Loading...
HomeMy WebLinkAbout13-016-TRN-001 Contract Consultant/Address/Telephone Local Agency Herrigstad Engineering& Surveying Standard Consultant 4320 Whistle Lake Road Agreement Anacortes,WA 98221 (360)299-8804 ▪Architectural/Engineering Agreement ® Personal Services Agreement Agreement Number 13-016-TRN-001 Project Title And Work Description Federal Aid Number Design and Specifications for the Guemes Channel 91-6001227 Trail-Prepare design and specifications for Agreement Type(Choose one) additional 3,260 feet of the Guemes Channel Trail. Trail consisting of 12-foot wide paved surface ❑ Lump Sum within abandoned railroad along the shoreline. Lump Sum Amount $ Consultant to provide final Contract Bid Documents ❑ Cost Plus Fixed Fee Overhead Progress Payment Rate Overhead Cost Method DBE Participation ❑Actual Cost ❑Yes ® No Federal ID Number or Social Security Number ❑Actual Cost Not To Exceed % 91-1875772 ❑ Fixed Overhead Rate % Do you require a 1099 for IRS? Completion Date Fixed Fee $ ❑Yes ElNo June 30, 2014 ❑ Specific Rates Of Pay Total Amount Authorized $ 123,688.20 ® Negotiated Hourly Rate Management Reserve Fund $ ❑ Provisional Hourly Rate ❑ Cost Per Unit of Work Maximum Amount Payable$ 123,688.20 Index of Exhibits (Check all that apply): ® Exhibit A-1 Scope of Work ® Exhibit G-2 Fee-Sub Specific Rates ❑ Exhibit A-2 Task Order Agreement ® Exhibit G-3 Sub Overhead Cost ❑ Exhibit B-1 DBE Utilization Certification ® Exhibit H Title VI Assurances ® Exhibit C Electronic Exchange of Data ® Exhibit I Payment Upon Termination of Agreement ❑ Exhibit D-1 Payment-Lump Sum ® Exhibit J Alleged Consultant Design Error Procedures ❑ Exhibit D-2 Payment-Cost Plus ® Exhibit K Consultant Claim Procedures ® Exhibit D-3 Payment-Hourly Rate ❑ Exhibit L Liability Insurance Increase ❑ Exhibit D-4 Payment-Provisional ® Exhibit M-la Consultant Certification ❑ Exhibit E-1 Fee-Lump/Fixed/Unit ® Exhibit M-lb Agency Official Certification ® Exhibit E-2 Fee-Specific Rates ® Exhibit M-2 Certification-Primary ® Exhibit F Overhead Cost ® Exhibit M-3 Lobbying Certification ® Exhibit G Subcontracted Work ❑ Exhibit M-4 Pricing Data Certification ® Exhibit G-1 Subconsultant Fee ® App.31.910 Supplemental Signature Page THIS AGREEMENT,made and entered into this 1 °, day of yuck— , 20 3 , between the Local Agency of City of Anacortes , Washington hereinafter called the"AGENCY", and the above organization hereinafter called the"CONSULTANT". DOT Form 140-089 EF Page 1 of 8 Revised 3/2008 WITNESSETH THAT: WHEREAS,the AGENCY desires to accomplish the above referenced project, and WHEREAS,the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS,the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to professional registration,if applicable,and has signified a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE,in consideration of the terms,conditions,covenants and performance contained herein,or attached and incorporated and made a part hereof,the parties hereto agree as follows: 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. Ill General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies,groups,or individuals shall receive advance approval by the AGENCY.Necessary contacts and meetings with agencies,groups,and/or individuals shall be coordinated through the AGENCY.The CONSULTANT shall attend coordination,progress and presentation meetings with the AGENCY and/or such Federal, State,Community,City or County officials,groups or individuals as may be requested by the AGENCY.The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation.The minimum required hours or days notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit"A." The CONSULTANT shall prepare a monthly progress report,in a form approved by the AGENCY,which will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. The CONSULTANT,and each SUBCONSULTANT,shall not discriminate on the basis of race,color,national origin,or sex in the performance of this contract.The CONSULTANT,and each SUBCONSULTANT,shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts.Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises(DBE),if required,per 49 CFR Part 26,or participation of Minority Business Enterprises(MBE),and Women Business Enterprises(WBE),shall be shown on the heading of this AGREEMENT.If D/M/WBE firms are utilized,the amounts authorized to each firm and their certification number will be shown on Exhibit"B"attached hereto and by this reference made a part of this AGREEMENT:If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function(CUF)regulation outlined in the AGENCY'S"DBE Program Participation Plan".The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. All Reports,PS&E materials,and other data furnished to the CONSULTANT by the AGENCY shall be returned.All electronic files,prepared by the CONSULTANT,must meet the requirements as outlined in Exhibit"C." All designs,drawings, specifications,documents,and other work products,including all electronic files,prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT, and are the property of the AGENCY.Reuse by the AGENCY or by others,acting through or on behalf of the AGENCY of any such instruments of service,not occurring as a part of this PROJECT,shall be without liability or legal exposure to the CONSULTANT. Page 2 of 8 IV Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT,but may be extended by the AGENCY in the event of a delay attributable to the AGENCY,or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT.A prior supplemental agreement issued by the AGENCY is required to extend the established completion time. V Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit"D"attached hereto,and by reference made part of this AGREEMENT.Such payment shall be full compensation for work performed or services rendered and for all labor,materials, supplies, equipment,and incidentals necessary to complete the work.The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A post audit may be performed on this AGREEMENT.The need for a post audit will be determined by the State Auditor,WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager. VI Sub-Contracting The AGENCY permits sub-contracts for those items of work as shown in Exhibit"G"attached hereto and by this reference made part of this AGREEMENT. Compensation for this sub-consultant work shall be based on the cost factors shown on Exhibit"G." The work of the sub-consultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor,overhead,direct non-salary costs and fixed fee costs for the sub-consultant shall be substantiated in the same manner as outlined in Section V.All sub-contracts shall contain all applicable provisions of this AGREEMENT. With respect to sub-consultant payment,the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT shall not sub-contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY.No permission for sub-contracting shall create,between the AGENCY and sub- contractor,any contract or any other relationship.A DBE certified sub-consultant is required to perform a minimum amount of their sub-contracted agreement that is established by the WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have not employed or retained any company or person,other than a bona fide employee working solely for the CONSULTANT,to solicit or secure this contract,and that it has not paid or agreed to pay any company or person,other than a bona fide employee working solely for the CONSULTANT,any fee, commission,percentage,brokerage fee,gift,or any other consideration,contingent upon or resulting from the award or making of this contract.For breach or violation of this warrant,the AGENCY shall have the right to annul this AGREEMENT without liability or, in its 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 Page 3 of 8 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 fmal payment shall be made to the CONSULTANT as shown in Exhibit"I" for the type of AGREEMENT used. No payment shall be made for any work completed after ten(10)days following receipt by the CONSULTANT of the Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth herein above,then no 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. Page 4 of 8 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 tennination,whether that work is in a form or a type which is usable to the AGENCY at the time of termination,the cost to the AGENCY of employing another firm to complete the work required and the time which may be required to do so,and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount,which would have been made using the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence,the termination shall be deemed to be a termination for the convenience of the AGENCY.In such an event,the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. In the event of the death of any member,partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT,or dissolution of the pai tnership,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 XIV. XI Disputes Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer,whose decision in the matter shall be final and binding on the parties of this AGREEMENT;provided, however,that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision,that decision shall be subject to de novo judicial review.If the parties to this AGREEMENT mutually agree,disputes concerning alleged design errors will be conducted under the procedures found in Exhibit"J",and disputes concerning claims will be conducted under the procedures found in Exhibit"K". XII Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT,the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington,situated in the county in which the AGENCY is located.The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The 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. Page 5 of 8 XIII Legal Relations The CONSULTANT shall comply with all Federal, State,and local laws and ordinances applicable to the work to be done under this AGREEMENT.This contract shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless from and shall process and defend at its own expense all claims,demands,or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT;provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold harmless the AGENCY or the STATE from claims,demands or suits based solely upon the conduct of the AGENCY or the STATE,their agents,officers and employees;and provided further that if the claims or suits are caused by or result from the concurrent negligence of(a)the CONSULTANT'S agents or employees,and(b)the AGENCY or the STATE,their agents,officers and employees,this indemnity provision with respect to(1)claims or suits based upon such negligence(2)the costs to the AGENCY or the STATE of defending such claims and suits shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws,including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and, solely for the purpose of this indemnification and defense,the CONSULTANT specifically waives any immunity under the state industrial insurance law,Title 51 RCW. Unless otherwise specified in the AGREEMENT,the AGENCY shall be responsible for administration of construction contracts,if any,on the PROJECT. Subject to the processing of a new sole source,or an acceptable supplemental agreement,the CONSULTANT shall provide On-Call assistance to the AGENCY during contract administration.By providing such assistance,the CONSULTANT shall assume no responsibility for:proper construction techniques,job site safety,or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT,or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A.Worker's compensation and employer's liability insurance as required by the STATE. B.Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars($2,000,000)for bodily injury,including death and property damage.The per occurrence amount shall not exceed one million dollars($1,000,000). C.Vehicle liability insurance for any automobile used in an amount not less than a one million dollar($1,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT,the AGENCY will be named on all policies as an additional insured.The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT.The AGENCY reserves the right to require complete,certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington.The CONSULTANT shall submit a verification of insurance as outlined above within fourteen(14)days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty(30)days prior notice to the AGENCY. The CONSULTANT'S professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million($1,000,000)dollars,whichever is the greater,unless modified by Exhibit"L".In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. Page 6 of 8 The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. 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 fmal payment of the AGREEMENT. D.Failure to agree to any adjustment shall be a dispute under the Disputes clause.However,nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E.Notwithstanding the terms and conditions of paragraphs(A)and(B)above,the maximum amount payable for this AGREEMENT,shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV Endorsement of Plans If applicable,the CONSULTANT shall place their endorsement on all plans,estimates,or any other engineering data furnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII Certification of the Consultant and the Agency Attached hereto as Exhibit"M-1(a and b)"are the Certifications of the CONSULTANT and the AGENCY,Exhibit"M -2"Certification Regarding Debarment,Suspension and Other Responsibility Matters-Primary Covered Transactions, Exhibit"M-3"Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit"M-4" Certificate of Current Cost or Pricing Data.Exhibit"M-3"is required only in AGREEMENTS over$100,000 and Exhibit"M-4"is required only in AGREEMENTS over$500,000. XVIII Complete Agreement This document and referenced attachments contain all covenants,stipulations,and provisions agreed upon by the parties.No agent, or representative of either party has authority to make,and the parties shall not be bound by or be liable for,any statement,representation,promise or agreement not set forth herein.No changes,amendments,or modifications of the terns 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. Page 7 of 8 In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. By By Consultant Herrigstad Engineering& Surveying Agency City of Anacortes DOT Form 140-089 EF Revised 3/2008 Page 8 of 8 Exhibit A-1 Scope of Work Project No. 13-016-TRN-001 The Consultant shall design an approximate 1260-foot extension to the existing Guemes Channel Trail Services shall be provided on a time-and-materials basis not to exceed the Total Amount Authorized • railroad was operatic - Water(MLLW) datum Work shall include a •-otechnical evaluation, biological assessment, SEPA Checklist, Fnvironmental Classification Summary(FCS), Section M6 Area of Potential Impact(APR) letter, Shoreline Permit,research habitat Rr species data from NOA A, USFWS and WDFW, a d (C ONTTNT WD ON 2ND PAGE) Documents To Be Furnished By The Consultant FNVTRONMFNTAI DOCUMFNTS: SFPA Checklist, Biological Assessment, APR Letter, Section 106 0 lans typical trail sections, signing plan, storm drain plans and profiles, temporary erosion control f;FOTFCHNTCAI FNGTNFFRING RFPORT: Complete geologically hazardous areas site assessment tsunami ha ards Report shall include recommendations for repair and augmentation, conchs ions regarding potential impact on slope stability for the proposed trail, and discussions regarding use of geotechnical conclusions and recommendations for design of the trail and infrastructure DOT Form 140-089 EF ExhibitA-1 Revised 6/05 Exhibit A-1 Scope of Work Project No. 13-0 16-TRN-00 1 engineering --stimate, contract, specifications and plan sheets that meet all reclnirements set forth under WSDOT Local Agency Guidelines (LAG) Manual Design services shall include additional surveying of erosion and slide areas to determine volumes of suitability for hill cut slopes or retaining wall and identify significant tree removal. Brush clearing will be required to reach the top of the slopes Consultant shall coordinate with the City on shoreline Documents To Be Furnished By The Consultant REFER TO FIRST PAGE OF FXTNTRTT A-1 DOT Form 140-089 EF Exhibit A-1 Revised 6/05 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 B. Roadway Design Files C. Computer Aided Drafting Files D. Specify the Agency's Right to Review Product with the Consultant E. Specify the Electronic Deliverables to Be Provided to the Agency F. Specify What Agency Furnished Services and Information Is to Be Provided II. Any Other Electronic Files to Be Provided M. Methods to Electronically Exchange Data A.Agency Software Suite B.Electronic Messaging System C.File Transfers Format 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. 1. Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done,based upon the negotiated hourly rates shown in Exhibit"E"and"F"attached hereto and by this reference made part of this AGREEMENT. The rates listed shall be applicable for the first twelve(12)month period and shall be subject to negotiation for the following twelve(12)month period upon request of the CONSULTANT or the AGENCY.If negotiations are not conducted for the second or subsequent twelve(12)month periods within ninety(90)days after completion of the previous period,the rates listed in this AGREEMENT,or subsequent written authorization(s)from the AGENCY shall be utilized. The rates are inclusive of direct salaries,payroll additives,overhead, and fee.The CONSULTANT shall maintain support data to verify the hours billed on the AGREEMENT. 2. Direct Non-Salary Costs:Direct Non-Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT.These charges may include,but are not limited to,the following items: travel, printing, long distance telephone,supplies,computer charges and sub-consultant costs. a. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs(excluding air,train,and rental car costs)in accordance with the AGENCY'S Travel Rules and Procedures. However,air,train,and rental car costs shall be reimbursed in accordance with 48 CFR Part 31.205-46"Travel Costs." b. The billing for Direct Non-Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. c. The CONSULTANT shall maintain the original supporting documents in their office.Copies of the original supporting documents shall be supplied to the AGENCY upon request. d. All above charges must be necessary for the services provided under this AGREEMENT. 3. Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator with the flexibility to authorize additional funds to the AGREEMENT for allowable unforeseen costs,or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s)shall be in writing and shall not exceed the lesser of$100,000 or 10%of the Total Amount Authorized as shown in the heading of this AGREEMENT.The amount included for the Management Reserve Fund is shown in the heading of this AGREEMENT. This fund may not be replenished.Any changes requiring additional costs in excess of the Management Reserve Fund shall be made in accordance with Section XIV,"Extra Work." DOT Form 140-089 EF Exhibit D-3 Revised 3/09 Exhibit E-2 Consultant Fee Determination - Summary Sheet (Specific Rates of Pay) Fee Schedule Discipline or Job Title Hourly Overhead Profit Rate Rate @ .1904% @ .30005 % Per Hour Surveying 107.35 20.44 32.21 160.00 Engineering 73.80 14.05 22.14 110.00 Brush Clearing 40.26 7.67 12.08 60.01 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 DOT Form 140-089 EF Exhibit E-2 Revised 6/05 EXJIIBIT F OVERHEAD COSTS HERRIGSTAD ENGINEERING & SURVEY 4320 Whistle Lake Road, Anacortes Overhead Cost Basis 2012 Jan - Dec 2012 Direct Labor $ 138,345.67 Overhead Expenses: FICA Comparny $ 2,274.36 1.64% WA Unemployment $ 9.43 0.01% WA Labor& industries $ 41.80 0.03% Medicare $ 785.19 0.57% Total Fringe Benefits $ 3,110.78 2.25% General Overhead: WA B &O State $ 2,902.97 2.10% Business Liability $ 609.56 0.44% Business errors and ommisions $ 3,100.00 2.24% Office Supplies & printing $ 1,066.86. 0.77% Accounting $ 1,280.00 0.93% Telephone and Internet $ 1,395.41 1.01% Cell Phone $ 2,683.87 1.94% Professional Membership and conferer $ 587.00 0.42% Advertising $ 515.00 0.37% Deductible Dues 0.00% Field Supplies $ 839.41 0.61% Small Field Equipment Purchases $ 1,380.33 1.00% Clothing - Safety Wear $ 160.93 0.12% Automobile $ 3,844.00 2.78% Licenses and permits $ 606.87 0.44% Business Meals $ 194.27 0.14% Computer accessories $ 970.00 0.70% Software, Subscription, Licenses 0.00% Office Equipment 0.00% Postage and shipping $ 36.45 0.03% Utilities $ 1,054.00 0.76% Total General Overhead $ 23,226.93 16.79% Total Overhead (General + Fringe) $ 26,337.71 19.04% Overhear Rate (total Overhead / Direct Labor) 0.1904 Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: RFICHHARDT&FRF FNGTNFFRTNG Subcontractor will perform services on a time-and-materials basis not to exceed $94,752 67 in Scope of Work" DOT Form 140-089 EF Exhibit G Revised 6/05 EXHIBIT G-REICHHARDT.& EBE • GUEMES CHANNEL TRAIL PROJECT SCOPE OF WORK 1. PROJECT UNDERSTANDING Reichhardt&Ebe Engineering Inc., (SUBCONSULTANT)will provide professional services to the Herrigstad Engineering(CONSULTANT)to work with the City of Anacortes (CITY),in compiling federally funded Contract Bid Documents for this Project. The Project will construct a 3,000 waterfront bicycle and pedestrian trail along the old railroad bed next to the scenic Guemes Channel Trail. 2. ASSUMPTIONS This scope of work is based on the following assumptions: 1. The Project design will be completed solely by the CONSULTANT. 2. The CONSULTANT will provide the SUBCONSULTANT the current design in both electronic format(Civ 3D CADD and Word) and hard copy. 3. The SUBCONSULTANT is only responsible for preparing the Specifications and working with the CONSULTANT and the CITY in compiling the Plans and Estimate prepared by the CONSULTANT. 4. The CONSULTANT will coordinate and correspond with the CITY and other agencies having jurisdiction in the Project area. 5. If additional design work is required by the CONSULTANT to complete the design,the additional cost shall be negotiated between the CONSULTANT and the CITY. 6. The SUBCONSULTANT will work with the CONSULTANT and submit a 30%and 95 % level of completion for all deliverables. 7. The CITY will provide the CITY's standard construction contract agreement, bond forms, and any other CITY specific contract forms. These documents will be provided in Word format. 8. The SUBCONSULTANT will not be required to provide any tasks related to ROW acquisition or determination of ROW boundaries,or construction easements. 9. If additional design work is required by the CONSULTANT to address bidder questions and/or prepare addendums,the additional cost shall be negotiated between the CONSULTANT and the CITY. 10. The SUBCONSULTANT does not need to attend or prepare any documents for public meetings,public notifications,individual meetings with property owners,announcements, etc. The SUBCONSULTANT will provide relevant specifications,if requested by the CONSULTANT so they may be used by the CONSULTANT. C:\Temp\ANACORTES\Submitl\06_14 13_GuemesTmil_SOW_Submit2.doc 1 EXHIBIT G-REICHHARDT & EBE 11. The CONSULTANT will obtain all required permits,including environmental and building and provide permit copies to the SUBCONSULTANT so they can be included with the specifications,if required. 12. The CONSULTANT will obtain all required Local Agency submittals,certifications, and approvals. 13.The SUBCONSULTANT reserves the opportunity to shift budget between work tasks. The SUBCONSULTANT shall obtain CONSULTANT approval prior to shifting budget between work tasks. Work Item 1—Evaluate Existing Project Design Data The CONSULTANT will provide previously prepared geotechnical, survey,and plans and profiles,herein referenced as"Project Data". 1.01 Existing Data The SUBCONSULTANT will download previously prepared geotechnical, survey, and plans and profiles. 1.02 Data Review The SUBCONSULTANT will review/analyze/evaluate previously prepared geotechnical,survey, and plans and profiles to assure the specifications can be developed with the existing Project Data. 1.03 Summary of Findings The CONSULTANT will evaluate the provided Project Data. If the previously prepared Project Data is adequate,the SUB CONSULTANT will develop an approach to preparing the specifications using this information. Deliverables • Summary of Findings memo describing proposed approach to the construction plans and issues for discussion. • Meeting with the CONSULTANT to discuss and finalize the approach. Work Item 2-Project Administration 2.01 Progress Reports The SUBCONSULTANT and CONSULTANT will communicate frequently and informally,using email as the primary communication method. This will enable both the SUBCONSULTANT and the CONSULTANT to be kept informed, identify issues and problems, and efficiently coordinate SUBCONSULTANT/CONSULTANT activities such as field visits, meetings,3ra party tasks,etc. No formal progress reports are required. C:\Temp\ANACORTES\Submitl\06_14_13_GuemesTrail_SOW Submit2.doc 2 EXHIBIT G-REICHHARDT & EBE 2.02 Invoices The SUBCONSULTANT will submit invoices monthly, detailing tasks,hours, and reimbursables. 2.03 Team Coordination The SUBCONSULTANT will coordinate and meet with CONSULTANT staff, project staff,including designers and CADD personnel on an as needed basis. 2.04 Schedule Contract Bid Documents will be complete by no later than August 15,2013. Deliverables • Email communication. • Monthly invoices • Project Schedule Updates • Meeting agenda and minutes. Work Item 3—Quality Control(QC) • This Task includes the effort related to providing quality control on an as needed basis for the work activities in this Scope of Work. Specific activities of this Task include the following: 3.01 Peer Reviews This Task will include detailed review of work products by staff with technical expertise in the specific work area. 3.02 . Senior Reviews This Task will include review by senior staff to ensure that the Project is technically correct,constructed in accordance with the contract plans and specifications,and meets the requirements of the Scope of Work. Deliverables • If needed,complete QC check list for Project file. Work Items 4—.Plans and Specifications,and Estimate(PS&E) All PS&E work shall be completed in accordance with the latest edition and amendments (as of the date this Agreement is signed)to the following documents: WSDOT Publications: 1. Standard Specifications for Road,Bridge, and Municipal Construction, (2012) 2. Standard Plans for Road,Bridge, and Municipal Construction 3. Local Agency Guidelines 4. Construction Manual CATemp\ANACORTES\Sarnia 06_14_13_GuemesTrad_SOW_Submit2.doc 3 EXHIBIT G-REICHHARDT & EBE 5. Traffic Manual 6. Amendments to the Standard Specifications and General Special Provisions AASHTO Publications: 1. A Policy on Geometric Design of Highways and Streets (2011) 2. American Association of State Highway Official policy applicable where said policy is not in conflict with the standards of WSDOT The specifications shall be in English units. PS&E The SUBCONSULTANT will work with the CONSULTANT in compiling the 30% and 95% Contract Bid Documents in accordance with CITY standards and the above listed publications. The plans will be prepared in ink or equivalent on 22-inch by 34-inch reproducible sheets. 30%plans will include the following: 1. Cover sheet and vicinity map* 2. Standard legend and symbols* 3. Storm drain plans and profiles* 4. Traffic control plans* 5. Project specifications 6. Temporary erosion control plans* 7. Project cost estimate After the CITY and WSDOT reviews the 30%PS&E,the SUBCONSULTANT will work with the CONSULTANT in compiling the 95% Contract Bid Documents in accordance with CITY standards and the above listed publications. The plans will be prepared in ink or equivalent on 24-inch by 36-inch reproducible sheets. 95%plans will include the following: 1. Cover sheet and vicinity map* 2: Standard legend and symbols* 3. Demolition plan* 4. Typical trail sections* 5. Signing plan 6. Storm drain plans and profiles (which will include trail plans and profiles) 7. Detail plans- 8. Temporary erosion control plans* 9. Traffic control plans* 10. Project specifications 11.Project cost estimate* C;\Temp\ANACORTES\Submit'\06_14_13_GuemesTta1_SOW_Submit2.doc 4 EXHIBIT G-REICHI-LARDT & EBE prepared by CONSULTANT After the CITY reviews the 95%PS&E,the SUBCONSULTANT will work with the • CONSULTANT in preparing the final list of bid items and quantities and construction cost estimate for one full-size original set of signed and reproducible construction contract documents. The engineer's estimate of the proposed project will include the estimated quantity and estimated unit price for each proposed work item. Deliverables • 3 half sized copies of 30%Plans,Specifications, and Estimate • 3 half sized copies of 95%Plans,Specifications, and Estimate • 3 half sized copies of final Plans,Specifications, and Estimate • 3 full sized copies of final Plans,Specifications, and Estimate Work Items 5—Assistance During Pre-Bid and Bidding Process Once the 100%PS&E Submittal to the CITY has been completed for the construction contract, the SUBCONSULTANT shall remain `on-call' until the contract has been awarded to the successful bidder. The types of assistance that the SUB CONSULTANT shall provide to-the CONSULTANT during the pre-bid and bid periods of the PROJECT shall include: 5.01 Responding to specification questions from Contractors. 5.02 Interpretation and clarification of the specifications. 5.03 Intentionally Left Blank 5.04 Attend Pre-Bid Meeting(Assume 1 meeting) 5.05 Evaluate Bids. The SUBCONSULTANT will assist in the evaluation compliance with the specifications,including applicable forms,DBE requirements, and subcontractor requirements. Deliverables • Log of questions from contractors and responses • Addendums • Pre-bid agenda and meeting minutes • Bid evaluation memo Work Items 6—Design Preparation Assistance If requested by the CONSULTANT,the SUBCONSULTANT shall provide assistance to the CONSULTANT on an"as requested"basis. Assistance may include,but not be limited to: CATemp\ANACORTES\Submit1\06_14_13_GuemrsTmil_SOW Submiadoc 5 EXHIBIT G-REICHHARDT & EBE . 1. Recommendations regarding Plans preparation 2. Recommendations regarding quantity calculation and quantity estimating 3. Recommendations regarding measurement and payment of work items A total of 40 hours has been allocated for this task. Work under this task will only occur when directed by the CONSULTANT. Prior to beginning any work under this task,the SUBCONSULTANT and the CONSULTANT shall agree on the number of hours that will be allocated for the assigned task. C:\Tcmp\ANACORTES\Submit1\06_14_13_GuemesTmil_SOW_Submit2.doc 6 EXHIBIT G-1 REICHHARDT&EBE ENGINEERING, INC. Project: GUEMES CHANNEL TRAIL PROJECT FEE DETERMINATION-SUMMARY SHEET Direct Salary Cost For Elements 1-6: Personnel Hours Hourly Rate Cost Engineer Level 7 116 $ 44.50 $ 5,162.00 Engineer Level 6 35 $ 40.00 $ 1,400.00 Engineer Level 5 20 $ 36.50 $ 730.00 Engineer Level 4 45 $ 32.25 $ 1,451.25 Tech Level 6 2 $ 32.00 $ 64.00 Tech Level 5 0 $ 26.50 $ - Tech Level 3 7 $ 22.00 $ 154.00 Clerical Level 3 16 $ 18.00 $ 288.00 Total Hours 241 TOTAL DSC $ 9,249.25 Overhead OH Rate X DSC of 129.59% X $ 9,249.25 $ 11,986.10 Fixed Fee FF Rate X DSC of 31.00% X $ 9,249.25 $ 2,867.27 Reimbursable Reproduction 4,000 @ $0.10 $ 400.00 Office Supplies $100.00 Shipping and Delivery $150.00 SUBTOTAL $ 650.00 GRAND TOTAL $ 24,752.62 C:\Tem p\ANACO RTES\FINAL\06_14_13_MH_Est_Subm it2.xls EXHIBIT G-1A Consultant Fee Determination GUEMES CHANNEL TRAIL PROJECT Man-Hour and Cost Estimate REICHHARDT&EBE ENGINEERING,INC. Date:July 10,2013 Design Services . Task Task Description Engr. Engr. Engr. Engr. Tech. Tech. Tech. Cler. No. Level VII Level VI Level V Level IV Level VI Level V Level III Level III 1.00 Evaluate Existing Project Design Data 1.01 Obtain/Download Geotech,Survey,Plans,Profiles 2 2 1.02 Review/Analyze/Eval Geotech,Survey,Plans,Profiles 4 2 2 1.03 Prepare a Summary Findings Sub-Total I 61 01 41 , 01 21 01 01 0 2.00 Project Management/Administration 2.01 Progress Reports 2 2 2.02 Invoices 1 2 2.03 Team Coordination 4 _ Sub-Total 1 71 Of 01 01 01 01 41 0 3.00 Quality Control 3.01 Peer Reviews 2 2 3.02 Senior Reviews 2 2 Sub-Total 4 0 4 0 0 0 0 0 4.00 Plans and Specifications,and Estimate(PS&E):' 30%PS&E 4.01 Standard legends and symbols 2 4.02 Storm mains I 2 4.03 Traffic control plans 2 4.04 Project specifications 15 4 4 4.05 Temp erosion control plans 2 4.06 Project cost estimate 2 2 95%PS&E 4.07 Standard legends and symbols 2 4.08 Demolition plan 2 2 4.09 Typical trail sections 2 1 4.10 Signing plan 2 4.11 Storm plan and profile 2 1 4.12 Detail plans 2 2 4.13 Temp erosion control plans 3 4.14 Traffic Control Plans 2 1 4.15 Quantity Take-offs 3 4 4 4.16 Cost Estimate 2 2 4.17 Bid Proposal Form 8 6 4.18 Specifications and Special Provisions 25 10 _ 8 8 4.19 Review Meeting and Comments 2 2 2 Sub-Total j 641 251 21 411 01 01 01 14 5.00 Assistance During Pre-Bid&Bid Process 5.01 Respond to Contractor Questions 4 2 5.02 Interpret&Clarify Bid Specifications 4 2 5.03 Prepare Contract Addendums 4 2 5.04 Attend Pre-Bid Meeting 2 5.05 Evaluate Bids 1 3 Sub-Total 1 151 01 01 41 01 01 31 2 6.00 Design Preparation Assistance 6.01 Respond to Consultant request 20 10 10 Sub-Total 1 20J 101 101 01 01 Oj 01 0 TOTAL HOURS 116 35 20 45 2 0 7 16 Hourly Rate $115.96 $104.24 $95.12 $84.04 $83.39 $69.06 $57.33 $46.91 SUB-TOTAL $13,451.66 $3,648.26 $1,902.31 $3,781.81 $166.78 $0.00 $401.31 $750.50 TOTAL $24,102.62 7.00 REIMBURSABLES Reproduction 4,000 Sheets @ $0.10 each $400.00 Office Supplies $100.00 Shipping and Delivery $150.00 TOTAL $650.00 GRAND TOTAL $24,752.62 C:Temp\ANACORTES\Submits\06_r4_13 MH_Est_Submit2.xls Exhibit G-2 Subconsultant Fee Determination - Summary Sheet (Specific Rates of Pay) Fee Schedule Subconsultant REICHHARDT &EBE ENGINEERING Hourly Overhead Profit• Rate Discipline or Job Title Rate @ 129.59 % @ 31.00 % Per Hour Engineer Level? 44.50 57.67 13.79 115.96 Engineer Level 6 40.00 51.84 12.40 104.24 Engineer Level5 36.50 47.30 11.32 95.12 Engineer Level 4 32.25 41.79 10.00 84.04 Tech Level 6 32.00 41.47 9.92 83.39 Tech Level 5 26.50 34.34 8.22 69.06 Tech Level 3 22.00 28.51 6.82 57.33 Clerical Level 3 18.00 23.33 5.58 46.91 DOT 140-089 EF Exhibit E-2 8/07 Exhibit G-3 Breakdown of Subconsultants Overhead Cost Reichhhardt& Ebe Engineering, Inc. DOT Overhead Rate Calculation 2012 • Reichhardt& January to Ebe Adjusted December,2012 Adjustments Balance Ref % Direct Labor Base 6001 •Job Labor Costs 819798.44 7375.87 815442.37 K -11731.94 N Fringe Benefits 6507 •Vac/Holiday/Personal Leave 86187.68 86187.68 10.57% Total 6510-Payroll Tax Expense 110498.82 110498.82 13.55% 6103 • L&I-Company 3929.99 3929.99 0.48% 6104• Medical R&E Group 192261.84 192261.84 . 23.58% 6509.1 •Simple IRA-Company Contribution 34005.20 34005.20 4.17% Total Fringe Benefits 426883.53 426883.53 52.35% 6002 •Job SubConsultant Costs 835420.22 -835420.22 0.00 A 0,00% 6003 • Reimbursable Job Costs 11171.7,46 -111717.46 0.00 A 0.00% 6004• N/B Job Labor Costs 7375,87 -7375.87 0.00 K 0.00% 6020 •Advertising/Marketing-N/A DOT 3696.75 -3696.75 0.00 B 0.00% 6025 •Advert-Allowed+EE Recruitment 474.04 474.04 0.06% 6040•Automobile Expenses%DOT 31939.98 -13328.68 18611.30 L 2.28% 6050 -Bank Fees 11.68 11.68 0.00% 6058 •Depreciation 25191.00 22271.00 47462.00 M 5,82% 6060.1 • Charitable Contributions 390.00 -390.00 0.00 E 0.00% 6060.2 • Donated Services 185.90 -185.90 0.00 E 0.00% 6071 . Deductible Dues,etc. 1641.90 1641,90 0.20% 6072 • Non-Deductible Dues, etc, 143.10 -143.10 0.00 I 0.00% 6081 • Field Supplies 164.31 164.31 0.02% 6082 • Small Field Equip Purchase 321.00 321.00 0.04% 6083 •Small Field Equip R&M 132.37 132.37 0.02% 6084• Clothing-Safety Wear 69.52 69.52 0.01% 6090 • Gifts 2390.86 -2390.86 0,00 I 0.00% 6101 •Automobile Insurance 9936,34 -4146.47 5789.87 L 0.71% 6102 • Business Liability Insurance 5823.00 28538.00 34361.00 0 4.21% 6105 • Property Insurance 2719,00 2719.00 0.33% 6106 • Bonds 50.00 50.00 0.01% 6250•Licenses and Permits 633.00 633.00 0.08% 6260 • Business Meals 2088.23 2088.23 0.26% 6300 • Office Expenses 411.00 411.00 0.05% 6301 -Cleaning/R&M/Rstrm Supplies 7965.13 7965.13 0.98% 6302.1 •Computer/Accesories under$350 91,44 91.44 0.01% Page 1 of 3 Reichhardt& January to Ebe Adjusted December,2012 Adjustments Balance Ref % 6302.2• Software,Subscription,Licenses 12399.87 12399.87 1.52% 6302.3 •Technician-R&M 7128.01 7128.01 0.87% 6303 • Lunch/Break Room Supplies 1350.74 1350.74 0.17% 6304.1 • Office Small Equip under$350 462,03 462.03 0.06% 6304.2 • Office Equipment R&M 5864,57 5864.57 0.72% 6304.3 •Toner, Ink 1287.73 1287.73 0.16% 6305• Office Events-N/A DOT 4139.38 -4139.38 0.00 F 0.00% 6306• Office Supplies 9873.83 9873.83 1.21% 6307 • Office Furniture under$350 70.00 70.00 0.01% 6308 • Postage&Shipping 2146.85 2146.85 0.26% 6309• Print&Copy-not billed to job 5.00 5.00 0.00% 6310•Rent 100800.00 -75874.03 24925.97 H 3.06% 6311 •Telephone-Cell Phone-Internet 25651.72 25651.72 3.15% 6312 • Utilities 9360.91 9360.91 1.15% 6350 •Office R&M(Building) 882.47 882.47 0.11% 6501 •Admin-General Office 171479,90 -46,82 171433.08 N 21.02% 6502• Bids&Proposals/SOQ 33891,73 33891.73 4.16% 6503 • Cont Edu 1636.00 1636.00 0.20% 6504• Marketing N/A DOT 5407.50 -5407.50 0.00 B 0.00% 6506•Auto Use Charge N/A DOT 7418.05 -7418.05 0.00 L 0.00% 6508 • Employee Bonus 121300.00 121300.00 14.88% 6508.1 • Severance Pay 1640.00 1640.00 0.20% 6560 • Parking 2225.00 2225.00 0.27% 6571 •Accounting 4395.25 -1742.25 2653.00 0 0.33% 6572 • Legal Fees 4793.50 4793.50 0.59% 6580• Public Relations Exp-N/A DOT 185.82 -185,82 0.00 B 0.00% 6650• Seminars/Cont Ed 375.00 375.00 0.05% 6700 •Subscriptions/Publications 2973,77 2973.77 0.36% 6801 • B&O-State of WA 55079.44 55079.44 6.75% 6802 • B&O-City of B'ham 338.55 338,55 0.04% 6805 • Personal Property Tax 1044.76 1044.76 0.13% 6806• Real Property Tax 5744.18 5744.18 0.70% 6808 • Use Tax-State of WA 277,89 277.89 0,03% Total General Overhead 1652612,55 -1022800.16 629812.39 77.24% Total Overhead Costs 2079496.08 -1022800.16 1056695.92 129.59% Page 2 of 3 Reichhardt&Ebe Adjustments A Direct costs on other projects unallowable in overhead per 48 CFR 31.202(a). B Public relations and advertising unallowable per 48 CFR 31.205-1. C Costs of memberships in civic and community organization unallowable per 48 CFR 31.205-1(f)(7). D Federal income tax preparation over$250 per 48 CFR 31.205(b)(1),48 CFR 31.201-6(d) and WSDOT policy. E Contributions unallowable per 48 CFR 31.205-81. F Entertainment unallowable per 48 CFR 31.205-14.Costs of alcoholic beverages unallowable per 48 CFR 31.205-51 G Interest unallowable per 48 CFR 31.205-20. H Common control rent adjustments per 48 CFR 31.205-36(b)(3). I Unallowable amounts removed per various FAR cites. J Bonuses limited to 15%of allowable overhead as limited by WSDOT policy(N/A in 2012). K Reclass labor non billable jobs as direct L Personal auto use charge unallowable per FAR 31.205-6(m)(2). IV) Adjust depreciation to book schedule N Overtime premium in the amount of$46.82 and$11,731.94 unallowable per 48 CFR 22.103-1, 22.103-4(g) &WSDOT 0/H Policy. O Insurance for 2012 prepaid in 2011. Page 3 of 3 Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: WIDENER&ASSOCIATES Shorelines permit, Riolog'cal Assessment(BA), Section 106 Report, Wetland Report, Environmental Classification Summary(RCS) form and the Joint Aquatic Resources Permit Applications (JARPA) the Agencies for approval Documentation will he developed in accordance with WSDOT Local Agency Guidelines (T,AG) Subcontractor assumes the Project will require formal consu tations if trees wetlands The following is a detailed list of the tasks to perform the work described above 1 Assist in developingTplans to access the�roject impacts 7 Research existing habitat and species data from National Oceanic & Atmospheric Administration (NOAA), US Fish & Wildlife Services (USFWS), and Washington Department of Fish & Wildlife (WDFW) '3 Prepare a draft Bielo•'cal Assessment, SEPA Checklist,RC , and Section 106 Area of Potential Tmpact (APE) Letter 5_ Res_ ___pond to comments form the County and WS__DOT in_ regards t the draft reports • provided by the County and WSDOT 7 Develop a wetland delineation that identifies all areas regulated by the T TS Army Corps of Engineers (USAC) These areas include wetland ditches and the Ordinary Nigh Water Mark�OHWM) 8 Prepare Farmland Assessment report documenting and sating the impacts to farmlands DOT Form 140-089 EF Exhibit G Revised 6/05 WIDENER &ASSOCIATES EXHIBIT G-1 SUBCONSULTANT FEE Environmental Cost Estimate Project Project Manager Biologist Hours Hours Project Coordination 8 8 SEPA Checklist Draft 4 24 Final 4 8 Biological Assessment Draft 12 40 Final 4 12 WSDOT Review 16 24 Section 106 Report APE Approval Draft Final Wetland/Jurisdication Delineation 8 24 2 12 Environmental Classification Summary(ECS) Draft 4 12 Revise Draft 2 4 Final 4 4 Wetland/Riparian Mitigation Plan Draft 16 40 Final 8 16 JARPA Draft 16 40 Final 8 16 116 284 Total hours Hours Rate Cost Summary Project Manager 116 $140.00 $16,240.00 Project Biologist 284 $86.80 $24,651.20 Expenses Travel Cultural Resources Report $3,500 Total Labor $40,891.20 TOTAL ESTIMATED COST $44,391.20 WIDENER &ASSOCIATES EXHIBIT G-2/G-3 RATES & OVERHEAD Widener Associates Transportation & Environmental Planning 10108 32"`'Avenue W.Ste D Everett. WA 98204-1302 Tel(425)348-3059 Fax(425)348-3124 June 24, 2013 Herrigstad Engineering 4320 Whistle Lake Road Anacortes, WA 98221 Subject: Hourly Rate Statement Dear Dale Herrigstad, Project Manager Please consider this letter to be a statement of rates for DGK Inc. DBA Widener&Associates (Widener). It covers consulting work for; City of Anacortes Public Works on issues related to environmental permitting and coordination for this project. "Guemes Channel Rails to Trails" Widener is a five-person firm with no calculated overhead rate. We charge a flat hourly fee for services that is all-inclusive of direct salary, overhead and fee. The hourly fees offered for this contract are the lowest fees we offer for preferred clients. I also confirm that all direct nonsalary costs will be invoiced without mark-up. 0 Project Manager-$140.00 0 Biologist- $86.80 We appreciate the opportunity to work with you on this project.If you have any questions or need additional information,please call at 425-503-3629. Sincerely, /F 7(di Ross L Widener Vice President WIDENER& ASSOCIATES Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: fTFOFNGTNFFR S Subcontractor sh - conclusions and recommendations to support Guemes Trail Phase 2 Service include• stability in the project vicinity Meet with City to determine project needs and appropriate scope develop ent the trail ali enment and slope above the trail • Ordinance (CA0), including assessment of erosion,)andslide, seismic and tsunami hazards 4 Provide recommendations for the repair and augmentation of the existing shoreline protection repair strategies 5 Provide conclusions regarding potential impact on slope stability for the proposed trail_ design parameters, and conceptual sketches as appropriate 7 Provide a geotechnical engineering report that provides a description of the geolog.c characteristics of the trail vicinity, conclusions regarding the stability of the slopes-and CAO evaluation, conclusions conclusions and recommendations_for design of the trail and infrastructure DOT Form 140-089 EF Exhibit G Revised 6/05 EXHIBIT G-1 • GeoEngineers Fee Determination Summary Sheet Project: City of Anacortes-Guemes Trail Extension Project(GEI File No. 0382-022-00) Client: Herrigstad Engineering/City of Anacortes DIRECT SALARY COST(DSC): Classification Hours X Ave. Rate Cost Principal 3.5 65.00 $227.50 Associate 0 58.66 $0.00 Senior Engr 1 20 38.27 $765.40 Engr 1 24 33.66 $807.84 Staff 2 Engr 12 31.25 $375.00 Staff 3 Sci 0 24.62 $0.00 CAD Design 4 30.68 $122.72 Admin 3 3 20.82 $62.46 Admin 2 2 18.33 $36.66 SUBTOTAL- DSC 68.5 $2,397.58 OVERHEAD (OH) COST(Including Salary Additives) OH Rate X DSC or 211.80% X $2,397.58 $5,078.07 FIXED FEE(FF): FF Rate X DSC or 30% X $2,397.58 $719.27 REIMBURSABLES: Mileage (270 Miles X 0.555/mile) $ 149.85 Reprographics $ 50.00 $ $ 199.85 GRAND TOTAL- ESTIMATED FEE $8,394.78 Prepared By: Date: Checked By: Date: File No. 0382-022-00 Herrigstad Engineering Geoengineers Fee Attachment 1 GeoEngineers Hourly Breakdown by Task - . Project: City of Anacortes -Guemes Trail Extension Project(GEI File No. 0382-022-00) Client: Herrigstad Engineering/City of Anacortes GeoEngineers Senior Staff 2 Staff 3 CAD MAJOR TASK DESCRIPTION Principal Associate Engr 1 Engr 1 Engr Sci Design Admin 3 Admin 2 "TOTAL Average Direct Salary Rate 65.00 58.66 3827 33.66 31.25 24.62 30.68 20.82 18.33 Geotechnical Services �Collect/Review Available Data/Meeting 1 5 1 7 t Field Explorations-Recon and Hand Explorations 1 20 5 21; Engineering Analysis 4 2 6 - ,..12` Report Preparation 2 8 2 6 4 2 24 0 Project Management 0.5 2 1 1 4 5 m O, =a M i0:k rt s. 1 Total 3.5 0 20 24 12 0 4 3 2 = 68 5 File No. 00382-022-00 July 16, 2013 GEOEN GIN EE.R'S GeoEngineers Exhibit G-3 • Wm" Washington State Transportation Building Department of ansportat on Tra Tra Maple Park Avenue S.E. P.O.Box 47300 Olympia,WA 98504-7300 Lynn Peterson 360-705-7000 Secretary of Transportation TTY:1-800-833-6388 www.wsdot.wa.gov April 1,2013 Carrie Rorem, CFO/Principal GeoEngineers, Inc. 8410 154th Avenue NE Redmond WA 98052-3800 . E RE: GeoEngineers,Inc. Indirect Cost Rate Schedules Fiscal Year End December 31,2011 Dear Ms.Rorem: We have completed a desk review of your Indirect Cost Rate schedule for the above referenced fiscal year. Our review included the documentation provided by GeoEngineers, Inc. The schedule was audited by the Clark Nuber,P.S. for compliance with Part.31 of the Federal Acquisition Regulations. Clark Nuber,P.S. accepted an Indirect Cost Rate for the year ended December 31,2011,at 223.47%(rate includes Facilities Cost of Capital) of direct labor. The reviewed data included,but was not limited to;the schedule of the indirect cost rate, a description of the company,basis of accounting and description of GeoEngineers,Inc. 11 accounting system and the basis of indirect costs. Based on the CPA report,we are issuing this letter establishing GeoEngineers,Inc. Indirect Cost Rate for the fiscal year ending December 31,2011, at 223.47% (rate includes Facilities Cost of Capital)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). • Also,when you provide next year's Indirect Cost Rate schedule to our office or to your CPA firm,please submit either your internally prepared Compensation Analysis, or the National Compensation Matrix C worksheet. - �x P � � Ms.Rorem -- " } Ape 1 2013 Page 2 � \ «you,or any repre ntatvso Ge£S/n J% Inc have any qua6o ,peas contact Martha Roach,Je n Sivert o, o Steve McKemey at(360))70 57 0. . } Sincerely, Martha S. Roach Agreement Compliance Audit Manag er MR:d Enclosure , \ cc: Steve McKeme,Director a Internal Audit Jeri av#So,Asia stant Director of Internal Audit } Larry Scho£d¢MS 47323 � < File ( • { { { . | ` )| L � \ . \ � { • GEOENGINEERS,INC. Statement of Direct Labor,Fringe Benefits and General Overhead For the Year Ended December 31,2011 1 General Ledger Balance for the Year Ended Unallowable FAR Total 3 Classification Decetnber 31,201! Adjustments Ref Proposed Total Direct Labor Base $ 11,230,248 $ 8,757 $ 11,239,005 100.00% Fringe Benefits 1 Payroll taxes 1,839,765 (163,564) A, 1,676,201 14.91% 2 Group insurance 2,641,117 2,641,117 23.50% 3 Worker's compensation 126,579 126,579 1.13% 4 Vacation,holiday and sick pay 2,389,916 2,389,916 21.26% 5 Profit sharing and 401(k)contributions 669,917 669,917 5.96% 6 Bonuses and severance pay 2,839,033 (917,518) BJS. 1,921,515 17.10% Total Fringe Benefits 10,506,327 (1,081,082) 9,425,245 83.86% General Overhead 7 Indirect labor 4,185,317 4,185,317 37.24% 8 Bid and proposal 893,512 893,512 7.95% - 9 Marketing labor 2,416,320 (364,297) CJD. 2,052,023 18.26% 10 Office rent and maintenance 2,654,449 (11,440)• E. 2,643,009 23.52% 11 Telecommunications 391,404 391,404 3.48% 12 Business taxes other than federal income tax 532,478 12,284 F. 544,762 4.85% `! 13 Stationery and supplies 251,531 251,531 2.24% 14 Administrative travel 591,011 (128,308) G. 462,703 4.12% 15 Professional dues,meetings and licenses 399,204 (91,210) R. 307,994 2.74% r 16 Depreciation 829,150 (6,600) H. 822,550 7.32% t 17 Equipment rental and maintenance 391,052 391,052 3.48% 18 Bad debt 187,864 (187,864) I. 0.00% 19 Professional consultants 498,604 (37,271) J. 461,333 4.10% 20 Business development/marketing and proposals 402,797 (307,511) C. 95,286 0.85% 21 Field and laboratory supplies 183,427 19,651 P. 203,078 1.81% 22 Insurance 890,056 (63,184) K. 826,872 7.36% 23 Computer maintenance and software 941,821 941,821 8.38% ' 24 Recruiting and relocation 303,735 (136,710) L. 167,025 1.49% 25 Amortization of goodwill _ 174,579 (174,579) M. 0.00% 26 Contributions 49,697 (49,697) N. 0.00% ' 27 Fines/penalties/unallowable 10,153 (10,153) O. 0.00% 3t 28 Computer technology offset (1,250,951) 1,250,951 P. 0.00% Total General Overhead 15,927,210 (285,938) 15,641,272 139.17% Total Fringe Benefits and General Overhead 26,433,537 (1,367,020) 25,066,517 223.03% 29 Facilities Cost of Money(FCCM) 49,651 Q. 49,651. 0.44% Total Overhead with FCCM $ 26,433,537 $ (1,317,369) $ 25,116,168 223.47% ..,,E Overhead Rate 235.38% -11.90% 223.47% $ i See accompanying notes. -2- ) , _1 GEOENGINEERS,INC. • Statement of Direct Labor,Fringe Benefits and General Overhead(Continued) For the Year Ended December 31,2011 References GeoEngineers, Inc.Adjustments GeoEngineers, Inc.Overhead Audited by Clark Nuber A. Fringe benefits associated with labor deemed unallowable per 48 CFR 31.201-6(e)(2). B. Unallowable bonuses per 48 CFR 31.205-6(f)in the amount of$908,761. C. Unallowable marketing activities per 48 CFR 31.205-1, 14,38 and 41 in the amount of$361,228. D. Acquisition and organization costs unallowable per 48 CFR 205-27(a)in the amount of$3,069. E. Sublease rental revenue per 48 CFR 31.201-5; Direct project costs unallowable per 48 CFR 31.202(a). F. Allowable state taxes per 48 CFR 31.205-41. G. Personal use portion of vehicle allowance per 48 CFR 31.205-6(m)(2)and vehicle costs unallowable per 48 CFR 31.201-2(d)in the amount of$175,256;Allowable mileage costs per 48 CFR 31.205-46 in the amount of$57,648; Entertainment unallowable per 48 CFR 31.205-14 in the amount of$1,356;Excess per diem unallowable per 48 CFR 31.205-46 in the amount of$2,643;Direct project costs unallowable per 48 CFR 31.202(a)in the amount of$898;Marketing costs unallowable per 48 CFR 31.205-1, 14, 38 and 41 in the amount of$5,803. H. Gain on sale of equipment allowable per 48 CFR 31.205-16(c). I. Bad debts unallowable per 48 CFR 31.205-3. J. Legal collection costs unallowable per 48 CFR 31.205-33 in the amount of$7,620;Acquisition and organization costs unallowable per 48 CFR 205-27(a)in the amount of$26,465;Direct project costs unallowable per 48 CFR 31.202(a)in the amount of$1,916;Excess per diem unallowable per 48 CFR 31.205-46 in the amount of$482; Unallowable marketing activities per 48 CFR 31.205-1, 14,38 and 41 in the amount of$660;Interest unallowable per 48 CFR 31.205-20 in the amount of$128. K. Unallowable key person life insurance per 48 CFR 31.205-19(e)(2)(v). L. Local meals unallowable per 48 CFR 31.205-14. M. Goodwill and intangible asset amortization unallowable per 48 CFR 31.205-11,205-49. N. Contributions unallowable per 48 CFR 31.205-8. O. Penalties unallowable per 48 CFR 31.205-15(a). P. Allowable computer technology and field equipment costs per 48 CFR 31.203(d). Q. Cost of money adjustment per 48 CFR 31.205-10(a). R. Dues to social clubs unallowable per 48 CFR 31.205-1(f)(7),31.205-14; Lobbying unallowable per 48 CFR 31.205-22;Tuition costs unallowable per 48 CFR 31.205-44 in the amount of$5,250;Marketing costs unallowable per 48 CFR 31.205-1, 14,38 and 41. S. Direct project costs unallowable per 48 CFR 31.205-14 in the amount of$8,757. See accompanying notes. -3- • • GEOENGINEERS,,INC. Notes to Financial Statement For the Year Ended December 31,2011 ) Note 1-Description of the Company GeoEngineers, Inc. (the Company) provides earth sciences and technology services throughout the world. The Company has offices in Washington, Oregon, Idaho, Utah, California, Missouri and Louisiana. The Company's corporate headquarters are located in Seattle, Washington and the cognizant agency with respect to reporting under the Federal Acquisition Regulation is the Washington State Department of Transportation. Note 2-Basis of Accounting The Company's Statement of Direct Labor, Fringe Benefits and General Overhead(the"overhead schedule")was prepared on the basis of accounting practices prescribed in Part 31 of the Federal Acquisition Regulation (FAR). Accordingly, the overhead schedule is not intended to present the results of operations of the Company in conformity with accounting principles generally accepted in the United States of America. Note 3- Use of Estimates t< The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the amounts reported in the financial statement and accompanying notes.Actual results could differ from those estimates. Note 4-Subsequent Events The Company has evaluated subsequent events through November 28, 2012, the date which the financial statements were available to be issued. Note S-Description of Accounting Policies The Company's overhead schedule was prepared on the accrual basis of accounting.The Company maintains an I�I integrated financial and project cost accounting system. Direct and indirect costs are segregated using distinct general ledger expense accounts. Direct costs are project specific costs and include direct labor and direct expenses.Indirect costs are the remaining costs. Direct costs are accumulated using the project cost accounting system. Project estimates are prepared in P accordance with the Company's accounting policies and practices. Each project contains specific phases and tasks with related project budgets which become the basis for project accounting. Note 6-Description of Overhead Rate Structure The overhead schedule represents a companywide rate applied across all offices and disciplines.The Company allocates overhead to projects using a single base, direct labor. In-house costs such as corporate vehicles,. telephone, computers, CADD and other software programs are included in the firm's overhead rate. The Company credits the indirect pool for project related mileage on corporate vehicles, in-house reproduction costs and field equipment recovery.Any unrecovered credits for field equipment costs are removed from the overhead pool. I GEOENGINEERS,INC. Notes to Financial Statement For the Year Ended December 31,2011 Note 7-Description of Labor Related Costs Labor is charged to projects based on the actual hourly cost to the Company. The hourly cost for salaried employees is calculated by dividing their annual salary by 2,080 hours.Vacation, sick leave and holiday costs are included as an indirect cost and are not charged to specific projects.As sick leave is not paid out to employees upon termination, it is not accrued for on an ongoing basis,rather it is expensed when used by employees. Hourly employees eligible for overtime, as defined by applicable state law, are compensated at one and one half times their hourly rate.The entire cost,including the premium portion,is charged to the creating project. Salaried employees record all hours worked. Hours worked in excess of 40 hours in week are credited against the indirect cost pool at the employee's standard rate to reach a net cost equivalent to 40 hours. Certain • conditions qualify hours of salaried employees in excess of 40 hours in a week for compensation at a rate of one times their standard hourly rate. Indirect labor has been reduced by $1,293,809 to recognize uncompensated hours worked in excess of 40 hours in a week. None of the Company's executives received compensation in excess of the FAR 31.205-6 2010 limit of$693,951 per person for the year ended December 31,2011. The Company sponsors a qualified pension plan consisting of a 401(k)and profit sharing component.The 401(k) component matches 50% of allowable contributions by eligible employees up to a maximum of 6% of 401(k) eligible compensation. The Company made matching contributions in the amount of$419,917 for the year ended December 31, 2011. Contributions to the profit sharing plan are at the discretion of the Board of Directors. t; Discretionary contributions in the amount of$250,000 were authorized in 2011 for the 2011 fiscal year,and were funded on March 7,2012. The Company uses contract labor for engineering related services. Contract labor is billed as a direct project cost and no overhead is applied. Effective January 1, 2011, contract labor costs totaling approximately$100,000 are reported as other direct costs and no longer included in the direct labor base. Note 8-Description of Depreciation and Leasing Policies Certain assets are purchased and depreciated,while others are leased and are considered operating leases,and the annual lease costs are included in the overhead pool.The straight line depreciation method reflected on the Company's external use GAAP-basis financial statements is also used for the overhead schedule. Note 9-Description of Related Party Transactions if During the year ended December 31,2011, certain vehicles had undocumented business purposes and mileage records. The Company disallowed $117,608 in lease expenses, maintenance, insurance and fuel costs associated with these vehicles. s1 I l i —5- l>' GEOENGINEERS,INC. Notes to Financial Statement For the Year Ended December 31,2011 Note 10-Computer Technology Offset On certain nongovernment contracts, the Company is able to negotiate additional revenues calculated as a percentage of the standard agreed upon hourly billing rate. For its internal and external use financial statements, the Company records a reclassification entry in an amount equal to the additional revenue to increase the costs of sales and reduce general and administrative expenses for reporting and analysis purposes. Since the additional negotiated revenues do not have directly identifiable underlying costs associated with them, the Company has removed the offsetting credit from its overhead pool to properly reflect allowable overhead expenses incurred by the Company. Note 11-Facilities Capital Cost of Money (FCCM) { The cost of money rate has been calculated in accordance with FAR 31.205-10,using average net book values of ff equipment and facilities multiplied by the average treasury rate for the applicable period. Equipment and facilities include furniture and fixtures, computer equipment, software, vehicles and leasehold improvements. The calculation was made as follows: Average net book value of corporate assets $ 1,937,607 Average Treasury rate 2.56% Computed Facilities Capital $ 49,651 Direct labor base $ 11,230,248 Cost of money rate 0.44% Note 12-Direct Cost Accounts The Company maintains separate expense accounts for direct charges. Costs such as sub-consultants, contract I�I labor, airfare, courier and postage, document and maps, equipment rental, meals and lodging, parking, printing, rental car, supplies, telephone, transportation and mileage, in-house equipment and printing are consistently charged to all projects regardless of whether or not they are billed to the client. jk it it �g -6- #_ Certification of Final Indirect Costs x Firm Name: ' indirect Cost Rate(Overhead)Proposed: ' 3 c/7 Fiscal Period Covered by the indirect Cost Rate: 1/11 s0 11 "` /-,�J�( ! Oi / 1,the undersigned,certify that 1 have reviewed the proposal to establish final indirect cost(overhead) rates for the fiscal period as specified above and to the best of my knowledge and belief. f 1) All costs included in this proposal to establish final indirect cost(overhead)rates are allowable in accordance with the cost principles of the Federal Acquisition Regulations(FAR) of title 48,Code of Federal Regulations(CFR),part 31 and follow the guidance provided in the American Association of State Highway and Transportation Officials(4ASHT0)Uniform Audit and Accounting Guide. 2) This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR(48 CFR 31). All known material transactions or events that have occurred since the last Certification of Final Costs that affect the firm's ownership,organization or indirect cost(overhead)rates have been disclosed. Note:the person who certifies the indirect cost{overhead)rate must be an executive of the firm who has responsibility for this subject matter Signature: 4-0:0 ,v7 1 Name of Certifying Official(Print): INO-Cen Title: (--c U • J fs Date of Certification(mm/dd/yyyy): 1 glcitf2U) Z • Exhibit H Title VI Assurances During the performance of this AGREEMENT,the CONSULTANT,for itself, its assignees,and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY,Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time(hereinafter refereed to as the"REGULATIONS"),which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non-discrimination: The CONSULTANT,with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race,color, sex,or national origin in the selection and retention of sub-consultants, including procurement of materials and leases of equipment.The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub-consultants,Including Procurement of Materials and Equipment:In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub-contract, including procurement of materials or leases of equipment,each potential sub- consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race,color, sex,or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto,and shall permit access to its books,records, accounts, other sources of information,and its facilities as may be determined by AGENCY, STATE or the Federal Highway Administration(FHWA)to be pertinent to ascertain compliance with such REGULATIONS,orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information,the CONSULTANT shall so certify to the AGENCY, STATE or the FHWA as appropriate,and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the CONSULTANT'S non-compliance with the non- discrimination provisions of this AGREEMENT,the AGENCY shall impose such AGREEMENT sanctions as it,the STATE or the FHWA may determine to be appropriate, including,but not limited to: • Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies,and/or; • Cancellation,termination,or suspension of the AGREEMENT,in whole or in part DOT Form 140-089 EF Exhibit H Revised 6/05 Exhibit Payment Upon Termination of Agreement By the Agency Other Than for Fault of the Consultant (Refer to Agreement, Section IX) Lump Sum Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made shall total the same percentage of the Lump Sum Amount as the work completed at the time of termination is to the total work required for the PROJECT.In addition,the CONSULTANT shall be paid for any authorized extra work completed. Cost Plus Fixed Fee Contracts A final payment shall be made to the CONSULTANT which when added to any payments previously made, shall total the actual costs plus the same percentage of the fixed fee as the work completed at the time of termination is 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 tennination 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 6/05 Exhibit J Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care.In addition,it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 —Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s),the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s).For federally funded projects,the Region Highways and Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager,who has not been as . directly involved in the project,to be responsible for the remaining steps in these procedures.) Step 2-Project Manager 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 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 perfonn 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 Exhibit M-1(a) Certification Of Consultant Project No. 13-016-TRN-001 Local Agency I hereby certify that I am A I-- - H 1,2 Q 16'j TA 0 and duly authorized representative of the firm of Herrigstad Engineering&Surveying whose address is 432Q t(44I 511* j icf.. ANAC&iiE S wit and that neither I nor the above firm I here represent has: (a) Employed or retained for a commission,percentage,brokerage,contingent fee,or other consideration, any firm or person(other than a bona fide employee working solely for me or the above CONSULTANT)to solicit or secure the AGREEMENT; (b) Agreed, as an express or implied condition for obtaining this contract,to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT;or (c) Paid,or agreed to pay,to any firm, organization or person(other than a bona fide employee working solely for me or the above CONSULTANT)any fee,contribution,donation,or consideration of any kind for,or in connection with,procuring or carrying out this AGREEMENT; except as hereby expressly stated(if any); I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration,U.S.Department of Transportation in connection with this AGREEMENT involving participation of Federal-aid highway funds,and is subject to applicable State and Federal laws,both criminal and civil. S — IS -zai 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 City of Anacortes 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 canying out this AGREEMENT to: (a) Employ or retain, or agree to employ to retain,any firm or person; or (b) Pay,or agree to pay,to any firm,person,or organization, any fee, contribution,donation,or consideration of any kind;except as hereby expressly stated(if any): I acknowledge that this certificate is to be available to the Washington State Department of Transportation and the Federal Highway Administration,U.S.Department of Transportation,in connection with this AGREEMENT involving participation of Federal-aid highway funds,and is subject to applicable State and Federal laws,both criminal and civil. Date l Signat re DOT Form 140-089 EF Exhibit M-1(b) Revised 6/05 Exhibit M-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters-Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief,that it and its principals: A. Are not presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from covered transactions by any federal department or agency; B. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining,attempting to obtain,or performing a public(federal, state,or local)transaction or contract under a public transaction;violation of federal or state antitrust statues or commission of embezzlement,theft,forgery, bribery,falsification or destruction of records,making false statements,or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(federal,state,or local)with commission of 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): Herrigstad Engineering& Surveying (Date) (Signature)President or Authorized Official of Consultant DOT Form 140-089 EF Exhibit M-2 Revised 6/05 Exhibit M-3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective participant certifies,by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: 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): Herrigstad Engineering& Surveying — 15'-212/ 3 a-a (Date) (Signature)President or Authorize Official of Consultant DOT Form 140-089 EF Exhibit M-3 Revised 6/05