Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 09-219RETURN TO: � � f� �
_ � �,,41 ��;�1,
ExT: � = f,� "= �
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV:
2. ORIGINATING STAFF PERSON:
4.
EXT: Z � 3. DATE REQ. BY: �
TYPE OF DOCUMENT (CHECK ONE�:
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ�
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
�a Corr�CTAMErm�rrr AG#):6 f-LI 5 ❑ Irr�iu.,oCai.
❑ O�R Svv��,�.��- 1tN
PROJECT NAME: ,�i 3 y Pl r S/'f2� a� � S G��-s�� vc.��1�.� �'1��,�-• w��,.�.rz.. �
NAME OF CONTRACTOR;
Ann�ss: 1 o I 9 3 9 r"
E-MAIL: � � ' � ��Gt �
SIGNATURE NAME: c
„p, N/ /� 9�37 y TELEPHONE: Z,S'3-�Oy
� F�:
TITLE: Pn i vt c i� �'
,;
te
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMI'ENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED EXI�IBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CF W LICENSE # K l9 �� 7 �Q1 `'1 � BL, EXP. 12/31/ �� us� # 6�o � 3 S 3 y 5 , EXP. Y 1' /�Q/ �_Z
8. TERM: COMMENCEMENT DATE: �,! �' h� ZO U� COMPLETION DATE: l Z-I3� �ZO / 1
9. TOTALCOMPENSATION: $ x.7�S 90 v �� ��377,� 3 S-a� '�'p �, � (INCLUDE EXPENSESAND SALES TAX, IFANY�
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES�
REIMBURSABLE EXPENSE: 6CYES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ I/ I� � � 0 U /f 3 O� I Y S �j� l
IS SALES TAX OWED: ❑ YES �'NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
�1 PURCHASING: PLEASE CHARGE TO: 3 � 6 yy o e� - l 3 S" ' i'9� -7 t9 �- �$" �
10. DOCUMENT / CONTRACT REVIEW
8� PROJECT MANAGER
❑ DIVISION MANAGER
�' DEPUTY DIRECTOR
� � �� � D[RECTOx
❑ RISK MANAGEMENT (IF APPLICABLE�
� � I � � LAW DEPT
11. COUNCIL APPROVAL (IF APPLICABLE)
I1vITIAL / DATE REVIEWED IIYITIAL / DATE APPROVED
-S�,r� [Z �3/1►
�L
COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: .
12. CONT CT SIGNATURE ROUTING �I ��' I I
�SENT TO VENDOR/CONTRACTOR DATE SENT:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
��� � LAW DEPT
SIGNATORY (MAYOR�'�i2�
❑ CITY CLERK
� AsstGrrEn AG #
SIGNED COPY RETURNED
I�RETU�uv OrrE OiuGnvnt,
��+�u
0
INITIAL / DATE SIGNED
Z. � �
�
AG# -
DATE SENT: 12 '� ' (.I _
DATE REC'D: I � �
1/9
SUPPLEMENT NO. 4
CITY OF FEDERAL WAY
LOCAL AGENCY STANDARD CONSULTANT AGREEMENT
FOR
SOUTH 348TH STREET AT 1ST AVENUE SOUTH
IMPROVEMENTS PROJECT CONSTRUCTION MANAGEMENT
The local agency of the City of Federal Way desires to supplement the agreement
entered into with Parametrix, Inc. effective the 24th day of November 2009, identified as
Agreement No. 09-219 as supplemented by Supplement No. 1 on April 16, 2010,
Supplement No. 2 on December 29, 2010 and Supplement No. 3 on August 5, 2011. All
provisions in the Agreement remain in effect except as expressly modified by this
supplement, "Supplement No. 4".
The changes to the Agreement are described as follows:
Section II, Scope of Services, shall be amended to include those additional services
more particularly described in Exhibit "A-4" attached hereto and incorporated by this
reference (Additional Services).
Section V, Payment, the maximum amount payable under this Supplement No. 4 inclusive of
all fees and other costs is Twenty-Seven Thousand Five Hundred Ninety and No/100 Dollars
($27,590.00) for a total amount payable to the Contractor pursuant to the Agreement,
Supplement No. 1, Supplement No. 2, Supplement No.3 and this Supplement No. 4 inclusive
of all fees and other cost to be an amount not to exceed Three Hundred Seventy-Seven
Thousand Seven Hundred Thirly-Five and No/100 Dollars ($377,735.00). The attached
Exhibit "E-4", which describes the payment for work to be performed under this Supplement
No. 4, is hereby made a part of the Supplemental Agreement.
Signed this � of ��('.� YYL�� , 2011.
PARAM IX, INC. CITY OF FEDERAL WAY
By: By:
Dan McReynolds Skip Pri t
Its: Principal
P.O. Box 460
Sumner, WA 98390
(253) 863-5128
Its: Mayor
33325 8 Ave S
Federal Way, WA 98003
(253) 835-2401
AP OVED AS O FORM:
Patricia A chardson, Ciry Attorney
C:\pmx\outlook\temp\09-219 Supplement 4 S 348-1 st Ave S Improvements CM.doc
EXHIBIT A-4
SCOPE OF WORK
City of Federal Way
South 348th Street at 1st Avenue South
Construction Administration/Engineering Services
Amendment #4
December 2011
The City of Federal Way has requested that Parametrix provide addition Construction Administration
Services due to an addition time extension resulting from the bonding company taking over the
construction completion. The following is a summary of the tasks that we anticipate being affected by the
time extension for the construction contract.
I. INTRODUCTION
PARAMETRIX, the CA Contractor, will perform the following scope of construction services on the
South 348th Street and lst Avenue South Intersection Improvements Project.
Assumptions
The scope of services for the project is 100% complete as of December 2, 2011. There between the actual
cost due to extra working days expended by the construction contract. The previous construction
services contract through Supplement No. 2 covered a total of 154 working days. The actual working
days expended was 177.5 leaving a shortfall balance of 23.5 working days.
The accompanying budget for the additional construction administration services detailed below is based
on the services of one full-time Inspector and or Project Engineer for up to 212 hours of inspection time
covering the 23.5 additional working days (23.5 days x 9 hrs/day = 212), including additional
reimbursable expenses and additional material testing services and including double shift work by the
contractor as well as additional hours for punchlist and final inspection.
II. DETAILED SCOPE OF WORK
Task 5— Construction Services — Field
5.1 The CA Contractor will provide the services of one full-time Chief Inspector on the project site
who will observe the technical conduct of the construction, including providing day-to-day
contact with the Contractor and the City of Federal Way. The CA Contractor's personnel shall
act in accordance with Section 1-05.1 and 1-05.2 of the current WSDOT Standard
Specifications.
City of Federal Way 999-2441-999 (04)
South 348th Street at 7st Avenue South 1 December 2011
Amendment #4
Scope of Work
5.2 The CA Contractor will prepare daily construction reports, detailing the contractor's operations
performed for each day the Contractor is on-site; measure the quantities of materials installed,
log equipment and staff used, and other items.
5.3 The CA Contractor will answer questions which may arise as to the quality and acceptability of
material furnished, work performed, and rate of progess of work performed by the Contractor,
including response to related questions from adjacent properly owners and the general public.
5.4 The CA Contractor will prepare field records and documents to help ensure the project is
administered in accordance with Federal, State, and/or funding agency requirements.
5.5 The CA Contractor will attend and actively participate in weekly on-site meetings and prepare
and distribute meeting minutes.
5.6 The CA Contractor will prepare a punch list upon substantial completion of work, coordinate
with the City of Federal Way and other affected agencies to perform a project inspection and
develop a comprehensive "punch list" of items to be completed. This will be issued with the
Certificate of Substantial Completion, which will be issued by the CA Contractor.
5.8 The CA Contractor will receive, report, monitor, and assist in resolving any issues with
adjacent property owners.
5.9 The CA Contractor will provide periodic photographs during the course of construction.
Photographs will be labeled with date taken and subject matter.
Deliverables
• Daily Reports on a weekly basis or upon request.
• Construction Photographs — One set, including preconstruction, construction and postconstruction
photographs.
• Field change orders with backups.
City of Federal Way 999-2441-999 (04)
South 348th Street at 1 st Avenue Sauth 2 December 2011
Amendment #4
Scope of Work
PARAMETRIX
of Federal W
South 348th Street & lst Ave South Intersection Improvements - CA Services
BUDGET SUMMARY
Task 8ummary
Form 01-PD-0O/Rev. 04/04
�� . Flle Na�: 3181h 1rt AVE CA Butlgel (SUDDbmeM Request fl4)1&12-11.xis
Project DeMvery System Page 1 M 1- SUMMARY Dffie PriMetl: 72I20/2011
Revised Contract Total $377,735
after suppiemeM
PARAMETRIX Form oi-PO-ao�ev. o4roa
City of Federal Way
South 348th Street & lst Ave South Intersection Im rovements - CA Services
.:�-
File Name: 348th 1 at AVE CA Budget (S�ppbment Requesl #4)12-12-11.x1s
Projed DeiWery Syalem . Pa9e 1 of 1- LABOR Da�e PriMed: 12/20I2017
PARAMETRIX
of Federal W
South 348th Street & lst Ave South Intersection
Phaae-Task
Services During ConsWCtlon -Pkld
6A
- CA Services
EXPENSES
Categories Mlleage Copies Final Mylar Full Size ���
Plots Bond
Rates 50.550 50.09 55.00 53.00 51.00
Description
Daily Inspedion (ASSUmes 9 hours/ tlay x 23.5
atldilional xrorking days) 1878 E1,876
Form oi-ao-ao�ev. oaroa
Subconsultants
File Name: 318Mi 7ffi AVE CA Butlpet (SupplemeM Request #4)12-12-11.x1s
Projed �IiverY 6Ystem Pape 1 of 1- D(PENSES
Date Primed: 12/20/2011
Client#: 319834 PARAMINC
DATE (MM/DD/YYYY)
ACORDTM CERTIFICATE OF LIABILITY INSURANCE 10/25/2011
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER NAME Colleen MacLafferty
Kibble & Prentice, a USI Co PHONE 206-695-9171 a No : 610-362-8518
A/C No, Ext :
601 Union Street, Suite 1000 E'M'4�� cicertre uest usi.biz
ADDRESS: 4 �
Seattle, WA 98101 INSURER(S) AFFORDING COVERAGE NAIC ;
INSURED
Parametrix, Inc.
1002 15th St. SW, Suite 220
Auburn, WA 98001-6502
�NSUReRa: Hanover Insurance Company
�NSUReRa: Employers Insurance of Wausau
�NSUReR c: XL Specialty Insurance Company
iNSUReR o: Allmerica Financial Benefit Ins
37885
41840
� � INSURER F: � �
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TypE OF INSURANCE ADDL SUB POLICY EFF POLICY EXP ���
LTR INSR VWD POLICY NUMBER MM/DD MM/DD
A GENERALLIABILITY ZHF893486901 11/01/2011 11/01/201 EACHOCCURRENCE s1000000
X COMMERCIAL GENERAL LIABILITY PREMISES Ea accurt $1 OOO OOO
CLAIMS-MADE a OCCUR MED EXP (Any one person) $ � 0 ���
X WA Stop Gap PERSONAL & ADV INJORY $ ��OOO OOO
GENERALAGGREGATE $Z�OOO�OOO
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $Y�OOO�OOO
POLICY X jEC X LOC WAStO Ga $��OOO�OOO
p AUTOMOBILELIABILITY AWFS8947270� 11/07/2011 71/01/201 EaacoideDtSINGLELIMIT 1,000,000
X ANY AUTO BODILY INJURY (Per person) $
ALL OWNED SCHEDULED BODILY INJURY (Per accident) $
AUTOS AUTOS
X HIRED AUTOS X NON-OWNED pe�r accid n DAMAGE $
AUTOS
$
q X UMBRELLA LIAB X occuR UHF891561601 11/01/2011 11/01/201 EACH OCCURRENCE s10 000 000
EXCESS LIAB CLAIMS-MADE XS of GL � AUtO H� AGGREGATE $�O OOO OOO
DED RETENTION $NO�I@ Em �O ers Liab $
B WORKERSCOMPENSATION WCCZ9��T422O�� 11/01/2011 11/01/201 X WCSTATU- OTH-
AND EMPLOYERS• LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y � N StBt@S AZ ID MT E.L. EACH ACCIDENT $� OOO OOO
OFFICER/MEMBER EXCLUDED? � N 1 A
(Mandatory in NH) NM OR E.L. DISEASE - EA EMPLOYEE $� OOO OOO
If yes, describe under WA USL&H onl E.L. DISEASE - POLICY LIMIT $� �������
DESCRIPTION OF OPERATIONS below
C PROFESSIONAL LIAB DPR9696412 11/01/2011 11/01/201 $1,000,000 Per Claim
Claims Made Pollution Legal $1,000,000 Aggregate
Liabili incl
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Atfach ACORD 101, Additional Remarks Schedule, if more space is requlred)
214-2441-018 - S 348th St at 1st Ave S Improvements Project Construction Management; Agreement No. 09-219.
City of Federal Way is Additional Insured as respects General Liability per attached endorsement.
City of Federal Way
33325 8th Avenue S
P.O. Box 9718
Federal Way, WA 98063-9718
SHOULD ANY OF THE ABOVE DESCRIBED POLICIE3 BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISION3.
AUTHORIZED REPRESENTATIVE
� � ��� h����
O 1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD
�ca�aaon�nuaaaa�no cKV�o
THIS ENDORSEMENT CHANGES THE POLlCY. PLEASE READ iT CAREFULLY.
COMMERCIAL GENERAL LIABILITY SPECIAL BROADENING
ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERA� LIABILITY COVERAGE PART
SUMMARY OF COVERAGES
1. Additional Insured by Contract, Agreement or Permit
2. Additional Insured - Broad Form Vendors
3. Aggregate Limit per Location
4. Alienated Premises
5. Bodily Injury Redefined
6. Broad Form Property Damage - Borrowed Equipment, Customers Goods 8�
Use of Elevators
7. Extended Property Damage
8. Incidental Malpractice (Employed nurses, EMT's & paramedics)
9. Knowledge of Occurrence
10. Liberalization Clause
11. Medical Payments - Increased Limit
12. Mobile Equipment Redefined
13. Newly Acquired or Formed Organizations - Covered until end or policy period
14. Non-owned Watercraft
15. Personal Injury - Broad Form
16. Product Recall Expense
- Each Occurrence Limit
- Aggregate Limit
17. Property Damage Legal Liability (Fire, Lighting, Explosion, Smoke or �eakage Damage)
18. Supplementary Payments Increased Limits
- Bail Bonds
- Loss of Earnings
19. Unintentional Failure to Disclase Hazards
20. Unintentional Failure to Notify
Included
Included
Included
Included
Included
Included
Included
Included
Included
Included
$ 10,000
Included
Included
51 ft.
Included
$ 25,000
$ 50,000
$500,000
$ 2,500
$ 300
Included
Included
This endorsement amends coverages provided under the Commercial General Liability Coverage Form through new
coverages, higher limits and broader coverage grants.
1. Additional Insured by Contract, Agreement or (2) Premises you own, rent, lease or occupy.
Permit This insurance appfies on a primary basis if
Under Section It - Who Is An insured, Paragraph 5. that is required by the written contract, written
is added as follows: agreement or permit.
5. a. Any person or organization with wham you
agreed, because of a written contract, written
agreement or permit to provide insurance, is
an insured, but only with respect to:
(1) "Your work" for the additional insured(s}
at the location designated in the contract,
agreement or permit; or
b. This provision does not apply:
(1) Unless the written contract or written
agreement has been executed or permit
has been issued prior to the "bodily injury",
"property damage", "personal injury" or
"advertising injury".
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Copyright, Insurance Service Office, Inc. 1998
421-0080 (01/03) Page 1 of 6
(2) To any person or organization included as
an insured by an endorsement issued by
us and made part of this Coverage Part.
{3) To any person or organization included
as an insured under item 2 of this
endorsement.
(4) Ta any lessor of equipment:
(a) After the equipment lease expires; or
(b) If the "bodily injury", "praperty dam-
age", "personal injury" or "advertising
injury" arises out of sole negligence
of the lessor.
(5) To any:
(a) Owners or other interests from whom
land has been leased which takes
place after the lease for the tand ex-
pires; or
(b) Managers or lessors of premises if:
(i) The occurrence takes place after
you cease to be a tenant in that
premises; or
(ii) The "bodily injury", "property
damage", "personal injury" or
"advertising injury" arises out of
structural alterations, new con-
struction or demolition operations
performed by or on behalf of the
manager or fessor.
2. Additional Insured - Broad Form Vendors
Under Section 11 - Who Is An Insured, Paragraph 6.
is added as follows:
6. a. Any person or organization with whom you
agreed, because of a written contract or
written agreement to provide insurance, but
only with respect to "bodily injury" or "property
damage" arising out of "your products" which
are distributed or sold in the regular course of
the vendor's business, subject to the
following additional exclusions:
b. The insurance afforded the vendor does not
apply to:
(1) "Bodily injury" or "property damage" for
which the vendor is obligated to pay dam-
ages by reasons of the assumption of li-
ability in a contract or agreement. This
exclusion does not appfy to liability for
damages that the insured would have in
the absence of the contract or agreement;
(4) Repackaging, unless unpacked solely for
the purpose of inspection, demonstration,
testing, or the substitution of parts under
instruction from the manufacturer, and
then repackaged in the original container;
{5) Any failure to make such inspection, ad-
justments, tests or servicing as the
vendor has agreed to make or normally
undertakes to make in the usual course
of business in connection with the sale of
the product;
(6) Demonstration, installation, servicing or
repair operations, except such operations
performed at the vendor's premises in
connection with the sale of the product;
(7) Products which, after distribution or sale
by you, have been labeled or relabeled or
used as a container, part or ingredient of
any thing or substance by or for the
vendor.
c. This insurance does not apply to any insured
person or organization, from whom you have
acquired such products, or any ingredient,
part or container, entering into, accompany-
ing or containing such products.
3. Aggregate Limit Per Location
(1) Under Section III - Limits of Insurance the
General Aggregate Limit applies separately to
each of your "locations" owned by or rented to
you.
(2) Under Section V- Definitions, definition 23. is
added as follows:
22. "�ocation" means premises involving the
same or connecting lots, or premises whose
connection is interrupted only by a street,
roadway, waterway or right-of-way of a raif-
road.
4. Alienated Premises
Under Section I- Coverage A, paragraph 2. Exclu-
sions, j. (2) is replaced in its entirety with the
following:
(2) Premises you sell, give away or abandon, if the
"property damage" arises out of any part of those
premises and occurred from hazards that were
known by you, or should have reasanably been
known by you, at the time the property was
transferred or abandoned.
(2j Any express warranty unauthorized by 5. Bodily Injury Redefined
you; Under Section V- Definitions, de�nition 3. `bodily
(3) Any physical or chemical change in the injury" is replaced in its entirery with the following:
product made intentionaily by the vendor;
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Copyright, Insurance Service Office, Inc. 1998
421-00�0 �01I03) Page 2 of 6
RETURN TO:
EXT: ��� O
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / 7�r �'-� �y
2. ORIGINATING STAFF PERSON: � V�'��� �� ���� EXT: �� Z � 3. DATE REQ. BY: �T ll'�'r
4. TYPE OF DOCUMENT �CHECK ONE�:
O CONTRACTOR SELECTION DOCUMENT �E.G., RFB, RFP, RFQ�
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMF,NT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS�
❑ ORDINANCE ❑ RESOLUTION
i� CONTRACT AMENDMENT (AG#): � r � � Z�� ❑ INTERLOCAL
❑ OTHER � � Q ��� v�l c-r �` ��
S. PROJECT NAME: j .i `>' S' 7 � S I�=^2.'.P � ar� �` �'��- t�t" � j� C���:-� !� �.-,,ir�•toa� /��G� �,.�.. fi � a�-t t^�
6. NAME OF CONTR�
ADDxESS: r �� r ;
E-Ma1L:_ �- 5 t �
SIGNATURE NAME
� � �� �
r��vi r Frx
�
C'� , f'v:.�t�,����y� _ 61/fj �"-"37
�
TELEPHONE: 2.S � j � �'y - ( � Crf?
Fax:
Ti�rLS: l'�- ;--, �,'��., (
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED E BITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # Il l� BL, EXP. 12/31/� UBI # ��, EXR J�- /��'�„
8. TERM: COMMENCEMENT DATE: C��� y� Z c<" r'? j COMPLETION DATE: � Ll3 ��L �� �
9. TOTAL COMPE�iSATION: $ 5' ; S �(:�„� 1`�" 5� ��'^''�"��� ✓'� "'�� (INCLUDE EXPENSES AND SALES TAX, IF ANY�
�IF CALCULATED ON HOURLY LABOR CHARGE -ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY R �\
REIMBURSABLE EXPENSE: d YES ❑ NO IF YES, MAXIMLTM DOLLARAMOUNT: $ I, �'� �'� ft lt1� (�ly C��i rf�'��l
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
❑ PURCHASING: PLEASE CHARGE TO: 3��' `�/ t � �`��'' l3 /- y�y S-3 i' �- 4 s�
lO. DOCUMENT / CONTRACT REVIEW
'� PROJECT MANAGER
�I�'PC�iS��dA'P�
`�{�'2S� �1 DEPUTY DIRECTOR
�p( �I DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE�
� � � 01 LAW DEPT
11. COUNCIL APPROVAL �IF APPLICABLE� COMMITTEE APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTING I ' �
❑ SENTTO VENDOR/CONTRACTOR DATE SENT: _
❑ ATTACH: SIGNATUREAUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
Q 2�j AW DEPT
� 2tj SIGN.aTORY (MAYOR nA T'T�T�
� n/a CITY CLERK
°r � ASSIGNED AG #
SIGN D COPY RETURNED
f�ETURN ONE ORIGINAL
COMMENTS:
INITIAL / DATE APPROVED
COUNCIL APPROVAL DATE:
DATE REC'D: I
INI IAL / DATE SIGNED
(' � �-�
AG# � a
DATE SENT: �.�. � �
ll /9
SUPPLEMENT NO. 3
CITY OF FEDERAL WAY
LOCAL AGENCY STANDARD CONSULTANT AGREEMENT
FOR
SOUTH 348TH STREET AT 1ST AVENUE SOUTH
IMPROVEMENTS PROJECT CONSTRUCTION MANAGEMENT
The local agency of the City of Federal Way desires to supplement the agreement
entered into with Parametrix, Inc. effective the 24th day of November 2009, identified as
Agreement No. 09-219 as supplemented by Supplement No. 1 on April 16, 2010 and
Supplement No. 2 on December 29, 2010. All provisions in the Agreement remain in
effect except as expressly modified by this supplement, "Supplement No. 3".
The changes to the Agreement are described as follows:
Section IV, Time for Beqinninq and Completion, shall be amended to extend the
completion date to December 31, 2011.
Ratification. Any act done by either party consistent with the authority of the Agreement after
the previous expiration date and prior to the effective date of this Supplement No. 3, is
hereby ratified as having been performed under the Agreement as it existed prior to this
supplement.
Signed this � day of '1����7'� , 2011.
PAR ETRI , INC.
By:
Dan McReynolds
CITY OF FEDE AL WAY
By: �
Skip Priest '
Its: Principal
P.O. Box 460
Sumner, WA 98390
(253) 863-5128
Its: Mayor
33325 8 Ave S
Federal Way, WA 98003
(253) 835-2401
AP ROVED AS Tj0 FORM:,,
; f�,
;
�" / , �
'� � ��-� 1!,���
Patricia �chardson, City Attorney
;
K:\STREETS\PROJECTS\S348th St at 1 st Ave S\Construction\Parametrix\Contract\09-139 Supplement 3 S
348-1st Ave S Improvements CM.doc
Client#: 319834 PARAMINC
A�ORD CERTIFICATE OF LIABILITY INSURANCE D 10/29/2010 '
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORI2ED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
NAME:
Kibble & Prentice, 8 USI CO. PHONE 206 441-6300 � a No 610-362-8518
A/C No Ext : )�
P.O. Box 370 E'MA�� cicertre uest usi.biz
ADDRESS: �I �
Seattle, WA 98111
CUSTOMER ID #:
7(1R dd9 _RQf1f1
INSURED
Parametrix, Inc.
1002 15th St. SW, Suite 220
Auburn, WA 98001-6502
INSURER AFFORDING COV NAIC #
iNSUReRa: Hanover Insurance Company 22292
iNSUReRS: Employers Insurance of Wausau 21458
iNSUReRC: XL Specialty Insurance Company �37885
iNSUReR o: Allmerica Financial Benefit �41840
� � INSURER F: I I
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IN R TYPE OF INSURANCE DDL U R POLICY EFF POLICY EXP LIMITS
TR N R D POLICY NUMBER MMIDD/YYYY MMIDD/YYYY
A GENERALLIABILITY ZHF891561400 11/01/2010 11/01/2011 EACHOCCURRENCE s1 000000
: X COMMERCIAL GENERAL LIABILITY PREMISES�Ea occur ence $� �OOO,OOO
CLAIMS-MADE � OCCUR � MED EXP (My one person) $� 0��0�
X� WA Stop Gap/EL I PERSONAL & ADV INJURY $� �OOO�OOO
— a -- -- - ---
�;GENERALAGGREGATE _ $Z�OOO�OOO __
GEN'L AGGREGATE LIMIT APPLIES PER: � PRODUCTS - COMP/OP AGG $Z�OOO�OOO
POLICY X PR � X LOC WA St0 Ga $�,OOO,OOO
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT �
D AWF889472700 11 /01 /2010 11 /01 /2011 $
(Eaaccident) �
' X ANY AUTO BODILY INJURY (Per person) �$
I ALL OWNED AUTOS
BODILY INJURY (Per accident) $
�� SCHEDULED AUTOS I PROPERTY DAMAGE $
Xi HIREDAUTOS - I� (Peracciden[)
r
X' NON-OWNEDAUTOS
�$
i$
q� X UMBRELLA LIAB ' X occuR VHF891561600 11/01I2010 11/07/2011 EACH OCCURRENCE $10,000,000
EXCESS LIAB CLAIMS-MADE XS of General �'. AGGREGATE $�� �Q� 0�0
' DEDUCTIBLE Auto 8 Employers �� s
RETENTION None Liabili I $
B WORKERS COMPENSATION WCCZ91447422010 11/01/2010 11/01/2011 X WC STATU- OTH-
AND EMPLOYERS' LIABILITY -
ANY PROPRIETOR/PARTNER/EXECUTNE N States: AZ ID E.L EACH ACCIDENT �' $� �OOO�OOO
OFFICER/MEMBER EXCLUDED? � N�A
(Mandatory in NH) NM OR PA E.L. DISEASE - EA EMPLOYEE $� ,OOO,OOO
; If yes, describe under WA USLH�H OIII �'': E.L. DISEASE - POL�CY LIMIT $� ��0�����
" DESCRIPTION OF OPERATIONS below
C iProfessional Liab DPR9688709 11/01/2010 11/01/2011': $1,000,000 Per Claim
'iClaims Made Pollution Le al Liab incl I$1,000,000 Annual A
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
214-2441-018 - S 348th St at 1st Ave S Improvements Project Construction Management; Agreement No. 09-219.
City of Federal Way is Additional Insured as respects General Liability per attached endorsement.
CE
City of Federal Way
33325 8th Avenue S
P.O. Box 9718
Federal Way, WA 98063-9718
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHOR�ZED REPRESENTATIVE
�
01988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25 (2009/09) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S4967327/M4967262 CNMJU
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL GENERAL LlABtLITY SPECIAL BROADENING
ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERA� LIABILITY COVERAGE PART
SUMMARY OF COVERAGES
1. Additional Insured by Contract, Agreement or Permit
2, Additional Insured - Broad Form Vendors
3. Aggregate Limit per Location
4. Alienated Premises
5. Bodily Injury Redefined
6. Broad Form Property Damage - Borrowed Equipment, Customers Goods &
Use of Elevators
7. Extended Property Damage
8. Incidental Malpractice (Employed nurses, EMT's & paramedics)
9. Knowledge of Occurrence
10. L.iberalization Ciause
11. Medical Payments - Increased Limit
12. Mobile Equipment Redefined
13. Newly Acquired or Formed Organizations - Covered until end or policy period
14. Non-owned Watercraft
15. Personal Injury - Broad Form
16. Product Recall Expense
- Each Occurrence Limit
- Aggregate Limit
17. Property Damage l.egai Liability (Fire, Lighting, Explosion, Smoke or Leakage Damage)
18. Supplementary Payments increased Limits
- Bail Bonds
- Loss of Earnings
19. Unintentionai Failure to Disclose Hazards
20. Unintentional Failure to Notify
Included
Included
Included
Included
Included
Inciuded
Inciuded
Inciuded
Included
dncluded
$ 10,000
Included
Included
51 ft.
Included
$ 25,000
$ 50, 000
$500,000
$ 2,500
$ 300
Included
I ncluded
This endorsement amends coverages provided under the Commercial General Liability Coverage Form through new
coverages, higher limits and broader coverage grants.
1. Additional Insured by Contract, Agreement or (2) Premises you own, rent, lease or occupy.
Permit This insurance applies on a primary basis if
Under Section 11 - Who Is An insured, Paragraph 5. that is required by the written contract, written
is added as follows: agreement or permit.
5. a. Any person or organization with whom you b. This provision does not apply:
agreed, because of a written contract, written (1) Unless the written contract or written
agreement or permit to provide insurance, is agreement has been executed or permit
an insured, but only with respect to: has been issued prior to the "bodily injury",
(1) "Your work" for the additional insured{s) "prope�ty damage", "personal injury" or
at the location designated in the contract, "advertising injury".
agreement or'permit; or
Inciudes copyrighted materiai of Insurance Services Office, Inc. with its permission.
Copyright, Insurance Service Office, Inc. 1998
421-0080 (01/03) Page 1 of 6
(2) To any person or organization included as
an insured by an endorsement issued by
us and made part of this Coverage Part.
(3} To any person or organization included
as a� insured under item 2 of this
endorsement.
(4) Ta any lessor of equipment:
(a} After the equipment lease expires; or
(b} If the "bodily i�jury", "property dam-
age", °personal injury" or "advertising
injury" arises out of sole negligence
of the lessor.
(5} To any:
(a) Owners or other interests from whom
land has been ieased which takes
place after the lease for the land ex-
pires; or
(b) Managers or lessors of premises if:
(i) The occurrence takes place after
you cease to be a tenant in that
premises; or
(ii) The "bodily injury", "property
damage", "personal injury" or
"advertising injury" arises out of
structural alterations, new con-
struction or demolition operations
performed by or on behalf of the
manager or lessor.
2. Additional Insured - Broad Form Vendors
Under Section II - Who Is An Insured, Paragraph 6.
is added as follows:
6. a. Any person or organization with whom you
agreed, because of a written contract or
written agreement to provide insurance, but
only with respect to "bodily injury" or �property
damage" arising out of "your products" which
are distributed or sold in the regular course of
the vendor's business, subject to the
fo►lowing additional exclusions:
b. The insurance afforded the vendor does not
apply to:
(1) "Bodily injury� or "property damage" for
which the vendor is obligated to pay dam-
ages by reasons of the assumption of li-
abi�ity in a contract ar agreement. This
exclusion does not appfy to liability for
damages that the insured would have in
the absence of the contract or agreement;
(2) Any express warranty unauthorized by
you;
(3) Any physical or chemical change in the
product made intentionally by the vendor;
(4) Repackaging, uniess unpacked solely for
the purpose of inspection, demonstration,
testing, or the substiiution of parts under
instruction from the manufacturer, and
then repackaged in the original container;
(5) Any failure to make such inspection, ad-
justments, tests or servicing as the
vendor has agreed to make or normally
undertakes to make in the usual course
of business in connection with the sale of
the product;
(6) Demonstration, installation, servicing or
repair operations, except such operations
performed at the vendor's premises in
connection with the sale of the product;
(7) Products which, after distribution or sate
by you, have been labeted or relabeled or
used as a container, part or ingredient of
any thing or substance by or for the
vendor.
c. This insurance does not apply to any insured
person or organization, from whom you have
acquired such products, or any ingredient,
part or container, entering into, accompany-
ing or containing such products.
3. Aggregate Limit Per Location
(1} Under Section III - Limits of Insurance the
General Aggregate Limit applies separately to
each of your "locations" owned by or rented to
you.
(2) Under Section V- Definitions, definition 23. is
added as follows:
22. "Location" means premises involving the
same or connecting lots, or premises whose
connection is interrupted only by a street,
roadway, waterway or right-of-way of a rail-
road.
4. Alienated Premises
Under Section I- Coverage A, paragraph 2. Exclu-
sions, j. (2) is replaced in its entirety with the
following:
(2) Premises you sell, give away or abandon, if the
"property damage" arises out of any part of those
premises and occurred from hazards that were
known by you, or should have reasonably been
known by you, at the time the property was
transferred or abandoned.
5_ Bodily Injury Redefined
Under Section V- Definitions, definition 3. "bodily
injury" is replaced in its entirety with the following:
Includes copyrighted material of Insurance Services Office, Inc. with its permission.
Copyright, Insurance Service Office. Inc. 1998
d�1-00$b (01%03) Page 2 of 6
RETURN TO:
ExT: ��;)
,
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV:
ORIGINATINGSTAFFPERSON: JC'�l,ti �
EXT: Z� Z� 3. DATE REQ. BY: �S' �P
TYPE OF DOCUMENT (CHECK ONE�:
0 CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
� PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT �E.G. BOND RELATED DOCUMENTS�
❑ ORDINANCE ❑ RESOLUTION
6d CONTRACT AMENDMENT (AG#�: O j' L I�j ❑ INTERLOCAL
❑ OTHER
r
5. PROJECT NAME: S 3 ��� S"F'r�e �� �"� � 5 Vt- S � y �7Lr� v-r l.�,,t e�,�' t�i. �
G. NAME OF CONTR
ADDRESS: � f� %
SIGNAT[JRE N
✓i vt
�
c.
TELEPHONE: ZS3 -6D 4 - ��0@
FEvc:
TITLE: �� i✓► c � n�o.�
EXHIBITS AND ATTACHMENTS: 49 SCOPE, WORK OR SERVICES �7 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE � ALL
OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / /
TERM: COMMENCEMENT DATE: I��L`'' �zCG•' � COMPLETION DATE: G�/ �T //
TOTAL COMPENSATION: $ LZ� q,� L yr, ��y'S�G� �'1 S� kj �z�, ( (INCLUDE EXPENSES AND SALES TAX, IF ANY�
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDA RATES�
REIMBURSABLE EXPENSE: �i YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ 3£� O�Tv /�2 � l� ��'� ��.1
IS SALES TAX OWED: ❑ YES Cyl NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
� PURCHASING: PLEASE CHARGE TO: �L�� ` �� � � "1 �'I ��'J�� � "��L� ' �C��
10. DOCUMENT / CONTRACT REVIEW
(8 PROJECT MANAGER
'� ��, '�� � DEPUTYDIRECTOR
��aj,� C�9 DIRECTOR j �.y L�
s�1' . �.PPC rL �i � "' � �
[2�Z,i l � � � LAW DEPT
INITIAL / DATE REVIEWED
'3��1+� IZ-//a�/G'
Zv , L�
1 _ 7i .
COMMITTEE APPROVAL DATE:
12. CON�T SIGNATURE ROUTING
;�.JENT TO VENDOR/CONTRACTOR DATE SENT: I.� 3� ��' I'
�ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, XHIBITS
II���.'�I LAwDErT
� � ��a�, � � ' SIGNATORY � ��C� C'��
���� ���,� CITY CLEiuc
ASSiGtvED AG #
SIGNED COPY RETURNED
�RETURN ONE ORIGINAL
I ITIAL / DATE SIGNED
' - _l� Gl
AG# Oa1- 2 � �;�;
DATE SENT: �° I L" 11
IIVITIAL / DATE APPROVED
COUNCIL APPROVAL DATE:
DATE REC'D:
COMMENTS:
EXECUTE " Z`� ORIGINALS
1/9
SUPPLEMENT NO. 2
CITY OF FEDERAL WAY
LOCAL AGENCY STANDARD CONSULTANT AGREEMENT
FOR
SOUTH 348TH STREET AT 1ST AVENUE SOUTH
IMPROVEMENTS PROJECT CONSTRUCTION MANAGEMENT
The local agency of the City of Federal Way desires to supplement the agreement
entered into with Parametrix, Inc. effective the 24th day of November 2009, identified as
Agreement No. 09-219 as supplemented by Supplement No. 1 on April 16, 2010. All
provisions in the Agreement remain in effect except as expressly modified by this
supplement, "Supplement No. 2".
The changes to the Agreement are described as follows:
Section II, Scope of Services, shall be amended to include those additional services
more particularly described in Exhibit "A-3" attached hereto and incorporated by this
reference (Additional Services).
Q
Section IV, Time for Beqinninq and Completion, shall be amended to extend the
completion date to June 30, 2011.
ffll
Section V, Payment, the maximum amount payable under this Supplement No. 2,
inclusive of all fees and other costs, is Twenty-Two Thousand Nine Hundred Thirty-Two
and No/100 Dollars ($22,932.00) for a total amount payable to the Contractor pursuant
to the Agreement, Supplement No. 1 and this Supplement No. 2 inclusive of all fees and
other costs to be an amount not to exceed Three Hundred Fifty Thousand One Hundred
Forty-Five and No/100 Dollars ($350,145.00). The attached Exhibit "E-3", which
describes the payment for work to be performed under this Supplement No. 2, is hereby
made a part of this Supplemental Agreement.
Signed this G�'�day of ��'����^ , 2010.
PARAMET X, INC. CITY OF FEDERAL WAY
c
By: By:
Dan McReynolds Skip iest
Its: Principal
P.O. Box 460
Sumner, WA 98390
(253) 863-5128
Its: Mayor
33325 8 Ave S
Federal Way, WA 98003
(253) 835-2401
APPROVED AS TO FORM:
.._� ............. .
� --�
atricia A. Richaxdson, Ciry Attorney
K:\STREETS\PROJECTS\S348th St at 1st Ave S\Construction\Parametrix\Contract\09-139 Supplement 2 S
348-1 st Ave S Improvements CM.doc
EXHIBIT A-3
SCOPE OF WORK
City of Federal Way
South 348th Street at 1st Avenue South
Construction Administration/Engineering Services
Amendment #2
December 2010
The City of Federal Way has requested that Parametrix provide addition Construction Administration
Services due to time extension on the construction completion. The following is a summary of the tasks
that we anticipate being affected by the time extension for the construction contract.
I. INTRODUCTION
PARAMETRIX, the CA Contractor, will perform the following scope of construction services on the
South 348th Street and 1 st Avenue South Intersection Improvements Project.
Assumptions
The accompanying budget for the additional construction administration services detailed below is based
on the services of one full-time Chief Inspector beyond the original 120 working days to up to a 154-
working-day construction contract plus support from the CA Contractor's Puyallup office. Any additional
increase or decrease in the number of working days affects the time an inspector will be on-site.
Supplemental assistance may be needed depending upon contractor's activities (multiple crews, multiple
shifts, overtime, nighbweekend work).
It is assumed that the construction will be under suspension from December 24, 2010 to April 1, 2010 .
11. DETAILED SCOPE OF WORK
Task 1 — Project Management
Provide overall project management, coordination with the City of Federal Way, monthly progress
reports, and invoicing. This effort will include the following elements:
1.1 Organize and layout work for project staff. Prepare project instructions on contract
administration procedures to be used during construction.
1.2 Review monthly expenditures, prepare invoice, and submit project progress report to City of
Federal Way.
Ciry of Federal Way 999-2441-999 (04J
South 348th Street at 1 st Avenue South 1 December 2010
Amendment #2
Scope of Work
Task 5— Construction Services — Field
5.1 The CA Contractor will provide the services of one full-time Chief Inspector on the project site
who will observe the technical conduct of the construction, including providing day-to-day
contact with the Contractor and the City of Federal Way. The CA Contractor's personnel shall
act in accordance with Section 1-05.1 and 1-05.2 of the current WSDOT Standard
Specifications.
5.2 The CA Contractor will prepare daily construction reports, detailing the contractor's operations
performed for each day the Contractor is on-site; measure the quantities of materials installed,
log equipment and staff used, and other items.
5.3 The CA Contractor will answer questions which may arise as to the quality and acceptability of
material furnished, work performed, and rate of progress of work performed by the Contractor,
including response to related questions from adjacent property owners and the general public.
5.4 The CA Contractor will prepare field records and documents to help ensure the project is
administered in accordance with Federal, State, and/or funding agency requirements.
5.5 The CA Contractor will attend and actively participate in weekly on-site meetings and prepare
and distribute meeting minutes.
5.6 The CA Contractor will prepare a punch list upon substantial completion of work, coordinate
with the City of Federal Way and other affected agencies to perform a project inspection and
develop a comprehensive "punch lisY' of items to be completed. This will be issued with the
Certificate of Substantial Completion, which will be issued by the CA Contractor.
5.7 The CA Contractor will coordinate and manage testing subcontractors for construction services.
Provide materials testing services as required. Coordinate the work of the resident inspector(s)
and testing laboratories in the observation and testing of materials used in the construction,
document and evaluate results of testing, and address deficiencies.
5.8 The CA Contractor will receive, report, monitor, and assist in resolving any issues with
adjacent property owners.
5.9 The CA Contractor will provide periodic photographs during the course of construction.
Photographs will be labeled with date taken and subject matter.
Task 6 Construction Services — Office
6.1 Day-to-Day Project Management: Liaison with City of Federal Way on a regular basis to discuss
project issues and status and management of subcontractors and General Contractor's staff.
6.2 Plan Interpretations and Change Orders: Provide technical interpretations of the drawings,
specifications, and contract documents, and evaluate requested deviations from the approved
design or specifications. Develop change orders and provide technical assistance to negotiate
the change orders.
Ciry of Federal Way 999-2441-999 (04)
South 348th Street at 1 st Avenue Sauth 2 December 2010
Amend�nent #2
Scope of Work
6.4 Monthly Pay Requests: Prepare monthly requests for payments, including all backup material
and force account worksheets; review with City of Federal Way and General Contractor and
approve, as permitted.
De/iverables
• Preconstruction Conference Minutes.
• Daily Reports on a weekly basis or upon request.
• Construction Photographs — One set, including preconstruction, construction and postconstruction
photographs.
• Weekly meeting minutes.
• Field change orders with backups.
• Requests for information with responses.
City of Federal Way 999-2441-999 (04)
Sauth 348th Street at 1 st Avenue South 3 December 2010
Amettdment #2
Scope of Work
PARAMETRIX EXHIBIT E-3 Form01-PD-40/Rev.04/04
Citv of Federal W
South 348th Street & lst Ave South Intersection Im
BUDGET SUMMARY
ents - CA Services
Direct Salary Anticipated DSC DSC with Subtotal Labor Subconsultant
Cost (DSC) Inflation % Inflation �erhead +p�erhead Fee on DSC Amount Total Inciuding Fee Expenses Subconsultants ��� Task Totais
Rates ��� � � � � �� 4.0% 189% 30% � � " �� ' �� � �. 4.0%
TaskNo. Description �� � � ��� ` � �� � � ���
�. . � .
- -- -_.. _ __ _-_ _ __ _ __ ___ ._ __ _--- -__ _ _
Task 1.0 Project Management
__-- - -- _ _ _ _ . -- - _ _ _ _ _. _ _ _ _ _ _ ___ ____
_ __ _
� � Organize and layout work, prepare project
instructions $240 4.0% $250 $472 $722 $75 $796 $T96
. _--- _ - -. _ . ___.. _ _ _ ____
__ _- ___ _ ____ -- - __ ___ _ __ _ __.
P Y � . $320 _ - 4.0% _ , __.-_ '
1.2 Pre are and submit monthl mvoice $333 $629 $962 $100 $1,062 a1 062
_==---=T_ _ �._ _,����_« _ - -_- --__ _-_ - _--. - -- . _ __ - - -- _ _ ..
-__ . -_ - - --
2.1 U Bid List, Specs and Estimage 1.0%
_------___ - _------- -_ _._. _._ ___ _____ _______ _- --- ---___ _ ___ _ _ ___ ___ ____ ____ __..- -._ ___ ____ ._._
2.2 Update General and Typ. Sections 1.0%
__ _- ------_ - ---- -- -- -- _. . __ _ __ _ ___ _ _ - - _ --- -- -- _ --- -- - - -------- - - -__ -- --- --_ __ _ _ - _ . -- --- -
2.3 Rem Sht DT5 1.0%
_--- --- __ _----
__--- - ____ . ._ ___---- __.._. . --- _- _ _ ._..__ _ ___ __. . _
2.4 Up date D em o S hts 1.0% __ ____ __._ __ _______
_ _... ._-----_ --
-____- - - __.. __ ___ __ _____ -----
. _ __-- -------_. ---_ __ ----
2.5 Update Curb Alignment Plans 1.0% ____ __
-- _ __ ----- -
__ ---- ---- - _ -- __. __ -- - ___ _ __ -- ----
_ _ -- -----. ___ -- ___...._... ..__.
2.6 Update SD4 - Storm Drainage Plans 1. ___
_ . -- ---- - ___ -- _... __-
_.. __ _._.. . _ _ -_ ___ _ __ ___
2.7 Update Storm Drainage Profiles 1.0%
_ -- --_____ _ _ - __- - - _- --- - -- - _ __ _ -
__ __ ---- _ --- __ _...--
2.8 Update Sht WL3 - Re t ain ing Wall Pian/Prof 1.0%
___-----_ _ _ __- -- ---- _. ._...----__ ._ -__- ---- _ ___ ___
2.9 Update Chan & Signing Pians 1.0%
-____ ___ __ -
---- -- -- -- - _ .
---- _. . _- ---- ----__ - . _. _.. ---- . _ _ ---- --- - -
2.10 Revise III. Design For LED Lights 1.0% __ ._ __ __ ___
-- - --- --- _ - __. .-- - - -- ---- -
-- --- - - - - --- - - - -
2.11 Update El Plans 1.0% ___._ ___ ____
___- -- - ---- - ------ --__ _ _.___ _ . _ __- - -- ___ ---- - - -- -____ _ - ------ _ _ _ _ --- _ _---- __- -
- _ _- ---
2.12 Upd Land and Irrigation Plans 1.0%
- --- ------ --- -- __ -- -- -- ---- _ __--_-- _------ ---- ------ ---
Task 3.0 Services During Ad 8 Award
_ __ --_ _ _- ---_ --- -_ - -
_- __-__ __ - - __ . ---
3.1 Contract Do cs and Advertisement 1
-- --- __ _ -- __ _ - - -- --
--- -
_--. _..._ _----- ----- ------. _ _---- - _ _____ _____ -__
3.2 RFIs and Bid Addenda (2) 1.0%
---- --- --- - ---- ----_
_ ------_ - -_ __ ____.._------ --- -- - _-- -
1.0% .
_.___ __ ___ ----- - _- __ __--- -- - - -._ _._ __ ____
Task 4. Preconstruction Activities
-------- - -- __ _--
__ _--- - --- -- -- --- --- -- ------ - __- --- -
4.1 P Conference 1.0%
-- .. _ . --- ------ ---- -- - - --
__._._. - -- _ - - --._ _ - --- --- --- -----
4.2 Pr Photos 1.0%
--- ---- ---- - . _---- - --- ------ --- - - - --_ ----- - - _- -- _ _-- --- - - _ -- ---. -____ ___ _. __
Task 5.0 Services During Construction - Field
- ---- --- ... _ _- _ _---_ - -- . .__ _ .-- _ _ _ _--
._ __
___ _ __ - ---__ __ - . --- _ - -
5.1 Daily Inspection and Management (30 days) $4,271 4.0% $4,4 $8,399 $12,841 $1,332 $14,173 $293 514,466
--- - - __ . . . .------ - ----------- --
- -- ---__ _ -- --- - --___ -- _ _. .--- __ ---- ----
Task 6. 0 Construction Services - Office
_... _____ _ . -- - ---- ---__ _ _ __ ____ __.
- _ ___ _._ _- -_ _ --_ _ __ _ _ _ _- ---- _ _ ----_ ____ _ _ _ _ _ _
6.1 Day to Day Project Management $850 4.0% $884 $1,672 $2,556 $265 $2, 821 $127 $2,948
------- - ---- __-----__ _---- --- --- -- - ----- _------- _ - - - -- _-- ---- _ -- ---- _ __ _ -- ----
6.2 Plans Interpretation and Change Orders $ 4.0% $578 $1,093 $1,672 $173 $1,845 $9 $ 7,854
_...___ -- -- --- --- -- -- - _ ------ . ----
--_ _ __ _ - - -- --- ---
-----. _..._- _ __ _ ---
6.3 Record Drawings 4.0°k __ _ _ _ _ _____ __ __ . __
___ _-- _ __ _ _ _- - _ - ---- - --- -
-- _ - - _ _-........_ ____.._ _ _ - --_ _-- ---- __ ___ _ __ __ .___
6.4 Monthly Pay Requests $351 4.0% $365 $690 $1,055 $109 $1,165 $9 $1,174
_-- ---- -
- -- - ---- ------ ____ - -- _ __ _-- - - -
_.__ _ __---- __ - - __ _ __ --------
6.5 Review Submittals 4.0%
. __.---- - -------__..._ - _ _ ---- --
_ _ ---- __- __ _--- - _-- -- --- ____ __ _
___ ----_..
6.6 Contract Cl arificatio ns $190 4.0% $198 $375 $573 $59 $632 _ $6
-- _ _ .. _ - - --__ - --____ -------
__ _. _-- -- -- -
--
6.7 Conformed Drawings
TOTAL $6,778 $7,049 $13,331 $20,380 $2,115 $22,494 $438 $22,932
Task Summary
• . � --
I 11Y_t� J C-��'
Project Manager - Date
Division Manager - Date
Principal - Date
File Name: Copy of 348th 1 st AVE CA Budget (Supplement Request) 12-17-09 (2)
Project Delivery System Page 1 of 1- SUMMARY Date Printed: 12/17/2010
PARAMETRIX EXHIBIT E-3 Form01-PD-40/Rev.04/04
City of Federal Way
South 348th Street & lst Ave South Intersection Improvements - CA Services
LABOR
Project Project Chief Proj. Coord. Senior y�ord Designer Direct Salary
Manager Engineer Inspector Deena Engineer processing Vlad Cost
Greg S. Jack Wright Tom Fraser Hueneka Bob F. Rubashka
Direct Salary Rates $60.00 $35.23 $31.17 $25.00 $54.05 $24.00 $36.50
Task Description m . , ., _ _ N _ _
_ _ __ _____ ____ _.__ . _ ___ _ __ -- -- _ __ __-- - -
Task 1.0 Project Management
. _. ___ --__ _. _ __ . _ -- __ __
_ _ _ _.. ___ _ _ _ __ __ _ ____ _ __ _- __
Organize and layout work, prepare project
�'� instructions 4 _$240
- --- _ ---...... __.._. _ _ _. . _ --- --_ _ _ .... _ __ _ _ - _ _. _ __ _ _ _ _ _ - _ __ __ _ _ - -- _ . _ __ _ _ - _ _ _ __ _ _ _.__
_--- -_ _ - -- _ _.
1.2 Prepare and submit monthly invoice 2 g $320
_ _ _-- - _ _.._ _... _ _ . __ __ _ _
_ _ - -- _ __ --
Task 2.0 Revis C ontract Plans
__ _ - -- -- - - _ _ _ __.... _. - _ __ _ -- _ _-- ------ -_ _ -
2.'I Update Bid List, Specs and Estimage
---_ _ __- -- - - - -._. -- ...----- _ ____ -- -- ---- - -__.. . _ _____ __ -- --_ _ ---- -- _..__ _ . _ __ __ _- - . _
_. - ---- ____ _ _ - _-__ _ _. _. - ----- - - --
2.2 Update General and Typ. Se cti on s
-_.- _ _-- -_ ------ ---- --- - ---
__ _ --- -- _ - __ _ __ . _ _ _ _ _ _ _ _-- -- _ _ -_ _ _-
- -_ _ _
2.3 Rem Sht D T5
_ __ . _ _-- ---- - - - ---_ ___--- - ____ __ _ __ _ ___ - -- _ _ _ __- _ _ __ --- __ _ _ - . _ _ _. --
2.4 Update Demo Shts
__ . _ _ _ _ --- -------- -
. _____ __- -- - - - - _. . - - - ___ . - _ _ __. __ _ -- __ __ _ _ __ _ _
2.5 Update C urb Alignmen Pla
--- - ---- . __- -- _. _ __ _ ___ -- -- . .-- ---
. - ._ __ -- _-- - -
2.6 Update SD4 - Storm Drainage Plans . ____
. __ __.. ----. . . -- __ -....._ __ _ _ __ __ _ _ _ __ __ _ _ ___ __ _ _
2 7 Update Storm Drainage Profiles ___ _. _. _ __
. __ -- --- -- -- -- - _ - - - - -- -- _._ ___
2.8 Up date Sht WL3 - Retaining Wall Plan/Prof __
_ ---- ----_ -------- --- _ _ _ __ _ _ __ _ _ . _-- -_ _ _.__....___ _ _. _ _ _ --..__.
2.9 Update Chan & Signing Plans
_ ___- - --- __
-----__- - -- -- -
_ .. _ - -- ---- _ - -----
. Revise III. For LED Lights
. _ - - ------ -_.._ -- - - - _ _ . __ _ --- - __ _ - ..._- - - - __ . -- -- -- - - -- -
- _----- - _-- -- -- _ __ ___ _
____-
2.11 U Electrical Plans
_____ ___ __ _ --_. _ _- _ - -
__ _- -_ _... __- -- _ __ _
2.12 Update Landscape and Irrigation Plans
_ _- - --- --- __ - __._ _____ __ _ _ _ _ ___ _ _ _
Task 3.0 Serv Duri Ad 8 AwaM
_. _ - - ------ - . . _ - _ _ _ .. _- - __ _ --- _ ___ - _ __ . _ _ _ _ _ --- _
3.1 Contract Docs and Advertisement
_ - --- ------- . __ - - _ _ _ _-. _ _ _-_-__ _ - - -
- ----- --- _ __ _ _ __ _ ___ ___--- __ _- - --
3.2 RFi and Bid A ddenda (2)
_ __ _ _ _ - __
_ - __ _ -__ __ _ _
Task 4 Preconstruction Activities _____ .. __. _ __ _ __ _____.__
--__ ___ -_------------- _---- ---_ ___ __-------- --- ---- ------- -_ .--_ __ _- ---- ----- --
_-- - ------- _. _ _.__
4.1 Preconstruction Conference
_ _ _. --- - _ _ __ __ _ _ - __
- _ _ --
4.2 Preconstruction Photos
Task 5.0 Services During Construction - Field
5.1 Daily inspection and Management (154 days) 10 90 20
__ _ __ _ - __ _ -- ---- --_- -- -_ . _ _ --- _ _ _ --- - __ _ ___ __ _ --- _ -- - __
Task 6.0 Construction Services - Office _
_ --- _ - ----_ _ _ _ __ --- ---- --- ___ _ _ ._. _ - -- --- _ _
6.1 Day to Day Project Ma 1 p 10
___ _ _ __ _ _----- ------------ ---- --
__.. ----- _ ---- _ _ ---- --- -----..__ _ _--
_ _ _ _ - ------ _ _ __ -- _
6.2 Plans Interpretation and C hang e O rders 4 4 7 _-_- -..--- -------
- - _ _ . - ------ - -- --- -- _ . .__
- . - -- --- - -- -- _ -- - - - -- _- --- --- --_.. _ _ -__. -- - --- - -
6.3 Record Drawings
__ ---- - ------ y y - _. __ . __--.._ ___ - _. -- -- __ -- - --_ -- _-
-----_ _ -- -____ ____ --_ - - - -- .
6.4 Mont P Re uests T 4 6 -----.----- ------
------ - - ----- - -- -- -- -_ __ ___ -- - -_ _ - -_. . _ _--- __ _ - - --..
6.5 Review Submittals
_ ____ _ ___ -- -- -
6.6 Con tract Clarifications 2 2 __. _ -_..__._
_ _ - -_-----
__._ __-- __._.___- --
6.7 Conformed Drawings
TOTAL 33 100 51
Project Delivery System Page 1 of 1- LABOR
�
$4
8
_$_ . -
556
$ .
351
$-- .--
$
1
$6.778
File Name: Copy of 348th 1 st AVE CA Budget (Supplement Request) 12-17-09 (2)
Date Printed: 12/17/2010
PARAMETRIX EXHIBIT E-3 Form o�-P�-ao�Re�. oa�oa
City of Federal Way
South 348th Street & lst Ave South Intersection Improvements - CA Services
EXPENSES Subconsultants
Materials Testing (TBD)
Labor Exp Total
,�
-
�gorie Mileage Copies Final Mylar Full Size Expenses
Plots Bond
Rates 50.550 $0.09 $5.00 $3.00
Phase-Task Description
�
� ,
a .�� �
r a �. _ r � . _ . :_. � .�, �
_ _ _ _ __ .
- - - __ _ __ _ _ ___
_ _ __ .__ __
Task 1.0 Project Management
- - - - --- - __ - - -- __ _ - - - -----
___ _--_ __._.. _ _____ __ __ _.--- ----- __ ___ .
� � Organize and layout work, prepare project
instructions
_. _.__ _ _ _._. _
_ _ __ __ _ - -__ _ -- - - _ _ _ _------ _ _ _ _
1.2 Prepare and submit monthly invoice
-_ _ :- ._ -- �_�v �_�.�_..-.. ..�_:.R� -_ .:-: . _
-__ -_ _ --: - _ =. . -__
= = _ __
2.1 Update Bid List, Specs and Estimage
-- - __- ---- - - - _ - - ---- . _ _.. _ ------ ----- .. __- - _ __ _
2.2 Up date General and Typ. Sections
- --_ . _ .__ -- - - -- - --- . .__ _ _ _ __ _____ _ .. - - --- -- ___ _ . _ - -__ __ ___ _. _ _
2.3 Remove Sht DT5
______ -- ---__--- ---- _- ---____ ------ - ----- -- _
_ __ __.__._- --2.4 - --__ - -- - - _ _ _---.._ ---- --- _ --- - - ----- - -- -- --- - - ---
_ __ --- _ __ _ __ _._ _.._ _ _ _.__. - - - - -- ---_ _. _-- --- - - _ _ --__- - - _ __ _--- ___ _ _-
2. Update Curb Alignment Plans
- - -- _ ---- _. - - - - - - _ _ __ _ _ _--- -- --
_ _ __- --- 2.6 _ _..._. ___-- --- - - -----_ _ ---- -- -- --- - __ _
- - - _---- __ --- _ __. _ _ _ _.._ _ - -
2.7 Update Storm Drainage Profiles
- _ _-_ _ __ __ _ --- -_-.__ ---- _ _------ --___ _... ----- ---------_. _ . __ __ __ _ __ __ ___ __._..
-- --- -- ---__ _----
2.8 Update Sht WL3 - Retaining Wall Plan/Prof
- _ __ --- ---- _. ___ _ _-- - _ _ ___ __ __ -- ______
2.9 Update Chan & Signi Plans
_ _ ___ _ __ _ _ - - --- --- _ ___-- -- _ _ . _ .----- - _- ___ _ __
-- _ _ _. - _ ----. _.-- ._ ------ - -_ __.__ ---
2.1 Revise III. Design For LED Lights
_ _____ . __.._ __ _ ___. __ - --- _ __ _-
2.11 Update Electrical Plans
__- _ .-__-------- - ------- ------------ __------------------ _--- ----- ------------_ _ _--__ __ -- ---
2.12 Update Landscape and Irrigation Plans
_ _ _.. _ ____. _.__ ___ _ _._ _ _ _..___.
_ __ --- -- -- - ---.. _ -- - ----
_ _. _ _- -- --- _ .. _-
Task 3.0 Servi During Ad & Award
___ ---- -_. _ --- _ --_ ___- ---- _ __ - __---
3.7 Contract Docs and Advertisement
_ _ _ --- __ __. __ _ __ _-- -- _.__ __ _ _ _ _ _ ____ . _ ---- ---
___ --- -_-- -- -_ ____
3.2 RFIs and Bid Addenda (2)
-- _ _ - --- -_ ------ -- ---
----- ---- _ ___ .. _.._ ---- - ----
. - - - - - _ _. _- __ _--- __ - __
Task 4.0 Preconstruction Activities
------- -_ __ ____ _-- _ ------ --- - __
__ _.__ ___ _ -- - -- -_ ----- - __ _.. --._.. _ __--- _ ___ ___ _ _. _
4.1 Preconstruction Conference
____ _ ._ _---- ___ __ ___ ---- _ _- ___ _. _
_ _ _.. _..._ ____ ____ ____ __.._ __----- _____ ___ ___
4.2 Preconstruction Photos
. _ _____ _ _ _ _._ _.. _. .
_ -- ----- __._ _.--___
--- - _ __ _._... _ _-----
Task 5.0 Services During Construction - Field
_ ____ -- - _ __. _-
_ _ _ ____ _ _- ---- -- - _ - __-- ___ --- _ __ _ __ _ _ _ _ _ --
5.1 Daily Inspection and Management (30 days) 500 200 $293
_ _ _ __ ____ -____
--- __ _ _ __- --
_ --- -_ -- _ ___ _ _ _ ----- __._...
_ __ _-- - _ -- -
Task 6.0 Construction Services - Office
----_ ___- ---_ _- _ _
__. ____ _ - __ _ __ __ _ __ __ ---
_ _--- - -
6.7 Day to Day Project Management 100 800 $127
_ _ --- ----- _ _- -_ __-_ _ --- -.. . _ _ ---- -- _ _ _- --- -- - _. . - _ _ ___- - -- --- --
_. ___ _- _ - _ . - - - -- - _ -- ---
6.2 Plans Interpretation and Change Orders 100 $9
_ _-- --------- - -- - ___ _ -- ---____ _. ---- ---._ _. - -- --- --- -_ __ __ _.. -_ __ __ _.. _.
_ _ ___- -- -- --
6.3 Record Drawings
_. ____ ____ _ - _ .------- - -------- _ _ . _._ _ ___ __
_ ___ _ - - -- - -__ __ _. _ _ - _ __ ___ __
6.4 Monthly Pay Requests 100 $9
_.. __ __..____ _- _ _ ____ _ ____ _---.. ____------ -- ___. __-- -- - -- _ _._ . ---- __._ _ __- _ __------ --- _____
6.5 Review Submittals
_ _ _ _ __ -- - ---_ __ __-- _. _ ___ _ --- --... . _ --__ _..._._
6.6 Contract Clarifications
_---- _ ___ __ _ _- ---- - - -
6.7 Conformed Drawings
__ _ _ ---- - -- -- _ ___ _ __ __ _ _ _-- _ _ _ ___..
TOTAL 600 1,200 $438
File Name: Copy of 348th 1st AVE CA Budget (Supplement Request) 12-17-09 (2)
Project Delivery System Page 1 of 1- EXPENSES Date Printed: 12/17/2010
RETURN TO:
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS
ORIGINATING STAFF PERSON: JOHN MULKEY EXT: 2722 3. DATE REQ. BY: 4/16/10
TYPE OF DOCUMENT (CHECK ONE�:
❑ CONTRACTOR SELECTION DOCUMENT (E.Ca, RFB, RFP, RFQ�
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.C� BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
di Co1vT[taCT AMENn1�tE1vT (AG#): 09-219 ❑ I1vTERr.oC.v.
0 oTE�R �'" .tc.c,,aQ-Gcrru.K# /�(0 1
5. PROJECT NAME: S 348� STREET AT 1 ST AVENUE SOUTH INTERSECTION IMPROVEMENTS CONSTRUCTION MANAGEMENT
6. NAME OF CONTRACTOR: PARAMETRIX INC
ADn�ss: P.O. Box 460. SUlvtrtER. WA98390 TELEPHONE: (253) HC)3-1528
E-M�L: F.�X:
SIGNATURE NAME: DAN MCREYNOLDS TITLE: PRINCIPAL
EXHIBITS AND ATTACHMENTS: i� SCOPE, WORK OR SERVICES ❑ COMPENSATION I}i' INSURANCE REQUIItEMENTS/CERTIFICATE F! ALL
OTHER REFERENCED EXI�BITS ,�PROOF OF AUTHORIT�' SIGN �,REQUIRED LICENSES .�RIOR CO CT/AMENDMENTS
X
C LICENSE # q0 a 0 I�'�3 0 0 BL, EXP. 12/31/ 1 fl usi # 600/3535�q , EXP. /� /�
7 `�'�'� - Q , Ii � Ck��SQ, ��r Q�� 5� N l �5'Y{'� � l� , r„
TERM: COMMENCEMENT DATE: 11/24/209 COMPLETION DATE: 12/31/2010
� 3a3 °° - f-
TOTAL Cc1MPENSATION: $4 ,143.00 (StrnP) $327 ,213.00 TOTAL CONTRACT (INCLUDE EXPENSES AND SALES TAX, IF ANY�
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES� L'
REIMBURSABLE EXPENSE: [� YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ 3$���r.Ae 6 3 � �!'�
IS SALES TAX OWED: ❑ YES 9� NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CTTY
EXT: a �o�
❑ PU1tCHASING: PLEASE C�-�,xGE To: 306-4400-131-595-30-650
10. DoCU�rrr / COx�rx�c�r REViEw
�PROJECT MANAGER�TOIt n.
L]� DNISION MANAGER
'��$ ;�DEPUTY DIItECTOR,NIQrltktl�-�
i�/4 B�DIRECTOR�(�,n�
❑ RISK MANAGEMENT (IF APPLICABLE)
�{�.�+ � LAW DEPT
� �� � .
�
t! �'�:�,��r
���-.�
//�. ilt:
� �►
��
INITIAL / DATE APPROVED
COMIvIITTEE APPROVAL DATE: A�
12. CONTRACT SIGNATURE ROUTING
Is3 SENTTOVENDOR/CONTRACTOR��OV�t�S) DATESENT: I �
ISt.' ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, Q-IIBITS
(G� � LAw DEpr
( nT SIGNATORY �E�9R»�
�' p , $
I��,, 11� CITY CLERK
� ASSiG1vED AG #
'S� SIGNED COPY RETURNED
�tRETUxtv 01vE OttlGnv.AI.
COMMENTS:
�+�..��.�.�... Y �1 N A........ .. ..
Z
� / DATE SIGNED
. 1
AG# �
DATE SENT: ' Z • ��
COUNCIL APPROVAL DATE:
DATE REC'D: O ( V
11/9
K:�STREETS\PROJECTS\S348th St at 1stAve S\Construotion\Parametrix\Contract�S 348th at 1st CM Supp 1 Routing Slip.dac
SUPPLEMENT NO. 1
CITY OF FEDERAL WAY
LOCAL AGENCY STANDARD CONSULTANT AGREEMENT
FOR
SOUTH 348TH STREET AT 1ST AVENUE SOUTH
IMPROVEMENTS PROJECT CONSTRUCTION MANAGEMENT
The local agency of the City of Federal Way desires to supplement the agreement
entered into with Parametrix, Inc. effective the 24th day of November 2009, identified as
Agreement No. 09-219. All provisions in the Agreement remain in effect except as
expressly modified by this supplement, "Supplement No. 1°.
The changes to the Agreement are described as follows:
Section II, Scope of Services, shall be amended to include those additional services
more particularly described in Exhibit "A-2" attached hereto and incorporated by this
reference (Additional Services).
�1J
Section V, Pavment, the maximum amount payable under this Supplement No. 1,
inclusive of all fees and other costs, is Four Thousand One Hundred Forty-Three and
No/100 Dollars ($4,143.00) for a total amount payable to the Contractor pursuant to the
Agreement, Supplement No. 1 inclusive of all fees and other costs to be an amount not
to exceed Three Hundred Twenty-Seven Thousand Two Hundred Thirteen and No/100
Dollars ($327,213.00). The attached Exhibit "E-2", which describes the payment for
work to be performed under this Supplement No. 1, is hereby made a part of this
Supplemental Agreement.
Signed this ��0�"1 day of 1'�C�� , 2010.
PARAMETRI INC. CITY OF FEDERAL WAY
By: By: y �a
Dan McReynolds Bria ilson
Its: Principal
P.O. Box 460
Sumner, WA 98390
(253) 863-5128
Its: City Manager/Police Chief
PO Box 9718
Federal Way, WA 98063-9718
(253) 835-2401
APPROVED AS TO FORM:
�
i� J
Patricia A. Richardson, City Attorney
K:\STREETS\PROJECTS\S348th St at 1 st Ave S\Construction\Parametrix�Contract\09-139 Supplement 1 S
348-1stAve S Improvements CM.doc
Exhibit A-2
Scope of Work
City of Federal Way
South 348th Street at 1st Avenue South
Construction Administration/Engineering Services
Amendment #1
January 2010
The City of Federal Way has requested that Parametrix revise the final plans, specifications and
estimate for the South 348�' Street at lg Avenue South Project. The revisions are necessary to
incorporate water main relocation plans into the contract documents as provided by the
Lakehaven Utility District. Improvements designed by Lakehaven Utility District will include the
removal and relocation of water mains, hydrants and meters as necessary to accommodate the
City's planned intersection improvements.
Additional Scope OF WORK
Task 2— Design Revisions to Contract P/ans
The following design revisions will be made to incorporate the waterline relocation designed by
Lakehaven Utility District:
• Intersection of 1 S ` and 348`": Move CB D-2 and D-3 South approximately 8' to allow for
the construction of the new water main. The existing fire hydrant on the northwest corner
will be removed and relocated to the northeast corner approximately 20' east to be
adjacent to the driveway.
• Specifications and Estimate: The bid list (proposal) for will be upda.ted to reflect new
quantities of work based on the plan revisions described above. Technical specifications
provided by the City for the water main work will be incorporated into the contract
documents for the project and the opinion of probable cost (engineer's estimate) will be
updated based on the new quantities and recent bid tabulations for similar projects.
• Lakehaven Utility District Water Plans: Lakehaven Utility District will provide water
plans for incorporation into the plan set.
The following plans sheets are affected by the revisions and will be updated by Parametrix:
• Demo Plans: Update to reflect removaUrelocation of fire hydrants and existing water
main.
• Storm Drainage Plans: Update/revise sheet to reflect revisions to CB D-2 and D-3.
• Storm Drainage Profides: Update/revise sheet to reflect revisions to CB D-2 and D-3.
K:\STREETS\PROJECTS\S348th St at 1st Ave S\Construction\Parametrix�Contract\09-139 Supplement 1 S
348-1 st Ave S Improvements CM.doc
PARAMETRIX
EXHIBIT E-2
Fortn 01-PD-40IRev.04/04
. � . .
.
, � ����������
���� .����"'k�� '� '.: `�`"
_ '' �_, / � � \�:
--- -0-----
- _ �����m�m���
`'• ��������' �-�
-�� � � �--�
- .: �����m�m���
����������
�����������
�����������
�����������
����C�C����
�����������
����������
=C��=�C����
�����������
������ ���
����������_
����������
����������
����������
����������
�����������
�����������
s ��������
����������
�����o����e
�����������
�����������
�����������
�������o���
Task Summary
54,743
FUe Neme: 348th1atAveCABudget 20100106Amendl
project pBN�eiy gyytem Page 1 of 1- SUMMARY Dete Printed: 4/9/2010
PARAMETRIX
Fam 07-PD4dRav. MN9
City of Federal Way
South 348th Street & lst Ave South Intersection Im rovements - CA Services
LABOR
Direct Snkry
TaM� Description
Task 7 .0 Itaviw Ca�trx! Plan�
2.1 UoOete Bltl Liat. Soecs and Estimets
Pr°�ect I �1� I Proj. CooM.l Wortl ( I I I I I I I I ( I I I I I I Direct s' lary
Marre9er Enpineer DeAa Wrightl Praceasing
Grog 8. Jadc WrIpM �
2.3 Update Storm Shaet 2 4 _ _____...}..._.......g187
2.4 UoOete Storm Dreinaga Profilas 7 4
�r.
� Flle Name: 318M7stNVeCAButlgat 20100106Amentll
p� p�{yMy gy��� Pepa 1 ot 1- LABOR Date Pririted: 4/e/LO10
PARAMETRIX
of Federal Wa
South 348th Street & lst Ave South Intersection Im
EXPENSES
Fortn 07-PD-40/Rev. 04/04
ts - CA Services
Subconsultants
:.
�0�
�
���:�
` � �: �:�\
�:�`����
---
���
=�-
-_�
���
���
�-�
_=
�-
-�
--
--
--
-_�
__-
-_�
_�-
--
-_ �
---
-�-
-�-
Ffle Name: 348th1atAveCABudget 20100106Amendl
Projed Delivery Sy�em Page 7 of 1- EXPENSES Date PriMed: 4/9/2010
RETURN TO:
CITY OF FEDERAL WAY LAW DEPARTMENT
REQUEST FOR CONTRACT PREPARATION/DOCUMENT REVIEW/SIGNATURE ROUTING SLIP
1. ORIGINATING DEPT./DIV: P(J� l 6`��-�
2. ORIGINATING STAFF PERSON: ��t �"G�'/�'-C� EXT: Z ZZ 3. DATE REQ. BY: J
4. TYPE OF DOCUMENT REQUESTED (CHECK ONE)
CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
PUBLIC WORKS CONTRACT SMALL PUBLIC WORKS CONTRACT
0 PROFESSIONAL SERVICE AGREEMENT MAINTENANCE AGREEMENT
GOODS AND SERVICE AGREEMENT HUMAN SERVICES CDBG
REAL ESTATE DOCUMENT SECURITY DOCUMENT �E.G. BONDRELATEDDOCUMENTS)
ORDINANCE RESOLUTION
CONTRACT AMENDMENT (AG#):
OTHER G� D�,��t 6 t�G �Z� z: Ll�� i` k<, v� f
5. PROJECT NAME: S 3 y g� S fr� f ea, sT /��sa S�L✓►�^sCc Ytr' o.1 �'H.,.o,y �,e���t �Lo.+af� e�Je�, e�.,
6. NAME OF CONTRACTO]
ADDRESS: D d
SIGNATURE NAME:
ra
y.
c
TELEPHONE
TITLE�r�'nc,�P�
7. EXHIBITS AND ATTACHMENTS: SCOPE, WORK OR SERVICES �(I COMPENSATION �J INSURANCE REQUIREMENTS/CERTIFICATE ALL
OTHER REFERENCED EXHIBITS fC� ROOF F AUTHORiTY TO SIGN REQUIRED LI EN,S ES PRIOR CONTRACT/AMENDMENTS
,�'JT�/ /-IC�r1S€ y'0 /0/ E'�l,j oo B�--�yrP. f��oq�st�-r� �rcEnl��; boo/3 3y9��P• `(�3°/l
8. TERM: COMMENCEMENTDATE: U� COMPLETION DATE: jZ�3/ Z c�-t D
9. TOTAL COMPENSATION ��3 L B 7 (INCLUDE EXPENSES AND SALES TAX IF.�t�rY)
(IF CALCULATED ON HOURLY LABOR CHARGE -ATTACH SCHEDULES OF EMPLOYEES TITLE AND HOL RATES)
REIMBURSABLEEXPENSE:�I�s ❑NO IFYES,MAXIMUMDOLLARAMOUNT: ZD/SfSG��tclv�s svlr-c�,a.s.,��,,.,�
IS SALES TAX OWED YES '�NO IF YES, PAID BY: O CONTRACI'OR CTl'Y
PURCHASING: PLEASE CHARGE TO: D(� ��'/�BO'' /3 3 qS 3c� 6S('
10. CONTRACT REVIEW INITIAL DATE RE I D INITIAL DATE APPROVED
f� PROJEC�fMANAGER ��►�a M� �+�A� S� cq �ti
DIRECT i'� CAQ�/ 1 d o
O RISK MANAGEMENT (IF APPLICABLE)
F����LAW �J ��.c
11. CONTRACT SIGNATURE ROUTING ('ti,rcc, rv�t'�7� X
L�9 SENT TO VENDOR/CQNTRACTOR DATE SENT: 0(� DATE REC i a y
ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFI ATE, LICENSES, EXHIBITS
�Iz`I LAW DEPARTMENT
SIGNATORY (C1� ox D��CTOx)
CITY CLERK
�9 ASSIGNED AG#
f$I SIGNED COPY RETURNED
L-- dn�
Tv.l
INI L DATE SIGNED
t-2`--0
AG# U 2, �I
DATE SENT: O`�
Ori�t �c�Q
�.urc
F:� e r i i �i����� l:�.
Local Agency
Standard Consultant
Agreemen#
ArchitecturaVEngineering Agreement
Personal Services Agreement
areement Number
Federal Aid Number
Agreement 7'ype (Choose one)
Lump Sum
Lump Sum Amount
Cost Pius Fixed Fee
Overhead Progress Payment Rate
Ove�head Cost Method
Actual Cost
Actual Cost Not To Exceed
Fixed Overhead Rate
Fixed Fee 27,68�_00
Specific Rates Of Pay
Negotiated Hourly Rate
Provisional Hourly Rate
Cast Per Unit of Work
Total Amoun# Authorized
Management Reserve Fund
Maximum Amount Payable
3? 3.070.00
3?3,070.00
Index of Exhibits {Check all that applyj:
Exhibit A-1 Scope of� W'ork
Exhibit A-2 Task Order Agreernent
Exhibit B-i DBE Utilization Certification
Exhibit C Electronic Exchan�e of Data
Exhibit D- t Pa��ment Lump Sum
E!chibit D-2 Pa�tnent Cost Pius
Exhibit D-3 Payment Hourly Rate
Exhibit D-4 Pa��ment Provisiona{
Exhibit E-1 Fee LumpiFired,�Unit
Exhibit E-2 �ee Specific Rates
Exhibit F Overhead Cost
Exhibit G Subcontracted Work
Exhibit G-t Subcoi;sultaot Fee
THtS AGREEMENT, made and enteced into this t..�
between the Locat Agenc� of Federal Way
Exhibit G-3 Fee-Sub Specific Rates
Exhibit G-3 Sub Overhead Cost
Exhibit H Title V[ Assurances
Eshibit i Paymeni Upon Termination of A�reement
Exhibit 1 Alle�ed Consultant Design Error Procedures
Exhibit K Consultant C(aim Procedures
Exhibit L Liability Insurance [ncrease
Erhibit M- la Consuttant Certitication
Exhibit M-ib Agency Official Certification
Exhibit M-2 Cettification Priman�
Exhibit M-3 Lobbying Certification
Exhibit M-4 Pricin� Data Certification
App. 31 _910 Supplementa� Signature Page
day of �'b�^�...�L�, �.._tQ.t"_�__.
WashinUton, hereinafter ca!(ed the '`AGENCY"
and the above or�anization hereinafter called the "CONSULT.ANT"_
Consul tanUAddress/Telephone
ParametriY, Inc
ParametriY, (nc_
P.O_ Box 460
Sumner, WA 98390
(2�3)863-�128
Project Title And Work Descnpiion
South 348th Street at 1 st Acenue Soutii
[ntersection [mprovements
Proti•ide Construction Management for the
impr�vemento£the intersection of Soutli 3-�Sth
I Street and 1 st Avenue South
DBE Participation
Yes No
Federal ID Number or Social Secunty Number
l 89.1 I%i Do you require a 1099 for IRS? Completion Date
Yes No December 31, 20 t 0
DOT Form i40-089 EF Page 1 of 8
Revised 3I20o8
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 far 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
T'he 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 Requirement�
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 Eachibit "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 fum and their certification number will be
shown on E�►ibit "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 fil�es, prepared by the
CONSULTANT prior to completion ar termination of this AGREEMENT are instruments of service for this PROJECT,
and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY
of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to
the CONSULTANT.
Page 2 of 8
IV Time for Beginning and Completion
The CONSULTANT shall not begin any wark 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 E�ibit "G" attached hereto and by this
reference made part of this AGREEMENT.
Compensarion 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 CONSiJLTANT 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
T'he 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 or
otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or
services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the
CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's
Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a
Page 3 of 8
third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons
while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and
responsibility of the CONSULTANT.
The CONSULTANT shall not engage, on a full- ar part-time basis, ar 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 49.60180
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 paid shall be determined by the AGENCY with consideration given to the actual
costs incuned 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 iYs 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 conect 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
CONSiTLTANT and the AGENCY shall be referred for determination to the D'uector 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 enors 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. T'he 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.l'he
CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State af Washington, situated
in the counry in which the AGENCY is located.
Page 5 of 8
XIII Legal Relations
1'he 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.
T'he 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 (i) claims ar 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 CONSiJLTANT 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 CONSiJLTANT'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.
Tfie 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 STAT'E.
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. T'he 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. T'he
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, uniess modified by Exhibit "L". In no
case shall the CONSULTANT'S professional liability to third parties be limited in any way.
Page 6 of 8
The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this
section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it
under other provisions of this AGREEMENT, or otherwise in law.
XIV Extra Work
A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in
the services to be performed.
B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of
any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other
terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum
amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the
AGREEMENT accordingly.
C. The CONSULTANT must submit any "request for equitable adjustment", hereafter referred to as "CLAIM", under
this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides
that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before fmal payment of the
AGREEMENT.
D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause
shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed.
E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this
AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this
AGREEMENT.
XV Endorsement of Plans
If applicable, the CONSLILTANT 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 Consuitant 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 Debannent, Suspension and Other Responsibility Matters Primary Covered Transactions,
E�ibit "M-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Eachibit "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.
XVill 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
T'his AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an
original having identical Iegai effect. 'The CONSULTANT does hereby ratify and adopt all statements, representations,
warranties, covenants, and agreements contained in the proposal, and the supporting material submitted by the
CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof.
Page 7 of 8
In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the
"Execution Date" box on page one (1) of this AGREEMENT.
CONSULTANT:
PARAME INC.
By
Dan McReynolds
Principle
PO Box 460
Sumner, WA 98390
AGENCY:
CITY OF FEDERAL WAY
By v�l
Bri Wi n
Interim ty Manger
33325 8 Avenue S
P.O. Box 9718
(253)863-5128
APPROVED AS TO FORM:
�t''���
Patricia A. Richardson, City Attorney
DOT Fortn 140-089 EF
Revised 3/2008 Page 8 of 8
f�:C11=3��J
SCOPE OF WORK
City of Federal Way
South 348th Street at 1st Avenue South
Construction Administration/Engineering Services
November 2009
This phase of work will provide construction inspection, administration, and engineering services for the
construction contract to complete the improvements designed under this Project Title. These services will
include necessary construction engineering, inspection, and contract administration required for the
construction of the project, as detailed below.
I. INTRODUCTION
PARAMETRIX, the CA Contractor, will perform the following scope of construction services on the
South 348th Street and 1 st Avenue South Intersection Improvements Project.
AssumpNons
Revisions to the contract plans, specifications, and estimate are based on incorporating the frontage
improvements currently under construction by the Federal Way School District north of 348th Avenue on
1 st Avenue South and the City's request to revise the lighting source to LED.
The accompanying budget for the construction administration services detailed below is based on the
services of one full-time Chief Inspector during a 120-work'ing-day construction contract plus support
from the CA Contractor's Sumner office. An increase or decrease in the number of working days affects
the time an inspector will be on-site. Supplemental assistance may be needed depending upon contractar's
activities (multiple crews, multiple shifts, overtime, night/weekend work).
11. DETAILED SCOPE OF WORK
Task 1 Project Management
Provide overall project management, coordination with the City of Federal Way, monthly progress
reports, and invoicing. This effort will include the following elements:
1.1 Organize and layout work for project staff. Prepare project instructions on contract
administration procedures to be used during construction.
1.2 Review monthly expenditures, prepare invoice, and submit project progress report to City of
Federal Way.
City of Federal Way 999-2441-999 (04)
Sauth 348th Street at Ist Avenue South 1 November 2009
Scope of Work
Task 2— Design Revisions to Contract Plans
The following design revisions will be made to incorporate the frontage improvements to 1 st Avenue
South currently under construction by the Federal Way School District:
West Side of Ist Avenue South: Widening of 1 st Avenue to the west for through lanes is no longer
required. Therefore, the right turn lane that begins at approx. STA 54+85 will match the existing
curb and gutter and widening north of STA 54+85 will be removed from the plans. Parametrix
will determine where trenching for electrical conduit (lighting) can be located to minimize
restoration requirements. Wall D and the reconstruction of the stairs to the Winco parking lot are
no longer necessary and will be removed.
East Side of lst Avenue South: Widening will be completed by the Federal Way School District
north of STA 57+40. Therefare, all roadway widening will be removed from the plans
accordingly. Illumination will be analyzed to determine if electrical work will be necessary on the
east side of 1 st Avenue South.
Channedization of IstAvenue South: The channelization of lst Avenue South north of 348th will
be revised to a 5-lane section and will match with the channelization designed by OTAK for the
Federal Way School District.
Overlay of 1stAvenue South: The overlay limits will be extended to the north to a point just north
of the Winco entrance to match with a current overlay project north of the project limits.
Illumination Design: The illumination design will be revisited for the project to determine the
impacts and spacing requirements for incorporating LED lights throughout the project.
Specifications and Estimate: The bid list (proposal) will be updated to reflect new quantities of
work based on the plan revisions described above. The technical specifications will be updated to
reflect LED lighting and the opinion of probable cost (engineer's estimate) will be updated based
on the new quantities and recent bid tabulations for similar projects.
The following plans sheets are affected by the revisions and will be updated:
G3 Site Plan: Update to reflect removal of Wall D.
DTl Typical Sections: Update to reflect revisions to work on 1 st Avenue described above.
DTS Stair Details: Remove sheet, no longer needed.
DM4 Demolition and TESC Plan: Update/revise sheet to reflect revisions to work on
1 st Avenue as described above.
CA4-CAS Curb Alignment: Revise sheets to reflect revisions to work on lst Avenue as
described above.
SD4 Storm Drainage: Remove structures on East side of 1 st Avenue South and revise CB H-1
accordingly.
SDS Storm Drainage Prof.: Revise sheets accordingly to reflect revisions made to SD4.
WL3 Retaining Wadls: Remove Wall D and stair reconstruction.
CH4 Channelization and Signing: Revise channelization to 5 lanes based on OTAK plans dated
5/26/09 and extend limits to a point just north of the Winco entrance.
Ciry of Federal Way 999-2441-999 (04)
Sauth 348th Street at /st Rvenue South 2 November 2009
Scope of Work
E1-E9 Electrical Plan: Revise/update plans based on illumination analysis for LED light
sources.
LS4 Landscape Plan: Revise sheets to reflect revisions to work on 1 st Avenue as described
above.
LS7 Irrigation Plan: Revise sheets to reflect revisions to work on 1 st Avenue as described
above.
Deliverables
Final plans specifiations and estimate, one set of 11' 17 plans ready for printer and in electronic
format, one set of contract and specificaions ready for printing and in electronic format, and final
cost estimate for the project, based on the changes made per task 2.
Task 3— Services during Advertisement and Award
3.1 Contract Documents and Advertisement The CA Contractor will prepare a reproducible set of
contract documents including specifications and contract plans for delivery to prospective
bidders. It is assumed that the City of Federal Way will reproduce plan sets for purchase by
contractars at City Hall. The CA Contractor will also furnish an electronic version of the
contract documents in PDF format or in a format as specified by the City.
3.2 Requests for Information and Bid Addenda The CA Contractor will respond to phone calls
and emails from the City and/or contractors during the advertisement period. All
communication will be documented and any responses will be documented for distribution by
the City to each plan holder.
If necessary, bid addenda will be prepared by the CA Contractor. Bid Addenda will include a
bid addenda form as approved by the City and attachments that may include letters, reports,
plans, or calculations as deemed appropriate. For budgeting purposes it has been assumed that
two bid addenda will be necessary.
Task 4 Preconstruction Services
4.1 T'he CA Contractor shall prepare an agenda, distribute notices of the conference, and conduct a
preconstruction conference in the City of Federal Way's offices. The CA Contractor's project
manager and chief inspector will attend the preconstruction conference and will prepare a
written record of the meeting. The Contractor shall also distribute copies of the zninutes to all
attendees and affected agencies, staff, etc.
4.2 Provide one set of preconstruction photographs and video tape of the existing conditions (see
Section 3-9 below).
Task 5— Construction Services Field
5.1 The CA Contractor will provide the services of one full-time Chief Inspector on the project site
who will observe the technical conduct of the construction, including providing day-to-day
contact with the Contractor and the City of Federal Way. The CA Contractor's personnel shall
Ciry of Federal Way 999-2441-999 (04)
South 348th Street at Ist Avenue South 3 Navember 2009
Scope of Work
act in accordance with Section 1-05.1 and 1-05.2 of the current WSDOT Standard
Specifications.
5.2 The CA Contractor will prepare daily construction reports, detailing the contractor's operations
performed for each day the Contractar is on-site; measure the quantities of materials installed,
log equipment and staff used, and other items.
5.3 The CA Contractor will answer questions which may arise as to the quality and acceptability of
material furnished, work performed, and rate of progress of work performed by the Contractor,
including response to related questions from adjacent property owners and the general public.
5.4 The CA Contractor will prepare field records and documents to help ensure the project is
administered in accordance with Federal, State, and/or funding agency requirements.
5.5 The CA Contractor will attend and actively participate in weekly on-site meetings and prepare
and distribute meeting minutes.
5.6 The CA Contractor will prepare a punch list upon substantial completion of work, coordinate
with the City of Federal Way and other affected agencies to perform a project inspection and
develop a comprehensive "punch list" of items to be completed. This will be issued with the
Certificate of Substantial Completion, which will be issued by the CA Contractor.
5.7 The CA Contractor will coordinate and manage testing subcontractors for construction services.
Provide materials testing services as required. Coordinate the work of the resident inspector(s)
and testing laboratories in the observation and testing of materials used in the construction,
document and evaluate results of testing, and address deficiencies.
5.8 The CA Contractor will receive, report, monitor, and assist in resolving any issues with
adjacent property owners.
5.9 The CA Contractor will provide periodic photographs during the course of construction.
Photographs will be labeled with date taken and subject matter.
Task 6— Construction Services Office
6.1 Day-to-Day Project Management: Liaison with City of Federal Way on a regular basis to discuss
project issues and status and management of subcontractors and General Contractor's staff.
6.2 Plan Interpretations and Change Orders: Provide technical interpretations of the drawings,
specifications, and contract documents, and evaluate requested deviations from the approved
design or specifications. Develop change orders and provide technical assistance to negotiate
the change orders.
6.3 Record Drawings: Upon completion of the work, using available information supplied by the
General Contractor(s}, on-site representative personnel, suppliers, and other sources. Contractor
shall provide as-built information detailing final location of installed items based on the same
pattern as conducted for initial design. The CA Contractor will review the submitted
information, make necessary corrections, revise the original drawings and submit to the City an
City of Federa! Way 999-244/-999 (04)
South 348th Street at 1 st Avenue South 4 November 2009
Scope of Work
original (Mylar) record drawing set and electronic in AutoCAD (Version 14 or later)
compatible with the agreed-to design drawing format.
6.4 Monthly Pay Requests: Prepare monthly requests for payments, including all backup material
and force account worksheets; review with City of Federal Way and General Contractor and
approve, as permitted.
6.5 Review Submittals: Receive, log, and circulate for review and appropriate action, contractor
shop drawings, catalog cuts, traffic control plans, erosion control plans, project schedule,
material certifications, and other contractor submittals required by the specifications for
compliance with the contract requirements.
6.6 Contract Clarifications: Provide supplemental drawings or details, if necessary, to clarify
design intent.
6.7 Conformed Drawing Set: At the conclusion of the bidding process, prepare a conformed set of
drawings and specifications incorporating all addenda, and make available for distribution.
De/iverables
Preconstruction Conference Minutes.
Conformed drawing set.
Daily Reports on a weekly basis or upon request.
Test reports.
Record Drawings One set original (Mylar), electronic file, one bond copy.
Construction Photographs One set, including preconstruction, construction and postconstxuction
photographs.
Weekly meeting minutes.
Certificate of Substantial Completion and punch list.
Field change orders with backups.
Requests for information with responses.
Submittal responses and supporting material.
Survey: Control point only provided to the Contractor.
Assumptions
1. The budgeted hours for this work assume that construction will take approximately
120 working days. We assume another 20 days will be required of the chief inspector to
complete documentation and punch list items for the City. Hours were calculated at 9 hours
per day for one full time on-site inspector plus 10 percent.
2. Notice to Proceed with construction is anticipated to be issued in April 2010.
Ciry of Federal Way 999-2441-999 (04)
South 348th Street at 1 st Avenue South 5 November 2009
Scope of Work
Construction survey work is to be provided by the General Contractor and paid under the
appropriate bid item. Any surveying, checks, re-staking, and/or design changes outside the
original design scope will be considered "additional services."
4. As-built surveys and redlining of the contract drawings and documents will be the
responsibility of construction contractor and their information will be reviewed by the CA
Contractor's Inspectors. Parametrix will modify the CADD drawings in accordance with the
information provided by the construction contractor and reviewed by the Inspector.
No additional time has been included if the project time period is extended for rain days or
any other reason.
6. Testing services will be subcontracted to a certified lab and paid for on a time-and-materials
basis. The budget for these services has been set at $25,000 and may be amended depending
upon the service provider and actual work necessary to complete the project.
7. King County will coordinate throughout signal installation and will provide final signal
inspection approvaL
City of Federal Way 999-2441-999 (04J
South 348th Street a! 1 st Avenue South 6 November 2009
Scope of Work
EXHIBIT "C"
Electronic Exchange of Engineering and Other Data
Electronic Deliverables include digital photos (jpg), scanned or electronic
documents (pdf, doc, xls, etc.}, Contractor baseline and progress schedules
(if provided by the Contractor in mpp). Data is to be transferred by e-mail,
CD, or FTP site(s).
Agency OS is Windows XP Professional, Agency e-mail software is
Microsoft Outlook 2007, Software Suite is MS Office 2003.
Exhibit D-2
Payment (Cost Plus a Fixed Fee)
The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this
AGREEMENT as provided hereinafter. Such payment shall be full compensation for work performed or
services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the
work specified in Section II, "Scope of Work." The CONSULTANT shall conform to all applicable portions of
48 CFR Part 31.
A. Actual Costs: Payment for all consulting services far this PROJECT shall be on the basis of the
CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost,
overhead, direct non-salary costs, and fixed fee.
1. Direct Salary Costs: The Direct Salary Cost is the direct salary paid to principals,
professional, technical, and clerical personnel for the time they are productively
engaged in work necessary to fulfill the terms of this AGREEMENT. The
CONSULTANT shall maintain support data to verify the direcf salary costs billed
to the AGENCY.
2. Overhead Costs: Overhead Costs are those costs other than direct costs, which are
included as such on the books of the CONSULTANT in the normal everyday
keeping of its books. Progress payments shall be made at the rate shown in the
heading of this AGREEMENT under "Overhead Progress Payment Rate." Total
overhead payment shall be based on the method shown in the heading of the
AGREEMENT. The two options are explained as follows:
a. Fixed Rate: If this method is indicated in the heading of the AGREEMENT the
AGENCY agrees to reimburse the CONSULTANT for overhead at the
percentage rate shown. This rate shall not change during the life of the
AGREEMENT.
b. Actual Cost: If this method is indicated in the heading of the AGREEMENT the
AGENCY agrees to reimburse the CONSULTANT the actual overhead costs
verified by audit, up to the Maximum Total Amount Payable, authorized under
this AGREEMENT, when accumulated with all other Actual Costs.
A summary ofthe CONSiTLTANTS cost estimate and the overhead
computation is shown in E�ibit "E" attached hereto and by this reference made
part of this AGREEMENT. When an Actual Cost method is used, the
CONSULTANT (prime and all sub-consultants) will submit to the AGENCY
within six (6) months after the end of each firm's fiscal year, an overhead
schedule in the format required by the AGENCY (cost category, dallar
expenditures, etc.) for the purpose of adjusting the overhead rate for billing
purposes. It shall be used for the computation of progress payments during the
following year and for retroactively adjusting the previous year's overhead cost
to reflect the actual rate.
DOT Form 140-089 EF Exhibit D-2
Revised 6/08
Failure to supply this information by either the prime CONSULTANT or any of their sub-
consultants shall cause the AGENCY to withhold payment of the billed overhead costs until
such time as the required information is received and an overhead rate for billing purposes is
approved.
T'he AGENCY, STATE and/or the Federal Government may perform an audit of the
CONSULTANT'S books and records at any time during regular business hours to determine
the actual overhead rate, if they so desire.
3. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the Actual Cost to
the CONSULTANT. These charges may include, but are not limited to, the following
items: travel, printing, long distance telephone, supplies, computer charges and 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 Cost
b. The billing for Direct Non-Salary Costs shall include an itemized listing of
the charges directly identifiable wh 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.
4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in the
heading of this AGREEMENT under Fixed Fee. This amount does not include any
additional Fixed Fee, which could be authorized from the Management Reserve Fund. This
fee is based on the Scope of Work defined in this AGREEMENT and the estimated person-
hours required to perform the stated Scope of Work. In the event the CONSULTANT
enters into a supplemental AGREEMENT for additional work, the supplemental
AGREEMENT may include provisions for the added costs and an appropriate additional
fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of
work completed by the CONSULTANT and reported in the Monthly Progress Reports
accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in
the progress payments will be covered in the final payment, subject to the provisions of
Section IX entitled "Termination of Agreement."
Management Reserve Fund: The AGENCY may desire to establish a Management Reserve
Fund to provide the Agreement Administrator with the flexibility to authorize additional
funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the
CQNSULTANT 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 far 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."6. 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.
B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for
reimbursement of Actual Costs plus the calculated overhead and fee on a monthly basis during the
progress of the work. Such billings shall be in a format approved by the AGENCY and
accompanied by the monthly progress reports required under Section III, "General Requirements"
of this AGREEMENT. The billings will be supported by an itemized listing for each item including
Direct Salary, Direct Non-Salary, and allowable Overhead Costs to which will be added the
prorated Fixed Fee. To provide a means of verifying the billed salary costs for CONSULTANT
employees, the AGENCY may conduct employee interviews. These interviews may consist of
recording the names, titles, salary rates, and present duties of those employees performing work on
the PROJECT at the time of the interview.
C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned
will be made promptly upon its verification by the AGENCY after the completion of the work
under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports,
electronic data and other related documents which are required to be furnished under this
AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a
release of all claims for payment, which the CONSULTANT may have against the AGENCY
unless such claims are specifically reserved in writing and transmitted to the AGENCY by the
CONSULTANT prior to its acceptance. Said Final Payment shalt not, however, be a bar to any
claims that the AGENCY may have against the CONSIJLTANT or to any remedies the AGENCY
may pursue with respect to such claims.
The payment of any billing will not constitute agreement as to the appropriateness of any item and
at the time of final audit, all required adjustments will be made and reflected in a final payment. In
the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT
will refund such overpayment to the AGENCY within thirty (30) days of notice of the
overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims
relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has
twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the
AGENCY for audit findings.
D. Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for
inspection by representatives of the AGENCY, STATE and the United States, for a period of three
(3) years after receipt of final payment, the cost records and accounts pertaining to this
AGREEMENT and all items related to or bearing upon these records with the following exception:
if any litigation, claim or audit arising out of, in connection with, or related to this contract is
initiated before the expiration of the three (3) year period, the cost records and accounts shall be
retained until such litigation, claim, or audit involving the records is completed.
PARAMETRIX
EXHIBIT E-1
it uf Federal Wa
South 348th Street lst Ave South Intersection Improvements CA Services
BUDGET SUMMARY
Direct Salary Antidpated DSC DSC with Subtotal Labor
Cost (DSC) Inflation Inflation +pyefi�d F� on DSC Amount Total Induding Fee Expenses Suboonsuftanis Task Totals
Rates 1.0% 189% 309b
TBSk N0. �SCfIpt10� y r3`z;� ��,'-�i� y;
.a�,. t te� x
Z
y
a
..r ..,,.�-y,.,.=,. F �a.�...,,
Task 1.0 Project Management
Organize and layout work, prepare projed
instructions $1,388 1.0% $1,402 $2,652 $4,054 $421 $4,475
54,475
1.2 Prepare and submit monthly invoice $2,082 1.0°l0 $2,103 $3,978 $6,081 $631 $6,712 $90 56,802
Task 2.0 Revise Contract Plans
2.1 Update Bid List, Specs and Estimage $2,032 1.0% $2,053 $3,882 $5,935 $616 $6,551 $45 $6,596
2.2 Update General and Typ. Sections $130 1.0% $132 $249 $381 $40 $421 5421
2.3 Remove Sht DT5 $33 1.0% $33 $62 $95 $10 $105 a105
2.4 Update Demo Shts $261 1.0% $264 $498 $762
2.5 Update Curb Alignment Plans $261 1.0% $264 $498 $762 $79 $841 y841
2.6 Update SD4 Storm Drainage Plans $130 1.0% $132 $249 $381
2.7 Update Storm Drainage Profiles $65 1.0% $66 $125 $191 $20 $210 b210
2.8 Update Sht WL3 Retaining Wall Plan/Prof $65 1.0% $66 $125 $191 $20 $210 $210
2.9 Update Chan Signing Plans $397 1.0% $395 $748 $1,143 $119 $1,262 a1,262
2•1� Revise 111. Design For LED Lights $3,243 1.0% $3,275 $6,194 $9,470 $983 $10,452 $10,452
2.71 Update Electrical Plans $4,352 1.0% $4,396 $8,312 $12,708 $1,319 $14,027 ;14,027
2.12 Update Landscape and Irrigation Plans $130 1.0% $132 $249 $381 $40 $421 $421
Task 3.0 Services During Ad 8� Award
3.1 Contract Docs and Advertisement $579 1.0% $584 $1,105 $1,689 $175 $1,865 $405 $2,270
3.2 RFIs and Bid Addenda (2) $965 1.0% $975 $1,843 $2,818 $292 $3,110 $5 $3,115
1.0%
task 4.0 Preconstruction Activities
4.1 Preconstruction Conference $819 1.0%
$827 $1,564 $2,391 $248 $2,639 $2,639
4.2 Preconstruction Photos $366 1.0% $370 $699 $1,069 $111 $1,179
$1,179
1.0%
Task 5.0 Services During Construction Field
5.1 Daily Inspection and Management (154 days) $50,665 1.0% $51,172 $96,771 $147,943 $15,352 $163,294 $2,200 $25,000 $190,494
Task 6A Construction Senrices Office
6.1 Day to Day Project Management $5,667 1.0% $5,718 $10,813 $16,530 $1,715 $18,245 $550 s18,795
6.2 Plans Interpretation and Change Orders $4,g74 1.0% $4,923 $9,309 $14,232 $1,477 $15,709 a15,709
6.3 Record Drawings $1,508 1.0% $1,523 $2,880 $4,403 $457 $4,860 $300 $5,160
6.4 Monthly Pay Requests $4,301 1.0% $4,344 $8,216 $12,560 $1,303 $13,863 $13,863
6.5 Review Submittals $3,643 1.0% $3,680 $6,959 $10,639 $1,104 $11,743
511,743
6.6 Contract Clar'rfications $2,917 1.0°/a $2,946 $5,571 $8,577 $884 $9,4p1
$9,401
6.7 Conformed Drawings $894 1.0% $903 $1,707 $2,610 $271 $2,880 #2,880
TOTAL $91,758 $92,676 $175,259 $267,934 $27,684 $294,475 $3,595 $25,000 $323,070
Project Delivery System Page 1 of 1- SUMAAARY
Task Summary
$11,276
a34,544
55,384
E3,819
$190,494
577,552
Fortn 01-PD-40/Rev. 04/04
Si natures
Project Manager Date
Division Manager Date
Principal Date
File Name: 348th 1st AVE CA Budget 11-3-09 JRM
Date Printed: 11/3J2009
PARAMETRIX
City of Federal Way
South 348th Street lst Ave South Intersection Improvements CA Services
LABOR
Project Project Chief Senior Designer
Mana er En ineer Ins Proj. Coord. Word
g g pector Darla Wright Engineer processing �ad
Greg S. Jack Wright Tom Fraser Bob F. Rubashka
Direct Salary Rates $56.61 $32.62 $31.17 $30.16 $54.05 $24.00 $36.50
Task Description
��.�a
Task 1.0 Project Management
Organize and layout work, prepare project
instruCtions 16 16
1.2 Prepare and submit monthly invoice 24 24
Task 2.0 Revise Contract Plans
2.1 Update Bid List, Specs and Estimage g �g g
2.2 Update General and Typ. Sections 4
2.3 Remove Sht DTS 1
2.4 Update Demo Shts g
2.5 Update Curb Alignment Plans 8
2.6 Update SD4 Storm Drainage Plans 4
2.7 Update Storm Drainage Profiles 2
2.8 Update Sht WL3 Retaining Wall Pian/Prof 2
2.9 Update Chan Signing Plans 12
2•�� Revise III. For LED Lights
2.11 Update Electrical Plans
2.12 Update Landscape and Irrigation Plans 4
Task 3.0 Services During Ad Award
3.1 Contrad Das and Advertisement �g
3.2 RFis and Bid Addenda (2) g �p q
Task 4.0 Preconstruction Activities
4.1 Preconstruction Conference 8 4 8
4.2 Preconstruction Photos 4 8
Task 5.0 Services During Constructio� Fieid
5.1 Daily Inspection and Management (154 days)
80 16 1386 80
Task 6.0 Construction Services Office
6.1 Day to Day Project Management 100
6.2 Plans Interpretation and Change Orders 40 80
6.3 R�ord Drawings 4 24 16
6.4 Monthly Pay Requests 60 30
6.5 Review Submittals 20 40 40
6.6 Contract Clarifications 40 20
6.7 Conformed Drawings 20 8
TOTAL 408 273 1410 242
8
60
40
108
16
4
20
60
60
Fortn Ot 04/04
Direct Salary
Cost
$1,388
$2,082
$2,032
$130
$33
$261
$261
$130
$65
$65
$391
$3,243
$4,352
$130
$579
$965
$819
$366
$5,661
$4,874
$1,508
$4,301
$3,643
$2,917
$894
$91,758
Project Delivery System P 1 of t- LABOR File Name: 348th 1st AVE CA Budget 11-3-09 JRM
Date Printed: 11/3l2009
PARAMETRIX
Citv of Federal Wa
South 348th Street lst Ave South Intersection I
EXPENSES
rovements CA Services
Final Mylar Full Size
Categorie Mileage Copies Expenses
Plots Bond
Rates 50.550 $0.09 $5.00 53.00
Phase-Task Description 4 r��
d x. r .s
Task 1.0 Project Management
Organize and layout work, prepare project
instructions
1.2 Prepare and submit monthly invoice 1000 $90
Task 2.0 Revise Contract Plans
2.1 Update Bid List, Specs and Estimage 500 $45
2.2 Update General and Typ. Sections
2.3 Remove Sht DT5
2A
2.5 Update Curb Alignment Plans
2.6
2.7 Update Storm Drainage Profiles
2.8 Update Sht WL3 Retaining Wall Plan/Prof
2.9 Update Chan Signing Plans
2.1 Revise III. Design For LED Lights
2.11 Update Electrical Plans
2.12 Update Landscape and Irrigation Plans
Task 3.0 Services
3.1 Contract Docs and Advertisement 2500 60 $405
3.2 RFIs and Bid Addenda (2) 50 $5
Task 4.0 Preconst
4.1 Preconstruction Conference
4.2 Preconstruction Photos
Task 5.0 Services
5.1 Daily Inspection and Management (154 days) 4000 $2,200
Task 6.0 Construc
6.1 Day to Day Project Management 1000 $550
6.2 Plans Interpretation and Change Orders
6.3 Record Drawings 60 $300
6.4 Monthly Pay Requests
6.5 Review Submittals
6.6 Contract Ctar�ications
6.7 Conformed Drawings
TOTAL 5,000 4,050 60 60 $3,595
Subconsultants
�;:;�..a,.
Form 01 04/04
File Name: 348th 1st AVE CA Budget 11-3-09 JRM
Project Delivery System Page 1 of 1- EXPENSES Date Printed: 11/3/2009
EXHIBIT F
t r
C}c►u�las Mact�c�nald
Secxetary af Tr�nspartaEion
September 4, 200'7
Ms. Janice Walden
Parametrix, Inc.
I231 Fryer Avenue
Sumner,l�VA 98390-1516
Re: Parametrix, Inc. 4verhead Schedule
FYE December 29, 2006
Dear Ms. Walden:
Transportation Huiiding
310 R1laple Park Avenue S.E.
P.O. E3ox 4730Q
C7lympia, WA S85Q4-7300
360-705-7004
7?Y: 1-840-833-63$8
www.wsdot.wa.gov
On August 30, 2007, as a WSDOT representative, I reviewed your proposed 20�6
Overhead Schedule. I alsa cc�rnpl�ted a�i arialytical review ofthe schedule by cornparing
it to the reviewed accepted 2005 overhead schedule, and reviewed data that WSDOT
had collected in our perrnanent fi�es. The propos�d ovcrhead schedule provided by
Parametrix had been prepared frozn financial statements tlaat were auditec� by Clark
Nuber, CPA.
The reviewed data for Parametrix included, but was not timited to, the schedule of the
i�direct cost rate, a description of the company, basis of accounting and description of
accounting system, basis of indireet costs, in addition to a review of the firm's internal
control structure.
Based on my review, I am issuing this letter of concurrence establishing the Parametrix
overhead rate for 2046, at 189,11 °10 of direct labor. Costs billed to actual agreements will
still be subject to audit of actual eosts.
if you or any representative of Parametrix, Inc. have any questions, please contact me at
36Q-705-7046.
Sincerely,
��l'�1�.j��.C.��.,
Martha S. Roach
External Audit Nianager
MR:ds
Enclosures
cc: Steve McKerney Mike Kane, MS 47323
Rick Griffith, MS 4'7323 Meg Blau, MS NB 82-112
Parametrix, lnc.
Overhead
December Z9, 2006
Estm FAIt;
2006 AdJusting s'.�1tetl4�a:':'y:,.>_:
Ctassiffatioa 29•Aec Eatrlea �OD6::;:
l Direct Labor Baae
Overhead Expa�ses
2 Adminiatntivc Saluics
3 7reining Safsrics
4 Vacatian, Sicic L.csvc, Holidays
S Bonwcs
6 Marftcting Sslarics
7 Advcrtising F,xpensc
B MarkeGngExpcnx�s
9 ESOP Trust (Rctircmcnt PEan)
f0. Payroll Taxes
11 ExtiseTaxcs
12 1s�surance
t3 Medicallnsurance
t4 Ofticc Rpu
15 Offix Expcmcs Supplica
16 SmtEApprctiation, Awards
t7 PrinGng, CopicrlPrintcr Suppiics
t8 Biilad in-houac Priating
t9 Tcicphone
26 Hi11cd !n-twusc Tclephona
21 Dcpreciation
22 Goodwill
23 Husiffoss Mcalc
24 Auto Expcnsc
z3 Bilicd In-houso Milcagc
2b OfJice Ttavc!
27 Subscriptions, Librery Ma�ccial
2B Ducs
29 Donstiora
30 Profcssionat Liccnses
3l Po�egc, Couricts, Frcigh!
32 Training/Educsti�
37 Field EquipmenMSupplics
34 Lab Egui�nnenU5upplies
35 Su�vcy EquiptnendSupplics
36 HoWth Safory EquipmcnUSupptica
3� Elcctrical EquipmcnUSupplica
38 Boat EquipmcnUSupplics
3Y Billed In-houx Eqvipmcnt
4U Officc Furaihrce
4� Ot tco Equipm¢M
42 ComputcrSupplic.slSofivarc
43 Silled In-housc Computcr Cha�es
q4 Rccruiting Costs
45 I'ayroll, I.cgal Audit
ab Tempaary Labor
47 Consvlting Scrviccs
46 Employce Rclocatiw� Costs
49 Sad Dcbts
59 Otlicc MovinglRemodcling
Sl Parsonsi Proparty Taxcs
52 U6litics/Building Maintanancc
51 intcrest, Bank Chxgcs
54 Co� of Capital
SS Capica(imd Ovcnc�ad
56 G&A Altoc fo Krci Architccturc
5'1 TMai Overhead Expensea
SS Overhead Rate
518,641,771 (3161,226) A. 578,480,545 190.009G
8,659,077 {5100,949) A. 58,358,134 463176
40B,43T 408�437 23194
3,9G8,791 3,968,793 21.489i
1,503,485 (80,853) B. 1,424,632 7.7146
2,604.OS4 (137,t43) C. 2,46G,911 t3.3556
93,2aQ (93,200) D. Q O.U0g4
202.b69 (20,959) E. 161,711 0.98°h
1,850,000 1,850,000 I0.01'di
Z,868,D3t 2,86B 15.52�6
$31,915 837,915 4•53'Yo
652,967 652,967 3.53°.6
5,435,451 3,455,451 16.70°iL
2,505,566 2,SOS,Sb6 f3.56As
383,251 (BI,20� F. 302,044 1.63°iL
i51,Ti4 (117,470) G. .34,243 0.197L
241,275 241,2T5 1.31Y.
{t58,G�8) (158,678) A.669i
3t9,480 319,080 1.77Y�
(215) (275) O.WX
1,464,T47 (342,708) N. 1,122.039 6.07%
0 0 0.005G6
87,877 (87,8�'� 1. 0 O.OMiS
337,852 337,652 I.8]°k
(�s2.aeo� (2sz,a9o� -�.s�^i.
323,6T3 (7,6i3) 1. 316,060 1.71%
91,916 91,916 0.50'h
84,77t (10,839) K. 73,932 0.40'h
39,605 (39,605) L. 0 0.009L
16,501 16,501 0.09Ye
82,567 82,567 0.45%
673,654 (41,330) M. 632,320 3.429L
39,3?4 30,374 O.Ib94
126,944 126,944 0.699L
39,�10 39,310 0.219k
12.160 12.164 OA7%
t,osa s,oaa 0.019G
612 612 0.00'k
(460,646) (460,846) -24956
57,42b 57,426 0.31'/.
360.444 360,4A4 i.95X
8H2,997 882.997 4.7644
(32,591) (32,591) A.18Ye
334,930 (945} O. 333,985 i.8fy.
268.980 (40,275) P. 228,705 1.249i
?7.413 77,4! 3 0.42°/.
414,079 414,079 2.24'/e
IO,A34 10,434 O.O6Y.
�T�.��a (rn,��a� Q. e o.00�
l,827 1,827 0.01°�
G4.280 69,2B0 0.3TX
264.368 264.368 1.43Ye
53,955 (47,004) R. 6,451 0.0456
0 236,36 F S. 23b,361 1.28%
p T. 0 O.OMh
(A9 705) (49,705) �0.2746
S3b,I34,935 (1,I92,385) 534,948,551
193.BT% 4.96Yo C�>189:11�:'/0 189.! IYe
2006 Parametrix, Inc.
Eliininations and Adjustments
A.
B.
C.
D.
E.
F.
G.
l�i.
I.
J.
I�.
L_
M.
P.
Eliminate Overtime Premium Prom Direct (5 000) and Admin (7100U, 62001+)
Eliminate Overtime Premium From Direct (51000) and Admin (71000, 62001+)
PMX OT Paid (1.Sx) 252,169
Dir Sal 18,641,77! 6I% I61,226
Adminitraining/MlctSal 11,6T1,569 39% 100,943
30,313,339 100% 262,I69
Eliminate Auto Salaries (7130I) 80,853
Eliminate Retroactive (71307) �n��
80,853
Btiminato Marketing Salaries {61003-b1008) b9,328
E[irninate Mazketing Salaries (AWARDS, CONF2006) 67,815
137,143
Eliminate Advertising Expense (61500XX} 93,20a
Remove Unallowab[e Marketing Expenses (62100-b2508) 20,959
Non-allowable Office Supplies, Steft'Amenities 81,207
Non-a[lowable Special Hvenis (�41d522} 117,470
Adjustmcnt to Tax Deprcciation
Book deprec (77000)
Tax depreciation
Reduction for Tax
Remove Business Meais unallowable (81 t 00)
Unallowable Qf�ice Travel (8610022)
Unallowable Ducs (8140022, 8140t Lobbying, Tac Club
Remove all Donation (8l 500, 8l 501)
Unallowable Training, Conferenccs
8170022 In-House
8I71022 External
Excess per diem, alcohol
Remove Unallowable Recauiting Costs (8210022)
Unallowabte Legal, Accounting {79000)
Federal Tax Areparation
Plan Accounring fees
Total Unallowable
Q. Eliminate Bad Debt (79700)
1,464,747
1,122.039
342,708
87,877
7,613
10,839
39,605
4,440
3b,890
4 t,33Q
945
23,157
17�118
40,275
177,774
2006 Parametrix, Inc.
ElimInations and Adjustments
R. Remove Interest, Penalties
S. Cost of Ca{rital Calaulation
Finance charges(89100)
Interest Exp Debt (89I20)
Interest Exp IAC (89,110)
'fotal Nonallow Interest/Fenaities
Equip2easchold Improv, net deprec, 12/2005
Equip/Leasehold Improv, net deprec,l2/2006
Aversge
Aversge Cost Capita12004 S.125% 5.75% 2)'
Cost of Capital
T. Capitali2ed �Overhead (allocated to accounts)
Admin Sal 7]0001 I
Vac/SictdHol 7140011
Medicai 72320! 1
http:/lwww.treasurydiroct.govlgovt/rates/tcinc�ir opdprmt2.htm
56%
25%
19%
8,354
Z6,433
I2,218
47,004
3,913,701
4,7$0,028
4,346,865
5.4375%
23G,361
42,367
18,914.
14
75,655
Exhibit G
Subcontracted Work
The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT:
Tack 5 7 FiPlcl TPCtinu
DOT Form 140-089 EF Exhibit G
Revised 6/05
EXHIBIT "G-1"
Subcontract Work/Fee Determination
Sub-Consultant is to be determined
Scope of work is described in Task 5.7, Construction Services Field,
coordination and management of testing subcontractors for construction
services.
Total Budget is $25,000 as shown in the Budget summary and Expenses
sections of Exhibit E.
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: T'he CONSULTANT, with regard to the work performed during the
AGREEMENT, shall not discriminate on the grounds of race, colar, 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 direetives 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.
$anctions 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
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 compieted.
Cost Plus Fixed Fee Contracts
A final payment.shall be made to the CONSiJLTANT 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 CONSLTLTANT 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 1
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 pocuments the Alleged Consultant Design Error(s)
After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the
Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed
documentation than is normally required on the project. Examples include: all decisions and
descriptions of work; photographs, records of labor, materials and equipment.
Step 3— Contact the Consultant Regarding the Alleged Design Error(s)
If it is determined that there is a need to proceed further; the next step in the process is for the project
manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged
error(s). The project manager and other appropriate agency staff should represent the agency and the
consultant should be represented by their project manger and any personnel (including sub-consultants)
deemed appropriate for the alleged design error(s) issue.
Step 4— Attempt to Resolve Alleged Design Error with Consultant
After the meeting(s) with the consultant have been completed regarding the consultant's alleged design
error(s), there are three possible scenarios:
It is determined via mutual agreement that there is not a consultant design error(s). If
this is the case, then the process will not proceed beyond this point.
It is determined via mutual agreement that a consultant design error(s) occurred. If this
is the case, then the Director of Public Works or Agency Engineer, or their
representatives, negotiate a settlement with the consultant. The settlement would be
paid to the agency or the amount would be reduced from the consultant's agreement
with the agency for the services on the project in which
the design error took place. The agency is to provide H&LP, through the Region
DOT Form 140-089 EF Exhibit J
Revised 6/05
Local Programs Engineer, a summary ofthe 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
Consuitant Claim Procedures
The purpose of this e�ibit 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. Ifthe 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 e�ibit 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 ofthe 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 ConsultanYs Claim for Additional Compensation
After the consultant has completed step l, the next step in the process is to forward the request to the
Agency's project manager. The project manager will review the consultant's claim and will met with
the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If
the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the
Agency's recommendation for federal participation in the claim to the WSDOT Highways and Local
Programs through the Region Local Programs Engineer. If the claim is not eligible for federal
participation, payment will need to be from agency funds.
If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Highways and
Local Programs (if applicable}, and FHWA (if applicable} agree with the consultant's claim, send a
request memo, including backup documentation to the consultant to either supplement the agreement,
or create a new agreement for the claim. After the request has been approved, the Agency shall write
the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the
consultant that the final payment for the agreement is subject to audit. No further action in needed
regarding the claim procedures.
DOT Form 140-089 EF Exhibit K
Revised 6/05
If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures.
Step 3— Preparation of Support Documentation Regarding Consultant's Claim(s)
If the Agency does not agree with the consultanYs claim, the project manager shall prepare a
summary for the Director of Public Warks 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 wark;
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 rnay 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 ConsultanY 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
I hereby certify that I am Q� p�� L, M G Rev no e�,5 and duly authorized
representative of the firm of Parametrix, Inc whose address is
31 Fruar Av�,v� u e. Su►r�ner WA `I 83 9D and that neither I nor the above
firm I here represent has:
(a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other
consideration, any firm or person (other than a bona fide employee working solely for me or the
above CONSULTANT) to solicit or secure the AGREEMENT;
(b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the
services of any firm or person in connection with carrying out this AGREEMENT; or
(c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee
working solely for me or the above CONSULTANT) any fee, contribution, donation, or
consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT;
except as hereby expressly stated (if any);
I acknowledge that this certificate is to be available to the Washington State Department of
Transportation and the Federal Highway Administration, U.S. Department of Transportation in
connection with this AGREEMENT involving participation of Federal-aid highway funds, and is
subject to applicable State and Federal laws, both criminal a
tl-t t�o�(
Date Signature
DOT Form 140-089 EF Exhibit M-1(a)
Revised 6/OS
Exhibit M-1(b)
Certification Of Agency O�cia{
I hereby certify that am the AG£NCY Officia! of the Local Agency of Federal W
Washington, and that the consulting firm or its representative has not been required, directty 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 emptoy 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 avai(able 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
I Y
D te
Brian Wil
Interim Manger
33325 Avenue S
P.O. Box 9718
(253)863-5128
DOT Form t40-089 EF Exhibit M-1(b)
Revised 6/OS
Exhibit M-2
Certification Regarding Debarment, Suspension, and Other Responsibility
Matters-Primary Covered Transactions
The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any federal department or agency;
B. Have not within a three-year period preceding this proposal been convicted of or had a civil
judgment rendered against them for commission or fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or
contract under a public transaction; violation of federal or state antitrust statues or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (federal, state, or local} with commission of any of the offenses enumerated in paragraph (I)
(B). of this certification; and
D. Have not within a three (3) year period preceding this application/proposal had one or more
public transactions (federal, state, or local) terminated for cause or default.
II. Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Consultant (Firm): parametrix, Inc
tl-��i-�
(Date)
President or Authorized Official of Consultant
DOT Form 140-089 EF Exhibit M-2
Revised 6/05
Exhibit M-3
Certification Regarding The Restrictions
of The use of Federal Funds for Lobbying
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
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): parametrix, Inc
(Date)
DOT Form 140-089 EF Exhibit M-3
Revised 6/OS
Exhibit M-4
Certificate of Current Cost or Pricing Data
This is to certify that, to the best of my knowledge and belief, the cost or pricing data (as defined in
section 15.401 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4)
submitted, either actually or by specific identification in writing, to the contracting officer or to the
contracting officer's representative in support of 3�Q� S`t" a�' I s A✓t S 2nterse..he�., Z•�wa� rew�e..�►'�'s
are accurate, complete, and current as of 3—� This certification includes
the cost or pricing data supporting any advance agreements and forward pricing rate agreements between
the offeror and the Government that are part of the proposal.
Firm
Name
Title
Date of Execution***
Identify the proposal, quotation, request for price adjustment, or other submission involved,
giving the appropriate identifying number (e.g., RFP No.).
Insert the day, month, and year when price negotiations were concluded and price agreement
was reached.
Insert the day, month, and year of signing, which should be as close as practicable to the date
when the price negotiations were concluded and the contract price was agreed to.
DOT Form 140-089 EF Exhibit M-4
Revised 6/05
Pri nc.i va 1
Client#: 319834 PARAMINC
ACORD CERTIFICATE OF LIABILITY INSURANCE �;�ZO� 0 9
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Kibble Prentice, a USI Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P.O. Box 370 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Seattle, WA 98111
206 441-6300 INSURERS AFFORDING COVERAGE NAIC
INSURED INSURERA: EI'T1pI0�/@r8 FI�@ I11SU�8flC@ COIYIpBfl�/ 20648
Parametrix, Inc. iNSUReR e: Employers Insurance of Wausau 27458
1002 15th St. SW, Suite 220 iNSUReR c: XL Specialty Insurance Company 37885
Auburn, WA 98001
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POIICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY EFFECTIVE POIICY EXPIRATION
LTR SR �E OF INSURANCE POUCY NUMBER D D A M D ��M�
GENERALLU181LITY 7100215050002 11/01/09 71/01N0 EACHOCCURRENCE s1000000
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED S'I OOO OOO
CLAIMS MADE OCCUR MED EXP (Any one person) S� O OOO
X WA StOp G81� PERSONAL 8 ADV INJURY �00 000
GENERAL AGGREGATE SZ OOO OOO
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS COMP/OP AGG 3Y OOO OOO
POLICY X E T X LOC
A AUTOMOBILEUABILITY 7700215050002 11/01/09 17/01N0 �pMBINEDSINGLELIMIT a7 000
X ANY AUTO (Ea acadent) �OOO
ALL OWNED AUTOS BODILY INJURY
SCHEDULEDAUTOS (Perperaon) a
X HIREDAUTOS BODILYINJURY
X NON-OWNED AUTOS (Per axident) a
PROPERTY DAMAGE a
(Per accidenl)
GARAGE LIABIUTY AUTO ONLY EA ACCIDENT S
ANY AUTO OTHER THAN A S
AUTO ONLY: qGG
A pCCES3NMBREILA LIABILITY 7700215050002 11/01/09 ��0���� EACH OCCURRENCE a70 000 000
X OCCUR CLAIMS MADE EXC@SS Of AGGREGATE S� O OOO OOO
General, Auto a
DEDUCTIBLE F� E1T1pI0�/@�8 s
RETENTION s None Liabili s
B WORKERS COMPEN3ATION AND WCCZ9��T4ZZO�9 11/07/09 71/01/10 J� WC STATU- OTH-
EMPLOYERS' LIABILITY StBt@S: AZ� CO� ID� E.L. EACH ACCIDENT $'I OOO OOO
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUOED9 NM NY OR PA E.L. DISEASE EA EMPLOYEE OOO OOO
If yes, describe under �J$L&H incl WA E.L. DISEASE POIICY LIMIT S� �0
SPECIAL PROVISIONS below
orHeR professional DPR9682077 11/01/09 11/01/10 $1,000,000 per claim
Liability Pollution Legal $1,000,000 annl aggr.
Claims Made Liabili incl
DESCRIPTION OF OPERATIONS LOCATIONS VEHICLE31 IXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS
PMX Job No. 214-2441, Construction Management of the South, 348th Street
at 1st Avenue South, Intersection Improvements, Federal Way, WA.
City of Federal Way and the agency are Additional Insured as respects
General Liability and Automobile Liability policies per attached
(See Attached Descriptions)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE IXPIRATION
City of Federal Way OATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO NIAIL �n* DAYS WRITTEN
33325 8th Avenue South NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 30 SHALL
P.O. BOX 97� IMPOSE NO OBUGATION OR UABILITY OF ANY KIND UPON THE INSURER, RS A(iENTB OR
Federal Way WA BSOGS-87�8 REPRESENTATNES.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2001/08)1 of 3 #S4129327/M4775773 PC2JA a ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25-5 (2001108) Z of 3 #54129327/M4115173
AMS 25.3 (2001/08) 3 of 3 #54129327/M4115173
�8� "Botiily 1111u�1" or "prupeRy datlidge" arisl�g �aut,o� ttie sol.e :negli�en�e. qf the:ro�nda� for its. own: acts or
amissions Or those of it& employees or aryor�e else aeting on i�s k�etialf. H:osntever, this exGit�sion does not
aPP�+ to:
(a} 7he exeepba�i�s: coMai.n.ed in �utipar.agraphs 4. vr 6,; or
(tij �uch td��iections;. adj�sttnenf�, tests: oC s�tvipng .�s: the �venii� hs� �gr.b�d� tv ma&e v� no�mally Wr�-.
dertakes :to ma�C€� in: the usuaf course�:of::b�si�ess, i.ri c+onnection w�li.�ttie dishibuti±�n ar.sale. of tFie
ptAdUcts,
�9� AfiY .V�ndor, per5t�ii al o�aniza�on �the "p�c�du�ts-cos��pl�te�F �peTa�4ns ;tia�ai�!" #s exc�#ded �the� py
the provisions of�the �over�ge� �orm� or by �pdofserne�it:
b. This .ir�suranc,e :�oes not epply tea any :insured p��son or orgai�zation,: icom:whoxrr yot� have aoquirask .s�tcti
produdS; or at�y'irl�ted.ie� I�It oe �r3�i�er, er.itering into; �cc:br���t�i!� �i'�o�I�Cni�����:e� produt�s.
3.� A[�DiT1QNAL IN$URED -�ONTRAC3'; /�G.R�EMElrFFT dR �l�IA1T�
:a, Section W�o Is .A� Ir�unad ls amerided to incl�de �as •ar� .additional in��d� anf+ Pers.o� fs) or�o!'8a��za-
tion(s) v�th w+hom, you �r�ed.in wd�terl �c�htract, riVi�C}en a.�reer�ie�it or p�irt►It. t� p�CNiJde�lttsural�Ce setch �S
aibrd�d under this Cbvera�e: Part but: only v� �espec� �01iaPaility in�ur�t"; "prop�r4y dame�e" or
"pers�or�el and adver5s�ng.injur�' eaused, in whole or m.part;. by y�ur acis� ororruss�ona�ait Nie a�+ oc omis,-.
�si�ans of thr,�e ecflng on jrour befialt:
.i: .In #he .�rrnaitoe oi "your wor.k" ft►r tft� adtiit�on�1 �i�sur�d{s) .�f. t[�� tocation. �e�i�at�d: in �s c�itra�t;,
agreem�nt or .psrmit, or
�2: In t#�e mainteA�noe, ope�tion or use af equEpmeM lea�d to jrou :by such�perso�(s) or arganiza�on{�) �r
.3: :In �ca�nnection:with pr�nis�s.ybu nv�n, reM; I�ease or o�cup�,
.'��is inst�i�ance app��: on a prir�ary oT primar�r and non-c�ntribrrtory bas� if thaX is fequi[ed in writing: b� the
reerirent or ermi#
.cor�tra�t, a9: P
b, Tha insuran�g provided .to #F�e additiona:l: i nsuted: hereu�: is :!i mitesi. T�is insuf�Ce:dtfes not �fy::
1. :Urtless
:(a} ttie writt9n ebhiract; a�r.�msnt or per�tlit is �wre&t�ly.ii� eff8t� or I�oltle� e��Ie tluriAg xhe.tetm of.
this poNcy.; and
(b} the cohtract pr a�reement: was exee:uted or perinit issr��.d prior tis #he "bc�diCy in jeiry"; "p.rapai�t�r:dar�-
�age",;or "'p�ts�aE and aiiys�ising iriju�";
Z; :To� ar� �ersoa� air arganiza3�an inc�u�lec� as an insur�d under:fhe Ailc�onal I�surad Braad Form Ven-
dors prcr��sTon of this enda��nerrt,
3. T� ar�jF.person of di►ganization iocfuded as an insut�sd by.an eridors�rrent rssued.tiy�us:�nd made patC:t�f
�his'Coaerage Pa�
4. To arry persan or organir�tion rf the "'bocJ�l� ii��ur�"; "pa�Qperly darn�e", or�"{�rs�al anii a�iv�rti��tg ir+-
jury" adse.s out of the :rsndaring of ar f�ilure to rende� any pFOfesstona! architecturat et�irree.ri�rg or sur=
v�yir�g. sen►ices by or for you;i��udin�g
(a�. �Tfie pteparihg,. approving; or faiing to prepar+� ar appcoue, maps,. shoP drawin�; q�iiiioi�s,. repo�;
.surve�is, �fieki orders, change otdars: a� dratiui ngs� and sp. ecif c�ons;: ar
Supeiviso�i; irtsped'ai�, aretitteeturai or erigirieering:ectivibes.
To erty;
(aj: Le�sor of e�quipmertt aiter th�:�equipnient �ase terminates .or ezpi�es; or�
(�l E7wners nr c�ther i:r��eresfis �'orn �i+.Fic�m land �as.:been.lessetl;.or
(c) Artanagers �sr lessors of:pre�ises. it
The "occxiRence".takes placa attef you :eeese �a be:a:f��a�t:�rt that.premise�;; of
7F�e "�od' (n
(.1: �{Y �i.roPeMyr �eri�age per�onal aird ad++��sing:. injury" anses out; of strc�cEural
a{fetattotti$, new �onstruction or detni�liho� aperatlons: perf�sm�ied ki�i c�r ����taehalf bf the�ma�a��er
�or lessor.
Tv "�odiN�irijiiry� oF"p�b�eriydamage"o�aur�ieg.afitec:
A!I �v�ork on:ttf� pnoj� �other than senrtt�., t�tsitttenanoe oF re�ira) to�b� i�e�for�l�bY:9r tlfl:beli��: Qf
f�� �dditi�al :insured at the sit� �ot th� covered operatio.ns has bae� compl�rCed; �r
�:Pa�e�2:nf.8 hTddurles crSpy�lghted.�xaterial:of Insurance S�eivi�e��C�Bos, Inc: VCG�206;A7�09.
Copy1(ght 2008,:
(b). 'fihat pnrtioR df'"yoyr work`' ou# of which the inju.ry or damage arises I�as been put to its inkended
us� kf� any persoh o; org��liza'�bn Eat'her tf�h anotYt�r corttt�Ctor or suls�ontra�dor engqqec# in �ierforrei=
in o bons for a nnci I as' lt of the sa�te ro �Ct:.
9 P� P� p� 1�. P 1.
c; Limi#s 4f Insurance applicable� tv _#he additionaf:insured are thoss s�eeified in tfte contract, agreement.or
pe�mit or I�1 the ��elara�ons of thi� pv�c�;.whichever is Pess, a�d: fix the rnvst we witl :p�a.y: regarclless afthe
numbsr o#:
4; Ensuketls;
�I�irris mad� or�"suits" brou�Mt;
9: Persbr�s oi organiza�ori5 meking;claims or tirir�in�'`s�iits".
Th�se: Limits� ot Irxsurance ar.e lnclu�ive� :of �:and �nvt I� �sldipa�r. t� t�ie �units� nf 1ns.uranc� showr� in tlie:
Qeclerofions..
a�����A� I�M�T P�R� 1�4c�1rt[ON
a,: tJnder Se�ion: lil Lirnits of. In�u�ante;,the �Gen�t�l .��re�ste�.Umft;�pplies.separately to ea�h of your
".lacations" �v�rned by ar rehted :o.r leas�ci fo yatt.
b: 13r1d�r'�e�tio.n �l Defi�itl6n�, the fi�Nmwing tle�'iriitl.�n� is added:.
"i.oeati�n�! means pre�ri[ses irnofving t�:e s�me or connee#Ing lots, or p�:mises whos:� co�rFl�ctio�i is i�
terrupted ahly by ��treet� ro,�dtnray,. wsterway�or:Rgh#-of.=waq �of �a railroad.
4, AC,IENATED PRfMt3£��
Pa�ragraph j..{2) �af 2..Exclasions a�f GOYERA(iE �1��—��.Di1.Y I�IJUR'Y aN�. t�R�P�Et'CY bAMJ4GE LIABlt:
�IlY�is:delete�d and rgpiaeed witt� the following:
P'rerrlisQS. you. �sell, give, away<or abandvn, �i �ie "propetty d�trmage" a[isas out af any ,pait.o# tfiose. p��r�►-
ises and occurs ft'� hazatds. that we�'e kno'w� to �ot�� oc shouftl have::b�e�ii kttown tar .y.ou; at: the. time. the
Pro�ertY wes trar�sfierred or'aband.oned,
5: BLA�IKET 1AfAIVER� OF �U8R4�OlTIC►N.
Se�tlbr►lV —Transf�ro} Rights of Recovery Again.sfi� 4t�uat�:.�o C1s.Co�nd�on Is aittendecl to add the�#cillan�ng;
'We will waiue: a�y right of re�ovsry we. rnay bave against� any pe��n �F nr�ani�iop beceuse of paymetits� we
make �or Injury or dar�ta�e ari�ing out ofi your ongoing� opei�ions �darie under�a writte�i�eontracY or �greement vwth
that pe�son nr organizafion.�a�d i�ciude� .i�r "jlAUf. WUFIC iu� tF��: "pr�du�fis:�:amplete+d a�perafions hazarcd" This
wa�v�f applies only to persons.or OCgan�ibns with wfiain you heve_� written.con�rsct, ex�t�ed:prlocto the
�y iqjury" ar'�iroRert� darriage" t�a� tequires you tb waive yaur. rigE�ts of:recc�rer�:.
6� BOUIi.Y I�IJURY RED�F[NE!'�:- MEf�ETAL.ANICi�I�H
Utttler Se�tion V Definitio ns; the defiiniGo� o� "bodily in�ury" is replec� by the: tallowing:
"Bt�diy injuty" n�eans tiodi�y inju�t, sickr�ss, ar d'esea�e. sustained. by a.person, includi.r�g rrren�al araguis�t.
o.r. �deatfi resulting: from eiry ot these at any tims�:
X. €�ROADENED NA1fAED tN�URED
Section:H: Wh� Ig:Ah�lnsurad is �mencf@d:toin�ludeasan insu�the�fiall�w+ng:
Any. :�rgarazadan wh.i�h is� a; legally rc►c�orporated entity itt .wh)eh: y�u ovirn a fina�ial ir►te�est .o� �ore then 50
p�resnt pf:the vvtir�g.stock oh tf�e �tFectiv�: date o'F�t�15 �n�ors8tl�er►t:WiN. be a Nat�d�Insufed until the 180`"
da�y or �e snd. of t�e poli� �riad; �rf�ichevar co�nes �rst, prou�ded �here 1s n� �her similar �nsucanoe avail-
able:�a th�t �rqanization.
Th8 ifisut'�n:ce.afPorcleti herein daes� n.ot,app[y �d �ny entil�►..yVtiit�t:is a�so a� in�recf:ut�er��notFleE.polic.yt:ar:
w�ou(d be an. iEisur�� andec such pblicy but. for it� terrnin�tian o:r ttie exhaust+ior� sr� i�s,limits.�f insuranve.
8: �R�A�DENECI PROPERTY DAMA�.E BORR�ifKfED EQU�M�1�T, CUSTOMER.S' GOOQS:AlVG
EL�i�AT4RS
The ��surance for "prop�rtjt darn�ge" Bat�ilityr is.subject fip the;follawing:
a. The�Dam�ge To Ptopel�jr excl�sion under:$�ctt4►n.l��av�rage s.is.a�tended as�ollovus:
1. The exClu�'ton #or. perrsc�nal properiy tn the care,. �custoiiy. tir oon�roE :of the. insur�d .doe� not :a{�ply ta
"prop�rty damage" to equipmeitt. you borroint wk�ile .�f job. site aris�. Prc�vided it is �ot. bei�g wsed by
anyo�te ta per#orm:ape:r.ad6ns at tlie �rne, i�� loss.
{ICt� 2bli OT 09' fn�lud�a� copyi'i�hfed meterial_of liisuratic�e �SeiVlc.es.�Ofice, fnc: Page of 6.
�PY�
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
a�VANTAGE F�R AUTOMOBILE
This endorsement modifies insurance provided under the folkowing:
BUSINESS AUTO COVERAGE FQRM
The following schedule lists t1�e coverage extens�ons pro�ded by this endorsemeM. Refer to the individual provi-
sions to determine the extent of your coverage.
SCHEDULE OF COVERAGE EXTENSIONS
1.
2.
3.
4.
5.
6.
7.
8.
9.
1a.
11.
Additional Insured By Contract
Airbag Discharge
Auto Theft Reward
Blanket Waivet of Subrogation
Bodily Injury Redeflned Mental Anguish
Broad Form Named Insured
Communicatio�s Eq�pment
Diminution in Value
Dfi+e Other Car Executive Officers
D�ies ln The EveM of Aocident, Claim, 5uit or Loss
Emalovees As Insureds
12.
13.
14.
15.
16.
17.
18.
19.
20.
21. Towing —Any C overed Auto
Employee Hired Autos
FeHow Employee Exclusion
Glass Repair Waiver of Deductible
H+red Auto Physical Damage Coverage
Lease Gap Co�erage
Liability Caverage Supplementary Payments
Newly Formed or Avquired Organizations
Physica! Damage Transportation Expenses
Rental Reimbursement Private Passenger
Vehicles
ADDITIONA� INSURED BY CONYRACT
The Who Is An Insured provision under SECTION II LIABILITY COVERAGE is amended to include as an
additional "insured" any pe�on or organization v+rith whom you agreed in a wrilten contract, written agreement
or permit, to provide insurance such as is afforded under this Coverage Form. Such person or o�ganization is
an "insured" onky with respect to liability for "bodily injury" or "property damage" caused, in whole or in part by
your maintenance, operation ar use of your covered "autos".
With respect to the insurance afforded to these additional "insureds", this insurance does not apply:
a. Unless the written contract or agreemen# has been executed ar the permit has bee� issued prio� to the
"bodily injury" or "property damage";
b. To any person or organizetion included as an "insured" by endorsement or in the Qeclarations; or
c. To any lessor of "autos" when their contract or agreement with you for such leased "auto" ends.
2. AIRBAG DISCHARGE
I� you purchased physical damage coverage fo� a cor►ered "auto" under this policy, we will pay to reset or re-
place an airbag that accidentally dischatges without the vehicle being irnolved in an accider�t. No deductible
applies to this additional coverage. Mowever, this coverage only applies iS the airbag is not covered under a
manufacturer's warranty and you did not intentionally cause the airbag to discharge.
3. AUTO THEFT REWARD
We w�l pay up to a$2,000 reward in the eveni of a covered loss, for information leading to the arrest and con-
viction of anyone stealing a co�ered "auto", A reward will not be paid to you, a family member, employee or any
public official whike pertorming their duiy.
4. BLANKET WAIVER �F SUBROGATION
The Transfer C1f Rights of Recovery Against Others To Us condition under SECTtON N— BUSINESS
AUTO CONRIl10NS, paragraph A. LOSS CONDITIONS is replaced by the following:
We will waive any rigfit of recovery we may ha�e against any person or organizafion because of payments we
make for injury or damage arising out of the operation of a covered "auto" when you have assumed liabiliiy for
such "bodily injury" or "properly damage" under an '�nsured contract", provided the contract is in writing and
executed p�ior to the "bodily injury" or "property damage".
5. BODILY INJURY REDEFINED MENTAL ANGUISH
The definition of "bodily injury" under SECTION V— DEFiNR10NS is replaced by the following:
"Bodily injury" means bodily injury, sickness, or disease sustained by a person, including mental anguish or
death resulting ftom any of these at any time.
VCA 201 a1 �9 Includes cop}rtigMed material of Insurance 5�vices Off�e, Inc. Paye 1 of 5
CoPYrk,�ht 2004,
a:11t
PARf11.�TRIX, INC.
SIGNATURE A[TTHURITY RESOLUT'IQNS
�dopte� Decamber 20, 2(106
WHEREAS: The management of Paramatrix, Inc. (tiie "Comp�ny") has recominended that t�e
Company's signature autharity resolution be updated ta refleck new posirions, offices, aud dollar litnits, as
well as to document the process by which the Company's Ghief Executive Officer delegates such
authority;
NOW, THE�EFORE, BE TT
RES(}LVED: That the resolutions of the Baard reg�ard'urg signa#ure authority adopted as of
February 26, 2003 are hereby resciu�ied, effective imme�iateiy;
RES(7LVED FUR'IT3E1�: 'That in accordance with Article 1V, Section 3(a) of the Company's
Amended and Restai�i Bylaws, the Company's officers (for so long as they remain ineumbent in such
positions) are heraby authorized an behalf af the Company �o execute and deliver agreements of any
dollar amount in the ordinary caurse af business, which agreements sha11 bind fhe Compauy;
RES{)LVED FURTHER: Tha.t the Company's Chief Executive dfficer is hereby authorized to
delegate, in writing, the authority to execute and deliver s.greements of any dollaz amount in the arditiary
caurse of business at his or her discretion; and
FIl*tALLY RES�LVED: That the written delegations made by the Campany's Chi�f Executive
Officer sha11 be reviewed annually by the Qperations and Finance Committee.
Mfnutes of December 20, 20D6 Maetbeg of Board of D�recrors Pa�e 3
e�
Home
:Re bistered Businesses
Issued Permit
Permit History Status
Registered User
Information:
Re�istration for First
Time Users
Si_�n-On
Log-Off
Apply for a Permit
Schedule/Cancel an
Inspection
Status of My Permits
a��r
Undate Personal
Information
Request Password
Citizen Action Requests:
Submit a Citizen Action
Rec�uest
Check Status of Citizen
Action Request
90 101843 00 BL
Address
1231 FRYAR AVE
Annlication Date
Information:
PARAMETRIX INC Non-Resident Business Other
Ci State Zi Parcel#
SUMNER, WA 98390
Issue Date Ex iration Date
Jan. 25, 2000 Dec. 31, 2009
Name Or�aniza
EFF PEACOCK CEO
EFF PEACOCK CEO
ERESA WOOD
ARAMETRIX INC
Owner
icy Contact (BL
Address
�lication Information:
Information Descrip
Business Opene�
ber of Full-Time
oyees in City
ber of Part-Time
ovees in Citv
I.C. Code
Information Value
15/1990
10 Engineering/Architectural Survey
usiness Phone Number �2538635128
New Search
you have questions or need additional information, please contact the City of Federal
'ay at (253) 835-2527. Office hours are from 8:00 am to 5:00 pm, Monday through
d
ALL CONTRACTS uN�n�rr�� Corporate Officers Only
Jeff Peacock-CEO; Darlene Brown-VP/CFO; Diane Lenius-VP of Operations-Region I; Robin McManus-VP/CIO
PROJECT RELATED TEAMING
AGREEMENTS, CONFIDENTIALITY JBff P@BCOCk CEO Darlene Brown VP/CFO; Diane Lenius VP of Operetions I; Robin McManus VP/CIO; Mel Sears Oregon Operations; Howard Hillinger Intermountain Operations
AGREEMENTS, AND NON-
DISCLOSURE AGREEMENTS
Project Offices
.r�� �ro y
R
F t -q' ��T�
3
�a
a
a e
ALL CONTRACTS io 81,Oq�,{#@D P�� ��o Doug Camenisch Howard Hillinger Kathleen Cassou Mel Sears
y, Bellevue Principal Boise Principal Denver Principal Lacey Principal Portland Principai
George Fies (SR520) (3)
ALL CONTRACTS To;S�,00U (i'�i9¢ John Taschek Bob Rosain Brian Bunker Richard Roche Steve Fuller (EPA) (3)
Albuquerque Prinapal (Operations Manager) Bremerton Principal (Operadons Manager) Jeff Heilman (CRC) (3)
Jim Parsons (SR520) (3)
PMX STANDARD Division Manager. Mike 011ivan[(4)
To 525fl,6p4 t�
CONTRACTS ONLY (1) Cameron Teller Progrem Manager.
Dwight Miller
Mike Deiparine Blair Prigge
Divi Tom A�tltin�s�. Division Managers: �Opera6ons Manager) (Sr. Consultant) Divisfon Alanager. DNisfon Alanagers:(Y) Program Managers:
Bob Gensemer Divkfon Manager: Ken Fellows Jim Good
v I(ate Ergel Brendon Ball Brian Bierwagen Austin Fisher Susan Graham
2 Phil Struck Divlsion Manager. Bob Murray Joan Lee
John Pedic Jim Fletcher
Dave Roberts Lindsay Yamane
V�
:s Brian Pippin
�a (Sr. Engineer)
r
q ,�Q �p
Q�
�,;=w
Key Notes:
(1) If ANY changes are made to the terms and conditions of a Parametrix standard contract the contract becomes NONStandard, and must be signed by Principals (or Operations Managers where no Principal resides in that otfice)
(2) All Contracts must have Tom deLaaYs initials prior to signature.
(3) Authorized for SR520, EPA and CRC Task Orders only.
(4) Mike 011ivanYs contract signing authority has been temporarily increased to $500k.
(5) Conflict of Interest forms must be signed by a Regional Manager, Principal, Operations Manager or Program Manager. A Division Manager can be delegated the task by hislt�er Principal. Please consult the Division Manager to determine if he/she has been delegated this authority.
NO ONE CAN SIGN A CONTRACT FOR WHICH THEY ALSO APPROVE INVOICES
UNLESS NOTED OTHERWISE, THE SIGNATURE AUTHORITY IS LIMITED TO PROJECT ORIENTED AGREEMENTS. ALL CAPITAL EXPENDITURES, LEASE3, ETC. SHALL BE APPROVED BY FINANCE.
Revised 10/13/09
cue.d r« s.n+m. s`o a r�orisro s�a,.o mm�aar oanrr.�m
�LL:
n�� coNrw►crs r�nuwM Corporate Officers Only
Jeff Peacock-CEO; Darlene Brown-VP/CFO; Diane Lentus-VP of Operations-Reglon I; Robin McManus-VP/GIO
PROJECT RELATED TEAMING ��a
AGREEMENTS, CONFIDENTIALfTY Jeff peacock CEO; Darlene Brown VP/CFO; Diane Lenius VP of Operations 1; Robin McManus VP/CIO; Mel Sears Oregon Operations; Howard Hillinger Intermountain Operations
AGREEMENTS, AND NON- �k�
DISCLOSUREAGREEMENTS gz;a
�d 5 Albuque�9Ua ;�11� a�, r #E e
5 a z�� z c
H
ALL CONTRACTS ��n� Peter Batd�ello Doug Camenisch Howard Hillinger Kathleen Cassou Mel Sears
Bellevue Principal Boise Principal Derner Principal Lacey Principal Portland Principal
r,;
George Fies (SR520) (3)
ALL CONTRACTS TAausMtl) �ohn Taschek Bob Rosain Brian Bunker Richard Roche Steve Fuller (EPA) (3)
r Albuquerque Principal (Opera6ons Manager) Bremerton Principal (Operadons Manager) Jeff Heilman (CRC) (3)
Jim Parsons (SR520) (3)
3
Mike 011ivant(4)
PMX STANDARD �,����d Dlvision Manager:
Cameron Teller Progrem Manager.
CONTRACTS ONLY (1) pwight Miller
�,s r,
MikeDeiparine BlairPrigge
(OperaGons Manager) (Sr. Consultant) Divisfon Man Division Managers:(2) Program A4anagers:
Division Man ers: a9
Tom Atkins Division Managers: Bob Gensemer Division A/ana8er. Ken Fellows Jim Good
5- &ar�on Ball Brian Bierwagen Ausdn Fisher Susan Graham
2 v Kate Engel Phil SVuck Division Manager. Bob Murtay Joan Lee
p John Pedic Jim Fletcher
Py DaveRoberts LindsayYamane
�Q Brian Pippin
(Sr. Engineer)
O� f'�'
y 2
Q y r.,,
.f
��a Y
Key Notes.
(1) If ANY changes are made to the terms and conditions of a Parametrix standard contract the contract becomes NON-Standard, and must be signed by Principals (or Operations Managers where no Principal resides in that office)
(2) All Contracts must have Tom deLaaFs initials prior to signature.
(3) Authorized for SR520, EPA and CRC Task Orders only.
(4) Mike 011ivanYs conVact signing authority has been temporarily increased to ESOOk.
(5) Conflict of Interest forms must be signed by a Regional Manager, Principal, Operations Manager or Progrem Manager. A Division Manager can be delegated the task by hisR�er Principal. Please consult the Division Manager to determine if he/she has been delegated this authority.
NO ONE CAN SIGN A CONTRACT FOR WHICH THEY ALSO APPROVE INVOICES
UNLESS NOTED OTHERWISE, THE SIGNATURE AUTHORITY IS LIMITED TO PROJECT ORIENTED AGREEMENTS. ALL CAPITAL EXPENDITURES, LEASES, ETC. SHALL BE APPROVED BY FINANCE.
Revised 10/13/09
cmwn,« se�ce. sro a raHSTO sqiva.. amnay oanFr w.
Enter Keywords
Corporations Division
Home Search Apostilles Domestic Partnerships Awards Program More
Programs
PRINT THIS PAGE
Corporations Division Registration Data Search
Neither the State of Washington nor any agency, officer, or employee of the State of Washington warrants the accuracy, reliability, or
timeliness of any information in the Public Access System and shall not be liable for any losses caused by such reliance on the
accuracy, reliability, or timeliness of such information. While every effort is made to ensure the accuracy of this information, portions
may be incorrect or not current. Any person or entity who relies on information obtained from the System does so at his or her own risk.
PARAMETRIX, INC.
UBI Number 600135349
Category REG
ProfiUNonprofit Profit
Active/Inactive Adive
State Of Incorporation WA
Date of Incorporation 04l26/1974
Expiration Date 04/3012010
Dissolution Date
Registered Agent Information
Agent Name PTSGE CORP
Address 925 FOURTH AVE STE 2900
City SEATTLE
State WA
ZIP 981041158
Special Address Information
Address
City
State
Zip
Goveming Persons
Title Name Address
Vice President BROWN DARLENE AUBURN WA
Vice President
Vice President
Vice President
MCMANUS,ROBIN
LENIUS DIANE
PEACOCK,JEFF
AUBURN,WA
AUBURN,WA
AUBURN,WA
K Return to Search List