Loading...
HomeMy WebLinkAboutGray & Osborne Inc AG-C-32616-q AGREEMENT FOR PROFESSIONAL SERVICES AG-C-326 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 Gray & Osborne, Inc. whose address is 701 Dexter Ave N, Suite 200, Seattle, WA 98109-4339, 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, 2008. 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 CONSULTANT shall be paid by the CITY for completed services rendered under the approved Scope of Work identified in Exhibit A. Such payment shall be full compensation for work performed or, services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. The CONSULTANT shall submit an itemized Agreement for Professional Services AG-C-326 March, 2008 Page 1 of 11 invoice to the CITY prior to payment, in a form similar to that attached as Exhibit C of this Agreement. Compensation for the work identified will be on a time and material basis, not to exceed $24,125.00. Compensation for work performed shall be based on the Schedule outlined in Exhibit B of this Agreement. Exhibit B is attached hereto and by reference made a part of this Agreement. Compensation shall include all CONSULTANT expenses including, but not limited to, direct salary, overhead, profit and direct non-salary. The CONSULTANT shall be paid by the CITY for direct non-salary cost per Exhibit B. These charges may include, but are not limited to the following items: reproduction fees, communication fees, and mileage. 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 will establish a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the Agreement for Professional Services AG-C-326 March, 2008 Page 2 of 11 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 $5,000.00. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring 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. Agreement for Professional Services AG-C-326 March, 2008 Page 3 of 11 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 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. INDEMNIFICATIONIHOLD 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 CONTRACTORIASSIGNMENT. 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 Agreement for Professional Services AG-C-326 March, 2008 Page 4 of 11 that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 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 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. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Agreement for Professional Services AG-C-326 March, 2008 Page 5 of 11 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, Professional 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 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 Agreement for Professional Services AG-C-326 March, 2008 Page 6 of 11 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. 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, Agreement for Professional Services AG-C-326 March, 2008 Page 7 of 11 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. 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. Agreement for Professional Services AG-C-326 March, 2008 Page 8 of 11 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. 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. Agreement for Professional Services AG-C-326 March, 2008 Page 9 of 11 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 Russell Porter 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: Ryan L Vondrak 25 W Main Street Auburn WA 98001 Phone: 253.931.3086 Fax: 253.931.3010 E-mail: rvondrak@auburnwa.gov Gray & Osborne, Inc. Attn: Russell Porter, P.E. 701 Dexter Avenue North, Suite 200 Seattle, WA 98109 Phone: 206.284.0860 Fax: 206.283.3206 E-mail: rporter@g-o.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 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-326 March, 2008 Page 10 of 11 CIT O Peter B. Lewis, Mayor APR 18 2008 Date ATTEST: Danielle E. Daskam, City Clerk APPROVE AS TO FORM: Daniel B. Heid, City Attorney Gray & Osborne, Inc. BY: Title: 5 c CI T Federal Tax ID #? Agreement for Professional Services AG-C-326 March, 2008 Page 11 of 11 Exhibit A Scope of Work During the term of this AGREEMENT, Gray & Osborne, Inc. (CONSULTANT) will perform the following professional services for the City of Auburn (CITY): 1. PROJECT DESCRIPTION The purpose of "The Lakeland Hills Reservoir Improvement" project is to rehabilitate and improve the safety and water quality of the 1 million gallon capacity Lakeland Hills Reservoir. The design will address the anticipated improvements which will include: • Removing the existing exterior and interior coating systems. ¦ Providing a new exterior and interior coating system. • Installing a tank mixing system. • Installing seismic equipment consisting of flexible/expandable couplings, seismic sensor, and isolation valve actuators. • Repairing the ring footing. • Improving access to the roof inspection hatch. Installing a new vent screen. A 1999 report by S.G. Pinney and Associates indicated that the exterior coating maintains sufficient bonding such that the surface preparation does not need to include paint removal except for instances of poor bonding, rust, delamination, or other apparent coating defects. The interior coating will require removal and disposal of the existing coating. The early 1980's vintage of the reservoir would indicate that lead paint may be present and this was confirmed in the 1999 report. The Scope of Work for these improvements is given below. This Scope of Work includes pre-design, design, permitting, and bid award assistance but does not include construction administration or inspection. Construction administration and inspection would be covered under a separate contract. 2. 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: 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) City's current Contract Provisions (Specifications) "boilerplate", d) 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. Exhibit A Agreement No. AG-C-280 Page 9 of 4 e) Field review of proposed improvements with the CONSULTANT. f) Rights-of-entry upon all lands necessary for the performance of the work, including field reviews, soil exploration and surveying, if necessary. g) Payment of applicable review and/or permit fees. h) Utility locates/measure-downs for underground utilities, if necessary. i) Advertisement for bids. j) Preparation of SEPA Checklist. Consultant will provide design quantities as necessary. k) Primary stakeholder coordination. 1) CITY of Auburn electronic CAD standard details, if required. m) Construction management and construction observation. 3. 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: CITY of Auburn Standards a) Contract Provisions (Specifications) "boilerplate" b) Design and Construction Standards c) Drafting Standards WSDOT Publications d) Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), Standard Specifications for Road, Bridge and Municipal Construction, 2006 edition and applicable Amendments e) WSDOT/APWA Standard Plans for Roads, Bridge, and Municipal Construction Design Manual Other Standards and Publications f) American Water Works Association (AWWA) 4. PRELIMINARY DESIGN PS&E (60%) a) The CONSULTANT shall prepare Preliminary Contract Specifications for removal and disposal of the interior coating system. The CONSULTANT shall prepare Preliminary Contract Specifications for pressure washing and spot cleaning for the exterior coating system. The CONSULTANT shall prepare Preliminary Contract Specifications for interior and exterior recoating. b) The CONSULTANT shall prepare Preliminary exhibits and details, such as a vicinity map, site plan, and drawings reflecting the reservoir and site dimensions as may be required. It is assumed that the existing City drawings of the site will be sufficient to prepare project plans without additional survey. Exhibit A Agreement No. AG-C-280 Page 2 of 4 c) The CONSULTANT shall calculate surface area for incorporation into the Contract Proposal (payment items) and to develop a Preliminary Engineer's Cost Estimate. d) The CONSULTANT shall provide Preliminary Contract Plans and Contract Specifications for the modification of the access ladder, hatch, and tank, as well as ring footing repairs, per CITY direction, review, and approval. e) The CONSULTANT shall provide Preliminary Contract Plans and Contract Specifications for the installation of a seismic valve facility. Included in the facility will be a seismic valve, flexible couplings, meter, and controls. The CONSULTANT will work with CITY staff and the CITY'S systems integrator to determine the control scheme for the seismic valve. This scope of work is predicted on the CITY'S systems integrator being employed by the CITY under a separate contract. This contract also assumes that sufficient space and capacity are available at the existing booster station to install the necessary electrical connections to power the seismic valve, meter, and all appurtenances. It is also assumed that there is space and capacity to install the necessary control and monitoring to integrate the seismic valve installation into the CITY'S SCADA system. f) The CONSULTANT shall provide Preliminary Contract Plans and Contract Specifications for the installation of interior reservoir piping mixing system to separate the inlet and outlet of the reservoir and improve water quality. Deliverables: 1) Preliminary copies of Contract Plans for CITY review and comment (1 full size and 2 half size) 2) Preliminary copies of Contract Specifications for CITY review and comment (2 copies) 3) Preliminary copies of Engineer's Cost Estimate for CITY review and comment (2 copies) 4.) One initial site visit for project review and coordination 5. FINAL. DESIGN PS&E (99%) a) The CONSULTANT shall prepare final Construction Documents incorporating responses to 60% PS&E comments from CITY staff. Deliverables: 1) Final copies of Contract Plans for CITY final review and comment (1 full size and 2 half size) 2) Final copies of Contract Specifications for CITY final review and comment (2 copies) 3) Final copies of Engineer's Cost Estimate for CITY final review and comment (2 copies) 4) Two site visits (if necessary) for project review and coordination 6. FINAL BID DOCUMENTS (100%) a) The CONSULTANT shall prepare final (bid-ready) Construction Documents incorporating responses to 99% PS&E comments from CITY staff. The CONSULTANT shall prepare all necessary addenda. Exhibit A Agreement No. AG-C-280 Page 3 of 4 Assume no "additional" comments will be generated at this stage. Comments are designed only to verify that response to 99% final comments were incorporated as mutually agreed. b) The CONSULTANT shall transmit final (sealed/stamped and signed) Contract Plans, Contract Specifications, and Engineer's Cost Estimate 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 1 full- size and 2 half-size copies of plans to the CONSULTANT. Deliverables: 1) Final Contract Plans (1 full size original 4 mil mylar) 2) Final Contract Specifications (1 camera-ready original) 3) Final Engineer's Cost Estimate (1 copy) 4) One site visit (if necessary) for bid opening Exhibit A Agreement No. AG-C-280 Page 4 of 4 EXHIBIT "B" ENGINEERING SERVICES SCOPE AND ESTIMATED COST City ofAuburn - Lakeland Hills Reservoir Improvements Tasks Principal Hours Project Mgr. Hours Civil Eng. Hours Structural Eng. Hours Electrical Eng. Hours CADD Tech. Hours Hour Estimate: 2 29 85 18 40 49 Estimated Hourly Rates: $53 $44 $34 $40 $47 $26 Direct Labor Cost $106 $1,276 $2,890 $720 $1,880 $I,274 Subtotal Direct Labor: Indirect Costs (162%): Total Labor Cost: Fee (28% of Direct Labor): Subtotal Labor & Fees: Direct Non-Salary Cost: Mileage & Expenses (Mileage @ $0.50/mile) TOTAL ESTIMATED COST: $ 8,146 $ 13,197 $ 21,343 $ 2,281 $ 23,623 $ 500 S 24,123 Direct under this spreadsheet, add a small spreadsheet that shows the "Direct Non-Salary Cost" distribution. Something similar to this what is shown below: F.Ynense Rates Expense Category Billing Rate Mileage $0.5/mile or current IRS rate Outside Photocopies/Printing Cost + 10% Transportation by Public Carrier Cost + 10% Outside Services or Subcontractors Cost + 10% Materials and Supplies Cost + 10% (March 5, 2008) Page 12 of 13 EXHIBIT C 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 151h • For grant/special funded projects there might be other special information needed, reference the LAG manual. Exhibit C Agreement No. AG-C-280 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 Hourl Rate Amount Mike Jones, Principal in Char e 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 Char es 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: -RIIR CONSULTANTS (see attached documentation) $ 821.49 Subconsultant Hourly Rate Amount ABC Environmental, Inc. $ 100.00 $ 1,000.00 Electrical Consulting, EleEngineer = $ 100.00 500.00 ineer Mechanical Solutions, M $ 100.00 MRF 1,000.00 Movin Com an , Movin 2 $ 50.00 100.00 Subconsultant Subtota $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: TOTAL DUE THIS INVOICE CONTRACT Task Original Contract MRF* TOTAL $ 2,860,00 $ 3,681.49 bKLAKUVVVN Amount Total Invoiced % % Amount Authorized Prior Invoiced This Invoice To Date Expended_ Completed Remaining 000.00 $ 22 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 , 500.00 2 0.00 1,000.00 110000.00 40% 45% 1,500.00 , $ 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 1110/01 for Mechanical Engineer task in the amount of $2,000.00. Exhibit C Agreement No. AG-C-280 Page 2 of 2 A 'G ,e-1 AMENDMENT #1 TO AGREEMENT NO. AG-C-326 BETWEEN THE CITY OF AUBURN AND GRAY & OSBORNE, INC. THIS AMENDMENT is made and entered into this 31 st day of December, 2008, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and GRAY & OSBORNE, INC. (hereinafter referred to as the "CONSULTANT") as an Amendment to the Agreement between the parties for AG-C-326 executed on the 18th day of April, 2008. The changes to #he agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2009. 2. SCOPE OF WORK: There is no change to the scope of work. 3. COMPENSATION: There is no change to the amount of compensation. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-326 executed on the 18th day of April, 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. GRAY & OSBORNE, INC. CITY By: - Authorized sign ure Peter Wr-e-w-is, Mayor ATTEST (Optional): ATTEST: BY: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr as to form: Attorney for (Other Party) Daniel B. Heid, Auburn City A orney Amendment No. 1 for Agreement No. AG-C-326 Gray & Osborne, Inc. Page 1 of 1 AMENDMENT #2 TO AGREEMENT NO. AG-C-326 BETWEEN THE CITY OF AUBURN AND GRAY & OSBORNE, INC. RELATING TO PROJECT NO. CP0765, LAKELAND HILLS RESERVOIR IMPROVEMENTS l THIS AMENDMENT is made and entered into this day of - , 20,,~?, by and between the CITY OF AUBURN, a municipal corporation of th 4 State of W shington (hereinafter referred to as the "CITY"), and Gray & Osborne (hereina r referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-326 executed on the 18th day of April 2008 and amended by agreement dated the 31gt day of December 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-326 executed on the 18th day of April 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. GRAY & OSBORNE, INC. By: , . Authorized signature V"i CITY OF ~ Peter B. Lewis, Mayor ATTEST (Optional): By: 1ts: Approved as to form (Optional): Attorney for (Other Party) ATTEST: Da ' Ile E. Daskam, Auburn City Clerk Approv d s to . Da ' I B. Hei , burn Cit At rney Amendment No. 2 for Agreement No. AG-C-326 Grey & Osborne, Inc. Page 1 of 1 O y - I 1 .1 GF~~ AMENDMENT #3 TO AGREEMENT NO. AG-C-326 BETWEEN THE CITY OF'AUBURN AND GRAY & OSBORNE, INC. - RELATING TO PROJECT NO. CP0765, LAKELAND HILLS RESERVOIR IMPROVEMENTS IC~, THIS AMENDMENT is made and entered into this day of .20 by and between the`CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as.the "CITY,"), and Gray & Osborne (hereinafter referred to as the "CONSULTANT"); as an Amendment to the Agreement between the parties for AG-C-326 executed on the 18th day of April, 2008 and amended by agreements dated the 31St day of December' 2008 and the. 11th day of January, 2010; 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, 2011. i 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=326 executed on the 18th day of April 2008 shall remain unchanged, and in full force and effect. j IN WITNESS WHEREOF the parties hereto have executed this.Agreement as of the day and year first above written. i GRAY & OSBORNE, INC. Cl AU R ~ Bye Authorized signature »Si~oizN Peter B. Lewis, Mayor ATTEST (Optional): ATTEST: j G By: I Its: Danielle E. Daskam, Auburn City. Clerk i Approved as to form (Optional): Approved as to Arm: i i Attorney for (Other Party) D el B. Reid, u ity A orney Amendment No. 3 for Agreement No. AG-C-326 Grey & Osborne, Inc. Page 1 of 1 i AMENDMENT #5 TO AGREEMENT NO AG-C-326 BETWEEN THE CITY OF AUBURN AND GRAY & OSBORNE, INC RELATING TO PROJECT NO CP0765, LAKELAND HILLS RESERVOIR IMPROVEMENTS THIS AMENDMENT is made and entered into this �day of 2012, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the 'CITY") and Gray & Osborne (hereinafter referred to as the 'CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-326 executed on the 18th day of April 2008 and amended by agreements dated the 31 s' day of December 2008 the 1f day of January 2010 the 16'" day of December 2010 and the 81h day of November 2011 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, 2013 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-326 executed on the 18th day of April 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. GRAY & OSBORNE, INC CITY O AUBURN B Y Authorized signature Peter B Lewis, Mayor ATTEST (Optional) ATTESTS �^ BY' lG Its. Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr as m: Attorney for (Other Party) D iel B He , Auburn City ttorney Amendment No 5 for Agreement No. AG-C-326 Gray& Osborne, Inc Page 1 of 1 CITY OF **AU Peter B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.aubumwa.gov * 253-931-3000 December 29, 2010 Russell Porter, P.E. Gray& Osborne, Inc. 701 Dexter Avenue North, Suite 200 Seattle, WA 98109 RE: Amendment No. 3 to Agreement No. AG-C-326 Project No. CP0765, Lakeland Hills Reservoir Improvements Dear Mr. Porter Enclosed is a fully executed original of the above-referenced Amendment. This amendment extends the agreement to December 31, 2011. For the City's tracking and record keeping purposes, please reference AG-C-326 on all correspondence, invoices, and related material. As the project manager, I am the designated contact for this agreement and all amendments, questions, assignments and coordination shall be routed through me. You can contact me directly at 253-931-3086. Si erely, 't At" ityan Vondrak Project Engineer Public Works Department RV/ad/hg ,, Enclosure cc: City Clerk AG-C-326 AUBURN * MORE THAN YOU IMAGINED A3 tG AMENDMENT #4 TO AGREEMENT NO. AG-C-326 BETWEEN THE CITY OF AUBURN AND GRAY & OSBORNE, INC. RELATING TO PROJECT NO. CP0765, LAKELAND HILLS RESERVOIR IMPROVEMENTS THIS AMENDMENT is made and entered into this K day of yiry".4 , 2011 by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the 'CITY"), and Gray & Osborne (hereinafter referred to as the 'CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-326 executed on the 18th day of April 2008 and amended by agreements dated the 315' day of December 2008 and the 111h day of January 2010, and the 16th day of December 2010; 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 2012. 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-326 executed on the 18th day of April 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. GRAY & OSBORNE, INC. CITY OF A By'' / Authorized signatur Peter B. Lewis, Mayor ATTEST (Optional): ATTEST By v ��v ✓ Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr. d as - 1. m: t4jki Attorney for (Other Party) P"riel B. .r u'flinty Attorney Amendment No. 4 for Agreement No. AG-C-326 Grey& Osborne, Inc. Page 1 of 1 AMENDMENT #7 TO AGREEMENT NO. AG -C -326 BETWEEN C) 4 I (' I THE CITY OF AUBURN AND GRAY & OSBORNE RELATING TO PROJECT NO. CP0765, LAKELAND HILLS RESERVOIR IMPROVEMENTS THIS AMENDMENT is made and entered into this day of 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Washing n (hereinafter referred to as the "CITY "), and Gray & Osborne (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -326 executed on the 18'h day of April 2008, and amended by agreement dated the 31" day of December 2008; amended by agreement dated the 11'" day of January 2010; amended by agreement dated the 16'h day of December 2010; amended by agreement dated the 81h day of November 2011; amended by agreement dated the 12'h day of December 2012 and amended by agreement dated the 4`h day of December 2013. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK: The scope of work is amended to include the following tasks: • Reservoir 5 and 6 Level Operational Analysis and Recommendation; • Analysis and recommendation including Memorandum for Raising Shell Height of Tank, • Additional Improvement Items including Security Camera, Booster Pump Station Pressure Switch Calibration, and BearCom Power Relocation. 3. COMPENSATION: The amount of this amendment is $5,140.00. The total contract amount is increased to a $91,172.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -326 executed on the 18'h day of April 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. GRAY & OSBORNE, INC. By: jI Authorized signat e AT] By: Its: Approved as to form (Optional): Attorney for (Other Party) Amendment No. 7 for Agreement No. AG -C -326 Gray & Osborne Paqe 1 of 1 CITY OF AUBURN aIV ncy Ba s, ayor ATTEST: Dan Ile E. Daskam, Auburn City Clerk Approved as to form: r AMENDMENT#6 TO AGREEMENT NO. AG-C-326 BETWEEN THE CITY OF AUBURN AND GRAY & OSBORNE RELATING TO PROJECT NO. CP0765, LAKELAND HILLS RESERVOIR IMPROVEMENTS THIS AMENDMENT is made and entered into this day of n.l.U` 2013, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the"CITY"), and Gray&Osborne (hereinafter referred to as the"CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-326 executed on the 18t"day of April 2008, and amended by agreement dated the 31'1 day of December 2008; amended by agreement the 11t"day of January, 2010; amended by agreement dated the 16th day of December 2010; amended by agreement dated the 8th day of November 2011 and amended by agreement dated the 12th day of December 2012. 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, 2017. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made pad of this Amendment. 3. COMPENSATION: The amount of this amendment is$61,907.00, for a total not to exceed agreement amount of$86,032.00. The City agrees to pay the Consultant in accordance with the fee schedule outlined in Exhibit B for work performed under this Agreement. Exhibit B is attached hereto and by this reference made a part of this Agreement. The compensation to be paid to the Consultant shall not exceed $56,000.00 for the year 2014. Compensation to be paid to the Consultant for authorized work in succeeding years will be contingent upon availability of funds. The Consultant will not undertake any work or otherwise financially obligate the City in excess of said not-to-exceed amount without a duly executed Amendment issued by the CITY except as specified in Section 4, Management Reserve Fund (MRF)of the Agreement. The total compensation for this agreement shall not exceed $86,032.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-362 executed on the 18th day of April 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. GRAY& OSB.RNE, INC. CI .:cvi J* By _.. d • Authorized signature '_ Peter B. Lewis, Mayor BY E O�aIY AA TEST: e; Its: �,a / Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr•'-. as t. Attorney for(Other Party) Daniel B. Heid, Auburn City Attorney Amendment No. 6 for Agreement No.AG-C-326 Gray&Osborne, Inc. • EXHIBIT A SCOPE OF WORK During the term of the AGREEMENT,Gray & Osborne,Inc. (CONSULTANT)will perform the following professional services for the City of Auburn (CITY). PROJECT DESCRIPTION The CITY is modifying its existing contract(AG-C-326) with the CONSULTANT for improvements to the Lakeland Hills reservoir(Project CP0765). The CONSULTANT signed a contract with the CITY in 2008 for reservoir recoating and piping seismic upgrades. The project was deferred while the CITY constructed a replacement pump station at the site. In addition, the CITY constructed Reservoir 6 and plans to incorporate some of the accessories on the new reservoir, such as the spiral staircase, into the improvement project for Lakeland Hills reservoir. The anticipated reservoir improvements include: • Remove the existing exterior and interior coating systems; • Install new exterior and interior coating systems, including incorporating frill containment and climate control specification language with the exterior coating; • Install seismic equipment consisting of flexible/expandable couplings, seismic sensor, and isolation valve actuators; • Install a vent structure; • Repair and modify the ring footing to seismically upgrade the tank structure. • Install a spiral staircase for access to the existing reservoir; • Integrate the electrical and telemetry improvements into the new booster station electrical system and SCADA panels; and • Investigate the feasibility of modifying the existing combined inlet/outlet into a separate inlet and outlet or an improved mixing design, as well as incorporate the preferred option into the design. ASSUMPTIONS 1. No federal money is involved; a National Environmental Policy Act (NEPA) or Endangered Species Act(ESA) is not required. 2. The CITY will prepare and apply for all required permits with input from the Consultant as needed. 3. The CITY will provide one consolidated set of the CITY's review comments to the CONSULTANT. This consolidated review set will either be emailed to the CONSULTANT for incorporation into the next applicable review set or will be provided to the CONSULTANT as a hard copy at a design submittal review (November 6,2013) Page 1 of 12 meeting with the CONSULTANT. The CONSULTANT shall assume 2 design submittal review meetings with the CITY. 4. Conference calls will be held on an every other week(bi-weekly) basis to discuss progress and project schedule. 5. Horizontal Datum will be NAD83/91 based upon existing CITY control. Vertical datum will be based on NAVD-88 based upon existing CITY benchmarks. 6. The CITY will provide and/or request utility locates prior to site survey. 7. Sheet types and layout descriptions included herein are preliminary and generated based on the CONSULTANT's experience with similar projects of this type. Each project is unique and therefore the number and content of the sheets may vary based on the CITY's preferences and project specifics. ITEMS AND SERVICES FURNISHED BY THE CITY The CITY will provide the following items and services to the CONSULTANT which will facilitate the work to be undertaken for the project. The CONSULTANT is entitled to rely upon the accuracy and completeness of the data furnished by the CITY (unless specifically stated otherwise at the time of submission): A. Any available Record Drawings for existing utilities within the project area including the new booster pump station. B. Any pertinent existing record drawings, shop drawings,plans, reports, and information on the current project and on public works and/or private projects within the immediate vicinity. C. CITY's 2014 Contract Provisions (Specifications) "boilerplate." D. Field review of proposed improvements with the CONSULTANT. E. Rights-of-entry upon all lands necessary for the performance of the work, including field reviews, soil exploration and surveying and/or permit fees. F. The CITY will coordinate the removal of private cell phone provider's equipment from the reservoir prior to the construction work. G. Utility locates/measure-downs for underground utilities,if necessary. H. Advertisement for bids. I. Preparation of SEPA Checklist. CONSULTANT will provide design quantities and input as necessary. J. Preparation and obtaining of all CITY permits. (November 6,2013) Page 2 of 12 IC. Primary stakeholder coordination. L. Construction management and observation except for those items described in Work Element 9 to be provided by the CONSULTANT. M. All necessary catalog cuts,shop drawings, and other manufacturer information necessary to complete the Maintenance and Operations Manual as provided by the CITY's contractor. DESIGN CRITERIA Reports and contract documents 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. CITY of Auburn Standards: A. 2014 Contract Provisions (Specifications) "boilerplate" B. Design and Construction Standards C. AutoCAD Standards D. Standard Details E. City of Auburn Surface Water Management Manual, 2009 WSDOT Publications: F. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), Standard Specifications for Road, Bridge and Municipal Construction, 2014 edition and applicable amendments G. WSDOT/APWA Standard Plans for Roads, Bridges, and Municipal Construction Design Manual Other Standards and Publications: H. American Water Works Association(AWWA) Standards D100, D102, and D104 1. Washington State Department of Health Water System Design Manual GENERAL DELIVERABLES (November 6,2013) Page 3 of 12 When stated in the individual work elements,the CONSULTANT shall supply the deliverables in the following format(s): Technical Memorandums—review copy MS Word file; Final version color pdf(signed and stamped if applicable) with review comments incorporated. Contract Plans(Review Set)—6 (half-sized) hard copies, one (full sized) hard copy and one electronic copy (pdf format). The CONSULTANT will prepare all drawings using AutoCAD 2012. Unless specifically noted otherwise, all plans will be completed at the appropriate scale when plotted at full-size. Full-size plan sheets will be provided at 22 inches by 36 inches and half-size plans at 11 inches by 17 inches. The CITY will provide the CONSULTANT with the CITY's AutoCAD template for use for preparing plan sheets. Contract Specifications (Review Set)—6 hard copies(with tracked changes displayed) and the electronic MS Word document with tracked changes. Note: Changes shall only be tracked from the previous review set. Engineer's Cost Estimate (Review Set)—6 hard copies and the electronic MS Excel file. Construction Schedule(review and final)—electronic Microsoft Project 2010 file. WORK ELEMENT NO. 1 - SITE SURVEY AND BASE MAP DEVELOPMENT The CONSULTANT shall perform a full site survey to provide a digital base map with a level of detail adequate to support the design process and construction documents. The survey and subsequent base map shall, as a minimum, include the horizontal and vertical locations of the following features within and directly adjacent to the project site: • New booster pump station and any associated piping and site modifications • Underground utilities • All significant surface features • Site topography(2 foot contours) • Roadway and utility alignments • Rights-of-Way • Property Lines • Easements (if applicable) The CONSULTANT'shall coordinate the pre-marking of existing utilities with the CITY. It is assumed that the CITY will contact the one-call service provider. The CITY will obtain available record drawings from the utilities and provide them to the CONSULTANT. The CONSULTANT will use the maps to verify utility locations, types, and sizes within the mapping limits. The CONSULTANT will be responsible for ensuring that all utility paint markings are in place prior to commencing field survey work. (November 6,2013) Page 4 of 12 The base map shall be prepared using the CITY AutoCAD drafting standard symbols, line types, layers,etc. The CONSULTANT shall use the survey information to verify the accuracy of the CITY supplied Record Drawings information. Deliverables 1. Digital base map incorporating the project survey (AutoCAD 2012 compatible) WORK ELEMENT NO. 2 -PRELIMINARY DESIGN A. The CONSULTANT will investigate the feasibility of improving mixing within the reservoir by various methods including separating the inlet and outlet. CONSULTANT will provide the CITY with a technical memorandum outlining the alternatives with costs, as well as a recommended alternative. B. The CONSULTANT will investigate the potential condition of the interior of the roofing system and prepare a technical memorandum providing the results of this investigation. The investigation shall consist of CITY operations staff reports, site inspections,manufacturer's information, and any other available information. If further investigation is warranted, the CONSULTANT will make a recommendation to the type and extent of that further investigation including estimated costs. C. The CONSULTANT will investigate the existing condition of the reservoir foundation and analyze the existing reservoir structure for compliance with current IBC codes. The CONSULTANT will prepare a technical memorandum complete with upgrade recommendations and cost estimates. D. The CONSULTANT will perform a seismic assessment of the structure and prepare a technical memorandum complete with recommendations and cost estimates. E. The CONSULTANT will develop the structural design elements during this stage. Structural design elements include; spiral staircase, staircase security gate, roof access platform, roof perimeter handrail, roof vent, and access hatch. The CITY's Lakeland Hills Reservoir 6 may be used as a model, however final design decisions will be at the CITY's discretion. (November 6,2013) Page 5 of 12 F. The CONSULTANT will develop replacement level control measuring devices such as pressure transducer(s) and/or level float(s). The measuring device(s) will be referenced to the CITY's vertical datum standard. Deliverables 1. Technical memorandum outlining reservoir mixing alternatives and recommending a preferred mixing solution 2. Technical memorandum discussing potential seismic retrofits to bring the reservoir structure into compliance with current IBC codes. 3. Technical memorandum discussing potential roof support issues. 4. Technical memorandum discussing foundation inspections and recommendations. 5. Technical memorandum discussing seismic assessment of the structure and recommendations. 6. Site visits as necessary to complete the aforementioned tasks. A minimum of one site visit will be required for project review, coordination, and design decisions. WORK ELEMENT NO. 3—30% DESIGN SUBMITTAL The CONSULTANT shall provide the CITY with a 30 percent submittal. The 30 percent submittal will include construction plans including a site plan and site civil drawings, reservoir mixing and access plans and elevations,and preliminary seismic improvement plans. The 30 percent submittal will also include an outline of the technical specifications and CITY standard contract elements, as well as 30 percent cost estimate. • The design criteria developed and design decisions made during the preliminary design phase will be incorporated and further expanded based on the CITY's preferences established in Wnrk Element No. 2. A. The CONSULTANT will incorporate the preferred reservoir mixing alternative into the 30 percent submittal, at the C1TY's discretion. B. The CONSULTANT will incorporate the roof system modifications into the 30 percent submittal, at the CITY's discretion. C. The CONSULTANT will incorporate the structural design elements described in Work Element No. 2 into the 30 percent submittal, at the CITY's discretion. D. The CONSULTANT will incorporate the replacement level control measuring device(s) described in Work Element No. 2 into the 30 percent submittal. (November 6,2013) Page 6 of 12 E. The CONSULTANT will perform an internal QA/QC audit to ensure that all of the aforementioned components are included prior to the 30 percent submittal. Deliverables 1. Contract Plans (Review Set) for CITY review and comment including, but not limited to: a. Cover SheetNicinity Map/Drawing Index; b. General Information Sheet to include various symbols, linetypes, abbreviations, survey benchmarks and datum, and general notes; c. Site Plan with existing underground utilities and surface features; d. Reservoir Elevation and Oblique Plan and Details; e. Reservoir Mixing Plans and Details; and f. Seismic Improvements Plans and Details. 2. Outline of Contract Specifications (Review Set). 3. Engineer's Cost Estimate (Review Set) for CITY review and comment. 4. One site visit to discuss 30 percent submittal and receive CITY comments. WORK ELEMENT NO. 4 - 60% DESIGN SUBMITTAL The CONSULTANT shall provide the CITY with a 60 percent submittal. The 60 percent submittal will include construction plans including civil plans and details, reservoir improvement plans and details, including seismic upgrades, and preliminary electrical plans. The 60 percent submittal will also include preliminary technical specifications and CITY standard contract elements, as well as 60 percent cost estimate. A. The CONSULTANT will incorporate CITY comments from the 30 percent submittal and provide the CITY with list of all CITY 30 percent comments with responses on how each was addressed and/or reasons why comment(s) were not addressed. F. The CONSULTANT will include full exterior containment and environmental climate control language in the painting specifications(full containment special provision language shall be written to apply to the complete coating system application, not just during the wet months). G. The CONSULTANT will include the electrical controls for the seismic valve and any SCADA modifications for the reservoir to be compatible with the existing electrical and control system at the new booster station. H. The CONSTULTANT will convert the CITY'S 2014 standard special provisions (Boiler Plate) to project specific provisions. (November 6,2013) Page 7 of 12 I. The CONSULTANT will perform an internal QA/QC audit to ensure that all of the aforementioned components are included prior to the 60 percent submittal. Deliverables 1. Contract Plans (review set) for CITY review and comment. Including, but not limited to, all of the sheets listed in the previous design review submittals and the following: a. Reservoir Foundation Plan and Details(if applicable); b. Reservoir Roof Plan and Details; c. Miscellaneous Details (if applicable); d. Reservoir Mechanical Plan and Details (if applicable); e. Reservoir Access Details; f. Structural Details; and g. Electrical Plan and Details with legend; 2. Contract Specifications (review set) for CITY review and comment. 3. Engineer's Cost Estimate (review set)for CITY review and comment. 4. One site visit to discuss 60 percent submittal and receive CITY comments. WORK ELEMENT NO. 5—90% DESIGN SUBMITTAL The CONSULTANT shall provide the CITY with a 90 percent submittal. The 90 percent submittal will include complete construction plans. The 90 percent submittal will also include technical specifications and CITY standard contract elements, as well as 90 percent cost estimate. A. The CONSULTANT will incorporate CITY comments from the 60 percent submittal and provide the CITY with list of all CITY 60 percent comments with responses on how each was addressed and/or reasons why comment(s) were not addressed. B. The CONSULTANT will perform an internal QA/QC audit to ensure that all of the aforementioned components are included prior to the 90 percent submittal. Deliverables 1. Contract Plans (review set) for CITY review and comment. Including, but not limited to, all of the sheets listed in the previous design review submittals. 2. Contract Specifications (review set) for CITY review and comment. 3. Engineer's Cost Estimate (review set)for CITY review and comment. 4. Construction Schedule showing anticipated number of working days and a critical path. 5. One site visit to discuss 60 percent submittal and receive CITY comments. (November 6,2013) Page 8 of 12 WORK ELEMENT NO. 6—DOH PROJECT REPORT The CONSULTANT and the CITY will work together to develop the DOH Project Report. The CONSULTANT will perform internal QA/QC review of the report; provide , the project report to the CITY for stamping by a professional engineer. However, the CONSULTANT is ultimately responsible for compiling, developing,and finalizing this document. The Project Report shall be in accordance with WAC 246-290-110 and the DOH submittal package shall include Construction Documents per WAC 246-290-120. The CITY will submit the report to DOH. The CITY will respond to comments related to the information developed by the CITY with assistance from CONSULTANT on comments related to information developed by the CONSULTANT. CONSULTANT will revise the report and provide it to the CITY for stamping and resubmittal to DOH if needed. The CONSULTANT shall also incorporate all CITY and DOH comments into the contract plans and specifications if applicable. Deliverables 1. Electronic (MS Word document format) copies as necessary to review and complete the DOH report. 2. Three hard copy color(comb bound) and one electronic (pdf) for DOH review. 3. Two hard copy color(comb bound)and one electronic (pdf) final report. WORK ELEMENT NO. 7—99% DESIGN SUBMITTAL The CONSULTANT shall provide the CITY with a 99 percent submittal. The 99 percent submittal will include complete construction plans. The 99 percent submittal will also include technical specifications and project specific provisions, as well as a 99 percent cost estimate. A. The CONSULTANT will incorporate CITY comments from the 90 percent submittal and provide the CITY with list of all CITY 90 percent comments with responses on how each was addressed and/or reasons why comment(s) were not addressed. (November 6,2013) Page 9 of 12 B. The CONSULTANT will address DOH comments from the 90 percent submittal and provide the CITY with list of all DOH 90 percent comments with responses on how each was addressed and/or reasons why comment(s)were not addressed. C. The CONSULTANT will perform an internal QA/QC audit to ensure that all of the aforementioned components are included prior to the 99 percent submittal. Deliverables I. One full sized set of Contract Plans for CITY review and comment. 2. One hard copy set of Contract Specifications for CITY review and comment with track changes turned on and only showing revisions between the 90% and 99%review set. 3. One hard copy of the Engineer's Cost Estimate for CITY review and comment. 4. Construction Schedule showing anticipated number of working days and a critical path which incorporated review comments from 90% design submittal. WORK ELEMENT NO. 8 - FINAL BID DOCUMENTS A. The CONSULTANT shall prepare final (bid-ready)Construction Documents incorporating responses to 99 percent PS&E comments from CITY staff. The CONSULTANT shall prepare all necessary addenda. Assume only minor comments will be generated at this stage. The CONSULTANT shall coordinate with the CITY on advertisement dates and bid opening dates and time. B. The CONSULTANT shall transmit final (seal/stamped and signed) Contract Plans, Contract Specifications, and Engineer's Cost Estimate 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 one half-size hard copy and one electronic pdf of Plans to the CONSULTANT. D. CONSULTANT to provide an all-inclusive list of documents required for a comprehensive Maintenance and Operations Manual. Deliverables L Final Contract Provisions - One unbound hard copy original (signed/sealed), one pdf(signed/sealed), and one MS Word file. (November fi,2013) Page 10 of 12 2. Final Engineer's Estimate- One hard copy original (signed/sealed), one electronic pdf(signed/sealed), one electronic MS Excel file, and two hard copies of the backup quantity calculations. 3. Final Construction Schedule showing number of working days and a critical path which incorporated review comments from 99% design submittal. 4. Final Contract Drawings - One full-sized (22"x36") black-and-white on 4 mil Mylar(sealed and signed)and one digital copy (AutoCAD .dwg format). WORK ELEMENT NO. 9. BIDDING AND CONSTRUCTION SUPPORT A. The CONSULTANT shall respond to technical questions from bidders as requested by the CITY. All responses to bidder questions shall go through the CITY. B. The CONSULTANT shall prepare and transmit up to two (2) addenda as requested by the CITY. Addendum production that results from CONSULTANT error or omission will not be compensated. C. The CONSULTANT shall provide construction support for submittal reviews and answers to contractor-generated RFIs. RFI responses that result from CONSULTANT error or omission will not be compensated. Assume 20 submittals and 10 RFIs during this phase. One submittal is defined to include all reviews and re-submittals necessary to provide a complete submittal package which meets the contract requirements for an individual item or system. For example, the contractor may submit separate packages of information on one system or need to revise and re- submit some information but combined, these individual packages would only constitute one submittal. D. The CONSULTANT shall provide coordination efforts and consultations associated with the coating system warranty inspections. Assume 2 years of warranty inspections which may require up to two site visits including a warranty repair report documenting warranty issues and remedies. E. The CONSULTANT shall compile and prepare a final Maintenance and Operations (M&O)manual. Contractor will provide the required documents based on the list provided in Work Element No. 8. The M&O manual shall be organized and tabbed such that each element is easy to locate and shall include a table of contents. F. The CONSULTANT shall prepare the Construction Record Drawings for the project and transmit (stamped and signed)Mylar originals and digital files to the CITY. The Construction Record Drawings shall be hand drafted changes to the original Mylar drawings in red permanent ink and also incorporated into the AutoCAD files. The CITY will provide the redlined markups of construction drawings from the Contractor and the original Mylar drawings to the CONSULTANT. The CONSULTANT shall submit the final electronic and hand drafted Constructed Record Drawings to the CITY within four(4) weeks of receiving the redline • markups and original Mylar drawings from the CITY. (November 6,2013) Page 1 l of 12 Deliverables 1. Up to two (2) addenda, if required. 2. Submittal review approvals and/or comments(via email). 3. RFI responses(via email), if required. 4. 1 and 2 year warranty inspections and associated warranty repair reports. 5: Three color hard copy (comb bound) and one electronic (.pdf) M&O manuals. 6. One full sized set of Mylar Construction Record Drawings and one digital copy (AutoCAD .dwg format with all external references bound) of the Construction Record Drawings with changes in red and on separate layer. (November 6,2013) Page 12 of 12 EXHIBIT"B" ENGINEERING SERVICES SCOPE AND ESTIMATED COST Agreement No.AC.Gd16 City of Auburn 2013 Lakeland Hills Reservoir Modifications AutoCAD/GIS Professional Project Eng. Eng. Structural Tech./Eng. Land Field Survey Principal Manager III land H Eng. Electrical Eng. Intern Surveyor (2 person) Tasks Hours Hours Hours Hours Hours Hours Hours Hours Hours Site Survey 8 4 8 Preliminary Design Reservoir Mixing Evaluation and Memorandum 4 16 4 Roof Support Issue Memorandum 4 16 4 Foundation Condition Assessment 8 Memorandum Seismic Assessment and Retrofit Memorandum '- 16 32 30%Design 8 12 12 8 32 60%Design 4 12 12 16 16 32 90%Design 4 12 12 12 24 24 DOH Project Report 2 12 i8 16 Final Design(99%)PS&E 2 4 4 4 16 24 Final Bid Documents 2 12 4 6 12 Construction Support-Submittal 4 In 17 t 4 Review.RF] Construction Support-Warranty 8 Inspection Coordination Meetings with City(5) 20 20 4 4 QA/QC 6 6 4 2 2 2 Hour Estimate: 6 72 132 72 76 72 188 4 8 Direct Labor Cost Billing Rate Range: $35 to$59 $35 to$56 $33 to$43 $24 to$35 $31 to$40 432 to$43 $14 to$27 $34 to$38 445 to$60 Estimated Hourly Rates: S51 $46 $33 $29 $35 $39 $20 $34 456 Direct Labor Cost: $306 _ 53312 $4.356 $2.088 $2.660 $2,808 $3,760 $136 $448 Subtotal Direct Labor: 4 19,874 Indirect Costs(180 1/4): $ 35,773 EXPENSE RATES Total Labor Cost: $ 55,647 Fee(28.7%of Direct Labor): $ 5,704 Expense Category Billing Rate Subtotal Labor&Fees: $ 61,351 Mileage $0.56/mile or current IRS rate Direct Non-Salary Cost Outside Photocopies/Printing Cost+10% Mileage&Expenses(Mileage e®0$0.56/mile) $ 150 Materials and Suppliers Cost+10% Printing $ 406 Outside Services or Subcontractors Cost+10% TOTAL ESTIMATED COST: $ 61,907 • Actual labor cost will be based on each employees actual rate,estimated rates are for determining total estimated cost only.