Loading...
HomeMy WebLinkAboutContract 1 s CAG-11-043 Local Agency Consultant/Address/Telephone Otak, Inc. Standard Consultant 10230 NE Points Drive, Suite 400 Agreement Kirkland, WA 98033 ®Architectural/Engineering Agreement ❑ Personal Services Agreement (425) 822-4446 Agreement Number Project Title And Work Description Federal Aid Number Highlands to Landing Pedestrian Connection Agreement Type(Choose one) Design of pedestrian facilities to improve connectivity between the Highlands neighborhood El Lump Sum and the recently constructed Landing shopping area, Lump Sum Amount $ as well as Gene Coulon Memorial Beach Park. ❑ Cost Plus Fixed Fee Overhead Progress Payment Rate Overhead Cost Method DBE Participation El Actual Cost El Yes N No Federal ID Number or Social Security Number r_1 Actual Cost Not To Exceed % 91-1324129 ❑ Fixed Overhead Rate % Do you require a 1099 for IRS? Completion Date Fixed Fee $ ❑ Yes N No December 31, 2012 ® Specific Rates Of Pay Total Amount Authorized $ 135,937.00 ® Negotiated Hourly Rate Provisional Hourly Rate Management Reserve Fund $ ❑ ❑ Cost Per Unit of Work Maximum Amount Payable $ 135,937.00 Index of Exhibits (Check all that apply): N Exhibit A-1 Scope of Work ❑ Exhibit G-2 Fee-Sub Specific Rates ❑Exhibit A-2 Task Order Agreement N Exhibit G-3 Sub Overhead Cost ❑ Exhibit B-1 DBE Utilization Certification N Exhibit H Title VI Assurances N Exhibit C Electronic Exchange of Data N Exhibit I Payment Upon Termination of Agreement ❑ Exhibit D-1 Payment-Lump Sum N Exhibit J Alleged Consultant Design Error Procedures ❑ Exhibit D-2 Payment-Cost Plus N Exhibit K Consultant Claim Procedures N Exhibit D-3 Payment-Hourly Rate ❑ Exhibit L Liability Insurance Increase ❑ Exhibit D-4 Payment-Provisional N Exhibit M-la Consultant Certification ❑ Exhibit E-1 Fee-Lump/Fixed/Unit N Exhibit M-lb Agency Official Certification N Exhibit E-2 Fee-Specific Rates N Exhibit M-2 Certification-Primary N Exhibit F Overhead Cost N Exhibit M-3 Lobbying Certification N Exhibit G Subcontracted Work ❑ Exhibit M-4 Pricing Data Certification N Exhibit G-1 Subconsultant Fee ❑ App. 31.910 Supplemental Signature Page THIS AGREEMENT,made and entered into this Cd day of rnatC4/ , 2011 , between the Local Agency of City of Renton 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. III General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies,groups,or individuals shall receive advance approval by the AGENCY.Necessary contacts and meetings with agencies,groups,and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination,progress and presentation meetings with the AGENCY and/or such Federal, State, Community,City or County officials,groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit"A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY,which will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color,national origin,or sex in the performance of this contract. The CONSULTANT,and each SUBCONSULTANT,shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises(DBE), if required,per 49 CFR Part 26, or participation of Minority Business Enterprises(MBE),and Women Business Enterprises(WBE), shall be shown on the heading of this AGREEMENT. If D/M/WBE firms are utilized,the amounts authorized to each firm and their certification number will be shown on Exhibit"B"attached hereto and by this reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function(CUF)regulation outlined in the AGENCY'S"DBE Program Participation Plan". The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. All Reports,PS&E materials,and other data furnished to the CONSULTANT by the AGENCY shall be returned.All electronic files,prepared by the CONSULTANT,must meet the requirements as outlined in Exhibit"C." All designs,drawings, specifications,documents,and other work products, including all electronic files,prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT, and are the property of the AGENCY.Reuse by the AGENCY or by others,acting through or on behalf of the AGENCY of any such instruments of service,not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. Page 2 of 8 IV Time for Beginning and &4letion 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 omission on the part of the CONSULTAN4ployees 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 2000d4a) Federal-aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) Age Discrimination Act of 1975 (42 USC Chapter 76 Section 6101 et seq.) Civil Rights Restoration Act of 1987 (Public Law 100-259) American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq.) 49 CFR Part 21 23 CFR Part 200 RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964,the CONSULTANT is bound by the provisions of Exhibit"H" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit"H"in every sub-contract, including procurement of materials and leases of equipment,unless exempt by the Regulations or directives issued pursuant thereto. IX Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten(10)days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT,a final payment shall be made to the CONSULTANT as shown in Exhibit"I"for the type of AGREEMENT used. No payment shall be made for any work completed after ten(10)days following receipt by the CONSULTANT of the Notice to Terminate.If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth herein above,then no 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 A00hall be determined by the AGENCY with cAiration given to the actual costs incurred by the CONSULTANT in performing the work to the date of termination,the amount of work originally required which was satisfactorily completed to date of termination,whether that work is in a form or a type which is usable to the AGENCY at the time of termination,the cost to the AGENCY of employing another firm to complete the work required and the time which may be required to do so,and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount,which would have been made using the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence,the termination shall be deemed to be a termination for the convenience of the AGENCY.In such an event,the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. In the event of the death of any member,partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the 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 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 progresAwcents under Section V until the CONSULTA*4as fully complied with this section.This remedy is not exclusive;and the AGENCY and the STATE may take such other action as is available to it under other provisions of this AGREEMENT,or otherwise in law. XIV Extra Work A.The AGENCY may at any time,by written order,make changes within the general scope of the AGREEMENT in the services to be performed. B. If any such change causes an increase or decrease in the estimated cost of,or the time required for,performance of any part of the work under this AGREEMENT,whether or not changed by the order,or otherwise affects any other terms and conditions of the AGREEMENT,the AGENCY shall make an equitable adjustment in the(1)maximum amount payable;(2)delivery or completion schedule,or both;and(3)other affected terms and shall modify the AGREEMENT accordingly. C. The CONSULTANT must submit any"request for equitable adjustment",hereafter referred to as"CLAIM",under this clause within thirty(30)days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it,the AGENCY may receive and act upon a CLAIM submitted before final payment of the AGREEMENT. D.Failure to agree to any adjustment shall be a dispute under the Disputes clause.However,nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E.Notwithstanding the terms and conditions of paragraphs(A)and(B)above,the maximum amount payable for this AGREEMENT,shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV Endorsement of Plans If applicable,the CONSULTANT shall place their endorsement on all plans,estimates,or any other engineering data furnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII Certification of the Consultant and the Agency Attached hereto as Exhibit"M-I(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"M4"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. Page 7 of 8 In witne whereof, the parties h have executed this AGREEMENT as ofday and year shown in the "Execu on Date" box on page one (1) of this AGREEMENT. By V2- By Denis aw, Mayor Consultant Otak, Inc. Agency City of Renton Attest: Bonnie I . Walton, City Clerk eX �^ (0 a DOT Form 140-089 EF Revised 3/2008 Page 8 of 8 Scope of Work City of Renton Highlands to Landing Pedestrian Connection Exhibit A- I Scope of Work Introduction and Background This project will provide for pedestrian connectivity between the Highlands neighborhood and the recently constructed Landing shopping area, as well as Gene Coulon Memorial Beach Park (Coulon Park). Interstate 405 separates the neighborhood from these two areas, and no pedestrian facilities exist along NE Park Drive east of I-405 to Garden Avenue N. An informal trail does connect pedestrians towards the Park, but it is partially on private property and is not accessible for physically challenged pedestrians. The City also has two other projects currently under design, one to improve truck movements at the NE Park Drive/Garden Avenue N intersection, and the other to connect eastbound bicycle traffic from NE Park Drive to the Houser Way N trail system,via a multi-use trail along the north side of Lowes's property. The Highlands to Landing Pedestrian Connection project will be coordinated with these projects, and may incorporate the bicycle trail project in to the construction documents. Additionally, the design of this project may also require coordination with the design of the Southport project by private development. In addition to the primary goal of providing accessible pedestrian facilities,improving connections for bicycle use on Sunset Boulevard NE may be considered. The project will certainly have other goals to meet as well,but they have not been defined yet, and will be identified and prioritized as part of the first phase of this project. Phasing The project will be accomplished in three phases: Phase I—Preliminary Design At this point, the preferred project alternative is still undefined. Phase 1 will begin by gathering data, performing topographic survey and right-of-way resolution,identifying and prioritizing project goals, and looking at alternatives to meet the goals. An alternatives analysis memorandum will be prepared and reviewed by the City. The City will determine which alternative to go forward with. Work up to this point is described as Phase 1A throughout this scope of work. It is anticipated that the following items of work will be needed to accomplish Phase 1A: • Topographic surveying,basemapping, and right-of-way resolution. • Gather pertinent data including sensitive areas reconnaissance. • Initiate coordination efforts with WSDOT. H i g h t and s t o L and i n g P e d e s t r i an C on n e c t i on 1 otak K:\project\31700\31796\Contract\FinalScopeFee\Highlands_Landing_scope_03071 tdoc Scope of Work Continued • Determine work required to achieve a successful permitting strategy, including documented discussions with appropriate permitting agency staff. • Identify and prioritize project goals through interdepartmental coordination (by the City). • Identify project alternatives. Alternatives may vary in length but will likely measure approximately 1,800 feet. The project location along the eastern 800 feet will not vary significantly. Along the western portion, the siting of the pedestrian facilities may follow the edge of NE Park Drive or descend to the vicinity of Lake Washington Boulevard via ramps and/or stairs. • Traffic analysis as needed related to capacity on NE Park Drive and impact of alternatives on NE Park Drive/Garden Avenue N intersection and SB I-405/NE Park Drive ramp intersection. • Gather information on existing utilities and perform a cursory review of impact utilities will have on each alternative. • Alternatives will be analyzed and briefly described in the alternatives analysis memorandum. Once an alternative has been selected, Otak will continue gathering data and proceed with the development of the design to the 30 percent design level. Environmental data will be compiled and technical memoranda will be prepared to document existing conditions and project impacts for each project element,including sensitive areas,roadway storm runoff, traffic,geotechnical, utilities, and construction staging. This documentation will be assembled into a design report. After the preferred alternative has been selected,but prior to completion of Phase 1, Otak will prepare the scope of work for Phases 2 and 3 for City review and contract processing. A preliminary outline of the Phase 2 and 3 scopes have been included with this scope. Upon completion of Phase 1, a contract supplement will be prepared to carry the project into final design and construction document preparation. Otak will not proceed beyond Phase 1—Preliminary Design phase without authorization of the City. The work in Phase 1 will be completed within six months from Notice to Proceed. Phase 2– Final Design and Permitting Based on the assumption that no right-of-way acquisition will be needed for this project, and environmental issues will be minor on this project, the work will proceed directly into Phase 2, the final design and construction documents (plans, special provisions, and engineer's estimate) will be prepared in accordance with the City and WSDOT Standards. Environmental documentation and permits will be prepared and submitted in Phase 2 to obtain necessary permits for construction. Phase 3 – Construction Support Upon completion of Phases 1 and 2, Otak may assist the City with review of Contractor submittals, shop drawings, evaluation of change proposals, and responding to questions from the City and Contractor, as directed by the City. Highlands to Landing Pedestrian Connection 2 otak K:\project\31700\31796\Contract\FinalScopeFee\1 ligh lands_Landing_scope_030711.doc Scope of Work Continued Project Schedule The preliminary project schedule will be developed upon notice to proceed for the project and updated as changes occur. The anticipated major milestones are: Phase Milestone 1A Project goals defined and prioritized 1A Alternatives Analysis Memorandum, including planning level cost estimates 1A City Review and Selection of Preferred Alternative 1B Preliminary Design Report,including technical memoranda from each discipline and 30%Plans and Cost Estimate 1B Scoping and contract amendment for Phase 2 work 2 SEPA Compliance 2 Environmental Classification Summary (ECS) Completion for NEPA compliance 2 60% Design Completion 2 90% Design Completion 2 Final PS&E Completion The duration of the reviews by the City,WSDOT, and other permitting agencies if any will be provided in the project schedule. Mutually agreeable changes to the project schedule,whether initiated by the City or Otak,may be the basis for adjustments in the project budget. Work to be Performed by Subconsultants The following work will be performed by subconsultants: • Traffic analysis, signal design, and illumination design by Transportation Engineering Northwest (TENW) • Geotechnical investigations and analysis by GeoEngineers • Cultural resources investigation and analysis during Phase 2,by an as yet undetermined subconsultant. Items and Services to Be Furnished by the City The City will provide the following items and services to Otak. Otak is entitled to rely on the accuracy and completeness of this and other data furnished and represented by the City and others. • Available as-built drawings and information on other projects in the immediate vicinity. • Traffic counts for pavement design. • Available traffic data and models for traffic analysis and signal design. H i g h lands to Landing Pedestrian Connection 3 otak K:\project\31700\31796\Contract\Fina1ScopeFee\Highlands_Landing_scope_030711.doc Scope of Work Continued • Rights-of-entry upon all lands necessary for the performance of the work if any. • Timely reviews of Otak submittals at the mutually agreed upon times set forth in the project schedule and the consolidation of all review comments by others onto one review set prior to return to Otak. • Payment of all review and/or permit fees. Highlands to Landing Pedestrian Connection 4 otak K:Aproject\31700\31796\Contract\FinalScopeFee\Highlands_Landing_scope_030711.doc Scope of Work Continued PHASE I—PRELIMINARY DESIGN 1 .0 Project Management (Phases I A and I B) 1.1 Project Management and Coordination Otak will manage contract issues, coordinate execution of the project, and meet periodically with the City project manager and City staff. Some of the tasks include: • Preparing a work plan. • Conducting a kickoff meeting at the beginning of the project. • Developing the project schedule and updating it as changes occur. • Meeting with the City project manager and/or staff periodically. • Prepare scope for Phases 2 and 3 of the project. A project work plan will be prepared and a kickoff meeting held at the start of the project to discuss project approach,process and schedule with the design team. A project schedule (MS Project) will be developed and maintained as part of this task. Otak's project manager will provide direction to the project team,including subconsultants, and conduct project coordination meetings with appropriate task leaders. The project manager will monitor the project planned budget versus actual progress and take corrective actions if necessary. Otak will prepare and submit monthly invoices and a brief progress report to reflect progress over the last billing period and anticipated activities over the next billing period. 1.2 Quality Assurance/Quality Control (QA/QC) The project work will receive quality checks at appropriate junctures in the progress. Specifically, the design plans, cost estimates, technical memoranda, and reports will be reviewed by at least one senior design team member with knowledge of the subject matter and by Otak's Project Manager or Principal in Charge. Assumptions: • Otak's Project Manager will meet face to face with the City Project Manager/engineer on as- needed basis. For budget purposes, Otak will assume three meetings, excluding kick-off meeting. Meeting time for the Project Manager and Principal In Charge is budgeted under this task. • Internal project team coordination meetings will be held on a monthly basis during the project duration. These meetings will be in addition to the coordination meetings held with the City,but budgeted as part of the specific work tasks. • QA/QC will be required for approximately 19 plan sheets, 5 cost estimates, 6 technical memoranda, and the Preliminary Design Report. Highlands to Landing Pedestrian Connection 5 otak K:\project\31700\31796\Contract\Fina1ScopeFee\Highlands_Landing_seope_03071 Ldoc Scope of Work Continued Deliverables: • Monthly Invoices and Progress Reports • Project Work Plan • Project Schedule (as updated) • Meeting summary notes 2.0 External Coordination (Phases I A and I B) 2.1 WSDOT Coordination As the project is located within WSDOT's limited access area for 1-405, all project elements may require WSDOT approval. Otak will coordinate with WSDOT throughout the project duration. During Phase 1,it is assumed that this coordination will involve up to three (3) meetings with the WSDOT liaison or other decision makers. Additional communication will be conducted by telephone and email. Telephonic communications will be documented and email records will be preserved. Coordination will be needed on the following topics: • Right of way—limited access rights only or fully owned by WSDOT? • Delineation of authority and responsibility between WSDOT and City on project elements with respect to design standards and review/approval authority, e.g. bridge alterations, channelization,illumination, etc. • Current status of I-405 NE Park Drive interchange project and how it relates to the City's project. • Input into concept selection. • Review of 30% design plans. Additional coordination and meetings are anticipated during Phase 2 Final Design. 2.2 Utility Coordination Otak will begin communications with franchise utility companies shortly after the notice to proceed, to gather information on the existing utilities, to verify status of the existing facilities, and to discuss any potential impacts to utilities,including relocation,generated by the project alternatives. Telephonic communications will be documented and email records will be preserved. 3.0 Data Collection (Phase I A) 3.1 Review Existing Data Otak will gather information pertinent to the project. Some of the tasks include the following: • Conduct a site visit to become familiar with the site conditions and take photographs, gather field measurements, and record observations. Highlands to Landing Pedestrian Connection 6 otak Ii:\project\31700\31796\Contract\FinalScopeFee\I iighlands_Landing_scope_03071 Ldoc Scope of Work Continued • Coordinate with the City to collect available information pertinent to the project, including as- built drawings,utilities, traffic data, and information obtained during past and present Cite projects and development-driven projects. 3.2 Topographic Survey and Basemapping Otak will notify utilities of the project and obtain utility as-built drawings, retain a utility-locating service to field-locate underground utilities, survey and map existing utilities within the project limits from field locates,visible above ground appurtenances, and utility as-built drawings. Otak will establish horizontal and vertical control, survey existing monumentation and establish and map existing right-of-way lines from WSDOT Right of Way Maps and deeds of record, King County Tax Assessor's maps and other record information to include on the base map. Property lines will be shown approximately. I 5 k� y< �i r 1 As applicable to project description and the limits shown in blue on the sketch above, Otak will field survey existing surface features,including topography breaks,pavement and other hardscape, trees over eight inches in diameter, utilities,wetland flagging,invert elevations and pipe dimensions. Survey of storm drainage facilities will extend at least one structure upstream and downstream High la n d a to L a n d i n P e d es t r i a n Co n n e c t i oYr 7 otak K:\project\31700\31796\Contract\DraftScopcl'ec\Draft_Highlands_Landing_scopc_022211.doc Scope of Work Continued beyond the project limits. The blue area is approximately 50 feet wide and 1,250 feet long. Within the limits shown in yellow, Otak will field survey channelization, bridge surface features, and traffic signal features. Within the limits shown in pink, Otak will supplement mapping from GIS and LIDAR sources and previous City projects,with field survey to provide mapping accurate enough to complete concept selection and 30% level design,including ground shots to verify or correct contours and surface features not shown on mapping sources. A base map will be prepared showing existing planimetric features with contour lines at one-foot intervals, compiled at a scale of 1 inch equals 20 feet. Additional field survey and basemapping will be required in Phase 2 to provide enough information for final design. Otak will prepare up to five (5) traffic control plans for submittal to the City and/or WSDOT. Otak will provide traffic control services through a contractor and coordinate with the City and WSDOT in advance of beginning survey work as required by permit conditions. Deliverable: • Basemap, 1" = 20' scale Assumptions: • The City will provide the existing information and requirements relevant to the project as available,including current GIS data, as-built drawings, other City projects in the vicinity including existing survey files in AutoCAD format, and information on City-owned utilities. 3.3 Environmental Data Collection Otak will review existing reports and conduct field work to collect the data needed for the preparation of the technical documents and permit applications for the project. Technical documents and permit applications will be prepared as part of Phase 2. Wetland delineations will be conducted to meet the requirements of City of Renton critical area ordinances and the Corps of Engineers. Data sheets documenting the field work will be compiled. Results will be reported in a brief memorandum. Otak will contact permitting agencies and the Muckleshoot tribe to discuss the project goals, limitations, and scope of work to gauge acceptance of the project concepts. The dialogue with these agencies will be documented for the file and used to propose permitting strategies in the Preliminary Design Report. Deliverable: • Sensitive Area Reconnaissance Memorandum Highl a n d s to Landing Pedestrian C o n n e c t i o n 8 otak h:Aproject\31700\31796\Contract\FinalScopeFee\}-lighlands_Landing-scope_030711.doc Scope of Work Continued Assumptions: • Environmental staff will attend the kickoff meeting, and up to one additional meeting with City staff. 3.4 Geotechnical Reconnaissance (GeoEngineers) The purpose of GeoEngineers' services is to review available geologic and subsurface information to provide a basis for establishing preliminary geotechnical design recommendations for the project's Preliminary Design—Phase 1. Our specific scope of services includes the following tasks: 1. Review geologic maps, topographical maps, and available geotechnical reports of the site and vicinity in our database and available from the City of Renton and WSDOT. 2. Perform a reconnaissance of the project area to evaluate the existing site conditions. 3. Evaluate pertinent physical and engineering characteristics of the soils based on the existing explorations and laboratory testing completed at the site and our experience based on the geologic setting. 4. Evaluate preliminary geotechnical considerations for the proposed improvements (i.e. retaining walls, elevated walkway foundations, and foundations for luminaries and signal poles) based on the existing geotechnical information to assist the design team in weighing alternative designs for the project. 5. Prepare a summary memorandum of the results of our evaluations. This will include a summary of: • Local geologic conditions; • Historic subsurface information; • Critical/sensitive and/or geologic hazard areas, • Preliminary geotechnical design considerations, as appropriate. The memorandum will be presented draft for review by the project team. Review comments will be incorporated into the final memorandum as appropriate. 6. Provide consultation and attend meetings, as requested. Deliverable: • Draft and Final Geotechnical Memorandum Assumptions: • This scope covers only Phase 1 —Preliminary Design and does not include a subsurface investigation program and therefore only preliminary geotechnical recommendations and conclusions will be provided based on existing information and data. Subsequent scopes will be developed for future phases of the project to include a subsurface exploration program and to provide design level geotechnical recommendations specific to the selected preferred alternative design. Higblandr to Landing Pedestrian Connection 9 otak K:\project\31700\31796\Contract\FinalScopeFee\Highlands_Landing_scope_030711.doc Scope of Work Continued • The City will provide any existing geologic and geotechnical studies information within the project vicinity,if available. • GeoEngineers staff will attend the kickoff meeting, and up to one additional meeting with Otak and City staff. 3.5 Traffic Analysis (TENW) Phase 1A will include traffic analysis—data collection and evaluation of current operations. The Baseline Alternative represents Existing Conditions of the transportation system between the I-405 SB On/Off Ramps and Logan Avenue, along NE Park Drive as well as the Lake Washington Boulevard Corridor through the Gene Coulon Park Entrance that also serves the Southport Development. Additionally, a sensitivity analysis to address potential pedestrian crossing treatments at signalized intersections and vicinity,would be conducted at the NE Park Drive and Garden Avenue N/Lake Washington Boulevard intersection and if needed, at the Lake Washington Blvd/Gene Coulon Park entrance intersection. TENW would also work with Otak and the City staff on development of conceptual channelization plans to evaluate configurations of NE Park Drive,Lake Washington Boulevard or other alignments to incorporate roadway frontage treatments to accommodate the Trail link, evaluate crossing treatment options at each location, assist in the development and evaluation of alternative Trail alignments, and other support. The traffic analysis, results and recommendations will be summarized in a Technical Memorandum, for inclusion in the Alternatives Analysis Technical Memorandum. The memorandum will also be incorporated into the Preliminary Design Report during Phase 2. Deliverable: • Summary of traffic alternatives analysis for inclusion in the Alternatives Analysis technical memorandum and the Preliminary Design Report. • Preliminary design input into alternative crossing treatment options. Assumptions: • TENW staff will attend the kickoff meeting, and up to two additional meetings with Otak and City staff. Highlands to Landing Pedestrian Connection 10 otak K:\project\31700\31796\Contract\FinalScopeFee\Highlands_Landin�scope_030711.doc Scope of Work Continued 3.6 Identify and Prioritize Project Goals The City will identify and prioritize project goals, using an interdepartmental process to address all potential City interests. Otak will support the City's efforts by attending the interdepartmental meeting, preparing graphical representations of the project site and at least two potential alignments for the pedestrian facilities, as well as additional background information discovered under Task 3. 4.0 Alternative Analysis (Phase I A) 4.1 Identify Alternatives and Evaluation Alternatives will be identified and defined to best fit the project goals determined in subtask 2.3. Up to four alternatives will be developed to a conceptual level, represented in plan layout and typical sections. Since the design criteria will not be known definitively at this point, the layouts will be approximate in nature. Planning level cost estimates will be prepared for each. Alternatives may vary in length but will likely measure approximately 1,800 feet. The project location along the eastern 800 feet will not vary significantly, following an alignment parallel to NE Park Drive and terminating at the existing sidewalk across from the northbound off ramp of I-405.Along the western portion, the siting of the pedestrian facilities may follow the edge of NE Park Drive or descend to the vicinity of Lake Washington Boulevard/Houser Way via ramps and/or stairs. Variants to these alternatives may also be proposed to provide additional options to selected portions. These alternatives will be addressed in a technical memorandum. The intent of the memorandum will be to briefly describe the analysis method and results for each alternative, and provide the City with adequate information to select a preferred alternative. The memorandum will contain input graphical representations of each alternative in plan view and typical section, along with a comparison of each alternative to the project goals,identification of any fatal flaws or significant risk factors, and planning level cost estimates. All other documentation will be included in the Preliminary Design Report at completion of 30% design. Deliverable: • Alternative Analysis Technical Memorandum with conceptual layouts, 12 plan sheets. 5.0 Preliminary Design (Phase 1 B) From the information presented in the Alternative Analysis Technical Memorandum, the City will select a preferred alternative. Otak will then proceed with the development of the design of the Highlands to Landing Pedestrian Connection 11 otak K:\project\31700\31796\Contract\FinalScopeFee\Highlands_Landin�scope_03071 Ldoc Scope of Work Continued selected alternative to the 30 percent design level,including preparation of a reliable project cost estimate, and prepare a Preliminary Design Report to document findings and design standards. 5.1 Develop Design Criteria Otak will document the design criteria for each project element including pedestrian facilities, bridge construction or alteration,if any,retaining walls,roadway, channelization, traffic signals, illumination, storm drainage, utilities, landscaping and urban amenities in a technical memorandum for review and comment by the City. The City's comments will be incorporated into the memorandum and included in the Preliminary Design Report. Deliverable: • Design Criteria Technical Memorandum. 5.2 Hydrologic and Hydraulic Analysis Otak will complete a preliminary hydrologic analysis for the project. Specific activities include the following: • Review existing drainage features and drainage patterns of the existing roadway and adjacent properties. • Conduct a field reconnaissance of project area and vicinity including downstream analysis. • Define hydrologic characteristics of the watershed as it pertains to the project, such as subbasin boundaries, area,land cover, soil types, flow paths and tunes of concentration. • Define hydrologic characteristics for the project using the selected alternative. Otak will complete a preliminary hydraulic analysis for the road widening project to estimate the requirements for water quality treatment and detention. This preliminary analysis will utilize the results of the preliminary hydrologic analysis. The purpose of this preliminary sizing of water quality treatment and detention options is to allow the project team to evaluate opportunities and constraints for placing the facilities within the project limits, consideration of appropriate Low Impact Development techniques, and preparation of a reliable project cost estimate. Results will be summarized in a technical memorandum and included in the Preluizinary Design Report. The memorandum will again be used during Phase 2 as part of the Technical Information Report required by the 2009 King County Surface Water Design Manual as amended by the City or Renton. Deliverable: • Preliminary Hydrologic and Hydraulic Technical Memorandum. Highlands to Landing Pedestrian Connection 12 otak K:\project\31700\31796\Contract\FinalScopeFee\Highlands_Lan ding_scope_030711.doc Scope of Work Continued 5.3 30% Design 5.3.1 30% Sidewalk, Retaining Wall, Drainage and Landscaping Design Otak will proceed with the development of the selected alternative to the 30% design level for the roadway, trail, drainage, and landscaping project elements. The 30% design level will show horizontal layout of curb, gutter, sidewalk, landscaping strips, storm drainage facilities, retaining walls, and guardrail, and approximate locations of any other features that have a significant cost associated with them. Typical sections and a vertical profile of the sidewalk will also be included. Otak will evaluate the potential incorporation of low impact development (LID) techniques to address water quality treatment and detention requirements within the project area. Approximately six (6) plan sheets and a cost estimate will be prepared for inclusion in the Preliminary Design Report. Deliverables: • Six (6) plan sheets. • Cost estimate for inclusion in the Preliminary Design Report. 5.3.2 30% Bridge Modification Design, if applicable If the selected alternative includes bridge modifications, Otak will prepare a conceptual layout drawing and typical section and estimate costs for inclusion in the Preliminary Design Report. Deliverables: • One (1) plan sheet. • Cost estimate for inclusion in the Preliminary Design Report. 5.3.3 30% Signal and Illumination Design (TENW) Preliminary design will include 30% design plans and cost estimate for any traffic signal modifications and illumination needed for the selected alternative. The 30% design level will be schematic with the intention of determining reliable costs and coordination issues. The style of illumination system will be identified and approximate spacing will be evaluated. The selected system will be shown approximately on 30% design plan sheets prepared by Otak. Deliverables: • Electronic 30% Design Layout for traffic signals and illumination, for inclusion on Otak- prepared plan sheets. • Cost estimate for inclusion in the Preliminary Design Report. Assumptions: • This scope assumes that two signals will be added or modified in the selected alternative. Highlands to Landing Pedestrian Connection 13 otak K:\project\317(x)\31796\Contract\FinalScopeFee\Highlands_Landing_scope_030711.doc Scope of Work Continued 5.4 Preliminary Design Report As the preferred alternative is completed to a 30% design level, technical memoranda,reports,plans and cost estimates will be assembled into the Preliminary Design Report. The report will contain input prepared under several of the preceding tasks as described in each section, as well as 30% design-level plans and cost estimate. The contents of the Preliminary Design Report will include the following: • Project Introduction • Project Goals • Design Criteria and Exceptions • Summary of Alternatives Analysis,including Traffic Alternatives Analysis Summary • Existing Conditions • Sensitive Area Reconnaissance Memorandum • Geotechnical Memorandum • Preliminary Hydrologic and Hydraulic Technical Memorandum • Permitting Strategy • Utility Coordination • Roadway,Trail and Retaining Wall Design Considerations • Bridge Modification Design Considerations,if applicable • Cost Estimate • 30% Design-level Plans (7 plan sheets) • Site Photos The Preliminary Design Report will be submitted in draft form to the City for review, comment and/or approval. Any significant revisions required by comments will be made as part of Phase 1 and the report will be resubmitted to the City. Final comments will be addressed and the report will be finalized as part of Phase 2 work. Deliverable: • Preliminary Design Report, eight (8) copies. Highlands to Landing Pedestrian Connection 14 otak K:\project\31700\31796\Contract\Fina1ScopeFee\Highlan ds_Landing_scope_030711.doc Scope of Work Continued PHASE 2—FINAL DESIGN AND PERMITTING (The following scope outline may be incomplete, and is presented for informational purposes only.) 1.0 Project Management • Project Management and Coordination • QA/QC 2.0 External Coordination • WSDOT Coordination • Utility Coordination • Engineering Design of Utility Relocation (if any) 3.0 Supplemental Basemapping 4.0 Geotechnical Investigation (GeoEngineers) • Subsurface exploration, laboratory testing and geotechnical analysis • Additional consultation as design develops. 5.0 Environmental Documentation and Permitting 6.0 Cultural Resource Investigation 7.0 Traffic Engineering (TEN" 8.0 Sidewalk, Structure, Stormwater, Landscaping and Urban Amenities Design 9.0 Specifications 10.0 Construction Cost Estimates 11.0 Public Outreach 12.0 Assistance during Bid Period Highlands to Landing Pedestrian Connection 15 otak K:Aproject\31700\31796\Contract\FinalScopeFee\Highlands_Landing_scope_03071 Ldoc (404, J PHASE 3 - CONSTRUCTION SUPPORT (The following scope outline may be incomplete, and is presented for informational purposes only.) If requested by the City, at the completion of Phase 2 Otak will provide the following services during the construction phase of the project. 1 .0 Construction Assistance Highlands to Lan ding Pedestrian C o n n e c t i o n 16 otak K:\project\31700\31796\Contract\FinaLScopeFee\Highlands_Landing_scope_030711.doc (V� j 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 III. 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 (400 J 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`B"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 XW, "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. n O p ti m O 'r n 1 A U U lJ1 U U to O A O W W W W W W C N N J A 4l W Wj IJ «+ :.+ n: it ?• 6 IJ L- i - iJ CO W I) x Qym Y. ^ O O m ro C 7 H t d H ro d t t a d o y "rR w d w �� W � S o > �• o R. o ^ b e O cr n O o m o o 3 C. C mac' o 0 p ,O O cr Z' n I n H O n 5 uo, > 4 . o w z ND 0 pd � 3' y °: o d" a ° �. ] v' .ti c aPa v ? c. °R » 8 a.00 R a.3 n N n. o O rL g o• pt ?! Q p n w• p„ C O. O. a`. z d ^ g. O � r o! tc n [1 o 9 o ° o B f g s o o ^• o `c: a C7 (p rt� u l=t _. n o PIC/Sr.PM :3 N 41 1J Gail n V -4 - N A m f rt O' CE VIII J A J I CEV� 0 a c° C 1 1 i - "cmn a CE I °o c00,+ 8 CF,X 00 iN E I C O m n A °° c�I N� �' N A v CE III ^ c � U f m C, m N '. CE I N 7 s» N N m A ti Scientist III 5 C, C N 0 j en c Scientist I R f E O U'V O E PIC/Sr.PM Civil N A m N v N A Gam. N A N N CE III U N O N c N N .-. Engr Designer W 5ra N N IJ N N III O -4 O c4 N Sr GIS Specialist � m m A N Landscape C, °� J J v Architect V 10 a, 2 n Landscape b Jo Technician II ,Tech IV g d A -i N PI er -Sr. o N m Manager L\ J m a Sr.Professional z m A J Land Surveyor I 00 ara c 2-Man Crew 0 0 0 N P;1 w 00: Contract Admin P J 00 Total Hours O N ` j(Otak) N N e\ W U N N IJ 40 AI! v A. m W A C m A N tJ N A O A tJ m � 'Total Fee by f I N 22'2 " Task(Otak) J N A C • � � N GeoEngineers = 4 A O O _W TI'.IV W r m x Total Fee by — vWi Task(Team) — ? m w 00 m J aW:€! I I _ w X i o C.j . P i .._._ ._,...._. N W t� O r R Exhibit E-2 Otak,Inc. Consultant Fee Determination--Summary Sheet Fee Schedule DIRECT LABOR COSTS Classification Direct Salary Rate Overhead Fee Billing Rate 152.02% 31.12% (Examples) Minimum Maximum Minimum Maximum Minimum Maximum Minimum PIC/Sr.PM Architecture $5169 $63.11 $87.70 $95.93 $17.95 $19.64 $163.34 $178.68 Sr.PM-Architecture $50.00 $52.50 $76.01 $79.81 $15.56 $16.34 $141.57 $148.65 Project Mana er/Arcltect $41.00 $45.43 $62.33 $69.07 $12.76 $14.14 $116.09 $128.64 Arcltect III $35.58 $43.00 $54.09 $65.36 $11.07 $13.38 $100.74 $121.74 Architect I $31.25 $32.81 $47.51 $49.88 $9.73 $10.21 $88.48 $92.91 Architectural"Technician III $33.65 $35.33 $51.15 $53.711 $10.47 $11.00 $95.28 $100.04 Architectural Technician II $24.04 $28.35 $36.55 $43.10 $7.48 $8.82 $68.07 $80.27 Architectural Technician 1 $20.19 $24.22 $30.69 $36.82 $6.28 $7.54 $57.17 $68.59 3D/Visualization Specialist II $33.65 $35.33 $51.15 $53.71 $10.47 $11.00 $95.28 $100.04 Sr.PIC/Sr.PM Civil $64.90 $70.68 $98.66 $107.44 $20.20 $21.99 $183.76 $200.11 PIC/Sr.Project Manager Civil $60.10 $65.63 $91.36 $99.761 $18.70 $20.42 $170.17 $185.81 Civil Engineer X $56.22 $59.06 $85.47 $89.79 $17.50 $18.38 $159.18 $167.23 Civil Engineer I3 $52.88 $55.52 $80.39 $84.41 $16.46 $17.28 $149.72 $157.21 Civil Engineer VIII $46.00 $53.00 $69.93 $80.58 $14.32 $16.49 $130.24 $150.08 Civil Engineer VII $45.00 $47.51 $68.41 $72.23 $14.001 $14.79 $127.41 $134.53 Civil Engineer VI $41.14 $44.63 $62.54 $67.84 $12.80 $13.89 $116.48 $126.35 Civil Engineer V $39.66 $42.91 $60.29 $65.24 $12.34 $13.35 $112.29 $121.51 Civil Engineer IV $36.06 $37.86 $54.82 $57.56 $11.22 $11.78 $102.10 $107.21 Civil Engineer III $32.93 $36.44 $50.06 $55.39 $10.25 $11.34 $93.24 $103.16 Civil En ' eer II $29.00 $33.74 $44.09 $51.29 $9.02 $10.50 $82.11 $95.52 Civil Engineer I $25.75 $30.29 $39.15 $46.05 $8.01 $9.43 $72.91 $85.77 Engineering Designer IV $31.50 $33.08 $47.89 $50.28 $9.80 $10.29 $89.19 $93.65 Engineering Designer III $27.26 1 $29.75 $41.44 $45.22 $8.48 $9.26 $77.18 $84.22 Engineering Designer II $25.00 $28.27 $38.01 $42.97 $7.78 $8.80 $70.79 $80.03 Engineering Designer I $23.08 $24.23 $35.09 $36.84 $7.18 $7.54 $65.35 $68.62 Engineering Technician VI $34.14 $38.87 $51.90 $59.09 $10.62 $12.10 $96.66 $110.06 Engineering Technician V $30.00 $34.32 $45.61 $52.18 $9.34 $10.68 $84.94 $97.19 Engineering Technician I\' $26.44 $29.48 $40.19 $44.82 $8.23 $9.18 $74.86 $83.48 Engineering Technician 11I $23.56 $26.00 $35.82 $39.52 $7.33 $8.09 $66.71 $73.61 Engineering Technician II $21.32 $22.39 $32.41 $34.03 $6.63 $6.97 $60.37 $63.38 Engineering Technician 1 $18.50 $19.43 $28.12 $29.53 $5.76 $6.05 $52.38 $55.00 Sr.PIC/Sr.PNI LA/Master Planner $69.71 $73.20 $105.97 $111.27 $21.69 $22.78 5197.38 $207.25 PIC/Sr.PM LA/Master Planner $52.40 $56.29 $79.66 $85.57 $16.31 $17.52 $148.37 $159.38 Landscape Architect V $38.46 $40.38 $58.47 $61.39 $11.97 $12.57 $108.90 $114.34 Landscape Architect IV $34.13 $37.36 $51.88 $56.79 $10.62 $11.63 $96.64 $105.78 Landscape Architect III $32.69 $35.33 $49.70 $53.71 $10.17 $11.00 $92.56 $100.04 Landscape Technician III $24.04 S27.26 $36.55 $41.44 $7.48 $8.48 $68.07 $77.18 Landscape Technician I1 $22.60 $24.23 $34.36 $36.84 $7.03 $7.54 $63.99 $68.62 Landscape Technician 1 $20.00 $22.71 $30.40 $34.53 $6.22 $7.07 $56.63 $64.31 Urban Designer V $52.88 $55.52 $80.39 $84.41 $16.46 $17.28 $149.72 $157.21 Urban Designer IV $46.54 $48.87 $70.75 $74.29 $14.481 $15.21 $131.77 $138.36 Urban Designer 11 $35.58 $40.38 $54.09 $61.39 $11.07 $12.57 $100.74 $114.34 PIC/Sr.PNI Planner $60.10 $65.63 $91.36 $99.76 $18.70 $20.42 $170.17 $185.81 Sr.Pro.Mgr.-Planner 1 $46.88 $54.60 $71.27 $83.00 $14.59 $16.99 $132.74 $154.59 Planner III $40.87 1 $42.91 1 $62.13 $65-241 $12.72 $13.35 $115.721 $121.51 Planner 11 $28.85 1 $36.75 1 $43.861 S55.871 $8.981 51144 S81.691 $104.05 2/28/2011 (60, Exhibit E-2 Otak,Inc. Consultant Fee Determination--Summary Sheet Fee Schedule DIRECT LABOR COSTS Classification Direct Salary Rate Overhead Fee Billing Rate 152.02% 31.12% (Examples) Minimum Maximum Minimum Maximum Minimum Maximum Minimum Planner I $26.44 $27.76 $40.19 $42.20 $8.23 $8.64 $74.86 $78.61 Planner Associate III $23.08 $24.74 $35.09 $37.61 $7.18 $7.70 $65.35 $70.04 Planner Associate II $21.15 $22.21 $32.15 $33.76 $6.58 $6.91 $59.88 $62.88 Planner Associate I $20.19 $21.20 $30.69 $32.23 $6.28 $6.60 $57.17 $60.02 Sr.GIS Specialist Plannr $29.71 $31.20 $45.17 $47.42 $9.25 $9.71 $84.12 $88.33 GIS Specialist $25.48 $26.75 $38.73 $40.67 $7.93 $8.33 $72.14 $75.75 PIC/Scientist S60.10 $63.11 $91.36 $95.93 $18.70 $19.64 $170.17 $178.68 Scientist III $36.40 $40.81 $55.34 $62.04 $11.33 $12.70 $103.06 $115.56 Scientist 11 $25.00 $26.25 $38.01 $39.91 $7.78 $8.17 $70.79 $74.32 Scientist 1 $20.80 $21.84 $31.62 $33.20 $6.47 $6.80 $58.89 $61.84 PIC/PLS-Sr.Manager $64.90 $68.15 $98.66 $103.59 $20.20 $21.21 $183.76 $192.95 PLS Sr.Manager $43.27 $51.49 $65.78 $78.28 $13.47 $16.02 $122.51 $145.79 PLS-Project Manager $38.73 $40.67 $58.88 $61.82 $12.05 $12.66 $109.66 $115.14 Sr.Professional Land Surveyor $33.65 $36.75 $51.15 $55.871 $10.47 $11.44 $95.28 $104.05 Professional Land Surveyor $28.38 $31.50 $43.14 $47.89 $8.83 $9.80 $80.36 $89.19 Survey Technician $27.50 $31.50 $41.81 $47.89 $8.56 $9.80 $77.86 $89.19 Survey Tech 11,Sr.Field Party Chief $23.00 $26.78 $34.96 $40.70 $7.16 $8.33 $65.12 $75.81 Sr.Field Survey Technician II $22.00 $23.63 $33.44 $35.91 $6.85 $7.35 $62.29 $66.89 Sr.Field Survey Technician I $19.50 $21.00 $29.64 $31.92 $6.07 $6.54 $55.21 $59.46 Field Survey Technician $18.00 $18.90 $27.36 $28.731 $5.60 $5.88 $50.97 $53.51 Project Administrative Assistant $22.74 $23.88 $34.57 $36.30 $7.08 $7.43 $64.39 $67.61 Contract Administrator $27.03 $28.38 $41.09 $43.15 $8.41 $8.83 $76.53 $80.36 Graphics Specialist $25.43 $26.70 $38.66 $40.59 $7.911 $8.311 $72.00 $75.60 Bill Rates are based on current 2011 rates. Note: All travel will be billed per WSDOT Travel Regulations; All sub-consultant costs and direct reimbursables will be at cost with no mark-ups,and The max.rates include 5°o escalation. 2/28/2011 Exhibit F-Overhead Cost OTAK, Inc. Overhead Schedule :�1lt��,Jr�-12f 3Tfpc, Proposed Audit ACCEPTED Account Title Overhead Casts Adjustments OVERHEAD COSTS Direct Labor Base 502.00 Direct Cost Payroll $14,111,628.00 $/4,111,fi28.00 Total Direct Labor Base 514,111,628.00 50-OD $14,111.628.00 Overhoad Costs 602.OD Indirect Cost Payroll $7,766,897.00 $7.766,897.00 602.01 Indirect Cast Payroll-Prom Tim 515,575.00 515,575.00 6D2.99 Indrct Cst Pyrll-Mrk Lbr Unl -S285,708.00 -5285,70B.D6 604.00 Vacation&Comp Salaries $1,556,665.00 51.556,665.00 604.01 Sabbatical Leave Expanse $70,963.00 570,963.00 606.00 Auto Allowance 50.00 $0.00 608.00 Payroll Texas 5301783.00 $30,783.00 608.01 Payroll Taxes-FICA ER Expense S1,784,423.00 $1,784,423.00 6D8.02 Payroll Taxes-5UIER Expense 5140.018.00 $140,018.00 608.03 Payroll Taxos-WBFT ER Expense $6,001.00 $6,001.00 608.04 Payroll Taxes TriMat ER Expens $76,800.00 576,800,00 60B.D5 Payroll Taxes-WA L&I ER Expens $0.00 50.00 616.00 Continuing Education $13,107.00 $13,107.00 612.00 Employee Housing 56,621.00 $6,621.00 614.OD Employee Recruiting S44.118.00 $44,118.00 616.00 Employee Relocation Expenses $4,95100 $4,953.00 618.00 Employer Contribution401(k) S212,508.00 S212,5081DO 620.00 Flax/4011k)Administr Exp $9,087.00 $9,087.DD 621.00 Fringe Benefit-Other S38,08B.Oo 538,088.00 622.00 Health Insurance Claims $2,486,999.DD $2,486,999.DD 624.00 Health lnsuranco-Employeas $1601998.00 $180,998.00 626.00 Life&LTD insurance-Employaos $121,090.00 S121,090.00 628.OD Prof.Dues,Publetns,Sbscrpt. $140,386.00 $140,386.00 630.00 Professional Fees&Licenses $22,546.00 522.546.00 650.00 Travel-Education $77,862.00 $77.862.00 650.01 Travat-Employao Commutng Exp-, SO.00 $0.00 675.00 UAE: Employee End Sorvc Banft 50.00 $0.00 695.00 Bonuses $160,947.00 580,200.00 S80,747.00 695.01 Bonuses-Safoty 517,211.00 S17,211.0D 695.02 Bonuses-Stock Award $0.00 $0.00 695.03 Guaranteed Minim Bons-HLB Oti, 5115,296.00 5315.296.00 695.04 Severance Pay $231,986.00 $21-1,986.00 696.00 felon-Employee Compensation $0.00 $0.00 697.00 Deferred Compensation $D.00 $0.00 698.DO DeforrdCmpnstn-StckCmpnsEx; $0.00 $0.00 702.00 Bank Charges&Fees 534,069.00 $34,059.00 704.OD Business Ds,Licns&Mombrshps 553,613.00 553,613.00 706.00 Business Meals(inside) 523,96100 523,952.00 706.01 Business Meeting Exp-Offsito $1.106.00 51,106.00 708.00 Business Moals-DiroctSales $25,306.00 525,306.00 710.00 Business Subscriptns&Pbictns $31,489.00 $31,489.00 712.00 Contributions $0.00 $0.00 714.00 Entertainment $0.00 $0.00 716.00 Equipment Rental $145,035.00 $145,035.00 720.00 Insurance-Business $486,249.00 $486.249.00 722.00 Janitorial Services 575,943.00 $75,943.00 724.00 Legal Claim Settlements $0.00 50.00 726.00 Maintenance&Repairs 5148,813.60 5148,813.00 728.00 Miscellaneous -$89.DD -589.00 729.00 Moving Expense $3,109.00 $3.105.00 730.00 Oportng and GonriSuppis Expns 5211,956.00 5211,956.00 732.00 OHice Pont $1,615,741.00 51,615,741.00 732.01 Offc Rnt-Comm Ar Mm(CAM)Ch S211,199.00 5:11.199.00 732.02 Office Rent-Utilities Pd Lassr $90.037.00 $90,037.00 732.03 Office Rent-Deferred RntExpns $0.00 50.00 732.04 Office Ront-SubLeaso Income -59,768.00 -S9,768.00 734.00 Office Functions 50.00 734.01 Discretionry Rocgntn PI Dstrbt 525,688.00 525,688.00 736.00 Postage&Freight S53,023.0D $53,023.00 738.00 Printing&Graphic $88.00 $88.00 740.00 Professnai/Lgl&Accntng Srvcs $484,657.00 5484,657.00 742.00 ProfessionalSorvices-0thor S154,000.00 5154,000.00 744.00 Protective Services $11,650.00 511,650.60 746.00 Telephone&Alarm Systems 5362.334.00 $362,334.00 748.00 Temporary Clerical Services 519,670.00 519,670.00 750.00 Travel-Offica&Direct Sales $184,308.00 $184,308.00 750.01 Travol-Auto Rental $13,671.00 513,671.00 750.02 Travol-Milaago Reimbursed 561,077.00 $61.077.00 Exhibit F-Overhead Cost OTAK, Inc. Overhead Schedule fL8-12131618 Proposed Audit ACCEPTED Accouni7itlo OvorhoodCosts Adjustments OVERHEADCOSTS 752.00 VAE:TonderFoo MOD $0.00 754.00 VAE:Sponsorship Foos $0.0D $0.00 756.00 Utilities $30,659.00 530,659.00 758.00 Vehicle Expenses $73,88100 573,88100 769.00 Computer Supplies $99,698.00 $99,698.00 770.D0 Internet Services Expense $9,365.00 $9,365.00 772.00 Outside Computer Services $59,642.00 $59,642.00 774.00 Software Program Expenses 5152,710.00 5152,710.00 776.00 Equipment Lease 531,113.00 531,113.00 777.01) Telephone Equipment Lease $090 $0.00 778.OD Vehicle Leasas 5105,547.00 $105,547.00 788.01) Photography&Film Expense $0.00 SO.DD 791.00 Amortisation $191.00 5191.00 792.00 Depreciation $650,542.00 5850,542.00 793.00 Income Tax Expense $0.00 $0.00 794.00 OthorTaxas 5425,146.00 $426,146.00 795.OD Prior Period Tax Adjustment SO.00 50.00 796.00 Sales Tax Paid S227.709.00 S27,709.00 797.00 Overhead Allocation $0.00 50.40 797.01 Overhead Exponso-RoAllocatod $0.00 $0.00 420,00 Discounts Earned -$2,601.00 -$2,601.00 521.428,760.00 $80,200.00 521.348,560.00 Overhead Rate 151.85 15 151.28 1.e Facilities Capital Cost of Money 0.743% Total Overhead Rate and FCCM 152.02% Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT: GenFgineors_faLgeotechnical PerinR Trans,poAadon F__ngin_?erinn NnrthWest r_traffic engineering DOT Forth 140-089 EF Exhibit G Revised 8105 Exhibit G-1 GeoEngineers Subconsultant Fee Determination --Summary Sheet Project: City of Renton- Highlands to Landing Pedestrian Connection Direct Salary Cost(DSC): Base Classification Labor Flours Rate - Cost Principal 15 X $60.00 = $900 Project Engineer/Scientist 21 X $40.00 = $840 Engineer/Scientist 2 18 $32.00 $576 Technician 4 $25.00 $100 Project Assistant 8 $22.00 $176 Project Administrator 6 $20.00 $120 72 Total DSC - $2,712 Overhead (OH Cost-- Including Salary Additives): OH Rate x DSC of 211.80% X $2,712 = $5,744 Fee Fee Rate x DSC of 30% X $2,712 = $814 Reimbursables: Mileage $50 Reproduction $100 Field Equipment $50 Total Reimbursables - $200 Project Total $9,470 Prepared By: Date: L:\CONTRACT\Unassigned Tree\31796geoFeeEstimate 2/24/2011 Exhibit G-1 Transportation Engineering NorthWest Subconsultant Fee Determination --Summary Sheet Project: City of Renton- Highlands to Landing Pedestrian Connection Direct Salary Cost(DSC): Base Classification Labor Hours Rate - Cost Principal 60 X $82.50 = $4,950 Design Manager 36 X $77.50 - $2,790 Project Engineer 112 X $65.00 - $7,280 208 Total DSC = $15,020 Overhead (OH Cost-- Including Salary Additives): OH Rate x DSC of 75% X $15,020 - $11,265 Fee Fee Rate x DSC of 30% X $15,020 = $4,506 Reimbursables: Miscellaneous Travel/Mileage X $ 0.50 Total Reimbursables = Subconsultant Costs Total Subconsuitants - Project Total, Phase 1A and 1B $30,791 Prepared By: jri�J ( Date: 17-Jan-11 C:\Documents and Settings\tonya\Local Settings\Temporary Internet F Iles\Content.Outlook\Ob1WUSDIRU\3179 GTE NW FeeEsdffi 1ta011 GeoEnoineers,Inc. Overhead Schedule For The Year Ended December 31,2009 Financial Statement GeoEngineers WSDOT Allowable Description Amount Adj. Adj. RCE Costs % Direct Labor Base S 11,091.918 (73,036) A 11.018,SS2 100,00°6 Fringe Benefits Payroll Tmcs 1,830.678 (93,100) B 1.737,579 15.774,:. Group Insurance 1,972,076 - 1,972,076 17.90% Worker's Compensation 173,082 - 173,032 I.57?•o Vacation,Holiday and Sick Pay 2,753,377 - 2,753.377 2.1.99,,0 ProfiLShating and 401(k)Contributions 654,575 - 654,575 5.9:1".•; Bonuses and severance pay 1,416,183 (1,278,745) (65,59,1) C,T.0 71,545 0.65q'. Fringe Bcnefit Adjustment(Marketing) (63,668) W (65.668) -0.62% Total Fringe Benefits 8,799.971 (1.371.845) {133.562) 7.293.56.1 66.190'4 General 0,verhead Non-Billable Ubor 10,654,720 (491,419) (1,7.15,000) A,B,S 8,415272 76.37%b Unreimbursed overtime for salaried staff (1,253,039) (1 233,039) -11.37% O1Ficc Rcnt3,Maintenance 2,881.440 (66,)00) D 2,815,440 25.55% Telecommunications 479,647 (140) A 179.507 4.35% Taxes 570,795 (56,513) E 514,253 4.671; Stationcry'and Supplies 305,414 (33,940) B,F 2711473 2,46 0,0 Administwive Travel 571,712 (1,928) B 569,784 S.17% Prajessiortrd Dues,Meetings 8;Liccros s 346;758 (48,429) 13 298.330 2.71.5 Depreciation 8�?,855 5,212 G S28,067 7.51°i+ Equipmcrt Rental&Maintenance M,268 - 533?63 4.54% Bad Debt 71,9(4 (71,964) H - 0,0W14 Professional Consultants 329,752 (52,149) 1,R 277,603 2.52% Business Developmenalarketing and Proposals 557,8S8 (432,113) B 125,775 1,14% Field and Laboratory Supplies 158,660 53,022 211,682 192 6 Insurance 589,518 135,666 1 725.484 65830 Computer Winienancc and Soflnmre 997,076 - 997,076 9.050•., Recruiting and Relocation 324,360 (205,230) (1,500) N,V 117,630 I.01% Amortization.of GoDd%%ill 410,532 (410,532) O 0.00 1,6 Contributions 45,523 (45,523) P Fincs1pcnaltics1t=lJoxablc 8,516 {8,5)6) Q - 0.0096 Computcr technology offset (1,3$8,245) 1,388245 L 0.00'.-0 Organizational/Acquisition Costs (29.420) M {29,320) -0,270. Total General Overhead 18.019,414 (371,699) (1.749.500) 15,598.216 144,28% Total Fringe Benefits and General Overhead S 26.819.386 (1.7,13:5.13) (1.884.062) 23.19L780 210.47% Overhead Rate(Less FCC) 241.79so 2-17,57% 210.47°,6 Facilities Capital Cost of Money 145,964 K 145.964 1.32 16 23,337,746 Overhead Rate(Includes FCChf) 211.80"6 Goe&igineers-Reviewed i Accepled-105WIQ M17S "Overhead Rote subject to Andit" References GwEngineers,lim prepared internally GcoEngincers,Inc.Adjustments: A Overtime premium totaling$73.036 on direct labor and Sl 3.018 on indirect labor unallowable lxr 49 CFR 22.103-1, ?'.1034(g)and WSDOT Overtime Policy, B Marketing costs unallo)vablc per49 CFR 31,205-1(f)b .LASHTO Audit Guide,6-3. C Bonuses unallowable per 48 CFR 31."05-6(t)&WSDOT Bonus Policy. ❑ Common control adjustment per 48 CFR 31.205.36(b)(3). F. State income taxes unaltow,able pi-r 48 CFR 31.2051-1 l(b)(1). F Meals unallowable per 48 CFR 31.1-05014. GeoEngineers,Inc. Overhead Schedule For The Year Ended December 31,2009 FinaocFnl Statement GcoEnglaters WSDOT Allawrible Description Amount Adj. Adj. Red Costs % G loss ail sale of equipment unallowable per 48 CFR H Mid dcbu unallowable per 43 CFR 31,205.3. 1 Remove tee for income tax preparation unallowable per•.8 CFR 31,20541(b)(1),31?01-6(a)&t WSDO'f Policy. J Remove kcytnan insurance expense utmllouablc per 43 CFR K Facilities capital cost money permitted by 48 CFR 15.404-1c(3). 1. Credit for computer technology added back to overhead because not permitted as direct expense 4l tinadlowable expenses associated with potential acquisition.43 CFR 31205.27. N Recruitment costs unallowable per 45 CFR 31.205-34. O Goud%ill unallowable per 43 CFR 31.205.49. P ContnIlUtioits unallowable per 43 CFR31:205-3, Q Penalties utallowable per 48 CFR 31:_'05-15(a). R Curtain lceal ft%n unallowable per 4S CFR 31.205-3,31.207-27(a),31.20547(3)(2)and 31205-I7(f)(5). WSDOT Adjustments S Adjustment for reasonableness par43 CUR 31.201-3-Adjustment in the amountofS1,745.000 made to adjust indircel labor as a.percent of the direct labor!arse equal to 65 p•:Tent.Direct labor has dropped to pre-2003 revels,which indirectlabot has increased. T Severance pay in the amount of 535.826 is unallowable per 48 CFR 31.201-2(c)-Amount%as paid to an cmploytic as a severance payment for separation during 2003.A bonus was promised to the emplayca,yet fitil payment was not made during the year of separation.The final payout iwts made during 2009. U GaWcn 3landcuffpaymcnt unallowable per 48 CFR 31205.6(1)(1)-S30;063 payment was made as a term ofan employment contract with a new shareholder hired during 2003.Employe is required to stay with the firm for a minimum of three years.In exchange,the firm was to make three pmnts of the Company's stock valued at approximately SI5,0W each tint. v S1.5o0 Relocation bonus unallowable per 43 CFR 31.205-6(Q and 2005 AAS1iTO Chapter 5-this bonus is not parfommncc based and therefore is unallowable_ W Fringe tvnefiis directly related to marketing labor unallowable per43 CT•R 31,201.6.-[rased on WSDOT calculatioas,fringe benefits directly related to marketing arc S 161,7G3 so an adjusurient of 568,663 was nce:ded in addition to GeoEngincer's adjustment of 593,100. iliwo 11J Exhibit G-3 Breakdown of Subconsultants Overhead Cost Transportation Engineering Northwest, LLC FY2010 Account Title $ Beginning Total % of Direct Labor Direct Labor 991,222 100.0% Overhead Expenses Unemployment - 0.0% Health/Accident Insurance 54,727 5,5% Medical Aid & Industrial Insurance - 0.0% Holiday/Vacation/Sick Leave - 0.0% Commission/Bonus/Pension 424,724 42.8% Total Fringe Benefits 479,451 48.4% General Overhead State B&O and Local Taxes 34,767 3.5% Insurance (General/Professional Liability) 13,852 1.4% Administration & Time Not Assignable 64,661 6.5% Printing, Stationery & Supplies 1,077 0.1% Professional Services 3,713 0.4% Travel Not Assignable 18,664 1.9% Telephone & Telegraph Not Assignable 16,271 1.6% Fees, Dues & Professional Meetings 4,198 0.4% Utilities & Maintenance 13,603 1,4% Professional Development 3.718 0.4% Rent/Lease 75,431 7.6% Equipment Support 9,486 1.0% Office, Miscellaneous & Postage 4,436 0.4% Total General Overhead 263,877 26.6% Total Overhead (General + Fringe) 743,328 75.0% Overhead Rate (Total Overhead/Direct Labor) �� 0.750 Overhead Analysis Prepared by Transportation Engineering Northwest. LLC For Fiscal Year 2010 �00 Exhibit H Title VI Assurances During the performance of this AGREEMENT,the CONSULTANT, for itself, its assignees,and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY,Title 49,Code of Federal Regulations,Part 21, as they may be amended from time to time(hereinafter referred to as the"REGULATIONS"),which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non-discrimination: The CONSULTANT,with regard to the work performed during the AGREEMENT, shall not discriminate on the grounds of race, color, sex,or national origin in the selection and retention of sub-consultants, including procurement of materials and leases of equipment.The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub-consultants,Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub-contract, including procurement of materials or leases of equipment, each potential sub- consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT'S obligations under this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books,records, accounts, other sources of information, and its facilities as may be determined by AGENCY, STATE or the Federal Highway Administration(FHWA)to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information,the CONSULTANT shall so certify to the AGENCY, STATE or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the CONSULTANT'S non-compliance with the non- discrimination provisions of this AGREEMENT,the AGENCY shall impose such AGREEMENT sanctions as it,the STATE or the FHWA may determine to be appropriate, including, but not limited to: • Withholding of payments to the CONSULTANT under the AGREEMENT until the CONSULTANT complies, and/or; • Cancellation,termination, or suspension of the AGREEMENT, in whole or in part DOT Form 140-089 EF Exhibit H Revised 6/05 �40 �Vj 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs(1)through (5) in every sub-contract, including procurement of materials and leases of equipment,unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub-consultant or procurement as the AGENCY, STATE or FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however,that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub-consultant or supplier as a result of such direction,the CONSULTANT may request the AGENCY and the STATE enter into such litigation to protect the interests of the AGENCY and the STATE and, in addition,the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. 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 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 �60 �M) 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 FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. • If mutual agreement is not reached,the agency and consultant may seek settlement by arbitration or by litigation. 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 ag(Mi �J ree 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. Exhibit M-1(a) Certification Of Consultant Project No. Local Agency City of Renton 1, I hereby certify that I am � /4fVV—V"bT and duly authorized representative of the firm of Otak, Inc. whose address is 10230 NE Points Drive, Suite 400,Kirkland, WA 98033 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 Washin on State Department of Transportation and the Federal Highway Administration,U.S.De artment of Transportation in connection with this AGREEMENT involving participation of F deral-aid highwa funds, and is subject to applicable State and Federal laws,both criminal and vil. ate 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 Renton , 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 Washin on State Department of Transportation and the Federal Highway Administration,U.S.D artment of Transportation, in connection with this AGREEMENT involving participation of F deral-aid highw y funds, and is subject to applicable State and Federal laws,both criminal and ivil. 3111 ✓c� 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. IL 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): Otak,Inc. VZ.A&W (date) (Signature)Presi ent or Authorized dfficial f Consultant DOT Form 140-089 EF Exhibit M-2 Revised 6/05 Exhibit M-3 Certification Regarding The Restrictions of The use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: 1.No federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment,or modification of any Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, 'Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31,U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Consultant(Firm): Otak, Inc. 3 18 1 i 4� ✓L- (Date) (Signature)President or Authorized O icial of Consultant DOT Form 140-089 EF Exhibit M-3 Revised 6/05