HomeMy WebLinkAbout102714_ca05Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, PE A'V
Public Works Director / County Engineer
Agenda Date: October 27, 2014
Subject: Civil Engineering Standard Consultant Agreement for:
West Uncas Road, Salmon Creek Culvert Replacement
Statement of Issue:
Standard Consultant Agreement with Shearer Design, LLC of Seattle, WA for providing engineering
services for the West Uncas Road, Salmon Creek Culvert Replacement.
Analysis /Strategic Goals /Pro's ft Con's:
The West Uncas Road Replacement Culvert project is a transportation improvement project included
in the officially adopted 2014 -2019 Transportation Improvement Program (TIP) as Item No. 23. The
project will replace a deteriorated metal culvert with concrete box culvert. This site has been a
chronic fish passage problem requiring yearly maintenance for over 5 years. Should this culvert fail it
will significantly impact the substantial restoration work that has been completed to the north where
Salmon Creek joins South Discovery Bay.
This agreement will provide engineering services by Shearer Design for the Preliminary Engineering
(PE) phase. The required engineering services for this project may consist of: PSftE development
(Plans, Specifications It Estimate), Hydraulic Analysis, Geotechnical Analysis and Load Rating.
Fiscal Impact/Cost Benefit Analysis:
This Standard Consultant Agreement, for engineering services, is for $76,241. This project is funded by
a $98,200 RCO Salmon Recovery Funding Board (SRFB) Puget Sound Acquisition and Restoration (PSAR)
Grant.
Recommendation:
The Board is asked to execute the three (3) originals of the Professional Services Consultant
Agreement with Shearer Design, and return (2) signed originals to Public Works (attn. Eric Kuzma).
Department Contact:
Eric Kuzma, Project Manager, (360) 385 -9167
Reviewed By:
-/I
lUl�iY
Morley, `tv y ministrator Date
Local Agency
Standard Consultant
Agreement
®Architectural /Engineering Agreement
❑ Personal Services Agreement
Agreement Number
14 -1021 P
Federal Aid Number
Agreement Type (Choose one)
❑ Lump Sum
Lump Sum Amount $
❑ Cost Plus Fixed Fee
Overhead Progress Payment Rate
Overhead Cost Method
❑ Actual Cost
❑ Actual Cost Not to Exceed
❑ Fixed Rate
Fixed Fee
®Specific Rates Of Pay
® Negotiated Hourly Rate
❑ Provisional Hourly Rate
❑ Cost Per Unit
Index of Exhibits (Check all that apply):
Consultant/Address/Telephone
Shearer Design, LLC
3613 Phinney Ave. N. #13
Seattle, WA 98103
Project Title And Work Description
Engineering for:
West Uncas Road, Salmon Creek
Culvert Replacement
DBE Participation
❑ Yes ®No %
Federal ID Number or Social Security Number
90- 0949003
% Do you require a 1099 for IRS? Completion Date
❑ Yes ®No 12/31/16
Total Amount Authorized $ 76,241
Management Reserve Fund $ 0
Maximum Amount Payable $ 76,241
®Exhibit
A -1 Scope of Work
®Exhibit
G -2 Fee -Sub Specific Rates
❑Exhibit
A -2 Task Order Agreement
®Exhibit
G -3 Sub Overhead Cost
❑Exhibit
B -1 DBE Utilization Certification
®Exhibit
H Title VI Assurances
®Exhibit
C Electronic Exchange of Data
®Exhibit
I Payment Upon Termination of Agreement
❑Exhibit
D -1 Payment — Lump Sum
®Exhibit
J Alleged Consultant Design Error Procedures
❑Exhibit
D -2 Payment — Cost Plus
®Exhibit
K Consultant Claim Procedures
®Exhibit
D -3 Payment — Hourly Rate
El
Exhibit L Liability Insurance Increase
❑Exhibit
D -4 Payment — Provisional
®Exhibit
M -la Consultant Certification
E -I Fee Consultant Fee Determination
®Exhibit
M -lb Agency Official Certification
-[]Exhibit
®Exhibit
E -2 Fee Specific Rates of Pay
®Exhibit
M -2 Certification — Primary
❑Exhibit
F Audited Overhead Rate
❑Exhibit
M -3 Lobbying Certification
®Exhibit
G Subcontracted Work
❑Exhibit
M -4 Pricing Data Certification
®Exhibit
G -1 Subconsultant Fee
❑App.
31.910 Supplemental Signature Page
THIS AGREEMENT, made and entered into this day of 55
between the Local Agency of Jefferson County, Washington, hereinafter called the "AGENCY ", and the
above organization hereinafter called the "CONSULTANT ".
DOT Form 140 -089 EF
Revised 3/2008
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page I of 40
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.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 2 of 40
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.
IV Time for Beginning and Completion
The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in
writing by the AGENCY.
All work under this AGREEMENT shall be completed by the date shown in the heading of this
AGREEMENT under completion date.
The established completion time shall not be extended because of any delays attributable to the
CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY,
or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions
beyond the control of the CONSULTANT. A prior supplemental agreement issued by the AGENCY is
required to extend the established completion time.
V Payment Provisions
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT.
Such payment shall be full compensation for work performed or services rendered and for all labor, materials,
supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform to all
applicable portions of 48 CFR Part 31.
A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the
State Auditor, WSDOT External Audit Office and/or at the request of the AGENCY' S PROJECT Manager.
VI Sub - Contracting
The AGENCY permits sub - contracts for those items of work as shown in Exhibit "G" attached hereto and by
this reference made part of this AGREEMENT.
Compensation for this sub - consultant work shall be based on the cost factors shown on Exhibit "G."
The work of the sub - consultant shall not exceed its maximum amount payable unless a prior written approval
has been issued by the AGENCY.
All reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the sub - consultant shall
be substantiated in the same manner as outlined in Section V. All sub - contracts shall contain all applicable
provisions of this AGREEMENT.
With respect to sub - consultant payment, the CONSULTANT shall comply with all applicable sections of the
Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011.
The CONSULTANT shall not sub - contract for the performance of any work under this AGREEMENT
without prior written permission of the AGENCY. No permission for sub - contracting shall create, between the
AGENCY and sub - contractor, any contract or any other relationship. A DBE certified sub - consultant is
required to perform a minimum amount of their sub - contracted agreement that is established by the WSDOT
Highways and Local Programs Project Development Engineer in consultation with the AGENCY.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 3 of 40
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 third party as a consequence of any act or omission on the part of the CONSULTANT'S employees
or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the
sole obligation and responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of the
contract, any professional or technical personnel who are, or have been, at any time during the period of the
contract, in the employ of the United States Department of Transportation, or the STATE, or the AGENCY,
except regularly retired employees, without written consent of the public employer of such person.
VIII Nondiscrimination
During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in
interest agrees to comply with the following laws and regulations:
Title VI of the Civil Rights Act of 1964
(42 USC Chapter 21 Subchapter V Section 2000d through 2000d -4a)
Federal -aid Highway Act of 1973
(23 USC Chapter 3 Section 324)
Rehabilitation Act of 1973
(29 USC Chapter 16 Subchapter V Section 794)
Age Discrimination Act of 1975
(42 USC Chapter 76 Section 6101 et seq.)
Civil Rights Restoration Act of 1987
(Public Law 100 -259)
American with Disabilities Act of 1990
(42 USC Chapter 126 Section 12101 et. seq.)
49 CFR Part 21
23 CFR Part 200
RCW 49.60.180
In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of
Exhibit "H" attached hereto and by this reference made part of this AGREEMENT, and shall include the
attached Exhibit "H" in every sub - contract, including procurement of materials and leases of equipment,
unless exempt by the Regulations or directives issued pursuant thereto.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 4 of 40
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.
In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the
actual costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of
work originally required which was satisfactorily completed to date of termination, whether that work is in a
form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of
employing another firm to complete the work required and the time which may be required to do so, and other
factors which affect the value to the AGENCY of the work performed at the time of termination,
Under no circumstances shall payment made under this subsection exceed the amount, which would have been
made using the formula set forth above.
If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S
failure to perform is without the CONSULTANT'S or its 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
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 5 of 40
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.
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.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 6 of 40
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.
D. Professional liability (Errors and Omissions) policy in an amount of not less than one million dollars
($1,000,000.00) combined single limit if any employee, agent or representative of the CONSULTANT
undertaking work in furtherance of or pursuant to this Agreement holds or is required to hold a
professional license issued by the State of Washington or any other state.
The Consultant shall include all subcontractors as insured under its insurance policies or shall furnish separate
certificates and endorsements for each subcontractor. All insurance policies provided by or on behalf of any
subcontractor of the Consultant shall comply with all terms and conditions of this "Legal Relations" section.
All contracts between the Consultant and their subcontractors for work to be performed in furtherance or
implementation of this contract shall contain the insurance provisions found herein.
Failure of the Consultant to take out and/or maintain any required insurance shall not relieve The Consultant
from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or
otherwise limit the obligations concerning indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County,
including its employees and other agents and agencies. It is further agreed by the parties that insurance
companies issuing the policy or policies required by this Agreement shall have no recourse against the County
(including its employees and other agents and agencies) for payment of any premiums or for assessments
under any form of policy. It is further agreed by the parties that any and all deductibles in the above described
insurance policies shall be assumed by and be at the sole risk of the Consultant.
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'S
insurance required by this Section shall be in all circumstances primary to any insurance available to the
AGENCY. Furthermore, any insurance provided to the AGENCY by any joint self - insurance liability policy
or Risk Pool under Ch. 48.62 RCW of which the AGENCY is a member or participant shall be non-
contributory. 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 (and only relevant or listed endorsements) 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.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 7 of 40
The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied
with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action
as is available to it under other provisions of this AGREEMENT, or otherwise in law.
Any insurance coverage for third party liability claim's provided to the County by a "Risk Pool" created
pursuant to Ch. 48.62 RCW shall be non - contributory with respect to any policy of insurance the Consultant
must provide in order to comply with this Agreement.
If the proof of insurance or certificate indicating the County is an "additional insured" to a policy obtained by
the Consultant refers to an endorsement (by number or name) but does not provide the full text of that
endorsement, then it shall be the obligation of the Consultant to obtain the full text of that endorsement and
forward that full text to the County.
The County may, upon the Consultant's failure to comply with all provisions of this contract relating to
insurance, withhold payment or compensation that would otherwise be due to the Consultant.
XIV Extra Work
A. The AGENCY may at any time, by written order, make changes within the general scope of the
AGREEMENT in the services to be performed.
B. If any such change causes an increase or decrease in the estimated cost of, or the time required for,
performance of any part of the work under this AGREEMENT, whether or not changed by the order,
or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make
an equitable adjustment in the (1) maximum amount payable; (2) delivery or completion schedule, or
both; and (3) other affected terms and shall modify the AGREEMENT accordingly.
C. The CONSULTANT must submit any "request for equitable adjustment ", hereafter referred to as
"CLAIM", under this clause within thirty (30) days from the date of receipt of the written order.
However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a
CLAIM submitted before final payment of the AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in
this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount
payable for this AGREEMENT, shall not be increased or considered to be increased except by specific
written supplement to this AGREEMENT.
XV Endorsement of Plans
If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other
engineering data furnished by them.
XVI Federal and State Review
The Federal Highway Administration and the Washington State Department of Transportation shall have the
right to participate in the review or examination of the work in progress.
XVII Certification of the Consultant and the Agency
Attached hereto as Exhibit "M- 1 (a and b)" are the Certifications of the CONSULTANT and the AGENCY,
Exhibit "M -2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary
Covered Transactions; Exhibit "M -3" Certification Regarding the Restrictions of the Use of Federal Funds for
Lobbying and Exhibit "M -4" Certificate of Current Cost or Pricing Data. Exhibit "M -3" is required only in
AGREEMENTS over $100,000 and Exhibit "M -4" is required only in AGREEMENTS over $500,000.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 8 of 40
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.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 9 of 40
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
"Execution Date" box on page one (1) of this AGREEMENT.
Shearer Design, LLC
Consultant (Please print)
David Shearer
Consultant's n27-1�
Consultant's Signature
Date
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
John Austin, Chair
Phil Johnson, Member
David W. Sullivan, Member
Ap oved as to form nly: P p
J
David Alvare Date
Deputy P e
!o •
Mo R inders, PE Date
Public Works Director, County Engineer
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 10 of 40
Exhibit A -1
Scope of Work
West Uncas Road, Salmon Creek Culvert Replacement
PROJECT #: 18019340
The objective of this Agreement is to provide professional services necessary for the preparation of reports,
plans, specifications, and estimates (PS &E) for the construction of a culvert replacement at West Uncas Road
milepost 0.804, in unincorporated Jefferson County, Washington. The existing culvert has been identified by
the AGENCY as in poor condition and restricting fish passage. The CONSULTANT shall design a
replacement structure that conforms to WDFW criteria for fish passage. The Agreement is scoped based on
the assumption that the replacement culvert will be a pre -cast, reinforced concrete three sided structure. The
design will be based on the previous studies by WDFW (Washington Department of Fish and Wildlife) the
AGENCY furnished topographical survey, as well as geotechnical report & hydraulics report prepared by the
CONSULTANT under this contract.
The CONSULTANT will subcontract the hydraulic & geotechnical services.
The CONSULTANT will perform all services and furnish all materials necessary to accomplish the following
work items:
TASK 1 — PROJECT MANAGEMENT
This task includes all necessary work to plan and manage the tasks performed by the CONSULTANT and
SUB - CONSULTANTS and provide the deliverables for each task on time and within the budget. Task items
include:
1.1 Progress Meetings
Meetings with the AGENCY will be held periodically to make important decisions, coordinate work activities
and keep the AGENCY informed of progress to date. Frequency of meetings will depend on the project
requirements at the time. Meetings may be held via telephone.
1.2 Scheduling, Progress Reports and Billings
The CONSULTANT will coordinate work activities with the AGENCY and the SUB- CONSULTANTS and
ensure that work products are delivered on time and meet appropriate standards. The AGENCY will prepare
and maintain an overall schedule for the project. The CONSULTANT will prepare and keep up to date a
schedule identifying all major tasks to be performed by them or their SUB- CONSULTANTS for the project.
The CONSULTANT will provide the schedule within 2 weeks after the notice to proceed.
The CONSULTANT will include brief monthly progress reports and schedule updates along with monthly
invoices. Progress reports will contain information on major activities, anticipated actions, and outstanding
issues to be resolved.
Notwithstanding circumstances outside of the CONSULTANTS' control, the CONSULTANT shall meet the
following deadlines:
TASK
Delivery Due on or Before Date
30% PS &E
1/15/15
60% PS &E
3/1/15
90% PS &E
511115
Final PS &E
6/1/15
Approved permits (to be acquired by Jeff. Co.)
6/1/15
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page l 1 of 40
Deliverables:
1. Critical Path Schedule for CONSULTANT tasks (MS EXCEL bar chart or equivalent), updated
monthly: Electronic files.
2. Monthly Progress Reports and invoices.
1.3 Quality Assurance Reviews
The CONSULTANT will provide Quality Assurance (QA) review of all documents. All task memos, reports,
and other significant work products will be reviewed prior to issuance. The CONSULTANT will schedule all
reviews for timely delivery of work products. This QA review shall be considered incidental to other tasks and
will not be budgeted for or paid for independently.
1.4 Managing Sub - Consultants
The CONSULTANT will arrange and manage all SUB- CONSULTANT contracts. Contracts will be solely
between the CONSULTANT and the SUB - CONSULTANT. The CONSULTANT will be responsible for
coordinating all SUB- CONSULTANT activities, and ensuring that the SUB - CONSULTANT remains on
schedule and budget, and provides a quality product.
TASK 2 - PLANS. SPECIFICATIONS AND ESTIMATE (PS &E
The focus of this task will be preparation of the plans, specifications, and estimate of construction costs for the
culvert replacement. Culvert replacement plans shall be prepared in general conformance with the WSDOT
Design Manual, and the WSDOT Plans Preparation Manual. The CONSULTANT will complete these
elements of the bid package and stamp the appropriate plan sheets and specifications. A pre -cast concrete 3-
sided or 4 -sided box culvert design is assumed for this contract.
2.1 Structural Design
This scope of work is based on the CONSULTANT performing the structural engineering analysis necessary
to size /design the culvert foundation, walls and roof per the current AASHTO LRFD Bridge Design
Specifications, including an HL -93 vehicular live load
Deliverables:
A. Structural Design Calculations (scanned PDF file).
2.2 Civil Design
The CONSULTANT will perform the civil engineering analysis necessary to ensure that the roadway and
roadside features meet applicable standards for an asphalt rural local access road and meets fish passage and
channel geomorphic stability requirements. It is anticipated that the existing roadway width will be
maintained and that there will be bridge rail with approach guardrails.
2.3 Plans, Specifications and Estimate
The CONSULTANT will prepare plans for the construction of the culvert replacement in general conformance
with the WSDOT plans preparation manual.
The CONSULTANT will be responsible for preparing the project specific special provisions. The AGENCY
will prepare the amendments, Division 1 special provisions, boiler plate contract documents, and perform the
final assembly of the bid package.
The CONSULTANT will provide a construction estimate, and will fill in the bid items and quantities on an
agency - provided bid proposal form.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 12 of 40
Deliverables:
Submittals are defined as follows:
30% PS &E
• Drawings –electronic AutoCAD file, and l l x 17 PDF
60% PS &E
• Drawings –electronic AutoCAD file, and 11x17 PDF
• Preliminary specifications -- electronic, word format
• Cost estimate electronic, excel spreadsheet format
90% PS &E
• Complete Drawings –electronic AutoCAD file, and l lx17 PDF
• Complete Specifications -- electronic, word format
• Cost estimate electronic, excel spreadsheet format
100% PS&F
• Stamped Drawings —electronic AutoCAD file, 11x17
• 11 x 17 PDF, 11 x 17 hard copy
• Stamped Specifications – electronic, word format, and stamped cover sheet in PDF format
• Cost estimate – electronic, excel spreadsheet format with backup calculations
• Bid Proposal – PDF format.
TASK 3 - ENVIRONMENTAL SERVICES
The AGENCY will be responsible for coordinating, and applying for all project permits. The CONSULTANT
will define the project APE (Area of Potential Effect).
TASK 4 - HYDRAULIC ANALYSIS
The general focus of this task will be review of the existing condition, and the proposed wider project
condition. Included will be hydraulic analysis of the stream channel and flow characteristics at the project site
in order to develop design parameters for the new stream crossing structure. A hydraulic report will be
generated that summarizes this information. The hydraulic report will be a stand -alone document.
4.1 Data Collection and Review
CONSULTANT will collect and review existing data for the site. This will likely include: historical aerial
photos, ground photographs, topographic and/or LiDAR data, County inspection and maintenance records
including photographs and information regarding past flood damage, County stream and road survey data,
relevant County GIS data, and flow data available for Salmon Creek. This task will also include review of the
WDFW preliminary design report, design drawings, topographic survey information, and available design
calculations. It is anticipated that the AGENCY will be able to help obtain or provide many of these items.
4.2 Field Reconnaissance
CONSULTANT'S lead principal and a senior engineer will inspect the crossing and stream. They will
examine the characteristics of the crossing and its interaction with the stream channel. They will conduct a
stream gradation pebble count, and collect data that will help characterize the geomorphic and hydraulic
processes that are active within the stream and that influence the performance of the crossing. They will
visually examine the stability of the longitudinal profile and the lateral stability of the stream channel to
determine if grade control and/or erosion protection countermeasures may need to be included in the design.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 13 of 40
It is assumed that the topographic data collected by WDFW and the AGENCY will be sufficient for
developing a hydraulic model of the crossing in order to determine hydraulic properties of the proposed
crossing, and that no additional survey data will be required.
4.2.1 Input to Site Survey and Processing of Data
If additional survey is required the CONSULTANT will communicate with the surveyor to make sure they
have a clear understanding of what to collect. Once the survey data is received, CONSULTANT will review
and process the data so that it can be used efficiently in the hydraulic and channel stability tasks below.
4.3 Hydrology
It is assumed that the crossing will need to be designed to meet both WDFW requirements for fish passage and
WSDOT hydraulic design standards which call for bridges (and culverts greater than 20 feet in length) to
safely pass the 100 -year annual instantaneous peak discharge with adequate freeboard to pass debris. The
hydraulic SUB - CONSULTANT will discuss the design requirements with the AGENCY to make sure that the
correct standards are used.
Flow records from the existing DOE gage and historical WDFW gage on Salmon Creek will be used to
determine project design discharges. It is assumed that flow data for Salmon Creek is available and adequate
for the peak flow analysis. If not, CONSULTANT will calculate peak flows using available flow records at
neighboring streams, or using published USGS regional regression equations. CONSULTANT will
recommend / select the final design values based on the best available information. It is assumed that the final
culvert design will meet WDFW No -Slope or Stream Simulation culvert design requirements, and that an
estimate of low flow fish - passage design flows will not be required.
4.4 Hydraulics, Channel Stability, and Crossing Concept
4.4.1 Hydraulic Analysis
A HEC -RAS computer model of the channel, adjacent floodplain, and road crossing will be constructed in
order to evaluate hydraulic conditions and to determine the appropriate culvert opening size. CONSULTANT
will construct the model using available WDFW channel survey, and use engineering judgment to refine
model parameters. The hydraulic model results will be used to help assess channel stability, culvert capacity
and freeboard, and to evaluate possible countermeasures (see next two tasks).
4.4.2 Culvert Concept Identification
Prior to beginning the PS &E the CONSULTANT will work with the AGENCY to identify the most promising
culvert replacement option for the crossing. The design will build upon the preliminary design concepts and
alternatives analysis already completed by WDFW. Final design selection will need to adhere to state fish
passage requirements, and consider other environmental regulatory requirements. CONSULTANT will
develop preliminary concept drawings for their preferred alternative.
4.4.3 Channel Stability and Erosion Countermeasure Concepts
The hydraulic data generated in the preceding task, together with review of existing data and observations
made during the site inspection will be used to determine if channel stability (scour and erosion) and / or
sediment deposition will likely be a concern at the crossing. To the extent possible CONSULTANT will
design a culvert crossing that will not need significant scour and erosion protection. However, if
countermeasures are needed, CONSULTANT will prepare details to incorporate into the final drawings.
4.5 Hydraulic Report
CONSULTANT will prepare a concise technical report that will document the methods and results of the
investigation. CONSULTANT will submit a draft report to the AGENCY for review. Upon receipt of
comments, CONSULTANT will prepare a final report.
Deliverables:
1. Hydraulic Report
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 14 of 40
TASK 5 - GEOTECHNICAL ANALYSIS
The focus of this task will be site exploration and engineering analysis as required to develop design
parameters and loads for the structure foundations at the project site.
5.1 Field Work
• Review of available geotechnical and geological data
• Two borings to maximum 50 ft.
• Laboratory testing'
• Summary Report
5.2 Engineering Analysis.
• Seismic recommendations
• Culvert backfill recommendations
• Abutment load recommendations
• Foundation type recommendations
• Site work recommendations
Deliverables:
1. Draft Geotechnical Report
2. Final Geotechnical Report
TASK 6 — LOAD RATING
The CONSULTANT shall perform a load rating for the structure in accordance with the latest edition of the
AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating (LRFR) of Highway
Bridges, and the latest WSDOT requirements.
Deliverables:
• Load Rating Report
FUTURE TASKS THAT THE CONSULTANT MAY BE CONSIDERED FOR:
1. Construction support services
END OF SCOPE OF SERVICE
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 15 of 40
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
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 16 of 40
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 31.
Hourly Rates: The CONSULTANT shall be paid by the AGENCY for work done, based upon the
negotiated hourly rates shown in Exhibits "E" and "F" attached hereto and by this reference made part of
this AGREEMENT. The rates listed shall be applicable for the first twelve (12) month period and shall
be subject to negotiation for the following twelve (12) month period upon request of the CONSULTANT
or the AGENCY. If negotiations are not conducted for the second or subsequent twelve (12) month
periods within ninety (90) days after completion of the previous period, the rates listed in this
AGREEMENT, or subsequent written authorization(s) from the AGENCY shall be utilized. The rates
are inclusive of direct salaries, payroll additives, overhead, and fee. The CONSULTANT shall maintain
support data to verify the hours billed on the AGREEMENT.
2. Direct Non -Salary Costs: Direct Non -Salary Costs will be reimbursed at the Actual Cost to the
CONSULTANT. These charges may include, but are not limited to the following items: travel, printing,
long distance telephone, supplies, computer charges, and sub - consultant costs.
a. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the
AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs
(excluding air, train, and rental car costs) in accordance with the AGENCY'S Travel Rules and
Procedures. However, air, train, and rental car costs shall be reimbursed in accordance with 48CFR
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."
4. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the
CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this
AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized,
and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment
for Extra Work as stipulated in Section XIV, "Extra Work." No minimum amount payable is guaranteed
under this AGREEMENT.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 17 of 40
5. Monthly Progress Payments: Progress payments may be claimed on a monthly basis for all costs
authorized in 1 and 2 above. The monthly billings 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.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 18 of 40
Exhibit E -1
Consultant Fee Determination
West Uncas Road, Salmon Creek Culvert Replacement
PROJECT #: 18019340
Task Estimate
Project: I West Uncas Road/ Salmon Creek
Culvert Re
Date: 1 9/24/2014
Task 2
1 PS &E
Task 3
Environmental Services (Not
Included
Task 4
Hydraulic Analysis
Task 5
Geotechnical Analysis
Task 6
Load Rating
Total
Task 1
I Project Management
1.1
Progress Meetings
1.2
Scheduling, Progress Reports &
Billin
1.3
Quality Assurance Reviews
1.4
Managing Sub Consultants
Sub Totals
Billing Rates
Indirect Cost
Mileage
Expense Total
$5,948.00
$29,919.00
$0.00
$17,898.00
$14,477.00
$7,999.00
$76,241.00
Task 1 Detail
Project
Principal I Engineer I Cad
8
12
0
24
44 0 0
$132.00 $92.40 $79.20
$5,808.00 $0.00 $0.00
$250.00 $0.56 $140.00
$140.00
Clerical
Sum totals fully
burdened cost
$5,808.00 1
Sub Total Labor A 1 $5,808.00
Expenses B $140.00
Subconsultants $0.00 Subconsultants C $0.00
Total A +B +C $5,948.00
PW_Fonns /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 19 of 40
• � 4- Task 2 Detail -
Project
Principal
Engineer
Cad
Clerical
Task 2
PS&E
2.1
Structural Design
Footings
8
16
Wing Walls
6
12
Box check
6
12
2.2
Civil Design
Roaway Section
4
8
4
Guardrail
2
8
8
2.3
Hydraulic Design
Scour
4
2.4
Plans, Specifications, & Estimate
30%
8
32
32
60%
8
24
24
90%
8
24
24
100%
8
12
8
Sub Totals
62
148
100
Billing Rates
$132.00
$92.40
$79.20
$8,184.00
$13,675.20
$7,920.00
Sum totals fully
burdened cost
$29,779.20
Indirect Cost
Mylars
0
$150
0
Mileage
250
0.56
$140.00
Expense Total
$140.00
Sub Total Labor
A
$29,779.20
Expenses
B
$140.00
Subconsultants
0
Subconsultants
C
$0.00
Total A +B +C
$29,919.20
Task 3 . not included
Task 4 ` Detail
Project
Principal
Engineer
Cad
Clerical
Task 4
Hydraulic Analysis
Stream Setback Review
4
Sub Totals
4
0
0
Billing Rates
$132.00
$92.40
$79.20
$528.00
$0.00
$0.00
Sum totals fully
burdened cost
$528.00
Indirect Cost
Mileage
0
0.56
0
Expense Total
0
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 20 of 40
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 21 of 40
Sub Total Labor
A
$528.00
Expenses
B
$0.00
Sub - consultant: WSE
$17,369.50
Subconsultants
C
$17,369.50
Total A +B +C
$17,897.50
.Task 5 -Detail
Project
Principal
Engineer
Cad
Clerical
Task 5
Geotechnical Analysis
Exploratory Program direction
8
Report Review
6
Sub Totals
14
0
0
Billing Rates
$132.00
$92.40
$79.20
$1,848.00
$0.00
$0.00
Sum totals fully
burdened cost
$1,848.00
Indirect Cost
Mileage
0
0.56
0
Expense Total
0
Sub Total Labor
A
$1,848.00
Expenses
B
$0.00
Sub - consultant: Aspect
$12,629.00
Sub consultants
C
$12,629.00
Total A +B +C
$14,477.00
ff
Task
6'- Detail
Project
Principal
Engineer
Cad
Clerical
Task 6
Load Rating
Analysis
12
50
Report Assembly
8
Review
8
Sub Totals
20
58
0
Billing Rates
$132.00
$92.40
$79.20
$2,640.00
$5,359.20
$0.00
Sum totals fully
burdened cost
$7,999.20
Indirect Cost
Mileage
0
0.56
0
Expense Total
0
Sub Total Labor
A
$7,999.20
Expenses
B
$0.00
Subconsultants
C
Total A +B +C
$7,999.20
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 21 of 40
Exhibit E -2
Consultant Fee Determination — Summary Sheet
(Specific Rates of Pay)
Fee Schedule
Hourly Overhead Profit Rate
Discipline or Job Title Rate (d) 110% (a, 30% Per Hour
Principal
$55.00
$60.50
$16.50
$132.00
Senior Engineer
$45.00
$49.50
$13.50
$108.00
Project Engineer
$38.50
$42.35
$11.55
$92.40
Staff Engineer
$33.00
$36.30
$9.90
$79.20
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 22 of 40
SHENDESIGN tol is SHEARER DESIGN LLC.
1.�rjlq r tl_`.jli' eer irq, lir Edge r e4efi.I 7
3613 Phinney Ave N # B .
Seattle, WA 98103
(206) 781 -7830
September 24, 2014
Jefferson Co. Public Works
P.O. Box 2070
1322 Washington Street
Port Townsend, WA 98368 -1927
Attn: Eric Kuzma.
RE; West Uncas Road/ Salmon Creek Culvert Replacement.
Dear Mr. Kuzma;
Please consider this letter to be a statement of rates for Shearer Design LLC. It covers
consulting work for;
Jefferson County Public Works On -Call Bridge Load Rating, Bridge Inspection, and
Miscellaneous Structural Design Services contract for
'West Uncas Road, Salmon Creek Culvert Replacement Project #:18019340"
Shearer Design LLC is a four person firm with no calculated overhead rate. We charge a
flat hourly fee for services that is all- inclusive of direct salary, overhead and fee. The hourly
fees offered for this contract are the lowest fees we offer for preferred clients. I also confirm
that all direct nonsalary costs will be invoiced without mark -up.
• David R Shearer, Principal - 8132.00
• Bob Doherty Senior Engineer 8108.00
• Brien Lindstrom, Project Engineer - $92.40
• Joshua Pruitt. Staff Engineer - 879.20
Shearer Design LLC is enrolled in the WSDOT "Safe Harbor" program which assigned our
firm a provisional overhead rate of 110% for 2014 -2016. The billing rates listed above are
based on this 110% overhead rate.
Shearer Design LLC will comply with the rules and regulations regarding travel costs in
accordance with Washington State Department of Transportation Accounting Manual M13-
82, Chapter 10 Travel Rules and Procedures, and revisions thereto.
Please call David Shearer (206) 781 -7830 if you have any questions.
Sincerely,
David Shearer
Shearer Design LLC
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 23 of 40
Exhibit G
Subcontracted Work
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT:
1. Geotechnical Investigation
2. Hydraulic / Hydrology Analysis
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 24 of 40
Exhibit G-1
Subconsultant Fee Determination — Summary Sheet
(Mandatory when Subconsultants are utilized)
Project: West Uncas, Salmon Creek Culvert Replacement
Sub Consultant: Aspect Consulting,
LLC
BURDENED RATE:
Classification
Man Hours
Rate =
Cost
Senior Associate
11.5 x
168.96
$ 1,943.04
Senior Project Engineer
32 x
115.61
$ 3,699.52
Staff Geologist
21 x
72.20
$ 1,516.20
Project Administrator
6 x
84.72
$ 508.32
Senior CAD Tech
2.5 x
103.28
$ 258.20
X $ 0,000.00
X $ 0,000.00
TOTAL = $ 7,925.28
REIMBURSABLES:
Drilling Subcontractor: $3,500
Traffic Control Equipment Rental (signs and cones): $400
Geotechnical Lab Testing: $750
Reproduction and Communication: $54 = $ 4,704.00
SUBCONSULTANT TOTAL
GRAND TOTAL = $12,629.28
PREPARED BY: Erik O. Anderson, P.E., Senior Associate DATE: September 24, 2014
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 25 of 40
Exhibit G2
Subconsultant Fee Determination — Summary Sheet
(Specific Rates of Pay)
Fee Schedule
Aspect Consulting, LLC
Discipline or Job Title
Hourly
Rate
Overhead
@ 189.45%
Profit
@30%
Rate
Per Hour
Senior Associate
52.89
100.20
15.87
168.96
Senior Project Engineer
36.19
68.56
10.86
115.61
Staff Geologist
22.60
42.82
6.78
72.20
Project Administrator
26.52
50.24
7.96
84.72
Senior CAD Tech
32.33
61.25
9.70
103.28
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 26 of 40
Exhibit G -3
Aspect Consulting, LLC
Breakdown of Overhead Cost
For the Year ending December 31, 2013
2012 Financial Aspect King County
Statement Consulting Adjustment Accepted
Description Amount Adjustment 6.17.13 Ref. Amount %
Direct Labor
Fringe Benefits:
Benefits - PTO (Vac, Sick, Hol, Bereavement)
Payroll "faxes - FICA & Medicare
Payroll Taxes - FUTA & SUI
Health, Life & Disability his & HSA Match
Commuting Benefit
Employee Relocation
Workers" Comp. Insurance
Pettit Sharing (401 -k) Match
Total Fringe Benefits
General Overhead:
Subcontracted Labor & Direct Expense
Indirect Lafxtr
Relocation Costs
Performance Bonus
Severance Pay
Guaranteed Payments/ Return on Investment
Rent, Storage & I!tilities
Bank Fees
Communication Systems (Phone& Internet)
Information Systems Services & Supplies
Inlimnation Systems Consulting
Field Vchicics, Equip, Supplies & Main
Employee Meals, Food & Entertainment
Taxes & Licenses
Depreciation & Amortization
Marketing Dues & Subscriptions
Advertising & Collateral::
Client Relations
Employee Recruiting & Training
Outside Services
Travel
Business Insurance
Supplies & Miscellaneous
Donations
Total General Overhead
'Total Overhead Costs
$ 2,178,156
S 2.178.156
10.000/
S 416,144
S 416,144
19.)1%
287,434
287,484
13.20%
11,959
11.959
0.55 %
273.171 (11.040)
A 262,131
12.03%
10,812
10,812
0.50%
13.000
13,00(1
0.60%
15,306
15,306
0.70%
107332
107,332
4,93%
S1.135,208 ($11,040)
$1,124,168
51-61%'0
S2,914,795
(2 914,795)
SO
0.00 %
1,056,042
(3,026)
B
1.053016
48.34%
19,273
19,273
(1,88%
642,500
(22,(10(1)
1
620,500
25.49%
17,530
17,530
0.80%
360.359
(8611,359)
C
-
0,(HW /o
360.741
30.741
16.56 %
8.604
8,604
0.39%
68,245
68,245
3.13%
23.642
23,642
1.09%
81,400
81,400
3.74%
59,011
59,011
2.71%
48.418
(48,418)
D
-
0.01l*e
7-03,168
203.168
9 -33%
128.181
(3,39)
E
125,143
5.75%
12.813
12,813
0.59 %5
7,180
(6,471)
F
708
0.03%
10,347
(10,347)
J
0.00%
65,437
65,437
3.(100.•0
92,265
(11,638)
G
80,627
3.70%
21,535
21,535
0,99%
63,166
63,166
2.90%
117.713
117,713
5.40%
17,1(15
117,1051
If
0.00%
56,899,469
(53.864.551)
(532.347)
»53,002,271
137.84%
58,034.677
($3.875,891)
(532,347)
$4,126.439
189.45%
Overhead Rate 368.880ri 1.89.45%
Prepared by Patricia Klimek
References
Aspect Adjustments Ding County Adjustments
A Lite Insurmreeon Key Elnploycc�; 31.2115- 19(ex28v1 1 Bonus limited to 15 %of OH Ponl.
B Orr Premium unallowable pca48 CFR 22.103.1 & 103.4 -g. J Entertainment costs unallowable pea FAR 31.205 -14.
C Excess "mulive cdunpansatimn unallowable per 48 CFR 31,205 -6(p).
D Employee gifts and recreation unallowable per 31.205 -13(6)
E Amortization of gondwill unallnwahlc per 48 CFR 31.2115 -49.
F Public relations and advertising unallowable per 48 CFR 31.205 -1.
G Preparation fees for tax returns over 5250 unallowable per 48 CFR 31.20541(bl
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 27 of 40
Exhibit G-1
Subconsultant Fee Determination — Summary Sheet
(Mandatory when Subconsultants are utilized)
Project: West Uncas,
Salmon Creek Culvert Replacement
_
Sub Consultant: Watershed Science & Engineering
eering_
BURDENED RATE:
Classification
Man Hours
Rate =
Cost
Principal
16
x
198.76
$ 3,180.16
Senior Engineer I
0
x
167.07
$ 0.00
Senior Scientist
0
x
122.43
$ 0.00
Senior Engineer II
98
x
116.65
$11,431.70
Junior Engineer
20
x
86.43
$ 1,728.60
GIS Technician
6
x
104.85
$ 629.10
Clerical
2
x
104.85
$ 209.70
TOTAL =
$ 17,179.30
REIMBURSABLES:
Mileage (250 miles @ $0.56 /mile) _ $ 140.00
Reproduction and Communication = $ 50.00
SUBCONSULTANT TOTAL
GRAND TOTAL = $17,369.10
PREPARED BY: Chris Frei DATE: September 23, 2014
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 28 of 40
Exhibit G2
Subconsultant Fee Determination — Summary Sheet
(Specific Rates of Pay)
Fee Schedule
Watershed Science & Engineering
Discipline or Job Title
Hourly
Rate
Overhead
@ 169.58%
Profit
@30%
Rate
Per Hour
Principal
66.35
112.51
19.91
198.76
Senior Engineer I
55.77
94.57
16.73
167.07
Senior Scientist
40.87
69.30
12.26
122.43
Senior Engineer II
38.94
66.03
11.58
116.65
Junior Engineer
28.85
48.92
8.66
86.43
GIS Technician
35.00
59.35
10.50
104.85
Clerical
35.00
59.35
10.50
104.85
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 29 of 40
Exhibit G -3
Watershed Science & Engineering
Breakdown of Overhead Cost
for the Year Ended December 31, 2013
Fi na nciol
SWIVInettl Accrptrd
Description Amount WSE Adj. %'#'- ,%D0`r adj• Ref. Amourtl fir.
Direct L bor
Indirect Costs:
Fringe Benefits
Paid Tittle Off
paw'.41 Taxes
Hcwhh 111surance
- 101 -1; Plan Mulch
Total Fringe Benefits
General 0,rerhemd
lndirccl Labor
U- bur Variance (and Uncompensated OT)
hwxuntivc RuglILV
Bent
49 lin(en:utec .4 Repairs
Commuting anti Parking
Tfavel
TTUVO - "Orals
In_cttranee
Tclephunc
Utilitic°;
1 ArC.YI vrti
Depreciation & Amortization
r)ttr,: �. Rat�islratietn.a
l�tttplo }2x -I.rainlRccrclitf59c+in�
Advertising -
Ac-cuuming. Payroll & -101K 5fvrvires
Computer
$uplshcs &. Misrclhtnccme
rquipmcnl
Iimhhryem Food and Wb rer
Emplo3*t.-e E•'nterwinment.
Cti fig
feinting and Iteproducliam
Roofk,i and Periodical:
Bank Owrgcs (nut inwFc -4)
Interest and Ute, Charges
Pusl.aj:c, $hipl)ing, rk:lirrly
73c§ O Tax
Iacumc: Tax
Fnrperty Tax
WchsilcLlcvci.T.rTw (
C.'It�rie:nitl% rhruatium:
Total General Overhead
Total Indirect Cost:: Lie Overhead
Indirect Cost Rate
$351 4so
.V64.75 I
552295
$1+x,7;33
$22.916
$209,696 SO S.(:I.UII
S192.4133
1$2.45? )
-5655
iS60)
349.613
$474
54. -tKo
$1,712
42.724
S l 3,398
.$5.$^'3
5653
$11,23,()
$18.'997
$5,73.3
i4 t81
S 1.489
$697
1369' i
S- E. 3
S3 -34.1
S 1.g+{4
Si)
$1,931 1
.55.Kf,5
K6$)
$F'I
1.3171)
S1.674
42_59
4250
$253
1525 t)
$255
5I 5.75`.1
}32,557
1$32.557)
;_t_f.
$10
$6,134
(5,139)
57:34.613
(S4S.-152) S().(X)
A
B
C
D
6
S351A`0
S&1.751
552.295
Sf >•7.7 3?
522,91. ri
4't8�9,�96
$179,576
_571 5
S70.888
5.39,61.1
5474
S4,3 gIl
s1.712
S 13..3 {9X
SS.673
5653
S1.239
$I K,"?
55.687
SI AR9
Si7
$3,i4Z;
S1.58-1
411
S1.9311
$II
411
53,6?4
S259
52511
411
S2 55
.$1]
h'"146
5111
Stl
3 386.:.11 E
( y.42' +i,
14_88 Tr,
19.841%
6.52 %.
52666`0
� 1.CIy!ti
2fF.17'1 }.
14 -12' o
1.25%
11.49%
10 4!N,
3.8191:
4.19"::r.
It-All,"
5.44%..
1.62 %n
I F_424%
fPS14;h
I F.h9'`0
1).95%
1 F. 45'`;,
fM ilfF?i;:
iF.jS 3.
fF UI,Y!:i,
1 hJ If Y'4r.
1.115':r
Il_177'Fi:
I)- Ilf ►Rp
4.49!5:
I M.11fYlfi.
1 iT9.92 Cris
S596,057 1 69.58! i
169.5`4 %
kererevoces
WSE Adjustments-
* Ulaalluvev6lc w1vorli:cing lalanr cc4lc. removed
B I.shur Variavice Accuunl tct %how the tuulmrpensatcd IIYCIttrm: latxn adju;ut&:nl- I.:cltrtr Variance ao"mm is an isllsel
:aecuunl to baLwov Lit payroll.
C 1_fnAlusvahlc. lohltvtnc costs r;'tncsrcd
D f'nhlie rclations alYd miVe,tusirt unalloa':tltic Itet <lY (7M- .31- "2111, -i.
L "Icrtamm nt unallr.wabic per lw Cl'-R :51.2115 -14.
F Cii fl.: cut:dhlu'afde pc r 48 CFR
(:i Inlervst unallowa.hle per 48 C71•l2 :St..Lt15. -211.
H lnc!ume ,axe -, unallow-able Per 4:( CFR
I (_:hcm-ii aliti; v4yatnFnrlions tnaallnvrahir per =8 CFR 31 .2(I? -211
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 30 of 40
AdNkk
Washington State
V,F Department of Transportation
Lynn Peterson
Secretary of Transportation
July 3I, 2014
Watershed Science and Engineering, Inc.
110 Prefontaine Place S., Suite 508
Seattle, WA 98104
Transportation Building
310 Maple Park Avenue SE.
P.4, Box 47300
Olympia, WA 96594 -7309
384 -705 -7000
TTY: 1 -800- 833 -6388
www.wsdotwa.gov
Subject: Watershed Science and Engineering, Inc. — Provisional Indirect Cost Rate
Dear: Mr. Larry Karpack;
We have provisionally accepted your indirect Cost Rate (ICR) of 169.57% for your firm. This
ICR shall be good until 180 days following your FYE14 closing date. This rate will be
applicable to Local Agency contracts only.
Costs billed to agreements will still be subject to audit of actual costs, based on the terms and
conditions of the respective agreement.
This was not a cognizant review. Any other entity contracting with the firth is responsible for
determining the acceptability of the ICR.
If you have any questions, feel free to call me at (360) 705 -7106 or via email
consul tantrate5 ct,wsdot_wa.gov.
Regards;
RIK K. JONSON
Manager, Consultant Services Office
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 31 of 40
Exhibit H
Title VI Assurances
During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in
interest agrees as follows:
Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non-
discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations,
Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS "),
which are herein incorporated by reference and made a part of this AGREEMENT.
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.
Sanctions for Non - compliance: In the event of the CONSULTANT'S non - compliance with the non-
discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT
sanctions as it, the STATE or the FHWA may determine to be appropriate, including, but not limited
to:
• Withholding of payments to the CONSULTANT under the AGREEMENT until the
CONSULTANT complies, and/or;
• Cancellation, termination, or suspension of the AGREEMENT, in whole or in part
6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1)
through (5) in every sub - contract, including procurement of materials and leases of equipment, unless
exempt by the REGULATIONS, or directives issued pursuant thereto. The 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.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 32 of 40
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 non salary 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.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 33 of 40
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 manager and any personnel (including sub -
consultants) deemed appropriate for the alleged design error(s) issue.
Step 4 - Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s) with the consultant have been completed regarding the consultant's alleged
design error(s), there are three possible scenarios:
It is determined via mutual agreement that there is not a consultant design error(s). If this is the
case, then the process will not proceed beyond this point.
It is determined via mutual agreement that a consultant design error(s) occurred. If this is the
case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a
settlement with the consultant. The settlement would be paid to the agency or the amount would
be reduced from the consultant's agreement with the agency for the services on the project in
which the design error took place. The agency is to provide H &LP, through the Region Local
Programs Engineer, a summary of the settlement for 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.
PW_Fonns /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 34 of 40
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.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 35 of 40
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 meet 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.
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 36 of 40
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 Public 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.
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 37 of 40
I hereby certify that I am
Exhibit M -1(a)
Certification Of Consultant
Project No. 18019340
Local Agency
David Shearer and
duly authorized representative of the firm of Shearer Design, LLC whose address
is 3613 Phinney Avenue, N. #B, Seattle, WA 98103 and that neither I nor the
above firm I here represent has:
(a) Employed or retained for a commission, percentage, brokerage, contingent fee, or
other consideration, any firm or person (other than a bona fide employee working
solely for me or the above CONSULTANT) to solicit or secure the AGREEMENT;
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or
retain the services of any firm or person in connection with carrying out this
AGREEMENT; or
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide
employee working solely for me or the above CONSULTANT) any fee, contribution,
donation, or consideration of any kind for, or in connection with, procuring or
carrying out this AGREEMENT; except as hereby expressly stated (if any);
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Admi ' tion, U.S. Department of Transportation in
connection with this AGREEMENT involvin partic ation of Federal -aid highway funds, and is
subject to applicable State and Federal laws, th cri 'nal and civil.
1- 4 �.
Date Signature
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 38 of 40
Exhibit M -1(b)
Certification Of Agency Official
I hereby certify that I am the AGENCY Official of the Local Agency of Jefferson County ,
Washington, and that the consulting firm or its representative has not been required, directly or
indirectly as an express or implied condition in connection with obtaining or carrying out this
AGREEMENT to:
(a) Employ or retain, or agree to employ to retain, any firm or person; or
(b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation,
or consideration of any kind; except as hereby expressly stated (if any):
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation, in
connection with this AGREEMENT involving participation of Federal -aid highway funds, and is
subject to applicable State and Federal laws, both criminal and civil.
Name
Signature
Monte Reinders PE Public Works Director
(please print)
Date t/-.2-00
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 39 of 40
A.
Exhibit M -2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters - Primary Covered Transactions
I. The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any federal department or agency;
B. Have not within a three -year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission or fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (federal, state, or
local) transaction or contract under a public transaction; violation of federal or state
antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (federal, state, or local) with commission of any of the offenses enumerated in
paragraph I( B) of this certification; and
D. Have not within a three (3) year period preceding this application/proposal had one or
more public transactions (federal, state, or local) terminated for cause or default.
II. Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): Shearer Design, LLC
Signature: President or Authorized Official of Consultant I Date
PW_Forms /Standard Consultant Agreement with Exhibits Revised 12/30/2013 Page 40 of 40