Loading...
HomeMy WebLinkAboutThe Transpo Group Inc AG-C-32874?- IC7 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-328 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY" and Transpo Group, Inc., whose address is 11730 118th Avenue NE, Suite 600, Kirkland, WA 98034, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31 St, 2009. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, 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 CITY is required to extend the established completion time. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $263,000, which includes a Management Reserve Fund amount of $24,000. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 Agreement for Professional Services AG-C-328 4/10/2008 Page 1 of 12 of this Agreement. Direct salary costs shall be paid per rates on the fee schedule shown on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit C. Exhibit C is attached hereto and by this reference made a part of this Agreement. 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 cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4. 4. MANAGEMENT RESERVE FUND. The CITY may establish a Management Reserve Fund 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 $24,000. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring Agreement for Professional Services AG-C-328 4/10/2008 Page 2 of 12 additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. 5. SUBCONTRACTING. The CITY permits subcontracts for those items of work necessary for the completion of the project. 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 contractor 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 exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be 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 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 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 herein, neither the CITY'S review, approval or Agreement for Professional Services AG-C-328 4/10/2008 Page 3 of 12 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. 7. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall indemnify and hold the CITY 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 the CONSULTANT to indemnify the CITY against and hold harmless the CITY from claims, demands or suits based solely upon the conduct of the CITY, 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 CITY, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence, (2) the costs to the CITY of defending such claims and suits, etc. 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 provisions of this section shall survive the expiration or termination of this Agreement. 8. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. Agreement for Professional Services AG-C-328 4/10/2008 Page 4 of 12 9. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall 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. CONSULTANT shall obtain insurance of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 (or substitute form providing equivalent liability coverage) and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be named as an insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. Agreement for Professional Services AG-C-328 4/10/2008 Page 5 of 12 c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY. Any insurance, self insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by certified mail, return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A-:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that Agreement for Professional Services AG-C-328 4/10/2008 Page 6 of 12 complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 10. NONDISCRIMINATION. The CONSULTANT may 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, age, or where there is the presence of any sensory, mental or physical handicap. 11. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. Reuse by the CITY of any of the drawings, computer disks, documents, records, books, specifications, reports, estimates, summaries and such other information and Agreement for Professional Services AG-C-328 4/10/2008 Page 7 of 12 materials on any other unrelated project without the written permission of the CONSULTANT shall be at the CITY'S sole risk. 12. 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 "(b)" of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. 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. Agreement for Professional Services AG-C-328 4/10/2008 Page 8 of 12 13. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 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 or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 14.3. In the event that 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. Agreement for Professional Services AG-C-328 4/10/2008 Page 9 of 12 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. Should it become necessary to enforce any term or obligation of this Agreement, then all costs of enforcement including reasonable attorneys fees and 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. 14.9. This Agreement shall be administered by Tim Hedges, P.E. 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 Attn: Jacob Sweeting, P.E. 25 W Main Street Auburn WA 98001 Phone: 253.804.5059 Fax: 253.931.3053 E-mail: jweeting@auburnwa.gov Transpo Group, Inc. Attn: Tim Hedges, P.E. 11730118 th Avenue NE, Suite 600 Kirkland, WA 98034 Phone: 425.821.3665 Fax: 425.825.8434 E-mail Tim.Hedges@TranspoGroup.com Agreement for Professional Services AG-C-328 4/10/2008 Page 10 of 12 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 deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 14.9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 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. Agreement for Professional Services AG-C-328 4/10/2008 Page 11 of 12 CI Peter B. Lewis, Mayor Date MAY - 5 2008 ATTEST: C Danie a E. Daskam, City Clerk APPROVED AS TO FORM: Daniel B. Heid, City Attorney Agreement for Professional Services AG-C-328 4/10/2008 Page 12 of 12 Transpo Grouts Inc BY Tit Federal Tax ID # EXHIBIT A SCOPE OF SERVICES During the term of this AGREEMENT, Transpo Group, Inc. (CONSULTANT) will perform professional services for the City of Auburn (CITY) in connection with the following project: Project CP0611 M STREET NE/ HARVEY ROAD AND 8T" STREET IMPROVEMENTS 1. PROJECT DESCRIPTION The work consists of providing conceptual design; final design; geotechnical engineering; and preparation of construction plans, specifications, and estimate of probable construction cost for a total for approximately 1,900 linear feet of roadway improvements within M Street NE and 8th Street NE. The design will address anticipated improvements which generally include the following, to be constructed in a single phase: • Roadway Reconstruction: Replace the existing roadway pavement and sub-grade section (curb-to-curb) within the right-of-way of M Street NE between 4th Street NE and 8th Street NE, anticipating future truck and bus volumes. Maintain the existing roadway slope and grade to minimize or eliminate impacts to existing "edge conditions". The roadway length within M Street is approximately 1,500 feet (0.36 mile). Roadway Widening and Channelization: Identify concepts and design improvements for widening and channelization of 8th Street to incorporate additional eastbound through- lane improvements to 8th Street west of Harvey Road. Concepts will concentrate on minimizing impacts to existing parking, right-of-way, and traffic signal components. Identify concepts and design improvements for channelization of M Street NE between 4th St NE and 8th St NE. Concepts will concentrate on maximizing roadway efficiency while considering impacts to parking, driveways, and adjacent properties. • Traffic Signal Modification: Design traffic signal modifications at the intersection of M Street NE/ Harvey Road NE and 8th Street NE to accommodate proposed roadway widening and intersection channelization. • Curbs/Sidewalks/Driveways: Replace existing sidewalks, curbs, and driveways where desired to provide continuous curb, gutter, and sidewalk consistent with the City's current standards; within the limitations of existing right-of-way. It is generally assumed that most, if not all, existing curb, sidewalk, and driveways may be replaced. Identify options and incorporate pedestrian amenities, where desired. • Storm Drainage: Utilize the existing storm drainage system to the extent feasible. Introduce supplemental catch basins where required to facilitate curb-line drainage. Agreement for Professional Services AG-C-328 4/15/2008 Exhibit A - Scope of Services Page 1 of 15 • Sanitary Sewer: Design approximately 1,000 linear feet of sanitary sewer replacement extending north of 4th Street. Design will incorporate considerations for replacement of pipe, manholes, side-services, and clean-outs. • Private Utilities: CITY will provide all coordination required. Identify specific locations where "out of line" poles may require adjustment or relocation to CITY for coordination. Identify specific locations where underground franchise utilities may require relocation/adjustment for construction of sanitary sewer or storm drainage. 2. RELATED STUDIES AND PLANS Related documentation includes: a. M Street NE/Harvey Road & 8th Street NE - Preliminary Intersection Widening Plan. City of Auburn Six Year Transportation Improvement Program 3. ASSUMPTIONS This scope of work is based on the following assumptions: a. Budget for the project scope is based on a project design schedule of 8 months, property acquisition schedule of 15 months, and project construction schedule (including bid and award) of 6 months commencing with notice-to-proceed. b. Man-hour estimates assume that one contract bid package will be prepared representing all work items associated with the project. c. Applicable CITY of Auburn and/or WSDOT Standard Plans will be included in the Contract Provisions. d. CONSULTANT reserves the opportunity to shift budget between work tasks within the same phase. e. Analyses, design, plans, specifications, and estimates performed or prepared as part of this project will be in English units. f. APWA and CITY of Auburn Drafting Standards will be used. g. See "Items and Services to be Furnished by CITY" below. 4. ITEMS AND SERVICES TO BE FURNISHED BY CITY The CITY will provide the following items and services to the CONSULTANT which will facilitate the work to be undertaken for project. The CONSULTANT is entitled to rely upon the accuracy and completeness of the data furnished by the CITY: Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 2 of 15 H:1Consultants\Agreements120081agc3281agc328 Exhibit A - Scope.doc a. Any available As-Built drawings for existing utilities within the project area. b. Any pertinent record drawings, plans, reports, and information on the current project and on public works and/or private projects within the immediate vicinity. c. Completed survey base maps in AutoCAD and hard-copy format. d. Completed three-dimensional triangular irregular network (TIN) in AutoCAD format. e. Existing right-of-way and centerline location/bearings, and applicable survey control points. f. Base map legend, symbols, and abbreviations. g. Traffic, truck, and bus counts as needed for pavement design. h. Traffic modeling and/or simulation, if needed to support intersection design and traffic signal upgrades. i. Sanitary sewer sizing, design calculations, or flow volumes as necessary. j. City's current Contract Provisions (Specifications) "boilerplate". k. Timely reviews of all work at mutually agreed upon times and consolidation of all review comments onto one review set prior to return to the CONSULTANT. Field review of proposed improvements with the CONSULTANT. m. Rights-of-entry upon all lands necessary for the performance of the work, including field reviews, soil exploration and surveying, if necessary. n. Payment of applicable review and/or permit fees. o. Utility locates/measure-downs for City owned underground utilities, if necessary. p. Advertisement for bids. q. Public involvement coordination and meeting venues. r. Preparation of SEPA Checklist. Consultant will provide design quantities as necessary. s. Environmental permit applications, if required. t. Coordination with franchise utilities. u. Primary stakeholder coordination. v. Construction management and construction observation. 5. DESIGN CRITERIA Reports prepared as part of this scope of work, to the extent feasible, will be developed in accordance with the latest edition and amendments to the following documents, as of the date this Agreement is signed: WSDOT Publications a. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), Standard Specifications for Road, Bridge and Municipal Construction, 2008 edition and applicable Amendments Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 3 of 15 H:1Consultants\Agreements120081agc3281agc328 Exhibit A - Scope.doc b. WSDOT/APWA Standard Plans for Roads, Bridge, and Municipal Construction Design Manual AASHTO Publications c. A Policy on Geometric Design of Highways and Streets CITY of Auburn Standards d. Design and Construction Standards e. Drafting Standards Other Standards and Publications f. FHWA and Washington State Department of Transportation, Manual on Uniform Traffic Control Devices (MUTCD) g. Washington State Regulations, Accessibility Design for All (ADA) h. American Water Works Association (AWWA) i. Washington State Department of Ecology's Criteria for Sewage Works Design (Orange Book) 6. Project Management and Coordination Project Management The CONSULTANT will provide continuous project management and administration of services under this agreement. The CONSULTANT will provide direction and review the work of the staff and sub-consultants during the course of the project. The CONSULTANT will manage the schedule, scope, budget, and quality over the term of the Agreement. Current design budget status, as well as projections, will be developed. Any difference in the design and construction budget from the original contract amount will be brought to the attention of the CITY's Project Manager. The CONSULTANT's Project Manager will maintain periodic communication with the CITY's Project Manager and the CONSULTANT's Project Team via informal meetings, telephone discussions, electronic mail, and fax. The CONSULTANT's Project Manager will contact the CITY's Project Manager once per week, or more often if needed, to provide an informal summary of the project progress and present any questions or issues that need to be addressed. The CONSULTANT's Project Manager will prepare and maintain action item and project change lists for significant items of work. The CONSULTANT's Project Manager shall share these lists with the CITY's Project Manager once per week, or more often if needed. Project Schedule & Updates Upon consultation with the CITY, the CONSULTANT will prepare and maintain a project schedule using MS Project to track progress of the deliverables. The project schedule will be based on the work plan and will show major and support activities. Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 4 of 15 H:\Consultants\Agreements\2008\agc328\agc328 Exhibit A - Scope.doc The CONSULTANT will update the project schedule monthly to clearly indicate progress and changes. Monthly Progress Reports & Invoices Monthly progress reports will be submitted with invoices. The progress reports will summarize start, finish and percent complete for deliverable tasks during the billing period, percent complete of overall project elements, and anticipated deliverable tasks for the next month. The CONSULTANT will also summarize in the monthly progress reports problems encountered and actions taken for their resolution, potential future delays, and issues/activities requiring CITY direction. Any elements that may impact project completion time and cost will be highlighted. The CONSULTANT will prepare a list of potential commitments and design decisions for the design file that may be necessary for the design and/or construction of this project. Monthly invoices for work completed to date will be submitted to the CITY. The invoices will summarize budget, expenditures and percent expended for deliverable tasks during the billing period, and percent expended of overall project elements. Invoices will be submitted with the monthly progress report and follow the guidelines presented in Exhibit C. Project Coordination Meetings Project coordination meetings will be conducted on an as-needed basis. The CONSULTANT's Project Manager and other team members as appropriate will be available to attend project coordination meetings. Project progress, project risks, potential changes, schedule impacts, cost issues, and regulatory issues may be discussed. The CONSULTANT will provide the CITY with an agenda for each progress meeting. Anticipated meetings include the following: 1) Facilitate and attend Project Kickoff meeting at City of Auburn: (1 meeting) Assume meeting will be attended by Project Manager, Project Engineer, Design Engineer, and one sub-consultant representative. 2) Attend formal plan/document reviews at City of Auburn: (3 meetings) Assume meetings will be attended by Project Manager and Project Engineer. 3) Facilitate, attend, and document interactive field review meeting with Auburn staff to assess condition of existing sidewalks, curbs, and other elements affecting design: (1 meeting) Assume meeting will be attended by Project Manager, Project Engineer, and Design Engineer. 4) Facilitate, attend, and document project coordination meetings at City of Auburn: (4 meetings). Assume meetings will be attended by Project Manager and/or Project Engineer. The CONSULTANT will be responsible for reparing a summary of key issues and action items for all meetings and will supply the CITY with a copy of the summary. Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 5 of 15 H:\Consultants\Agreements\2008\agc328\agc328 Exhibit A - Scope.doc Coordination with Project Stakeholders The CONSULTANT will provide support to City staff for coordination with "Project Stakeholders" (Metro; Schools; Post Office; Power; Franchise) by preparing up to two transmittals of progress drawings/data for each stakeholder. Deliverables: Monthly Progress Reports Action Items List maintained weekly (or as needed) Project Schedule - baseline schedule and monthly updates Project Meetings - 9 meetings Provide drawings/data to stakeholders - 2 transmittals 7. Quality Assurance Review The CONSULTANT will implement quality assurance procedures to ensure that all project deliverables are subjected to in-house peer reviews prior to submittal to the CITY. These reviews will be conducted under the direction of the CONSULTANT's Project Quality Assurance Manager and Project Manager, and will focus on checking the major design elements with respect to adequacy of response to the specific design challenges, conformance to accepted design practices, and compliance with the CITY's standards. A quality assurance check will be used to confirm that the design work and drawing presentation follows the CITY standards and that the work is of professional quality meeting the customary standard of care for the type of work in this locale. The CONSULTANT will include with each submittal a response to the CITY's comments generated from the previous submittal, with an indication either directly on the redlined set or in memo form of the actions taken on each comment. The CONSULTANT will verify all CITY comments on previous submittals have been addressed (or provide written response as to why the changes have not been made). The CONSULTANT will return with each submittal any agency redlined comments from the previous submittal. Deliverables: Quality Assurance Reviews Response to comments 8. Public Involvement Attend 1 public open house meeting in Auburn. Assume meeting will be attended by Project Manager and Project Engineer. Provide graphics support ("boards") for each public open house meeting. Deliverables: Graphic "boards" and meeting attendance - 1 meeting Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 6 of 15 H:\Consultants\Agreements\2008\agc328\agc328 Exhibit A - Scope.doc 9. DESIGN PHASE WORK TASKS 9.1. Data Collection & Review The CITY will provide the CONSULTANT with all references (listed in Work Elements 2 and 4 above, and below) pertaining to this project. The CONSULTANT will review the following: a. Review City-provided survey base maps in field. Communicate additional survey/base mapping needs, if any. b. Review City-provided triangular irregular network (TIN) model. Communicate additional needs, if any. c. Utilize as-built records to verify the utilities shown in the base map. Adjust and/or add utilities, as needed, based on available utility as-builts. The CITY will provide the CONSULTANT with any available as-built information for CITY owned (public utilities). Wherever necessary, the CONSULTANT shall obtain as-built information from the owners of any private utilities (franchise utilities) within the right of way. d. Review City-provided sanitary sewer replacement concepts (if available). Communicate additional needs, if any. e. Review City-provided traffic-count, truck, and bus data. Coordinate with City staff to determine appropriate ESAL factors for design of pavement sections and subgrade. Key CONSULTANT project personnel will visit the project site and familiarize themselves with the site conditions and data collected for the project. The CONSULTANT will obtain photographs for design reference. The base maps will be field checked by the CONSULTANT and CITY to ensure complete and accurate representation of existing conditions. The CONSULTANT will also field check the design to assure the design fits the conditions in the field. After review of the above data, the CONSULTANT will notify CITY of any additional information or clarification required. Deliverables: Request/notification for additional information and/or clarifications. Adjustments to utility base mapping. 9.2. Geotechnical Engineering a. Field Preparation. Visit the site to locate exploration locations and meet with utility locaters. Prepare a traffic control plan and submit it to the CITY for review, comment, and approval. Prepare and submit a Right of Way Permit application to the CITY. The CONSULTANT shall not begin work within the roadway prior to Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 7 of 15 H:\Consultants\Agreements\2008\agc328\agc328 Exhibit A - Scope.doc obtaining approval of the traffic control plan and issuance of a construction permit. The CONSULTANT shall schedule any required drilling subcontractors. b. Field Exploration. Drill up to 8 hollow-stem auger borings ranging between 10 feet and 20 feet deep within the roadway/right-of-way. Use signs, cones, or flaggers to route traffic around the work area, in accordance with the approved traffic control plan and construction permit conditions c. Geologic Interpretation. Perform laboratory analysis on soil samples collected from the explorations. Research available geologic maps and nearby exploration logs; review the laboratory results; prepare boring logs; and prepare a site and exploration plan. d. Engineering Analysis. Using project traffic volumes provided by the City and laboratory results, develop pavement sections based on AASHTO pavement design methods. e. Report Preparation. Prepare Geotechnical Engineering Report summarizing findings, and provide recommendations for subgrade preparation, utility excavation and backfill, asphalt pavement sections, structural fill, and groundwater construction techniques (if applicable). Finalize the report in response to comments provided by the project team. Deliverables: Site Visit and Traffic Control Plan Borings - up to 8 locations Laboratory Test Results Pavement Design Section Draft Geotechnical Engineering Report (3 copies) Final Geotechnical Engineering Report (1 bound copy, 1 unbound copy) 9.3. Environmental Documentation The City will provide environmental documentation and permitting as necessary for final approval and construction of the project improvements. a. Provide design quantities as necessary in support of environmental documentation and permitting. b. Provide project plans and/or figures for attachment to environmental and permit documents. Deliverables: Design Quantities Project Figures Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 8 of 15 H:\Consultants\Agreements\2008\agc328\agc328 Exhibit A - Scope.doc 9.4. Utility Coordination The CITY will prepare and send a notice containing the scope and schedule of the project, and include project plans, to all public and private utility agencies with underground or overhead facilities that may be affected by the project. The CITY will provide coordination of proposed improvements with the various public and private utilities to resolve conflicts and facilitate permitting. Utility coordination meetings will be the responsibility of the CITY. All aspects of coordination of the work required under this AGREEMENT with outside agencies, groups, or individuals will receive advance approval by the CITY. 9.5. Preliminary Design (15%) Level of detail sufficient to support selection of preferred roadway and intersection design concepts, and to facilitate environmental documentation process. The CITY will select a preferred roadway and intersection design concept. a. Prepare brief Design Criteria Memorandum (4 to 6 pages) documenting project design standards and criteria which will be utilized for the project design. Incorporate response to comments from CITY staff. b. Brainstorm horizontal design concepts with project team. Prepare up to 2 conceptual horizontal layouts (40-scale roll maps) incorporating existing base mapping and proposed channelization, curb, sidewalk, intersection/traffic signal layout, and applicable dimensions. Prepare estimate of preliminary construction costs to identify significant cost differences which may exist between alternatives. Review with CITY staff to identify refinements. c. Prepare one (1) final conceptual horizontal roadway layout (40-scale roll map) incorporating existing base mapping and proposed channelization, curb, sidewalk locations, intersection/traffic signal layout, and dimensions. Review with CITY to identify any additional refinements. Assume CITY will adopt this iteration as a "preferred concept", incorporating identified refinements. d. Prepare conceptual sanitary sewer replacement plan showing preliminary placement of trunk-line and manholes. e. Prepare 15% dimensioned horizontal roadway plans, preliminary profiles, typical sections, intersection plans, traffic signal plans, proposed channelization, curb, sidewalk locations, and intersection layouts based on the preferred concept selected by the CITY. Layout preliminary locations for additional catch basins and laterals. Prepare conceptual profile for sanitary sewer replacement. Assume plan scale of 1" = 40' H; and 1" = 10" V (11" x 17" sheet size). The following plan sheets are anticipated: Title Sheet (1); Legend Sheet (1); Typical Sections (1); Roadway/Drainage/Sanitary Sewer Plan and Profiles (7). Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 9 of 15 H:\Consultants\Agreements\2008\agc328\agc328 Exhibit A - Scope.doc f. Prepare preliminary design quantities and estimate of probable construction costs. Deliverables: Draft and Final Design Criteria Memorandum (2 copies each) Conceptual Horizontal Roadway, Intersection, and Traffic Signal Layouts (1 copy each) Conceptual Sanitary Sewer Layout (1 copy). Final Conceptual Horizontal and Vertical Roadway, Intersection, and Traffic Signal Layout - Preferred Concept 15% Conceptual Plans (5 copies) 15% Estimate of Probable Construction Cost (2 copies) 9.6. Intermediate Design (50%) Refine 15% design plans, incorporating CITY comments. Complete preliminary vertical roadway design. Complete preliminary storm drainage design. Complete preliminary sanitary sewer design. Define pavement design options. Incorporate response to comments from 15% CITY review. a. Refine vertical roadway design to maximize close tie-in with existing "edge conditions". Generate DTM and prepare InRoads design cross sections (50-foot intervals) showing existing and proposed roadway surfaces. Assume scale of 1" = 20' H; and 1" = 5" V. b. Refine horizontal and vertical layout/elevations for storm drainage modifications. c. Refine horizontal and vertical intersection, channelization, and traffic signal modifications. d. Refine horizontal and vertical layout/elevations for sanitary sewer replacement. Incorporate anticipated side-sewer replacements. e. Prepare Title Sheet and Legend Sheet. f. Prepare 50% Typical Sections and Details including: asphalt pavement/subgrade design options; typical roadway sections; and "edge design" options. g. Prepare 50% Roadway, Drainage, and Sanitary Sewer Plan/Profiles including: construction centerline, stationing, and bearings; centerline profile, elevations, and slopes; areas of new and replaced curb, gutter, and sidewalk; intersection horizontal geometry;bus stop/pad horizontal geometry (if applicable); cut/fill line locations; driveway locations; curb ramp locations; mail box locations; storm drain catch basins, manholes, laterals, and catch basins (GE's, IE's, slopes); sanitary sewer manholes, side sewers, cleanouts; vertical locations (where applicable) of existing sewer, storm, water, gas, and telephone "crossings"; and preliminary construction notes. Assume plan scale of 1" = 20'H; and 1" = 5" V. Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 10 of 15 H:\Consultants\Agreements\2408\agc328\agc328 Exhibit A - Scope.doc h. Prepare 50% Channelization and Signing Plans for roadway and intersection including through lane, turn lane, and parking channelization; stop bars; crosswalks; and graphic type and location of proposed signs; bus stop/pad locations; and curb ramp locations. Assume plan-over-plan layout at plan scale of 1" = 20' H. i. Prepare 50% Traffic Signal Plans for the M Street NE/Harvey Road NE and 8th Street NE intersection. The plans will include the preliminary traffic signal design layout, including signal poles, detection loops, conduit, and junction box locations, based on the 50% channelization plans. j. Review and document (by letter or e-mail) probable construction staging/traffic control scenarios. Discuss with the CITY and document comments. k. Prepare listing and/or copies of proposed Auburn and WSDOT standard details. 1. Prepare 50% list of bid items, quantities, and estimate of probable construction costs based on 2008 WSDOT/APWA Standard Specifications and Auburn Special Provisions. Identify Special Provision bid items, if any. Assume miscellaneous and contingency cost items will be included at this stage. Deliverables: 50% Alignment Cross Sections (2 full-size) 50% Design Plans for Roadway, Intersection, Traffic Signal, and Sanitary Sewer (3 full-size and 5 half-size) 50% Bid Items and Estimate of Probable Construction Cost (5 copies) 9.7. Final Design PS&E (95%). Prepare construction-ready plans, details, bid items, quantities, special provisions, and estimate for detailed review by CITY staff. Incorporate response to comments from 50% CITY review. Prepare design documents with such provisions and in such detail as to permit convenient layout in the field for construction and other purposes. The design documents will be prepared to the level of competency presently maintained by practicing professionals in the field of transportation engineering.in the Puget Sound Region. Design documents will include the following: a. Prepare Title Sheet, Index, General Notes, Legend, Symbols, and Abbreviations. b. Refine Typical Roadway Sections and Paving Details. Incorporate construction staging considerations into typical sections, if applicable. c. Refine Roadway and Storm Drainage Plan and Profiles including all proposed elevations and construction notes. d. Prepare Intersection Detail Sheets, including curb return elevations. e. Prepare Miscellaneous Roadway, Storm Drainage, and Edge Mitigation Details. f. Prepare Sanitary Sewer Main Replacement Plan/Profiles, Notes, and Details. Assume plan scale of 1" = 20'H; and 1" = 5'V g. Refine Channelization and Signing Plans and Notes. Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 11 of 15 H:\Consultants\Agreements\20081agc328\agc328 Exhibit A - Scope.doc h. Prepare Signing and Channelization Details. i. Refine the Traffic Signal Layout Plans for the M Street NE/Harvey Road NE and 8th Street NE intersection , which will include all traffic signal components, wiring schedule, and construction notes. The traffic signal plans will be based on the approved channelization plans. j. Prepare Traffic Signal Wiring Diagram k. Prepare Traffic Signal Pole and Foundation Details 1. Prepare Proposal Bid Items in CITY standard format. m. Prepare Special Provisions in CITY standard format (Div. 0 through 9). n. Prepare Project Provisions (Construction Manual) in CITY standard format. o. Calculate Final Bid Quantities for Proposal Bid Items. p. Prepare Estimate of Probable Construction Costs for Proposal Bid Items. q. Perform Senior in-house 95% Quality Assurance and Constructability Review, and incorporate response to comments. Perform "plans-in-hand" field review. Document findings of review in "red-line" and/or written format. Deliverables: 95% Design Plans (5 full-size and 5 half-size) 95% Contract Provisions and Special Provisions (5 copies) 95% Proposal Items and Estimate of Probable Construction Cost (5 copies) 9.8. Final Design PS&E (99%) a. Prepare Final Documents incorporating responses to 95% PS&E comments from CITY staff. Assume the number, format, and content of plan sheets will generally remain unchanged. b. Perform Senior in-house 99% Quality Assurance Review. c. Transmit 99% Design Plans, Project Provisions, Special Provisions, and Estimate of Probable Construction Cost to CITY for final review. Assume CITY's review at this stage is for the purpose of verifying that comments transmitted at 95% completion stage were incorporated into the 99% documents, as mutually agreed. Deliverables: 99% Design Plans (1 full-size and 2 half-size) 99% Contract Provisions and Special Provisions (2 copies) 99% Proposal Items and Estimate of Probable Construction Cost (2 copies) Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 12 of 15 H:\Consultants\Agreements\2008\agc328\agc328 Exhibit A - Scope.doc 9.9. Final Bid Documents (100%) a. Prepare Final (Bid-ready) Construction Documents incorporating responses to 99% PS&E comments from CITY staff. Assume CITY review will be limited to verifying that CONSULTANT responses to 99% final comments were incorporated as mutually agreed. b. Transmit Final (sealed/stamped and signed) Design Plans, Project Provisions, Special Provisions, and Estimate of Probable Construction Cost to CITY for reproduction and bid advertisement. Assume there is no additional CITY review following this stage. c. The CITY will provide reproduction of Construction/Bid Documents, and will transmit 2 full-size and 4 half-size copies of plans to the CONSULTANT. Deliverables: Final Plans (1 full-size original 4 mil mylar) Final Contract Provisions and Special Provisions (1 camera-ready original) Engineer's Estimate of Probable Construction Cost (1 copy) It is mutually agreed that any cost estimate provided by CONSULTANT will be on a basis of experience and judgment, but since the CONSULTANT has no control over market conditions or bidding procedures, the CONSULTANT cannot warrant that bids or ultimate construction cost will not vary from these cost estimates. 10. BIDDING AND CONSTRUCTION PHASE WORK TASKS The CONSULTANT shall complete task items in this section, only as directed by the CITY. It is expected that the CITY may not require the CONSULTANT to complete some, or all, of the task items from this section. The CONSULTANT shall, at its own expense, provide bidding and construction assistance required to correct errors made by the CONSULTANT in the final plans and specifications. 10.1. Assistance During Bidding a. The CITY will advertise for bids and distribute bid sets to prospective bidders. b. The CONSULTANT will assist the CITY during the bid period to answer any questions that arise concerning the PS&E documents, and to assist the CITY in preparing any addenda required. c. The CONSULTANT will prepare up to two (4 to 6 page) addenda if modifications to the contract documents are deemed warranted by CITY during the bidding process. Deliverables: Response to Bidder's Questions Addenda (up to 2) Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 13 of 15 H:\Consultants\Agreements\2008\agc328\agc328 Exhibit A - Scope.doc 10.2. Construction Period Services. a. Attend Preconstruction Conference at CITY of Auburn. Review meeting notes provide by CITY, and transmit comments, if any. Assume meeting will be attended by Project Manager or Project Engineer. b. Attend up to 4 on-site project reviews to review the progress of the construction work (at the request of the CITY). Discuss with CITY staff and/or transmit notes documenting significant aspects of the project work, and any inconsistencies relative to the design documents. Assume reviews will be performed by Project Manager or Project Engineer. c. Attend up to 4 Project Meetings and/or Special Inspections, at the request of the CITY. Prepare and transmit notes and/or recommendations to CITY staff in response to meetings/inspections. Assume meetings will be attended by Project Manager or Project Engineer. d. Respond to requests for information (RFI's) from the CITY during the course of construction. Transmit responses to the CITY in written and/or plan format. Assume up to 30 staff hours are budgeted to perform this task. e. Prepare and provide revised (stamped and signed) design and plan sheets in response to changes requested by the CITY during the course of construction. (Examples of such change may include adjustment of storm drainage around underground utilities, where their locations during design were unknown; alternative designs requested by the Contractor and agreed by the CITY; and other similar items.) Assume up to 60 staff hours are budgeted to perform this task. f. Prepare Record ("as-built") Drawings, and transmit (stamped and signed) mylar originals and digital files to the CITY. Assume the CITY will provide inspector's reports and records, as required and redlined markups of construction drawings. The CITY will provide the original mylar drawings for CONSULTANT'S use in preparing record drawings. The CONSULTANT will prepare both handwritten (red line) and electronic copies. Assume up to 48 staff hours are budgeted to perform this task. Deliverables: Attendance at Preconstruction Conference Attendance at On-site Construction Meetings - up to 4 On-Site Special Inspections - up to 4 (one copy of field notes)Respond to RFI's - up to 30 hours Review Shop Drawings - up to 30 hours Provide Revised Plan Sheets - up to 60 hours Prepare Record Drawings - up to 48 hours (1 full-size original mylar) Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 14 of 15 H:\Consultants\Agreements\2008\agc328\agc328 Exhibit A - Scope.doc 10.3. Project Closeout a. Electronic Data Transfer. At the completion of construction, the CONSULTANT will provide the CITY with electronic files of design files, base maps, plans and similar contract documents. All drawings will be provided in AutoCAD format. b. Archiving. At the completion of construction, the CONSULTANT will archive all project files. Archives will be made available at the request of the CITY or funding agency for review for a period of six years following completion of construction. Agreement for Professional Services CP0611 M Street NE/Harvey Road and 8th Street Improvements March, 2008 Exhibit A - Scope of Services Page 15 of 15 H:\Consultants\Agreements\2008\agc328\agc328 Exhibit A - Scope.doc Exhibit B Consultant Fee Determination Summary M Street NE / Harvey Road and 8th Street Improvements City of Auburn, CP0611 DIRECT SALARY COSTS (DSC) Pay rates are effective from June 23, 2007 through June 21, 2008, within the ranges shown in the attachment. Only key staff are shown and other staff may work on and charge to the project as needed by the project manager. Personnel Hours Rate (see note) Cost 1 Principal 14 X $65.00 = $ 910 2 Project Manager 275 X $55.00 = $ 15,125 3 Project Engineer 506 X $41.00 = $ 20,746 4 Senior Engineer 128 X $44.00 = $ 5,632 5 Design Engineer 791 X $28.00 = $ 22,148 6 Cadd / Graphics 12 X $33.00 = $ 396 7 Project Assistant 24 X $28.00 = $ 672 Total Hours 1,750 Subtotal Direct Salary Costs (DSC) = $ 65,629 Overhead (OH) 191.79% of (DSC) = $ 125,870 Fixed Fee (FF) 10.00% of (DSC + OH) = $ 19,150 TOTAL SALARY COSTS (DSC + OH + FF) = $ 210,649 DIRECT NONSALARY COSTS (DNSC Graphics Supplies Mileage for Site Visits Reproduction Courier & Postage Film/Miscellaneous $ 200 $ 700 $ 900 $ 400 $ 250 TOTAL REIMBURSABLE EXPENSES (DNSC) = $ 2,450 SUBCONSULTANTS AMEC Earth & Environmental (Geotechnical Services) $ 23,983 8% Mark-up $ 1,919 TOTAL SUBCONSULTANT COSTS = $ 25,902 TOTAL AUTHORIZED AMOUNT = $ 239,000 EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees + 10% mark-up • Courier Fees+ 10% mark-up • Subconsultant Fees+ 8% mark-up • Materials and Supplies+ 10% mark-up • Mileage at $0.505/mile or the current approved IRS rate. 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 8% markup to cover the CONSULTANT'S additional overhead expense associated with the Subcontract. Exhibit C Agreement No. AG-C-318 Page 1 of 1 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 15'" • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-318 Page 1 of 2 SAMPLE INVOICE City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter (Project Engineer) Agency Agreement #: AG-C-010 Invoice #: 5222 Progress Payment #: 2 Invoice Date: February 10, 2002 Project Name: Thomas Nelson Farm 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 Charges 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: SUB CONSULTANTS (see attached documentation) $ 821.49 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 MRF 1,000.00 Moving Company, Moving Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: ----------------------------- ------- -------------------------------------------- TOTAL DUE THIS INVOICE ----------- ----------------------------------------------------------------- I'nKITDAr`T M0PAL(nr%WM $ 2,860,00 - - ------------------------- $ 3,681.49 -------------------------------- Task Amount Authorized Prior Invoiced This Invoice Total Invoiced To Date % Expended % Completed Amount Remaining 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 1/10101 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-318 Page 2 of 2 ,4 3 A(o'5 AMENDMENT #1 TO AGREEMENT NO. AG-C-328 BETWEEN THE CITY OF AUBURN AND THE TRANSPO GROUP RELATING TO PROJECT NO. CP0611, M STREET NE/HARVEY ROAD & 8T" STREET NE IMPROVEMENTS THIS AMENDMENT is made and entered into this day of T)U-,, bf-r, 200 by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and The Transpo Group (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-328 executed on the 5th day of May 2008. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2010. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-328 executed on the 5th day of May 2008 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. THE T SPO GROUP CITY OE-AIJ ~ < By: Authorized signature Peter . Lewis, ayor ATTEST (Optional): ATTEST: ka" By: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr ed as t?I Attorney for (Other Party) Daniel B. Heid, Auburn City At`t~rney Amendment No. 1 for Agreement No. AG-C-328 The Transpo Group Page 1 of 1 * * CITY OF ~ AtiBUIRN WASHINGTON Peter B. Lewis, Mayor 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 February 19, 2010 Tim Hedges, P.E. The Transpo Group, Inc. 11730 118th Avenue NE, Suite 600 Kirkland, WA 98034-7120 RE: Consultant Agreement No. AG-G328 CP0611, M St NE/Harvey Rd & 8t" St NE Improvements Dear Mr. Hedges: - This letter is to inform you that the above-referenced Agreement for Professional Services is being closed at this time. Our records indicate that we processed the final payment for this agreement on February 16, 2010 for invoice #12784 in the amount of $7785.52. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by March 5, 2010. Thank you for your firm's professional services in work related to the M St NE/Harvey Rd & 8th St NE Improvements project. If you should have any questions, please call me at 253. 804.5068. Sinae lJa , PE Pro ject Manager Department of Public Works JS/ad/hm cc: Dani Daskam, City Clerk AG-G328 CP0611 (File 2.20) AUBURN * MORE THAN YOU IMAGINEL