Loading...
HomeMy WebLinkAboutCH2M Hill Inc AG-C-344Local Agency Consultant/Address/Telephone Standard Consultant CH2M HILL, Inc. Agreement 1100112 th Ave NE, Suite 400 Bellevue WA 98004 Agreement Number , (425) 453-5000 AG-C-344 Attn: Roger Mason Federal Aid Number Project Title And Work Description Agreement Type (Choose one) M Street SE Grade Separation This project will provide a grade separated crossing with the BNSF Stampede Pass line by constructing M ? Lump Sum Street SE as a 5-lane roadway under the rail line. Lump Sum Amount $ ® Cost Plus Fixed Fee Overhead Progress Payment Rate 140.27 % DBE Participation Overhead Cost Method ? Yes ® No ? Actual Cost ? A l C t N t T E t d % xcee c ua os o o Federal ID Number or Social Security Number X Fixed Rate 140.27 % Completion Date ? Specific Rates Of Pay ? Yes ® No 12/31/2010 ? Negotiated Hourly Rate Total Amount Authorized $ 1,826,300.00 ? Provisional Hourly Rate Management Reserve Fund $ 70,000 ? Cost Per Unit of Work Maximum Amount Payable $ 1,896,300.00 Index of Exhibits Exhibit "A" - Scope of Work Exhibit "B" - DBE Participation Exhibit "C" - Electronic Exchange of Engineering and Other Data Exhibit "D" - Payment (by Agreement Type) Exhibit "E" - Consultant Fee Determination Exhibit "F" - Breakdown of Overhead Cost Exhibit "G" - Subcontract Work/Fee Determination Exhibit "H" - Title VI Assurances Exhibit "I" - Payment Upon Termination of Agreement Exhibit "J" - Alleged Consultant Design Error Procedures Exhibit "K" - Consultant Claim Procedures Exhibit "L" - Liability Insurance Increase Exhibit "M" - Certification Documents AG-C-344 Page 1 of 8 M St SE Grade Separation Local Agency Standard Consultant Agreement THIS AGREEMENT, made and entered into this day of , 2008 , between the Local Agency of City of Auburn , Washington, hereinafter called the "AGENCY", and the above organization hereinafter called the "CONSULTANT". WITNESSETH THAT: WHEREAS, the AGENCY desires to accomplish the above referenced project, and WHEREAS, the AGENCY does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary services for the PROJECT; and WHEREAS, the CONSULTANT represents that he/she is in compliance with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish Consulting services to the AGENCY, NOW THEREFORE, in consideration of the terms, conditions, covenants and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I General Description of Work The work under this AGREEMENT shall consist of the above described work and services as herein defined and necessary to accomplish the completed work for this PROJECT. The CONSULTANT shall furnish all services, labor, and related equipment necessary to conduct and complete the work as designated elsewhere in this AGREEMENT. II Scope of Work The Scope of Work and projected level of effort required for this PROJECT is detailed in Exhibit "A" attached hereto and by this reference made a part of this AGREEMENT. III General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress and presentation meetings with the AGENCY and/or such Federal, State, Community, City or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the work in sufficient detail so that the progress of the work can easily be evaluated. The CONSULTANT, and each SUBCONSULTANT, shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The CONSULTANT, and each SUBCONSULTANT, shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT that may result in the termination of this AGREEMENT. Participation for Disadvantaged Business Enterprises (DBE), if required, per 49 CFR Part 26, or participation of Minority Business Enterprises (MBE), and Women Business Enterprises (WBE), shall be shown on the heading of this AGREEMENT. If D/M/WBE firms are utilized, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made a part of this AGREEMENT. If the Prime CONSULTANT is a DBE firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY'S "DBE Program Participation Plan". The mandatory DBE participation goals of the AGREEMENT are those established by the WSDOT'S Highway and Local Programs Project Development Engineer in consultation with the AGENCY. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C." AG-C-344 Page 2 of 8 M St SE Grade Separation Local Agency Standard Consultant Agreement All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for this PROJECT, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT. IV Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT under completion date. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, 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 AGENCY is required to extend the established completion time. V Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit "D" attached hereto, and by reference made part of this AGREEMENT. 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 conform to all applicable portions of 48 CFR Part 31. A post audit may be performed on this AGREEMENT. The need for a post audit will be determined by the State Auditor, WSDOT External Audit Office and/or at the request of the AGENCY'S PROJECT Manager. VI Sub-Contracting The AGENCY permits sub-contracts for those items of work as shown in Exhibit "G" attached hereto and by this reference made part of this AGREEMENT. Compensation for this sub-consultant work shall be based on the cost factors shown on Exhibit "G." The work of the sub-consultant shall not exceed its maximum amount payable unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the sub-consultant shall be substantiated in the same manner as outlined in Section V. All sub-contracts shall contain all applicable provisions of this AGREEMENT. With respect to sub-consultant payment, the CONSULTANT shall comply with all applicable sections of the Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT shall not sub-contract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. No permission for sub-contracting shall create, between the AGENCY and sub-contractor, any contract or any other relationship. A DBE certified sub-consultant is required to perform a minimum amount of their sub- contracted agreement that is established by the WSDOT Highways and Local Programs Project Development Engineer in consultation with the AGENCY. VII Employment The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from the AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. AG-C-344 Page 3 of 8 M St SE Grade Separation Local Agency Standard Consultant Agreement Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT'S employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been, at any time during the period of the contract, in the employ of the United States Department of Transportation, or the STATE, or the AGENCY, except regularly retired employees, without written consent of the public employer of such person. VIII Nondiscrimination During the performance of this contract, the CONSULTANT, for itself, its assignees, and successors in interest agrees to comply with the following laws and regulations: Title VI of the Civil Rights Act of 1964 (42 USC Chapter 21 Subchapter V Section 2000d through 2000d-4a) Federal-aid Highway Act of 1973 (23 USC Chapter 3 Section 324) Rehabilitation Act of 1973 (29 USC Chapter 16 Subchapter V Section 794) Age Discrimination Act of 1975 (42 USC Chapter 76 Section 6101 et seq.) Civil Rights Restoration Act of 1987 (Public Law 100-259) American with Disabilities Act of 1990 (42 USC Chapter 126 Section 12101 et. seq.) 49 CFR Part 21 23 CFR Part 200 RCW 49.60.180 In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "H" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "H" in every sub-contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT as shown in Exhibit "I" for the type of AGREEMENT used. No payment shall be made for any work completed after ten (10) days following receipt by the CONSULTANT of the Notice to Terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth herein above, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. AG-C-344 Page 4 of 8 M St SE Grade Separation Local Agency Standard Consultant Agreement If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In such an event, the amount to be paid shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth above. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT'S failure to perform is without the CONSULTANT'S or it's employee's default or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs in accordance with the termination for other than default clauses listed previously. In the event of the death of any member, partner or officer of the CONSULTANT or any of its supervisory personnel assigned to the PROJECT, or dissolution of the partnership, termination of the corporation, or disaffiliation of the principally involved employee, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this AGREEMENT, if requested to do so by the AGENCY. This subsection shall not be a bar to renegotiation of the AGREEMENT between the surviving members of the CONSULTANT and the AGENCY, if the AGENCY so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the CONSULTANT, with the AGENCY'S concurrence, desire to terminate this AGREEMENT, payment shall be made as set forth in the second paragraph of this section. Payment for any part of the work by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform work required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X Changes of Work The CONSULTANT shall make such changes and revisions in the complete work of this AGREEMENT as necessary to correct errors appearing therein, when required to do so by the AGENCY, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under Section XIV. XI Disputes Any dispute concerning questions of fact in connection with the work not disposed of by AGREEMENT between the CONSULTANT and the AGENCY shall be referred for determination to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided, however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to de novo judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J", and disputes concerning claims will be conducted under the procedures found in Exhibit "K". XII Venue, Applicable Law, and Personal Jurisdiction In the event that either party deems it necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT, the parties hereto agree that any such action shall be initiated in the Superior court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties to such action shall have the right of appeal from such decisions of the Superior court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior court of the State of Washington, situated in the county in which the AGENCY is located. AG-C-344 Page 5 of 8 M St SE Grade Separation Local Agency Standard Consultant Agreement XIII Legal Relations The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done under this AGREEMENT. This contract shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall indemnify and hold the AGENCY and the STATE and its officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this AGREEMENT; provided that nothing herein shall require a CONSULTANT to indemnify the AGENCY or the STATE against and hold harmless the AGENCY or the STATE from claims, demands or suits based solely upon the conduct of the AGENCY or the STATE, 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 AGENCY or the STATE, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence (2) the costs to the AGENCY or the STATE of defending such claims and suits 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 CONSULTANT'S relation to the AGENCY shall be at all times as an independent contractor. The CONSULTANT shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT'S own employees against the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. Unless otherwise specified in the AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the PROJECT. Subject to the processing of a new sole source, or an acceptable supplemental agreement, the CONSULTANT shall provide On-Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques, job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of the AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall not exceed one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance secured by the CONSULTANT, the AGENCY will be named on all policies as an additional insured. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by the AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to the AGENCY. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT'S professional liability to the AGENCY shall be limited to the amount payable under this AGREEMENT or one million ($1,000,000) dollars, whichever is the greater, unless modified by Exhibit "L". In no case shall the CONSULTANT'S professional liability to third parties be limited in any way. AG-C-344 Page 6 of 8 M St SE Grade Separation Local Agency Standard Consultant Agreement The AGENCY will pay no progress payments under Section V until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY and the STATE may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIV Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of the AGREEMENT in the services to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the work under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of the AGREEMENT, the AGENCY shall make an equitable adjustment in the (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify the AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment", hereafter referred to as "CLAIM", under this clause within thirty (30) days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of the AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A) and (B) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XV Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XVI Federal and State Review The Federal Highway Administration and the Washington State Department of Transportation shall have the right to participate in the review or examination of the work in progress. XVII Certification of the Consultant and the Agency Attached hereto as Exhibit "M-1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "M-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions, Exhibit "M-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit "M-4" Certificate of Current Cost or Pricing Data. Exhibit "M-3" is required only in AGREEMENTS over $100,000 and Exhibit "M-4" is required only in AGREEMENTS over $500,000. XVIII Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this AGREEMENT. XIX Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept the AGREEMENT and agrees to all of the terms and conditions thereof. AG-C-344 Page 7 of 8 M St SE Grade Separation Local Agency Standard Consultant Agreement In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. By By Consultant CH2M HILL, Inc. Tung Le, Designated Manager Agency Peter . Lewis Ma or City of Auburn AG-C-344 Page 8 of 8 M St SE Grade Separation Local Agency Standard Consultant Agreement Exhibit A M Street SE Grade Separation Project C201A City of Auburn Scope for Design, Survey and Environmental Services October 2008 AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 1 OF 77 M ST SE GRADE SEPARATION Contents Introduction .........................................................................................................................................7 1 Project Management ............................................................................................................... 13 1.1 Plan the Work .................................................................................................................. 13 1.1.1 Schedule Development ..................................................................................... 13 1.1.2 Project Instructions ............................................................................................ 13 1.1.3 Project Quality Plan ........................................................................................... 14 1.2 Align the Team ................................................................................................................ 14 1.2.1 Team Chartering ................................................................................................ 14 1.3 Work the Plan .................................................................................................................. 15 1.3.1 Scope and Budget Management ...................................................................... 15 1.3.2 Schedule Management ...................................................................................... 15 1.3.3 Monthly Progress Reporting and Invoicing .................................................. 15 1.3.4 Document Management ................................................................................... 16 1.3.5 Project Communication Meetings ................................................................... 16 2 Fun ding Support ..................................................................................................................... 17 3 Pre- Design Report Update ..................................................................................................... 19 3.1 Transportation Analysis Update .................................................................................. 19 3.2 Right of Way Update ..................................................................................................... 19 3.3 Storm Drainage Update ................................................................................................. 19 3.4 Environmental Impacts Update ................................................................................... 20 3.5 Utilities Update ............................................................................................................... 20 3.6 Update Pre-Design Report Cost Estimates, Schedule, and Construction Phasing20 3.7 Pre-Design Report Update Package ............................................................................ .20 4 Survey and Mapping ..............................................................................................................23 4.1 Survey and Construction Control ................................................................................23 4.2 Supplemental Base Mapping ........................................................................................23 4.3 Supplemental Surveys ...................................................................................................25 4.4 Right of Way Field Surveys ...........................................................................................25 4.4.1 Right of Way Field Surveys .............................................................................25 4.4.2 Records Research and Right of Way Calculations ........................................26 5 30% Design ...............................................................................................................................27 5.1 Roadw ay Design .................................................... .........................................................27 5.1.1 Refinement of Preferred Alignments ..... .........................................................27 5.1.2 Develop Roadway Plans .......................... .........................................................27 5.1.3 5.1.3. Pavement Design ............................ .........................................................28 5.1.4 5.1.4. Roadway Design Documentation .........................................................29 5.2 Stormwater Design .........................................................................................................29 5.2.1 Drainage Criteria Memo ...................................................................................29 AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 3 0F77 M ST SE GRADE SEPARATION CONTENTS 5.2.2 TSL Memo Describing Stormwater Facilities ................................................30 5.3 Utility Design ..................................................................................................................30 5.3.1 City Utility Relocation ......................................................................................30 5.3.2 Incorporation of Non-CITY Utility Relocations into Plans .........................30 5.4 Traffic Design .................................................................................................................. 31 5.4.1 Signal Design ..................................................................................................... 31 5.4.2 Conceptual Illumination Design ..................................................................... 31 5.5 Bridges and Structures Design ..................................................................................... 31 5.5.1 5.5.1. Data Collection and Review ................................................................... 31 5.5.2 Design Criteria ................................................................................................... 32 5.5.3 Structural Studies .............................................................................................. 32 5.5.4 Bridge and Wall TS&L Report ......................................................................... 32 5.6 Rail Design ....................................................................................................................... 33 5.6.1 Data Collection and Review .............................................................................33 5.6.2 Design Criteria ................................................................................................... 33 5.6.3 30% Rail Plans ....................................................................................................34 5.7 Landscape & Urban Design .......................................................................................... 34 5.7.1 Landscape Design Report and Plans .............................................................. 35 5.7.2 Urban Design and Visualization ..................................................................... 35 5.8 Construction Phasing / Sequencing ............................................................................ 35 5.9 Submittal - 30% Design Package .................................................................................. 35 6 Environmental Documentation ............................................................................................ 37 6.1 Preliminary Draft Environmental Classification Summary ..................................... 39 6.2 Supporting NEPA/SEPA Documentation .................................................................. 39 6.3 Endangered Species Act Compliance .......................................................................... 41 6.4 NEPA Documented Categorical Exclusion ................................................................. 42 6.5 Environmental Commitments ...................................................................................... 43 7 Right of Way ............................................................................................................................. 45 8 Age ncy, Stakeholder, Tribal, and Community Coordination ........................................ 47 8.1 Stakeholder and Agency Coordination (CITY, WSDOT/FHWA, Property Owners, BNSF, Utilities) ................................................................................................ 47 8.1.1 City Coordination .............................................................................................. 47 8.1.2 WSDOT/FHWA Coordination ....................................................................... 48 8.1.3 Property Owners ............................................................................................... 49 8.1.4 BNSF .................................................................................................................... 49 8.1.5 Utilities ................................................................................................................ 49 8.2 Tribal Coordination ........................................................................................................ 49 8.3 Community Coordination ............................................................................................. 49 8.3.1 Community Meetings ....................................................................................... 49 8.3.2 Public Information - Fact Sheets, Newsletters .............................................. 50 8 Con tract Drawings .................................................................................................................. 53 9.1 General ............................................................................................................................. 53 9.2 Survey, Control and Alignment ................................................................................... 54 9.3 Construction Staging ...................................................................................................... 54 AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 4OF 77 M ST SE GRADE SEPARATION CONTENTS 9.4 Roadway .......................................................................................................................... 54 9.4.1 Roadway Sections .............................................................................................. 54 9.4.2 Paving and Grading .......................................................................................... 54 9.4.3 Roadway Profiles and Superelevation ........................................................... 55 9.4.4 Intersection Grading ......................................................................................... 55 9.5 Site Prep and Temporary Erosion and Sedimentation Control ............................... 55 9.6 Draina ge ........................................................................................................................... 56 9.6.1 Gravity Drainage Plans and Details ............................................................... 56 9.6.2 Drainage Profiles ............................................................................................... 56 9.6.3 Stormwater Pump Station Plans and Details ................................................ 56 9.6.4 Stormwater Pond .............................................................................................. .56 9.7 Utility ............................................................................................................................... 57 9.7.1 City Utility Relocation ......................................................................................57 9.7.2 Incorporation of Non-City Utility Relocations into Plans ...........................57 9.7.3 Utility Potholing ............................................................................................... .57 9.8 Bridge and Structures ................................................................................................... .58 9.8.1 Structure Plans ...................................................................................................59 9.8.2 Design Calculations ..........................................................................................59 9.9 Rail ..... .............................................................................................................................. .59 9.9.1 Rail Plans ........................................................................................................... .60 9.10 Chann elization ............................................................................................................... .60 9.11 Traffic Plans .................................................................................................................... .61 9.11.1 Illumination and Signing Design ................................................................... .61 9.11.2 Traffic Signal ..................................................................................................... .61 9.11.3 ITS and Signal Interconnect ............................................................................ .62 9.12 Landscape, Irrigation and Urban Design ................................................................... .62 9.12.1 Landscape and Urban Design Plans and Details ......................................... .62 9.12.2 Irrigation Plans and Details ............................................................................ .62 9.13 Submittals (60%, 90%, and 100% Bid-Ready) ............................................................ .62 9.13.1 60% Submittal ................................................................................................... .62 9.13.2 90% Submittal ................................................................................................... .63 9.13.3 100% Submittal ................................................................................................. .63 10 Geotechnical Engineering .....................................................................................................65 10.1 Phase 1 (Preliminary) Subsurface Exploration and Data Report .............................67 10.2 Phase 1 (Preliminary) Geotechnical Analysis and Report ........................................69 10.3 Geotechnical Assistance in Preparation of Plans and Specifications ......................71 11 Specifications ...........................................................................................................................73 12 Cost Estimating ........................................................................................................................75 12.1 Quantities ........................................................................................................................75 12.2 Engineers Estimate ........................................................................................................75 13 Major Milestone Reviews (30, 60, 90,100%) .......................................................................77 AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 5OF 77 M ST SE GRADE SEPARATION CONTENTS Attachments A Sheet List by Discipline ............................................................................................................A-1 B Sample Invoice .......................................................................................................................... B-1 C Schedule ..................................................................................................................................... C-1 D Sheet Layout .............................................................................................................................. D-1 AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 6 OF 77 M ST SE GRADE SEPARATION Introduction During the term of this AGREEMENT, CH2M Hill (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the following project: Project C201A M STREET SE GRADE SEPARATION This Scope of Work is for the M Street SE Grade Separation Project. This scope includes survey and base mapping, preliminary engineering, preliminary geotechnical investigations, environmental documentation and permitting, final design (including plans, specifications, and estimates), and public involvement. Completion of this project will require the amendment of this scope with additional tasks for right of way services and further geotechnical investigations. These two tasks were not included in the original scope of work so they may be more accurately defined as the design progresses. Project Description The M Street SE Grade Separation Project is a freight mobility project designed to improve the safety for all modes of travel, increase the vehicle capacity, provide essential arterial linkages in the corridor and eliminate the street/ rail conflicts on M Street. M Street is an arterial street providing a connection north to SR 167 (via 15th Street NW) and Auburn Way South (SR 164). The M Street project will provide a grade separated crossing with the BNSF Stampede Pass line by constructing M Street SE as a 5-lane roadway under the rail line. The vertical re-alignment of M Street SE will likely extend from the vicinity of 2nd Street SE to the vicinity of 7th Street SE, with retaining walls needed for the widening and re-grading along M Street SE, 4th Street SE and 6th Street SE. Additionally, utility relocations and a new storm drainage system will be implemented. Assumptions The following general assumptions have been made in developing the Scope of Work and Budget for the M Street SE Grade Separation Project. Additional detail has been included in the task descriptions contained in the remainder of the Scope of Work. General Assumptions 1. This AGREEMENT has a contract duration that will extend longer than one calendar year. As such, the CITY will issue a Notice to Proceed with a Not to Exceed compensation for each calendar year, contingent upon availability of funds. The CONSULTANT shall not undertake any work or otherwise financially obligate the CITY for any calendar year without a duly executed Notice to Proceed. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 7 OF 77 M ST SE GRADE SEPARATION INTRODUCTION 2. The AGREEMENT has an anticipated start date of October 20, 2008 and is expected to be completed by December 31, 2010. CONSULTANT'S ability to meet the completion date is contingent upon timely receipt of information from the CITY and others and provided the scope proceeds as outlined and within the timeframe above. 3. Unless otherwise specified herein, the CITY is responsible for securing and paying for any permits that may be needed. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the project, the CONSULTANT will have no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that might affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that might materially affect the ultimate project cost or schedule. The CONSULTANT, therefore, will not warranty that the actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT'S opinions, analyses, projections, or estimates. 5. In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/ execution effects are not the responsibility of CONSULTANT. 6. Work performed will be in accordance with the WSDOT Local Agency Guidelines. 7. A wetlands reconnaissance will be performed to determine if any wetlands are present. Should any wetlands be located that would be affected an addendum to the scope may be prepared to include a Wetlands discipline report and if required Wetlands Mitigation report. 8. Drawings will be produced using MicroStation 20040 and will be submitted in AutoCAD 2006 format, following City of Auburn Standards. The CONSULTANT shall be responsible for resolving any conversion issues and ensuring that submitted electronic files adhere to CITY standards. 9. Certain tasks required for the design and construction of this project have not been included in this scope because they could not be accurately scoped without additional information that will become available as the design progresses. The scope may be amended with these tasks as the design work progresses. These tasks are anticipated to include right of way services (including Environmental Site Assessments) and additional geotechnical work. 10. This scope refers to The City of Auburn M Street SE Grade Separation Project Pre-Design Report, prepared in 2002 by CONSULTANT for the City of Auburn, as the "Pre-Design Report." 11. M Street Grade Separation Alternative M3A from the December 2002 Pre-Design Report is referred to as the "Preferred Project Alternative," and is the basis for this scope of work. The AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 8OF77 M ST SE GRADE SEPARATION INTRODUCTION development and/or implementation of other alternatives will be additional work and may require amendment(s). 12. Unless otherwise noted, all project deliverables are items that are to be submitted by the CONSULTANT to the CITY. Unless otherwise directed by the CITY, the CONSULTANT will first prepare a draft version of the deliverable and submit it for review and comment. The CONSULTANT shall address any comments, make appropriate revisions, and re- submit the final version, except for plan submittals for which the CONSULTANT will submit revisions with the next planned submittal. The CITY will provide a consolidated set of City review comments to the CONSULTANT. 13. Unless otherwise noted, the CONSULTANT shall submit at least two hardcopies and 1 electronic PDF copy of all documents listed as deliverables. Upon request from the CITY, the CONSULTANT shall provide the Word, Excel, AutoCAD, PowerPoint or other software file used to create the deliverable document. 14. All calculations, analyses, design, plans, specifications, and other project work will be prepared in English units, US Survey Feet. 15. The CITY shall provide or make available the following items to the CONSULTANT: - The City of Auburn Publications listed as "Design Standards and References" - Existing GIS Mapping information of the Project including general utility location maps for CITY water, sanitary sewer, and storm drainage facilities. - Existing record drawing information of the project area as available. - Existing survey horizontal & vertical control in NAD 83/91 (Horizontal) and NAVD 88 (Vertical). - Title reports, assessor maps, and recorded plat maps. - M Street Construction Closure Impacts Technical Memorandum (prepared by the CITY as described in Task 3.1) - Updated utility contact information and location maps as described in Task 3.5. - One set of consolidated review comments for each Major Milestone Submittal (30%, 60%,90%) 16. Before construction, this project will require a SEPA Determination of Nonsignificance (DNS) based on completion of a SEPA Environmental Checklist. It is assumed that the NEPA Documented Categorical Exclusion will be adopted as the SEPA Environmental Checklist, and that a Notice of Adoption will be prepared and published. This approach will be confirmed by the CITY during consultation with the WSDOT Local Projects Office. 17. As a component of the scope of services, CONSULTANT will deliver electronic copies of Contract Documents (the "Electronic Files") in addition to printed copies (the "Hard Copies") for the convenience of CITY. If there is any discrepancy between any Electronic File and the corresponding Hard Copy, the Hard Copy controls. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 9OF 77 M ST SE GRADE SEPARATION INTRODUCTION 18. CONSULTANT'S deliverables, including record drawings, are limited to the sealed and signed hard copies. Computer-generated drawing files furnished by CONSULTANT are for CITY or others' convenience. Any conclusions or information derived or obtained from these files will be at user's sole risk. Design Standards and References The project shall be developed in accordance with the latest edition, amendments, and revisions of the following publications, where applicable: 1. City of Auburn Publications: Design Standards, Dated December 2004 as amended Construction Standards, Dated December 2003 as amended City's Boiler Plate Standard Special Provisions for the 2010 WSDOT Specifications, when available 2. State Publications: - 2010 Standard Specifications for Road, Bridge, and Municipal Construction (M 41-10) - Standard Plans for Road, Bridge, and Municipal Construction (M 21-01) - Design Manual (M 22-01) - Hydraulic Manual (M 23-03) - Plans Preparation Manual (M 22-31) - Amendments and General Special Provisions - Standard Item Table - WSDOT 2008 Highway Runoff Manual (31-16) - WSDOT 2008 Environmental Procedures Manual (M 31-11) - WSDOT 2008 Traffic Manual (M 51-02) - WSDOT 2008 Local Agency Guidelines (M 36-63) - WSDOT Bridge Design Manual - WSDOT Right of Way Manual (M 26-01) 3. American Association of State Highway and Transportation Officials Publications: - A Policy on Geometric Design of Highways and Streets (2004 ("Green Book") AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 10 OF 77 M ST SE GRADE SEPARATION INTRODUCTION - Any American Association of State Highway Officials policies applicable where said policy is not in conflict with the standards of the Washington State Department of Transportation. 4. U.S. Department of Transportation Publications: - Manual on Uniform Traffic Control Devices for Streets and Highways (current edition) 5. Other Publications: - National Electrical Code - Book of American Society for Testing and Materials Standards - BNSF Railway - Union Pacific Railroad: Guidelines for Grade Separation Projects Obtaining WSDOT, AASHTO, USDOT, and other publications not listed as being provided by the CITY shall be the CONSULTANT'S responsibility. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 11 0E 77 M ST SE GRADE SEPARATION TASK 1 Project Management This task will be continuous throughout the project duration, which is assumed to be 24 months. It will include the work necessary to set up and plan the entire project and establish project-specific procedures, including communication, quality control (QC), overall project coordination with the City and project team, and project closeout. Components of this work include planning the project, chartering the project team, endorsing the plan, executing the project, managing change, and closing the project. 1.1 Plan the Work 1.1.1 Schedule Development The CONSULTANT will prepare a baseline project schedule that substantiates milestone dates. The baseline project schedule will serve as a guide for scheduling the detailed work and will include a work breakdown structure (WBS) that identifies the design activities, their connectivity with other activities, their durations, and their reviews necessary to deliver the deliverables for the project. The CONSULTANT will provide one electronic copy of the project schedule to the CITY for review and approval. The CONSULTANT will baseline the project schedule when it is approved by the CITY. Schedule update information is included in Task 3.6. Deliverable(s): • Draft and final baseline schedule (one electronic copy - MS Project 2002) • Draft and final Baseline Schedule, to be included in the draft and final project instructions. 1.1.2 Project Instructions The CONSULTANT will prepare project instructions to communicate the requirements of the assigned work elements to team members. Elements of the project instructions include the following: • Project definition: Objective and vision; project description; project background; scope of work; and WBS • Resources: CITY-furnished items; team contact information; and project charge numbers • Schedule: Schedule developed under Task 1.1.1 • Level of effort: Hours assigned by task as presented in this Scope of Work • Instructions: deliverables; project team assignments; communication protocols; progress measurements; records management; billing procedures; CAD/ CAE procedures and standards; and file index AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 13 0E 77 M ST SE GRADE SEPARATION TASK 1-PROJECT MANAGEMENT • Change management plan • Project quality plan • Health and safety plan • Close-out Plan Deliverable(s): • Draft project instructions for kick-off chartering meeting (Task 1.2.1): electronic copy and 3 hard copies to the CITY. • Final project instructions updates: electronic copy and 3 hard copies to the CITY. 1.1.3 Project Quality Plan The CONSULTANT will prepare a project quality plan (PQP) that addresses quality control. The project quality manager will administer the PQP. Quality control includes technical discipline review while the work is in progress and senior review of work products prior to submittal to the CITY. The PQP will include the following: Process, sequence, and procedures of reviews Individual roles and responsibilities of reviewers Approval process Deliverable(s): • The PQP, to be included in the project instructions 1.2 Align the Team 1.2.1 Team Chartering The CONSULTANT will prepare and conduct a two-hour kick-off chartering meeting and describe in writing several important points that will be incorporated into the project instructions for the project. The meeting shall address the project measures of success, roles, responsibilities, and operating guidelines. The meeting is needed to confirm communications and decision-making during the subsequent project execution activities. The CITY will participate in the team chartering. For budgeting purposes, this meeting will be two-hours at the CONSULTANT'S Bellevue office and will be attended by the CITY and 10 CONSULTANT and SUBCONSULTANT staff, including the project manager, technical leads for roadway, structures, railroad, traffic, drainage, utilities, right-of-way, survey, geotechnical, and landscaping. Agencies technical and reviewing staff will be encouraged to attend. The CONSULTANT will coordinate with the CITY to determine the number of attendees and NUMBER of copies of materials needed. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 14 OF 77 M ST SE GRADE SEPARATION TASK 1-PROJECT MANAGEMENT The CONSULTANT will prepare a meeting summary. The CITY's comments will be incorporated into the final meeting summary. Deliverable(s): • Kick-off chartering meeting materials (one 20-page PowerPoint@ presentation) • Attendance and facilitation of team chartering meeting • Draft and Final Meeting summary (1 electronic copy to attendees) • Updated Organization Chart (if there are changes from the Chartering meeting) • Updated Contact List 1.3 Work the Plan The CONSULTANT will provide overall project administration and management for the duration of the project. For budgeting purposes, the project duration will be 24 months. 1.3.1 Scope and Budget Management The CONSULTANT will manage the project scope and budget. Significant changes will be reported to the CITY as they occur and in monthly project management team meetings and/or progress reports. This task will help monitor scope and costs, and to propose corrective actions. Current financial status as well as projections of cost to compete work will be provided to the CITY monthly. These actions will include formal requests for budget or scope modifications. 1.3.2 Schedule Management The CONSULTANT will submit schedule updates to the CITY bi-monthly and as needed. For budgeting purposes, it is assumed that 18 schedule updates will be prepared. 1.3.3 Monthly Progress Reporting and Invoicing The CONSULTANT will prepare and submit monthly invoices and supporting documentation in accordance with the LAG Manual and per the sample invoice included as Attachment B. The CONSULTANT will review and incorporate Subconsultant invoices with the monthly invoices. The CONSULTANT will prepare and submit monthly progress reports that qualitatively describe the work accomplished during the billing period, including the status of individual tasks, meetings attended, subconsultant work and action or information needed from the CITY. Progress reports will also indicate work to be accomplished during the next billing period. Progress reports will be submitted to the CITY with the monthly invoice. 24 monthly invoices and progress reports are assumed for the project. Deliverable(s) for Tasks 1.3.1, 1.3.2, and 1.3.3: • 24 Status reports on scope completion - % complete • 24 Monthly Budget Forecasts - Estimate to Complete (ETC) • 24 Monthly invoices • 24 Monthly progress reports AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 15 0E 77 M ST SE GRADE SEPARATION TASK 1-PROJECT MANAGEMENT • 18 Schedule updates (one electronic copy in PDF.) 1.3.4 Document Management The CONSULTANT will provide the management of the drawings and documents received and generated over the course of the project, including closeout of the project. This information will be filed to facilitate ready and selective retrieval. This information will be provided to the CITY in electronic format as requested by the CITY. Deliverable(s): • Use of file management protocols for hard copies and electronic files for the team to access and exchange data (drawings, specs, reports, documents, meeting minutes, plans, etc). 1.3.5 Project Communication Meetings Project Management Team Meetings The CONSULTANT will plan, facilitate and host monthly project management team (PMT) meetings. These meetings will occur rotating between the CITY's office and the CONSULTANT'S office and are assumed to be 2 hours in length. Up to three CONSULTANT team staff members will attend each meeting, depending on the agenda. The CONSULTANT will prepare meeting agendas, meeting summaries, and action items. Deliverable(s): Attendance at 24 monthly PMT meetings Agendas and meeting materials 24 meeting summaries and action item log (electronic copy to attendees) Project Team Meetings, Direction and Oversight The CONSULTANT will lead team meetings and provide direction and oversight of the CONSULTANT'S project team to confirm implementation of the work plan and the coordination of work activities, over the duration of the project. This effort is for the overall project rather than a specific task and is intended to provide the leadership that the team will need to understand project priorities, deadlines, budget constraints, and resolve issues that arise. This task will focus on managing team resources to achieve the project goals. For budgeting purposes, bi-monthly meetings, two hours in length are assumed over the duration of the project (48 meetings). This task is to fund the attendance of the Project Manager, and the Project Assistant at these meetings. Other project team members attending these meetings are to be funded under their specific work task. Deliverable(s): Action Items and Meeting Notes AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 16 OF 77 M ST SE GRADE SEPARATION TASK 2 Funding Support Funding support task(s) are not included in the scope and budget. Should the City require funding support from the CONSULTANT, an amendment may be necessary. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 17 OF 77 M ST SE GRADE SEPARATION TASK 3 Pre-Design Report Update This task involves updating information relevant to the Preferred Project Alternative from the Pre-Design Report to reflect project changes and new information obtained since the time of the original report. The CONSULTANT will review the Pre-Design Report and update data, concepts, issues, figures, technical memoranda, and project cost estimates to reflect current project knowledge, input from BNSF, FHWA and WSDOT, and City-requested changes since the time of the original report. This work will be used to support the review and confirmation of the preferred project alternative for the grade separation and to define the baseline project elements to be subsequently developed further during 30% Design. The CONSULTANT will not update information in the Pre-Design Report relevant only to the By-Pass Road. 3.1 Transportation Analysis Update The CITY will conduct traffic modeling needed to support the analysis of traffic impacts due to closing M Street during construction (without the bypass road). The CITY will prepare a technical memorandum that describes the modeling assumptions, process, and results. The CONSULTANT'S effort for this task will involve incorporating the technical memorandum information into the Pre-Design Report Update documentation. 3.2 Right of Way Update The CONSULTANT will update and document the right of way impacts relevant to the Preferred Project Alternative. The updates will account for the construction of the Grade Separation without the By-Pass Road and changes in right-of-way costs. The CONSULTANT will prepare an updated version of Table 3 from Appendix C-2 of the Pre-Design Report. 3.3 Storm Drainage Update The CONSULTANT will update Appendix C-5 Stormwater Drainage in the Pre-Design Report to reflect current design standards, regulations, permit requirements, and to account for the Preferred Project Alternative being constructed without the By-Pass Road in place. The CONSULTANT will identify appropriate types, sizes, and locations, for stormwater pond(s), pump(s), and related infrastructure. The CONSULTANT will coordinate with the CITY to evaluate and develop the conceptual stormwater system design. The CONSULTANT will prepare an exhibit that illustrates the stormwater system design that will be carried forward to the 30% design and include it in the Pre-Design Report Update Package. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 19 OF 77 M ST SE GRADE SEPARATION TASK 3-PRE-DESIGN REPORT UPDATE 3.4 Environmental Impacts Update The CONSULTANT will document any environmental considerations that are new or have changed since the Pre-Design Report. The updates will include considerations for the project being constructed without the By-Pass Road in place, changed regulations or standards, and preliminary meetings and conversations with WSDOT, FHWA, and the public. 3.5 Utilities Update The CITY will contact each potentially-impacted utility company and will develop an updated list of utility contact information. Data regarding known changes to utility infrastructure in the project area will be requested, along with updated record drawing information. The CONSULTANT'S effort for this task will involve incorporating the updated record drawing information into the Pre-Design Report Update project basemap and documenting any expected change in project impacts that affect project costs. 3.6 Update Pre-Design Report Cost Estimates, Schedule, and Construction Phasing Based on the Pre-Design Report preferred alternative, the CONSULTANT will update the Pre- Design Report cost estimates, schedule, and construction phasing discussion to reflect current project information. This includes updating project elements, unit prices, and current/ projected construction costs to reflect current market conditions and projected cost trends. As part of this task, the CONSULTANT will: • Update material quantities • Update unit prices • Confirm escalation and appropriate cost contingency • Update right-of-way costs • Update stormwater system costs • Update engineering and environmental documentation Costs • Update project schedule • Update construction phasing discussion Deliverable(s): • Updated Budget-Level Project Cost Estimate, Schedule, and Construction Phasing Discussion 3.7 Pre-Design Report Update Package The CONSULTANT will prepare draft and final versions of a Pre-Design Report amendment document that summarizes the results of the updated technical work and documents the baseline project elements to be developed further during 30% Design, and includes the following: AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 20 OF 77 M ST SE GRADE SEPARATION TASK 3-PRE-DESIGN REPORT UPDATE • Compilation of updated information and analysis • Executive summary and comprehensive discussion of updated information Updated exhibits, tables, and plans (only those that were created or modified as part of the Pre-Design Update) Deliverable(s): • M Street SE Grade Separation Pre-Design Report Update Memorandum with exhibits, maps, and tables. (draft: 2 unbound hardcopies; final:1 unbound and 5 bound hardcopies, 5 electronic copies on CD). • M Street Construction Closure Impacts Technical Memorandum (prepared by the CITY). • Updated M Street SE Grade Separation Utility Contact Information and Maps (provided by the CITY). AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 21 OF 77 M ST SE GRADE SEPARATION TASK 4 Survey and Mapping This task involves field surveying to densify horizontal and vertical control within the project limits, collecting existing topographic features and producing a project basemap and Digital Terrain Model (DTM) to be used in preliminary design, and conducting additional survey work to supplement the basemap and DTM as the design progresses. Assumptions: Unless otherwise specified, the CITY will secure rights of entry for all private properties, within the defined project limits, to be surveyed prior to the commencement of field survey work. As part of the geotechnical work, the CONSULTANT will secure a right of entry permit for subsurface explorations in the BNSF right of way. The CONSULTANT will coordinate the subsurface explorations with the survey work so they occur concurrently. The CITY will be responsible for any additional required permits and the arrangement of railroad flaggers. This scope does not include construction staking but may be amended to include it in the future. 4.1 Survey and Construction Control The CONSULTANT will recover existing survey control monumentation provided to the CONSULTANT by the CITY in 2002, and utilized during the pre-design phase of the project. A field survey traverse will be performed to densify the existing horizontal and vertical control points and to establish additional survey control along the corridor and within the project limits. The survey control traverse will be reviewed for accuracy by the Survey Quality Control Lead and adjusted by the least squares method, constrained to original, pre-design phase survey control. Horizontal Datum will be NAD83/91, Washington State Plane Coordinates, North Zone, US Survey Feet. Vertical Datum will be NAVD 88, Feet. CONSULTANT will set up to 8, permanent control points, suitable for use during construction. Deliverables: Field survey and construction control plans, copies of survey field notes, ASCII file of control points. 4.2 Supplemental Base Mapping During the pre-design phase, CONSULTANT crews surveyed the roadway surfaces for the streets and limits described below, locating topographic features from edge of pavement to edge of pavement for the full width of the streets. Only evidence of surface utilities (for all streets listed), and building faces (shot along M St. SE only - good for 2-D only) were located AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 23 OF 77 M ST SE GRADE SEPARATION TASK 4-SURVEY AND MAPPING outside of the edge of pavement. CONSULTANT will review and verify the existing base mapping for changed conditions. The CONSULTANT will re-survey the previously surveyed areas, as necessary to bring the current base map up to date. The previously surveyed areas are: • M St. SE: From 175' North of CL for 3rd St SE to 600' South of CL for 6th St SE • 6th St. SE: From M St SE to 330' West of CL for M St SE • 4th St. SE: From M St SE to 325' West of CL for M St SE • 3rd St. SE: From M St SE to 200' East of CL for M St SE NOTE: During the pre-design phase, CONSULTANT crews also surveyed the top of rail for approximately 275 feet in the vicinity of M St SE, and for approximately 1100 feet in the vicinity of Auburn-Black Diamond Road. CONSULTANT crews will field check this data for accuracy and completeness, and will locate additional top of rail. NOTE: CONSULTANT will also survey the full width of M St SE for an additional 150 feet north of the limits surveyed in 2002, to provide basemapping for the proposed design. The CONSULTANT will perform field surveying, note reduction and basemap preparation for the project area, and field locate the following within the project limits: • Topographic features between the edge of pavement and existing buildings along the aforementioned streets, including any building faces, surface utilities and trees (deciduous trees 6-inch diameter and greater, and evergreen trees 4-inch diameter and greater), not previously located. • Utilize HDS Laser Scanning to capture features of the M St. SE undercrossing of SR-18 Topographic features within the BNSF right of way, north of the southerly right of way line, south of a line parallel with and 20 feet northerly of the northerly most track, and within 800-feet east and 800-feet west of the M St. SE crossing. Crews will also take shots at a maximum 50-foot intervals along the top of each rail within the same limits. Within an area beginning 800-feet east of the M St. SE crossing, and ending 2200-feet east of the M St. SE crossing, crews will locate topographic features within the BNSF right of way, north of the southerly right of way line, and south of the toe of ballast along the south edge of the southerly most track (no rail will be shot in this section as it was previously captured by the CONSULTANT during work in 2002). • Topographic features within area outlined for design of the proposed Stormwater Detention Site(s). • Locations of geotechnical borings. • Utility paint markings. The CITY will be responsible for ordering utility paint markings and it is assumed that utility paint markings will be in place prior to the commencement of field survey for sub-surface utilities. The CONSULTANT will perform measure downs to collect invert elevations and pipe sizes of sanitary and storm sewer systems and compile the data into the basemap. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 24 OF 77 M ST SE GRADE SEPARATION TASK 4-SURVEY AND MAPPING The CONSULTANT will prepare a 1"=20'comprehensive base map adequate to support the design and cost analysis work performed in the design, incorporating the existing, 2002 pre- design phase base mapping with survey information collected under this scope of work. The completed base map will be reviewed for accuracy by the Survey Quality Control Lead and any comments made during this review will be addressed and verified prior to release. Existing features to be compiled and shown include: • Roadway, sidewalk, curb/ gutter, structures, buildings, culverts, houses, poles, railroad tracks, signs, overhead and underground utilities, contours, ditches, streams, wetlands, trees, and other surface features Right-of-Way lines, Parcel lines, Roadway centerlines and Survey control points and benchmarks NOTE: Wetland delineations are not included in this scope and may be added by amendment. In addition to the considerations specified in the paragraph above, the CONSULTANT will provide Supplemental Survey Services as detailed in Task 4.3. Deliverables: Design basemapping in AutoCad 2006 format with planimetric features and an InRoads compatible DTM surface sufficient to generate 2-foot contours. Copies of field notes. ASCII point files. 4.3 Supplemental Surveys It is assumed that during the design phase, some level of supplemental survey may be necessary, and for purposes such as private property match/ conforms, utility features, structure elevations, or features requiring more definition for design purposes. For budgeting purposes this task item has been estimated to not exceed 40-field crew hours. Any costs for performing additional survey beyond 40-field crew hours, may be adjusted accordingly and approved by amendment before commencement of field activities. Deliverables: Supplemental design surveys, updates to basemapping. 4.4 Right of Way Field Surveys 4.4.1 Right of Way Field Surveys The CONSULTANT will perform field surveys to locate controlling section corners, plat monuments, street right of way monuments, and property corners to facilitate calculations for section and sub-section lines, parcel lines, and street centerline and right of way lines. The CONSULTANT will incorporate this information into the basemap. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 25 OF 77 M ST SE GRADE SEPARATION TASK 4-SURVEY AND MAPPING Deliverables: Copies of survey field notes, ASCII file of right of way and section monuments 4.4.2 Records Research and Right of Way Calculations The CONSULTANT will establish the existing right of way and centerlines for the following: • M St. SE: From 325' North of CL for 3rd St SE to 600' South of CL for 6th St SE • 6th St. SE: From M St SE to 350' West of CL for M St SE • 4th St. SE: From M St SE to 325' West of CL for M St SE • 3,d St. SE: From M St SE to 200' East of CL for M St SE • BNSF Railroad (1000 feet west of M St. SE to 2500 feet east of M St. SE) • SR-18 (1000 feet west of M St. SE to 2500 feet east of M St. SE) The CONSULTANT shall calculate and establish right of way lines using assessor maps, recorded plats, and title report information. The CITY shall provide the CONSULTANT with all required title reports and supporting documentation. Deliverables: • Right of way calculations and supporting documentation • AutoCAD 2006 file of existing right of way lines and centerlines AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 26 OF 77 M ST SE GRADE SEPARATION TASK 5 30% Design Task 5, 30% Design, will advance the design of the Preferred Alternative from the work completed in the Pre-Design Report and the Pre-Design Update Task 3. The Pre-Design and Update effort established the concepts for roadway improvements, basic channelization, and conceptual designs for utility and drainage systems. This task will progress the major design elements to an overall 30% level, and perform specific activities to support this design level. See Attachment A for a Sheet List by discipline. For details on the Preferred Alternative, refer to the Project Description. The 30% Design effort will be expected to include modifying the design concept based on agency, stakeholder, and community input; these modifications will be assumed to be minor adjustments within the project limits described. Documentation of the 30% Design task will include the preparation of technical memorandum that assess project impacts and establish design criteria. Quantity takeoffs will be performed for each discipline under this task, which will be compiled in Task 12 Cost Estimating. Design coordination meetings to support the 30% design efforts are included in Task 8 Agency, Stakeholder, Tribal, and Community Coordination. 5.1 Roadway Design 5.1.1 Refinement of Preferred Alignments The Recommended Preferred Alternative will be confirmed in Task 3 Pre-Design Update. Once the topography and right-of-way survey has been completed and right-of-way centerlines and parcel lines are established in Task 4, the CONSULTANT will adjust the horizontal alignments and finalize the roadway alignments and basic project footprint (pavement edges, curb lines, and sidewalk limits) for other disciplines to begin advancing design to the 30% level. The CONSULTANT will utilize existing and forecasted traffic counts (provided by the CITY), to confirm channelization needs and the layout will be revised to address traffic operations. The CONSULTANT will develop vertical alignments for the 30% submittal based on the DTM derived from the topographic survey. The CONSULTANT will also refine the proposed rail alignments and prepare preliminary grading and retaining wall alignments. The CONSULTANT will complete any alignment modifications and the other preferred alternative refinements described in this task prior to initiating other 30% design tasks. Deliverable(s): • Horizontal and vertical alignment documentation. • 30% Project Footprint Roll Plot 5.1.2 Develop Roadway Plans The CONSULTANT will develop 30% Roadway Plans that include the following elements: AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 27 OF 77 M ST SE GRADE SEPARATION TASK 5-30% DESIGN Preliminary Horizontal and Vertical Alignment Plans (30%) The CONSULTANT will prepare preliminary horizontal alignment plans at 1"=20' scale for the selected alternative. The CONSULTANT shall prepare preliminary vertical profile drawings for the selected alternative. Maximum superelevation rates will be noted on the drawings where applicable, supereleveation diagrams will be produced in the final design phase. Preliminary horizontal and vertical alignment plans will be produced for the main roadways and cross streets. Typical Roadway Sections (30%) The CONSULTANT will prepare preliminary Typical Roadway Section Plans not to scale (NTS) and are anticipated to consist of three (3) drawings for selected alternative and cross streets. The sections will denote roadway widths, sidewalks, and traffic lanes. Preliminary Paving and Grading Plans (30%) The CONSULTANT will prepare Preliminary Paving and Grading Plans at 1"=20' scale for the selected alternative. The Plans will show dimensions for roadway outlines and sidewalks for the selected alternative. The Plans will also show curb returns, tapers, intersection layouts, proposed driveway access and other pertinent surface features, which are typically shown at the preliminary phase. A preliminary layout of property limits will be developed and shown in the form of cut/ fill lines and property reconstruction limit. Preliminary Right-of-Way Needs (30%) Using the construction limits developed for the Paving and Grading Plans and the Drainage and Utility Plans, the CONSULTANT will identify right-of-way needs, including acquisition areas, permanent easements and potential construction easements. Approximate square footage will be calculated for parcels identified for full and partial takes. The Preliminary Right-of-Way Needs Map/ Plan will be developed at 1"=20' scale. Deliverable(s): • 30% Roadway Plans to be included in the 30% Drawing Set 5.1.3 Pavement Design The CONSULTANT will prepare pavement designs for roadways that will be reconstructed. Evaluating existing pavement section strength (falling weight deflectometer [FWD] tests) is not included in this Scope of Work. Two pavement sections will be designed for the project limits, including the following: • Flexible pavement design for M Street • Flexible pavement design for side streets The subgrade strength parameters (resilient modulus) will be provided under separate subtask. Traffic volumes, including percentage and classification of trucks, will be used from the information generated from the Traffic Analysis provided by the CITY. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 28 OF 77 M ST SE GRADE SEPARATION TASK 5-30% DESIGN The pavement sections will be shown on the typical cross-sections as described under Task 5.1.2 Roadway Plans. Deliverable(s): • Pavement design memorandum to be included in the 30% Design Report 5.1.4 Roadway Design Documentation Following are the design documentation elements: Update design criteria: The CONSULTANT will verify geometric design criteria for the project. The project design criteria will reference City Design Standards; WSDOT Design Manual where applicable, and AASHTO 2004. Design exceptions: The CONSULTANT will identify variances to CITY design standards. These will be documented and presented in working review sessions with the appropriate reviewers to gain concurrence. Deliverable(s): • Updated project design criteria to be included in the 30% Design Report • Design Exception Documentation to be included in the 30% Design Report 5.2 Stormwater Design This task involves preliminary stormwater engineering to develop a Type, Size, and Location (TS&L) memorandum and 30%-level stormwater plans. This task includes refining the conceptual stormwater system documented in the Pre-Design Update with further development, evaluation, and selection of alternative storm drain, flow control facilities and pump station configuration to be carried forward into final design in subsequent phases of the project. Assumptions: • Design includes a total of one flow control/ infiltration facility and one water quality facility • The CITY will provide a draft pump station standard, when and if available. 5.2.1 Drainage Criteria Memo Document the applicable stormwater regulations, standards, hydrology and hydraulic design criteria to be used in subsequent design. Issues such as levels of flow control and water quality treatment, stormwater pump station sizing, analysis tools, and other significant technical assumptions will be documented in draft memorandum for CITY review and comment. A final memorandum addressing CITY comments will be prepared. Deliverables: Final memorandum addressing City comments to be included in the 30% Design Report AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 29 OF 77 M ST SE GRADE SEPARATION TASK 5-30% DESIGN 5.2.2 TSL Memo Describing Stormwater Facilities Prepare a type, size, and location (TSL) analysis for stormwater flow control, water quality, pump station and force main locations. Results of the analysis will be documented in a technical memorandum up to five (5) pages in length. Drainage profiles will not be prepared for the 30% plan set. Deliverables: • Draft and Final Stormwater Criteria Memorandum to be included in the 30% Design Report • Draft and Final Stormwater (TSL) analysis to be included in the 30% Design Report • 30% Drainage and Pump Station Plans to be included in the 30% Drawings Set 5.3 Utility Design Assumptions: This scope does not include the under-grounding of overhead utilities. Non-City Utilities Include: • Puget Sound Energy - Power, Natural Gas • Comcast - Cable TV/ Fiber Optics • Qwest Telephone • King County - Sanitary Sewer City Utilities Include: • City of Auburn - Water, Storm Drainage and Sanitary Sewer • City of Auburn - Fiber Conduit 5.3.1 City Utility Relocation The CONSULTANT will prepare preliminary utility relocation plans for City sanitary sewer, storm sewer, water lines, fiber conduit and associated appurtenances within the project limits. 5.3.2 Incorporation of Non-CITY Utility Relocations into Plans The relocation of non-CITY utilities will be designed and constructed by their respective owners. The CONSULTANT will show available proposed locations of non-CITY utilities on the Utility Plans. Deliverables for Task 3.1: • 30% Utility Plans to be included in the 30% Drawings Set AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 30 OF 77 M ST SE GRADE SEPARATION TASK 5-30% DESIGN 5.4 Traffic Design It is assumed that as part of the M Street Grade Separation Project the signal at the 4th Street/M Street intersection will require replacement or significant modifications. This task involves preliminary planning of traffic signal design and modifications including confirmation with the CITY of design standards to be used with a signal design memo, preliminary pole locations and preliminary illumination plans. Assumption: • Traffic operations analysis and traffic data including freight data to support the traffic signal design will be provided by the CITY. 5.4.1 Signal Design The CONSULTANT will identify pole locations and modifications resulting form the 30% design effort. Pole locations will be identified on channelization plans. 5.4.2 Conceptual Illumination Design The CONSULTANT will prepare preliminary illumination design plans as part of the 30% design package. Illumination design will be based on the width of the roadway and potential for placing luminaries on the outside along the corridor segment. The CONSULTANT will work with the CITY to determine the general layout and configuration type of light fixture(s) for the roadway and pedestrian lighting to be used on this project and model photometrics that match the chosen fixture. The CONSULTANT will provide preliminary lighting designs for up to two design options that show spacing of luminaries for each option meeting lighting requirements. Design options will show the lane configuration, type of luminaire configuration, spacing between luminaries, and the light level results. Plan sheets will indicate luminaries' locations. 5.5 Bridges and Structures Design This task involves preliminary structural engineering work to develop a bridge Type, Size, and Location (TS&L) Report and 30%-level design plans for the M Street SE Grade Separation bridge and wall structures. This task includes the development, evaluation, and selection of alternative bridge and wall layouts and structure types for the purpose of selecting the bridge structure and retaining wall concepts to be carried forward into final design and construction in subsequent phases of the project. 5.5.1 Data Collection and Review Assemble and review the data needed to perform the structures work elements including: • Review of available site survey and geotechnical data. • Review contract drawings or as-built plans as available for the existing SR 18 Bridge. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 31 OF 77 M ST SE GRADE SEPARATION TASK 5-30% DESIGN • Review of existing reports, maps, utilities, plans, and other data pertinent to the structures. • Review proposed alternative roadway and rail alignments, profiles, and related geometrics. Perform up to two (2) site visits to photograph the site and identify potential conflicts with existing features. 5.5.2 Design Criteria Prepare structural design criteria to be used for the bridge and retaining wall design and related structures in accordance with applicable AREMA, AASHTO and WSDOT codes and standards. 5.5.3 Structural Studies Prepare structural studies to evaluate and recommend the bridge type to be carried forward into final design. Identify and discuss concepts for up to three (3) bridge alternatives for the purposes of selecting the preferred bridge type, size, and location. Determine preliminary geometric requirements such as span lengths, structure dimensions, superstructure types, elevations, clearances, pier locations, foundation types, and abutment and wingwall types, lengths, and heights. Develop preliminary construction staging/ sequencing concepts including requirements for temporary works, and identify existing site constraints. Identify advantages and disadvantages of each concept and potential constraints from a structural, constructability, and maintenance perspective. Develop comparative-level costs for the major cost elements of each bridge alternative of sufficient accuracy and detail to enable ranking and comparison of alternatives based on cost. Coordinate development of the bridge TS&L work with applicable disciplines as follows: • Geotechnical Coordination. Coordinate with the geotechnical engineer for establishing preliminary design criteria for soil loads and foundations, identification of viable foundation types and design parameters, and preliminary selection of preferred foundations types for the bridge and retaining walls. • Hydraulics Coordination. Coordinate with the hydraulics engineer for establishing preliminary design groundwater surface elevations and construction issues. • Environmental Coordination. Coordinate with the environmental task lead to identify key environmental issues and related impacts to bridge and wall design and construction. • Roadway/Civil Coordination. Coordinate with the roadway and civil design engineers for establishing design criteria and constraints related to roadway geometry, construction staging, utilities, surveying and base mapping, and right-of-way impacts. 5.5.4 Bridge and Wall TS&L Report Prepare a bridge Type, Size, and Location report to document the results of the structural studies and discipline coordination. Meetings with the CITY, WSDOT, BNSF and other review agencies to develop the Bridge Design TS&L are described in Task 8. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 32 OF 77 M ST SE GRADE SEPARATION TASK 5-30% DESIGN Deliverable(s): • M Street Grade Separation Bridge and Retaining Wall Design Criteria Memorandum to be included in the 30% Design Report • M Street Grade Separation Bridge TS&L Report, anticipated to include the following sections and to be included in the 30% Design Report: - Executive Summary - Introduction and Background - Project Description - Design Criteria and Project Parameters - Alternative Description and Evaluation - Construction Staging and Sequencing - Conclusions and Recommendations - Appendices Bridge Drawings (Plan, Elevation, and Typical Section for each alternative) Wall Drawings (Plan, Elevation, and Typical Sections) Project Photos 5.6 Rail Design This task involves preliminary design engineering work to develop the BNSF track layouts and rail staging plans to a 30%-level of design. This task includes the development, evaluation, and selection of alternative rail and track alignment options and coordination of track work with the Bridge and Structures work for the purpose of establishing the rail design project components and design responsibility between CITY and BNSF to be carried forward into final design and construction in subsequent phases of the project. 5.6.1 Data Collection and Review Assemble and review the data needed to perform the rail work elements including: • Review of available site survey and geotechnical data. • Review track charts, contract drawings, or as-built plans as available for the existing tracks. • Review of existing reports, maps, utilities, plans, and other data pertinent to the rail work. • Review proposed structures concepts, roadway geometry, and construction staging concepts to coordinate rail work with other project elements. • Perform up to two (2) site visits to photograph the site and identify potential conflicts with existing features. 5.6.2 Design Criteria Prepare preliminary rail design criteria to be used for the bridge design and related structures in accordance with applicable BNSF and AREMA codes and standards. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 33 OF 77 M ST SE GRADE SEPARATION TASK 5-30% DESIGN Deliverable(s): • M Street Grade Separation Rail Design Criteria Memorandum to be included in the 30% Design Report 5.6.3 30% Rail Plans Prepare 30%-level design drawings for rail elements of the project including temporary and permanent track alignments and profiles, subgrade and embankment work (typical sections at 100-foot intervals), related track design elements, and signal systems. Temporary and permanent track alignments and profiles will be detailed, including requirements for track switches, access roads, rail signal systems, roadbed drainage, and temporary track alignments needed to maintain rail service during construction along with construction staging/ sequencing concepts for the rail work. Coordinate development of the rail design work with applicable disciplines as follows: • Bridge and Structures. Coordinate with the structures engineer for preferred concepts for track space requirements and construction staging. • Geotechnical Coordination. Coordinate with the geotechnical engineer for establishing preliminary design criteria for soil loads, subgrade preparation, and required embankment excavations/ fills. • Hydraulics Coordination. Coordinate with the hydraulics engineer for establishing preliminary design elements for roadbed drainage. • Environmental Coordination. Coordinate with the environmental task lead to identify key environmental issues and related impacts to the rail design elements. • Roadway/Civil Coordination. Coordinate with the roadway and civil design engineers for addressing constraints related to roadway geometry, construction staging, utilities, and right-of-way impacts. Meetings with the CITY, WSDOT, BNSF and other review agencies to develop the 30% level Rail Plans are described in Task 8.1. Deliverable(s): • 30% Level Rail Design Plans to be included in the 30% Drawing Set 5.7 Landscape & Urban Design This task involves preliminary landscape architecture, and urban design work to develop 30%- level design plans for the roadway corridor, planting strips between the back of curb and sidewalk and the areas disturbed by construction to the ROW and/or in construction easements. This task includes the development, evaluation, and selection of plant material, irrigation type, water connection points, bridge and wall aesthetic treatments and architectural elements for the purpose of selecting the concepts to be carried forward into final design and construction in subsequent phases of the project. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 34 OF 77 M ST SE GRADE SEPARATION TASK 5-30% DESIGN 5.7.1 Landscape Design Report and Plans The CONSULTANT will prepare plans noting specific areas to be landscaped, the plant material palettes to be used, urban design elements, and infiltration pond and pump station screening to support an updated estimate of quantities. Deliverable(s): • 30% Landscape Plans to be included in the 30% Drawing Set 5.7.2 Urban Design and Visualization The CONSULTANT will prepare up to 6 graphics to support the selection of hardscape/surface treatments, lighting and urban design treatments, and wall and bridge treatments. Deliverable(s): Up to 6 graphics to support selection of urban design features to be included in the 30% Design Report 5.8 Construction Phasing/ Sequencing The Construction Phasing/ Sequencing task will look at how construction of the project can be phased while accommodating the traffic. The CONSULTANT will develop a concept for the sequencing of rail and road construction and the maintenance of traffic. The concept will be described in a memorandum with accompanying exhibit maps. Deliverable(s): • Construction Phasing/ Sequencing Memo with exhibits to be included in the 30% Design Report 5.9 Submittal - 30% Design Package The CONSULTANT will assemble the 30% plans into a single comprehensive plan set referred to as the 30% Drawing Set. The CONSULTANT will assemble the 30% technical memorandum, supporting documentation, and opinion of costs (prepared under task 12) into a bound 30% Design Report with a title page, executive summary, and table of contents. Deliverable(s): • 30% Drawing Set (4 fullsize and 4 halfsize hardcopies, 5 electronic PDF copies on CDs) 30% Design Report (4 hardcopies and 5 electronic copies on CDs) AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 35 OF 77 M ST SE GRADE SEPARATION TASK 6 Environmental Documentation The purpose of the Environmental Documentation Task is to confirm that the project complies with requirements of the National Environmental Policy Act (NEPA) and of the Washington State Environmental Policy Act (SEPA), and that the regulatory permits and approvals required to construct the project are identified and secured, all within a timeframe that will allow the project to proceed on schedule. Assumptions for Environmental Documentation The following assumptions apply to Task 6 in its entirety. Assumptions specific to each subtask are included within the subtask descriptions below. • All work performed under this task will comply with NEPA, SEPA, the current version of the WSDOT Environmental Procedures Manual, M 31-11.03 (EPM), and the current version of the WSDOT Local Agency Guidelines (LAG) Manual, M 36-63.01. • Pending determination early in the project, it is assumed that the project will be classified as Class II in compliance with EPM Chapter 411. As Class II, the project will require a NEPA Documented Categorical Exclusion (DCE) consisting of a completed DOT Form 140-100 EF, Local Agency Environmental Classification Summary (ECS). • The project is not categorically exempt from SEPA threshold determination under WAC 197-11-800 and will require completion of a SEPA Environmental Checklist (WAC 197-11-960) or equivalent NEPA adoption leading to a presumptive Determination of Non-Significance (DNS). This scope does not include the preparation of a SEPA Checklist. • Supporting documentation for the NEPA DCE and SEPA documentation will be prepared as brief technical memorandums (TMs) and a presumptive No Effect Letter to comply with Section 7 of the Endangered Species Act (ESA), prepared in Task 6.3. Documentation will be based on publicly available information sources. For budgeting purposes, it is assumed that seven (7) TMs will be prepared. • Investigation, analysis, and supplemental documentation beyond publicly available information will be performed only for resources for which existing information is not sufficient to determine the probable level of environmental impact. • Work performed under Task 6 will provide analyses, text, and graphics necessary to finalize the ECS and SEPA documentation • The extent of wetlands within the project area is currently not known. This scope of work includes an early wetland reconnaissance of the project area. This qualitative inspection, which will be documented by a brief Wetlands Reconnaissance Memorandum, may eliminate wetlands as a resource to be addressed in detail in the documentation. If the wetland reconnaissance indicates that additional wetland analysis must be performed, a AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 37 0E 77 M ST SE GRADE SEPARATION TASK 6-ENVIRONMENTAL DOCUMENTATION supplemental scope and budget will be submitted to the CITY to include a wetlands delineation, a Wetlands Technical Memorandum, and a Wetlands Mitigation Report, if required. The presence of a wetland that would be affected by the project could also trigger U.S. Army Corps of Engineers consultation and permitting under Section 404 of the Clean Water Act, not addressed in this scope of work. • This scope of work assumes that noise monitoring and modeling, if required, will be conducted for no more than two (2) locations. • This scope of work assumes that no subsurface testing will be required for the cultural resources analysis, and that no more than five (5) properties will require inventories. If subsurface testing or more than five (5) property inventories are required, amendments to the scope of work and budget will be prepared. • Because the project is located in a developed urban environment, it is assumed that a detailed assessment of vegetation and wildlife resources and impacts will not be required. Descriptions of fish resources in the project area and potential impacts on fish populations and habitats will be based on the ESA documentation prepared under Task 6.4. No additional analysis related to fish, wildlife, or habitat will be required. • Permit acquisition, including preparation of permit applications, is not included in the scope of work. It is assumed that the Stormwater Pollution Prevention Plan required for compliance with the NPDES Construction Stormwater general permit will be prepared by the construction contractor. This assumption may be revisited if it is determined that not including the SWPPP in the Contract Documents could delay NPDES permitting. A Tribal permit will not be required, because Tribal land will not be affected by the grade separation. It is assumed that the CITY will negotiate with BNSF Railway regarding BNSF right-of-way approvals. • Basic GIS mapping for use in the analysis will be completed as part of preliminary design tasks under this scope of work. • The CITY will provide updated property ownership information from assessor maps and will obtain rights-of-entry if needed to allow site-specific environmental impact assessments. • Draft work products other than the Draft Local Agency Environmental Classification Summary will include line numbers restarting on each page. • The CONSULTANT will attend meetings with WSDOT and/or FHWA to receive comments on draft work products. Up to two (2) meetings per discipline (5) are assumed at two (2) hours each for two (2) CONSULTANT staff. This is budgeted under Task 8.1.2. • The schedule assumes the CITY, WSDOT, and FHWA will provide 3-week reviews for all products. • The CONSULTANT will be responsible for reproduction and distribution of the DCE and SEPA documentation. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 38 OF 77 M ST SE GRADE SEPARATION TASK 6-ENVIRONMENTAL DOCUMENTATION • All consultation with regulatory agency representatives, stakeholders, or other outside organizations and individuals will be approved, arranged, and led by the CITY. 6.1 Preliminary Draft Environmental Classification Summary The CONSULTANT, in coordination with the CITY, will use DOT Form 140-100 EF, Local Agency Environmental Classification Summary (ECS), to prepare a Preliminary Draft ECS as a starting point for agency consultation. The CONSULTANT will use available existing information as the basis for preparing the Preliminary Draft ECS. This document will be submitted to the CITY for review, comment, revision, and approval prior to being distributed to participants in the Local Programs Office consultation meeting (Task 6.2). Information addressing ECS Part 2.d, Critical/ Sensitive Areas: Wetlands, will be based on the results of a qualitative wetlands reconnaissance of the project vicinity to be conducted as part of this subtask and documented in a brief Wetlands Reconnaissance Memorandum. The Preliminary Draft ECS and Draft Wetlands Reconnaissance Memorandum will be submitted to the CITY for review and comment by the CITY and other entities as determined by the CITY. Following review and comment, the CONSULTANT will revise the Preliminary Draft ECS and Wetlands Reconnaissance Memorandum for approval by the CITY. The Preliminary Draft ECS and Wetlands Reconnaissance Memorandum as approved by the CITY will serve as the basis for the Local Programs Office consultation meeting (Task 6.2). Deliverables: • Wetlands Reconnaissance Memorandum • 1st Submittal of Preliminary Draft ECS • Preliminary Draft ECS 6.2 Supporting NEPAISEPA Documentation Assumptions: • Supporting documentation for the NEPA DCE and SEPA documentation will consist of concise technical memorandums (TMs). • Work performed will be based on publicly available information, supplemented as needed by site-specific information from the project study area. Topics not required to complete the NEPA DCE and SEPA documentation will not be addressed. Topics to be covered by the TMs will be determined on the basis of guidance received during the Local Programs Office consultation (Task 8.1.2). It is assumed that resource components requiring analysis beyond routine information updates will be limited to the following: - Transportation: because of short-term construction-related changes in traffic patterns. - Noise: because the change in ambient noise level between the baseline (existing) condition and project operation is not known. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 39 OF 77 M ST SE GRADE SEPARATION TASK 6-ENVIRONMENTAL DOCUMENTATION Stormwater Runoff: because the amount of new pollution-generating impervious surface (PGIS) and requirements for stormwater runoff detention and/or treatment have not been quantified. Wetlands: because the presence and functional values of wetlands in the project area have not been confirmed. Historic or Archaeological Preservation: because the presence of cultural resources that might be affected by project construction has not been evaluated, and structures that could be considered potentially eligible for protection under the National Historic Preservation Act (built 50 years prior to the start of project construction) are known to be present in the project vicinity. Hazardous Materials: because the presence of hazardous materials that might be affected by project construction has not been evaluated. This scope of work assumes that no Phase I or Phase II environmental site assessments will be required. Social Elements (including Relocations and Environmental/ Social justice): because the extent to which residents will be required to relocate their residences, and the degree of hardship associated with any such relocation, is not known. Approach: The CONSULTANT will prepare 7 concise technical memorandums to be used to support the ECS and SEPA documentation based upon the guidance received following the Local Programs Office consultation and from the agency, stakeholder, Tribal, and community coordination conducted (Task 8). Existing information will be supplemented by site reconnaissance visits, interviews, and other means documented in the prepared text. Analyses, text and graphics will be limited to the specific information required by the environmental documentation. Work will comply with the guidance in FHWA Technical Advisory T 6640.8A, the WSDOT EPM, and Chapter 24 of the LAG Manual. TMs will be prepared only to provide supplemental and supporting information to the ECS SEPA documentation. TMs will be brief and limited to the specific information required by the environmental documentation. Technical consultation with regulatory agencies, if required to obtain current information for the TMs, is included in Agency, Stakeholder, Tribal, and Community Coordination (Task 8). Any and all agency consultation by the CONSULTANT will be approved in advance by the CITY. Before work starts on TMs or the ESA No Effect Letter (Task 6.3), the CONSULTANT will meet with the CITY to review the outcome of the Local Programs Office consultation; relevant information from the Agency, Stakeholder, Tribal, and Community Coordination (Task 8); the project description; and the scope of work, budget, and schedule for environmental documentation. Prior to submittal to the CITY, TMs will receive QA/QC review by senior CONSULTANT staff which is budgeted in Task 13. Draft TMs will be submitted to the CITY, WSDOT, and FHWA for review and comment. Following review, the TMs will be revised as final and will be considered ready to support the DCE and SEPA documentation. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 40 OF 77 M ST SE GRADE SEPARATION TASK 6-ENVIRONMENTAL DOCUMENTATION Deliverables: 1st Draft TM for CITY, WSDOT, and FHWA review (10 printed copies) Final TM [1 electronic copy (PDF) and 3 camera-ready originals] 6.3 Endangered Species Act Compliance The CONSULTANT will prepare Endangered Species Act (ESA) documentation in accordance with standard methodologies, including the WSDOT EPM, WSDOT Advanced Training Manual for BA Preparation, and related guidance documents (e.g., WSDOT Instructional Letter 4020.02). Assumptions: • On the basis of existing information about the project and its setting, the only project effect likely to require ESA consideration is stormwater runoff from increased pollution- generating impervious surface (PGIS). • Any project-related increase in stormwater runoff from PGIS will be fully mitigated by stormwater detention and/or treatment. • Because the project will have No Effect on any species that is listed, or is a candidate for listing, as Threatened or Endangered, formal consultation with USFWS and NOAA Fisheries under ESA Section 7(a)(2) will not be required. • A No Effect Letter will be prepared. Approach: The No Effect Letter will include the following: • A brief description of the proposed project and of the project action area where impacts are anticipated • Information on the methods and timing of project construction • A description of the target species and their habitats within the project action area • An assessment of the potential impacts of the proposed project on the target species and designated or proposed critical habitats; and • Justification for a No Effect determination. The CONSULTANT will obtain current official listings of federal candidate, proposed, and ESA-listed species that may be present in the vicinity of the project as provided by NOAA Fisheries and USFWS. The CONSULTANT will obtain updated listings throughout the life of the project (typically species listings must be updated once every six months). The CONSULTANT will research available literature to determine whether federally listed or candidate species (and/or their habitats) could occur in the project area and immediate surroundings. Information on any anticipated project-related change in pollution-generating impervious surface, stormwater runoff volumes, and stormwater treatment and/or detention will be evaluated. The preceding information will be used to prepare a No Effect Letter addressing potential impacts to plant, fish, and wildlife species that are listed, proposed for AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 41 OF 77 M ST SE GRADE SEPARATION TASK 6-ENVIRONMENTAL DOCUMENTATION listing, or candidates for listing under ESA, and addressing impacts to critical habitats designated or proposed under ESA. Information sources will include: • species lists provided by NOAA Fisheries and USFWS • the Washington Department of Fish and Wildlife (WDFW) Priority Habitats and Species Database • fisheries information provided by WDFW (Salmon and Steelhead Stock Inventory; Salmon and Steelhead Habitat Inventory and Assessment Program), WSDOT, and the Washington Department of Ecology (Ecology) • the Washington State Department of Natural Resources (WDNR) Natural Heritage Program rare plant database • project design plans and specifications • impact analyses prepared for this project as documented in the ECS, Environmental Checklist, and technical memoranda The CONSULTANT will submit a first draft of the No Effect Letter to the CITY for review and comment by the CITY and other entities as determined by the CITY. After incorporating revisions responsive to the reviewers' comments, the CONSULTANT will submit the final No Effect Letter to the CITY. Deliverables: • 1st draft No Effect Letter • Final No Effect Letter 6.4 NEPA Documented Categorical Exclusion Assumptions: • This subtask is contingent on the determination that the project is Class II. • The DCE will consist of the completed ECS, the technical memorandums to support the DCE, and the presumptive ESA No Effect Letter prepared in Task 6.3. Approach: The CONSULTANT will finalize the Preliminary Draft ECS prepared in Task 6.1. Information used to revise and complete the ECS will be based on, and supported by, the technical memorandums prepared in Task 6.3, the Pre-Design Report Update Package prepared in Task 3.7, and the ESA No Effect Letter prepared in Task 6.3. The CONSULTANT will confirm that the ECS contains current information to indicate the NEPA and SEPA approaches for environmental review and documentation. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 42 OF 77 M ST SE GRADE SEPARATION TASK 6-ENVIRONMENTAL DOCUMENTATION The CONSULTANT will submit a first draft of the Final ECS for review and comment by the CITY and other entities as determined by the CITY. Following this review, the CONSULTANT will incorporate revisions responsive to the reviewers' comments and submit the Final ECS to the CITY. Deliverables: • 1st draft Final ECS • Final ECS 6.5 Environmental Commitments The CONSULTANT will develop and maintain a list of environmental commitments resulting from the environmental documentation tasks. This list will be updated and submitted to the CITY to assist in tracking and managing the project's environmental commitments. Assumption: • The list of environmental commitments will be updated. Deliverables: List of environmental commitments in electronic format (Microsoft Word), along with one hard copy, to be updated and resubmitted to the CITY AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 43 OF 77 M ST SE GRADE SEPARATION TASK 7 Right of Way Right of Way services including parcel calculations, legal descriptions, parcel maps, right of way plans, appraisals, negotiations, and coordination are not included in this scope of work but may be added under a future amendment. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 45 OF 77 M ST SE GRADE SEPARATION TASK S Agency, Stakeholder, Tribal, and Community Coordination This task consolidates agency, stakeholder, Tribal, and public consultation and coordination required for the engineering design process and for compliance with NEPA, SEPA, and Section 106 of the National Historic Preservation Act. Work to be performed under this task also includes general administrative coordination with the key project review agencies and affected utility companies, as well as coordination to obtain engineering review and approval of project technical work. This work is for coordination with the pre-design update, 30%, 60%, 90% and 100% levels of design completion. 8.1 Stakeholder and Agency Coordination (CITY, WSDOT/FHWA, Property Owners, BNSF, Utilities) The CONSULTANT will coordinate the preparation and review of the project design work with CITY staff and applicable review agencies and stakeholders at the 30%, 60%, and 90% levels of design completion. The CONSULTANT will provide copies of technical documentation to facilitate agency and stakeholder review and approval of the proposed project solutions. The CONSULTANT will submit the draft design information at milestone deliverables to the applicable review agencies and stakeholders for review and comment. The CONSULTANT will respond and adjudicate agency and stakeholder review comments and incorporate revisions. The CONSULTANT will assist the CITY to schedule, coordinate, and support project briefings and outreach to local, state, and federal elected officials and agency representatives, to identify key issues of concern to elected officials and agencies to be resolved, build support for the project through resolution of key issues, and to coordinate construction activities with operations of other agencies. 8.1.1 City Coordination The CONSULTANT will prepare for and attend up to two City Council meetings. The CONSULTANT will prepare presentation graphics showing applicable project information. It is assumed these Council meetings would occur at the time of key milestone submittals (30, 60, 90,100%) The CONSULTANT will assist the CITY in briefing elected officials by preparing briefing materials and by preparing summaries of issues, questions, and responses raised at each briefing that the CONSULTANT attends. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 47 OF 77 M ST SE GRADE SEPARATION TASK 8-AGENCY, STAKEHOLDER, TRIBAL, AND COMMUNITY COORDINATION 8.1.2 WSDOTIFHWA Coordination The CONSULTANT will be responsible for coordinating, supporting, and attending meetings between project staff and WSDOT/FHWA representatives, including scheduling, preparing meeting materials, and summarizing meeting discussion, issues, and follow-up activities. Local Programs Coordination Assumption: • An initial meeting with WSDOT/FHWA is necessary to discuss and determine the environmental documentation for the project. During or shortly following this consultation, the CITY, WSDOT, and FHWA will confirm the environmental classification of the project. The meeting will be attended by three (3) CONSULTANT staff. The CONSULTANT will attend meetings with WSDOT and/or FHWA to receive comments on draft work products. Up to two (2) meetings per discipline (5) are assumed at two (2) hours each for two (2) CONSULTANT staff Approach: Per LAG Manual Section 24.2 and EPM Section 410.05(10), the CONSULTANT will meet with the CITY, the WSDOT Local Programs Office, FHWA, and possibly the SHPO and other agencies, as determined by the CITY, to accomplish the following: • Confirm the lead and co-lead agencies. • Identify cooperating agencies. • Confirm graphically the approximate study area that is under consideration. • Confirm the environmental documentation category of the project. • Confirm what resource topics should receive emphasis in the updated Environmental Impacts Technical Memorandum. • Clarify the probable Section 106 status of, and the level of documentation required for, older residential buildings that may require demolition. • Determine the applicability of the Section 106 Tribal consultation process and whether the Section 106 FHWA Programmatic Agreement (PA) makes the project exempt. If the project is not exempt under the PA, discuss a suggested list of Tribes and potentially the mapping of Tribal "Usual and Accustomed Areas." • Review a preliminary project schedule. • Determine any additional work necessary to complete the DCE, and establish a Negotiated Timeframe for completing the DCE and SEPA documentation. • Confirm permit requirements for the project. The CONSULTANT will summarize the meeting in a memorandum to the CITY. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 48 OF 77 M ST SE GRADE SEPARATION TASK 8-AGENCY, STAKEHOLDER, TRIBAL, AND COMMUNITY COORDINATION WSDOT Bridge and Structures The CONSULTANT will attend meetings with WSDOT Bridge and Structures staff to confirm constraints, criteria and to receive comments on draft work products related to the existing WSDOT bridge and retaining walls affected by this project. Up to two (2) meetings are assumed at two (2) hours each for two (2) CONSULTANT staff 8.1.3 Property Owners The CONSULTANT will prepare for and attend up to two Property Owner Meetings. The CONSULTANT will prepare drawings and exhibits showing applicable project information. It is assumed these meetings will be an informal format and occur as needed during the design of the project. 8.1.4 BNSF The CONSULTANT will provide technical support to the CITY and the design team in the CITY's negotiations with BNSF. The CONSULTANT will attend meetings on an as-requested basis. 8.1.5 Utilities The CONSULTANT will coordinate with utility companies within the project area to identify utilities that require relocation. The CONSULTANT will provide utility companies with project plans and information. The CONSULTANT will provide technical assistance to the CITY in support of the CITY's relocation agreement negotiations with the applicable utility companies. The CONSULTANT will coordinate with each utility company to confirm that their design is consistent and compatible with the roadway design. 8.2 Tribal Coordination Early in the project, the CONSULTANT will assist the CITY in preparing for and conducting a consultation meeting with the Muckleshoot Tribe and representatives of other interested Tribes to provide information about the project purpose and need, construction schedule, and expected short-term and long-term environmental effects, and to receive information from Tribal officials and elders regarding the project vicinity and any Tribal concerns regarding the project. 8.3 Community Coordination 8.3.1 Community Meetings The CONSULTANT will assist the CITY with planning and conducting community meetings to help confirm that the community is informed about the project and has an opportunity to provide comments on it. Assistance to the CITY will include planning and providing logistic support for the meeting; preparing displays; stationing expert staff in the meeting room to AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 49 OF 77 M ST SE GRADE SEPARATION TASK 8-AGENCY, STAKEHOLDER, TRIBAL, AND COMMUNITY COORDINATION answer questions; and preparing a Public Information Report summarizing the public information meeting. These meetings will be Open House format and occur at the time of selected key project milestones. The first community meeting will provide an overview of environmental information about the project vicinity and expected environmental effects of the grade separation, including a question-and-answer period. The CONSULTANT will also present and solicit feedback regarding aesthetic treatment and urban design options. Assumptions: • The CONSULTANT will prepare up to ten (10) boards and five (5) black and white and five (5) color handouts. • Up to one hundred (100) participants will attend each meeting. The CONSULTANT will plan, assist the CITY with conducting, and document two (2) community meetings to be held in Auburn. The CONSULTANT will be responsible for the following tasks: • Develop an event plan that describes the objective of the meeting, date and location, staff responsibilities, proposed materials, and advertising strategy • Prepare, maintain, and supplement a distribution list of interested individuals to facilitate sending them information on the project • Coordinate the meeting schedule and staffing with the CITY • Prepare materials including handouts, comment forms, display boards, presentation, and other displays • Arrange meeting logistics including, sign-in sheets, A/ V equipment, and refreshments • Coordinate meeting advertisements through such means as display advertisements, Web site, posters, post cards, newsletters, news releases, media briefings, community calendar announcements, and e-mails to the project's distribution list • Prepare a Public Information Report summarizing the public information/ public scoping meeting 8.3.2 Public Information - Fact Sheets, Newsletters The CONSULTANT will prepare one fact sheet and two project newsletters describing the project improvements, status, schedule, and contact information for the project. The CONSULTANT will prepare originals for bulk mailings - which will be copied and mailed by the CITY. Deliverables for Task 8: • Local Programs Office Consultation Memorandum • Agendas and Meeting Minutes AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 50 OF 77 M ST SE GRADE SEPARATION TASK 8-AGENCY, STAKEHOLDER, TRIBAL, AND COMMUNITY COORDINATION • Information material targeted specifically for elected official or agency outreach, as requested by the CITY • Summary documentation for each meeting between the CITY, agencies, stakeholders, and the public • Fact sheet and (2) Newsletters • PowerPoint presentations and exhibit boards to support CITY council, community, agency, and stakeholder meetings. • Community Meeting Plans, Materials, Documentation, Equipment, and Refreshments. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 51 OF 77 M ST SE GRADE SEPARATION TASK 9 Contract Drawings This final design task progresses the design from 30% level to preparing the 60% contract drawings for review, the 90% contract drawings for review, and 100% (bid ready) contract drawings. See Attachment A for sheet list by Discipline. In addition to preparing the contract drawings, the CONSULTANT will maintain design documentation including design calculations. Quantity take-offs will be performed for each discipline under this task, to be compiled in Task 12, Cost Estimating. Assumptions: The level of effort and fee estimate for this task is based on the number of sheets for each discipline as shown in the sheet list provided in Attachment A and is based on the preferred alternative as identified in the 2002 Pre-Design Report. The sheet list was prepared based on the CONSULTANT'S current knowledge of the project scope and anticipated work elements. The CONSULTANT shall consult with the CITY prior to developing any sheets if the actual number of required sheets varies from the original sheet count estimate. If the CITY and the CONSULTANT concur that total number of sheets required to detail the project exceeds the original estimate, the budget for this task may be amended. 9.1 General The CONSULTANT will prepare the contract drawings in accordance with the CITY's design standards. Unless otherwise noted or directed by the CITY, the CONSULTANT will prepare all plan view sheets at a 1"= 20' scale. The CONSULTANT will prepare a cover sheet and an index of drawings. The list of plan sheet titles in the indices will exactly match the titles as they appear on the plan sheets. See Attachment A for preliminary list of the contract drawing sheets. The CONSULTANT will prepare a vicinity map showing the project limits. The vicinity map will include the beginning and ending of construction, stations, major cross streets, waterways, and critical areas. The CONSULTANT will prepare a sheet layout index for each scale used showing the sheet layout for the various disciplines. The CONSULTANT will prepare general notes, abbreviations, and symbols sheet. A summary of quantities depicting bid items quantities will not be included in the plan set. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 53 OF 77 M ST SE GRADE SEPARATION TASK 9-CONTRACT DRAWINGS 9.2 Survey, Control and Alignment The CONSULTANT will prepare a set of alignment tables and plan sheets for survey control, monumentation, and alignments. The alignment tables will list necessary curve details for both existing and proposed centerline alignments. The plan sheets will include alignment centerlines, and horizontal and vertical control. Deliverables: • 60%,90%, and 100% Survey Control, and Alignment Plans 9.3 Construction Staging The CONSULTANT will develop construction staging plans at a scale to show the project limits on two plan sheets, with the sheets repeated for the various stages of construction. The plans will include staging notes describing contractor requirements for maintaining traffic lanes, access to parcels, and maintenance of a work zone. The plans will also delineate specific areas of concern such as interfaces with other construction contracts, critical access requirements for individual properties, commitments made to adjacent property owners and businesses, and the CITY and other agency requirements. The CONSULTANT will coordinate with the CITY, Auburn School District's Transportation Division, and King County Metro to identify requirements for closures, detour and/or relocation of facilities for any transit route or facilities and specific roadways, and will include these requirements in the Construction Staging plans. The construction staging plans prepared by the CONSULTANT will serve as the basis for the contractor to bid the project and to prepare detailed construction staging and traffic maintenance plans. 9.4 Roadway Assumption: • Design related meetings with the CITY to support the Roadway Design are quantified in Task 8. 9.4.1 Roadway Sections Roadway sections will be developed for M Street and side streets denoting roadway widths, sidewalks, medians, landscaping, pavement design, and traffic lanes. Deliverables: • 60%, 90%, and 100% Roadway Section Sheets 9.4.2 Paving and Grading The CONSULTANT will prepare roadway modification plans that will show dimensions for roadway outlines and sidewalks. The plans will also show curb returns, tapers, intersection layouts, proposed driveway access, and other pertinent surface features. Property conform limits will be developed and shown in the form of cut-and-fill lines and property reconstruction AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 54 OF 77 M ST SE GRADE SEPARATION TASK 9-CONTRACT DRAWINGS limits. The CONSULTANT will perform property interface design to existing terrain, including driveway grading, and identify retaining wall location and grading to match existing. Property interface design will be shown on the Paving and Grading plans. Roadway Plans will include construction requirements for settlement issues identified in the Geotechnical Report. Deliverables: • 60%,90%, and 100% Paving and Grading Plans • 60%. 90%, and 100% Paving Detail Sheets 9.4.3 Roadway Profiles and Superelevation The CONSULTANT will prepare vertical profile drawings for the main roadways and cross streets within the project area. Cross-slope diagrams will be included on the profiles. Deliverables: • 60%,90%, and 100% Roadway Profiles and Superelevation Sheets 9.4.4 Intersection Grading Intersections in the project area will prepared at 1 inch =10 feet scale showing curb return alignment data for each leg of the intersection including tables with gutter elevations at PC, PT, quarter; grades, radius and length of curve. Deliverables: • 60%, 90%, and 100% Intersection Grading Plans 9.5 Site Prep and Temporary Erosion and Sedimentation Control Assumptions: The construction contract will prepare a Stormwater Pollution Prevention Plan (SWPPP) that is consistent with Dept. of Ecology requirements and incorporates the TESC plans. If the CITY determines that the SWPPP should be included in the project bid documents, the scope may be amended to include its preparation by the CONSULTANT. The CONSULTANT will define the site prep and demolition activities, including items to be abandoned, salvaged, recycled or removed, and identify facilities that need to be protected during construction. Site Prep plans will include surface feature items, such as pavements (by type), sidewalk, curbs, walls, building structures and foundations and miscellaneous structures. Demolition required for utilities, drainage features, signing, striping, signalization and illumination will not be included in these drawings and will be shown on the relevant discipline drawings. Building remodeling is not included in the demolition drawings, these items will be addressed in the real estate agreements. Temporary Erosion Control measures for the project will be shown on the Site Prep and TESC Plans. The CONSULTANT will prepare temporary erosion control details which show erosion AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 55 OF 77 M ST SE GRADE SEPARATION TASK 9-CONTRACT DRAWINGS and sedimentation controls measures to be used for this project. These plans will not be included in the 60% submittal. Deliverables: • 90% and 100% Site Prep and Erosion Control Plans and Details • 90% and 100% Erosion Control Details 9.6 Drainage This task involves preparation of final design plans and stormwater report for the project. 9.6.1 Gravity Drainage Plans and Details The CONSULTANT will prepare plans and details for the gravity drainage design, including plan views of drainage pipes and structures, connections to the existing stormwater systems, stormwater treatment and flow control facilities, and nonstandard drainage details. These storm system layouts will include catch basin and manhole locations, and the details required to describe the stormwater facilities. Deliverables: • 60%, 90%, and 100% Drainage Plans and Details 9.6.2 Drainage Profiles These plans will include profiles for the gravity storm drains required within the project limits. Pipe elevations on all inverts, size, length, and type as well as drainage structures will be included. Profiles of the stormwater facilities will also be included. Existing and proposed utility crossings will be depicted based on pothole data and utility profiles. Deliverables: • 60%, 90%, and 100% Drainage Profiles 9.6.3 Stormwater Pump Station Plans and Details The CONSULTANT will prepare plans, details and specification for one storm water pump station based on the 30% design. Plans will include pump station layout and related details including force-main configuration, structural components, backup power generator, electrical, instrumentation and controls (I&C), air relief valve and switch details. Deliverables: • 60%, 90% and 100% Pump Station Plans and Details 9.6.4 Stormwater Pond Separate plans and details for one combined water quality and flow control facility showing grading, typical sections and related pertinent details of the facility will be prepared. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 56 OF 77 M ST SE GRADE SEPARATION TASK 9--CONTRACT DRAWINGS Deliverables: • 60%, 90%, and 100% Stormwater Pond Plans and Details 9.7 Utility 9.7.1 City Utility Relocation The CONSULTANT will prepare utility plans for City sanitary sewer, storm sewer, water lines, fiber conduit, water mains, and associated appurtenances within the project limits. 9.7.2 Incorporation of Non-City Utility Relocations into Plans The relocation of non-CITY utilities will be designed and constructed by their respective owners. The CONSULTANT will compile layout plans from each non-CITY utility to be incorporated into the contract documents. The CONSULTANT will show the proposed locations of all non-CITY utilities on the Utility Plans. 9.7.3 Utility Potholing The CONSULTANT will develop a potholing program to verify existing utility location, depth and size. Critical pothole locations will be determined during the design phase and coordinated with the various utility owners. These critical locations will include locations where proposed utilities (storm drain, water, and the joint power/ telecommunications trench) cross existing utilities that will remain. Documentation will consist of pothole location shown on plan drawings with additional information in tabular form. Tabular information will include utility type, size, location, depth and additional detail as determined. It is assumed that a no-fee permit will be required from the CITY to perform this work. Assume twenty (20) potholes will be performed. The CONSULTANT will subcontract with utility pothole company to perform utility locates. The utility pothole company will be responsible for obtaining a CITY permit, traffic control, utility locates prior to potholing, handling and disposal of materials, and recording pothole data. The CONSULTANT will coordinate with the pothole company to confirm scope and schedule of utility locate work is completed as agreed with the CITY. Potholing will be performed after the 60% submittal. Information gathered will be incorporated into the 90% plans and profiles. Deliverables for Task 9.7: • 60%, 90%, and 100% Utility Plans, Profiles and Details • 90% and 100% plans will include Pothole locations and a Pothole Data table showing AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 57 OF 77 M ST SE GRADE SEPARATION TASK 9-CONTRACT DRAWINGS 9.8 Bridge and Structures This task involves final design and contract documentation preparation for the M Street SE Grade Separation Bridge and retaining walls. Assumptions: • All calculations, analyses, design, plans, specifications, and other project work will be prepared in English units. • The new bridge is anticipated to be a straight, single-span girder bridge (prestressed concrete or steel girders). The bridge is anticipated to be approximately 120 feet long by up to 50 feet wide. The bridge is anticipated to be supported by multi-column bents founded on either drilled shafts or driven piling as appropriate based on the assessment of existing subsurface conditions, constructability requirements, and project costs. • The retaining walls are anticipated to be no more than 3500 feet in total length and will consist of a combination of soil nail walls, soldier pile tie-back walls, and concrete cantilever walls depending on wall height and constructability considerations. • It is anticipated that construction sequencing of the railroad undercrossing structure will be necessary to maintain BNSF rail traffic during construction. • Final design of the BNSF undercrossing bridge and retaining walls will not commence until the 30% design concepts have been approved by the CITY, WSDOT, and BNSF. • The CONSULTANT will coordinate the design of the retaining wall structures below the existing SR18 Bridge with WSDOT to develop a design that meets WSDOT's requirements for the project. • Design of the BNSF undercrossing structure will be in accordance with the BNSF Design Standards and the American Railway Engineering and Maintenance-of-Way Association (AREMA) Manual for Railway Engineering, latest edition. • Design of the retaining walls within the WSDOT right-of-way will be designed in accordance with the WSDOT LRFD Bridge Design Manual (BDM) latest edition. • The CITY will enter into a separate AGREEMENT with BNSF that defines the scope, costs, cost responsibility, schedule, and other requirements for project-related work items to be performed by BNSF. The CONSULTANT will provide technical support for the CITY in their negotiations with BNSF and the work included in this scope of work is limited to: - Design and construction document preparation for the selected railroad undercrossing structure alternative, retaining walls, temporary shoring, and construction sequencing. • The WSDOT / APWA 2010 Standard Specifications for Road, Bridge, and Municipal Construction, and Amendments (English version) will be used for specifying the work. WSDOT General Special Provisions, BNSF Standard Specifications, and project-specific Special Provisions will be included. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 58 OF 77 M ST SE GRADE SEPARATION TASK 9-CONTRACT DRAWINGS • As part of the QA/QC process, an in-house structural design check, a plans check, and a constructability review are included as part of this scope of work. • Coordination with utility companies will be provided under other tasks. The CITY will provide CONSULTANT a list itemizing the arrangement, sizes, types, locations, mounting requirements, and other utility requirements for present and future utilities to be supported by the bridge. 9.8.1 Structure Plans The CONSULTANT will prepare design drawings of superstructure, substructure, abutment, foundation, aesthetic treatments (excluding artwork and other complex treatments), and retaining wall components for bidding and construction of the project. The CONSULTANT will provide construction staging plans to enable maintenance of rail traffic during construction, including temporary shoring. Drawings anticipated for this project are included in the attached Drawing List. Deliverables: • 60%,90%, and 100% Bridge and Retaining Wall Plans 9.8.2 Design Calculations Prepare analysis and design calculations for the bridge and retaining walls, including superstructure, substructure, abutment, and foundation components in accordance with the CITY approved Design Criteria Memorandum. Deliverables: • 60%, 90%, and 100% Bridge and Retaining Wall Design Calculations) 9.9 Rail This task involves final design and contract documentation preparation for the M Street SE Grade Separation track work. Assumptions: • Final design of the rail design elements will not commence until the 30% design concepts have been approved by the CITY and BNSF. • Design of the rail elements of the project will be in accordance with BNSF Design Standards and the American Railway Engineering and Maintenance-of-Way Association (AREMA) Manual for Railway Engineering, latest edition. • The CITY will enter into a separate AGREEMENT with BNSF that defines the scope, costs, cost responsibility, schedule, and other requirements for project-related work items to be performed by BNSF. The CONSULTANT will provide technical support for the CITY in their negotiations with BNSF and the work included in this scope of work is limited to: AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 59 0E 77 M ST SE GRADE SEPARATION TASK 9-CONTRACT DRAWINGS - Design and construction document preparation for the selected track alignments, permanent and/or temporary approach embankments (to top of railroad subballast), temporary shoring, and construction sequencing. - Track layouts (plan, profile and typical sections) identifying temporary and/or permanent track alignment alternatives to accommodate construction sequencing of the new undercrossing structure. - Final design and construction of railroad track modifications (track and ballast) and railroad signal systems will subsequently be performed by BNSF. The WSDOT / APWA 2010 Standard Specifications for Road, Bridge, and Municipal Construction, and Amendments (English version) will be used for specifying the work. WSDOT General Special Provisions, BNSF Standard Specifications, and project-specific Special Provisions will be included as necessary. Coordination with utility companies will be provided under other tasks. 9.9.1 Rail Plans Prepare design drawings of track alignments and profiles, including temporary track alignments needed to maintain rail service during construction, for bidding and construction of the project. Identify extent of track and rail signal work to be performed by BNSF. Develop cross sections at 100-foot intervals along the full track alignment to detail extent of earthwork and subgrade preparation needed. Provide construction staging plans to enable maintenance of rail traffic during construction. Drawings anticipated for this project are included in the attached Drawing List. Deliverables: • 60%, 90%, and 100% Rail Plans 9.10 Channelization The CONSULTANT will prepare plans and details for the channelization, including lane and edge stripes, stop bars, pavement markings, crosswalks, and geometry of striped medians and turn pockets. Limits of channelization will match paving limits and extended beyond paving limits to match extent of channelization modified due to construction staging and temporary traffic control. Deliverables: • 60%, 90% and 100% Channelization Plans AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 60 OF 77 M ST SE GRADE SEPARATION TASK 9-CONTRACT DRAWINGS 9.11 Traffic Plans 9.11.1 Illumination and Signing Design The CONSULTANT will prepare the illumination plans, and details in accordance with the CITY guidelines and the MUTCD. The CONSULTANT will submit to the CITY a set of illumination plans showing proposed locations for the new illumination, wiring diagrams, and electrical hardware. The CONSULTANT will prepare quantity takeoffs, tabulations, and backup calculations for this work based on the CITY guidelines. CONSULTANT will coordinate with CITY staff to receive comments on each plan submittal and respond to each set of comments. After coordination with the CITY and Puget Sound Energy (as specified in Task 8), and the type of light fixture(s) for the roadway and pedestrian lighting to be used on this project has been determined, the CONSULTANT shall model photometric to match the chosen fixture. Deliverables: • 60%,90% and 100% Illumination Plans 9.11.2 Traffic Signal For the signal at "M Street SE/4th St SE, the CONSULTANT will prepare the, signal plans, and details in accordance with CITY guidelines showing proposed locations for the signal equipment, electrical hardware, and wiring diagrams. The CONSULTANT will prepare quantity takeoffs, tabulations, and backup calculations in accordance with CITY guidelines. The CONSULTANT will also develop signal removal plans for the existing at-grade railroad crossing along "M" Street. The CONSULTANT will develop plans for relocation and expansion of existing CITY fiber conduit in the project area. It is anticipated that fiber conduit will be needed at 6th Street SE and M Street SE to accommodate a future signal. Geotechnical investigations and signal pole foundation designs will be conducted as described in Task 9. Lighting and signalization undergrounding will be coordinated with utility undergrounding plans. CONSULTANT will coordinate with CITY staff to receive comments on each plan submittal and respond to each set of comments. Deliverables: • 60%, 90% and 100% Signal Plans. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 61 OF 77 M ST SE GRADE SEPARATION TASK 9-CONTRACT DRAWINGS 9.11.3 ITS and Signal Interconnect The CONSULTANT will include ITS elements per direction from CITY staff and CITY standards. The CONSULTANT will include the ITS plans as part of the roadway and signal plans. The CITY will provide standard details and specifications for the ITS system components. 9.12 Landscape, Irrigation and Urban Design This task involves final design and contract documentation preparation for the M Street SE Grade Separation landscape, irrigation and urban design. 9.12.1 Landscape and Urban Design Plans and Details Landscape plans will be prepared to include the type, location and quantity of plant material for the streetscape, infiltration pond and pump station. Urban design elements will be located and called out on the detail sheets. Detail sheets will be prepared that include details for items such as planting diagrams and urban design elements. Deliverables: • 60%, 90%, and 100% Landscape and Urban Design Plans and Details 9.12.2 Irrigation Plans and Details Irrigation plans will be prepared that includes the layouts for project required irrigation for planted streetscape and drainage facilities areas. Landscape improvements will be coordinated with the drainage improvements. Detail sheets will be prepared that include details for items such as connections for the irrigation lines to water and power sources. Deliverable(s): • 60%, 90%, and 100% Irrigation Plans and Details 9.13 Submittals (60%, 90%, and 100% Bid-Ready) For each submittal (60%, 90%, and 100%) the CONSULTANT will assemble the plans into a single comprehensive plan set. 9.13.1 60% Submittal At the 60% review, 30% comments will be resolved and addressed. Deliverables: • 60% Plans (4 fullsize and 4 halfsize hardcopies, 5 electronic PDF copies on CDs) • 60% outline of technical specifications (as described in Task 11) • 60% Opinion of Cost (as described in Task 12) AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 62 OF 77 M ST SE GRADE SEPARATION TASK 9-CONTRACT DRAWINGS 9.13.2 90% Submittal At the 90% review, 60% comments will be resolved and addressed. Deliverables: • 90% Plans (4 fullsize and 4 halfsize hardcopies, 5 electronic PDF copies on CDs) • 90% draft special provisions and contract specifications (as described in Task 11) • 90% Opinion of Cost (as described in Task 12) 9.13.3 100% Submittal Final Plans: Drawings will be stamped and signed by the appropriate CONSULTANT team professional licensed in the State of Washington Deliverables: • 100% Plans (1- 24" x 36" 4mil Mylar Set) • Electronic files AutoCAD 2006 format • Final Special Provisions and Contract Specifications (as described in Task 11) • Final Cost Estimate (as described in Task 12) AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 63 OF 77 M ST SE GRADE SEPARATION TASK 10 Geotechnical Engineering This scope of work covers geotechnical engineering services needed to support development of contract documents for the construction of retaining walls, bridges, utilities, stormwater ponds, signal pole foundations, and other road improvements associated with the widening of M Street and the BNSF grade separation. The geotechnical work includes geotechnical field reconnaissance and subsurface exploration required to better define subsurface conditions at major structure locations along the proposed structures and one stormwater pond location. This information will be needed for project planning and to determine preliminary structure and foundation types. A phased approach for the geotechnical work is proposed. The first stage of the work will be conducted during the 30% Corridor Design phase of the project. This work will begin when the road alignment is selected and principle structures and facilities are conceptually sized and located. These features include: • Roadway and sidewalks • Retaining walls to support the lowered roadway profile of M Street • Stormwater detention/treatment/infiltration pond • Stormwater pumping station • Sanitary and stormwater bypass pipelines requiring a bore and jack or microtunneled crossing of SR18 and the BNSF railroad • Temporary shoofly and permanent bridges for the BNSF tracks crossing over M Street SE Assumptions: Geotechnical issues and assumptions for the project are discussed below. These elements will be coordinated with the Bridges and Structures scope of work. • Numbers and depths of borings are provided for initial budgeting purposes only. The actual boring number and depths will be reduced if uniform conditions appear to be present, or may be increased (upon approval by the CITY) if complex subsurface conditions are encountered or the complexity of design features warrants. The time and cost required for subsurface explorations is highly dependent upon site conditions as well and intangibles, such as access difficulty, right-of-entry limitations, traffic control limitations, and utility conflicts. • Walls retaining up to 40 feet of embankment and native soil are proposed along M Street. Short sections of standard concrete cantilever walls are likely where the wall height is less than 5 feet. Soil nail or soldier pile walls are planned in most other locations, with cantilevered sections being used where the retained soil height is less than 10 to 15 feet, and AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 65 OF 77 M ST SE GRADE SEPARATION TASK 10-GEOTECHNICAL ENGINEERING tie-back sections supporting higher sections of the wall. Soil nail walls will be evaluated where appropriate and may be preferred based on constructability considerations and low available headroom below the existing SR18 bridge. Special considerations, possibly requiring complex analysis methods such as finite element modeling, may be needed at sharp corners and beneath the railroad and/or SR18 Bridge, where deformation must be limited. Only simplified design methods will be used for design up to the 30% stage, with complex methods used during final design only where appropriate. The BNSF bridge is assumed to be pile or drilled shaft supported, with two borings to define the subsurface conditions. In total, up to 4 borings averaging 50 feet deep and up to 4 borings extending up to 100 feet deep through the SR 18 fill and for the railroad bridge piers are assumed. Up to 6 of the borings were assumed to provide subsurface information that would support the design of retaining walls, pumping station, and sanitary and storm sewer design. The wall borings are generally spaced between 100 and 200 feet, as recommended by AASHTO. Up to four test pits, to be left open for 24 hours, are proposed in the SR 18 embankment to evaluate standup for soil nail wall suitability. The preferred stormwater pond will be determined in the Pre-Design and 30% Design tasks. Subsurface explorations at this location will consist of 2 test pits, with an infiltration test conducted in or adjacent to one of the pits to verify the infiltration rate. Permanent and construction groundwater flows into the wet well of the pumping station are anticipated to be critical design issues because of high soil permeability. Construction dewatering flows may be too large for disposal in nearby sanitary or storm sewers and it may be important for stormwater pond design to know if infiltration of groundwater through leaky joints could be significant. In order to better understand and design around this issue, piezometers in the preliminary borings are proposed to define groundwater gradient and fluctuation. In addition, a pumping test (not included in the scope) may be recommended as part of a Phase 2 field investigation to estimate potential construction and long-term dewatering flows. • It is assumed that two pipes can be located within the same casing pipe or that the crossings are close enough together that the same subsurface data can apply to both crossings. Conditions will be evaluated to identify trenchless installation methods. • Lane closures are assumed for the borings drilled from the SR 18 shoulder. Traffic control equipment and flaggers are assumed to be needed for borings and test work along M-Street. In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, underground conditions may occur that could affect total PROJECT cost and/or execution. The full extent of the subsurface exploration program to be implemented will be reviewed and discussed AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 66 OF 77 M ST SE GRADE SEPARATION TASK 10-GEOTECHNICAL ENGINEERING with the CITY to obtain CITY endorsement that the appropriate level of subsurface exploration is performed to reasonably manage project risks. Supplemental geotechnical work (Phase 2) may be recommended to better define subsurface conditions and geotechnical parameters in order to reduce construction risks due to changed conditions. The need for supplemental geotechnical work will be evaluated and discussed with the CITY following completion of the 30% design phase and Phase 1 geotechnical work. Phase 2 geotechnical work is not included in this scope of services. 10.1 Phase 1 (Preliminary) Subsurface Exploration and Data Report The CONSULTANT will complete site reconnaissance, subsurface exploration, and laboratory testing to produce information for preliminary geotechnical design of the project elements. • Obtain and review existing information, coordinate and plan access and restoration for test holes, test pits, infiltration testing, and pumping test and identify features that affect other geotechnical design work elements. • For planning purposes it is assumed that the Phase 1 subsurface exploration will consist of the following: - Eight (8) test hole locations with drilling footage totaling up to 600 Lineal Feet (10. The purpose of these test holes and laboratory testing of selected samples from the borings will be to establish a preliminary subsurface profile, develop preliminary soil design properties, and determine the groundwater elevation across the site. During the drilling program, Standard Penetration Tests (SPTs) will be conducted at intervals of 5 feet or at stratigraphic changes in soil. An automatic hammer may be used to conduct SPT's. Piezometers will be installed in the borings, in accordance with Washington State Department of Ecology Standards. - Four (4) test pits, to verify the adequacy of the SR 18 embankments and underlying materials for soil nailing and to observe the large-scale fabric of the soils at the stormwater pond which is important for estimating infiltration rates. These test pits would be left open 24 hrs to evaluate hole stability for soil nailing. Two (2) additional test pits will be performed at the proposed infiltration pond site. - One infiltration test at the preferred stormwater detention/treatment/infiltration site. - Monitoring groundwater levels in the piezometers monthly for a period of one year. A geotechnical engineer or engineering geologist will be provided during test hole drilling and test pit excavation to: Visually classify soils following ASTM methods Record blow counts during SPT's Collect and store samples of soil for laboratory testing and classification AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 67 OF 77 M ST SE GRADE SEPARATION TASK 10-GEOTECHNICAL ENGINEERING The boring and test pit logs will include observations made by drilling crews during drilling. Depths at which groundwater is encountered will also be recorded. Test holes will be restored to grading and filling similar to the existing conditions. Laboratory tests will be conducted on selected soil samples to determine gradation and moisture content of site soils. The actual number and type of tests will depend upon the materials encountered. For planning purposes it is assumed that the laboratory testing program will consist of the following: Test Type Number of Tests Atterberg Limits 2 Moisture contents 5 Unit weight Grain size analyses 20 Percent passing number 200 sieve 2 Compaction tests 2 Hydrometer tests 2 Combined hydrometer and gradation tests 3 Soil resistivity and PH 2 Permeability of granular soils tests 1 Assumptions: • The CONSULTANT will obtain a right of entry permit for performing subsurface explorations within the BNSF right-of-way. The CONSULTANT will coordinate the subsurface explorations with the survey work so that they occur concurrently. • The CONSULTANT will obtain permits for drilling from the Washington State Department of Ecology. • The CONSULTANT will obtain permits from the CITY for any work within the CITY right of way. • The CONSULTANT will obtain the permits or approvals from WSDOT before working within the WSDOT right of way or before drilling within view of Highway 18. • The CONSULTANT will stake boring, test pit, and well locations and make calls to One-Call or private locators for underground utility clearance. • Equipment and labor to conduct the explorations and restore the site upon completion will be provided by the CONSULTANT. • Vehicular traffic control will be required at boring and test pit locations; the CONSULTANT will develop traffic control plans and provide traffic control devices and flaggers. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 68 OF 77 M ST SE GRADE SEPARATION TASK 10-GEOTECHNICAL ENGINEERING • The soils are uncontaminated. • Soil samples will be returned to the CITY within 6 months of the sampling date. • The CITY has ownership of the piezometers and test wells and is responsible for their lawful abandonment at the completion of the project. • The CONSULTANT will survey the final exploration locations. • Cultural resource monitoring is not required. Deliverables: Geotechnical Data Report containing the boring and test pit logs, laboratory test results, and description of the exploration methods. The data report will also contain applicable logs and laboratory test results from previous geotechnical or hydrogeological explorations in the project vicinity, as well as published descriptions of site geology, unless the published geology is found to conflict with the results of the subsurface exploration. It is intended that the Geotechnical Data Report, containing the uninterpreted subsurface data from subsurface explorations, will become part of the construction contract documents. 10.2 Phase 1 (Preliminary) Geotechnical Analysis and Report The CONSULTANT will perform engineering studies to provide preliminary geotechnical design recommendations for bridge foundations, retaining wall types, permanent cut and fill slopes, and assumptions for temporary slopes which are pertinent to facility layout. The geotechnical studies for preliminary design will include: • A review of observable existing site field conditions and available geotechnical information, including the results of available exploration and laboratory testing programs conducted in the vicinity of the Project. Review of project geology and seismology will be performed to determine peak ground accelerations and site soil category type. Peak bedrock accelerations will be determined from the 2008 AASHTO CD. Site category will be determined from SPT N values; a geophysical exploration to determine the shear wave velocity of site materials will not be performed. The potential for liquefaction, settlement, slope instability, and other phenomena associated with seismic loading of slopes, embankments, and foundation soils will be established. • Determination of bearing resistance, sliding resistance, and lateral earth pressures for use in preliminary sizing of spread footings for the BNSF undercrossing. • Calculation of axial capacity vs. depth for one drilled shaft diameter. • Calculation of axial capacity vs. depth for one driven pile type. • Development of a soil profile and properties for lateral pile or shaft design using LPILE. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 69 OF 77 M ST SE GRADE SEPARATION TASK 10-GEOTECHNICAL ENGINEERING • Estimation of dewatering required to construct the pumping station in dry conditions, to be used for permitting only. • Estimation of stormwater infiltration rate at one pond site • Determination of lateral earth pressures for walls. • Evaluation of methods for providing a trenchless crossing of SR 18 and the BNSF Railway for the sanitary sewer and stormwater bypass. • Evaluation of geotechnical considerations related to constructability. The CONSULTANT will prepare a geotechnical report summarizing the subsurface conditions and preliminary geotechnical recommendations for the project. The report is intended to be used in tandem with the Draft Geotechnical Data Report, so that data are not repeated in the recommendations report. The report will present: • A summary of seismic design criteria. • Subsurface interpretation and recommended preliminary soil properties for use in design. • Descriptions of computational methods including assumptions made, results of computations, and recommendations regarding design. The conclusions regarding design will include recommendations for feasible and prudent foundations for structure foundations in each segment of the project. • Recommendations for subsurface explorations and analyses to support final design. • A summary of potential special foundation, wall, and pumping station construction considerations; this summary will identify geotechnical issues that could affect the methods and the costs of construction. The CONSULTANT will provide the draft Geotechnical Report to the CITY for review and comment. The comments will be incorporated into the final report and responded to in writing to verify resolution. The document length is assumed to be approximately 30 pages excluding appendices and attachments. Assumptions: • The site is underlain by primarily granular soils and calculations of consolidation settlement and liquefaction susceptibility are not required. • High groundwater is at least 5 feet below the bottom of the proposed M-Street profile so that considerations of long-term groundwater seepage into the roadway prism, buoyancy control of the roadway, and other analyses related to constructing a roadway below the water table are not needed. • The stormwater pumping station will be below the seasonal groundwater table. • Bridges and walls will be designed in accordance with the applicable BNSF and AREMA codes and design criteria. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 70 OF 77 M ST SE GRADE SEPARATION TASK 10-GEOTECHNICAL ENGINEERING • The retaining walls will be cantilever or tie-back soldier pile, except beneath the existing SR 18 overcrossing, where they will be soil nail walls. Deliverable(s): • Geotechnical Design Report (Draft and Final) 10.3 Geotechnical Assistance in Preparation of Plans and Specifications The CONSULTANT will provide geotechnical consulting and assistance in the preparation of plans and specifications. The CONSULTANT will also provide geotechnical constructability reviews of grading, structural, drainage, and utility relocation. For planning purposes, the following activities were assumed to be part of this task: • A geotechnical discipline review of the 60% plans and 90% plans and specifications for correct interpretation of geotechnical recommendations. • Assistance with special provisions for: - Soil nail wall - Tie-back soldier pile wall - Dewatering - Settlement monitoring - Microtunneling or pipe boring and jacking. Deliverables: • Review comments pertaining to Plans and Specifications. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 71 OF 77 M ST SE GRADE SEPARATION TASK 11 Specifications The CONSULTANT will use of the WSDOT/APWA 2010 Standard Specifications in preparing the contract documents as applicable to the project design. The CONSULTANT will assemble the contract provisions including amendments, general special provisions, and special provisions for the project. A contract specifications outline will be prepared for the 60% final design submittal, with complete specification sections included beginning with the 90% submittal. This task will include the preparation of the boilerplate provisions of the contract and Division 1 Specifications. A sample boilerplate provisions will be provided by the CITY. Deliverables: Outline specifications with the 60% submittal Project specifications with the 90% and bid-ready submittals AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 73 OF 77 M ST SE GRADE SEPARATION TASK 12 Cost Estimating Assumptions: • Cost opinions in the 30%, 60%, 90% and bid-ready design submittals will follow the practices set for by the Association for the Advancement of Cost Estimating (AACE), Recommended Practice No. 17R-97. Budget-level cost estimates will include contingency factors as defined by the AACE document to account for project uncertainties that cannot be explicitly accounted for at the project's various engineering stages. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the project, the CONSULTANT will have no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that might affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that might materially affect the ultimate project cost or schedule. The CONSULTANT, therefore, will not warranty that the actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT'S opinions, analyses, projections, or estimates. 12.1 Quantities The CONSULTANT will compile quantities from different disciplines for the project into a single summary of quantities sheet. Quantity tabulation sheets will not be prepared. 12.2 Engineer's Estimate The CONSULTANT will prepare an engineer's estimate for the project at the 30%, 60%, 90%, and final levels of completion. The estimates will be prepared using the summary of quantity sheets with documented unit costs, lump-sum prices, and back up. The CONSULTANT will prepare the cost estimates using the CITY'S standard format. The estimates will be submitted in hard copy, PDF, and Excel formats. Cost estimates will be stamped and signed by the appropriate CONSULTANT team professional licensed in the State of Washington. Deliverables: • One 30% design level estimate • One 60% design level estimate • One 90% design level estimate • One final bid-ready design level estimate. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 75 OF 77 M ST SE GRADE SEPARATION TASK 13 Major Milestone Reviews (30, 60, 90, 100%) This task provides for a senior review of major work deliverables to be performed at the 30, 60, 90 and 100% submittals as defined in the Quality Management Plan. This task also provides for the senior review of the Environmental Documentation prepared in Task 6. These reviews will be performed after deliverables are assembled and before their submittal to the CITY. Quality control efforts and reviews will include the work performed by the CONSULTANT and SUBCONSULTANTS. Routine checking of calculations, plan sheets, and other work, done as peer review on the various discipline items, is included in the scope of the individual tasks - and therefore not included in this Task. Deliverables: • Review comments, to be formally documented, responded to, and filed in the Project Files. AG-C-344 EXHIBIT A SCOPE OF WORK PAGE 77 OF 77 M ST SE GRADE SEPARATION Attachments A Sheet List by Discipline ............................................................................................................ A-1 B Sample Invoice .......................................................................................................................... B-1 C Schedule ..................................................................................................................................... C-1 D Sheet Layout .............................................................................................................................. D-1 Attachment A -Sheet List by Discipline FIGURE A-1 Sheet List 30% Submittal 60%, 90%0, & 100% Submittal Drawing Title No. of Sheets No. of Sheets Comments General Plans Cover sheet and Index 1 1 General Notes, Legend, Abbreviations 1 1 Survey Control Plan 1 Alignment Data Tables 2 General plans: subtotal 2 5 Construction Staging Plans 2 1 Stage Roadway Roadway Sections 1 2 Paving and Grading Plans & Details 7 8 3 Detail Sheets Roadway Profiles & Superelevation 3 3 Intersection Grading Plans 2 3 Intersections Roadway plans: subtotal 11 15 Site Prep & TESC Plans & Details 8 3 Detail Sheets Drainage Drainage Plans & Details 7 9 3 Detail Sheets Drainage Profiles 4 Stormwater Pond & Details 2 4 2 Detail Sheets Pump Station Plans & Details 6 1 Legend Sheets, 1 Plan Sheet, 1 Sections, 1 Electrical Sheet, 2 Detail Sheets Drainage plans: subtotal 9 23 Utility Profiles 2 Water Main Structures Retaining Wall Plans & Details 10 20 10 Detail Sheets Retaining Wall Profiles 10 18 Bridge Plans & Details 4 30 Structural plans: subtotal 24 68 Rail Plans, Sections, Shoring & Details 5 15 2 plan sheets, 5 roadbed sections, 2 rail details, 2 drainage, 4 shoring Channelization 6 6 1 Detail Sheet AG-C-344 EXHIBIT A SCOPE OF WORK PAGE A-1 M ST SE GRADE SEPARATION FIGURE A-1 Sheet List 30% Submittal 60%,90%, & 100% Submittal Drawing Title No. of Sheets No. of Sheets Comments Traffic Illumination and Signing Plans & Details 8 3 Detail Sheets Traffic Signal 2 1 Intersection Communications & Signal Interconnect 6 3 Detail Sheets Traffic plans: subtotal 0 16 Landscaping, Irrigation & Urban Design Plan and Details 7 12 6 Detail Sheets TOTAL 64 172 AG-C-344 EXHIBIT A SCOPE OF WORK PAGE A-2 M ST SE GRADE SEPARATION Attachment B--Sample Invoice W GH2MHILL INVOICE #Pie Issuing Company and Remittance Address Invoice No. CH2M HILL Inc. 1100 112th Av. NE, Suite 400 Draft Bellevue, WA 98004-4504 Remit To: Date MIS 64, P.O. Box 4000 Portland, OR 97208 10/2012008 Purchase Order Number Attn: Jacob C. Sweeting, P.E. Agreement No. AG-G-344 City of Auburn 25 West Main Street Period Covered Auburn, WA 98001-7998 From: To: Project Title - Total M Street SE Grade Separation Invoice $0.00 Project C201A Amount Payment Request Number 1 For Professional Services rendered, in conjunction with M Street SE Grade Separation, City of Auburn Project C201 A. Total To Date: $0.00 Total Previously Invoiced: $0.00 Amount This Invoice: $0.00 Amount Paid to Date: $0.00 Amount Outstanding: $0.00 Original Contract Amount: $1,826,296.92 Approved Change Orders: $0.00 Total Authorized Contract Amount: $1,826,296.92 Remaining Contract Amount: $1,826,296.92 I certify that the charges invoiced are true and correct and include only such charges as were directly incurred in the performance of work on the project, have not been previously submitted, and are in accordance with terms of the Agreement. Roger Mason, P.E. Project Manager AG-C-344 Exhibit A - Attachment B M Street SE Grade Separation Project Sample Invoice Page 6._i o Q (a co `N 0 m U N U c4 ,? ? o ma Ur` O Z W U) U O of ? C C) O O 0 LO C) C) CD 1 Z C) to 0 CD U co ?<< L6 J =_ N O ? 2 N v Z O N o Z O = O U r m a- LL -a m t6 o 0 0 O o 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 O 0 0 O 0 0 O 0 0 O O - O O O O O O O O O O O 0 W- U m N O m 1? CA LO N LO 0 ? CV 0 _ .-?. _ ? O 0 M N t0 M O N co -0 O N p co 0 O M U.) - O ti 0) Cl O 0 E? 6,3 , N : r 613, 5 Cn °- v N O m V Q M ? <S O N OR O ?. , V) 69 N OD 69 64 64 d cc 0) w A O 0 O 0 O 0 O 0 O 0 O 0 O 0 O (D O 0 O 0 O C) O 0 O 0 O 0 O 0 O 0 O 0 O 0 O O = 3O E o ci 69 0 64 0 69 0 69 0 613, 0 64 0 64 0 613, 0 69 0 69 0 64 0 69 CD 64 O 64 O 64 0 4 Cl 4 C) 64 O o O C ++ 6 6 64 U - i t O L . O m O 64 U 3 4) O O ?- n v O i = r a- CD M N Nr C? r N ? L O r+ a•+ U C e - N N W O O. O w N M (o O N M 0 O O O a. N O p C? , h O 0D N't p N N M O O D CV O O tg ti O H N b C 64 C%4 0) C'4 C4 69 CC) ,?r U) Lo to 69 r O O C N V, 6r 6% 691 EF.? EF). , to ? d +?+ CI 7= 0 O 0 O 0 O 0 O 0 O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O O O X - 0 0 64 0 69 0 69 0 64 0 64 0 69 0 64 0 64 C) 69 C) 69 C) 69 o 69 C) 69 0 69 C> 64 Cl to O 64 U , W M O ? O h tO 94 t CD ? 01 ,N V ' T l` O ? 0 0 t` t- N CV e} N O p N CO = R 5 N M p O cD N L6 M O (V 0 * CD 0 CD N N 6 M V O O O w tp O ti C" N . O OC i q O O N. O N 114 t co 01 _ N : M O N p r ? CA O C) ' t0 OUa M 69 C14 Cl) 0) (O O C4 N 69 O r OD M M Cto 69 O h ? U') C4 00 69 69 b9 64 ? 64 69 609, 64 r 64 69 r 64 r 403, 69 0 m c v o` 0 'c ° E E 0 E 0 U v C o O M H o W o C lC J )) a C .1+ C m m a w J r d O R aci 1` = 3 a, 01 J ? X 0 a m m > Q = x w a E "O a 1m 0 0 c "' N W U t7. n 0 O . `° d 0 Z w w 4) to i cc iO C U 2 p C T c •? 0 C.? R 0 ++ CL • oa U) °- m d a) E U E m o ? r 0 C> u) d -? 0 N O C3 t C m 0 W o 0 E r C R l D o a r LL d a 0 a o M c W 00 ¢ o U 9 c9 d 0. V) v o U .? c w O N O of W 3 N O !- Y } ? N M V Lo (0 ti w Cn C2 W m (n N N CT co a m U Q Q N x U X O W M N U a C7 E Qm O Q N N O .. N U co) N a L ? n. o LU Z ati a? m 'o 65 r- 2 O O N p O co'I Lo O ? ? r Lj Oco co z O O 't O O 5 CD Lr) "T Q >Q C'4 In 2r 0) z o > N 2 .2 C cli ° s Q = U - N m a- L Q? J J O 0 Z7- N F- Z Q F- J z O 0 a? rn ca c m U N n. co T- M m N O t0 CL m c m E U f6 Q Q N L W O ? C U n U E Q u) o Q ro N Z6 U a) U a Cf) .(L) ( o ?a O ui z U ? •O L 0 U) C: r O O d moo Co O U) L O M w C) z LO V co I (D C < N L6 J d N J ? O d 2 r N Z o > aC) O N ° a) z 2 atQ U?-mdu.. ? m ld ? 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 e 0 o 0 e 0 o E= 0 0 0 0 0 0 o 0 0 0 0 0 0 o O ?.- Q O 0 0 0 0 '• 0 0 0 0 0 0 0 0 0 C w U d o co m I- to N X 0 tC) 0 t N 0 C 0) C) N N ?t p N w C 0 0 N M a d o O O AO tp O N .? O. @_ E E p - N M O N O r ? C) '. p V Q CD 00 V) m a0 d tD L6 tD in o 63 NN 64 b9 64 K) V) V) 64 r 69, 69 T V ) M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl co 0 0 0 0 0 0 0 0 Co 0 ,.L O'3 E : U O 64 O 69 O 69 O 6s O V) O 64 O 69 O 64 O V) 0 V) 0 to 0 V) 0 V) 0 69 O N 0 V) 0 o 0 V) Cl ? . O 3::C w , 1 t to U,- r- c` = o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 - 0 0 7 0 m _ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L- V m 0 69 0 69 0 69 0 64 0 69 0 64 0 69 0 69 0 fA 0 V) 0 64 0 69 0 64 0 69 Cl V) 0 64 0 to 0 V) 0 V) ?f w 3 m m 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 > "= > o o O o o O O O O O O O O O o 0 0 o 0 ..: v. O 69 to EA 69 V31 6-t 69- 63 6) 69 V) 69 69 69 is fH is V) t» i C w a- M r ? N N ? ? Cq 0 ? CIS 0 ,«, ?+ a+ i 0 N N M 0 D 0 LO O N N 0 co U N 04 6 m d -`w O 17 O 6 rn t h ta w d p O N W "I N N M M O co N O to r _ T N 0 to 69 O V3 O t3) T N . Q U ( 69 co V) to V) V fl m V3 CO 00 ff} co V3 M V3 to V) T a0 . < VY V3 bA M L w _ 0 0 0 Cl 0 0 0 0 0 0 0 0 0 0 0 O O - 3 C 4f O 0 0 0 0 0 0 0 0 0 0 0 0 0 CD Cl O V R-? 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O C. C U' Q V) V3 V) V) V) fA V) V) 69 V) V) V3 61) V) to d) 6-31 W N O W N 0) ao m r LO N et 0 0 N O ?. Ci 1? 0 T 0 0 t` i` N N ?' u N N tD _ N N O N m Lf) w 0 LO (D oo " C) 'T 0 O O LO `- T fff N. . HOC O M o O ^ O d o N O < N M O N (j T I- f= r O co o LO rn ? o ado M 0 (D aNO V) 6a fA e9 69 <» V9, 69 ffl fA 69 T ER fR T to O C O U C o 7 O E U O O N R to a) o G (D C ay m C D CA N N j C ? O N F C N _ x C G C O. CA 7 N > Q x Q E r > V n m . o o c c w 0 ? w N U d v C m O 7 NCl •y O L C C: ll l CA CD U1 = _ ca L t6 O Y = . O. 7 In C ? V N O ? T W N Y 3 l9 . la U N C O C ? C S N Y C U • ca .F L O) N w U U U N V W m a p o?i ` a) a C ° • ° L ? `? y ? w w o C o O ++ ? O ++ r, ? ,. D a` ti a` in ° w ¢ 0 m U) 0 w` to V) H Y ? ? N CO d LO (D h O 0) 0 c- N M2 x N W m N 0 a3 a m C a) t U Q Q x _v LL O M a) U Q. U E Q U LL Inc: City of Auburn Agreement No. AG-C-344 Project Title: M Street SE Grade Separation Report No.: 1 Report Period: ITask 3 Pre-Design Stud Update 0.0°%0 Complete Based on Performance Task 4 Survey and Mapping OA% Complete Based on Performance ITask 5 30 Percent Design 0.01/6 Complete Based on Performance ITask 6 Environmental Documentation 0.0% Complete Based on Performance Task 7 Right of Way 0.00% Complete Based on Performance Not Used IAgency, Stakeholder, Tribal, Task-8 and Community Coordination 0.0% Complete Based on Performance Task 9 ContractDrawings 0.00/0 Complete Based on Performance ITask 10 Geotechnical Engineering 0.0% Complete Based on Performance ITask 11 Specifications 0.0% Com fete Based on Performance ITask 12 Cost Estimating 0.00/0 Complete Based on Performance Imajor milestone Reviews (30, Task 13 60,90,100%) 0.0% Complete Based on Perfomwnce ITask 14 Environmental Site Assessments 0.0% Complete Based on Performance AG-C-344 Exhibit A - Attachment B M Street SE Grade Separation Project Sample Invoice Page B-5 Q r- O N U v cc Q. 'a) ^ v+ d .a 'i V W L Cl) m N a? DO L p A 0 cV L n. M L .O o W ca 00 C rp 0 c O CL V a) U (D d Cl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 = 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O L' m W > 0 6} 0 69 0 69 0 69 0. 69 0 69 0 E% 0 69 0 41Y 0 6A 0 6A 0 69 0 H9 0 603 0 6% 0 A 0 tFP 0 Vfl, 0 V9, = d ?? o ? 0 ? 0 ? 0 ? 0 o 0 o 0 ? 0 ? 0 ? 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L E O O O O O O O O O O O O O O O O O O O 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 0 0 U x x x x x x x x x x x x x x x x x . m c:> N C) -t ? O O w m r- to (D N N C) co O r I- O3 r O Cl 1? 1? Ih N N O It O Cl O M ICT, N 0 69 m N Lri M O LO N OD O 6 m LO CD CC) 0 O N L6 v 0 4 "n N 0 O W C6 M CA it O N 9 N O N N M M O co N 69 00 Ln r O N %- Ly W m Y tl' 00 04 M CY) CO C14 OD 04 M 06 O r ?t CO tp M LD M Lc) CO ? O ti O? O 0 ti - 'q to , r EFT 613, r 69, r 00 69 69 69 69 ? r Lti N N co 69 69 69 69 r 69 r 0 v 0 0 U c oC° E o E U 0 N o ° m o o m J N t? +r m J ? d c ° rn E (D aa ) A? > Q = x r Q m E T Q c o v 0 w rn m CV W v 4) v a CL O - r c w rn m U) ii >1 _'4 co ca c O . c c m '4 to O U c -0 m E in m = to 0 .m R m ` E ° m E D =3 Q U V N ° m v m a ? d t ° c m v ° w `o o .G ,? Q' .O 4 1 ? 0 = m A = o c c rn o m a o m c = N w = O n. U_ . co co w U C9 w U ? w N W > N H c " M -4- m m r- m m ° 0) 't L c u ?cl C O N O co Q3 N CD N 00 T, 69 O O O 649, N N SD 0) 0 a U a 10 m a) 0) m a m c a) E U Y Q Q .Q x U W O v c M a) U ?- C? m Qco Attachment C-Schedule c 0 C1 m N Q M1 (D U M A l?4 d I ! cn d C/) r M, I di i N r d d Cl) d N ' I d m O r ' (6 ( C) d ,,. D (n N ca (D d . ,. m r Ci W Q y O M O a? w d m d a> . U) o co 0 o 0) o O 0 0 C. ' rn o 0 o ° 0 _ 0 o 0 0 ` .- r - r r O r r r ? O 'N M O N N .N r ,t p (D Lf) \ (DN .N : N N ^ N co r im N (N r IN . N N iN Q to 'O T p r C14 _ : Cl) O !p C L` LL . _ LL r " LL LL L LL i L L N Q LL O LL O !LL I LL LL : I-- C LL L LL LL p LL , L L j .. 00 00 :W 00 Co 00 m: O 00 10) m O O 00 O I O C) r O O [O O O O O r O O O ?-- ; O r O 'O 'r r r O f? O n O 'au aD M IiD ( ?(n W CO N '.M M CON N N N h ? CN r (O N ;? (O CO N m O O O O r r N r r c c: C C C' C LA '- C t - 0 O O O p O O O C O O C -LL Ll O c c c c : „ O LL O : o c U `m Q (A d Q o E Im c y 3 m c c •, m c d o O E c U m ' ? 0 C IL Z 7 C - v E . _ E E C a i o? d : A O. = U O p r y : O) 1] 7 12 m C. 0 L) N d m A C C O) (a Q O) c°i c m = N . O a -. c (a rn rn N v O E d ° O (D a r '5 LL Lm • - w 0) r- • _2 CD Q E C1 C d d u 2 o O W !. M" Q ° d U W 0 U p d m U m H a) 'p C? N _ ! . L T O ° O O 01 y r -0 3 'O cn y V O 3 i 7 O ' :. C! C M d7 N (n C> y Q m Q X U) - O a LL a N M W Q_' (D U C7 =O W U (6 F- Z r N M v ui (o ''. r-: Q cd O r C M E U U O M ' to (O - ° O O N M ? M 00 1 In M r 00 ? r N N N N N N (? 1 I I QQ Attachment D-Sheet Lavout f.. 1 ?r .,, b A Ji f`' ? e?44? ?? lr 7-7 ri*`., •r Fit, ??LP `, ? ' m10 7x? E- ,'`'r W s ? X11 r F.? .. a.. ?. _ T'• tfi MAN, fy '#'? hh '? BFI t 4r. x Y. Ox, ?vu F't' U • a . r t H1YW { 'y.. in '?? , •'? _,.?.,1 '?'?'. .,Y L J I y?.t 4 ? 'fir, "? ii? '4- '?!:?'{ r ? p 44.4 ?lots b?. ??,?..r%+ Z _ ` ? ?'S •? `? "low r. r .. a ?^ ? ti[?'1,.,}, • lS adc h _-?rr _l I '- 4 f F'4,!? ,fem .-. ?? 't l '? ? '_ -. 's'k?.4 •I l? it ? k. GatJ.f .f d .""`?? )? ?.'f 2 1 F {fir ? r (.' ?pt[ ? T U) T 1 {?' r F.',Y1 '•T • I ih. - ?' :. u '?/Jfi: I t :?fi $.? r ` - ~ a Y f- ") y ?r ) • W i mr C_ r v3r R .g M Exhibit B DBE Participation This Agreement does not have a DBE Participation requirement. AG-C-344 Exhibit B Page 1 of 1 M St SE Grade Separation DBE Participation Exhibit C Electronic Exchange of Engineering and Other Data The electronic format and standards to be provided for this project are identified within Exhibit A, Scope of Services. As a summary, these standards may include, but are not limited to, the following: Text Documents - Microsoft Word, Version 1997 or later Spreadsheet Documents - Microsoft Excel, Version 1997 or later Project Schedules - Microsoft Project, Version 2002 or later 4. Construction Drawings - AutoCAD Version 2006 AG-C-344 Exhibit C Page 1 of 1 M St SE Grade Separation Electronic Exchange of Engineering and Other Data Exhibit D-2 Payment (Cost Plus a Fixed Fee) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. 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 specified in Section II, "Scope of Work." The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31. A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, overhead, direct non-salary costs, and fixed fee. 1. Direct Salary Costs: The Direct Salary Cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. Overhead Costs: Overhead Costs are those costs other than direct costs, which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rate shown in the heading of this AGREEMENT under "Overhead Progress Payment Rate." Total overhead payment shall be based on the method shown in the heading of the AGREEMENT. The two options are explained as follows: a. Fixed Rate: If this method is indicated in the heading of the AGREEMENT the AGENCY agrees to reimburse the CONSULTANT for overhead at the percentage rate shown. This rate shall not change during the life of the AGREEMENT. b. Actual Cost: If this method is indicated in the heading of the AGREEMENT the AGENCY agrees to reimburse the CONSULTANT the actual overhead costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANTS cost estimate and the overhead computation is shown in Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. When an Actual Cost method is used, the CONSULTANT (prime and all sub-consultants) will submit to the AGENCY within six (6) months after the end of each firm's fiscal year, an overhead schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's overhead cost to reflect the actual rate. Failure to supply this information by either the prime CONSULTANT or any of their sub- consultants shall cause the AGENCY to withhold payment of the billed overhead costs until such time as the required information is received and an overhead rate for billing purposes is approved. AG-C-344 Exhibit D-2 Page 1 of 3 M St SE Grade Separation Payment (Cost Plus a Fixed Fee) The AGENCY, STATE and/or the Federal Government may perform an audit of the CONSULTANT'S books and records at any time during regular business hours to determine the actual overhead rate, if they so desire. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub- consultants. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with the AGENCY'S Travel Rules and Procedures. However, air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.20546 "Travel Costs." The billing for Direct Non-Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. 4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in the heading of this AGREEMENT under Fixed Fee. This amount does not include any additional Fixed Fee, which could be authorized from the Management Reserve Fund. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person-hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement." Management Reserve Fund: The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator with the flexibility to authorize 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 and shall not exceed the lesser of $100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the Management Reserve Fund shall be made in accordance with Section XIV, "Extra Work." Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the Management Reserve Fund. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the calculated overhead and fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and AG-C-344 Exhibit D-2 Page 2 of 3 M St SE Grade Separation Payment (Cost Plus a Fixed Fee) accompanied by the monthly progress reports required under Section III, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct Salary, Direct Non-Salary, and allowable Overhead Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed salary costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20) days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. D. Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for inspection by representatives of the AGENCY, STATE and the United States, for a period of three (3) years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this contract is initiated before the expiration of the three (3) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. AG-C-344 Exhibit D-2 Page 3 of 3 M St SE Grade Separation Payment (Cost Plus a Fixed Fee) Exhibit E - Consultant Fee Determination City of Auburn Project C201A: M Street SE Grade Separation October 20, 2008 Summary t _ Conti, . 1. Direct Salary Cost (DSC) $624,962.14 2. Overhead Costs (OH) 140.27% x DSC= $876,634.39 3. Fixed Fee: 32% x DSC= $199,987.88 4. Reimbursables $124,712.50 5. GRAND TOTAL - Estimated Fee $1,826,296.92 AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 1 of 7 Exhibit E - Consultant Fee Determination City of Auburn Project C201A: M Street SE Grade Separation CH2MHi11 Employee or Category Hrs. X Rate = Cost Project Manager 670 $ 75.39 $ 50,511.30 Senior Engineer 1,559 $ 67.17 $ 104,718.03 Project Engineer 996 $ 54.54 $ 54,321.84 Task Engineer 2,850 $ 48.43 $ 138,025.50 Lead Engineer 276 $ 38.23 $ 10,551.48 Design Engineer 2,809 $ 32.33 $ 90,814.97 Designer 290 $ 28.30 $ 8,207.00 Lead Technician 682 $ 39.61 $ 27,014.02 Sr. CAD Technician 1,798 $ 35.01 $ 62,947.98 CAD Tech 827 $ 30.48 $ 25,206.96 CAD Tech 1,027 $ 26.54 $ 27,256.58 Technician 1 0 $ 21.82 $ - Office 1,022 $ 24.84 $ 25,386.48 Total Hrs. 14,806 $ 624,962.14 Direct Salary Cost $ 624,962.14 Overhead Cost @ 140.27% of Direct Labor Net Fee @ 32.0% of Direct Labor Total Overhead & Net Fee Cost Direct Salary Cost $ $ $ $ 876,634.39 199,987.88 1,076,622.28 1,701,584.42 Direct Expenses Reproduction Cost Cost Misc. copies $402.50 Reports $175.00 Full Size Copies $3,288.00 Reprographics $6,680.00 Aerial Photographs $0.00 Assessor Filing Fee (King County) $0.00 Auto Rental/Gasoline $3,360.00 Design Sheets $0.00 Drilling $200.00 GPS Equipment Recoveries 3 $290 /day $870.00 Equipment Rentals, EDM, GPS $0.00 Environmental Database Search $0.00 Field Equipment Consumable $0.00 Railroad Flagging 5 $600 /day $3,000.00 RR Right-of-Entry Permit $3,000.00 HDS Scanner Recoveries 1 $800 /day $800.00 ITS Consultant by IBI $0.00 Lab Testing $0.00 Data Logger $0.00 AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 2 of 7 c O O O m 'M L- m ? Q. ?d co L ? d f0 L d co 4) w LL CO) O ++ .. N c Q d ? y. O M O ` N 3 :", N O C U U Q ? T W t' U w t U X d w O a` O N O V 1- -,I- a) co m r- Lo _ 00 , (D 1- m (D ? N N 1- r- N (4 w M (D m (D 11 , U-) m N h V O O I? N M (D m O o0 O M 4 LO Lo LO 1-- (O Q) c0 M O 00 N Q1 F LO M V M M V q4 ui Lf) Lo N _ 70 Cl) 1- 00 m V CD M M (D (4 00 N L co > T O 93, EA 611, 16S. 60311 GS (f3 69 el (H 69 EA fA EA O 0 0 0 0 O O O O O p LO UO O O LO ' LO 10 X0 0 (O I? I? O O oO N (O LO r ; 1` M V m co h O i. N N .^') v m 1- m N LO Cl) - T V r r o0 O ti O N co ? T ?. T x w ?fl Ef? EA EA EA ff3 EA 6G, 6 6, (fl 69 fA Q Y L ^ (O O E D Gq fR - EA 69 fA b9 6f) K3 69 69 fA 69 V 00 O O U O O C LO O O O U ? f3 63 69 (A fA EA 6Fi 69 EA EA 69 EA 69 EA N O V I? m m m r «') N L C7 n m ? N 1- r r N N O V 6 M O O N m 0 0 N (O V N ' N co LO 00 (O (D O N l co 00 R ? < 7 0 m P- O V N m N W C ) O N co L17 -- ? CO (D o0 m O ?- CO CO (D O N ? 2 T U A E9 EA 60 EA fA 69 fA fA 69 EA U) b9 eA = J O O U n CN O 00 M 0 N N 0 c v 0 0 U c e ? o E o r Y O rn U rn ~ v c o c to o 0 M m C v C y a d F 4) 3 d d d Cl M a c :3 U (D m y d C 0 'a CL C .Lm O O r- it 0 0 5 8 0 M .S W tM c (D c ? y - w V O to t d I ID O N L O a) - W C O d i W D 0 t a Cl) M R < 0 ( (D U) CD R C o 0 0 0 0 0 0 0 y (D(`')0000000 co 000000(D d a V) O O o 10 O In C? O N O r 1- O 1- m 10 a N ER 64 fA (f! ER 69 EA 69 3? (? N M V t0 m - O -0 m_0mm- rn x d J :3 Z) Z) 0 m a? W d > CO 2E d N U) = r- 01 KI W c O .ia (6 IZ d U) d W W (n CD U) 2 r O V d m M a c O W C E d ._+ D L d X d w LL ? c M 3 U U) (7 0 Q U VC] 2 /1 2008 A 3-■ CITY OF , r a ' , 5_ `:* CITY OF AUBURN �.- $ ,. V I�LV Cii`tCLERKS 0 a i ' Peter B. Lewis, Mayor . ` �J�------ WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 October 22, 2008 Roger Mason CH2M HILL, Inc. 1100 112th Avenue Northeast Suite 400 Bellevue, WA 98004 RE: Agreement No. 'GAC--3-44 Project No. C201A, M St SE Grade Separation Dear Mr. Mason: Enclosed please find a fully-executed original of the above-referenced Agreement. This letter serves as your Notice to Proceed for work Not to Exceed $200,000.00, which is the currently budgeted amount for the 2008 calendar year. At this time, the Management Reserve Fund is not authorized; therefore, your agreement is only authorized up to $1,826,300.00. For the City's tracking and record keeping purposes, please reference AG-C-344 and Project No. C201A - M St SE Grade Separation, on all correspondence and related material. We must receive the certificate(s) of insurance evidencing your insurance coverage as required per Section XIII of the agreement, within two weeks. As stated in the agreement, the City will pay no progress payments until the consultant has fully complied with this section. Please send the certificate(s) to Barbara Irby, Capital Projects Support Clerk, at the address listed at the top of this letterhead. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253.804.5059. Sincerely, Jacob Sweeti g Project Manager Public Works Department JS/bi/hm cc: (gIV gat acob Sweeting, Project Engineer C201A, 1.22 eir(Gre--344siones AUBURN * MORE THAN YOU IMAGINED I L-, - 9 • Organization and Address Supplemental Agreement # 1 CH2M Hill, inc. 1100 112th Ave NE, Suite 400 Bellevue, WA 98004 Attn: Roger Mason Agreement Number AG-C-344 Phone 425.453.5000 Project Number Federal Aid Number STPD-1093 003 C201A Project Title New Maximum Amount Payable M Street SE Grade Separation $ 1,946,300.00 Description of Work The supplemental work consists of completing a feasibility study that evaluates alternatives for relocating a King County sanitary sewer main around the grade separation. The Local Agency of the City of Aubum - desires to supplement the Agreement entered into with CH2M Hill Inc. and executed on October 22. 2008 and identified as Agreement No. AG-C-344 All provisions in the basic Agreement remain in effect except as expressly modified by this supplement. The changes to the Agreement are described as follows: . Section II, SCOPE OF WORK, is hereby changed as folfows: Additional services are reauired as set forth in attached Exhibit A and bv this reference made a part of this sunpfement Section V, PAYMENT PROVISIONS, shall be amended as follows: Additional a ment for the ro'ect is authorized b this Su lemental A reement as set forth in the attached Exhibits B and E and b this reference made a art of this su lement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and retum to this offlce for final action. ~ gy. 8 1,'e►'d t -I' By: Pe r B. a ~ f- Ap ing Authority Signature Cltant Si ~~zy~p y ocr -s 2009 Date Date AG-C-344 Supplemental Agreement #1 Page 1 of 1 M Street SE Grade Separation Exhibit A Scope of Work During the term of the basic AGREEMENT and this SUPPLEMENTAL AGREEMENT, CH2M Hill, Inc. (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the following project: Project C201A City of Auburn M Street SE Grade Separation This Supplemental #1 scope of work is to address additional analysis and documentation to support the City of Auburn - M Street SE Grade Separation Project. Tasks 1 to 14 are included in the scope of work attached to the original agreement as Exhibit A and are not changed by this supplement. Task 15: Feasibility Study of Joint Storm Sewer and Sanitary Sewer Under- crossing of SR 18 and BNSF The CONSULTANT will identify and evaluate three alternatives for a joint crossing under SR 18 and BNSF via the L Street alley alignment. The considered altematives will most likety be an auger-bored 54" casing; twin auger-bored 36" casings; and 54" staged open cut. The objective of this study is to define these alternatives, prepare a comparative analysis, and recommend a preferred alternative that would be acceptable to BNSF, WSDOT, King County and the CITY; so the project can move forvvard into final design. The work will involve establishing criteria, developing layouts and sections to confirm footprint and right-of-way needs, geotechnical data collection and analysis, and a comparative analysis of technical, cost and risk issues to support the selection of recommended alternative. Task 15.1: Alternative Identification and Analysis The CONSULTANT will screen alternatives to minimize the cost of the feasibility study. Oniy viable altematives will be given full consideration and continued analysis, as agreed ta by the CITY and King County. The CONSULTANT will perform the following analyses for each of the alternatives: . Determine layout alignment and profile of joint storm drain and sanitary sewer lines • Determine trench widths, pit sizes and minimum cover . Determine limits of construction - and temporary and permanent easement requirements • Perform analysis of constructability and risk • Consider requirements for long term access and maintenance . Prepare exhibits to support the alternatives analysis, and preliminary drawings for the preferred altemative including, at a minimum, (plan/profile, sections/details) for the preferred alternative (10% level). AG-C-344 Supplemental Agreement #1 Page 1 of 3 M Streef SE Gracie Separation Exhibit A- Scope of Work The sewer pipe diameter is assumed to be 18" as determined by King County, and no hydraulic analysis will be perFormed. If the slope or number of bends changes in the course of the feasibility study, King County will be notified of #he need to repeat their hydraulic analysis, and assumed pipe size will be revised if necessary. Task 15.2 Geotechnical Field Work and Analvsis The CONSULTANT will excavate up to three test pits to depths of 14 feet - one at each of the proposed bypass pipeline pit entrance/exit locations and one at the toe of the SR 18 embankment.. The test pits will provide information regarding the size and distribution of cobbles and boulders, which are critical both for evaluating the risk of settlement of the existing tracks with the trenchless crossing options and to the construction contractor for defining the subsurface conditions. The CONSULTANT will survey the test pit locations. The CONSULTANT will send representative samples from the test pits to a laboratory for gradation testing. Test pit logs, laboratory test results, and an updated exploration map will be appended to the feasibility study and added as an addendum to the Geotechnical Data Report. It is assumed the test pits can be excavated in one day and that railroad flaggers are needed for the test pits and this work can be perFormed under the current BNSF . Temporary Occupancy permit obtained by the CITY. The CONSULTANT will utilize the existing geotechnical understanding of subsurface conditions at the site, supplemented by the new test pit information, to: • Summarize minimum and desired criteria for pipe cover and separation. • Identify construction methods, construction tolerances, and geotechnical risks associated with each altemative. • Assist with developing a technical memo documenting soiis conditions, analysis and risks for each alternative. . If permanent easements are required for the aNey alternatives, a separate sewer crossing via L Street may be considered. The CONSULTANT shall drill one additional boring of up to 30 foot depth on L Street near the BNSF right of way to support the analysis of an alternative alignment for the King County sewer via L Street. The CONSULTANT will restore test holes to grading and filling similar to the existing conditions. The CONSULTANT will conduct laboratory testing on soil samples. Task 15.3 Co.m arative Cost Esfimates The CONSULTANT will identify the major cost items and prepare a comparative analysis of costs for the three (3) alternatives to be used in selection of a prefeRed alternative. The analysis will be in spreadsheet format and include the following: • Comparative Construction costs for the feasible alternatives • R/W and/or easement costs AG-C-344 Supplemental Agreement #1 Page 2 of 3 M Street SE Grade Separation Exhib+t A- Scope of Work 15.4 Coordination and Reviews The CONSULTANT will prepare for and attend meetings and prepare meeting notes as noted below: . • 1 meeting with the CITY and King County staff to discuss evaluation criteria and screen alternatives for the feasibility study • 1 meeting with WSDOT Bridge and Structures to confirm constraints, criteria and receive comments on alternatives. Meeting to include King County staff. • 1 meeting with BNSF to review draft Type, Size &Location (l"S&L) of recommended alternative. Meeting to include King County staff. • 2 meetings with the CITY and King County Wastewater Treatment Division staff to review alternatives analysis, and response to King County review comments. Meetings are assumed at two (2) hours each for two (2) CONSULTANT staff. 15.5 Proiect Manaqement The CONSULTANT will provide oversight and manage the scope of work and budget for this task. The duration of this scope of work is assumed to be 2 months. CONSULTANT'S management tasks inctude: • Administration and Scoping Costs • Schedule and Budget Control . Task 15 Deliverab/es . Technical Memorandum (TS&L) summarizing the option issues, risks and costs with a recommended alternative review. • Exhibits prepared for the altemative identification and analysis, including, at a minimum, conceptual plan/profile drawings (10% level) for the preferred alternative. . Response to King County review comments • Addendum to Geotechnical Data Report . Meeting minutes AG-C-344 Supplemental Agreement #1 Page 3 of 3 M Street SE Grade Separation Exhibit A- Scope of Work Exhibit B Summary of Payments Basic Supplement #1 Agreement Total Agreement Total Consultant Cost $ 1.626.312.00 $45,176.00 $ 1,671.488 Fixed Fee $ 199,988.00 4824.00 204 812 Total Amount Authorized $ 1,826.300.00 $ 50.000.00 $ 1.876.300 Management Resen►e Fund $ 70.000.00 $0.00 $ 70.000.00 Totai Amount Payable $ 1.896.300 $ 50.000.00 $ 1,946.300 AG-C-344 Supplemental Agreement #1 Page 1 of 1 M Street SE Grade Separation Exhibit B- Summary of Payments Exhibit E- Consultant Fee Determination City of Auburn Project C201A: M Street SE Grade Separation Addendum 1 Aupust 24, 2009 Summary AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 1 of 3 Exhibit E- Consultant Fee Determination City of Auburn Project C201A: M Street SE Grade Separation Addendum 1 CH2MHill Emnlovee or Cateqory Hrs. x Rate = t.00s1 ProjectManager 52 $ 72.95 4i as.4u s,1 Senior Engineer 12 $ 66.92 $ 803.04 Senior Engineer 4 $ .54•47 $ 217'$8 Seniar Engineer 68 $ 54.68 $ 3,718.24 Senior Engineer . 24 $ 50.82 $ 1,219.6$ Task Engineer 52 $ 47.46 $ 2,467,92 Lead Engineer 0 $ 40.65 $ - Design Engineer 0 $ 32.85 $ - Designer 40 $ 30.58 $ 1,223.20 Sr. CAD Technician 16 $ 31.45 $ 503.20 CAD Tech 0 $ 22.91 $ - . Contract Administration 4 $ 36.26 $ 145.04 Project Controls 8 $ 28•55 $ 228.40 Administrative Assistant 28 $ 26.91 $ 753.48 Totat Hrs. 308 $ 15,073.48 Direct Salary Cost $ 15,073.48 Overhead Cost @ 140.27% of Direct Labor Net Fee @ 32.0% of Direct Labor Total Overhead & Net Fee Cost $ 21,143.57 $ 4,823.51 $ 25,967.08 Direct Salary Cost $ 41,040.56 Direct Expenses ` Reproduction Cost No. Each Cost Misc. copies 200 $0.05 $10.00 Auto RentaUGasoline 2 days @ $65 /day $120.00 MaiUDeliveries/etc. 4 $15 $60.00 Mileage 250 Mi. @ $0.550 /Mile $137.50 Outside Services $0.00 APS $3,500.00 NW Excavating $3,500.00 Railroad Flagging days @ $600 /day $600.00 Soil Technology $1,000.00 Parking 2 $15 $30.00 $8,957.50 Subtotal Direct Expenses Total Fee $49,998.06 AG-C-344 Exhibit E M Street SE Grade Separation Consuftant Fee Determination Page 2 of 3 rC G 7 a c m v v e a o ~ o W ~ c E a m d y O .mp d ~ Ii C9 C W m H m C ~ O H V ~ ~ N W ~ V .n`o mo W V O. ro C D .q ~ n m N m v M C9 w ~ 0 t N 5 c ~ s CF C W tl a~ c ° ~c CJ O QV Organization and Address Supplemental Agreement # 2 CH2M Hill, Inc. 1100112th Ave NE, Suite 400 Bellevue, WA 98004 Attn: Roger Mason Agreement Number Phone AG-C-344 425.453.5000 Project Number Federal Aid Number C201A STPD-1093(003) Project Title New Maximum Amount Payable M Street SE Grade Se aration $ 2,482,300.00 Description of Work: The supplemental work consists of designing a relocated King County sanitary sewer main and right of way work. The Local Agency of the City of Auburn desires to supplement the Agreement entered into with CH2M Hill, Inc. _ and executed on October 22, 2008 and identified as Agreement No. AG-C-344 All provisions in the basic Agreement remain in effect except as expressly modified by this supplement. The changes to the Agreement are described as follows: Section II, SCOPE OF WORK, is hereby changed as follows: Additional services are required as set forth in attached Exhibit A, and by this reference made a part of this sunnlement. II Section V, PAYMENT PROVISIONS, shall be amended as follows: Additional payment for the project is authorized by this Supplemental Agreement as set forth in the attached Exhibits B and E and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: `-CC11Q 6 .L.44!:- Consul ant Si e 77a&L-- ~ -7 '0 iG ( o ate By: Pete . ewis a or ---r-- ~ Approving Authority Signature MAR 2 5 2Uio Date 4:1f~ AG-C-344 Supplemental Agreement #2 Page 1 of 15 M Street SE Grade Separation Exhibit A Scope of Work The project scope of work, as attached to the original agreement and per amended by Supplement #1, is supplemented with the following: During the term of the basic AGREEMENT and this SUPPLEMENTAL AGREEMENT, CH2M Hill, Inc. (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the following project: Project C201A M STREET SE GRADE SEPARATION This Supplemental #2 Scope of Work addresses additional work for the design of a relocated King County Sewer Main in accordance with the City's Interagency Agreement with King County and for work required to support the project right of way phase. 1. Project Management This task includes the work necessary to set up, plan, and manage the right of way work, including communication, coordination with the City and project team, subconsultant management, and project closeout. Tasks 1.1 through 1.2 are unchanged from Supplement #1 and are not included in this scope of work for Supplement #2. 1.3 Plan the Work 1.3.1 Scope and Budget Management The CONSULTANT will manage the project scope and budget. Significant changes will be reported to the CITY as they occur and in monthly project management team meetings and/or progress reports. This task will help monitor scope and costs, and to propose corrective actions. These actions will include formal requests for budget or scope modifications. 1.3.2 Schedule Management The CONSULTANT will develop and monitor the project right of way activities, action items, and schedule. Task 1.3.3 and 1.3.4 is unchanged from Supplement #1 and is not included in this scope of work for Supplement #2. AG-C-344 Supplemental Agreement #2 Page 2 of 15 M Street SE Grade Separation Exhibit A- Scope of Work 1.3.5 Project Communications Meetings Project Team Meetings, Direction and Oversight This task includes additional project team management, communication, direction and oversight related to the right of way activities. The CONSULTANT will lead team meetings and provide direction and oversight of the CONSULTANT'S project team to confirm implementation of the work plan and the coordination of work activities. This effort is to provide the leadership for the team to communicate project priorities, deadlines, and resolve issues that arise. Subconsultant Management The CONSULTANT will manage the subconsultant including review of subconsultant's progress, their invoices, their work on various project elements, and review of proposed staffing designations. Tasks 8 through 14 are unchanged from Supplement #1 and are not included in this scope of work for Supplement #2. 7. Riaht of Wav - PS&E Phase This work element covers right of way task items that are related to the I'S&E phase. This includes the preparation of the Project Funding Estimate (PFE), legal descriptions, parcel maps, and right of way plans. Task items related to the Right of Way Acquisition Phase are covered under Work Element 16. Assumptions for Right of Way - PS&E Phase The following assumptions apply to Task 7 in its entirety. 1. The CONSULTANT will provide the CITY with a list of title reports needed. Costs to obtain the title reports will be paid directly by the CIT'Y and are not included in the budget for this scope of work. 2. The CONSULTANT will perform right of way related work in conformance with the WSDOT Local Agency Guidelines (LAG) Manual, the WSDOT Right of Way Manual (as applicable), and the WSDOT approved City of Auburn Right of Way Procedures. 3. The budget for this task has been prepared assuming there are 33 parcels that will require right of way takes or easements within the project limits. 4. In general, acquisitions will be made using a Right of Way Dedication instead of a Statutory Warranty Deed. Exceptions for this may include full-takes that the CITY determines should be purchased as Simple Fee and subsequently a portion dedicated as right of way. 5. Based on the NEPA documentation prepared for the project, it is assumed that no Phase 1 Environmental Assessments are required." AG-G344 Supplemental Agreement #2 Page 3 of 15 M Street SE Grade Separation Exhibit A- Scope of Work 7.1 Project Funding Estimate, PFE The CONSULTANT will prepare a Project Funding Estimate (PFE) that includes all fee take parcels and easements. The PFE will describe each parcel, its ownership, the estimated cost of any acquisition, labor, escrow, condemnation and summary of total right of way phase project costs. Deliverables: • Project Funding Estimate 7.2 Condemnation Ordinance The CONSULTANT will provide support and guidance to assist the CITY in drafting a condemnation ordinance for the project right of way acquisition, if needed. 7.3 Review Title Reports and Parcel Calculations The CITY will order preliminary commitments for title for parcels affected by fee-simple or easement acquisitions, and possibly other properties affected by this project, as deemed necessary by the CIT'Y. The CONSULTANT will review title reports for ownership information, types and limits of encumbrance, and benefits to the properties. The CONSULTANT will calculate property lines for parcels from which property acquisition is required for the project. Setting of property lines and/or corner surveys are NOT a part of this work. Title reports ordered during the design will be updated, as needed, by the CITY. Deliverables: • Parcel Calculations and Supporting Documentation • List of property title reports needed • Title Reports and Updates (from CITY to CONSULTANT) 7.4 Legal Descriptions The CONSULTANT will identify right of way requirements for each parcel within the project limits, as shown on the Right of Way Plans described in Section 7.6. The CONSULTANT will prepare a legal description for the take area of each affected parcel assumed to be twenty-three (23) partial takes and seven (7) permanent easements) It is assumed that legal descriptions are not required for temporary construction easements. No legal descriptions or exhibits will be required for full takes, but full parcel takes will be reflected on the Right of Way Plans described in Section 7.6. Deliverables: • Parcel Legal Descriptions and Supporting Documentation AG-C-344 Supplemental Agreement #2 Page 4 of 15 M Street SE Grade Separation Exhibit A- Scope of Work 7.5 Parcel Maps The CONSULTANT will prepare a parcel exhibit map for each parcel affected by partial takes, permanent easements, and temporary construction easements. Each exhibit will include Tax Parcel ID, limits of fee- simple or easement acquisitions, limits of temporary construction easements (if any), existing property boundary, existing right-of-way, street names and widths, north arrow, Section, Township, Range, and dates and names for preparation, checks and revisions. Deliverables: • Parcel Exhibit Maps and Supporting Documentation. 7.6 Right of Way Plans The CONSULTANT will prepare Right of Way Plans that show the CITY approved right of way impacts. The plans will delineate acquisitions, including fee simple (full and partial), permanent easements and temporary construction easements. The Right of Way Plans will have an ownership block showing tax parcel numbers, parcel addresses, ownerships, ownership total area, right of way acquisitions, permanent easements, temporary constructions easements, and remainders for all properties from which CITY needs right of way or easements. This block will correspond with a legend of all acquisitions on the Right of Way Plan sheet. AIl areas will be measured and call-out by the square foot. Property lines, Buildings, parking stalls and other items will also be shown on this plan. Ten (10) plan sheets are assumed for the Right of Way Plans. The Right of Way Plans shall be signed and sealed by a registered Professional Engineer or Land Surveyor. The CONSULTANT will prepare a parcel table that summarizes the property impacts for each parcel in the project area. This information will include tax parcel numbers, parcel addresses, ownerships, ownership total area, right of way acquisitions, permanent easements, temporary constructions easements, and remainders for all properties from which CITY needs right of way or easements. Deliverables • Right of Way Plans • Parcel Table 7.7 Update Right of Way Procedures The CONSULTANT will review the CITY'S most current WSDOT approved right of way procedures and update them as needed to reflect the Project needs and to gain WSDOT approval. The CITY will submit the procedures to WSDOT for review and approval. The CONSULTANT will address any WSDOT comments and resubmit the procedures as needed. Deliverables • Updated Right of Way Procedures AG-C-344 Supplemental Agreement #2 Page 5 of 15 M Street SE Grade Separation Exhibit A- Scope of Wark 7.8 Evaluation of Right of Way Design Alternatives The CONSULTANT review and evaluate Project impacts to 600 M Street SE to determine if it is a full or partial take. The evaluation will consider all anticipated acquisition costs if it were a partial take versus a full take. The CONSULTANT will provide a recommendation to the CITY in the form of a memorandum that includes supporting documentation as an attachment. Deliverables • Recommendation Memorandum Tasks 8 through 14 are unchanged from Supplement #1 and are not included in this scope of work for Supplement #2. Task 15 King County Sanitary Sewer Relocation This task is for the Relocation of County Sanitary Sewer for the M Street SE Grade Separation Project. This task includes project management, preliminary engineering, environmental documentation and permitting, stakeholder coordination, final design (including plans, specifications, and estimates) and public involvement. The relocation of the existing County sanitary sewer for the M Street SE Grade Separation will require the preparation of plans and specifications for the construction of a sanitary sewer main and the decommissioning of the existing sanitary sewer main within the section of M Street SE being lowered for the M Street SE Grade Separation. Approximately1100 feet of sanitary sewer main will need to be decommissioned on M Street SE from approximately 6th Street SE to 3rd Street SE. Effluent from the south will need to by-pass the decommissioned section via a new sanitary sewer that will connect to the existing main in M Street SE near 6th Street SE, turn and follow 6th Street SE west to L Street SE, turn and follow L Street SE north to the State Route 18 (SR18) embankment and the BNSF Railway Stampede Pass railroad tracks, cross SR18 and the railroad tracks along L Street SE, follow L Street SE north to 4th Street SE, turn and follow 4th Street SE east to M Street SE, turn and follow M Street SE north to a new connection to the existing main in M Street SE near 3rd Street SE. The approximate length of the by-pass sewer route will be 1700 feet. Assumptions for King County Sanitary Sewer Relocation The following assumptions apply to Task 15 in its entirety. 1. Bidding services, construction administration and construction inspection have not been included in this scope because they could not be accurately scoped at this time. Bidding and construction phase services may be added in a subsequent amendment of this scope. 2. The CITY will provide the electronic CAD file of the L Street route prepared by King County to the CIT'Y; 3. The CONSULTANT wiIl verify the accuracy of the King County L Street mapping provided by the CITY and merge it with the project base map; AG-G344 Supplemental Agreement #2 Page 6 of 15 M Street SE Grade Separation Exhibit A- Scope of Work 4. The CONSULTANT will prepare and incorporate the King County sanitary sewer relocation plans and specifications into the M Street SE Grade Separation project plans and specifications using the CITY CAD format and presentation standards; Unless added as an amendment to this scope, the CONSULTANT will not prepare a separate (stand alone) set of contract plans and specifications for the sanitary sewer work, but rather will prepare a combined set of plans and specifications showing all Project work along with the sanitary sewer relocation work_ 5. Water quality treatment and detention will not be required for replaced impervious surface associated with the relocated sanitary sewer; 6. Existing borings and test pits previously conducted at L Street for the earlier Feasibility Study are sufficient for design and no additional geotechnical investigations will be necessary to support the sanitary sewer relocation; 7. The relocated sanitary sewer will be located within the existing CITY right of way, and cross the BNSF and WSDOT right of ways in a casing that is separate from the relocated storm drain casing; 8. Wastewater flow rates will not be calculated by CONSULTANT; 9. King County will be the applicant for the BNSF and WSDOT crossing permits/easements for the County's relocated sanitary sewer main; The CONSULTANT shall prepare and provide the documentation required to support the permits/easements; 10. The CONSULTANT will obtain electronic copies of standard sewer details, record drawings of the existing sanitary sewer main and side sewer connections within the project limits from King County and video data to confirm side sewer locations from the CITY that the CONSULTANT will incorporate in the final design; 11. No permanently pumped service connections are assumed needed for the work; 12. The CONSULTANT will use WSDOT/APWA Contract Specifications and CITY-developed special provisions for the Contract Specifications. 13. Besides the WSDOT and BNSF crossing permits, no property or easement acquisitions are anticipated for the storm sewer or sanitary sewer relocation. Design Standards and References The King County sanitary sewer relocation shall be developed in accordance with the latest edition, amendments, and revisions of the publications listed in the original scope of work, where applicable AND King County standards. Tasks 15.1.1 through 15.1.5 are unchanged from Supplement #1 and are not included in this scope of work for Supplement #2. 15.2.1 King County Sewer Relocation - Project Management The CONSULTANT will prepare a baseline project schedule that substantiates milestone dates. The baseline project schedule will serve as a guide for scheduling the detailed work and will include a work breakdown structure (WBS) that identifies the design activities, their connectivity with other activities, their durations, and their reviews necessary to deliver the deliverables for the project. The CONSULTANT will provide AG-C-344 Supplemental Agreement #2 Page 7 of 15 M Street SE Grade Separation Exhibit A- Scope of Work electronic copies of the project schedule to the CITY for review and approval. The CONSULTANT will baseline the project schedule when it is approved by the CITY and King County. The CONSULTANT will submit schedule updates to the CIT'Y with each invoice or as significant changes to the schedule are proposed. For budgeting purposes, it is assumed that 6 schedule updates will be prepared. The CITY will manage the project scope and budget for King County. Significant changes will be reported to the CITY as they occur and in monthly project management team meetings and/or progress reports. This task will help monitor scope and costs, and to propose corrective actions. Current financial status as well as projections of cost to compete work will be provided to the CITY monthly_ These actions will include formal requests for budget or scope modifications. The CONSULTANT will prepare and submit progress reports with each invoice that qualitatively describe the work accomplished during the billing period, including the status of individual tasks, meetings attended, subconsultant work and action or information needed from the CITY. Progress reports will also indicate work to be accomplished during the next billing period. 6 monthly invoices and progress reports are assumed for the project. Deliverable(s): • Baseline Schedule • Updated Schedule with Each Invoice • 6 Status reports on scope completion complete • 6 Monthly Budget Forecasts - Estimate to Complete (ETC) • 6 Monthly invoices • 6 Monthly progress reports • 6 Schedule updates (one electronic copy in PDF.) 15.2.2 King County Sewer Relocation - Base Map and Survey The CONSULTANT will use survey mapping conducted and provided by King County, remove redundant elements previously surveyed by the CONSULTANT, convert new mapping elements to CITY CAD format, and merge new elements with the M Street SE Grade Separation Project base map. The CONSULTANT will convert all elevations to the NAVD88 datum. It is assumed that during the design phase, some level of supplemental survey may be necessary, and for purposes such as private property match/conforms, utility features, structure elevations, or features requiring more definition for design purposes. For budgeting purposes this task item has been estimated to not exceed 40-field crew hours. Any costs for performing additional survey beyond 40-field crew hours, may be adjusted accordingly and approved by supplement before commencement of additional field activities. Deliverable(s): Base map hardcopy roll-plot style, PDF, and AutoCad formats 15.2.3 King County Sewer Relocation - Design The CONSULTANT will develop and expand the project design using the Feasibility Study and the preliminary Iayout prepared by King County. The design submittals shall generally include the sheets as shown on the table below: AG-C-344 Supplemental Agreement #2 Page 8 of 15 M Street SE Grade Separation Exhibit A- Scope of Work Table A- Sheet List b Disci line and Submittals 60%, 900/o, & 100% 30% Submittal Submittal Drawing Title No. of Sheets No. of Sheets Comments General Sewer Notes 1 Sewer Plan and Profile 11 11 Sewer Details 1 4 2 std detail shts; 2 spec. detail shts Roadway section 1 L Street Demolition and Removals 1 L Street Paving and Grading Plans 1 L Street Totals 12 19 15.2.3.1 Design Criteria Memo Before starting the design work, the CONSULTANT will prepare a criteria memorandum to communicate, document, and obtain concurrence for the expected construction standards. The memorandum will define the criteria to be used for developing the layout, profile and details, and materials for the sewer conveyance system. Criteria will be based on King County sewer construction standards, BNSF and WSDOT requirements for perpendicular crossings, and review input from CITY and COUNTY staff. Comments on the criteria memo shall be discussed in a 2-hour review meeting to be held at the CITY. Deliverable(s): • Sewer Relocation Criteria Memo 15.2.3.2 30% Design and Plans The COUNTY has determined that replacement of the existing 18-inch sanitary sewer in M Street in the vicinity of the BNSF crossing with a new 18-inch sanitary sewer offset to L street is adequate for the County's sanitary sewer main relocation. The County requires that a near-uniform slope be maintained between the points of connection to the excising main. The CONSULTANT will design the sanitary sewer accordingly, and will not estimate sewer design flows or perform any type of hydraulic calculations to support the pipe size and slope. The CONSULTANT will combine the M Street SE Grade Separation update project plan sheets and limits to accommodate the project area along L Street. AG-C-344 Supplemental Agreement #2 Page 9 of 15 M Street SE Grade Separation Exhibit A- Scope of Work The CONSULTANT will prepare preliminary drawings for the relocated sanitary sewer main consisting of combined plan and profiles drawings. The 30% plans will show the proposed horizontal and vertical alignments, structures, slopes, and tie-in locations for the relocated sanitary sewer main. Table A identifies the sheet list for this task. Standard cut and cover trench construction is assumed for portions within City street limits. The design for the WSDOT and BNSF right-of-way crossings will be based on bore and jacked construction using an oversized steel casing. Existing residential connections to the sanitary sewer will be removed and reconnected to the relocated sanitary sewer (approximately 4). Additional stubs for potential future connections will be included (approximately 2). Additional new connections may be required to accommodate project elements and will also be included. Deliverables: 30% Plans (4 full size, 4 half size, Electronic PDF and CAD files) 30% Opinion of Cost (2 hardcopies, Electronic Excel file) 15.2.3.3 60% Submittal The CONSULTANT will address all comments from the 30% submittal. Comments on the 30% plans shall be discussed in a 2-hour review meeting to be held at the CIT'Y or COUNTY. The CONSULTANT will prepare the 60% plans to include all of the 30% elements plus demo plans, construction notes, elevations, stations, details for the sanitary sewer relocation and surface restoration plans. Table A identifies the sheet list for this task. The CONSULTANT shall prepare an outline of the Contract Specifications for review and comment. Deliverables: 60% Plans (4 full size, 4 half size, Electronic PDF and CAD files) 60% Opinion of Cost (2 hardcopies, Electronic Excel file) 60% Draft Specifications Outline (2 Hardcopy,l Electronic Word file set) 15.2.3.4 90% Submittal The CONSULTANT will address all comments from the 60% submittal. Comments on the 90% plans shall be discussed in a 2-hour review meeting to be held at the CITY. The CONSULTANT will prepare the 90% plans and specifications to include all elements required for construction. Table A identifies the sheet list for this task. Deliverables• • 90% Plans (4 full size, 4 half size, Electronic PDF and CAD files) • 90% Opinion of Cost (2 hardcopies, Electronic Excel file) • 90% Draft Specifications (2 Hardcopy,l Electronic Word file set) 15.2.3.5 100% Submittal The CONSULTANT will address all comments from the 90% submittal. Table A identifies the sheet list for this task. The CONSULTANT will prepare the 100% plans, specifications, and proposal package to include all elements required for bidding and construction. AG-C-344 Supplemental Agreement #2 Page 10 of 15 M Street SE Grade Separation Exhibit A- Scope of Work Deliverables: • 100% Plans (14mi1 Mylar, Electronic PDF and CAD files) • 100% Opinion of Cost (2 hardcopies, Electronic Excel file) • 100% Specifications and Proposal Package (2 Hardcopy,l Electronic Word file set) 15.2.4 King County Sewer Relocation - Permitting The CONSULTANT shall prepare all supporting documentation required for the permits and/or easements required for the BNSF and WSDOT crossings. The CONSULTANT shall prepare all information required to include the County's sanitary sewer relocation with the CITY'S NEPA and SEPA permit documentation. The CITY shall modify the project APE, historic inventory, and other environmental documentation to address the combined sewer relocation project. In addition, the County will conduct an environmental review process to meet it's legal obligations as funding agency for the sanitary sewer relocation. 15.5 King County Sewer Relocation - Construction Construction services are not included in this scope but may be added at a later date. 16. Right of Way Phase This work element provides for Right of Way Phase support activities. These include support for appraisals and reviews, negotiations, acquisition, relocation, and WSDOT Certification. The CONSULTANT will perform right of way related work in conformance with the WSDOT Local Agency Guidelines (LAG) Manual and City of Auburn Right of Way Procedures. 16.1 Appraisal Support The CONSULTANT will provide support for the development of the appraisals. This item covers work to coordinate with the appraisers, respond to the appraisers' design clarification questions, to prepare additional figures, and to update/calculate quantities. Forty six hours are assumed for this task. Deliverables: • Drawings, figures, and quantities as needed to support the appraisals AG-C-344 Supplemental Agreement #2 Page 11 of 15 M Street SE Grade Separation Exhibit A- Scope of Work 16.2 Appraisals and Review The CITY will contract directly with right of way appraisers as required to support the preparation of appraisals and appraisal reviews. Appraisal Reviews are not necessary for acquisitions valued under $25,000 according to state and federal funding source requirements. The CITY will hire and manage a review appraiser who will provide appraisal review services or any acquisition valued over $25,000 in the PFE and which was appraised. The CITY will set just compensation for all parcels from which offers to property owners will be made. 16.3 Develop Acquisition Schedule The CONSULTANT, with input from the CITY, will develop an acquisition schedule for the purposes of tracking the status of each parcel as it moves through the appraisal and negotiation process. The schedule will be updated as needed to report status. Deliverables: • Acquisition Schedule 16.4 Negotiations 16.4.1 Administrative Assumptions: • All forms and conveyance documents will be prepared using WSDOT or CITY-approved templates. The CONSULTANT will provide signature ready legal documents that will be used to convey fee or temporary construction easement rights for all parcels. The CONSULTANT staff will maintain records, files, documents and reports in accardance with statutory and WSDOT guidelines and regulations. The CONSULTANT will provide the CITY with written status reports on a weekly basis, and will provide verbal status reports, as requested. CONSULTANT staff will provide detailed written diaries for each parcel. CONSULTANT staff will transmit organized parcel files containing all pertinent information, documents, forms, and diaries. Deliverables: • Signature Ready Legal Documents to convey rights for all parcels • Weekly Status Reports • Written Diaries for Each Parcel 16.4.2 Negotiations Assumptions: • CONSULTANT agents will act in good faith at all times. AG-C-344 Supplemental Agreement #2 Page 12 of 15 M Street SE Grade Separation Exhibit A- Scope of Wark • CONSULTANT staff will never coerce owners in an attempt to settle parcels • The CONSULTANT will provide the CITY with an Administrative Settlement letter for all requested administrative settlements. The CONSULTANT will prepare offer letters for all parcels and will make at least 3 personal contacts with each owner with the intent of reaching settlement for the conveyance of property or property rights needed from each parcel. As many contacts as needed to reach settlement will be made, until it is mutually agreed between the CITY and CONSULTANT that negotiations should be suspended or given to the CITY Attorney to pursue eminent domain actions. The CONSULTANT staff will explain the CITY's offer verbally and in writing. CONSULTANT staff will transmit organized parcel files containing documents, forms, diaries, and Disclaimer Statements. CONSULTANT staff will prepare a condemnation summary memo for any parcel that the CITY deems it is necessary to acquire through the exercising of its power of eminent domain. The CONSULTANT will provide design support and coordination in support of the right of way negotiations. This item covers work to respond to the design clarification questions and to prepare additional figures as necessary Deliverables: Offer Letters Condemnation Summary Memo as needed Drawings, figures, and graphics as needed to support the negotiations 16.5 Property Owner Meetings The CONSULTANT will prepare for and attend up to eight Property Owner Meetings. This assumes preparation of drawings and exhibits showing applicable project information. It is assumed these meetings would be an informal format and occur as needed during the design of the project. Deliverables: • Property Owner Meetings Drawings and Exhibit 16.6 Relocation Assumptions: • There will be up to 10 residential relocations, from 10 parcels, involving owners and/or tenants. It is anticipated that there are 10 residential tenant relocations,l business tenant relocation, and 1landlord relocation. The CONSULTANT will provide a relocation plan. CONSULTANT staff will review the relocation plan and act in accordance with it. CONSULTANT relocation staff will work closely with acquisition staff and the AG-C-344 Supplemental Agreement #2 Page 13 of 15 M Street SE Grade Separation Exhibit A- Scope of Work CITY in order to perform relocation tasks in a timely manner. CONSULTANT relocation staff will contact owners or tenants that are displaced and inform them of their relocation rights and benefits. CONSULTANT staff will prepare and deliver relocation notices (at minimum notices are: General Notice of Relocation Rights, 90 Day Notice, Maximum Entitlement Notice). CONSULTANT staff will survey each displacee and discuss their relocation issues, concerns and schedules. CONSULTANT staff will determine each displacee's maximum relocation entitlement, and have the CITY review and approve this amount prior to informing displacees. The CONSULTANT will research, evaluate, and document comparables for the relocations. CONSULTANT staff will prepare moving cost estimates and other forms appropriate for the parcel. CONSULTANT staff will provide relocation advisory assistance as needed and as directed by the CITY. CONSULTANT staff will monitor each move and notify the CITY in writing when the property has been vacated. CONSULTANT staff will coordinate payment and delivery of checks with the CITY as requested. Deliverables: • Relocation Plan • Relocation Notices • Documentation of comparables for relocation • Moving Cost Estimates. 16.7 Parcel Transmittal & Closing Assumptions: • Title encumbrances will be cleared as necessary for certification and to allow the CITY the rights it needs to construct the project • Monetary liens/encumbrances may be cleared in escrow, self-closed by the CONSULTANT, or cleared by the property owner, according to state and federal funding source requirements, and CITY's policies. • The CITY will pay property owners and/or encumbrance holders for any property or property rights acquired through the closing process. • The CITY will pay for title reports, escrow fees (closing/clearing), any fees required to obtain partial reconveyances and/ or clear monetary encumbrances including any fees for services such as specialized title clearance fees, lender and/or attorney fees for review and/or processing, and recording fees. The CONSULTANT will review title commitments for each parcel, and prepare a title summary listing all liens and encumbrances of record. The CONSULTANT will make recommendations regarding the clearance or acceptance of each lien and encumbrance, and discuss each with the CITY. The CONSULTANT will inform property owner(s), verbally and in writing, of any condemnation, due on sale, or acceleration clauses in owner's deed of trust/ mortgage/ real estate contract, and the risk associated therein, and that said deed of trust/ mortgage/ real estate contract may not be cleared from the portion CITY is acquiring. AG-C-344 Supplemental Agreement #2 Page 14 of 15 M Street SE Grade Separation Exhibit A- Scope of Work The CONSULTANT will make a recommendation whether acquisition(s) should be self-closed or closed in escrow, based on complexity and CITY policy. The CONSULTANT will prepare documents needed for clearing any encumbrances as noted above. The CONSULTANT will provide the CITY will complete files at the close of negotiations for each parcel meeting the documentation requirements of the LAG Manual. Included in our transmittal packages will be conveyance documents ready for the CIT'Y to record. Deliverables• • Transmittal Packages including complete files and conveyance documents 16.8 WSDOT Certification of Project The CONSULTANT will provide certification preparation and review. The CITY will coordinate with WSDOT for project right of way certification. AG-C-344 Supplemental Agreement #2 Page 15 of 15 M Street SE Grade Separation Exhibit A- Scope of Work Exhibit B Summary of Payments Basic Agreement Supplement # 1 Supplement # 2 Agreement Total Total Consultant Cost $1,626,312.00 $45,176.00 $502,727.55 $2,174,215.55 Fixed Fee $199,988.00 $4,824.00 $33,272.45 $238,084.45 Total Authorized Amount $1,826,300.00 $50,000.00 $536,000.00 $2,412,300.00 Mana ement Reserve Fund $70,000.00 $0.00 $0.00 $70,000.00 Total Amount Payable $1,8%,300.00 $50,000.00 $536,000.00 $2,482,300.00 AG-C-344 Supplemental Agreement #2 Exhibit B- Summary of Payments Page 1 of 1 M Street SE Grade Separation Exhibit E- Consultant Fee Determination City of Auburn Project C201A: M Street SE Grade Separation Supplemental Agreement No. 2 March 17, 2010 Summary 01 , v' . ~ + 1. Direct Salary Cost (DSC) $103,976.41 2. Overhead Costs (OH) 140.27% x DSC= $145,847.64 3. Fixed Fee: 32% x DSC= $33,272.45 4. Reimbursables $252,903.50 5. GRAND TOTAL - Estimated Fee $536,000.00 AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 1 of 8 Exhibit E- Consultant Fee Determination City of Auburn Project C201A: M Street SE Grade Separation Supplemental Agreement No. 2 Employee or Category Hrs. x Rate = cost Project Manager 168 $ 72.95 $ 12,255.60 Senior Engineer 72 $ 66.92 $ 4,818.24 Senior Engineer 8 $ 54.47 $ 435.76 Senior Engineer 206 $ 54.68 $ 11,264.08 Senior Engineer 278 $ 50.82 $ 14,127.96 Senior Reviewer 40 $ 63.24 $ 2,529.60 Task Engineer 268 $ 47.46 $ 12,719.28 Sr. CAD Technician 8 $ 40.90 $ 327.20 Survey 422 $ 39.70 $ 16,753.40 Engineer 330 $ 35.61 $ 11,751.30 Subcontracts 6 $ 31.22 $ 187.32 Design Engineer 72 $ 31.97 $ 2,301.84 Contract Administration 4 $ 36.26 $ 145.04 Sr. CAD Technician 340 $ 32.55 $ 11,067.00 Project Controls/Billing 88 $ 28.55 $ 2,512.40 Administrative Assistant 29 $ 26.91 $ 780.39 Total Hrs. 2,339 $ 103,976.41 Direct Salary Cost $ 103,976.41 Overhead Cost @ 140.27% of Direct Labor Net Fee @ 32.0% of Direct Labor Total Overhead & Net Fee Cost $ 145,847.64 $ 33,272.45 $ 179,120.09 Direct Salary Cost $ 283,096.50 Direct Expenses Reproduction Cost No. Each Cost Misc. copies 550 $0.05 $27.50 Reprographics 4 $10.00 $40.00 Mileage 500 Mi. @ $0.50 /Mile $250.00 Total Direct Expenses Subcontracts Certified Land Services $252,586.00 Subtotal Subconsultants Subtotal Direct Expenses Total Fee $317.50 $252,586.00 $252,903.50 $536,000.00 AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 2 of 8 N Z m E ~ Q c ro n C N O Q O y G ~ LL f~ c W w ~ a °m O N U a ~ Q N W Q U a o m 'L T p W U 1 x a ~ ` o oo oo e„ ro o„ m< m~ a~ oo m ~ o oo o~ < a ~ ~ ma ~ ~ E W U V 0 V c y G b p I ~i r ~ N' s - I K y Y". . w E 10 I O aO @ ¢ .Y q C V G W rI + S E o>' ~o S U K~ t !n uQi u "i Y O W - i' q ~ a W ~ ~ a H ~ M1 E ~ ' ' ~ ~ ~ 2 3 ~ e E d o ~ g c ~g Ey o S S S 6 E ^ ~ RF 4~ y P 3 3 r ' € z ~ P ~ i b m 9 t g € 5 ~ a 8 ~ ~ e d ~ o 3 r I=i E F_~ a O ` ~ ~ ~ YE ~ o QU G dC G d m ~ 0 ~ 0> C ~ m E a m r+ 3 U) 0 C L C O 3 d .Q ;w, O y ~ r Q l~0 N a ti = o d~ y ~ ~ M C V e~o U ~ (9 W W = U) s d w v~ a ~ 0 N U i m 0 a ~ O ~ ~ c o ~ 00 _ ~N c N c D c 0 C 0 Y) ~ C. ' €O rna C o 6 O ~ r rn ~ N ~ ~ L O - Vj~ - u , - vi ,x ~°t °o ~ . ~ r l- ' C . > ~ E A f A e A !A O O ~ ~ fr ~ 0 N ~ (6 hiY (O M ~O CO ~ ` co N Lo ~r ~T 61, 69 69 ~ w oo co co O) p C~ (7 1~ M ~ „-m rCO lfl 00 M ~ N o T tn (O oo O (o o~ 4r~9~i r" ^i ~ ~ ~ cy; M co Mn,, N ''g zu~ li i~~- v~ F» Ea E» Vl ~ ~ . LO ~ Y~,, co p5 v 0 n rl v co th M N r' tz~ u C ~ ~ , ~ ~ ~t xr a ~ 5 Yu ~ r ~ t P7 O m ~ m 0 ' , W w m s~ - 3 3 m d ~ y d ' ~ ' ~ ~ V o ~ - i 0 . t . ~ t . c O m C 4 ° 4 N C~1 O O ~ ~ a i° °o u°O r ~ o~o 0 M 4~ ~ C'4 H N N !9 ff! fA W C O ~ J ~ 10 C J ~ 0 ~ Q m x > ~ m g c N N (u J 2 mU ~ KI r w U 00 0 -IT ~ a Exhibit E- Consultant Fee Determination Project Managemen# Empioyee or Category Hrs. x Rate = Cost Project Manager 54 $ 7295 $ 3,939.30 Senior Engineer 0 $ 66.92 $ - Senior Engineer 8 $ 54:47 $ 435.76 Senior Engineer 6 $ 54.68 ; $ 328.08 Senior Engineer 0 $ 50.82 $ - Senior Reviewer 0 $ 63.24 $ - Task Engineer 0 $ 47.46 $ - Sr. CAD Technician 0 $ 40:90 $ - Survey 0 $ 39.70 $ - Engineer 0 $ 35.61 $ - Subcontracts 6 $ 31.22 $ 187.32 Design Engineer 0 $ 31.97 $ - Contract Administration 4 $ 3626 $ 145.04 Sr. CAD Technician 0 $ 32.55 $ - Project Controls/Billing 0 $ 28.55 $ - Administrative Assistant 18 $ 26.91 $ 484.38 Total Hrs. 96 $ 5,519.88 Direct Salary Cost $ 5,519.88 Overhead Cost @ 140.27°/fl of Direct Labor $ 7,742.74 Net Fee @ 32.0°l0 of Direct Labor $ 1,766.36 Total Overhead & Net Fee Cost $ 9,509.10 Total Direct Salary Cost $ 15,028.98 Total $15,028.98 AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 5 of 8 Exhibit E- Consultant Fee Determination Right of Way PS&E Phase Employee or Category Hrs. x Rate = Cost 1 Project Manager 4 $ 72.95 $ 291.80 2 Senior Engineer 72 66.92 $ 4,818.24 3 Senior Engineer ~ $ 54•47 $ - 4 Senior Engineer 6 $ 54.68 $ 328.08 5 Senior Engineer 0 $ '50-82 $ - 6 Senior Reviewer 0 $ 63.24 $ - 7 Task Engineer 44 $ 47:46 $ 2,088.24 8 Survey 412 $ 39.70 $ 16,356.40 9 Engineer 0 $ 35.61 $ - 10 Subcontracts 0 31.22 $ - 11 Design Engineer 12 $ 31.97 $ 383.64 12 Contract Administration 0 $ 36-26 $ - 13 Sr. CAD Technician 146 $ 32.55 $ 4,752.30 Project Controls/Billing 0 $ 28.55 $ - Administrative Assistant 8 $ 26.91 $ 215.28 Total Hrs. 704 $ 29,233.98 Direct Salary Cost $ 29,233.98 Overhead Cost @ 140.27% of Direct Labor $ 41,006.50 Net Fee @ 32.0% of Direct Labor $ 9,354.87 Total Overhead & Net Fee Cost $ 50,361.38 Total Direct Salary Cost $ 79,595.36 Direct Expenses Direct Expenses Reproduction Cost No. Each Cost Misc. copies 550 $0.05 $27.50 Reprographics 4 $10.00 $40.00 Mileage 200 Mi. @ $0.50 /Mile $100.00 Subtotal Direct Expenses $167.50 Subcontracts Certified Land Services Subtotal Subconsultants Total Expenses Total AG-C-344 Exhibit E Consultant Fee Determination Page 6 of 8 $16,200.00 $16,200.00 $16,367.50 $95,962.86 M Street SE Grade Separation Exhibit E- Consultant Fee Determination King County Sanitary Sewer Reiocation Employee or Category Hrs. x Rate = Project Manager Senior Engineer Senior Engineer Senior Engineer Senior Engineer Senior Reviewer Task Engineer Sr. CAD Technician Survey Engineer Subcontracts Design Engineer Contract Administration Sr. CAD Technician Project Controls/Billing Administrative Assistant 104 0 0 160 278 40 168 0 10 330 0 0 0 194 88 3 $ 72.95 $ 66.92 $ 54.47 $ 54.68 $ 50.82 $ 63.24 47.46` $ 40.90 $ 39.70 $ 35.61 31_22 $ 31.97 $ 36.26 $ 32.55 $ 28.55 $ 26.91 Total Hrs. 1,375 $ 62,022.57 Direct Salary Cost Total Direct Salary Cost Overhead Cost @ 140.27°l0 of Direct Labor Net Fee @ 32.0% of Direct Labor Total Overhead & Net Fee Cost Total Direct Salary Cost $ 62,022.57 $ 62,022.57 $ 86,998.99 $ 19,847.22 $ 106,846.21 $ 168,868.78 Total $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Cost 7,586.80 8,748.80 14,127.96 2,529.60 7,97328 397.00 11,751.30 6,314.70 2,512.40 80.73 $168,868.78 AG-C-344 Exhibit E Consultant Fee Determination Page 7 of 8 M Street SE Grade Separation Exhibit E- Consultant Fee Determination Right af Way Phase ee or Category Em lo Hrs. x Rate = Cost p y Project Manager 6 $ 72.95 $ 437.70 Senior Engineer 0 $ 66.92 $ - Senior Engineer 0 $ 54.47 $ - Senior Engineer 34 $ 54.68 $ 1,859.12 Senior Engineer 0 50.82 $ - Senior Reviewer 0 $ 63.24 $ - Sr. CAD Technician 8 40.90 $ 327.20 Task Engineer 56 $ 47,46 $ 2,657.76 Survey 0 $ 39.70 $ - Engineer 0 $ 35.61 $ - Subcontracts 0 $ 31.22 $ - Design Engineer 60 $ 31.97 $ 1,918.20 Contract Administration 0 $ 36.26 $ - Sr. CAD Technician 0 $ ' 32.55 $ - Project Controls/Billing 0 $ 28.55 $ - Administrative Assistant 0 $ 26.91 $ - Total Hrs. 164 $ 7,199.98 Direct Salary Cost $ 7,199.98 Overhead Cost @ 140.27% of Direct Labor $ 10,099.41 Net Fee @ 32.0°lo of Direct Labor $ 2,303.99 Total Overhead & Net Fee Cost $ 12,403.41 Total Direct Salary Cost $ 19,603.39 Direct Expenses Mileage 300 Mi. @ $0.50 /Mile $150.00 Total Direct Expenses $150.00 Subcontracts Certified Land Services Subtotal Subconsultants Total Expenses AG-C-344 Exhibit E Consultant Fee Determination Page 8 of 8 Q)Oc ooc nn $236,386.00 $236,536.00 M Street SE Grade Separation * CITY OF * * AtiBURN * WASHINGTON March 26, 2010 Roger Mason CH2M Hill, Inc. 1100 112th Avenue Northeast, Suite 400 Bellevue, WA 98004 RE: Agreement No. AG-C-344, Project No. C201A, M Street SE Grade Separation for the Calendar Year 2010 Contract Execution Dear Mr. Mason: Enclosed piease find an executed copy of the above referenced Agreement. , r, ~i10ir This letter serves as your Notice to Proceed for work not to exceed $279,860.62, which reflects the authorized tasks of Supplement 2 as indicated below. This Notice to Proceed amount is in addition to previously issued amount(s) that are unspent: 2008 Budget (Notice to Proceed 10/22/2008) $ 200,000.00 2009 Budget (Notice to Proceed 1/2/2009) $ 525,000.00 2009 Additional Budget (Notice to Proceed 8/21/2009) $ 316,000.00 2009 Supplement 1 for Feasibility Study $ 50,000.00 2010 Notice to Proceed 2/1/2010 $ 700,000.00 Previous Notice to Proceed Subtotal $ 1,791,000.00 This Notice to Proceed for Supplement 2 Task 1- Project Management $ 15,028.98 Task 7- ROW PS&E Phase $ 95,962.86 Task 15 - King County Sanitary Sewer Relocation $ 168,868.78 Task 16 - ROW Phase (not authorized at this time) $ 0.00 This Notice to Proceed Subtotal $ 279,860.62 Total Notice to Proceed Amount $ 2,070,860.62 Task 16 Budget (not authorized at this time) $ 256,139.39 Tentative 2011 Budget $ $5,299.99 Management Reserve Fund (not authorized at this time) $ 70,000.00 Tentative Total Budget $ 2 482 300.00 Peter B. Lewis, Mayor 25 West Main Street * Auburn WA 98001-4998 * www.aubumwa.gov * 253-931-3000 AT TRT TR KT * ►vt()R F TH A N YOt 1 iM AGiNEI March 26, 2010 Mr. Roger Mason Page 2 of 2 Our records indicate that we do have current certificates of insurance on file and that they are current until May 1, 2010. Prior to their expiration, please ensure that we receive new certificates of insurance, which should be sent to JoAnne Andersen, Contracts Administration Specialist, at the address listed at the top of this letterhead. Sincerely, Jacob Sweeting, P.E. Project Engineer Department of Public Works JS/ja/hm Enclosure cc: Dani Daskam, City Clerk AG-C-344 C201A - (File 2.20) 'A 3 r c, -9 * CITY OF * * At)'BU * RN WASHINGTON August 26, 2010 Peter B. Lewis, Mayor 25 West Main Street * Auburn WA 98001-4998 * www.aubumwa.gov * 253-931-3000 Roger Mason CH2M Hili, Inc. 1100 112th Avenue Northeast, Suite 400 Bellevue, WA 98004 RE: - Agreement No. AG-C-344, Project No. C201A, M Street SE Grade Separation - Task 16 Notice To Proceed Dear Mr. Mason: This letter serves as your formal Notice to Proceed (NTP) for Task 16 of Supplement 2 in the amount of $256,139.39. This NTP is retro-active to the date that verbal authorization was given to start Task 16 (authorization to begin appraisal and negotiations for 604 M Street SE). This NTP amount is in addition to previously issued amount(s) that are unspent. 2008 Budget (NTP 10/22/2008) $ 200,000.00 2009 Budget (NTP 1/212009) $ 525,000.00 2009 Additional Budget (NTP 8/21/2009) $ 316,000.00 2009 Supp.1 for Feasibility Study NTP $ 50,000.00 2010 NTP (2/1/2010) $ 700,000.00 Supp.2 Tasks 1,7,5,15 NTP (3/26/2010) $ 279,860.62 Total Previous NTP Amount $ 2,070,860.62 This NTP for Supp.2 Task 16 $ 256,139.39 Total Notice to Proceed Amount $ 2,327,000.01 Tentative 2011 Budget $ 85,299.99 Management Reserve Fund (not authorized at this time) $ 70,000.00 Tentative Total Budget $ 2.482.300.00 Sincerely, Jacob Svketfnf, P.E. Project Engineer Department of Public Works JS/jr cc: Dani Daskam, City Clerk AG-C-344 C201A - (File 2.20) AUBURN 'k MORE THAN YOU IMAGINED A3.t~.9 Supplemental Agreement CH2M Hill, Inc. 1104 112) Ave _ E- , Suite 400 Bellevue Attn: o Lio,.; cjn Phone AG-C- 425. 53 5000 C201A ~ ST€ D 1£493(003 _ Tai6 rV rr:ry t5: P ~ ti M Street SE Grade Separation S2,432,300.0Q { Tt!;- supp! rr,eri extends the y yt -uriod.. The Local Agency of the City of Auburn desires lvo supplement t1 ntered into with CH2M !-1.'I Inc• and execute.-et can :"rld identjf`- )reement No. AG-C-344 All provisions in the bas! £~~?y mrdi 1€f by Supp6,~i,ent #1 executed on October 6, 20,.'9, execluted on March 2:~ -,3 anr~ ,Y,iS supple ~~s„i. The changes to the Agreement are ~ sue,. ad ~-s follows: Section IV, TIME FOR BEGINNING AN.D C- MPLETION, is Firner,"aed-: to change the number of calendar days f~ c,)rrpletion of the work to feat. e _.amber 31 2011 If you conc3.~r •vyith this supplement and agree to t3~r~ changes as stated above, plea-3e s•~~r~ in the appropi,r ,-e spa , end eturrt to this office for final By: BY P to a yo Tung Le Geographical Op rations Manager Consultant Signature December 20, 2010 DEC 2 3 2010 L ::v Datef AG-C-344 suppiemertz:' CITY OF -* _ * - - --_ —. A_ UBUltl J Peter B. Lewis, Mayor -- WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 January 4, 2011 Roger Mason CH2M Hill, Inc. 1100 112th Avenue Northeast, Suite 400 Bellevue, WA 98004 RE: Supplemental Agreement#3 to Agreement for Professional Services, AG-C-344 Project No. C201A M Street SE Grade Separation Dear Mr. Mason: Enclosed is an executed copy of the above-referenced Amendment No. 3. This amendment is for a time extension only. For the City's tracking and record keeping purposes, please reference AG-C-344, and Project No. C201A on all correspondence and related material As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5059. Sincerely, Jacob Sweeting, P.E. Project Engineer Department of Public Works JS/jahg Enclosure cc: City Clerk AG-C-344 C201A– File 2.20 AUBURN * MORE THAN YOU IMAGINED ; - , I- . As .lCo .9 Organization and Address Supplemental Agreement # 4 CH2M Hill,Inc. 1100 112tI 1100 112th Ave NE,Suite 400 Bellevue,WA 98004 Attn: Roger Mason Agreement Number Phone AG-C-344 425.453.5000 Project Number Federal Aid Number C201A STPD-1093(003) Project Title New Maximum Amount Payable M Street SE Grade Separation $2,594,093.31 Description of Work: Additional ROW Support and Coordination. Project Management associated with additional 12 months of duration. The Local Agency of the City of Auburn desires to supplement the Agreement entered into with CH2M Hill, Inc. and executed on October 22, 2008 and identified as Agreement No. AG-C-344 All provisions in the basic Agreement remain in effect except as expressly modified by Supplement#1 executed on October 6, 2009, Supplement#2 executed on March 25, 2010, Supplement#3 executed on December 22, 2010, and this supplement. The changes to the Agreement are described as follows: I Section II,SCOPE OF WORK, is hereby changed as follows: Additional services are required as set forth in attached Exhibit A,and by this reference made a part of this • supplement. II Section V,PAYMENT PROVISIONS, shall be amended as follows: Additional payment for the project is authorized by this Supplemental Agreement as set forth in the attached Exhibits B and E, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. CH2M HILL, Inc. By Geographical Operations Manager By: Pe G a _• Cons ta•t .ignat re Approving Authority Signature F�EB1. 72011 02-10-11 Date Date AG-C-344 Supplemental Agreement#4 Page 1 of 2 M Street SE Grade Separation '�"i`' • Exhibit A Scope of Work The project scope of work is supplemented with the following: During the term of the basic AGREEMENT and this SUPPLEMENTAL AGREEMENT, CH2M Hill, Inc. (CONSULTANT) shall perform professional services for the City of Auburn (CITY)in connection with the following project: Project C201A M STREET SE GRADE SEPARATION This Supplemental Scope of Work addresses additional work required to support the project right of way phase including support services related to BNSF agreements and for additional project management as the schedule was extended 12 months from the original contract end date. 1.0 Project Management. The original contract assumed 24 months and was extended to be 36 months in duration. Supplement 3 revised the end date to December 31,2011 and this supplement is premised on that date.The CONSULTANT will provide overall project administration,management,and communication for the duration of this contract. This work element provides for scope and budget management and schedule management. Direction of the CONSULTANT staff and review of their work over the course of the contract shall be provided. This effort is to provide the leadership for the team to communicate project priorities, deadlines,and resolve issues that arise.Project communication meetings are covered under this task. Invoices and backup shall be prepared in accordance with the format agreed to with the CITY's designated project manager. The progress reports shall describe the work accomplished during the billing period including the status of individual work elements, meetings attended,and action or information needed from the CITY. The progress reports shall be submitted to the CITY with the invoice. For budgeting purposes,it is assumed that up to twelve (12) invoices and progress reports will be prepared. 16.0 Right of Way Support and Coordination. This work element provides for right of way acquisition support activities. These include support for negotiations, acquisition, relocation,WSDOT Certification,and condemnation preparation and proceedings, specifically this work element provides for evaluating property interface design issues including landscaping,grading,property access and for performing parking studies and evaluation of existing private property development plans.This task provides for meetings with property owners,communication and coordination with the right of way agents,and CITY staff. This task includes the preparation of graphics,design figures,quantities,and memos in support of right of way acquisition activities. In addition,this work element includes the support to the CITY for them to for secure BNSF agreements. CONSULTANT involvement includes reviewing and commenting on draft agreements,preparing supporting material such as maps,graphics, legal descriptions, and exhibits, and coordinating on the agreements with the CITY and BNSF. Deliverables: • Drawings, figures,quantities, and memos as needed to support property acquisitions and relocations. • Drawings,exhibits,legal descriptions,and graphics to support the CITY in their efforts to secure agreements with BNSF. AG-C-344 Supplemental Agreement#4 Page 2 of 2 M Street SE Grade Separation Exhibit A—Scope of Work Exhibit B Summary of Payments -Management '.Category ''Original Suppi "Sapp2 Authorluthan ' "' Supplemenl4 Direct Salary Cost $624,963.37 $15,074.08 $103,976.38 $23,873.14 $57,598.12 $825,485.10 Overhead @ 140.27% $676,636.13 $21,144.42 $145,847.67 $33,486.86 $80,792.88 $1,157,907.95 Expenses $124,712.50 $8,957.50 $252,903.50 $5,000.00 -$45,029.09 $346,544.41 Total Consultant Costs $1,626,312.00 $45,176.00 $502,727.55 $62,360.00 $93,301.91 $2,329,937.46 Fee $199,988.00 $4,824.00 $33,272.45 $7,640.00 $18,431.40 $264,155.85 Total $1,826,30000 :`'$50,000.00 '$536000.00 • .$70,000.00 - - $111,793.31 '$2,594,093.31 Note: Supplement 3 was a time extension only. • AG-0344 Supplemental Agreement 44 Exhibit B-Summary of Payments Page 1 of 5 M Street SE Grade Separation Exhibit E - Consultant Fee Determination City of Auburn Project C201A: M Street SE Grade Separation Supplemental Agreement No. 4 February 3, 2011 Summary 1Contract-_ 1. Direct Salary Cost(DSC) $57,598.12 2. Overhead Costs(OH) 140.27% x DSC= $80,792.88 3. Fixed Fee: 32% x DSC= $18,431.40 4. Reimbursables -$45,029.09 5. GRAND TOTAL -Estimated Fee $111,793.31 AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 2 of 5 1 • Exhibit E - Consultant Fee Determination City of Auburn Project C201A: M Street SE Grade Separation Supplemental Agreement No. 4 Employee or Category Hrs. x Rate = Cost Project Manager 192 $ 75.78 $ 14,549.76 Senior Engineer 76 $ 69.59 $ 5,288.84 Senior Engineer 196 $ 56.92 $ 11,156.32 Senior Engineer 240 $ 54.68 $ 13,123.20 Task Engineer 40 $ 49.83 $ 1,993.20 Survey 40 $ 41.26 $ 1,650.40 Design Engineer 40 $ 33.54 $ 1,341.60 Contract Administration 8 $ 37.84 $ 302.72 Sr. CAD Technician 80 $ 33.53 $ 2,682.40 Project Controls/Billing 120 $ 29,12 $ 3,494.40 Administrative Assistant 72 $ 27.99 $ 2,015.28 Total Hrs. 1,104 $ 57,598.12 Direct Salary Cost $ 57,598.12 Overhead Cost @ 140.27% of Direct Labor $ 80,792.88 Net Fee @ 32.0% of Direct Labor $ 18,431.40 Total Overhead & Net Fee Cost $ 99,224.28 Direct Salary Cost $ 156,822.40 Direct Expenses Reproduction Cost No. Each Cost Misc.copies -2,131 $0.05 -$106.55 Reports -1,000 $0.05 -$50.00 Full Size Copies -1,376 $2.00 -$2,752.00 Reprographics/Mylar -48 $30.00 -$1,440.00 Auto Rental/Gasoline -30 days @ $65 /day -$1,950.00 Drilling -$10,000.00 APS -$730.54 NW Excavating -$3,500.00 Soil Technology -$2,000.00 RR Right of Way Entry -$2,500.00 Survey Truck $0.00 Traffic Control -$15,000.00 Subtotal Direct Expenses -$40,029.09 Subcontracts VER LLC -$5,000.00 Total Direct Expenses -$45,029.09 Total Fee $111,793.31 AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 3 of 5 Exhibit E-Draft Consultant Fee Determination • City of Auburn Project C201A:M Street SE Grade Separation Supplemental Agreement No.4 I • 2/3M1 Tool Bement Task De$Crintion PrajM .Sorter Senor Senior Senor Sego- Task Engineer __Survey Manager - -Erg near _Engineer Rao err Ery hear Reviser Oesgn GOnurCl Sr.CAD Mersa Adnuncerteve . "..�.Erglnnr ;gpmMIYr011on TecMlClan CmWW011Ang';'.KShlant CH2M Roger Mason Paul John Karen Guy Coney Nalya Erie Heuut Greg brooks'lTylerJanaton Geraldine SteariTaylor Tammy -Joan Pippin Grrcntlwr MckenGO Dawson „Mdeews :.';1;' - Dicer 'Ceykendell , E] ES ES Rdns S)8.]8 569.50 556.92 554.66 E5204 rE60.6] S19,83 541.28 533.64 53].81 33S.5J 529.12 f2>.09 i' `trill P„s.l, , lFINF ' .`a'?',�fi,`,,fit ifiraing'M i °,igM t ✓. .T+ ggil gill l 61ie 7,h+ l+,I111i "u"k(ti 'i kEI"?Yjl'?�eu.;REF @rRa?i M !drt i zsIRL'Id!III TA TLI 1.0 Pt*OMe,aamk 1.3 wen P.mat 0 1.3.1 sawam area uaap,ea 36 8 44 1.32 t4e..Ma.emmt 12 12 1.3.3 M w eeWgpx Maarten emdarg 36 120 156 . . 1.34 Oamsseseenei 48 48 1.3,5 hy.u4mn.aY.eiMoans 48 36 36 1211 1.3.6 SMSnnsvkvaama. tallaresarrateretelarce al A r DJ r. ._411 r T.ateTes l0.00132i oil 1(0(0'35444X marup30.1.4 weePPOrteco ealimdyOlun!rrey 04640011966.e.APPOlertay,ie I,IiI0'Asps tl,°a'.WO lllM 118 $'6JW! r era 111 pW1Yly At 411'12 QilirlPl L+Vr48 ri1. Ni�3BOT:rs 9.4 teens tneat.,amass it Leta,-iMoeni 0 0 60 p 0 0 0 0 0 0 0 0 0 60 0.4,1 RaavScnea 20 20 9.4.2 Ares eel Ware 20 20 9.4.3 kmeryP4M se wears®. 20 20 9.44 sane..teeme vwvi. 11Y IAUk�aot°a tIv*J i/rrm.o7nkka3W 11rwr rOlrrta<'S1"^0 0 I.W 60:r 7701 0 ..��Ai.r04 L0F f'C.5Y„l6l7111?010ma:.,011 VMtVM64yJt l NtORp.OT.0vJP NXi11117 O4YWRrc Il4nl141D0IrimlID fi➢ttatoanYJ ..'.ttrnInenaimllPLIl i li1S06TYb 10.0 C.s.cwal epinaaq lea.lE. Data Rm., zaei 10.1 Pear.,las^kev)Gww'�[abar mOamnwr pll 90 10.2 :res I PrFYaylr es asses cep Repel 60 6O 10.3 Gn'elud Mak'mu x Assess a For au eynanMt. 80 80 r. a r rl:!E.0 nMYelwl tlIX il OYlsotltit il0l;YOr MIi`1 pots l:0110IRU 11/.1424o5Alnix 3ttMWOC<(MIT IIIIIU71O'2YOItl1 U 1Vel<41t1 .Arr Oa J YI,.4071 Ir 4vllID r r I , +IIit � 4r1 40 r,.'P n UYa. x11114 @Cf240001r': 16.0 elyaerwe ann. 16.1 aanS.e sea_ . 16.2 aimed.as Pete 16.3 Mess Wow.acre.. 184 nooseva 18.5 xroaa0+sewa9. 16.6 16.] Aare nanme•Cave 16.8 sews Caemmr angst 16.9 Additional ROW Supooll and Coordination 00 40 100 40 40 , 40 SO 24 4 4 v minRf 1VS .__ Ep 1:.441 +'1100.° .. O,_ 470O.AWR.'0ld VlIA',O°/wne'4117''O4X0ID IILLiill4Ope'Ili'qay 401111 IM+' 0 A T ' 50-rr rx. r0 r� D1"-> M24`%0 TOTALS 192 70 196 240 0 0 40 40 48 8 90 120 • 72 1,101 AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 4 of 5 Exhibit E-Consultant Fee Determination City of Auburn • Project C201A:M Street SE Grade Separation Supplemental Agreement No.4 2/3/2011 i' 10,0008 ,51,541,„1„,,, 71pJr v �kJri tl x.4" w1 -� 11 vi 1)I(" y°��y��.;,.ia ,NMawP+ ,(r,ro � n , 7� P ,�. .6)'. 8 �k: t'a'r ,(�i y,'.- Ply- Nis. z ti„0 , P-^.i 4 v ,� y 1i 1 ` 4 u� , f 4 i 2a �I) N i �'�}!� tL�'1 � 7. x {(j yrr vi+ RW ' Lr' n, t” ":1'H f r„A .,,A,+, .�,.' 4r 1.S R1. t +,ly,..TV t} , 4.ikf r v. l(tY hlf(�{ f ti .l�,l� " -"ry( feC ,M b d s u.gc 4'S tr� �i1S\n { (f al �i ,lee, el!(tJ `-: ri4;i4 +r? r4g�r;j6''�ly! .r `.4 r,1. �, tetta�n i {{"1.2 :4!,,;If r, �',,i�¢I'.' '�° N' 1'r',,4" I-L'.1.( . t t r''I or, '.� 3In „ t it lbl pt, o al s Overal TotalS,. r r( ,i .;��,y r ltt (^y'.it 9{1.) . ;1.t±�.• B{ ) 1 ,,t( 1.10.4 ui e r(,,t;k. Y t ,,{ J. k., n, A, ;.,p� t ,,a > S ur,•,....(..,. v.,, t. r !P t , 4`, ' s a, , '�Ilk,A04) �t )l frrf 4..1!.,;,,. 7, 1: '�fA',�trot ) 4" k; ,�, �i ��" ,P-1 l f 'i`�n p( „±.,:.�� ) �U &�,`+ ,A',1' u '1�'t°,� { d }q� y, lit,l '�tJr {,1. r ��y�� ike.)�yd ..,kl�lm , i, �iT�sk �'l :t ),�pht�l,P�r� 4�?S.�nn, d,?�a)F?.,� «ki1�fl..'�r,,.{Hoursh�,n L�•,�r�r, *�� n�. ::^j,. at�d u+�)�"��a ,�{�t��d.11�. at vunk��Ar9l �`�,1'P�F.��2 IS Project Management 380 $ 53,631.64 $ - $ A. $ 53,631.64 Agency.Stakeholder,Tribal,and Community Coordination 0 S - $ (5,000.00) $ $ (5,000.00( Contract Drawings 60 $ 9,298.57 $ (4.296.55) $ 5,000.02 Geotechnical Engineering 240 $ 35,730.54 $ (35.730.54) $ (0.00) Right of Way Phase 424 $ 56,161.66 $ - $ - $ 58,161,66 $ - Total 1,104 $ 156,822.40 $ (5,000.00) $ (40,029.09) $ 111,793.31 Expense Breakdown Percentage CH2M expenses $ (40,029.09) -35.8% VER LLC $ (5.000.00) -4.5% Certified Land Services $ - 0.0% Total $ (45,029.09) .40.3% • AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 5 of 5 A3 lc .9 Organization and Address Supplemental Agreement # 5 CH2M Hill,Inc. 1100 112th Ave NE,Suite 400 Bellevue,WA 98004 Attn: Roger Mason Agreement Number Phone AG-C 344 425.453.5000 Project Number Federal Aid Number C201A STPD-1093(003) Project Title New Maximum Amount Payable M Street SE Grade Separation $2,775,012.18 Description of Work: Additional work for Pre- Construction Phase The Local Agency of the City of Auburn desires to supplement the Agreement entered into with CH2M Hill,Inc. and executed on October 22,2008 and identified as Agreement No. AG-C 344 All provisions in the basic Agreement remain in effect except as expressly modified by this supplement. The changes to the Agreement are described as follows: I Section II,SCOPE OF WORK,is hereby changed as follows: Additional services are requested as set forth in attached Exhibit A,and by this reference made a part of this supplement. II Section V PAYMENT PROVISIONS,shall be amended as follows: Additional payment for the project is authorized by this Supplemental Agreement as set forth in the attached Exhibits B and E, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above,please sign in the appropriate spaces below and return to this office for final action. • ILL,Inc. Tung Le By 'eter :. - ^ 111. 0 onsul • t Si W• r- Approving A,thority Signature �9 Geographical Operat ens Manager August 4,2011 gin lI Date Date AG-C-344 Supplemental Agreement#5 M Street SE Grade Separation Exhibit A Scope of Work The project scope of work is supplemented with the following: During the term of the basic AGREEMENT and this SUPPLEMENTAL AGREEMENT,CH2M Hill,Inc. (CONSULTANT)shall perform professional services for the City of Auburn (CITY)in connection with the following project: Project C201A M STREET SE GRADE SEPARATION This Supplemental Scope of Work addresses additional work requested to support the project Pre- Construction Phase. The CONSULTANT shall perform the following tasks: 17.0 Pre-Construction Services Agency, Stakeholder,Tribal,and Community Coordination Open House-Preparation of meeting materials,including flyer,and meeting attendance by design and construction management CONSULTANT team members (5). Project Sign Design and Procurement Computer Rendering of Pond Site and Graphics to support CITY decision making BNSF WSDOT,and King County (Sewer) coordination related to incorporating additional requirements into contract documents (inspection, testing and materials requirements) Funding Support Coordination with TIB,Grant Application Support,Site Visit,and Supplementary Constructability Review Meetings (3) with TIB staff members to determine the viability of a successful UCP Grant Application for TIB's 2011 Funding Program Support and Review of the UCP Grant Application prepared by the CITY-due in August 2011 Site visit in Yakima with TIB staff,CITY staff,and City of Yakima staff to review their Lincoln Avenue Underpass project which is currently under construction. The objective of this visit is to learn about the construction challenges encountered and incorporate lessons learned into the M Street project. Supplementary Constructability Review Subsequent to the Yakima project site visit,prepare a memorandum that documents the CONSULTANT'S and CITY'S efforts to identify and mitigate construction risks. The memorandum will summarize the risk mitigations considered and implemented during design,including drilling,ground water, geotechnical/soils,retaining walls, railroad,construction staging and schedule. This memo will be provided to TIB as a review of the constructability risks. Civil Design Update project basemap to reflect pre-construction demolition of full acquisition properties Update plans to reflect KCHA agreement including landscaping plan, revised grading,and new retaining wall AG-C-344 Supplemental Agreement#5 Page 1 of 3 M Street SE Grade Separation Exhibit A—Scope of Work Develop design for additional curb ramps on L Street SE Create new drainage profiles and subsequent plan sheets Update landscaping and revise sidewalks with new street trees and tree grates Update plans and roadway sections to reflect revised right of way dedication area for 600 M Street. Update 100%plans and/or specifications prior to bidding to incorporate minor items requested by CITY Revisions could include elements such as utilities abandoned or removed or relocated by others prior to ad date (PSE Gas and Electric,Qwest,). Work is limited by level of effort assigned to this task in Exhibit E. The CONSULTANT staff member proposed as the Resident Engineer shall perform a constructability review of the project plans and specifications prior to the CONSULTANT finalizing the plans. The CONSULTANT shall resolve any resulting questions and comments through discussions with the Resident Engineer and the CITY and will make associated modifications to the plans and specs. The CONSULTANT will perform additional subsurface exploration to enhance the knowledge of subsurface characteristics and conditions expected to be encountered during construction. This work will be a risk mitigation effort to minimize the risks of claims and changes that could result in additional expense during construction. Information collected would be summarized and provided in an updated Geotechnical Data Report and in the Design Criteria to document the conditions. Specifications Revisions to remove and replace the Federal Requirements due to no federal funding in the Construction Phase. Revisions to reflect the updated CITY Boilerplate information Right of Way R/W Acquisition-Additional descriptions and exhibits,R/W Plan revisions,Agreement support Additional work requested per WSDOT Certification includes the following: Securing temporary construction permits from properties for which no other acquisitions were needed. Providing evaluations,recommendations,and documentation for relocation assistance related to unique unforeseen circumstances including financial hardships,negative equity mortgages,pre-foreclosures,and health conditions. Assisting in negotiations and settlements of re-conveyances with property owners and mortgage holders. Record of Materials CONSULTANT will develop a Record of Materials(ROM) in accordance with the Project Specifications,CITY Requirements,and the WSDOT Construction Manual,and incorporating LAG Manual exceptions to the WSDOT Construction Manual. The CONSULTANT will coordinate with the CITY to determine the appropriate format and contents of the ROM.The ROM will be provided to the CITY in electronic and hardcopy format. Project Management AG-C-344 Supplemental Agreement#5 Page 2 of 3 M Street SE Grade Separation Exhibit A—Scope of Work The CONSULTANT will provide overall project administration,management, subcontract execution and management and communication for the Pre-Construction work activities identified herein. Construction Manual The CONSULTANT shall prepare a Construction Manual that details the logistics of the construction management phase. The Construction Manual shall include descriptions and depictions of all processes required to implement the construction phase.The CONSULTANT work described in the Construction Manual is not included in the Scope of Work for this current supplement.The CONSULTANT shall submit a draft Construction Manual and submit to the CITY and other parties as requested by the CITY including,but not limited to King County The CONSULTANT shall facilitate a meeting to discuss and resolve review comments and questions. The CONSULTANT shall prepare and distribute final Construction Manuals in both hardcopy and electronic PDF formats and distribute to the CITY and others as requested. AG-C-344 Supplemental Agreement#5 Page 3 of 3 M Street SE Grade Separation Exhibit A—Scope of Work '1 Exhibit B Summary of Payments • .N4 eve I.. 1 .t ro . ANholiztlom- aISupPIemmt 4:,. ; ,_SUPPlement 6l_ : Total`. drect Salary Cost $824,963 37 $15,074 08 • $10397638 • $23 873 14 $57598.12 $52,829 73 $878,314 83 Overhead, 14027% $876.83613 $21,144,42 5145,847,67 533,40886 180,702.88 57410426 11232,012.21 Expenses 5124,712.50 18,957.50 5252,903.50 55,00000 -$45,029 09 537,079 37 5383,623 78 Total Consultant Coats $1,626,312.00 $45,178.00 $602,727.55 $62,350.00 $93,361.91 $164,013.36 52,493,950.82 Fee 5199,988 00 54 024 00 $33,27245- $7,640 00 $18,43140 516,90551 1281,061,36 -�.•—-Totslr-.w,•._.; '11,82%300.00: - e-. 7$60,000.00°_ ' 5536,000.00 - 1,-''$70,000.00,.. I, - $111,793.31. -- ---5188918.87:_.: _52,776,012.181 Nola Supplement 3 was a time extension only. 1 I AG-C-344 Supplemerital Agreement 85 Ebubit 8-Summery of Payment Page 1 of 1 M Street SE Grade Separation Exhibit E - Consultant Fee Determination City of Auburn ProjectC201A. M Street SE Grade Separation Supplemental Agreement No. 5 July 29, 2011 Summary -Total- . .. Contract 1. Direct Salary Cost(DSC) $52,829.73 2.Overhead Costs(OH) 140.27% x DSC= $74,104.26 3. Fixed Fee: 32% x DSC= $16,905.51 4. Reimbursables $37,079.37 5.GRAND TOTAL Estimated Fee $180,918.87 AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 1 of 3 Exhibit E - Consultant Fee Determination City of Auburn Project C2O1A. M Street SE Grade Separation Supplemental Agreement No. 5 Employee or Category Hrs. x Rate = Cost Senior Project Manager 189 $ 77.51 $ 14,679.25 Senior Consultant 124 $ 62.60 $ 7 762.40 Senior Engineer 100 $ 59.48 $ 5,948.00 Geotechnical Engineer 40 $ 58.99 $ 2,359.60 Construction Manager 116 $ 58.09 $ 6,738.44 Senior Engineer 72 $ 53.34 $ 3,840.48 Task Engineer 52 $ 43.51 $ 2,262.52 Lead Engineer 76 $ 36.60 $ 2,781.60 Jr. Engineer 0 $ 30.21 $ Survey 16 $ 43.38 $ 694.08 CAD Technician 124 $ 35.04 $ 4,344.96 Project Controls 24 $ 29.99 $ 719.76 Administrative Assistant 24 $ 29.11 $ 698.64 Total Hrs. 957 $ 52,829.73 Direct Salary Cost $ 52,829.73 Overhead Cost @ 140.27% of Direct Labor $ 74,104.26 Net Fee @ 32.0% of Direct Labor $ 16,905.51 Total Overhead &Net Fee Cost $ 91,009.77 Direct Salary Cost $ 143,839.50 Direct Expenses Mileage 1,250 Mi. @ $0.55 /Mile $687.50 Subtotal Direct Expenses $687.50 Subcontracts Certified Land Services $10,000.00 Ben C. Genvick $15,391.87 Gregory Drilling/Test Pits $10,000.00 Labaratory Services $1,000.00 Subtotal Subconsultants $ 36,391.87 Total Fee $ 180,918.87 AG-C-344 Exhibit E M Street SE Grade Separation Consultant Fee Determination Page 2 of 3 Exhibit E•Draft Co ulbnt Fat De ermi ado City of Auburn Project C201A:M Strnt SE Grade Separation Supplemental Apneme I No.5 129111 Total MINN - Task Onortptm $wnr ProlM _9entlr••••.'.helm_I:"-Ont ,bSvepnt]o or,s--i9tn4o,; -T®Y Eoo 4nw sod Eo 0tw JrElrpbnl'^ 10unwy n"LAO'^ -•CUMtls :bub0uwocn 4'PT0ja Cmbok M:Mlneln , •'-...` ;.Mrlign .CenwYn �fnGF tiEo aa..•d -Mwaiel AFnBWan, ••' --• ••,, •• TwMtan MmNtlrfbn S- r .... ., •v y :At w CHUM•+ flops N_o -Amman,G. as - moan et Crap OW C a m e Gamma •minim CNlvtle5 . Limeea man ryb �e �_ lamnry tin - .M W Mokanale- ' Dawn acks ] 1 T e ' Evane A'ry DN>T 'r(' :e C F Ball EI __E5UteAt -E5"' E5 .:E51 E9', .S. Ea .s Et_Cu ..... .,T,. NAtt.. E1.- E3� 6t'_ _ males Rem $77 51 0350 $5345 55005 5»W 5'474 5051 53080 »0]1 $43» »5w 33505 5h e] -Pa 011 -03011 ➢]°v..;y�'._ rr.�e.ap:�. .C,-.'b-;c,.,enj-c�.�:771: .TNI•J` r1alU• R•Temrrlmp,••Tem ' yr Toot tTYalx..,:�Tt f _- - T:95 •.•x'Tem: .a 'T°b' r '4ole' ^Tent• _ °Tmu'• �..:.d: ..•.. 4r::,m.,^. .: nu..c...-,d: St�:d..�.3�.,n.r{ r1 l Na r,�i...urma Na' -.pN' .. t!�,pN>~._�p.,nN m:'.'�,.,i�i)_,R.. ,_ Irs,.TeR3."_�:iY n�.S.,.. nnN..... _eem .r"n. .377.1"J,t ,end'"T..nN u a.,770..-:prey,Hn.mn..nw n..,_rr.,,.r,.:..-.nr.'n!.,:.-,._-..a,,..n •150'I.. _.174 ,-. _. .10o ---•-4a .r....773.77_ -a._Tz 'n - --'02.n. T$.OJ ...n.o 0' _, m.,, 13a,.r 0 _ .'... Or..,1.- :e: .,i,.x.. -.,i mpn., a.,tw,e M.w:,,Tmrl meana oa.wm.er rvrmsgm mar m,TmeT .Min re..4..3...1 B a ! 4 3p _ •11•-•__••p• _ - 4 Ar15,nwp Mrs.-as�w ] 9 '+10 rr• 0.0.77.aw.FI,a enM,e!bpi tb 4.w,So,, 1e pat. e..rmm..mm ,q. .mw cone _ e . :m. •,_ la Nebo Mran n,n1 15 34 15 32 a..na..aa3" 1 ._... .,, . ,r4nwnnu, m„am,.n.pa.en.4w..m a to - -34--- n.amu.manem..aa, ,oe teems meet ••.•24�•' --Roby m.n. =r we..Nww Coss.. RM1b 12 1P 1] 48 1] 4 --100'-' �z»...' Mnm.ew},.+n lknmva Orin. 0 4 1 - - nom an n IMP P ernml Umblmet ten..,..nw. - 4 - B •-'30'„ _ - 0 ...4*op.1,'s am.r w 4 - '40..• Mn nONp,,ea n....-n.,n.,ram tn..a Tnrr p+. 5 _-IS,••• npummen...a.-..motto,m/r.n..r Marrtm pr • • .,e•,. re on t M.M an to.rrw Spin.ne Mato win mm.., - 5 12 24 0 e 9 Cr.4.nrw.-w na e�..m. a e a 48 -eor- 4mm4 5„„,.,,„,,,,,,,,,....,,,,„,.„,,,u/ala••au.,....ap',,,,,,,., ap <-4a-- emam,wn.. ,-�_.... name.le ...lm...a.-.w.Ima Imamate » ..p] . Rem Lwan.as.-4aoiw c^Hw^awe,m.a Y.v 5477 0,nsa 9 19 .,']4' • .77...77..77.0. II >-n.t]..__..-.,.p-.,._-.- .0-•_=. .8.,._..-_p, n. ., ,ei.-,. ..,. p..-,.,--a�.T- ..p.,.. ..p..,. ._..,.p.,� ».,°p ..,:._.,.0 �..,an._p.w. ....T3.,, 12 57 5 iT r AnNmrw nemwmnnnm -- '...' ..-_•--.._, ..,.p5.�_.._ p ... ,p_,.. ....p,,..-,..:0 ._ _.p_ _ ,_.o....._ 0 0 .. .. nmmlmS cm.wlmnwma .,m 77:77.: .._, ..m.. w -- b B •.•13T:.r .,�,-pan J.u.J.1.:..em.:...v�c..mne..r....uTn 9ninl'r-15B.vu..R4 o . .:.ICO•=n::r�40-:: .' 7758 a•u - '_: p ... e IN ' = ': 0 0�•^: N , r-34°-. 051". a. R••r. '• 53... ]B.u_. ^. 7716.0 ...a ,.... - .._,.-_t r, r4.. -y l,a..- •- ,. -(•.: y .n . ......1 ... , •.:77, n ,. 1. ...,a'. j°i;'v°_, ...Jaiz'•,Slm':azi.'."�w,., -., . ._nth.': , . 1-. . ed'."e'Fa�o;,�_,. :-o .'. r:(n;; - ._ , _._.J.....�,.... ,.���.. Ar4i.., ,.,;.,:TOTALS ...a let l... ._� ...,, htwa,.", w..., _ 500444 Nbit5 Mo$SI SE Grade p.rmon Caneultar fn OmmdnaOO R.V. Exhibit E - Consultant Fee Determination Pre-Construction Services Employee or Category Hrs. x Rate = Cost Senior Project Manager 189 $ 77.51 $ 14,679.25 Senior Consultant 124 $ 62.60 $ 7 762.40 Senior Engineer 100 $ 59.48 $ 5,948.00 Geotechnical Engineer 40 $ 58.99 $ 2,359.60 Construction Manager 116 $ 58.09 $ 6,738.44 Senior Engineer 72 $ 53.34 $ 3,840.48 Task Engineer 52 $ 43.51 $ 2,262.52 Lead Engineer 76 $ 36.60 $ 2,781.60 Jr Engineer 0 $ 30.21 $ Survey 16 $ 43.38 $ 694.08 CAD Technician 124 $ 35.04 $ 4,344.96 Contract Administration 0 $ 38.98 $ Subcontracts 0 $ 32.62 $ Project Controls 24 $ 29.99 $ 719.76 Administrative Assistant 24 $ 29.11 $ 698.64 Total Hrs. 957 $ 52,829.73 Direct Salary Cost $ 52,829.73 Total Direct Salary Cost $ 52,829.73 Overhead Cost @ 140.27% of Direct Labor $ 74,104.26 Net Fee @ 32.0% of Direct Labor $ 16,905.51 Total Overhead & Net Fee Cost $ 91,009.77 Total Direct Salary Cost $ 143,839.50 Direct Expenses Mileage 1,250 Mi. @ $0.550 /Mile $687.50 Total Direct Expenses $687.50 Subcontracts Certified Land Services $10,000.00 Ben C. Gerwick $15,391.87 Gregory Drilling/Test Pits $10,000.00 Labaratory Services $1,000.00 Subtotal Subconsultants $36,391.87 Exhibit E Compensation Schedule Ben C Gerwick, Inc. City of Auburn Project C201A. M Street SE Grade Separation Employee or Category Hrs. x Rate = Cost Guenther Paul Senior Engineer 68 $72.87 $4,955.16 Total Hrs. 68 $4,955.16 Direct Salary Cost $4,955.16 Overhead Cost @ 171.91% of Direct Labor $8,518.42 Net Fee @ 30.0% of Direct Labor $1,486.55 Total Direct Salary Cost $14,960.12 Direct Expenses No. Each Cost Mileage 785 $0.55 $431 75 Subtotal Direct Expenses $431.75 Total Not-To-Exceed $15,391.87 Supplernent`5 - Exhibit G Subcontracted Work The AGENCY permits subcontracts for the following portions of the work of this AGREEMENT Task 7: Right of Way—PS&E Phase Task 16: Right of Wav Phase Task 17. Pre-Construction Phase AG-C-344 Exhibit G Page 1 of 1 M St SE Grade Separation Subcontracted Work CITY OF X. ** A 3• i (o AUBURN Peter B. Lewis, Mayor WASH I NGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 August 11, 2011 Cayop Cl7yCl?? BURN fl FFICE Roger Mason �'GG 16 CH2M Hill Inc. Z0l/ 1100 112th Avenue NW, Suite 400 Bellevue, WA 98004 RE: Supplement No. 5 to Agreement for Professional Services, AG-C-344 Project No. C201A, M Street SE Grade Separation Dear Mr. Mason: Enclosed please find and executed copy of the above-referenced Amendment No. Five. This amends the scope of work to include Pre-Construction Services, and includes additional compensation in the amount of$180,918.87. This letter serves as your Notice to Proceed. For the City's tracking and record keeping purposes, please reference AG-C-344, and Project No. C201A on all correspondence, and related material. . As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5059. Sincerely, v/ Jacob Sweeting, P.E. Project Engineer Department of Public Works JS/ja/jr Enclosure cc: Dani Daskam, City Clerk AG-C-344 C201A— File 2.20 AUBURN * MORE THAN YOU IMAGINED Organization and Address Supplemental Agreement#6 CH2M Hill,Inc. 1100112th Ave NE,Suite 400 Bellevue,WA 98004 Attn: Roger Mason Agreement Number Phone AG-C 344 425.453.5000 Project Number Federal Aid Number C201A Not Applicable to this Supplement Project Title New Maximum Amount Payable M Street SE Grade Separation $4,556,038.18 Description of Work. Construction Phase Services The Local Agency of the City of Auburn desires to supplement the Agreement entered into with CH2M Hill, Inc. and executed on October 22,2008 and identified as Agreement No. AG-C 344 All provisions in the basic Agreement remain in effect except as expressly modified by this supplement. The changes to the Agreement are described as follows: Section II,SCOPE OF WORK,is hereby changed as follows: Additional services are requested as set forth in attached Exhibit A, and by this reference made a part of this supplement. II Section IV,TIME FOR BEGINNING AND COMPLETION,is amended to change the number of calendar days for completion of the work to read: July 31,2013 III See Exhibits B and E-2 for the cost estimate for the scope of work. As of the effective date of this supplement, the Payment terms will be changed to 'Payment(Negotiated Hourly Rate)' as outlined in Exhibit D-3,which by this reference is made a part of this supplement. If you concur with this supplement and agree to the changes as stated above,please sign in the appropriate spaces below and return to this office for final action. B_y. C.H2M HILLL,Inc. By Peter :. - is, • . r 1.11 - . is -/ Consultai fignature Approving Authority Signature Tung Le, Vice Presiu nt December 1, 2011 P�_coA)e-Ar 2- , 2 tI Date Date AG-C-344 Supplemental Agreement#6 M Street SE Grade Separation Exhibit A Scope of Work The project scope of work is supplemented with the following: During the term of the basic AGREEMENT and this SUPPLEMENTAL AGREEMENT,CH2M Hill,Inc. (CONSULTANT) shall perform professional services for the City of Auburn (CITY)in connection with the following project: Project C201A M STREET SE GRADE SEPARATION This Supplemental Scope of Work addresses additional work requested to support the project Construction Phase. 1.0 Overview The CONSULTANT will provide Construction Management(CM),Construction Surveying and Engineering Support Services during construction as defined herein.These services are intended to assist the CITY to administer the contract for construction, inspect the performance of the CITY's Contractor("Contractor'), confirm that the Contractor s work is in general compliance with the Contract Documents,as defined in Section 4 of this Supplemental Scope of Work,and assist the CITY in responding to events that occur during the construction.These services are based upon the understanding that the CITY will contract directly with the Contractor and will be actively involved in the construction process to make decisions,provide approvals,and perform other actions necessary for the completion of the construction. These services are also based upon the CITY executing a contract for construction with the Contractor that provides the requisite authority for the CONSULTANT to fulfill its responsibilities. 2.0 Construction Manual The Construction Manual is a working document that describes the processes the construction team will follow to implement the project construction phase. A preliminary version of the Construction Manual was prepared to assist in the construction phase planning and scoping.The CONSULTANT will work with the CITY to update the Construction Manual as needed throughout the project construction.The CONSULTANT will provide the construction services described in this scope in general conformity with the Construction Manual.The CONSULTANT will distribute the Construction Manual to construction team members and maintain the current Construction Manual for electronic sharing and viewing by the construction team. 3.0 Construction Schedule The CONSULTANT's services are based upon the assumption that the construction on this project will follow these major construction milestones: • December 8,2011-Advertise for bids • January 10,2012-Open bids • January 2012- February 2012, Bid Verification,Contract Award and Execution • February 2012 Contractor Notice to Proceed and Groundbreaking • May 2013-Construction Completion,Ribbon Cutting AG-C-344 Supplemental Agreement#6 Page 1 of 10 M Street SE Grade Separation Exhibit A—Scope of Work Deviations from the anticipated schedule or duration of construction may materially affect the scope of these services and CONSULTANT'S compensation for the services,and may require an adjustment to CONSULTANT's compensation.The CONSULTANT will not perform services beyond the agreed to contract scope without written authorization from the CITY The level of effort to perform the work described is generally based on a standard five day work week and standard eight hour workday The services listed below will be provided in accordance with applicable guidelines from the most current(as of execution of this Agreement)versions of the Project Construction Manual and Project Construction Contract Specifications. 4.0 Contract Documents and Consultant's Authority Contract Documents refer to the construction contract documents between the CITY and its Contractor These documents include the project plans,specifications, contract,change orders,addend urns, bid proposal package,and other documents included by reference. The presence or duties of the CONSULTANT's personnel at a construction site, whether as onsite representatives or otherwise, do not make the CONSULTANT or the CONSULTANT's personnel in any way responsible for those duties that belong to the CITY and/or the Contractors or other entities,and do not relieve the Contractors or any other entity of their obligations, duties,and responsibilities, including,but not limited to,construction methods, means, techniques,sequences, and procedures necessary for coordinating and completing the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. The CONSULTANT and the CONSULTANT's personnel have no authority to exercise any control over any construction Contractor or other entity or their employees in connection with their work or any health or safety precautions. The presence of CONSULTANT's personnel at a construction site is for the purpose of providing to CITY a greater degree of confidence that the completed construction work will conform generally to the Contract Documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the contractor(s).The CONSULTANT neither guarantees the performance of the Contractor(s)nor assumes responsibility for Contractor's failure to perform work in accordance with the Contract Documents. The authority of the Engineer,as described in Section 1-05.1(Authority of the Engineer) in the Contract Documents, shall rest entirely with the CITY The CONSULTANT's Resident Engineer is assigned the authority of the Project Engineer,as defined in Section 1-05.1 (Authority of the Engineer),except the CONSULTANT'S Resident Engineer shall not have the authority to use non-Contractor resources to accomplish the work when the Contractor fails to respond to orders, the CONSULTANT may not authorize changes to Contract Documents,and other exceptions as described herein. 5.0 Project Documentation Document Management System The CONSULTANT will establish a system and set of procedures for managing, tracking and storing project documentation between the Contractor,CONSULTANT and CITY produced during the Construction and Closeout phases of the project. The CONSULTANT will,in coordination with the CITY maintain hard copy and electronic records,suitably organized,of relevant documentation. The CONSULTANT will also implement procedures for the logging and tracking of project documentation. The CONSULTANT will assist the CITY in monitoring outstanding decisions,approvals or responses required from the CITY Documents to be tracked and logged by the CONSULTANT include Change AG-C-344 Supplemental Agreement#6 Page 2 of 12 M Street SE Grade Separation Exhibit A—Scope of Work Orders, Minor Changes,Requests for Information,Survey Requests,Requests to Sublet,and Record of Submittals and other documentation as required to complete the project construction Filing and Transmittal of Documents Within 60-days of issuance of the Contractor's Physical Completion,the CONSULTANT will compile all construction documents into file folders in accordance with the CITY provided construction filing numbering system,and transmit the file folders to the CITY The CONSULTANT will copy all electronically archived documents to DVD's and transmit them to the CITY with the project file folders. 6.0 Field Inspection Inspection The CONSULTANT will conduct routine,daily on-site inspections of the Contractor s work for the purposes of determining if the work generally conforms to the Contract Documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the Contractor.The CONSULTANT will supervise a team of field inspection staff, who will prepare written Inspector Daily Reports (IDR's),and other records of their inspections,which will be provided to the CITY The CONSULTANT shall generally maintain at least one inspector on-site when Contractor construction activities are underway The CONSULTANTS inspection staff will photograph the work in progress by the Contractor,which will be provided to the CITY The CONSULTANTs observations and inspection of the work is not necessarily an exhaustive observation or inspection of work performed by the Contractor. The CONSULTANT does not guarantee the performance of the Contractor.The CONSULTANT's observations shall not relieve the Contractor from responsibility for performing the work in accordance with the contract for construction. Deficient and Non-conforming Work Should the CONSULTANT discover or believe that any work by the Contractor is not in general accordance with the Contract Documents,or is otherwise defective,or not conforming to requirements of the Contract Documents, the CONSULTANT will bring this to the attention of the Contractor and the CITY The CONSULTANT will thereupon monitor the Contractor's corrective actions and shall advise the CITY as to the acceptability of the corrective actions. At the advanced approval of the CITY,the CONSULTANT will issue Correction Notices or Stop Work Notices. Technical Field Inspection The CONSULTANT will provide technical specialists to provide periodic inspection of the contractor's work specifically related to the retaining walls,structures,pump station,and electrical work(except inspections required to be completed by the Washington State Department of Labor and Industries)for this project. Record Drawings With each pay estimate,the CONSULTANT will review the Contractor s redline set of contract plans.The CONSULTANT will verify that the Contractor has kept the plans up to date with changes and as-built information.The Contractor will maintain record construction drawings in accordance with Section 1-05.4(3) of the Special Provisions. The CONSULTANT will receive the Contractor s final redline set of contract plans and review for completeness.The CONSULTANT will return the Contractor's redline set of contract plans for correction of any deficiencies.Once the CONSULTANT has determined the Contractor's redline set of contract plans are AG-C-344 Supplemental Agreement#6 Page 3 of 12 M Street SE Grade Separation Exhibit A—Scope of Work complete, the CONSULTANT will receive the mylar and electronic CAD sets of contract plans from the CITY Using the Contractor redlines, the CONSULTANT will redline the mylar set and update the electronic CAD files to reflect record conditions,sign,and return to the CITY with the CITY provided as-built routing form. The CONSULTANT will insert any replacement sheets into the mylar set. Updating the CAD files will he limited to updating the electronic base map with any alignment changes. For any major grade changes, call-outs in the electronic files will be updated. Profiles, details,annotations,will not need to be updated electronically unless there is a major change. 7.0 Contract Administration The CONSULTANT will provide administration of the contract between the CITY and the Contractor as described herein: Bid Opening, Award,Contract Execution,and Notice to Proceed The CITY will open construction contract bids, prepare bid tabulations,evaluate bidders,award the construction contract, prepare and execute the construction contract documents,and issue the Notice to Proceed.Once the Notice to Proceed has been issued by the CITY the CONSULTANT will take the lead role in the construction contraction administration. Contractor Correspondence After the CITY issues Notice to Proceed to the Contractor, the CONSULTANT will be the Contractor s first point of contact for contract and construction related issues.The CONSULTANT will receive correspondence and documentation from the Contractor.The CONSULTANT will prepare contract and construction related correspondence on behalf of the CITY The CITY will review and approve contract correspondence and documentation prepared by the CONSULTANT that could impact the project costs or schedule before it is transmitted to the Contractor or posted for the Contractor s viewing. Correspondence and documentation anticipated to be prepared by the CONSULANT include notice of defective work,suspension and resumption of work, request for information responses,responses to design and Contract Document clarifications,change orders,weekly statement of working days,meeting minutes,and documents related to claims. Subcontractor Approvals The CONSULTANT will receive, review and either approve or reject Contractor Requests to Sublet work as follows: Using the Secure Access Washington website, the CONSULTANT will review print,and file the proposed subcontractor s employer Liability Certificate,contractor license history risk classification,experience factor history verification of no account premiums due,confirmation of contractor compliance with tracking requirements,and presence of an active revenue account. Using the Department of Washington Labor and Industry website, the CONSULTANT will review print,and file the proposed subcontractor s lack of presence on the Strike List and Debarred List. Using the Federal Excluded Parties List System,the CONSULTANT will verify there is nothing of record against the proposed subcontractor The CONSULTANT will verify the proposed subcontractor has an active City of Auburn business license and record the license number. Once these verifications have been complete, the CONSULTANT will request approval of the subcontractor from the CITY The CONSULTANT will maintain a log of requests to sublet, verifications,and approvals using a CITY provided spreadsheet. For each approved subcontractor, the CONSULTANT will check with the Washington State Department of AG-C-344 Supplemental Agreement#6 Page 4 of 12 M Street SE Grade Separation Exhibit A—Scope of Work Labor and Industries that the subcontractor has submitted an Intent to Pay Prevailing Wages.The CONSULTANT will print,log,and file record of the Intent to Pay Prevailing Wages. Contract Compliance Monitoring Throughout the project construction duration, the CONSULTANT will monitor the general compliance of the Contractor and its subcontractors with the Contract Documents,which includes: • Compliance with the BNSF Construction and Maintenance Agreement included in Appendix C of the Contract Documents • Payment of Prevailing Wage Rates • City of Auburn Business License Progress Payments The CONSULTANT will prepare Contractor pay requests, including appropriate documentation of force account and bid item documentation via paynotes.The CONSULTANT will use the CITY's standard documentation format in the preparation of the Contractor s pay request. The CONSULTANT will advise the CITY as to the status of the total amounts requested,paid, and remaining to be paid under the terms of the contract for construction. The CONSULTANT will determine which subcontractors performed work during the payment period and will exclude payment for any work completed by subcontractors for which an Intent to Pay Prevailing Wages submitted to the Washington State Department of Labor and Industries cannot be verified by the CONSULTANT. The CONSULTANT shall provide the following back-up information to the CITY with each pay estimate for each bid item for which payment is being made in the pay estimate period: • Field measurement sheet that indicates the bid item name and number,the total quantity being paid this period,a specific description of how the measurement was made,including station and offsets as applicable • Material tickets(as applicable),which include ticket number,date,and quantity will be bundled by Bid Item with a tabulated total quantity attached.The CONSULTANT will also keep an overall log of tickets paid for each bid item and verify that tickets are not double counted. • Force account documentation(as applicable),including the CONSULTANT prepared corrected force account worksheet,Contractor prepared force account worksheet,and all supporting invoices and documentation. • Copy of approved lump sum breakdown(as applicable),with explanation of how the lump sum payment for the pay estimate period was calculated,including supporting invoices and documentation. Recommendations by the CONSULTANT to the CITY for payment will be based upon the CONSULTANTS measurements,calculations and/or other information as required by the measurement and payment sections of the Contract Documents. Such recommendations do not represent that the Contractor has completed the work in exact accordance with the Contract Documents. The CONSULTANT will identify Force Account Work AG-C-344 Supplemental Agreement#6 Page 5 of 12 M Street SE Grade Separation Exhibit A—Scope of Work The CONSULTANT will review force account worksheets and supporting documentation provided by the Contractor For each force account worksheet provided by the Contractor that has been approved by the CONSULTANT's Resident Engineer for payment, the CONSULTANT will review the Contractor provided force account worksheets to check the Contractor s equipment and labor rates,mark-ups,math,and invoice documentation.For each submitted force account worksheet, the CONSULTANT will prepare a Corrected Force Account Worksheet that includes the checked and corrected information.The CONSULTANT will include the force account documentation with the pay estimate back-up information. The CONSULTANT will keep logs for each item being paid using force accounts that show that amount of each force account instance paid, the date,pay estimate number,description,and total.This log shall be maintained electronically for viewing by the CITY Substantial Completion When the Contractor believes work has been completed such that the CITY has complete use of the facilities and only minor work remains,the Contractor will request substantial completion.If the CONSULTANT concurs with the Contractor, the CONSULTANT will recommend to the CITY that Substantial Completion be issued. Upon concurrence from the CITY, the CONSULTANT will issue a written notice of Substantial Completion and establish the Substantial Completion Date. The notice will include a preliminary list of items remaining to be completed to achieve Physical Completion.The CONSULTANT will continue to count working days after the Substantial Completion Date until either no working days remain,or until Physical Completion is issued. Physical Completion When the Contractor believes that all work has been completed, the Contractor will request physical completion in writing from the CONSULTANT The CONSULTANT and CITY will perform a final inspection to determine any remaining items of work.The CONSULTANT will issue a notice of any remaining or defective work. Once the CONSULTANT and CITY agree that all work is complete, the CONSULTANT will prepare and issue the notice of physical completion and establish the Physical Completion Date.The CONSULTANT will complete the CITY provided Physical Completion checklist and provide to the CITY with the final pay estimate. Contractor Evaluations and Close-Out Memo Using the CITY provided templates, the CONSULTANT will prepare evaluations of the Contractor and subcontractors who performed contract work. The CONSULTANT will prepare a construction dose-out memo that summarizes the overall construction process,changes made,lessons learned,final results, any outstanding issues,and future considerations related to the work. 8.0 Submittals Submittals The CONSULTANT's review of shop drawings,samples,and submittals shall be for general conformance with the Contract Documents. Typical submittals include traffic control plans,material approvals,lump sum breakdowns,schedules,and other documents requiring evaluation and review Such review shall not relieve the Contractor from its responsibility for performance in accordance with the Contract Documents,nor is such review a guarantee that the work covered by the shop drawings, samples,and submittals is free of errors,inconsistencies, or omissions. Authorization from the CITY will be required prior to the CONSULTANT reviewing any re-submittal made by the Contractor for a submittal that has already been reviewed twice or more by the CONSULTANT A Record of Submittals (ROS) has been prepared for this project that includes a list of submittals anticipated AG-C-344 Supplemental Agreement#6 Page 6 of 12 M Street SE Grade Separation Exhibit A—Scope of Work to be required and the associated review time, documentation,and testing requirements.The CONSULTANT will update the ROS throughout the construction duration with added or removed submittals.The CONSULTANT will utilize the ROS as a submittal,documentation,and testing log and track submittals, documentation, and testing using the ROS to verify that Contract Document requirements are met. 9.0 Changes Review of Contractor's Requested Changes The CONSULTANT shall review the Contractor s requests for construction contract changes.The CONSULTANT will make recommendations to the CITY regarding the acceptability of the Contractor s request and,upon approval of the CITY assist the CITY in negotiations of the requested change. Upon agreement and approval,the CONSULTANT will prepare final change order documents for execution by the CITY and the Contractor. The budget assumes up to 12 change orders will be prepared that will include specifications and a sum total of 10 plan sheets. Minor Change Log The CONSULTANT will maintain a log of minor changes viewable electronically by the CITY The log will include descriptions,dates, and amounts of minor changes. Change Order Log The CONSULTANT will maintain a change order log viewable electronically by the CITY The log will include issued Change Orders,pending change orders,and change order amounts. Effect of Change Orders The CONSULTANT will review information submitted by the Contractor regarding the effect of proposed or issued Change Orders upon the construction schedule,duration and completion date.The CONSULTANT will advise the CITY as to the potential impact of proposed or issued Change Orders. The CONSULTANT will assist the CITY in discussions with the Contractor concerning the potential impact of proposed or issued Change Orders. Field Instructions and Orders The CONSULTANT will issue field instructions,orders or similar documents during construction as provided in the contract for construction. Minor Variations in the Work The CONSULTANT may authorize minor variations in the work which do not involve an adjustment in the Contractor s contract price nor time for construction and are not inconsistent with the general intent of the contract documents. Differing Subsurface and Physical Conditions Whenever the Contractor notifies the CONSULTANT or the CITY of differing subsurface or physical conditions at the site the CONSULTANT will advise the CITY as to the appropriate action(s),and will assist the CITY in responding to the Contractor. 10.0 Requests for Information Requests for Information The CONSULTANT will address questions and issues raised by the Contractor. The CONSULTANT will AG-C-344 Supplemental Agreement#6 Page 7 of 12 M Street SE Grade Separation Exhibit A—Scope of Work receive questions and requests for clarifications of contract documents that could impact construction costs, schedule,quality of the finished work,or other scenarios as determined by the CONSULTANT's Resident Engineer or the CITY as a formal Requests for Information (RFIs) made on the City s standard form. The CONSULTANT will review the Contractor s Requests For Information(RFIs) and coordinate such review with the CITY and with the design team as appropriate. The CONSULTANT will coordinate and issue responses to the RFIs.The CONSULTANT will log and track the Contractor s RFIs.For budgeting purposes it is assumed that up to fifty (50)RFIs will be made by the Contractor The CITY shall review and approve all RFI responses before they are transmitted or published. Any requests, submittals or changes that materially change the intent of the design will be approved by the engineer of record. The CONSULTANT will assist the CITY in reviewing and responding to the Contractor s requests for substitution of materials and equipment.The CONSULTANT will review such requests and will advise the CITY as to the acceptability of such substitutions. Engineering Design Support The CONSULTANT will provide written responses to the Contractors request for interpretation or clarification of the Contract Documents. 11.0 Testing Material Testing and Special Inspection The CONSULTANT will, through the procurement of an independent firm,perform on-site material testing required by the construction contract,the Project Specifications and the Construction Manual. The CONSULTANT will review the reports and other information prepared by the independent firms.The CONSULTANT will coordinate the testing firm s schedules and the transmittal of their reports,findings or other information to the Contractor and/or the CITY The CONSULTANT will update the Record of Submittals with testing requirements, testing dates,and results. Performance and Witness Testing The CITY will contract directly with off-site fabrication inspectors for off-site fabrication inspection services. The CONSULTANT will coordinate such testing as required by the CITY 12.0 Meetings Pre-Construction Meeting The CITY will schedule the pre-construction meeting and invite all appropriate attendees.The CONSULTANT will prepare a draft meeting agenda using the CITY's standard pre-construction meeting agenda as a template.The CITY will review the pre-construction agenda and the CONSULTANT will incorporate comments and finalize.The CONSULTANT will distribute the meeting agenda to attendees and will lead the pre-construction meeting with support from the CITY The CONSULTANT will prepare a meeting sign in sheet.The CONSULTANT will take notes during the meeting and prepare meeting minutes for review and comment by the CITY Once the CITY and CONSULTANT concur on the meeting minutes content, the CONSULTANT will distribute the meeting minutes to the CITY Contractor,and other attendees. Conduct Project Site Meetings The CONSULTANT will conduct weekly meetings with the Contractor and will prepare the minutes of these meetings and distribute to attendees. AG-C-344 Supplemental Agreement#5 Page 8 of 12 M Street SE Grade Separation Exhibit A—Scope of Work Correspondence and Communications The CONSULTANT will maintain communications with the Contractor during the construction.The CONSULTANT will receive and log communications from the Contractor and will coordinate the communications between the CITY and Contractor The CONSULTANT will not provide direction directly to the Contractor's subcontractors. The CONSULTANT will prepare written communications to the Contractor and provide recommendations to the CITY for written communications between the CITY and Contractor. Management Team Meetings The CONSULTANT will lead team meetings and provide direction and oversight of the CONSULTANT'S project team to provide implementation of the work plan and the coordination of work activities over the duration of the project.This effort is for the overall project rather than a specific task and is intended to provide the leadership that the team will need to understand project priorities,deadlines,budget constraints, and resolve issues that arise. This task will focus on managing team resources to achieve the project goals in a consistent,coordinated,and orderly manner. For budgeting purposes,bi-monthly meetings,two hours in length are assumed over the duration of the project(36 meetings).This task is to fund the attendance of the Project Manager at these meetings and will include team oversight and direction;monthly progress reports and invoices,and record keeping and project closeout. Field Office The CONSULTANT will provide a field office near the project site. The CONSULTANT will provide any office equipment it deems is necessary for this office-including but not limited to a copier/scanner/printer/fax,desks,chairs,bookshelves and other office supplies.The applicable costs will be billed to the CITY as expenses on this contract. 13.0 Surveying The CONSULTANT shall provide survey construction staking required by the CITY's Contractor to perform the project construction of non-structural project elements.The CONSULTANT shall perform calculations and plan translations required to provide the construction staking information using the Contract Documents. The CONSULTANT will provide the CITY and Contractor with cut sheets and field notes for the construction staking performed by the CONSULTANT Horizontal and Vertical Control The CONSULTANT will provide surveying and staking for horizontal and vertical control points. Control points shall be established based upon original survey horizontal and vertical control as shown in the Contract Documents. The CONSULTANT will establish four(4)site benchmarks at positions convenient for construction and as directed by Contractor The CONSULTANT will calculate location of proposed improvements,prepare calculations,and provide coordinates and worksheets to the Contractor. Rights of Way/Property Limits The CONSULTANT will stake the limits of City and WSDOT rights-of-way BNSF property temporary and permanent easements secured by the City,and other property lines as shown in the Contract Documents. TESC Staking The CONSULTANT will Survey and stake clearing and grading limits as delineated on the plans. Clearing limits shall be staked at angle points and at maximum 50-foot intervals. The CONSULTANT will stake the locations of temporary sediment and erosion control elements shown in the Contract Documents. AG-C-344 Supplemental Agreement#6 Page 9 of 12 M Street SE Grade Separation Exhibit A—Scope of Work Site Grading The CONSULTANT will stake grade breaks and slopes on 50-foot interval for site construction. The CONSULTANT will survey and stake proposed roadway centerline, flow line, cross slope transition points, longitudinal slope transition points,angle points,and curve points. The CONSULTANT will establish centerline of road at 50-foot stations with cuts/fills to sub-grade and to Crushed Surface Base Course (CSBC). For railroad staking of the Siding Track and the Mainline Track, the CONSULTANT will establish centerline of track at 50-foot stations with cuts/fills to top of sub-ballast. Site Utilities The CONSULTANT will survey and stake the horizontal and vertical location of the following site utilities: • Storm drainage and sanitary sewer systems;provide two offset grade stakes to the center of proposed storm drain and sanitary sewer structures marked with cuts/fills to rim/grate elevations and pipe invert elevations. • Domestic and Fire water system; provide one set of offset grade stakes to the centerline of the proposed water line at 50-foot intervals, bends, tees, and connection points. Provide two offset grade stakes to the center of proposed fire hydrant meters,valves,vaults,blow-offs and piping.Provide profile information,including required depths and vertical angle points. • Communications/data system;provide one set of offset grade stakes to the centerline of the proposed communication/data system duct bank at 50-foot intervals and two corners of proposed vaults. • Electrical power;provide one set of offset grade stakes to the centerline of the proposed electrical power duct bank at 50-foot intervals and two corners of proposed vaults. • Survey and stake utility crossings that are within two feet or less in elevation of each other. Services During Site Construction The CONSULTANT will provide 3-foot offset and grade stakes to face of curb on 25-foot stations,at the beginning and ends of curves,and radius points. The CONSULTANT will survey and grade stake proposed walkway and wheel chair ramps,provide one set of offset grade stakes for proposed site retaining walls at the beginning and ends, angle points,and at 25-foot stations at each tier level,Provide offset and grade stakes for bridge footings and abutments, and provide construction grade sheets for each of the above offset stakes. Road Monumentation The CONSULTANT will establish the center point and four (4) reference points for each of the proposed road monuments shown on the plans. The CONSULTANT will prepare and secure permits required for the re- establishment of existing monuments to be removed during construction and for new monuments being added by the project construction. The CONSULTANT will provide brass monuments stamped with the CONSULTANT's Professional Land Surveyor s information to the Contractor.The Contractor will set the monuments as staked by the CONSULTANT and the CONSULTANT will punch their center points. QA/QC Surveying The CONSULTANT will perform surveying to verify the accuracy of key construction elements. This work will include elements such as structure footings,bearing seats,vaults,wall faces, boring and casing alignments,forms prior to pouring concrete at the request of the CONSULTANTS Resident Engineer or the CITY AG-C-344 Supplemental Agreement#6 Page 10 of 12 M Street SE Grade Separation Exhibit A—Scope of Work Assumptions: 1. The Contractor will provide the CONSULTANT a Contractor s Request for Survey (supplied by the CITY) with an itemized list of surveying tasks. This will be given with a minimum of 48-hours notice prior to the date the surveying services are required. 2. The Contractor is responsible to see that the site is ready fot staking when requested. The CONSULTANT is not responsible for schedule delays and cost impacts due to equipment, materials, debris or excessive mud. 3. This scope of services is based on a one-time staking of each item listed in the scope of services. Any additional staking or restaking,for any reason is beyond the scope and budget. Survey Quality Control and Assurance The CONSULTANT shall re-survey and re-stake,at no cost to the CITY all work that is initially calculated, surveyed,and/or staked incorrectly by the CONSULTANT The Contractor will notify CONSULTANT immediately of any survey work deemed incorrect. CONSULTANT will be given the opportunity to verify work in question and determine if corrective action is necessary CONSULTANT will notify the CITY of the findings of verification work. Any verification work found to be calculated, surveyed and/or staked correctly will be considered additional work beyond the scope and budget. Survey Log The CONSULTANT shall maintain a Survey Log Spreadsheet on the project Sharepoint site that is readily accessible by the CITY The log will include the Request Number,Description,Date Submitted to the CONSULTANT by the Contractor,Date Fulfilled,and any notes or observations.The log will be updated regularly by the CONSULTANT Cut Sheets-Worksheets The CONSULTANT will prepare field worksheets for use by the CITY,Contractor,and CONSULTANT The sheets will indicate all stakes/hubs set and the information included on each stake.The worksheets will be made available as a hardcopy to the Contractor within 24-hours of stakes being set and shall also be scanned to the project Sharepoint site for viewing and archive. 14.0 Agency Permits Environmental/Agency Permits The CONSULTANT will review and assist in enforcing requirements stipulated in the CITY's permits issued by regulatory and environmental agencies. 15.0 Work on Private Property The CONSULTANT will monitor the Contractor s activities on private property and assist in enforcing the requirements stipulated in the applicable permits,easements,agreements,and licenses. 16.0 Public Information Public Coordination &Information The CONSULTANT will assist the CITY by providing a summary of current and upcoming construction activities via transmittal to the CITY of biweekly construction updates. The CONSULTANT will respond to AG-C-344 Supplemental Agreement#6 Page 11 of 12 M Street SE Grade Separation Exhibit A—Scope of Work calls from the public regarding project status or issues. The CONSULTANT will prepare up to two one-page flyers for distribution to the public on construction and traffic control activities. These flyers will be provided in electronic format for the CITY to use and distribute at their discretion.The CONSULTANT will attend up to two public meetings if requested by the CITY During the course of construction, the CONSULTANT will make one-on-one property owner contacts as needed to coordinate work,provide information and address concerns and issues. 17.0 Traffic Control The CONSULTANT will monitor traffic control implemented by the Contractor for general compliance with approved traffic control plans,MUTCD requirements, and overall impacts to traffic flows and access.The CONSULTANT will notify the Contractor of any deficiencies that require immediate correction. 18.0 Claims Resolution Claims and Disputes The CONSULTANT will receive,log,and notify the CITY about letters and notices from the Contractor concerning claims or disputes between the Contractor and CITY pertaining to the acceptability of the work or the interpretation of the requirements of the contract for construction.The CONSULTANT will review letters and notices and will discuss them with the Contractor as necessary to understand the claim or dispute.The CONSULTANT will advise the CITY regarding the Contractor s general compliance with the contract requirements for such claims and disputes.The CONSULTANT will assist the CITY in discussions with the Contractor to resolve claims and disputes. The CONSULTANT will not issue decisions on Contractor claims or disputes.The CONSULTANT will not, except as part of Additional Services,undertake comprehensive investigation or analysis of Contractor's claims and disputes,nor participate in judicial or alternative dispute resolution procedures for the claims or disputes. I � ' AG-C-344 Supplemental Agreement#6 Page 12 of 12 M Street SE Grade Separation Exhibit A—Scope of Work Exhibit B' Summary.of Payments - - Ma agement_ -- - Be erve Category Original Supp I Supp 2 Authorization Supplement 4 Supplement 6 'Supplement 6 Total "Labor 'I 31,701,587.50" ^$41,042.50 $263,096.50' 'V 585.000.00- •$155,022.40 ' $14383950' 1 $1.546,05350 $3,937,441.90 - •-Expenses'=I $124,71250 56,957.50-s '5252.95350 c. $5.00000.. -$45.02909 '$37079,37 1.6234.972.50 I -5618.59620 . Total I 51,826.300 00 . $.50.,000.00 5536,000.00 . 570,000.00_ $111,703.31 V $180,918.87 $1,781,026.00 $4,556,036.15 q o - Nole Supplement 3 era lime extension only. AG-C-344 Supplemental Agreement 06 Exhibit 13 z Summary or Payments Page 1 of 1 M Street SE Grade Separal%on Exhibit D-3 Payment (Negotiated Hourly Rate) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter 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 conform to all applicable portions of 48 CFR Part 31 Hourly'Rates: The CONSULTANT shall be paid by the AGENCY for work done,based upon the negotiated hourly rates shown in Exhibit 'E' and 'F' attached hereto and by this reference made part of this AGREEMENT The rates listed shall be applicable for the first twelve(12)month period and shall be subject to negotiation for the following twelve(12)month period upon request of the CONSULTANT or the AGENCY If negotiations are not conducted for the second or subsequent twelve(12)month periods within ninety(90)days after completion of the previous period,the rates listed in this AGREEMENT or subsequent written authorization(s)from the AGENCY shall be utilized.The rates are inclusive of direct salaries,payroll additives,overhead, and fee.The CONSULTANT shall maintain support data to verify the hours billed on the AGREEMENT 2. Direct Non-Salary Costs:Direct Non-Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT These charges may include,but are not limited to,the following items: travel, printing,long distance telephone,supplies,computer charges and sub-consultant costs. a. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY The CONSULTANT shall comply with the rules and regulations regarding travel costs(excluding air,train,and rental car costs)in accordance with the AGENCY'S Travel Rules and Procedures. However,air,train,and rental car costs shall be reimbursed in accordance with 48 CFR Part 31.205-46 'Travel Costs. b. The billing for Direct Non-Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT c. The CONSULTANT shall maintain the original supporting documents in their office.Copies of the original supporting documents shall be supplied to the AGENCY upon request. d. All above charges must be necessary for the services provided under this AGREEMENT 3. Management Reserve Fund:The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator with the flexibility to authorize 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 and shall not exceed the lesser of$100,000 or 10%of the Total Amount Authorized as shown in the heading of this AGREEMENT The amount included for the Management Reserve Fund is shown in the heading of this AGREEMENT This fund may not be replenished.Any changes requiring additional costs in excess of the Management Reserve Fund shall be made in accordance with Section XIV ' atra Work. DOT Form �EF Ed in D-3 Revised 4. Maximum Total Amount Payable:The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT The Maximum Total Amount Payable is comprised of the Total Amount Authorized,and the Management Reserve Fund.The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIV 'Extra Work. No minimum amount payable is guaranteed under this AGREEMENT 5. Monthly Progress Payments:Progress payments may be claimed on a monthly basis for all costs authorized in 1 and 2 above.The monthly billing shall be supported by detailed statements for hours expended at the rates established in Exhibit 'E' including names and classifications of all employees,and billings for all direct non-salary expenses.To provide a means of verifying the billed salary costs for the CONSULTANT'S employees,the AGENCY may conduct employee interviews.These interviews may consist of recording the names,titles,salary rates,and present duties of those employees performing work on the PROJECT at the time of the interview. 6. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT contingent upon receipt of all PS&E,plans,maps,notes,reports, electronic data and other related documents which are required to be furnished under this AGREEMENT Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment,which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance.Said Final Payment shall not,however,be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit,all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT the CONSULTANT will refund such overpayment to the AGENCY within thirty(30)days of notice of the overpayment.Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment.The CONSULTANT has twenty(20)days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. 7 Inspection of Cost Records:The CONSULTANT and their sub-consultants shall keep available for inspection by representatives of the AGENCY STATE and the United States,for a period of three (3)years after receipt of final payment,the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation,claim or audit arising out of,in connection with,or related to this contract is initiated before the expiration of the three(3)year period,the cost records and accounts shall be retained until such litigation,claim,or audit involving the records is completed. Exhibit E-2 Consultant Fee Determination - Summary Sheet Specific Rates of Pay - Fee Schedule City of Auburn Project C201A.M Street SE Grade Separation Supplemental Agreement No.6 November 30, 2011 Overhead @ Rate Per Classification Employee Hourly Rate 140.27% Profit@ 32% Hour Senior Project Manager Roger Mason $79.70 $111.80 $25.50 $217.00 Resident Engineer Craig Jackson $67.03 $94.02 $21.45 $182.50 Managing Engineer John McKenzie $60.97 $85.52 $19.51 $166.00 Senior Engineer Karen Dawson $60.97 $85.52 $19.51 $166.00 General Inspector George Chang $44.81 $62.85 $14.34 $122.00 Surveying and Staking Greg Brooks/Josh Taylor $40.03 $56.16 $12.81 $109.00 Engineer Stephanie Forman $38.93 $54.61 $12.46 $106 00 Specialized Inspector Trevor Rose $35.26 $49.46 $11.28 $96.00 Document Specialist Christie Szill $32.50 $45.59 $10.40 $88.50 Administrative Support $31.22 $43.79 $9.99 $85.00 AG-C-344 Exhibit E-2 M Street SE Grade Separation Consultant Fee Determination Page 1 of 1 CITY OF * * _V T IRN AtjB Peter B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 April 15, 2013 Roger Mason CH2M Hill 1100112 th Avenue NE Bellevue, WA 98004 RE: Amendment No. 7 to Agreement for Professional Services, AG-C-344 Project No. C201A, M Street SE Grade Separation Dear Mr. Mason: Enclosed please find an executed copy of the above-referenced Amendment No. Seven. This amendment amends the scope of work per Exhibit A, and includes additional compensation in the amount of$229,806.00, for a total agreement amount of$4,785,844.18. For the City's tracking and record keeping purposes, please reference AG-C-344 and Project No. C201A on all correspondence and related material. Our records indicate that your certificate of insurance, as required in Section XIII of the original agreement, will expire on May 1, 2013. Please forward the required certificate(s) of insurance, to the attention of JoAnne Andersen, Contracts Administration Specialist, Auburn Public Works Department, at the address noted at the top of this letterhead. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-931-3086. Sincerely, J Ryan Vondrak, P.E. Project Engineer Department of Public Works RV/ja/mh Enclosure cc: ®an_i ®askarn City.,Clbrk� Ryan Vondrak, Project Engineer AG-C-344 C201 A (2.20) AUBURN * MODE THAN YOU IMAGINED Organization and Address Supplemental Agreement# 7 CH2M Hill,Inc. 1100112th Ave NE,Suite 400 Bellevue,WA 98004 Attn: Roger Mason Agreement Number Phone AG-C-344 425.453.5000 Project Number Federal Aid Number C201A Not Applicable to this Supplement Project Title New Maximum Amount Payable M Street SE Grade Separation $4,785,844.18 Description of Work: Construction Phase Services The Local Agency of the City of Auburn desires to supplement the Agreement entered into with CH2M Hill,Inc. and executed on October 22,2008 and identified as Agreement No. AG-C-344 All provisions in the basic Agreement remain in effect except as expressly modified by this supplement. The changes to the Agreement are described as follows: I Section II,SCOPE OF WORK,is hereby changed as follows: Additional services are requested as set forth in attached Exhibit A,and by this reference made a part of this supplement. II Section IV,TIME FOR BEGINNING AND COMPLETION,is amended to change the contract completion date to read: December 31,2013. III Section V.PAYMENT PROVISIONS,shall be amended as follows: See Exhibit B and E-2 for the cost estimate for this scope of work and contract summary payments. If you concur with this supplement and agree to the changes as stated above,please sign in the appropriate spaces below and return to this office for final action. y: CH2M HILL Inc. By: Pe r B. s a Consult t S atur Approving Authority Signature 2 APR 122013 Da e Date AG-C-344 Supplemental Agreement#7 M Street SE Grade Separation Exhibit A Scope of Work The project scope of work is supplemented with the following: During the term of the basic AGREEMENT and this SUPPLEMENTAL AGREEMENT and prior,CH2M Hill, Inc. (CONSULTANT) shall perform professional services for the City of Auburn(CITY) in connection with the following project: Project C201A M STREET SE GRADE SEPARATION This Supplemental Scope of Work#7 addresses additional work requested to support the project Construction Phase. CONSULTANT will provide general construction and project management support as outlined in the individual Tasks 1.0 through 18.0 in Supplement 6 of the agreement for an additional eleven week duration. In addition,CONSULTANT will provide engineering and construction management services support for the following supplements to Tasks 6.0,8.0,9.0,10.0,11.0,13.0,and 18.0 that were outside the scope of work described in supplemental agreement#6: Task 6.0 Field Inspection (Supplement) CONSULTANT will provide additional inspection services for those items described in Task 9 below that require field inspection. Task 8.0 Submittals (Supplement) CONSULTANT will provide additional services to review submittals. This supplement assumes there will be an overall project total of 525 submittals. Task 9.0 Changes (Supplement) CONSULTANT will provide additional services in support of the following changes: • Delete the storm drain system at 207+30 and redesign using an infiltration drain per discussions with the CITY and the BNSF. Provide 5 plan sheet revisions. • Review and coordinate work associated with the multiple iterations of the Contractors Girder Erection Plan with BNSF. • As requested by BNSF (and approved by the CITY),revise the design of the WSDOT CMP Outfall to direct the stormwater eastward into the new ditch line. Provide 1 revised plan sheet. • Review and coordinate approval of the Contractor proposed Alternative Construction Methods for 54 inch Bores including the deletion of casing spacers and subsequent substitution of rail support system and HDPE pipe restraints. • Provide additional review following multiple iterations of the Contractors proposed Bridge Footing Removal submittal. • Provide support documentation and exhibits for additional BNSF Pipeline Licenses. • Determine a method of repair for the failed soil nail wall RU-2 from Sta 17+80 to Sta 18+04. • Design trip hazard ramps at 8 bridge corners per BNSF requirements. AG-C-344 Supplemental Agreement#7 Page 1 of 2 M Street SE Grade Separation Exhibit A—Scope of Work • Review and coordinate work associated with multiple iterations of the Contractor prepared SWPPP. • Provide additional design and iterative reviews to correct for Pile Contractor installing Pile#2 for Wall RU3 backwards. Task 10.0 Requests for Information (Supplement) CONSULTANT will provide additional services to respond to RFIs.This supplement assumes there will be an overall Project total of 120 RFls. Task 11.0 Testing(Supplement) CONSULTANT will provide services to monitor the removal of additional contaminated soils within the project area. Task 13.0 Surveying(Supplement) CONSULTANT will perform additional survey associated with verifying the location of installed soil nails and evaluating the results to confirm any variance from plans. Task 18.0 Claims Resolution (Supplement) CONSULTANT will provide additional services in support of the SWPPP Claim,specifically with preparation and defense of the related Contractor claim. a AG-C-344 Supplemental Agreement#7 Page 2 of 2 M Street SE Grade Separation Exhibit A—Scope of Work Exhibit B Summary of Payments Management Reserve Category Original Supp 1 Supp 2 Authorization Supplement 4 Supplement 5 Supplement6 Supplement 7 Total Labor $1,701,587.50 $41,042.50 $283,096.50 $65,000.00 $156,822.40 $143,839.50 $1,546,053.50 $199,700.00 $4,137,141.90 Expenses $124,712.50 $8,957.50 $252,903.50 $5,000.00 445,029.09 $37,079.37 $234,972.50 $30,106.00 $648,702.28 Total $1,826,300.00 $50,000.00 $536,000.00 $70,000.00 $111,793.31 $180,918.87 $1,781,0 6.00 $229,806.00 $4,785,844.18 Mote: Supplement 3 was a time extension only. , AG-C-344 Supplemental Agreement#7 Exhibit 8-Summary of Payments Page 1 of 1 M Street SE Grade Separation Hl ry 1-1 H I I I I'l I 'I IXI I i'u or 0 x x x x z LU ry x x x 12 lxl Ix 1. x I xl o xl-lx x-1 X x F 'I I xx xx X I d I I I X X v.I ol n E Ff CL CL Lo 'Z 16 Z x Lo Z's ui v 12 16 i7 m E ai CL w wa o c.vi Organization and Address Supplemental Agreement# 8 CH2M Hill, Inc. 1100112th Ave NE,Suite 500 Bellevue,WA 98004 Attn: Roger Mason Agreement Number Phone AG-C-344 425.453.5000 Project Number Federal Aid Number C201A Not Applicable to this Supplement Project Title New Maximum Amount Payable M Street SE Grade Separation $4,967,571.18 Description of Work: Construction Phase Services The Local Agency of the City of Auburn desires to supplement the Agreement entered into with CH2M Hill, Inc. and executed on October 22, 2008 and identified as Agreement No. AG-C-344 All provisions in the basic Agreement remain in effect except as expressly modified by this supplement. The changes to the Agreement are described as follows: I Section II,SCOPE OF WORK, is hereby changed as follows: Additional services are requested as set forth in attached Exhibit A, and by this reference made a part of this supplement. II Section V. PAYMENT PROVISIONS, shall be amended as follows: See Exhibit B, E and E-2 for the Contract Summary of Payments, Cost Estimate,and Specific Rates of Pay. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: CH2M HILL, Inc. By: !Yana wy is ass,„_ / !\i Tung Le, !e Presiden Co17I tan Signature Approving Authority Signatures" September 27, 2013 \c)/ R/D p Date Date AG-C-344 Supplemental Agreement#8 Page 1 of 1 M Street SE Grade Separation Exhibit A Scope of Work The project scope of work is supplemented with the following: During the term of the basic AGREEMENT and this SUPPLEMENTAL AGREEMENT and prior,CH2M Hill, Inc. (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the following project: Project C201A M STREET SE GRADE SEPARATION This Supplemental Scope of Work #8 addresses additional work requested to support the project Construction Phase. CONSULTANT will provide construction and project management support as outlined in the individual Tasks 1.0 through 18.0 in Supplement 6 of the agreement for an additional eleven week duration to achieve substantial completion by September 27, 2013. Supplement 6 assumptions apply to this Supplement 8. In addition, CONSULTANT will provide supplemental construction management services under Tasks 6.0, 9.0, 11.0, and 18.0 that were outside the scope of work described in supplemental agreements 6 and 7: Task 6.0 Field Inspection (Supplement) CONSULTANT will provide additional inspection services for those items described in Task 9 below that require field inspection. • Inspection services to accommodate the contractor working 9 to 10 hours days (overtime) and on Saturdays for a duration of 4 months. This is requested to support the contractor's schedule acceleration. • Higher level of effort per month to support the inspection and construction management activities for the project. Specifically, provide for an extended duration to complete road excavation and wall construction, main bridge/ballast construction and paving, as well as providing responsiveness and communication with BNSF and the Contractor to achieve the opening of M Street by July 22nd and to keep the project advancing as much as possible toward completion. The additional work duration also required ongoing support for Pay Estimates,Change Orders,Weekly Meetings,IDR's and ROM Documentation. • Task 9.0 Changes (Supplement) CONSULTANT will provide additional services in support of the following changes: • Structural analysis to determine the integrity and acceptability of Walls LL1 and RL1, which were constructed not according to the Contract Plans. AG-C-344 Supplemental Agreement#8 Page 1 of 2 M Street SE Grade Separation Exhibit A—Scope of Work • • Task 11.0 Testing(Supplement) CONSULTANT will provide additional services in support of the following changes: • Monitor the removal of additional contaminated soils within the project area. • In response to the request by the contractor, and taking slow rates of work production into account, a materials tester(Krazan)will be available on call during pile and soil nail construction. • A Certified Welding Inspector, CWI, is needed for welding inspection per BNSF specification 4600.3.1-I within volume 2 of the project Special Provisions. Due to this requirement, a full time CWI (Krazan)will be on site for the field erection and bridge deck field welding carried out for the ST-Line and Main Line bridges. Task 18.0 Claims Resolution (Supplement) CONSULTANT will provide additional services in support of the following; • Review demolition of existing SR 18 Bridge Footing and Girder Set Delay Claim AG-C-344 Supplemental Agreement#8 Page 2 of 2 M Street SE Grade Separation Exhibit A—Scope of Work • Exhibit B Summary of Payments Management Reserve Category Original Supp 1 Supp 2 Authorization Supplement 4 Supplement 5 Supplement 6 Supplement 7 Supplement 8 Total Labor $1,701,587.50 $41,042.50 $283,096.50 $65,000.00 $156,822.40 $143,839.50 $1,546,053.50 $199,700.00 $171,727.00 $4,308,868.90 Expenses $124,712.50 $8,957.50 $252,903.50 $5,000.00 -$45,029.09 $37,079.37 $234,972.50 $30,106.00 $10,000.00 $658,702.28 Total $1,826,300.00 $50,000.00 $536,000.00 $70,000.00 $111,793.31 $180,918.87 $1,781,026.00 $229,806.00 $181,727.00 $4,967,571.18 Note: Supplement 3 was a time extension only. • AG-C-344 Supplemental Agreement#8 Exhibit B-Summary of Payments Page 1 of 3 M Street SE Grade Separation Exhibit E-Cost Estimate City of Auburn Project C201A:M Street SE Grade Separation Supplemental Agreement No.8 2013 Mar Apr May Jun Jul Aug Sep Oct Nov Activities Supp 7 Plan Bid Support Change-Supp 8 Pre-Construction Submittal Reviews Mob/Clearing/Grubbing Storm and Sewer Borings Utility Relocations Siding Bridge/Ballast Construction , Road Exacavation and Wall Construction X X X X X X X X X X Main Bridge/Ballast Construction X X X X X X X X Paving Signal,Lighting Channelization X X X X Close-Out(Including Punch List) X X X x x CLASSIFICATION Task Total Hours Negotiated Total Aulhodzation $5,760 $15,360 $12,672 $24,148 $20,670 $23,714 $38,099 $29,416 $1,888 Hourly Rate Field Staff ., .:.... , . .-,,.„ ... • Resident Engineer CM.01 134.0 $182.50 $24,455 86 48 General Inspector CM.01 32.0 $122.00 $3,904 8 16 8 Specialized Inspector CM.01 760.0 $96.00 $72,960 60.0 160.0 132.0 108.0 96.0 102.0 56.0 46.0 Inspector Intern CM.01 320.0 564.00 $20,480 160.0 96.0 64.0 Document Specialist CM.01 320.0 388.50 $28,320 40.0 60.0 100.0 80.0 40.0 Surveying and Staking CM.02 0.0 3109.00 $0 Office Staff - ' Senior Project Manager CM.18 28.0 $217.00 $6,076 12 12 4 Senior Engineer CM.18 12.0 $166.00 $1,992 12 Document Specialist/Technician CM.18 80.0 $88.50 57,080 80 Adminstration CM.18 76.0 $85.00 $6,460 40 24 12 1,762.0 Subtotal $171,727 60 160 132 308 252 274 302 258 16 ETE On Site Materials Testing-Krazan 5 10,000 Subtotal $ 10,000 TOTAL $ 181,727 AG-C-344 Supplemental Agreement#8 ' Exhibit E-Cost Estimate Page 2 of 3 M Street SE Grade Separation Exhibit E-2 Consultant Fee Determination - Summary Sheet Specific Rates of Pay - Fee Schedule City of Auburn Project C201A: M Street SE Grade Separation Supplemental Agreement No. 8 September 25, 2013 Additional Specific Rates of Pay- Supplement 8 Current Raw Overhead @ Calculated Negotiated Classification Employee Rate Hourly Rate 140.27% Profit @ 32% Rate Hourly Rate Inspector Intern Trenton Walters $23.26 $23.26 $32.63 $7.44 $63.33 $64.00 AG-C-344 - Supplemental Agreement#8 M Street SE Grade Separation Exhibit E-2 Specific Rates of Pay Page 3 of 3 Organization and Address Supplemental Agreement # 9 CH2M HILL,Inc. 1100112th Avenue,NE,Suite 500 Bellevue,WA 98004 Attn: Roger Mason Agreement Number Phone AG-C-344 425-453-5000 Project Number Federal Aid Number C201A Not Applicable to this Supplement Project Title Maximum Amount Payable M Street SE Grade Separation $4,967,571.18 Description of Work: Construction Phase Services The Local Agency of the City of Auburn desires to supplement the agreement entered into with CH2M HILL, Inc. and executed on October 22,2008 and identified as Agreement No. AG-C-344 All provisions in the basic agreement remain in effect except as expressly modified by Supplement#1 executed on October 6, 2009; Supplement#2 executed on March 25, 2010; Supplement#3 executed on December 22, 2010; Supplement#4 executed on February 17, 2011; Supplement#5 executed on August 11, 2011; Supplement#6 executed on December 2, 2011; Supplement#7 executed on April 12, 2013 and Supplement#8 executed on October 2, 2013. The changes to the agreement are described as follows: Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the contract completion date to read: Tune 30,2014 If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. —By: _ CH ILL, Inc. By: a or Cons. ant 'ty nature Approving Authority Signature Tung Le, Vice President DEC 1 9 2013 December 13, 2013 Date Date • AiryCITY OF_ X�� /Tr - -R AGENDA BILL APPROVAL FORM �� = WASHINGTON Agenda Subject: Amendment 1 -Consultant Agreement No. AG-C-344 Date: August 29, 2009 Department: Attachments: Budget Impact: Public Works Budget Status Sheet, Map $ 0 Administrative Recommendation: City Council grant permission to enter into Amendment#1 to Consultant Agreement No. AG-C-344 with CH2M Hill, Inc. for design for Project No. CP201A— M Street Grade Separation Project. Background Summary: CH2M Hill, Inc. is under contract to perform design services for the M Street Grade Separation project. King County Wastewater Treatment Division has a sewer main that it must relocate to accommodate the grade separation construction. County relocation alternatives include an alignment that would share a utility crossing of SR18 and the BNSF tracks with the City's proposed relocated storm drain. A feasibility study is needed to evaluate the alternatives. The evaluation requires additional field work on BNSF property and additional engineering analysis. Since the City and CH2M Hill, Inc. already have an active permit to work on BNSF property, it is beneficial to the overall project schedule for the City to hire CH2M Hill to complete the Feasibility Study for the County. A pending agreement with King County will obligate the County to pay all costs associated with the Feasibility study. The agreement includes the Consultant's scope of work and is included with Resolution No. 4517. The anticipated not to exceed amount for this amendment is $50,000 and increases the agreement total to $1,946,300. W0908-8 A3.16&9 04.9.1 CP201A Re '-wed by Council &Committees: Reviewed by Departments&Divisions: Arts Commission COUNCIL COMMITTEES: ❑ Building ❑ M&O ❑ Airport ❑ Finance ❑ Cemetery ❑ Mayor ❑ Hearing Examiner ❑ Municipal Serv. ❑ Finance ❑ Parks ❑ Human Services ❑ Planning&CD ❑ Fire El Planning ❑ Park Board Public Works El Legal El Police ❑ Planning Comm. ❑ Other 0 Public Works ❑ Human Resources Action: Committee Approval: Oyes ❑No Council Approval: Oyes ❑No Call for Public Hearing _/_/_ Referred to Until_/_/_ Tabled Until _/_/ Councilmember: Wagner Staff: Dowdy Meeting Date: September 8, 2009 Item Number: V.C.2 AUBURN * MORE THAN YOU IMAGINED es k dJ CITY OF / AV B.V AGENDA BILL APPROVAL FORM 7 _. WASHINGTON Agenda Subject: Date: Public Works Project No. C201A November 1, 2011 Department: Attachments: Budget Impact: Public Works Budget Status Sheet $0 Consultant Scope Summary Administrative Recommendation: City Council grant permission to enter into Supplemental Agreement No. 6 to Consultant Agreement No. AG-C-344 with CH2M Hill, Inc. for construction management, administration, inspection, survey, and engineering for Project No. C201A M Street SE Underpass. Background Summary: The M Street SE Underpass project will lower and widen M Street SE from 3rd Street SE to 8th Street SE to create a grade separated crossing at the BNSF railroad tracks with sidewalks, bicycle lanes, 5-lanes, and street lighting. The project construction is scheduled to start in•early 2012 and will require significant administration, management, survey, inspection, and construction engineering work that will exceed City Staff's capacity. Several areas of specialized expertise are also required. The attached scope of work summary describes work to be completed by the Consultant during the construction phase. This construction phase work was not included in the Consultants original agreement and requires a supplemental agreement. The project budget includes $1,800,000 for Consultant provided construction phase services. The Not-to-be-Exceeded amount of this supplement is $1,781,026, which leaves $18,974 contingency within the project budget. 04.9.1 C201A Reviewed by Council Committees: Public Works Councilmember: Wagner Staff: . Dowdy Meeting Date: November 7, 2011 Item Number: CA.F CA.F AUBURN * MORE THAN YOU IMAGINED Page 127 of 361 • 7 AUBURN -M Street SE BUDGET STATUS SHEET Project No: C201A Project Title: M Street SE Underpass Project Project Manager:Jacob Sweeting Date:October 28,2011 Q Consultant Agreement Initiation Date:February 24,2003 Q 2011 Mid Year BA Advertisement Date: Q Contract Award Award Date: Q Change Order Approval . 0 Contract Final Acceptance Funds Budgeted (Funds Available) Funding Prior Years 2011 2012 2013 Total 102 Fund-Traffic Impact Fees 2,195,160 1,500,000 661,400 4,356,560 102 Fund-Unrestricted Street Revenue 150,000 150,000 102 Fund-Traffic Mitigation Fees 660,000 660,000 REET2 169,420 970,580 1,140,000 430 Water Fund 150,000 150,000 Federal Grants 419,792 452,580 872,372 FMSIB Grant(State) 3,291,535 2,708,465 6,000,000 TIB Grant(Anticipated) 1,500,000 1,500,000 3,000,000 King County 180,139 54,940 1,299,400 1,534,479 Ports of Seattle and Tacoma 771,400 771,400 1,542,800 BNSF 478,000 478,000 Public Works Trust Fund Loan 3,226,963 3,226,963 Total Funding I 3,624,511 I 3,128,100 I 7,673,735 I 8,684,828 I 23,111,174 Estimated Cost(Funds Needed)* Activity Prior Years 2011 2012 2013 Total Total Design Costs 2,276,398 400,199 2,676,597 Total Right of Way Costs 1,348,113 2,086,464 3,434,577 Construction Contract Estimate 5,640,000 7,600,000 13,240,000 BNSF Construction Work 1,260,000 500,000 1,760,000 Construction Engineering(Consultant) 330,265 669,735 800,000 1,800,000 Construction Engineering(City) 35,000 130,000 35,000 200,000 PROJECT TOTAL ESTIMATED COSTS I 3,624,511 1 2,851,928 I 7,699,735 1 8,935,000 I 23,111,174 'Costs do not include the Auburn Black Diamond Road By-Pass Road 102 Arterial Street Bud et Status Prior Years 2011 2012 2013 Total ** 102 Funds Budgeted or Anticipated() (3,624,511) (3,128,100) (7,523,735) (8,684,828) (22,961,174) 102 Funds Needed 3,624,511 2,851,928 7,549,735 8,935,000 22,961,174 102 Project Contingency (276,172) 102 Funds Required 0 26,000 250,172 0 430 Water Budget Status Prior Years 2011 2012 2013 Total " 430 Funds Budgeted or Anticipated() (150,000) (150,000) 430 Funds Needed 150,000 150,000 430 Project Contingency 0 430 Funds Required 0 (#)in the Budget Status Sections indicates Money the City has available. CA.F Page 128 of 361 i C201A— M Street SE Underpass Project City of Auburn Scope for Construction Phase Services - Summary This is a general summary of the scope of work and costs for construction phase services to be provided by the Consultant for the M Street SE Underpass project. Project Description The M Street SE Underpass project will lower and improve M Street SE from 3rd Street SE to 8th Street SE to create a grade separated crossing with the BNSF railroad tracks that has sidewalks, bicycle lanes, street lighting, and 5-vehicle lanes. Survey-Construction Staking: $190,750 The Consultant will provide all survey and construction staking for non-structural work required for the project construction. The Consultant survey team will include a 2 person survey crew dedicated to the project construction for the construction duration. The Consultant survey work will include translating information from the project plans into construction staking data and setting construction stakes as needed to complete the project construction. Inspection: $818,318 The Consultant will provide inspection services during the project construction. The Consultant inspection team will include a Resident Engineer who will serve as the chief inspector and first point of contact during construction. The chief inspector will be present at all times during the project construction and will coordinate with the City's Project Engineer to ensure compliance with City requirements. The Resident Engineer will be supported by a full time general inspector and specialized inspectors required for structural, mechanical, and electrical work. Management and Administration: $305,663 The Consultant will provide construction management work including coordinating and planning Consultant resources and efforts. Contract administration work includes processing requests for sublets, submittals, requests for information, insurance documentation, payroll information, payment backup and records, contractor correspondence, materials paperwork, and invoices. Engineering: $231,287 The Consultant will provide engineering services as needed to support the project construction. This work includes review of contractor submittals, preparation of design clarifications, review of contractor proposed changes, preparation of changes required to address unexpected field conditions, interpretation of plans and specifications, and general assistance as needed to support Consultant inspection and survey work. Testing, Field Offices, Expenses: $235,008 The Consultant will provide testing of materials and work products to verify compliance with design requirements. The Consultant will provide a field office for Consultant and City staff use during construction. The Consultant will incur various other expenses including copying, mileage, and equipment. Total Construction Phase Services = $1,781,026 M STREET SE UNDERPASS PROJECT SUPPLEMENT 6 CONSULTANT SCOPE OF WORK SUMMARY PAGE I OF 1 CA.F Page 129 of 361 ;: Y; ri CITYOF_ - ~ AUBUt�IV AGENDA BILL APPROVAL FORM ,,---._% WASHINGTON Agenda Subject: Amendment 2 -Consultant Agreement No. AG-C-344 Date: February 23, 2010 Department: Attachments: Budget Impact: Public Works Budget Status Sheet, Map $ 0 Administrative Recommendation: City Council grant permission to enter into Amendment#2 to Consultant Agreement No. AG-C-344 with CH2M Hill, Inc. for design for Project No. C201A— M Street SE Grade Separation Project. Background Summary: CH2M Hill, Inc. is under contract to perform design services for the M Street SE Grade Separation project. This amendment includes additional work for two elements: 1)Work Related to the Right of Way Phase (Task Budget= $367,000) 2) Design of the King County Sanitary Sewer Relocation (Task Budget = $169,000) The right of way phase work was not included in the original agreement because it could not be adequately scoped without advancing the project design. The project design has now been advanced to a point where the required right of way phase work has been defined. Consultant work includes preparation of right of way plans, true cost estimates, parcel calculations, legal descriptions, and administrative tasks such as relocation assistance and acquisition negotiation. The King County Sanitary Sewer Relocation work includes the design work for King County's sewer relocation required for the M Street Grade Separation project. A pending agreement with King County will obligate the County to pay all costs associated with sewer relocation design. The agreement includes the Consultant's scope of work and is included with Resolution No. 4567. The anticipated not to exceed amount for this amendment is $536,000 and increases the agreement total to$2,482,300. The amount budgeted for 2010 will be increased by a budget amendment to include the 2009 carry-forward amount of$413,000. 03Q;1,4, A6,1'6r9 ,04.9.1 C201A warQiewed by Council&Committees: Reviewed by Departments&Divisions: ❑ Arts Commission COUNCIL COMMITTEES: ❑ Building ❑ M&O ❑ Airport ❑ Finance ❑ Cemetery ❑ Mayor ❑ Hearing Examiner ❑ Municipal Serv. ❑ Finance ❑ Parks ❑ Human Services ❑ Planning&CD ❑ Fire ❑ Planning ❑ Park Board Public Works ❑ Legal ❑ Police ❑ Planning Comm. ❑ Other ® Public Works ❑ Human Resources Action: /( Committee Approval: ' ales ❑No Council Approval: ' ❑Yes ❑No Call for Public Hearing /_/_ Referred to ,� �1 Until /_/_ Tabled " " Until _/_/_ Councilmember: Wagner Staff: Dowdy Meeting Date: March 1, 2010 Item Number: V.C.3 AUBURN * MORE THAN YOU IMAGINED p z 12nd ST NE °y i % a _ 1 Z BPL NZ 3. - - _ Il LI n { V:ti: A 4 zl I ,II NH 3sn G, 'I111���� A It I ° r t �L. I ¶LhNw l i -.°` oom sr NE /, 3 n �: I 3R0 rw,`, d x • PAxx ltd y� , d E 5 I / f I dr ca AUBURN I V { wrwm �1 : MUNICIPAL k' 4 -,9 �� ::1-7_ d 5 N2 ® y 41 2 r, 5 " 23.d� ST �� t� � I � � rl .Y z _ H1 H a_la A/RPURT L �"'�� aTH I i. IBtn ST ^ (u .. r'RIS tix tvi r �-r C73 1;;�\grim I a z � a ask {{ ['{l , ,_ t CJ ® A N£ARKIAL ®® PARK Ld, ©11©© IIE] AUBURN + .Ili F7c � SCHOOL'�® D 'ii .5 jid°Iwrimma la IE©r,�teligilli r ��17� n 6TH I pl� t F ' : . 1 - aYOtl SSVd-A9 0350dOLd: h l J`p f- —8 — 3 — 'a--- Nstn as Les I� j � ARR T^I v )/ se (� r _ 1jf f1�ac © 121A Y , + '� I 4 OS ®M _ 41 { K 1 y 'AR ® '/k` . - i� f l I t � ® s 1 ■ CI 5E 1 CIiL 1 1 I P. i , Ir ` ; 22nd 0T BE y�.. 5 , 5 � Id II,f C.n m 2 •SE M Street SE Grade Separation • AUBURN PROJECT #C201A IN/'P-G''- WASHINGTON VICINITY MAP W0301-46