HomeMy WebLinkAboutRoth Hill Engineering Partners LLC AG-C-331 CLOSED 5/26/2011/6\ .I 6
2008 AGREEMENT FOR PROFESSIONAL SERVICES
AG-C-331
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 Roth Hill Engineering Partners, L.L.C., whose address is 2600 116 1h
Avenue NE #100, Bellevue, WA 98004, 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. The work identified by this Agreement is anticipated
to be completed in the years 2008, 2009 and 2010. This Agreement shall terminate on
December 31, 2008, and shall be amended by both parties for succeeding years as
required to complete the work.
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.
Agreement for Professional Services AG-C-331
4/17/2008
Page 1 of 12
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 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. The
total compensation for this Agreement shall not to exceed $410,000.00, which includes
a Management Reserve Fund amount of $50,000.00. Expenditure of Management
Reserve Funds must be authorized by the CITY as set forth in Section 4 of this
Agreement.
Compensation for work performed shall be based on the fee schedule outlined in
Exhibit B of 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
$375,000.00 for the year 2008, which includes a Management Reserve Fund amount of
$50,000.00. 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 Addendum issued by the CITY.
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 per Exhibit B. Direct non-salary costs may include, but are
not limited to, the following items: reproduction fees, courier fees, mileage,
Agreement for Professional Services AG-C-331
4/17/2008
Page 2 of 12
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 $50,000.00. 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
Agreement for Professional Services AG-C-331
4/17/2008
Page 3 of 12
the CITY. No permission for subcontracting shall create, between the CITY and
subcontractor, any contractor or any other relationship.
Compensation for any subconsultant work is included in Section 3 of this
Agreement and all reimbursable direct labor, overhead, direct non-salary costs and
fixed fee costs for the subconsultant shall be substantiated in the same manner as
outlined in Section 3. All subcontracts exceeding $10,000 in cost shall contain all
applicable provisions of this AGREEMENT.
6. RESPONSIBILITY OF CONSULTANT.
The CONSULTANT shall be responsible for the professional quality, technical
accuracy, timely completion and the coordination of all studies, analysis, designs,
drawings, specifications, reports and other services performed by the CONSULTANT
under this Agreement. The CONSULTANT shall, without additional compensation,
correct or revise any errors, omissions or other deficiencies in its plans, designs,
drawings, specifications, reports and other services required. The CONSULTANT shall
perform its services to conform to generally-accepted professional engineering
standards and the requirements of the CITY.
Any approval by the CITY under this Agreement shall not in any way relieve the
CONSULTANT of responsibility for the technical accuracy and adequacy of its services.
Except as otherwise provided herein, neither the CITY'S review, approval or
acceptance of, nor payment for, any of the services shall be construed to operate as a
waiver of any rights under this Agreement or of any cause of action arising out of the
performance of this Agreement to the full extent of the law.
7. INDEMNIFICATION/HOLD HARMLESS.
The CONSULTANT shall indemnify and hold the CITY and its officers and
employees harmless from and shall process and defend at its own expense all claims,
Agreement for Professional Services AG-C-331
4/17/2008
Page 4 of 12
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 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
Agreement for Professional Services AG-C-331
4/17/2008
Page 5 of 12
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.
d. Professional Liability insurance appropriate to the CONSULTANT'S
profession, with limits no less than $1,000,000 per claim and $1,000,000
policy aggregate limit.
The insurance policies are to contain, or be endorsed to contain, the following
provisions for Automobile Liability and Commercial General Liability insurance:
Agreement for Professional Services AG-C-331
4/17/2008
Page 6 of 12
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.
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
Agreement for Professional Services AG-C-331
4/17/2008
Page 7 of 12
other information and materials as the CONSULTANT may have accumulated,
prepared or obtained as part of providing services under the terms of this Agreement by
the CONSULTANT, shall belong to and shall remain the property of the CITY OF
AUBURN. In addition, the CONSULTANT agrees to maintain all books and records
relating to its operation and concerning this Agreement for a period of six (6) years
following the date that this Agreement is expired or otherwise terminated. The
CONSULTANT further agrees that the CITY may inspect any and all documents held by
the CONSULTANT and relating to this Agreement upon good cause at any reasonable
time within the six (6) year period. The CONSULTANT also agrees to provide to the
CITY, at the CITY'S request, the originals of all drawings, documents, and items
specified in this Section and information compiled in providing services to the CITY
under the terms of this Agreement. Reuse by the CITY of any of the drawings,
computer disks, documents, records, books, specifications, reports, estimates,
summaries and such other information and materials on any other unrelated project
without the written permission of the CONSULTANT shall be at the CITY'S sole risk.
12. CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND
OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS.
The prospective primary participant certifies to the best of its knowledge and
belief, that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from covered transactions by any federal
department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of
or had a civil judgment rendered against them for commission or fraud or a
criminal offense in connection with obtaining, attempting to obtain, or
Agreement for Professional Services AG-C-331
4/17/2008
Page 8 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 Agreement.
13. TERMINATION OF AGREEMENT.
This Agreement may be terminated by either party upon twenty (20) days written
notice to the other party, and based upon any cause. In the event of termination due to
the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the
CITY for services performed to the date of termination.
Upon receipt of a termination notice under the above paragraph, the
CONSULTANT shall (1) promptly discontinue all services affected as directed by the
written notice, and (2) deliver to the CITY all data, drawings, specifications, reports,
estimates, summaries, and such other information and materials as the CONSULTANT
may have accumulated, prepared or obtained in performing this Agreement, whether
completed or in process.
14. GENERAL PROVISIONS.
Agreement for Professional Services AG-C-331
4/17/2008
Page 9 of 12
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-331
4/17/2008
Page 10 of 12
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 consultant representative 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: Leah Dunsdon, P.E.
25 W Main Street
Auburn, WA 98001
Phone: 253.931.4013
Fax: 253. 931.3053
E-mail: Idunsdon@auburnwa.gov
Roth Hill Engineering Partners, LLC
Attn: Jay Hummel, P.E.
2600116 th Avenue NE #100
Bellevue, WA 98004
Phone: 425.869.9448
Fax: 425.869.1190
E-mail: jhummel@rothhill.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-331
4/17/2008
Page 11 of 12
CIT URN
Peter B. Lewis, Mayor
ATTEST:
Danielle E. Daskam, City Clerk
APPR ED AS TO FORM:
Daniel B. Hei ity torney
Date APR 2 3 2008
Roth Hill Engineering Pa
Agreement for Professional Services AG-C-331
4/17/2008
Page 12 of 12
Exhibit A
Scope of Services
AG-C-331
Page 1 of 8
EXHIBIT A
SCOPE OF SERVICES
City of Auburn
Les Gove Neighborhood Improvements
Public Works Project No. CP0762
Design Services
Roth Hill Engineering Partners, LLC
1. BACKGROUND and SCOPE OF PROJECT
The City of Auburn ("City") has identified the need to provide improvements to the Les
Gove neighborhood consisting of watermain replacements, sanitary sewer
replacements, storm drainage improvements, pavement reconstruction, patching, and
overlay. The City has selected Roth Hill Engineering Partners, LLC ("Roth Hill" or
"Consultant") to provide design and related services for this project.
The Les Gove neighborhood (the "project limits") is generally bounded by 5th Street SE
on the north, M Street SE on the east, 9th Street SE/Auburn Way South on the south,
and D Street SE on the west.
As outlined in the City's Request for Proposals (RFP) dated February 8, 2008 and
subsequently modified by the City, the proposed improvements include the following:
• Water-Replacement of approximately 10,000 LF of existing 4 to 6-inch water
mains with 8-inch DI water mains and associated fittings, valves, hydrants, and
services.
• Sewer-Replacement of approximately 1,800 LF of deteriorating 8-inch sanitary
sewer mains with 8-inch PVC sewer mains and associated side sewers and
manholes.
• Storm-Addition of approximately 250 LF of 8-inch to 12-inch storm drain pipe
and associated catch basins.
• Street-Reconstruction of approximately 2,715 LF of existing asphalt concrete
and cement concrete pavement streets, and pavement patching and overlay of
approximately 9,500 LF of existing asphalt concrete and cement concrete
pavement streets.
The project limits include the following streets for each work item:
Water main replacements:
0 5th Street SE-D Street SE to H Street SE
0 6th Street SE-D Street SE to K Street SE
o 7th Street SE-D Street SE to K Street SE
0 8th Street SE-D Street SE to K Street SE
o Alley-F Street SE west to end
o Alley-F Street SE to H Street SE
0 9th Street SE-F Street SE to H Street SE
0 9th Street SE-H Street SE to approximately 300 feet east of centerline
o D Street SE-8th Street SE to approx. 200 feet north of 6th Street SE
o Alley-5'h Street SE to 6th Street SE
o K Street SE-5th Street SE to 7th Street SE.
F:\0029\Les Gove\agmnt\final\Ex A_SOS_Les Gove Imps_final_rev 041708 jfh.docx
City of Auburn Exhibit A
Les Gove Neighborhood Improvements Project Scope of Services
Public Works Project No. CP0762 AG-C-331
Design Services Page 2 of 8
o Water meter service relocations-alley to 8th Street SE and 9th Street SE
Sewer main replacements:
0 5th Street SE-F Street SE to H Street SE
o Alley between 8th Street SE and 9th Street SE
o H Street SE-9th Street SE to north of 8th Street SE
Storm drain addition:
o 5th Street SE-F Street SE to approximately 200 feet west of centerline
Pavement reconstruction:
0 5th Street SE-K Street SE west to end
o D Street SE-approximately 140 feet north of 8th Street SE north to end
0 7th Street SE-K Street SE to L Street SE
Pavement overlays:
0 6th Street SE -D Street SE to M Street SE
0 7th Street SE -D Street SE to K Street SE
0 8th Street SE -D Street SE to K Street SE
0 9th Street SE -F Street SE to east of H Street SE
o H Street SE- 5th Street SE to south of 9th Street SE
o K Street SE- 5th Street SE to 8th Street SE
o L Street SE- 7th Street SE north to end
For purposes of this Scope of Services and associated budget, the above scope and
locations are assumed to be the best available information. The scope of the proposed
improvements will be evaluated within the preliminary design stage, and then
modifications to the above limits may potentially be made by the City for final design and
construction.
2. DESIGN CRITERIA
Drawings, specifications, Opinion of Probable Construction Costs (OPCC) and related
documents, to the extent feasible, will be developed in accordance with the latest edition
and amendments of the following documents, as of the date the City returns the 30
Percent Design review comments to the Consultant:
City of Auburn publications:
• Boilerplate Contract Documents and Special Provisions
• Public Works Standards
• Design, Drafting, and Construction Standards
WSDOT publications:
• Washington State Department of Transportation/American Public Works
Association (WSDOT/APWA), Standard Specifications for Road, Bridge, and
Municipal Construction (M41-10), 2008 English edition (including the Division
1 APWA Supplement),as amended
• WSDOT/APWA, Standard Plans for Road, Bridge, and Municipal
Construction, English (M21-01)
Department of Health: Water System Design Manual, Aug 2001 edition
Department of Ecology: Criteria for Sewage Works Design, Dec 1998 edition
F:\0029\Les Gove\agmnt\final\Ex A_SOS_Les Gove Imps_final_rev 041708 jfh.docx
City of Auburn
Les Gove Neighborhood Improvements Project
Public Works Project No. CP0762
Design Services
Exhibit A
Scope of Services
AG-C-331
Page 3 of 8
3. PROJECTED SCHEDULE and PROJECT PHASES
The work is scheduled to be completed in two phases of construction: Phase 1
construction in 2009 and Phase 2 in 2010. Following the preliminary design stage the
scope of work and the extents of the specific improvements within each phase will be
evaluated and modified as necessary.
The Consultant shall provide a proposed schedule to be reviewed and approved in
writing by the City. Any modifications to the schedule will need to be agreed to and
approved in writing by the Consultant and the City. The proposed schedule will include
the following timeframes for the two phases:
Bid Advertisement-Phase 1 Winter 2008/2009
Bid Advertisement-Phase 2 Winter 2009/2010
Following the Preliminary Design phase, the project will be split into two separate
phases for completion of design and preparation of bid/construction documents. Both
phases will be designed concurrently, but Phase 2 document completion will not occur
until about two months prior to the scheduled bid advertisement date (i.e. the task Final
Bid/Contract Documents for Phase 2 will not occur at the same time as Phase 1).
There may be a need to make modifications to the Phase 2 plans and specifications
based on potential changes during construction of Phase 1 or in response to other
changes not yet known at this time. This Scope of Services does not include the task of
making these modifications should they become necessary.
4. SCOPE OF SERVICES and TASKS
The Scope of Services generally consists of preliminary and final design and preparation
of contract documents. An add-on option to the Consultant Services Agreement may
include providing construction administration assistance and construction observation,
and preparation of construction record drawings.
The City will provide topographic surveying, base drawings, and all necessary permitting
activities. Refer to Services Not Included at the end of this Scope of Services for a more
detailed explanation of services that are not part of this Agreement.
The Consultant shall provide services according to the following tasks:
A. Project Management
• Attend project kickoff meeting with City to discuss project objectives,
communication, information sharing, and schedule.
• Manage all tasks, project schedule and staff for agreed-upon services.
• Communicate daily/weekly as needed with City regarding project issues,
costs and schedule.
• Provide monthly invoicing and project status memo to City to reflect design
progress, budget and schedule status. Monthly invoicing will include monthly
totals for street, water, sewer and storm as needed by City.
F:100291Les GovelagmntlfinallEx A_SOS_Les Gove Imps-final-rev 041708 jfh.docx
City of Auburn Exhibit A
Les Gove Neighborhood Improvements Project Scope of Services
Public Works Project No. CP0762 AG-C-331
Design Services Page 4 of 8
B. Geotechnical Investigation
• HWA GeoSciences Inc. will be the geotechnical sub-consultant to Roth Hill.
• Collect existing subsurface information pertaining to the project site by means
of conducting eight (8) soil borings to determine the soil conditions and
ground water levels along the proposed water and sewer routes.
• Conduct three (3) pavement cores and perform a falling weight deflectometer
test within the proposed pavement reconstruction areas.
• Prepare a draft and final geotechnical engineering report summarizing the
results and making recommendations for pipeline installation and pavement
reconstruction.
Deliverables: Two (2) draft and two (2) final geotechnical engineering reports
(one bound, one unbound).
C. Preliminary (30 Percent) Design and Memorandum
• Meet with City to review initial project scope identified by City for proposed
water, sewer, storm and pavement restoration work and confirm the direction
of the preliminary design scope as it relates to the City's long-term objectives
and project budget.
• Review topographic survey and base drawing files provided by City for use in
preparing design drawings. Convert survey information into Roth Hill CAD
layering system for use in preparing design drawings.
Note: City to provide both electronic files (in AutoCAD Release 2006) and
hard print copy of City-provided topographic survey (base map).
• Conduct site visits as needed to walk the project area with City-provided base
drawings and identify areas where additional surveying may be needed.
Make request to City for City's survey crew to obtain additional information as
needed.
• Review base drawings for the existence of underground utilities and existing
monitoring and remediation well system that may affect the proposed
improvements and confirm with City that available underground utility locates,
as-built records and other available information has been obtained and
incorporated into the base drawings.
• Conduct site visits as needed to review proposed scope of work and make
determination of preliminary alignment of proposed improvements.
• Prepare CD of digital photos taken during site visits.
• Prepare preliminary plans for the proposed water main replacements
including fittings, valves, services, hydrants, and connections to existing
system.
• Prepare preliminary plans for the proposed sanitary sewer replacements
including side sewers, manholes, and connections to existing system.
• Prepare preliminary plans for the proposed storm drainage improvements
including catch basins and connections to existing system.
• Prepare preliminary plans for the proposed pavement restoration
improvements (reconstruction and overlay) including typical road sections.
• Drawings to be 22"x34" at 20 scale (full size) and 11"x17" (half size) using
AutoCAD Release 2006.
• Prepare preliminary Opinion of Probable Construction Cost (OPCC) for each
of the water, sewer, storm and pavement restoration work items using MS
F:\0029\Les Gove\agmnt\final\Ex A_SOS_Les Gove Imps_final_rev 041708 jfh.docx
City of Auburn Exhibit A
Les Gove Neighborhood Improvements Project Scope of Services
Public Works Project No. CP0762 AG-C-331
Design Services Page 5 of 8
Excel. Each work item will be totaled separately as its own schedule.
• Prepare a memorandum summarizing the Preliminary (30 Percent) Design
scope and probable costs. Identify possible areas to reduce scope and costs
to fit within approved budget as necessary, and provide recommendations for
phasing the proposed work into Phase 1 and Phase 2.
• Conduct in-house quality assurance (QA) review.
• Submit preliminary design drawings, OPCC and memorandum to City for
review and comment.
• Meet with City to discuss review comments and confirm scope for preparing
final design.
Assumptions:
City to request and obtain franchise utility companies' as-built drawings
including underground utilities (power, gas, telecommunication, cable, fiber
optic, and monitoring well and piping layout of existing soil/groundwater
monitoring system) and overhead utilities (power, telecommunication, and
cable) and incorporate into the base survey drawings, in addition to
representing City's water, sewer and storm drainage utilities on the base
drawings. City also to provide utility locates for City utilities and request
locates for franchise utilities and then incorporate this locate information into
the base drawings as necessary.
Deliverables: Two (2) full-size and sixteen (16) half-size drawings (prints), sixteen
(16) OPCC spreadsheet copies, one (1) CD of CAD drawings and OPCC
spreadsheet, one (1) CD of digital photos taken during site visits, and one (1)
memorandum.
D. 70 Percent Design
• Split drawings and specifications into Phase 1 and Phase 2 improvements in
preparation for bidding and constructing Phase 1 improvements in 2009 and
Phase 2 improvements in 2010.
• Revise water, sewer, storm and pavement restoration plans per preliminary
design review comments.
• Conduct site visits as needed to review proposed design elements.
• Prepare CD of digital photos taken during site visits.
• Obtain from City the City's latest Standard Specifications and incorporate into
the design drawings and contract documents.
• Obtain from City the City's latest Standard Details and incorporate into the
contract documents.
• Prepare profiles of proposed water, sewer and storm drainage improvements.
• Prepare details, sections and notes.
• Provide notes and other information as necessary related to working around
and protecting existing groundwater monitoring wells.
• Coordinate with City and provide exhibits as needed by the City for the
relocation of water services that will need to be relocated from the alley to the
adjoining street.
• Revise OPCC per preliminary design review comments and modify as
necessary.
• Provide project specifications including City boilerplate sections and Special
Provisions using MS Word.
F:\0029\Les Gove\agmnt\final\Ex A_SOS_Les Gove Imps_final_rev 041708 jfh.docx
City of Auburn
Les Gove Neighborhood Improvements Project
Public Works Project No. CP0762
Design Services
Exhibit A
Scope of Services
AG-C-331
Page 6 of 8
• Assist City in the preparation and facilitation of one (1) neighborhood
meeting, including one staff member attending meeting, to inform residents of
proposed work, schedule and expected impacts during construction.
Preparation may include information sheets, maps, preliminary drawings and
exhibits to aid in communicating with the neighbors.
• Conduct in-house quality assurance (QA) and constructability reviews.
• Submit drawings, specifications, and OPCC for both Phase 1 and Phase 2 to
City for review.
• Meet with City to discuss City's 70 Percent Design review comments.
Assumptions:
City will provide standard boilerplate General Information, Amendments and
Special Provisions to the 2008 WSDOT Standard Specifications (in MS Word
2007 format) and City's Standard Details in electronic version or hard copies.
Deliverables: Two (2) full-size and sixteen (16) half-size drawings (prints),
sixteen (16) OPCC spreadsheet copies, two (2) sets of specifications (unbound),
one (1) CD of CAD drawings, one (1) CD of OPCC spreadsheet and
specifications, and one (1) CD of digital photos taken during site visits.
E. 95 Percent Design
• Revise drawings and specifications for Phase 1 and Phase 2 by incorporating
City's 70 Percent Design review comments.
• Revise and/or provide additional details, sections and notes to the drawings
as necessary.
• Revise OPCC as necessary. Also provide an OPCC with both the pavement
restoration and storm drainage work combined on one schedule.
• Conduct site visits as needed to review proposed design elements.
• Prepare CD of digital photos taken during site visits.
• Conduct in-house QA and constructability reviews.
• Submit drawings, specifications, and OPCC for both Phase 1 and Phase 2 to
City for review.
• Meet with City to discuss City's 95 Percent Design review comments.
Deliverables: Two (2) full-size and sixteen (16) half-size drawings (prints),
sixteen (16) OPCC spreadsheet copies, two (2) sets of specifications (unbound),
one (1) CD of CAD drawings, one (1) CD of OPCC spreadsheet and
specifications, and one (1) CD of digital photos taken during site visits.
F. Final Bid/Contract Documents
• Finalize drawings and specifications (Bid/Contract Documents) for Phase 1
and Phase 2 in preparation for bidding by incorporating City's 95 Percent
Design review comments.
• Conduct in-house QA review.
• Review drawings by Principal-In-Charge.
• Submit 99 Percent Design drawings, specifications, and OPCC to City for
final review.
• Obtain City's 99 Percent Design review comments and make any necessary
final revisions.
• Provide final bid/contract documents (plans and specifications) to the City.
• Finalize OPCC. Also provide an OPCC with both the pavement restoration
F:\0029\Les Gove\agmnt\final\Ex A_SOS_Les Gove Imps_final_rev 041708 jfh.docx
City of Auburn
Les Gove Neighborhood Improvements Project
Public Works Project No. CP0762
Design Services
Exhibit A
Scope of Services
AG-C-331
Page 7 of 8
and storm drainage work combined on one schedule. Submit to City for bid
comparison.
Assumptions:
City will provide repro services for bid document production. Phase 1
bid/contract documents will be finalized just prior to the scheduled bid
advertisement as indicated in Part 3 of this Scope of Services. Phase 2
bid/contract documents will be finalized just prior to the scheduled bid
advertisement as indicated in Part 3 of this Scope of Services.
Deliverables:
99 Percent Design, Phase 1-Four (4) full-size and two (2) half-size drawings
(prints), four (4) OPCC spreadsheet copies, and two (2) sets of specifications.
99 Percent Design, Phase 2-Four (4) full-size and twelve (12) half-size
drawings (prints), sixteen (16) OPCC spreadsheet copies, and two (2) sets of
specifications
Final Bid/Contract Documents-One (1) 4 mil thickness mylar set of full-size
drawings, one (1) complete and un-bound set of specifications, one (1)
"camera-ready" set of drawings and specifications on CD (for City to do repro
of bid sets), and one (1) OPCC spreadsheet copy.
G. Bid Advertisement
• Assist City in answering bidder questions during bid period as necessary.
• Prepare and provide addenda to City for distribution to bidders as necessary.
Assumptions:
City will make all notifications for bid advertisements; City will be the plan
holder for bid set pickup by bidders; City will field all calls from bidders with
questions during the bidding process.
FA0029\Les Gove\agmnt\final\Ex A_SOS_Les Gove Imps_final_rev 041708 jfh.docx
City of Auburn
Les Gove Neighborhood Improvements Project
Public Works Project No. CP0762
Design Services
Exhibit A
Scope of Services
AG-C-331
Page 8 of 8
5. SERVICES NOT INCLUDED
The following services are not a part of this Agreement. If the City chooses to add one
or more of the following services to this Scope of Services, the work shall be authorized
in writing under the Management Reserve Fund or a contract modification shall be
negotiated and approved by the City prior to any work being expended on such services.
1. Research, preparation, and administration of permit applications, SEPA, and
related permitting and review processes, including permitting activities related to
requirements of the Endangered Species Act.
2. Any work related to the presence of potentially contaminated soil or groundwater
in relation to the existing groundwater monitoring and remediation well system
currently in place within the project area.
3. Additional field surveying and subsequent revisions to base drawings as
necessary.
4. Easement investigation, preparation and acquisition.
5. Utility as-built requests to utility companies and notification to provide
underground utility field locates prior to survey work. It is assumed that the City
will make all requests and notifications.
6. Potholing of existing utilities to confirm horizontal and vertical locations of utilities
that may be in conflict with the proposed improvements and associated
topographic surveying of pothole locations as requested by City.
7. Review of available sewer inspection videos or sewer condition assessment
report.
8. Cost comparison for alternative sewer rehabilitation methods (e.g. trenchless
methods).
9. Providing hydrologic analysis and calculations, upstream/downstream analysis,
evaluation of downstream conveyance capacity, and preparing a formal
TIR/Storm Drainage Report.
10. Design and related services of the proposed water, sewer, storm or street
improvements more than five percent (5%) in excess of the extents (lengths)
identified in the "Background and Scope of Project" section of this Scope of
Services.
11. Public Information and Involvement services other than as outlined above.
12. Making potential and necessary modifications to the Phase 2 plans and
specifications following construction of the Phase 1 improvements.
13. Construction Administration and Construction Support Services.
14. Preparation of Construction Record Drawings.
15. Work associated with a Local Improvement District (LID) that may be formed for
the construction of curb, gutter, and sidewalks.
END OF EXHIBIT A
F:\0029\Les Gove\agmnt\final\Ex A_SOS_Les Gove Imps_final_rev 041708 jfh.docx
EXHIBIT B
FEE SCHEDULE
Roth Hill Engineering Partners, LLC.
Charges: Charges for employees are determined by the hourly rates listed below.
Charges for reimbursable expenses are specified below or in individual task order
proposals.
Labor Rates
Labor Category Hourly Rate Range
EIT / Sr. Designer $80.00 - $115.00
Civil Specialist $83,00 - $156.00
Engineer $122.00 - $167.00
Project Manager $125.00 - $175.00
Planner $88.00 - $117.00
Technician $51.00 - $81.00
CAD (includes mapping and GIS $87.00 - $113.00
Construction Representative $105.00 - $139.00
Surveyor $61.00 - $100.00
Project Surveyor (PLS) $95.00 - $144.00
Administrative $41.00 - $95.00
Administrative Lead $109.00 - $156.00
Director / Principal $154.00 - $194.00
Expense Rates
Expense Category Billing Rate
Mileage $0.505/mile or current IRS rate
Outside Photocopies/Printing Cost + 10%
Transportation b Public Carrier Cost + 10%
Outside Services or Subconsultants Cost + 10%
Materials and Supplies Cost + 10%
Exhibit B - Fee Schedule
Agreement No. AG-C-331
Page 1 of 1
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.: CP0255).
• 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.
• Status of Management Reserve Fund (MRF) (i.e.: a certain task).
• Breakdown of Invoice Total by budget items (Water, Storm, Sanitary Sewer, and Road).
• Invoices for previous year are due by January 15th.
Exhibit C - Consultant Invoices
Agreement No. AG-C-331
Page 1 of 2
SAMPLE INVOICE
City of Auburn Invoice #: 5222
25 West Main Progress Payment #: 2
Auburn WA 98001 Invoice Date: February 10, 2002
Attn: Leah Dunsdon (Project Engineer) Project Name: Thomas Nelson Farm
Agency Agreement #: AG-C-010 Project #: CP0255
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, Engineer 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, Engineer $ 30.00 x1.1 $ 33.00
Joe Smith, Word Processing $ 29.00 x1.1 $ 31.90
Consultant Expenses Subtotal $ 72,49
Consultant Total:
SUB CONSULTANTS (see attached documentation)
Subconsultant Hours Hourly Rate Amount
ABC Geotech., Inc., Geotechnical Engineer 16 $ 100.00 $ 1,600.00
Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,000.00
Subconsultant Subtotal $ 2,600.00
Subtotal x 1.1 Multiplier $ 2,860.00
Subconsultant Total:
$ 821.49
$ 2,860,00
- - - - -- --------------------..-..-..----------------------------- .----------..-..-..----------..-..-------------..-..---------------------------- ----------
TOTAL DUE THIS INVOICE $ 3'681.49
-------. ----..-..-------------.._..----------.--.---.--.-..-----.----.--..--.-----.--.-------..-----._..-..-----.-.--..-..-..-..--.-.--------..-..----.---.-.--..-..-.--.-----.---.-.--. -..-..-..-..
CONTRACT BREAKDOWN
Task Amount
Authorized
Prior Invoiced
This Invoice Total Invoiced
To Date %
Expended %
Completed Amount
Remaining
Original Contract $ 22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51
MRF" 2,500.0 0.00 1,000.00 1,0000.00 40% 45% 1,500.00
TOTAL $ 24,500.0 $ 1,025.00 $ 3,681.49 $ 4,706.49 $ 19,793.51
TOTAL BREAKDOWN BY BUDGET ITEM
Water Storm Sanitary Sewer Road Total
This Invoice $1,562.00 $ 433.50 $ 782.33 $ 903.66 $3.681.49
Note: MRF=Management Reserve Fund
* Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00.
Exhibit C - Consultant Invoices
Agreement No. AG-C-331
Page 2 of 2
AMENDMENT #1 TO AGREEMENT NO. AG-C-331 BETWEEN THE
CITY OF AUBURN AND ROTH HILL ENGINEERING, 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 ROTH HILL ENGINEERING,
INC. (hereinafter referred to as the "CONSULTANT") as an Amendment to the
Agreement between the parties for AG-C-331 executed on the 23rd day of April, 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, 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-331 executed on the 23rd 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.
NG, INC.
RO777
By:
ignature
Aut orized s
C F AUB
Peter B. Lewis, Mayor
ATTEST (Optional):
By: 5-vo
Its: f4kcc~ y'e V tP - Wj^^V-N4-V"
Approved as to form (Optional):
Attorney for (Other Party)
ATTEST:
DE. Daskam, Auburn City Clerk
orm:
Appro71
Daniel B. Heid, Auburn Ci Attorney
Amendment No. 1 for Agreement No. AG-C-331
Roth Hill Engineering, Inc.
Page 1 of 1
14~,1G,q
AMENDMENT #2 TO AGREEMENT NO. AG-C-331 BETWEEN
THE CITY OF AUBURN AND ROTH HILL ENGINEERING PARTNERS, L.L.C.
RELATING TO PROJECT NO. CP0762, LES GOVE NEIGHBORHOOD
IMPROVEMENTS
THIS AMENDMENT is made and entered into this i,~Iday of 2009, by
and between the CITY OF AUBURN, a municipal corporation of the Sta e of Washington
(hereinafter referred to as the "CITY"), and ROTH HILL ENGINEERING PARTNERS, L.L.C.
(hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement
befinreen the parties for AG-C-331 executed on the 23rd day of April, 2008.
The changes to the agreement are described as follows:
1. CONTRACT TERM: There is no change to the contract term.
2. SCOPE OF WORK: Change to the Scope of Work shown in Exhibit A-1.
3. COMPENSATION: An additional $91,900.00 has been added to the amount authorized
in the original agreement.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement befinreen
the parties for AG-C-331 executed on the 23rd 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.
ROTH HILL ENGINEERING PARTNERS, L.L.C. CI UR
~
By: ~ ~
Authorized s natu Peter B. Lewis, Mayor
ATTEST (Optional):
By: ~ ~ AZAjas M "r1
Its: fL V-0 cTp?- 0 ' r n1F,E '
Approved as to form (Optional):
ATTEST:
Danielle E. Daskam, Auburn City Clerk
Appro.6q as to form:
9 ~ s
. ~ \ _ ~ d ~
Attorney for (Other Party)
Daniel 9. Heitt; Aubu(n City A~orney
Amendment No. 2 for Agreement No. AG-C-331
Roth Hill Engineering Partners, L.L.C.
Page 1 of 1
City of Auburn Exhibit A-1
Les Gove Neighborhood Improvements Project Additional Scope of Services
Public Works Project No. CP0762 AG-C-331
Design Services Page 1 of 1
EXHIBIT A-1
ADDITIONAL SCOPE OF SERVICES
City of Auburn
Les Gove Neighborhood Improvements
Public Works Project No. CP0762
Design Services
Roth Hill Engineering Partners, LLC
REVISED SCOPE OF PROJECT
The City of Auburn ("City") has identified the need for additional work beyond the original
scope of Agreement No. AG-C-331 and Supplemental Services No. 1. These additional
services consist mainly of the following:
Additional services for Phase 1:
• Design
o Revise plans, specifications and OPCC for additional services items on the
30%, 70%, 95% and 99% reviews that were beyond the original scope of
Agreement No. AG-C-331 and Supplemental Services No. 1.
• Submittals
o City requested additional submittal at 99.9% completion.
Additional services for Phase 2:
• Design
o Revise plans, specifications and OPCC for additional services items on the
30% and 70% reviews that were beyond the original scope of Agreement No.
AG-C-331 and Supplemental Services No. 1.
o Revise plans, specifications and OPCC for additional services items on the
95% and 99% Phase 1 reviews which apply to Phase 2 and are outside of the
original scope of Agreement No. AG-C-331 and Supplemental Services No.
1.
o Water Main
a. Add new water,main in F Street, which was added as Change Order
work to Phase 1.
o Street
a. Add wheel chair ramps and curb replacements on intersections along F
Street that were added as Change Order work to Phase 1.
b. Add street reconstruction work to F Street that was added as Change
Order work to Phase 1.
• Submittals
o City requested additional submittal at 90% completion.
END OF EXHIBIT A-1
H:\PROJ\CP0762-LesGoveNeighborhoodlmpWgreements\Roth Hill Consultant AgreementWmendment #2\AGC331.ExhibitA-
1.docx
AMENDMENT #3 TO AGREEMENT NO. AG-C-331 BETWEEN THE
CITY OF AUBURN AND ROTH HILL ENGINEERING, INC
RELATING TO PROJECT NO. CP0762, LES GOVE NEIGHBORHOOD IMPROVEMENTS
THIS AMENDMENT is made and entered into this ~L day of ~CeMi1a~ , 2009, by
and between the CITY OF AUBURN, a municipal corporation of the State of Washington
(hereinafter referred to as the °CITY°), and ROTH HILL ENGINEERING, INC. (hereinafter
referred to as the "CONSULTANT") as an Amendment to the Agreement between the parties
for AG-C-331 executed on the 23`d day of April, 2008, and amended by agreement dated the
31 st day of December 2009, and amended by agreement dated the 23rd day of September
2009;
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 to the scope of work.
3. COMPENSATION: There is no change to the amount of compensation. The 2010 Fee
Schedule (Exhibit B) is attached and made a part of this amendment.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between
the parties for AG-C-331 executed on the 23`d 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.
ROTH NGI I .
Y'
Aut rized signatu e
ATTEST (Optional):
By:
Its:
Approved as to form (Optional):
Attorney for (Other Party)
B. Lewis, Mayor
ATTEST:
Danielle E. Daskam, Auburn City Clerk
Approafed)as to
~ J~: !
D~.r'el B. Heid, Auburn City Att mey
Amendment No. 3 for Agreement No. AG-C-331
Roth Hill Engineering, Inc.
Page 1 of 1
EXHIBIT B
FEE SCHEDULE
Roth Hill Engineering Partners, LLC. fee schedule by staff and reimburseable expense classification
as of November 01, 2009. Rates are subject to mod9fication.
STAfF TIME
Classification
EIT/ Sr. Designer
Civil Specialist
Engineer
Project Manager
Planner
Technician
CAD (inciudes mapping and GIS)
Construction Services Specialist
Construction Representative
Senior Surveyor
Surveyor
ProjectSurveyor(PLS)
Administrative
Administrative Lead
Director / Principal / Sr. Engineering Consultant
Hourly_Biliinq Rate Rance
$86.00 -
$114.00
$81.00 -
$153.00
$109.00 -
$165.00
$155.00 -
$168.00
$95.00 -
$121.00
$71.00 -
$74.00
$97.00 -
$106.00
$81.00 -
$153.00
$98.00 -
$110.00
$86.00 -
$114.00
$55.00 -
$104.00
$126.00 -
$140.00
$42.00 -
$87.00
$89.00 -
$151.00
$163.00 -
$194.00
DIRECT NON-SALARY REIMBURSABLE EXPENSES
All reimbursable expenses are at cost and will be marked-up 10%
• Outside Reproduction Fees
• CourierFees
• Subconsultant Fees
• Materials and Supplies
• Mileage at $0.55 or the current approved IRS rate.
Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other
consultants. If approved, the CITY shall reimburse the CONSULTANT for #he actual cost of the
subcontracts plus a 10% markup to coverthe CONSULTANT'S additional overhead expense
associated with the Subcontracf.
.Ib.9
AMENDMENT #4 TO AGREEMENT NO. AG-C-331 BETWEEN
THE CITY OF AUBURN AND ROTH HILL, L.L.C. RELATING TO .
PROJECT NO. CP0762, LES GOVE NEIGHBORHOOD IMPROVEMENTS
~
THIS AMENDMENT is made and entered into this day of 2010, by
and between the C1TY OF AUBURN, a rriunicipal corporation of the ate of Washington
(hereinafter referred to as the "CITY"), and ROTH H1LL, L.L.C. (here nafter referred to as the
"CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-331
executed on the 23`d day of April, 2008, and amended by agreement dated December 31,
2008, and amended by agreement dated September 23~d 2009, and amended by agreement
dated December 21 St, 2009.
The changes to the agreement are described as follows:
1. CONTRACT TERM: There is no change to the contract term.
2. SCOPE OF WORK: See Exhibit B, which is attached hereto and by this reference made
part of this Amendment.
3. COMPENSATION: An additional $15,750.00 has been added to the amount authorized
in the original agreement.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between
the parties for AG-C-331 executed on the 23`d 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.
ROTH HILL, L.L.C.
By:
ATTEST
By:
Its:
Approved as to form (Optional):
Attorney for (Other Party)
Amendment No. 3 for Agreement No. AG-C-331
Roth Hill, L.L.C.
Page 1 of 1
ITY OF A
Peter B. Lewis, Mayor
ATTEST:
~ Danielle E. Daskam, Auburn City Clerk
Q
F-
m
K
W
a
O
~
~
Y
i
~
~
C
N
~
'S
N
C
O
U
~
V
~
0
L
a~
0
. a
c a
EN
> _
o °
a~
L
E ~
o =
o °
sV
~ o~
~
.Q
~ o
2M z
z c
0
> E
o ~
w
~ Q
3
.0
Q
~
0
(U
9-
N ~
U a
0
~
~
~
s
a
Project CP0762
Les Gove Neighborhood Improvements
EXHIBIT B
SCOPE OF SERVICES
During the term of this Amendment #4 to AGREEMENT No. AG-C-331, Roth Hill, LLC
(CONSULTANT) shall perform additional professional services for the City of Auburn (CITY),
in connection with the Les Gove Neighborhood Improvements Project. The additional
professional services shall be defined as Tasks and shall be as follows:
TASK 1. PROJECT MANAGEMENT
Task 1.1 Work Plan
The CONSULTANT shall provide general project management as outlined in the original Scope
of Services, for the added scope.
TASK 2. CONSTRUCTION SUPPORT
Task 2.1 Construction Sunuort
The CONSULTANT shall provide Construction support for the project during the course of the
construction period. Construction Support may include the following, as requested by the CITY;
• Provide changes to plans or specs as necessary to respond to field conditions.
• Prepare change orders as necessary, including a11 documentation and coordination with
the CITY.
• Provide CITY with responses to Contractor RFI's as they arise.
• Prepare Record ("as-built") Drawings for both phases of the project, and transmit mylar
originals and digital files to the CITY. Assume the CITY will provide inspector's reports
and records as required and redlined markups of construction drawings. The CITY will
provide the original mylar drawings for CONSULTANT' S use in preparing record
drawings. The CONSULTANT will prepare hand drafted changes to the original mylar
drawings and electronic copies of the changes in AutoCAD 2009 format.
The amount of work for each of the above tasks shall be limited to the number of "hours"
identified of each task in the attached Exhibit A. Any effort required above and beyond the
hours identified in Exhibit A will be in addition to Amendment #4 and will require an additional
budget amendment.
Les Gove Neighborhood Improvements
AG-C-331 Amendment #4 Scope of Work
May 2010 Page 1
Oy-9. I L~PO~ 2.
AMENDMENT #5 TO AGREEMENT. NO. AG-C-331 BETWEEN THE
CITY OF AUBURN AND'ROTH HILL, LLC
RELATING TO PROJECT NO. CP0762, LES GOVE NEIGHBORHOOD IMPROVEMENTS
THIS AMENDMENT is made and entered into this-~- day of 2010, by
and between the CITY OF AUBURN, a municipal corporation of the State of Washington
(hereinafter'referred tows the "CITY"), and ROTH HILL, LLC. (hereinafter referred to as the
"CONSULTANT") as an Amendment to the Agreement between the partie&for AG-C-331
executed on the 23rd day of April, 2008, and amended by agreements dated the 31 st day of
December 2008; the 23rd day of September 200. 9, the 21 St day of December 2009 and the 8m
day of June 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.
2. SCOPE OF WORK: There is no change to the scope of work.
3. COMPENSATION: There is no change to the amount of compensation. The 2011 Fee
Schedule (Exhibit B) is attached and made a part of this amendment.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between
the parties for AG-C-331 executed on the 23rd 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.
ROTH HILL, LLC. AU
By- .
ure Peter B. is, Mayor
_ ATTEST:
ATTE 7(
By:
Its: Danielle E. Daskam, Auburn City Clerk
Approved as to form (Optional): Appr d as t rm:
Attorney for (Other Party) Daniel B. Heid, uburn City orney
Amendment No. 5 for Agreement No. AG-C-331
Roth Hill, LLC.
Pagel of 1