Loading...
HomeMy WebLinkAboutAG-C-576-CP2412, 2025 Local Street Preservation, KPG Psomas, Inc. --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 1 of 13 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-576 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Washington Municipal Corporation ("CITY") and KPG, PSOMAS, INC. whose address is 2502 Jefferson Avenue Tacoma WA 98402, ("CONSULTANT.") In consideration of the covenants and conditions of this Agreement, the parties agree as follows: 1. SCOPE OF WORK. The CONSULTANT agrees to perform the tasks described on Exhibit “A”. 2. TIME FOR PERFORMANCE, TERM AND TERMINATION OF AGREEMENT. The CONSULTANT will not begin any work under this Agreement until authorized in writing by the CITY. The term of this Agreement commences on the later date of the Parties execution of this Agreement, as reflected on the signature page. The CONSULTANT will perform the services in accordance with the direction and scheduling provided on Exhibit “A”, unless otherwise agreed to in writing by the parties. All work performed under this Agreement will be completed by May 31, 2025. Termination for cause. Either party may terminate this Agreement and/or any task assignments upon written notice to the other party if the other party fails substantially to perform in accordance with the terms of this Agreement through no fault of the party terminating the Agreement and fails to correct such default within a reasonable time to cure. The notice will identify the reason(s) for termination, and specify the effective date of termination. In the event of a default by CONSULTANT, CITY may suspend all payments otherwise due to CONSULTANT until CITY’s damages, if any, are DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 2 of 13 satisfactorily determined by the CITY and the CITY will have no further obligations to CONSULTANT. Termination for Convenience. The CITY may terminate this Agreement and/or any task assignments upon not less than seven (7) days written notice, which shall contain the effective date of termination, to the CONSULTANT. If this Agreement is terminated through no fault of the CONSULTANT, the CONSULTANT will be compensated for services performed prior to termination in accordance with the rate of compensation provided in Exhibit “B”. This payment shall fully satisfy and discharge the CITY of all payment obligations and liabilities owed the CONSULTANT, who shall not be liable for any anticipated profits or other consequential damages resulting from the termination. Upon receipt of a termination notice, the CONSULTANT will promptly discontinue all services affected and deliver to the CITY all data, drawings, specifications, reports, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared, or obtained in performing this Agreement, whether fully or partially completed. All rights and remedies provided in this Section are not exclusive of any other rights or remedies that may be available to the CITY, whether provided by Law, equity, in any other agreement between the parties or otherwise. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $224,020.00, which includes a Management Reserve Fund amount of $10,000.00. Invoices will be paid based on the rates in the attached fee schedule (Exhibit B). Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 3 of 13 Compensation to be paid to the CONSULTANT for authorized work in succeeding fiscal years will be condingent upon availability of funds in subsequent fiscal years. The CONSULTANT will not undertake any work or otherwise financially obligate the CITY in excess of this not-to-exceed amount without prior written authorization. The CONSULTANT shall be paid by the CITY for direct non-salary costs, per attached Exhibit C, at the actual cost to the CONSULTANT plus 12%. These charges may include, but are not limited to the following items: outside reproduction fees, courier fees, subconsultant fees, and materials and supplies. The billing for non - salary costs that are directly identifiable to the project, shall be submitted as an itemized listing of charges. Copies of the original supporting documents shall be supplied to the CITY upon request. If services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification must be negotiated and approved by the CITY prior to any effort being expended on those services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4, if a Management Reserve Fund has been established by this Agreement. 4. MANAGEMENT RESERVE FUND. The Management Reserve Fund established in Section 3 of this Agreement, if any, has been established to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services and shall not exceed the amount established in Section 3 of this Agreement. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 4 of 13 5. SUBCONTRACTING. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY. No permission for subcontracting shall create, between the CITY and subcontractor, any contract or any other relationship. Compensation for any SUBCONSULTANT work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the SUBCONSULTANT shall be substantiated in the same manner as outlined in Section 3. All subcontracts shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT is responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any negligent errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the reasonable requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided in this Agreement, neither the CITY'S review, approval, or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 5 of 13 7. INDEMNIFICATION/HOLD HARMLESS. Except for injuries and damages caused by the sole negligence of the CITY, the CONSULTANT will defend, indemnify and hold the CITY and its officers, officials, employees, and volunteers harmless from any and all claims, injuries, damages, losses, or suits, including attorney fees and litigation expenses, arising out of or resulting from the errors or omissions of the CONSULTANT, its employees, agents, representatives, or subcontractors, including employees, agents, or representatives of its subcontractors, made in the performance of this Agreement, or arising out of worker’s compensation, unemployment compensation, or unemployment disability compensation claims. However, should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the Public Entity, its officers, officials, employees, and volunteers, the CONSULTANT's liability, including the duty and cost to defend, hereunder shall be only to the extent of the CONSULTANT’s negligence. It is further specifically and expressly understood that this indemnification constitutes the CONSULTANT’s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section will survive the expiration or termination of this Agreement. 8. INDEPENDENT CONTRACTOR/ASSIGNMENT. The CONSULTANT will perform the services as an independent contractor and will not be deemed, by virtue of this Agreement and performance of its provisions, to have entered into any partnership, joint venture, employment or other relationship with DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 6 of 13 the CITY. Nothing in this Agreement creates any contractual relationship between the CONSULTANT’s employee, agent, or subcontractor and the CITY. 9. INSURANCE. The CONSULTANT will, at its sole expense, procure and maintain for the duration of this Agreement and 30 days thereafter insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of this Agreement by the CONSULTANT, its agents, representatives, or employees. CONSULTANT’s maintenance of insurance as required by the Agreement will not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the CITY’s recourse to any remedy available at law or in equity. The Service CONSULTANT will obtain insurance of the types described below: a. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage will be at least as broad as Insurance Services Office (ISO) form CA 00 01 (CONSULTANT may use a substitute form providing equivalent liability coverage). CONSULTANT will maintain automobile insurance with minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. b. Commercial General Liability insurance will be at least as broad as ISO occurrence form CG 00 01 and will cover liability arising from premises, operations, stop-gap independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The CITY will be named as an additional insured under the CONSULTANT’s Commercial General Liability insurance policy with respect to the work performed for the CITY using an additional insured endorsement at least as broad as ISO Additional Insured DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 7 of 13 endorsement CG 20 26. Commercial General Liability insurance will be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate c. Worker’s Compensation coverage as required by the Industrial Insurance laws of the State of Washington. d. Professional Liability insurance appropriate to the CONSULTANT’s profession with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. For Automobile Liability and Commercial General Liability insurance, the policies are to contain, or be endorsed to contain that CONSULTANT’s insurance coverage will be primary insurance as respects the CITY. Any insurance, self-insurance, or self- insurance pool coverage maintained by the CITY will be excess of the CONSULTANT’s insurance and will not contribute with it. Insurance is to be placed with an authorized insurer in Washington State. The insurer must have a current A.M. Best rating of not less than A:VII. The CONSULTANT will furnish the CITY with original certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of this Agreement before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies, with any confidential information redacted, and/or evidence of all subcontractors’ coverage be submitted to the CITY at any time. The CITY may withhold payment if the CONSULTANT does not fully comply with this request. If the CONSULTANT maintains higher insurance limits than the minimums shown above, the CITY will be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the CONSULTANT, irrespective of whether such limits maintained by the CONSULTANT are greater than those required by this DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 8 of 13 Agreement or whether any certificate of insurance furnished to the CITY evidences limits of liability lower than those maintained by the CONSULTANT. Failure on the part of the CONSULTANT to maintain the insurance as required will constitute a material breach of contract, upon which the CITY may, after giving five business days’ notice to the CONSULTANT to correct the breach, immediately terminate the Agreement or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the CITY on demand, or at the sole discretion of the CITY, offset against funds due the CONSULTANT from the CITY. The CONSULTANT will provide the CITY with written notice of any policy cancellation within two business days of their receipt of such notice. Failure by the CONSULTANT to maintain the insurance as required will constitute a material breach of this agreement, upon which the CITY may, after giving five (5) business days’ notice to the CONSULTANT to correct the breach, immediately terminate the agreement or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the CITY on demand, or at the CITY’s sole discretion, offset against funds due the CONSULTANT from the CITY. 10. NONDISCRIMINATION. The CONSULTANT will not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 9 of 13 11. OWNERSHIP AND USE OF DOCUMENTS All documents, reports, memoranda, diagrams, sketches, plans, surveys, design calculations, working drawings and any other materials created or otherwise prepared by the CONSULTANT as part of his performance of this Agreement (the “Work Products”) will be owned by and become the property of the CITY, may be used by the CITY for any purpose beneficial to the CITY, and are subject to the requirement of the Public Records Act, 42.56 RCW. Notwithstanding the foregoing, CONSULTANT shall not be liable for CITY’s use of Work Products in any manner inconsistent with the purpose of this Agreement. The CONSULTANT acknowledges that the Agreement, and documents provided in connection with this Agreement, become a public record and may be subject to inspection and copying, unless the information is declared by law to be confidential or is otherwise exempted from public records disclosure requirements. The CONSULTANT agrees to give its fullest assistance to the CITY in identifying, locating, and copying any records in the CONSULTANT’s possession that are responsive, as determined by the CITY in its reasonable discretion, to a Public Records Act request received by the CITY. 12. RECORDS INSPECTION AND AUDIT All compensation payments will be subject to the adjustments for any amounts found upon audit or otherwise to have been improperly invoiced, and all records and books of accounts pertaining to any work performed under this Agreement will be subject to inspection and audit by the CITY for a period of up to three (3) years from the final payment for work performed under this Agreement. If any litigation, claim, dispute, or audit is initiated before the expiration of the three (3) pear period, all records and books of account pertaining to any work performed under this Agreement will be retained until all litigation, claims, disputes, or audit are finally resolved. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 10 of 13 13. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The CONSULTANT 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 the effective date of this Agreement 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 “(b)” of this certification; and (d) Have not within a three-year period preceding the effective date of this Agreement had one or more public transactions (federal, state, or local) terminated for cause or default. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 11 of 13 14. GENERAL PROVISIONS. 14.1. This Agreement shall be governed by the laws, regulations and ordinances of the CITY of Auburn, the State of Washington, King County, and where applicable, Federal laws. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. 14.3. If any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 14.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 14.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 14.6. All costs of enforcement, including reasonable attorney’s fees, expenses and court costs shall be paid to the substantially prevailing party. 14.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 12 of 13 14.9. This Agreement shall be administered by Nathan Mozer on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn KPG, Psomas, Inc. Attn: Shelbi Meyer Attn: Nate Mozer 25 W Main Street 2502 Jefferson Avenue Auburn WA 98001 Tacoma WA 98402 Phone: 253-470-2118 Phone: 253-344-5282 E-mail: smeyer@auburnwa.gov E-mail:nate.mozer@psomas.com 14.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or sent by regular United States mail, postage prepaid. Any party may change their address by giving notice in writing to any other party. 14.11. This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB --------------------------------------------------------------- Agreement for Professional Services AG-C-576 ENG-181, Revised 08/23 June 17, 2024 Page 13 of 13 CITY OF AUBURN Nancy Backus, Mayor Date APPROVED AS TO FORM: Doug Ruth, Acting City Attorney KPG, PSOMAS, INC. BY: Title: Federal Tax ID # DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB Vice President 7/2/2024 95-2863554 CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 1 of 13 City of Auburn CP2412 2025 Local Street Preservation Scope of Work A. Project Description/Background The City of Auburn (City) has selected KPG Psomas (Consultant) to assist the City in providing conceptual design; intermediate design; final design; geotechnical engineering; and preparation of construction plans, specifications, and estimate of probable construction cost for the 2025 Local Street Preservation, located on 33rd Street SE between M Street SE and O Street SE, and O Street SE between 33rd Street SE and 37th Street SE in the City of Auburn. Improvements are anticipated to include:  Full depth pavement replacement from 33rd Street SE between M Street SE and O Street SE, and O Street SE between 33rd Street SE and 37th Street SE.  Removal and reconstruction of one existing curb ramp at the intersection of M Street SE and 33rd Street SE as required to meet ADA requirements.  Replacing approximately 40 Linear feet of existing asphalt sidewalk on 33rd Street SE at the intersection of M Street SE and 33rd Street SE.  Construction of two curb ramps at the South corners of the intersection of 33rd Street SE and O Street SE and a receiving ramp on the NW corner of the intersection.  Removal and reconstruction of an existing driveway, and construction of approximately 50 Linear feet of new sidewalk, curb and gutter to connect to proposed curb ramp at SW corner of 33rd Street SE and O Street SE intersection.  Storm Drainage – Install new manhole in main storm drain line at 37th Street SE and construct approximately 300 LF of 12" diameter storm conveyance lines on O Street SE between 33rd Street SE and 37th Street SE. Install new structures as needed for minimum spacing requirements. Remove existing 8” storm pipe and replace catch basins at the intersection of O Street SE and 37th Street SE. Install manhole at 33rd Street SE and O Street SE intersection, replace 3 existing catch basins, install one new catch basin, and extend a 12” storm drain line East to connect to existing 12” storm line on 33rd Street SE. Construct stormwater improvements triggered by the roadway re-construction to base course or lower by complying with SWMM minimum requirements (MR) 1-5 and 10. Analyze feasibility and if applicable utilize LID techniques as appropriate to meet MR #5. It is not anticipated that this project will add more than 5000 sq. ft. of new hard surfaces (anticipate 300 sq. ft.).  Water Utility – Replace approximately 330 LF of 6” and 8” diameter cast iron pipe on 33 rd Street SE between M Street SE and O Street SE with 8” ductile iron pipe. Replace approximately 835 LF of 6” diameter cast iron pipe on O Street SE between 33rd Street SE and 37th Street SE with 8” ductile iron pipe. Replace all residential services including laterals, water meters, and valves. EXHIBIT A DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 2 of 13 B. Assumptions The following assumptions were made to provide direction for the design: 1. Roadway Improvements: o Existing pavement widths will be maintained. o Existing roadway cross slopes will largely be maintained. Minor adjustments to curb return profiles and cross slopes are expected to be needed to maintain positive drainage and/or improve transitions. o Pavement section will be per the Geotechnical Report provided by the Consultant. o Roadway Channelization will be replaced in kind, matching the existing condition. 2. No new sidewalks, or curb and gutter, will be constructed outside of the locations noted in Section A. 3. Non-ADA compliant curb ramps will be removed and replaced with compliant ramps. 4. Franchise utilities will relocate prior to construction, if necessary, and no franchise work is anticipated to be completed by the City Contractor. 5. The development of a Geotechnical Report will be included in the work. This report will include recommendations for pavement section(s). 6. Existing condition survey and base map to be completed by the City and provided to Consultant. City will perform additional survey to support the design process as mutually agreed during the Project. 7. Neither right of way nor easement acquisition will be required. Right of way will be per the right of way CAD file provided by the City. 8. Temporary Construction Permits, if required, will be acquired by the City. The Consultant will support the process through creation of permit exhibits showing frontage impacts. 9. The City will be responsible for all permit fees. 10. City will be responsible for preparing applications and acquiring all required City permits. The SEPA determination is anticipated to be a Determination of Non-significance (DNS). The City will be responsible for all project postings/advertisements and for issuing the final SEPA Determination. 11. A Construction Stormwater General Permit will be required. City will be responsible for development of the CSGP. City will apply for the permit. 12. Applicable City of Auburn and/or WSDOT Standard Plans will be included in the Contract Provisions. 13. Consultant reserves the opportunity to shift budget between work tasks and sub- consultants (excludes optional tasks) with approval from the City project manager. 14. Analyses, design, plans, specifications, and estimates performed or prepared as part of this project will be in English units. 15. City of Auburn drafting and plan sheet standards will be used. 16. It is anticipated that the project will produce less than 5,000 square feet of new impervious surface. Therefore, only MR #1-5 and 10 are expected to be triggered by the project. It is expected to use the List Approach for meeting MR #5. Given the understanding of the project site, it is expected that all BMPs for “other hard surfaces” DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 3 of 13 under the List Approach will be found to be infeasible leaving only conveyance structures necessary as part of the stormwater design. 17. All submittals shall be submitted electronically and, in specific instances, in hard copy format as defined in the scope deliverables. Draft reports and memorandums shall be submitted in Microsoft Word format and PDF. Final reports and documents shall be submitted in Microsoft Word format, PDF format, and in hard copy as defined in the scope deliverables. Submittals for draft plans shall be in full sized PDF format. All final plans shall be submitted in AutoCAD 2020 (.dwg) format, and full-sized PDF format. Major Milestone Schedule The following are major schedule milestones for the project: Notice to Proceed…………………………July 1, 2024 30% Design………………………………. August 12, 2024 60% Design………………………………. October 9, 2024 Submit NOI……………………………….. October 28, 2024 90% Design………………………………. November 25, 2024 100% Design……………………………... January 2, 2025 Bid Documents…………………………… January 16, 2025 Advertisement……………………………. January 21, 2025 Bid Opening………………………………. February 4, 2025 Construction NTP………………………… March 14, 2025 C. City of Auburn-Provided Items: The City of Auburn will provide/prepare the following: 1. Topographic Survey data and base map (including DIPs). 2. Public utility record drawings (sewer, water, storm). 3. Contact list for Franchise Utility contacts in the corridor. 4. Right of way CAD drawing file. 5. City of Auburn Boilerplate Special Provisions. 6. City of Auburn Boilerplate Cost Estimate Template. 7. City of Auburn drafting and plan sheet standards. 8. Prepare and publish all public notices, project flyers, news releases, etc. 9. GIS layers for existing stormwater system. 10. GIS layers for existing potable water system. 11. Project Schedule. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 4 of 13 D. DESIGN CRITERIA: Plans and reports prepared as part of this scope of work will be developed in accordance with the latest edition and amendments to the following documents, as of the date this Agreement is signed: AASHTO Publications a. A Policy on Geometric Design of Highways and Streets WSDOT Publications b. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), Standard Specifications for Road, Bridge and Municipal Construction: 2024 edition. c. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction d. WSDOT Design Manual CITY of Auburn Standards e. Engineering Design and Construction Standards - Current Edition f. Drafting Standards g. City of Auburn SWMM (2019 Ecology Stormwater Management Manual for Western Washington and Auburn Supplements) Other Standards and Publications h. FHWA and Washington State Department of Transportation, Manual on Uniform Traffic Control Devices (MUTCD) i. Washington State Regulations, Accessibility Design for All (ADA) j. American Water Works Association (AWWA) k. Department of Ecology’s Stormwater Management Manual for Western Washington If there are conflicts between standards for the above referenced documents, the Project team will identify the conflict and City will provide guidance on which standard to utilize on the Project. E. SCOPE OF WORK This section describes the Scope of Services to be provided by the Consultant. The Scope of Services is broken down by the following Work Elements:  Work Element 1 – Project Management and Administration  Work Element 2 – Quality Control and Quality Assurance  Work Element 3 – Utility Coordination  Work Element 4 – Conceptual Design (30% Design)  Work Element 5 – Geotechnical Engineering  Work Element 6 – Intermediate Design (60% Design)  Work Element 7 – Final Design and Check Set (90% Design & 99% Check Set)  Work Element 8 – Assistance During Bidding DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 5 of 13 Work Element 1 – Project Management and Administration This section covers the effort required to manage the Contract and to assure that the project meets the City’s expectations for schedule, budget, and quality of product. Effort included under this section is as follows: 1.1 Consultant will provide continuous project coordination and internal management for the project duration (estimate 9 months). 1.2 Consultant will prepare monthly invoices and progress reports that identify work in progress, upcoming work elements, and reporting of any delays, problems, or additional information needs. 1.3 Consultant will coordinate with City staff, including preparing for and attending up to 18 coordination meetings throughout the duration of the project. At the coordination meetings, Consultant staff shall review and update decision log with City PM. 1.4 Consultant will manage and coordinate work with Subconsultants, including reviewing and providing QA for subconsultant work products. 1.5 City will provide initial project schedule. Consultant shall modify schedule for a design baseline schedule. Consultant shall update project schedule at each major milestone deliverable (3 updates). 1.6 Consultant shall conduct a project kickoff meeting including City and Consultant staff. Deliverables:  Monthly progress reports with each invoice.  Kickoff Meeting and Coordination meeting agendas and notes. Electronic (PDF) copies of the meeting notes will be distributed to all attendees. Assumptions:  Coordination Meetings with the City will be during the design phase of the project prior to construction. Consultant shall have up to 2 staff attend each coordination meeting. Coordination Meetings anticipated to last 1 hour each.  Kickoff meeting agenda and meeting notes will be prepared by the Consultant. Up to 3 consultant staff will attend virtual kickoff meeting. Kickoff meeting anticipated to last 1.5 hours.  All meetings are planned to be virtual and will utilize Microsoft Team meeting platform.  The decision log will be jointly maintained by the City and Consultant.  There will be 9 months of invoices and progress reports. Work Element 2 – Quality Control and Quality Assurance The Consultant shall follow the Quality Control Plan developed for this Project. Quality Control will be provided prior to each submittal to the City to ensure Consultant’s design work follows City, State, and Federal standards as applicable to the Project. Final work submitted to the City shall be stamped and signed by a professional engineer in the State of Washington. 30%, 60%, 90%, and 99% Plans, Specifications, and Opinion of Probable Construction Costs shall not be stamped and will be marked “Not for Construction”. At each submittal the Consultant shall review comments provided by the City and key stakeholders and compile responses to comments DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 6 of 13 indicating actions planned to be taken on each comment. The City and Consultant will conduct a roundtable review meeting to discuss comment resolution prior to moving to the next phase of design. 2.1 The Consultant shall conduct QA/QC efforts for the 30% design deliverables. 2.2 The Consultant shall complete 30% design comment review and response, 30% roundtable resolution and design review meeting, and shall conduct QA/QC efforts for the 60% design deliverables. 2.3 The Consultant shall complete 60% design comment review and response, 60% roundtable resolution meeting, and shall conduct QA/QC efforts for the 90% design deliverables. 2.4 The Consultant shall complete 90% design comment review and response, 90% roundtable resolution meeting, and shall conduct QA/QC efforts for the 99% design deliverables. 2.5 The Consultant shall conduct QA/QC efforts for the Advertisement design deliverables. Deliverables:  Comment Review meeting agendas and meeting notes.  Comment Review Plans including responses to all City comments received (at 30%, 60%, and 90% design level comment periods). Assumptions:  The Consultant shall provide up to 3 staff at each roundtable comment resolution meeting.  City comments and Consultant responses will be provided in Bluebeam pdf markups directly on the work product. Work Element 3 – Utility Coordination The Consultant will take an active role in coordinating with private utilities affected by the proposed improvements. This task will focus on identifying conflicts between franchise utilities and proposed project improvements and working with the utilities to relocate their facilities to avoid conflicts. Effort included under this section is as follows: 3.1 Prepare letters requesting utility record information and send to each purveyor. Cross- check franchise utility-provided maps with field survey information and resolve conflicts between utility maps and field conditions. 3.2 Prepare Utility Conflict Matrix (UCM): The UCM will be submitted to all purveyors with utilities in the project limits to assess whether said utilities may be in conflict with the proposed improvements. Utilities thought to be in conflict will be potholed. The UCM will be developed and delivered at the 30% submittal and updated at the 60% submittal. 3.3 Review utility relocation plans and incorporate final relocations into City contract plans and specifications. 3.4 Coordinate utility appurtenance potholing, relocation, and/or adjustment as needed to accommodate proposed improvements. 3.5 Conduct Utility Coordination Monthly meetings, as needed, to discuss conflicts, proposed relocations, timing of relocations, and status of project schedule. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 7 of 13 Deliverables:  PDF versions of the potential Utility Conflict Matrix (11x17, draft (30%) and final (60%)).  Utility Coordination meeting agendas and meeting notes. Assumptions:  Utility purveyor emails will be developed by the Consultant.  Public utility locates will be completed by the City.  Potholing of public utilities will be conducted by the City. Potholing of private utilities will be conducted by the pertinent purveyor directly and data provided to the Consultant.  Monthly utility meetings will be conducted as needed. Up to 2 Consultant staff will attend the Utility Coordination Meetings. Meetings will be virtual and last 1 hour but might take longer occasionally.  Design for private utility adjustments or relocations is not included in this Scope of Work. Design for private utility adjustments/relocations will be completed by the relevant purveyor. Work Element 4 – Conceptual Design (30 Percent Design) Effort under this section includes development of a conceptual design (30 percent design). 4.1 Field Investigation Site Visit with City Project Manager: Consultant will coordinate a site reconnaissance with the City Project Manager to identify specific elements of the site that require attention, including assessing condition of the pavement, existing driveways, curb and gutter and sidewalk that will be removed and replaced, and other potential obstacles. 4.2 Prepare 30 percent design roll plot: Consultant will develop conceptual design, consisting of a series of roll plots including the following information:  Roadway Improvements Plan: o The horizontal location of the roadway improvements. o The locations of curb and gutter and sidewalk to be removed and reconstructed. o The locations of the driveway approach to be removed and reconstructed. o Locations of features such as curb ramps.  Utility Plan: o The horizontal location of the water improvements. o The horizontal location of stormwater improvements o Potential Franchise Utility conflicts  Utility Profiles: o Water main profiles o Stormwater profiles The vertical location of utilities and the roadway centerline will be established at this point. Vertical grading associated with intersections, curb ramps, and transitioning to DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 8 of 13 private property at the back of driveway approaches will be roughed together but not detailed on the Plans. Proposed Cut/Fill lines developed for the roadway corridor improvements will be shown on the roll plots. Existing utility crossings will be shown in profile with the understanding that vertical location is assumed until potholing is complete. 4.3 Prepare Conceptual Construction Cost Estimate. Deliverables:  Roll plot showing horizontal location of roadway improvements (PDF).  Roll plot showing horizontal location of utility improvements (PDF).  Roll Plot showing water profiles (PDF).  Roll Plot showing stormwater profiles (PDF).  Conceptual Construction Cost Estimate (Excel .XLS format and PDF format). Assumptions:  The City will not make major changes to improvements approved during the conceptual design review. Major changes may result in scope and budget revisions, to be addressed at that time.  City staff present at project design review meeting will have the authority to make decisions and provide direction regarding critical project elements except decisions that may have budget implications beyond the authority of the City’s project manager or that require deviation from City standards (which requires City Engineer consideration). Any decisions requiring City Engineer consideration will be solidified within 2 weeks of the review meeting.  No major vertical realignment of the roadway will occur on any affected street. Pavement will be restored at approximately preconstruction grades.  Consultant will utilize City Cost Estimate template form. Work Element 5 – Geotechnical Engineering Effort under this section will include field explorations, analysis, and recommendations for construction of project elements. Specifically including pavement recommendations for standard full depth pavement reconstruction, subgrade improvement needs under pavement and sidewalks. 5.1 Geotechnical field service preparation and field services will be provided by Consultant, and will consist of the following:  Site Reconnaissance and Field Preparation. The Consultant shall visit the site to evaluate the pavement conditions, locate exploration locations and call in utility locates for drilling.  Develop a field exploration Work Plan. The Consultant shall review existing geologic maps, historical boring information, and planned project improvements to aid in selection of exploration locations. The work plan shall document DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 9 of 13 planned field work, schedule, safety measures, and traffic control plans to complete the field work.  Traffic Control. Traffic control plans shall be provided for exploration work within the driving lanes in accordance with an approved traffic control plan.  Field Explorations. The results of the site reconnaissance and visual pavement evaluations will determine the locations of field explorations. These explorations will be performed where mutually agreed with the City. Exploratory pavement cores will be performed to investigate the subgrade soils beneath the pavement. An estimated 6 pavement cores, approximately 6 inches in diameter, will be performed to minimum depths of approximately 3 feet. Exploration of the subsurface conditions will be made through the core holes using hand auger and digging bar. If explorations are conducive, excavation depths beyond 3 feet will be determined by subsurface conditions. After coring, the surface will be patched with asphalt or concrete. Perform Falling Weight Deflectometer (FWD) testing to estimate the elastic modulus of pavement layers and resilient modulus (Mr) values of subgrade.  Laboratory Testing. The Consultant shall conduct a series of laboratory tests on selected soil samples obtained from the explorations in order to evaluate the engineering and index properties of the site soils. These tests will include Modified Proctor and grain size analyses. No California Bearing Ratio (CBR) tests will be administered as that data can be derived from the FWD testing data. 5.2 Geotechnical engineering analysis and report preparation will be provided by the Consultant, and will consist of the following:  Geologic Interpretation. The Consultant shall research available geologic maps and nearby exploration logs; review laboratory test results; prepared pavement core logs; and other pertinent information to develop recommendations.  Engineering Analysis. In reviewing and analyzing the laboratory data, geologic maps, and nearby historical explorations the Consultant shall use this information to develop recommendations for construction activities noted within this task, including subgrade improvement needs.  Pavement Analysis and Design Recommendations.  Report Preparation. The Consultant shall prepare Draft and Final Geotechnical Engineering Reports summarizing the findings and providing recommendations for Pavement Design, including utility trenching, and for Stormwater Management. The report shall be finalized in response to comments provided by the project team. Deliverables:  Field Exploration Work Plan (PDF) DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 10 of 13  Draft Geotechnical Report (PDF)  Final Geotechnical Report (PDF) Assumptions:  The field explorations will be completed in a single stage and prior to 30% design.  Field Exploration Work Plan will be reviewed by the City prior to beginning work.  It is not expected that infiltration will be feasible on this Project.  The Draft Geotechnical Report will be delivered between the 30% and 60% design milestones.  The Final Geotechnical Report will be delivered at the 90% design milestone.  Up to two geotechnical Consultant staff will attend each coordination meeting.  The City will acquire and pay for any permits necessary to conduct the field explorations. Work Element 6 – Intermediate Design (60 Percent Design) Effort under this section includes the anticipated work necessary to develop intermediate design (60 percent design) submittal package for improvements. 6.1 Prepare 60 percent design plans: Incorporate all comments received during the conceptual design plan review meeting. It is anticipated that the Intermediate design submittal will contain the following sheets: Title Cover Sheet with Vicinity Map and Sheet Index +Survey Information, Alignment and Right Of Way Site Preparation, TESC, and Existing Conditions Plan (20 Scale) Storm Drainage Plan and Profile (20 Scale) Storm Drainage Lateral Profile Storm Drainage Details Water Utility Plan and Profile (20 Scale) Water Utility Lateral Profiles Water Utility Details Typical Roadway Sections Paving Plan and Profile (20 Scale) Curb Ramp and Driveway Details Paving Details Pavement Marking and Signing Plans (20 Scale) Vertical grading associated with intersections, curb ramps, and transitioning to private property at the back of driveway approaches will be developed, but not called out on the Plans unless critical. Cut/fill lines will be shown. 6.2 Prepare Intermediate Construction Cost Estimate. 6.3 Prepare Intermediate Specifications and special provisions. 6.4 Prepare draft Drainage Memo. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 11 of 13 6.5 Develop Project Stormwater Pollution Prevention Plan (SWPPP): The SWPPP will be based on the Department of Ecology Stormwater Pollution Prevention Plan Template. 6.6 This effort includes providing support in developing a Notice of Intent (NOI) for the Construction Stormwater General Permit. Provide City Project Manager information necessary to develop an NOI for the Ecology Construction Stormwater General Permit. The Ecology NOI will be completed after SEPA determination is issued. Deliverables:  Plans (PDF)  Specifications and Special Provisions (Word format and PDF)  Intermediate Construction Cost Estimate (Excel .XLS format and PDF)  Draft Drainage Memo (PDF) Assumptions:  The City will not make major changes to improvements approved during the preliminary design review.  City staff present at project design review meeting will have the authority to make decisions and provide direction regarding critical project elements.  Plan comments will be issued via Bluebeam.  The list of plan sheets shown above is not intended to be an exhaustive list. The list of plan sheets is to provide a general understanding of combining information and sequence. The CONSULTANT is responsible for ensuring all if the design scope is incorporated into the plan sheets and in a clear and concise manner.  Details sheets will be included in submittal but will not include all pertinent design information in the 60% submittal. Work Element 7 – Final Design and Check Set (90% Design & 99% Check Set) This section includes the effort required to develop 90 percent PS&E, Final Check Set, and Final Bid Documents. Each submittal will consist of Plans, Specifications, and Estimate. 7.1 Develop 90 percent PS&E: Incorporate all comments received during the preliminary design plan review meeting. It is anticipated that the 90 percent, Final Check Set, and Final Bid Documents submittals will contain the following sheets: Title Cover Sheet with Vicinity Map and Sheet Index Survey Information, Alignment and Right Of Way Site Preparation, TESC, and Existing Conditions Plan (20 Scale) Storm Drainage Plan and Profile (20 Scale) Storm Drainage Lateral Profile Storm Drainage Details Water Utility Plan and Profile (20 Scale) Water Utility Lateral Profiles Water Utility Details DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 12 of 13 Typical Roadway Sections Paving Plan and Profile (20 Scale) Curb Ramp and Driveway Details Paving Details Pavement Marking and Signing Plans (20 Scale)  Specifications, including up front contracting forms, bid table, and special provisions.  Construction Cost Estimate based on the 90 percent PS&E package.  Develop Final Drainage Memo. 7.2 Develop Final Check Set: Incorporate all comments received during the 90 percent review meeting. 7.3 Address comments on 90% Submittal Document and prepare 99% design documents. 7.4 Address comments on 99% submittal documents and prepare Bid Documents. Deliverables:  90 Percent Design Review Submittal o Contract Plan set (PDF) o Specifications (Word format for specials and PDF format for complete document) o Construction Cost Estimate (Excel format and PDF) o Final Drainage Memo (PDF format)  99 Percent Final Check Set Submittal o Contract Plan set (PDF) o Specifications (Word format for specials and PDF format for complete document) o Construction Cost Estimate (excel format and PDF)  Bid Documents o Final Plan Sheets: Electronic Stamped and signed full size final plan set and all AutoCAD 2020 drawing files in .dwg format. o Final Specifications: Electronic stamped and signed in PDF format; Electronic file in Word format. o Final Construction Cost Estimate: Electronic copy in PDF format; Electronic file in Excel format. Assumptions:  A formal meeting will not be held after the Final Check Set submittal. Comments developed during the final review will be provided by the City to Consultant via email and Bluebeam review.  The list of plan sheets shown above is not intended to be an exhaustive list. The list of plan sheets is to provide a general understanding of combining information and sequence. The CONSULTANT is responsible for ensuring all the design scope is incorporated into the plan sheets in a clear and concise manner. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CP2412 2025 Local Street Preservation City of Auburn ENG-378, Revised 11/23 13 of 13 Work Element 8 – Assistance During Bidding This section includes the effort to prepare addenda and respond to bidders questions relayed through the City. It is assumed that the Consultant will prepare up to one addenda. Addenda that are necessary as a result of an error and/or omission on the part of the Consultant shall not be invoiced or paid. Consultant shall develop Conformed Set Plans and Specifications which incorporate all changes which occur through the bidding period. Conformed Set deliverables will be delivered within 2 weeks of bid opening. Deliverables:  Addenda support responses on City forms (Word format)  Revised Plan Sheet for Addenda (PDF format)  Revised Specification Language for Addenda (Word format)  Conformed Set Plans, Specifications Assumptions:  No pre-bid meeting will be conducted as part of the Project.  City will compile questions, responses, and revised information in the addenda form. Consultant will provide information to support the response, and revised specification language or plan sheets to address required changes. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS City of Auburn CP2412 2025 Local Street Preservation KPG Psomas Inc. Project Number:TBD Date: 5/22/2024 Engineering Manager IEngineering Manager IISenior Engineer ISenior Engineer IIProject Engineer IProject Engineer IIDesign Engineer IDesign Engineer IIEngineering TechnicianSenior CAD TechnicianBusiness ManagerSenior Admin$226.00 $262.00 $194.00 $205.00 $166.00 $187.00 $133.00 $139.00 $114.00 $139.00 $177.00 $139.00 Hours Totals 1.1 Coordination and internal mgmt (est 9 mos) 9 9 2,034.00$ 1.2 Montly invoice and progress report (est 9) 6 4 10 2,064.00$ 1.3 City meetings; agenda and notes (est 18) 18 30 48 9,048.00$ 1.4 Subconsultant coordination 2 4 6 1,116.00$ 1.5 Project schedule revisions (est 3)4 4 664.00$ 1.6 Project kickoff meeting 2 3 5 950.00$ 37 0 0 0 41 0 0 0 0 0 4 0 82 15,876.00$ 2.1 QA/QC for 30% 2 2 4 784.00$ 2.2 QA/QC for 60% 6 4 2 12 2,736.00$ 2.3 QA/QC for 90% 6 4 2 12 2,736.00$ 2.4 QA/QC for 99% 4 2 6 1,428.00$ 2.5 QA/QC for Advertisement 2 2 4 976.00$ 20 12 0 0 6 0 0 0 0 0 0 0 38 8,660.00$ 3.1 Request utility maps and verify basemap 2 4 6 864.00$ 3.2 Utility conflict matrix 4 4 664.00$ 3.3 Review/incorporate utility relocation plans 4 4 8 1,196.00$ 3.4 Utility coordination 4 4 664.00$ 3.5 Utility Meetings (as needed, est 4) 4 4 8 1,568.00$ 4 0 0 0 18 0 8 0 0 0 0 0 30 4,956.00$ 4.1 Site visit with City PM 4 4 8 1,568.00$ 4.2 30% design roll plot 4 40 32 32 108 16,164.00$ 4.3 Conceptual Construction Cost Estimate 2 16 24 6 48 7,092.00$ 4 0 0 6 60 0 56 38 0 0 0 0 164 24,824.00$ 0 -$ 0 0 0 0 0 0 0 0 0 0 0 0 0 -$ 6.1 60% Plans 8 40 60 40 20 80 248 35,220.00$ 6.2 Intermediate Construction Cost Estimate 4 4 40 48 5,780.00$ 6.3 Intermediate Specifications and Spec Prov 16 6 40 8 70 12,598.00$ 6.4 Draft Drainage Memo 4 40 44 6,380.00$ 6.5 SWPPP 2 8 10 1,522.00$ 6.6 Notice of Intent 1 6 7 1,039.00$ 16 0 0 21 84 0 60 98 60 80 0 8 427 62,539.00$ 7.1 90% PS&E 2 80 60 40 40 40 4 266 37,906.00$ 7.2 Final Drainage Memo 2 24 26 3,746.00$ 7.3 Final Check Set (99%)2 32 24 10 10 4 82 12,144.00$ 7.4 Bid Documents 1 24 6 8 6 8 4 57 8,451.00$ 0 0 0 7 136 0 66 96 56 58 0 12 431 62,247.00$ 8.1 Bidder questions; addenda 2 8 10 1,780.00$ 8.2 Conformed Set (Plans and Specs)8 8 16 2,176.00$ 2 0 0 0 8 0 8 0 0 0 0 8 26 3,956.00$ 83 12 0 34 353 0 198 232 116 138 4 28 1,198 183,058.00$ HWA GeoSciences Inc. 30,812.00$ Subtotal 30,812.00$ Administrative Charge (5%) 30,812.00$ Mileage at current IRS rate 150.00$ Reproduction Allowance 150.00$ Management Reserve 10,000.00$ 224,020.00$ Client: Project Name: Task Total Task No.Task Description Task Total Work Element 3 - Utility Coordination Task Total Work Element 4 - Conceptual Design (30% Design) Labor Hour Estimate Total Hours and Labor Cost Computions by Task Work Element 1 - Project Management and Administration Task Total Work Element 2 - Quality Control and Quality Assurance Work Element 7 - Final Design and Check Set (90% Design & 99% Check Set) Total Estimated Budget Total Labor Hours and Fee Subconsultants Work Element 5 - Geotechnical Engineering Task Total Total Subconsultant Expense Reimbursable Direct Non-Salary Costs Total Reimbursable Expense Work Element 6 - Intermediate Design (60% Design) Task Total Work Element 8 - Assistance During Bidding Task Total Task Total Page 1 of 1 EXHIBIT B DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB Project Cost Estimate HWA Ref: 2024-162 CP2412 2025 Local Street Preservation Date: 21-May-24 Auburn, Washington Prepared for KPG Psomas Scope of Work Perform visual assessment of project alignments and mark pavement cores at 6 locations and arrange for utility locates. GPS readings will be taken at each core location. Prepare traffic control plans (TCP) and Right of Way (ROW) use application and submit to city for approval. This estimate assumes standard one-lane closure with flaggers for all fieldwork. Perform FWD testing on each travel lane on 33rd Street SE, from M St SE to O St SE, and on O St SE, from 33rd St SE to 37th St SE. Test spacing will be approximately 50 foot intervals. Testing to consist of 3 drops at each location. GPS readings will be taken at each test location. Perform pavement coring at 6 locations using a 6-inch diameter core barrel. Shallow hand borings (3 feet) will be completed at each core location to assess subgrade condition. Pavement cores will be patched with Aquaphalt 6.0 water activated cold patch. Prepare photographic logs of pavement cores/hand borings. Prepare a spreadsheet presenting the results of field testing (including FWD deflection readings and backcalculated resilient modulus of subgrade). Perform engineering analyses related to pavement reconstruction design and general earthwork requirements. Prepare a letter report presenting the results of FWD testing, pavement coring, reconstruction areas, and our pavement design recommendations. ESTIMATED HWA LABOR: Engr. VIII Geol. IV Engr. II Geol. II Contracts CAD Clerical TOTAL TOTAL $92.00 $52.00 $43.50 $35.00 $50.00 $34.00 $35.00 HOURS AMOUNT Project Setup/Coordination 2 2 4 $284 Mark Pavement Cores and Arrange Locates 6 6 12 $813 Prepare Work Plan & TCP and Submit to City 2 6 8 $445 8 8 $416 Perform Pavement Coring (6 Cores)10 10 20 $785 2 4 6 $358 FWD Data Analyses/Prepare Spreadsheet 4 8 12 $784 Engineering Analyses Related to Pavement Design & Earthwork 4 4 8 $542 Prepare Draft Report 8 4 8 4 2 26 $1,498 Prepare Final Report 2 2 4 $271 Consultation / Project Management / Meetings 6 2 8 $639 Direct Salary Cost 36 20 42 10 2 4 2 116 $6,835 LABORATORY TEST SUMMARY:ESTIMATED DIRECT EXPENSES: Est. No.Unit Total Mileage @ IRS rate $185 Traffic Control Plans $450 Test Tests Cost Cost FWD Rate (@ $1,000/hr)$2,000 Grain Size Distribution 6 $135 $810 Pavement Coring (@ $75/core)$450 Atterberg Limits (plasticity index)4 $260 $1,040 Traffic Control (Arrowboard/Signs/Etc.)$4,000 CBR/Proctor 0 $960 $0 Laboratory Testing $1,850 LABORATORY TOTAL:$1,850 TOTAL DIRECT EXPENSES:$8,935 PROJECT TOTALS AND SUMMARY: Direct Salary Cost (DSC)$6,835 OH @ 190.07% * DSC $12,991 FF @ 30% * DSC $2,051 Total Labor $21,877 Direct Expenses $8,935 GRAND TOTAL:$30,812 Assumed Conditions: 1. All costs are estimated, and may be increased or decreased within the limits of the total budget at the discretion of HWA's project manager. 2. No Street Use Permits/ROW Use fees will be required. 3. Hot Mix Asphalt (HMA) patching will not be required at pavement core locations. If HMA patching is required, a supplemental budget will be necessary. 4. Assumes Standard Traffic Control Plans (TCPs) can be used and site specific TCPs will not be required. PERSONNEL & 2023 HOURLY RATES WORK TASK DESCRIPTION Perform FWD Testing Prepare Photographic Pavement Core Logs 2024-162 Auburn Local Streets 05-20-24 DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • SUBCONSULTANT Fees • Materials and Supplies • Mileage at $0.655/mile or the current approved IRS rate. It is understood that all reimbursements are at cost and will be marked-up 10%. Subcontracts: The CONSULTANT, at the CITY’S request shall enter into subcontracts with other CONSULTANTS, such as appraisers and/or environmental CONSULTANTS, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts plus a 10% markup to cover the CONSULTANT’S additional overhead expense associated with the Subcontract. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • CONSULTANT Agreement # (i.e.: AG-C-115). • Project number(s) listed (i.e.: PR562). • CITY’S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of-way, or construction) or task order number. • Direct salary (base salaries) • Indirect salary (benefits) • Direct non-salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subCONSULTANTs), indirect non-salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subCONSULTANT charges. • Previous and remaining base contract amounts left in each task and total contract – total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15th. • For grant/special funded projects there might be other special information needed, reference the LAG manual. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB SAMPLE INVOICE CITY of Auburn Invoice #: 5222 25 West Main Progress Payment #: 2 Auburn WA 98001 Invoice Date: February 10, 2002 Attn: Scott Nutter (Project Engineer) Project Name: Thomas Nelson Farm Agency Agreement #: AG-C-010 Project #: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourly Rate Amount Mike Jones, Principal in Charge 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processing 10 $ 48.00 $ 480.00 CONSULTANT Personnel Subtotal $ 749.00 Expenses (see attached documentation) Charge s Multiplier Amount Mike Jones, Principal in Charge 20 miles x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processing $ 29.00 x1.1 $ 31.90 CONSULTANT Expenses Subtotal $ 72.49 CONSULTANT Total: $ 821.49 SUB CONSULTANTS (see attached documentation) SubCONSULTANT Hours Hourly Rate Amount ABC Environmental, Inc., Civil Engineer 10 $ 100.00 $ 1,000.00 Electrical Consulting, Electrical Engineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF1,000.00 Moving Company, Moving CONSULTANT 2 $ 50.00 100.00 SubCONSULTANT Subtotal $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 SubCONSULTANT Total: $ 2,860,00 DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB TOTAL DUE THIS INVOICE $ 3,681.49 CONTRACT BREAKDOWN Task Amount Authorize d Prior Invoiced This Invoice Total Invoiced To Date % Expended % Completed Amount Remainin g Original Contract $ 22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF* 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note: MRF=Management Reserve Fund * Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. DocuSign Envelope ID: C968E2DD-69D1-45BC-AF99-34D7317487EB