Loading...
HomeMy WebLinkAboutHedges Engineering & Consulting AG-C-318A3 iu, -R 04, k1 - t e eo-? o'- AGREEMENT FOR PROFESSIONAL SERVICES AG-C-318 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 Hedges Engineering & Consulting, Inc., whose address is 913 Kincaid Avenue, Sumner, WA, 98390, 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 31St, 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 total compensation for this Agreement shall not exceed $94,000, which includes a Management Reserve Fund amount of $6,120. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement for Professional Services AG-C-318 1/02/2008 Page 1 of 12 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, at the actual cost to the CONSULTANT plus 10%. 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 $6,120. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring Agreement for Professional Services AG-C-318 1/02/2008 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, requirements of the CITY, and the requirements of the Lakehaven Utility District. 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. Agreement for Professional Services AG-C-318 1/02/2008 Page 3 of 12 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. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the sole negligence of the CITY. 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. 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. Agreement for Professional Services AG-C-318 1/02/2008 Page 4 of 12 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. 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. Agreement for Professional Services AG-C-318 1/02/2008 Page 5 of 12 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 grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap. Agreement for Professional Services AG-C-318 1/02/2008 Page 6 of 12 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. Agreement for Professional Services AG-C-318 1/02/2008 Page 7 of 12 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. 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-318 1/02/2008 Page 8 of 12 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. Agreement for Professional Services AG-C-318 1/02/2008 Page 9 of 12 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 David T. 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 Hedges Engineering & Consulting Inc. Attn: David T. Hedges, P.E. 913 Kincaid Avenue Sumner, WA 98390 Phone: 253.891.9365 Fax: 253.891.9238 E-mail davidh@hedgesengineering.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. Agreement for Professional Services AG-C-318 1/02/2008 Page 10 of 12 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-318 1/02/2008 Page 11 of 12 CI OFR(? Peter Lewis, Mayor Date JAN 17 2008 ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: /: ? L,,,,/ ? "- , e, - Daniel . He , City Attorney Hedges Engineering & Consulting, Inc. BY: - 2-? Title: Ae-5 Federal Tax ID #. Agreement for Professional Services AG-C-318 1/02/2008 Page 12 of 12 EXHIBIT A CITY OF AUBURN SCOPE OF SERVICES During the term of this AGREEMENT, Hedges Engineering & Consulting, Inc. (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the following project: Project CP0703 Lakehaven Hi-Crest Waterline 2°d Feed Loop PROJECT DESCRIPTION Pursuant to the Interlocal Agreement Establishing Water Service Boundaries between the City of Auburn and the Lakehaven Utility District (LUD), the City agreed to design a new waterline for LUD and provide LUD with the required permanent waterline easement(s) needed for the new waterline loop to be connected to the existing LUD water distribution system. The City has studied possible routes for the new waterline and found a preferred alignment that lies completely within private property owned by Val Bain. The City has secured a permanent easement in which the new waterline will be designed. The purpose of the Lakehaven Hi-Crest Waterline 2nd Feed Loop project is to prepare contract documents for the installation of the new waterline and the associated property restoration (including a full width overlay of Hi-Crest Drive along the waterline alignment). The new 8" line will run approximately 2200' from a connection to an existing 6" dead-end line at the southeast end of the public right-of-way in Hi-Crest Drive (also known as 64th Ave S) to an existing 8" line in Hi-Crest Drive (also known as 59th Ave S). Attachment A is an illustration showing the general waterline location. This scope of work includes survey, utility data collection and coordination, geotechnical investigation, waterline design, coordination and review with LUD and the City, and the preparation of contract documents including plans and specification special provisions only in accordance with LUD standards. The project schedule is assumed to be 6 months. Special circumstances that the CONSULTANT shall address include, but are not limited to: • Addressing any design issues related to the private gate on the southeast end of Hi-Crest Drive. • Designing the waterline within the waterline easement granted by the Bain property. • Addressing issues related to the steep slope and switch backs of the waterline alignment. • Coordinating and designing placement of pressure reducing valve(s), hydrants, and other waterline appurtenances, water services are excluded. Agreement for P.S. AG-C-318 Exhibit A - Scope of Services Page 1 of 6 DESIGN STANDARDS AND REFERENCES The following design standards and references are to be followed during the development of the proj ect: • Lakehaven Utility District Design Standards and Standard Details • WSDOT 1994 Standard Specifications for Road, Bridge and Municipal Construction The CONSULTANT shall prepare all drawings using AutoCAD 2002. Project schedules shall be prepared using Microsoft Project (version 1998) or later, spreadsheets in Microsoft Excel (version 1997 or later), and text documents in Microsoft Word (version 1997 or later). All plans will be completed at a 20:1 scale. Full-sized plan sheets will be provided at 22"04", and half-sized at 11 "x 17". PROJECT TASKS: TASK 1 - PROJECT MANAGEMENT AND COORDINATION The CONSULTANT shall manage the project work elements to control costs, maintain schedule, and provide quality products appropriate to the goals and completion of the project. The CONSULTANT shall coordinate as required with design team members, the CITY, and LUD as needed to discuss project status, elements of the work plan, and to discuss progress of the design and resolve project issues. The CONSULTANT shall be responsible for preparing all meeting agendas and minutes. The CONSULTANT shall prepare, maintain, and revise as needed a project schedule. The CONSULTANT shall prepare and submit a monthly progress report and invoice. TASK 2 - DATA COLLECTION AND REVIEW The CONSULTANT shall coordinate the collection of data relating to existing utilities of record within the project area including existing utilities owned by the City of Auburn, Lakehaven Utility District, and other known utilities serving the area. The CONSULTANT will then request that these utilities be field located by a "locate service" for design survey. The surveyed locations of these utilities "as located" shall then be included on survey base maps for subsequent use in preparation of project design. TASK 3 - GEOTECHNICAL INVESTIGATIONS The CONSULTANT shall contract with Cornerstone Geotechnical, Inc. to provide onsite drilling investigations, preliminary design options and field observations of any noted project area Agreement for P.S. AG-C-318 Exhibit A - Scope of Services Page 2 of 6 geotechnical concerns. The CONSULTANT shall be onsite part-time during soils investigations by the geotechnical engineers, and available for site visits as needed. The CONSULTANT shall also review, comment upon and make suggestions regarding the draft "Geotechnical Report", and review possible alternative design options relative to geotechnical issues if required, plus review the final project report. Deliverable(s): • Two (2) copies of the final "Geotechnical Report" TASK 4 - UTILITY COORDINATION The CONSULTANT shall review potential conflicts with other utilities, consider options for re design of water main, and/or relocation of other utilities, and also coordinate expansion or reconstruction of known future utility expansions. TASK 5 - SURVEY AND BASEMAP PREPARATION The CONSULTANT shall perform all work necessary to prepare a basemap that shows the existing topographic, cartographic, utility, and control required to prepare the construction documents in accordance with LUD standards. The CONSULTANT shall locate all known and located underground utilities through the one- call system followed by surveying of the markings for inclusion into the base map. The CONSULTANT shall survey and stake the left and right limits of the existing access easement described in Exhibit C - Existing Access Easement, at 50 foot intervals using 4' min length wooden stakes with pink ribbon and labeled "Access Easement." The access easement limits shall be shown on the basemap. The CONSULTANT shall collect topographic survey data 10' beyond the limits of the left and right access easement limits, as permitted by vegetation, access, and topographic features. Within the existing access easement, the CONSULTANT shall survey the edge of pavement, roadway centerline, ditch toe, ditch top, utility locate markings, valves, poles, point of curvatures of the roadway, gates, mailboxes, driveways, drainage structures, trees, stumps, etc. The CITY shall collect as-built utility information and provide it to the CONSULTANT for incorporation into the project basemap. TASK 6 - 30% PLANS The CONSULTANT shall prepare contract construction plans and a preliminary cost estimate for the selected design for review by the CITY and LUD. Agreement for P.S. AG-C-318 Exhibit A - Scope of Services Page 3 of 6 Deliverable(s): Two (2) full-size copies of the 30% Construction Plans Attendance by the CONSULTANT project manager and engineer at a single design review meeting to discuss CITY and LUD comments. TASK 7 - 60% PLANS The CONSULTANT shall prepare 60% Construction Plans for CITY and LUD review. The CONSULTANT shall address 30% review comments. Deliverable(s): • Two (2) full-size copies of the 60% Construction Plans • Attendance by the CONSULTANT project manager and engineer at a single design review meeting to discuss CITY and LUD comments. TASK 8 - 90% PS&E PREPARATION The CONSULTANT shall prepare 90% Construction Plans, Specifications and Estimate (PS&E) for CITY and LUD review. The CONSULTANT shall address 60% review comments. The specifications prepared by the CONSULTANT shall only include any necessary special provisions for LUD to include in the complete contract specifications. The CONSULTANT shall prepare the Special Provisions using the LUD standard boilerplate template. Deliverable(s): • Four (4) '/2-size and two (2) full-size copies of the 90% Construction Plans • Three (3) hard copies and one (1) electronic copy of the 90% Special Provisions • Three (3) hard copies and one (1) electronic copy of the 90% Engineer's Estimate • Attendance by the CONSULTANT project manager and engineer at a single design review meeting to discuss CITY and LUD comments. TASK 9 - 100% PS&E PREPARATION The CONSULTANT shall develop the 90% PS&E into a 100% Contract Document (Contract Plans and Provisions) completion level. Responses to the 90% comments shall be incorporated into the 100% Contract Documents. The CONSULTANT shall prepare 100% Construction Plans, Specifications and Estimate (PS&E) for CITY and LUD review. The CONSULTANT shall address 90% review comments. The specifications prepared by the CONSULTANT shall only include any necessary special provisions for LUD to include in the complete contract specifications. The CONSULTANT shall prepare the Special Provisions using the LUD standard boilerplate template. Deliverable(s): Agreement for P.S. AG-C-318 Exhibit A - Scope of Services Page 4 of 6 • Four (4) 1/2-size and two (2) full-size copies of the 100% Construction Plans • Three (3) hard copies and one (1) electronic copy of the 100% Special Provisions • Three (3) hard copies and one (1) electronic copy of the 100% Engineer's Estimate • Attendance by the CONSULTANT project manager and engineer at a single design review meeting to discuss CITY and LUD comments. TASK 10 - FINAL REVISIONS The CONSULTANT shall make minor revisions to the Plans, Specifications and Estimate to incorporate the 100% review comments. The final Contract Plans will include all complete drawings with the CONSULTANT's engineering stamp, date and signature. The Special Provisions portion of the Contract documents will be complete. The CONSULTANT shall also prepare a final Engineer's Estimate of probable construction cost. The CONSULTANT shall not make any further changes to the documents without approval of the CITY and LUD. This effort is assumed as a minor effort to address minor plan and specification issues. Design changes are not provided for this submittal. Deliverable(s): • Two (2) full-size paper copies of the Final Contract Drawings for CITY and LUD review prior to printing full-size mylar drawings • One (1) full-size (on 4 mil Mylar) copy and two (2) electronic copy (AutoCAD) of the Final Contract Drawings • One (1) unbound, camera ready, copy and one (1) electronic copy of the special provisions • One (1) hard copy and one (1) electronic copy of the Final Engineer's Estimate. Agreement for P.S. AG-C-318 Exhibit A - Scope of Services Page 5 of 6 HI-CREST DRIVE BAIN PROPERTY NEW WATERLINE MOUNTAIN VIEW CEMETERY `vP1E1 R ?s? cR\v? lp ?° ?'yT I N?.cR O ??LF WFST ?A<<F yM/ GNwAy CtYOF „?+K T r? - CP0703 - Lakehaven Watermain Design „ _ PUBLIC WORKS DEPARTMENT ,;,. \N Aub?s,W?ngt? A 1 NOT TO SCALE ATTACHMENT A: VICINITY MAP - WASHINGTON EXHIBIT B: CONSULTANT FEE SUMMARY Project CP0703 Lakehaven Hi-Crest Waterline 2nd Feed Loop DIRECT SALARY COST (DSC): Classification Hours X Rate Cost 1. Project Manager/Sr. Supervising Engineer 132 175.00 $23,100.00 2. Project Engineer/Senior Engineer 180 100.00 $18,000.00 3. Staff Engineer 164 80.00 $13,120.00 4. Survey Manager 18 100.00 $1,800.00 5. Party Chief 40 80.00 $3,200.00 6. 2 Man Crew 90 135.00 $12,150.00 7. Accounting 24 80.00 $1,920.00 8. Technical Support 56 80.00 $4,480.00 9. Clerical 14 40.00 $560.00 SUBTOTAL - DSC 718 $78,330.00 REIMBURSABLES:* Mileage ( Miles X 0.485/mile) $400.00 Plans, Prints, and Copies $1,000.00 Locate Services $1,000.00 * Reimbursable costs shown include 10% markup. $2,400.00 SUBTOTAL $80,730.00 SUBCONSULTANTS Cornerstone Geotechnical, Inc. $6,500.00 Percent Markup 10% $7,150.00 GRAND TOTAL - ESTIMATED FEE $87,880.00 Prepared By: Checked By: Date: Date: Agreement for P.S. AG-C-318 Ex.B-Consultant Fee Summary EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at $0.485/mile or the current approved IRS rate. It is understood that all reimbursements are at cost and will be marked-up 10%. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and/or environmental consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts plus a 10% markup to cover the CONSULTANT'S additional overhead expense associated with the Subcontract. 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 15tH • 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: 821.49 SUB CONSULTANTS (see attached documentation) Subconsultant Hours Hourly Rate Amount ABC Environmental, Inc., Civil Engineer 10 $ 100.00 $ 1,000.00 Electrical Consulting, Electrical Engineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 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 rr)MTRACT RRFAKr)nWN $ 2,860,00 _.._.._.._.._.._.._. _.._.._.._.._.._.._.._.._.._.._. $ 3,681.49 Task Amount Authorized Prior Invoiced This Invoice Total Invoiced To Date % Ex ended % 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 1110101 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-318 Page 2 of 2 ~~~6 1 AMENDMENT #1 TO AGREEMENT NO. AG-C-318 BETWEEN THE CITY OF AUBURN AND HEDGES ENGINEERING & CONSULTING, 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 HEDGES ENGINEERING & CONSULTING, INC. (hereinafter referred to as the "CONSULTANT") as an Amendment to the Agreement between the parties for AG-C-318 executed on the 17tn day of January, 2008. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to February 27, 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-318 executed on the 17th day of January, 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. HEDGES ENGINEERS & CONSULTING, INC. Ol/ ~ By: Authorized signature CITY OF AUBURN ~ Peter B. Lewis, Mayor ATTEST (Optional): By: Its: Approved as to form (Optional): Attorney for (Other Party) ATTEST: Danielle E. Daskam, Auburn City Clerk Approved as to form: ~ Daniel B. Heid, Auburn City ttorney ~ ~r~.►~ 1... C, Amendment No. 1 for Agreement No. AG-C-318 Hedges Engineering & Consulting, Inc. Page 1 of 1