Loading...
HomeMy WebLinkAboutHughes Wtr & Swr Ltd AG-C-160 A~·1~·9 2005 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-160 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY" and with, Hughes Water & Sewer, Ltd. dBA Branch 7539, Hughes Utility Services Group, a Florida corporation licensed to do business in Washington, whose address is 10013 Martin Luther King Jr. Way S, Seattle, WA 98178, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK. The CONSULTANT, on a project basis, will be given individual task assignments (see example Exhibit B) for work related to the leak detection project. These task assignments will describe the work to be completed, completion dates and compensation amount. An approved task assignment shall be required between the CONSULTANT and the CITY prior to commencing any work for any individual task. The CONSULTANTS' services shall include services as described in Exhibit A. Exhibit A is attached hereto and by reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31, 2005. --------------------------------------------------------------- Agreement for Professional Services AG-C-160 December 21, 2004 Page 1 of 11 ~-r- - --"- The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. The CONSULTANT shall be paid by the CITY for completed services rendered under the approved individual work task orders for each assignment (see example Exhibit B). Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. The CONSULTANT shall submit an itemized bill to the CITY prior to payment. The CONSULTANT shall be paid by the CITY based upon the fees included on each individual approved work task order. These fees will be "NOT TO EXCEED" lump sum figures of $927.00 per day and is based on hourly rates as shown on the attached Exhibit C. Exhibit C is attached hereto and by reference made a part of this Agreement. Compensation shall include all consultant expenses including, but not limited to, overhead, profit and direct non-salary costs and shall not exceed that amount shown on each approved individual work task order under this contract. The total amount of the Agreement is not to exceed $20,000.00. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification --------------------------------------------------------------- Agreement for Professional Services AG-C-160 December 21, 2004 Page 2 of 11 shall be negotiated and approved by the CITY prior to any effort being expended on such services. The CONSULTANT will submit invoices consistent with Exhibit D. 4. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 5. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall indemnify and hold the CITY and its officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this Agreement; provided that -------------------------------------------------------._------ Agreement for Professional Services AG-C-160 December 21, 2004 Page 3 of 11 ------~----"------_._.__.._---~--._-_._- nothing herein shall require the CONSULTANT to indemnify the CITY against and hold harmless the CITY from claims, demands or suits based solely upon the conduct of the CITY, their agents, officers and employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT'S agents or employees and (b) the CITY, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence, (2) the costs to the CITY of defending such claims and suits, etc. shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The provisions of this section shall survive the expiration or termination of this Agreement. 6. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 7. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, commercial general liability insurance against claims for injuries to persons or damage to property which may arise from or in conjunction with services provided to the CITY by the CONSULTANT, its agents, employees or subcontractors, under this Agreement. The CONSULTANT agrees to provide commercial general liability insurance and shall ---------------------------------._---------------------------- Agreement for Professional Services AG-C-160 December 21,2004 Page 4 of 11 --'-.' -. ~ maintain liability limits of no less then ONE MILLION DOLLARS ($1,000,000) per occurrence and ONE MILLION DOLLARS ($1,000,000) general aggregate. The general liability coverage shall also provide that the CITY, its officers, employees and agents are to be covered as additional insured as respects: Liability arising out of the services or responsibilities performed by or under obligation of the CONSULTANT under the terms of this Agreement, by the CONSULTANT, its employees, agents and subcontractors. The general liability coverage shall provide that the CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY, its officials, employees and agents. Any insurance or self insurance maintained by the CITY, its officials, employees or agents shall be excess to the CONSULTANT'S insurance and shall not contribute with it. Each insurance policy required by this section of the Agreement shall be endorsed to state that coverage shall not be suspended, voided, or canceled except when thirty (30) days prior written notice has been given to the CITY by certified mail return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT agrees to provide copies of the certificates of insurance to the CITY specifying the coverage required by this section within 14 days of the execution of this Agreement. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. -----------------..-----------------------------------.--------- Agreement for Professional Services AG-C-160 December 21, 2004 Page 5 of 11 _ __."__.,___.__________~___________'_.._"_______.._-----m~_ 8. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap. 9. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. ---------------------------------------------------------------- Agreement for Professional Services AG-C-160 December 21, 2004 Page 6 of 11 - ..-------- _ _ _ ___~__m____·__~___·____·__·____·___M_..___ ._.~ - .-,-- , 10. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. -------------------------------------.-------------------------- Agreement for Professional Services AG-C-160 December 21, 2004 Page 7 of 11 ------_.._.__._--------------------,~.--..-----_.~.."~-_.._.._--~---.._.,._.. --- 11. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process 12. GENERAL PROVISIONS. 12.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 12.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 12.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to --------------------------------------------------------------- Agreement for Professional Services AG-C-160 December 21,2004 Page 8 of 11 cooperate and continue work toward successful completion of assigned duties and responsibilities. 12.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 12.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 12.6. Should it become necessary to enforce any term or obligation of this Agreement, then all costs of enforcement including reasonable attorneys fees and expenses and court costs shall be paid to the substantially prevailing party. 12.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 12.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 12.9. This Agreement shall be administered by Tom Ruppenthal, on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: ---------------------------------------------------------------- Agreement for Professional Services AG-C-160 December 21, 2004 Page 9 of 11 City of Auburn Attn: Gary McConnell 1305 C Street SW Auburn WA 98001 Phone: 253.288.3150 Fax: 253.288.7406 gmcconn@ci.auburn.wa.us Hughes Water and Sewer, Ltd., dBA Branch 7539, Hughes Utility Services Group Attn: Tom Ruppenthal 10013 Martin Luther King Jr Way S Seattle WA 98178 Phone: 206.725.3441 Fax: 206.725.5932 thomas. ruppenthal@hughessupply.com 12.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 12.9, or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 12.11. This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. --------------------------------------------------------------- Agreement for Professional Services AG-C-160 December 21, 2004 Page 10 of 11 --------_..__...__._____.O---_n_ "_... _.._ ATTEST: ~ ¿fJ(ù~~ Danielle E. Daskam, City Clerk APPROVED AS TO FORM: -------------------------------------------------------------- Agreement for Professional Services AG-C-160 December 21, 2004 Page 11 of 11 CI~ <- Peter B Lewi" MaY9r Date \,\,~()\ Hughes Water & Sewer, Ltd. dBA Branch 7539, Hu~es Utility ~ices Group By: (~~ Title: ß~ ifV\~ Federal Tax 0550887 -_._",..._._~-_._---~~-----,--_.._~ -,--- - EXHIBIT A I. SCOPE OF WORK PROCEDURES AND METHODS - Comprehensive Leak Survey (Water Distribution Lines) Carolina Pump & Supply Corporation dBA Hughes Supply, Inc. (hereafter referred to as CONSULTANT) surveys for and pinpoints water leaks using the latest in leak detection technology available. We use a sonic leak detection sound amplification instrument in conjunction with a sensitive transducer to conduct system surveys. We use various sophisticated equipment from correlators down to ground microphones to pinpoint system leakage (refer to Equipment Section for details). We have pipe tracing and box locating equipment available with each mobile unit. Trained, experienced professionals operate our equipment. Our technicians undergo an annual audiogram (hearing test). A detailed report of leak locations, estimated gallon per minute (GPM) loss, and area covered is supplied daily. A Final Report is provided on a monthly basis or at the completion of the project. The report includes a Summary of the project, Survey Review, Area Survey Sheets with Observations noted, sheets with data on each individual leak with a drawing of its location and a conclusion. II. SPECIFICS A. The first step in our survey is to review the distribution maps of the CITY's system for familiarization of the pipe network and available appurtenances (valves, services, hydrants, etc.) to be used as contact points. B. As the leak survey progresses, CONSULTANT determines the distance that even quiet leak sounds travel in various pipe materials, pipe sizes and pressure zones in each area of your system. This will be done by slightly turning on fire hydrants, hose bibs, etc., creating a simulated quiet leak sound. Appurtenances in that area are then checked with a sound amplification instrument to see how far the simulated leak sound travels, thus determining how often CONSULTANT will make contact with appurtenances in given sections of the water distribution system. C. CONSULTANT then conducts a comprehensive survey by making physical contact with available main line appurtenances (valves, hydrants, etc.) and selected customer services. CONSULTANT uses a sonic leak detection sound amplification instrument designed for this purpose. When surveying PVC pipe lines, CONSULTANT will make contact with all available appurtenances. D. Because the transducer is the most sensitive piece of equipment, all transducers must be calibrated at least annually to military inspection MIL-STD-45622A to verify the integrity of such. All calibrations must be traceable to the (NBS) National Bureau of Standards, and have been derived from accepted values of natural physics. Exhibit A - Scope of Work Agreement for Professional Services AG-C-160 Page 1 of4 _._._~._----_._..._-~--~---_..."._-~----_._--- .. -~-_.._.- E. Contact is then made with pipe appurtenances at intervals no greater than 350 feet where contact points are available and accessible, or at pre-determined distances as noted in Paragraph B (whichever distance is less). F. When normal contact points are not available or can not be created within a reasonable distance, as described in Paragraph 8, CONSULTANT will make an attempt to use a sonic ground listening instrument, making physical ground contact at intervals no greater than 6 feet directly over the pipe. If conditions do not allow this procedure, our Field Technicians will advise CITY at time of project and will detail in the Final Report. If excessive ambient noise precludes the effectiveness of the ground listening device in an area during daytime hours, we will schedule this portion of the survey for nighttime hours. CONSULTANT will pre-approve these situations with the CITY. (Ground listening devices are employed when ground cover is pavement, cement, or a similar had surface.) Direct contact to the main line at intervals outlined in Preparation for Service will result in the most thorough survey possible. G. When ground cover is not a hard surface, probe rods will be used at 6 feet intervals when normal contact points are not available (as described in paragraph B). A sound amplification instrument with 12VG or greater (volts per "G") transducer is used with probe rods. Probe rods will be driven into the ground at a minimum of 6 inches directly over the pipe when ground conditions allow. We will pre-approve these situations with the CITY. H. If additional contact points are required to access the pipe with our equipment (in the event that standard procedures, mentioned above, can't be used) installation of permanent contact points is recommended. Guidelines will be provided, when required. I. When surveying mobile homes, it is imperative that the skirting is removed prior to our arrival to allow shut-off valves to be accessed. Safety procedures do not allow CONSULTANT personnel to access water lines located underneath mobile home units due to risk of exposure to noxious gases. In addition, CONSULTANT personnel will not enter any manhole, vault or other area that may contain noxious gases, unless properly ventilated by CLIENT utility personnel. J. A detailed report of decibel levels at suspected leak sound locations and observations are compiled during the survey for reinvestigation and possible pinpointing at a later time. This reinvestigation is to increase the speed of the survey and will eliminate correlating on most false leak sounds (i.e. service draw). K. All indications of leaks found during the survey will be verified a second time, after which the leak shall be pinpointed with a computer based leak sound correlator whenever possible. Pinpointing leak locations through interpretation of sound intensity, either by ear, decibel metering or other like methods, is not used when contact points are available for use with correlator. L. The equipment utilized does not normally require valves to be operated during surveying and pinpointing. However, on occasion, services or valves may need to be operated to eliminate service draw noises or to change velocity noise. Operation of appurtenances will be done by CITY utility personnel. Exhibit A - Scope of Work Agreement for Professional Services AG-C-160 Page 2 of 4 ._._--~_._~--~------_._.- ---"~------_.. --,- . M. The correlator equipment used will have the capability to prompt the operator to input the variables when different pipe sizes and/or pipe materials are encountered in the same span to be investigated. This is necessary to ensure accuracy of results based on the automatic computation of the correct leak sound velocity in leak pinpointing operations. Our correlator has the capability of correlating up to seven different pipe materials or diameters within the selected span. To insure effective performance in all field environments encountered in your distribution system (Le. traffic noise, draw, pump operation, industrial noise, etc.) the correlator equipment provides 12 multi- range High and Low Pass filters. (FCS TriCorr). A correlator will be on site at all times during leak detection projects. N. Each leak will be classified according to size (GPM) and hazard in order to aid in scheduling repairs. It should be noted that leak classification is not an exact science. In spite of the use of the most modern instrumentation, plus complete training and experience by our consultants, it is impossible to determine the exact condition of underground piping without actually exposing the line. In view of this limitation, our classification (including estimated GPM loss) is intended as an aid in scheduling repairs based upon the information available, the consultants judgment and site conditions at the time the leak report is being prepared. Variable factors beyond our control may alter this classification at any time. Once the leak is exposed for repair, the CITY may wish to revise the estimated GPM loss in order to establish a more accurate estimate of actual water loss for reporting purposes. Leak Classifications are as follows: Class 1. Any leak which is hazardous in terms of potential undermining, possibly resulting in surface collapse, encroachment and/or damage to nearby utilities, commercial or private properties or leaks severe enough to warrant immediate repair. Class 2. All leaks that display water losses significant enough to be monitored on a regular repair schedule. Class 3. Relatively small leaks that should be repaired as workload permits. O. CONSULTANT will furnish, to the CITY, daily Leak Reports and shall also furnish a Final Report within fifteen (15) business days from end of the project. (For Alaska, Hawaii, and all overseas projects, please allow twenty-one [21] business days for Final Report.) The Final Report includes: Executive Summary showing individually recorded time for correlating, surveying and other time spent on the project. This summary also includes footage covered, approximated gallons per minute (GPD) loss, types of leaks found, quantity of leaks found and remarks recommending improvements that may be made to the distribution system. Survev Review explaining the procedures and methods used during this study. Leak Reports with a detailed drawing showing each leak location that was pinpointed, the type of leak found and classification, approximated time spent pinpointing, an estimate of the GPM lost, cover type, if leak location was marked and computer justification when applicable. (This same leak report shall be supplied daily to the CITY when leaks are found.) Exhibit A - Scope of Work Agreement for Professional Services AG-C-160 Page 30f4 - -----..---------.--- .._~------'---------,._..,-----------------.,.----_.- P. If required, CONSULTANT can modify or design any form to fit the CITY's needs. Q. Whenever the CITY repairs any leak detected by CONSULTANT prior to completion of the field work, CONSULTANT shall re-survey that section of the system, to be sure no extremely quiet leaks were missed due to an over powering noisy leak sound or other variable. R. CONSULTANT will furnish a trained Field Technician, leak detection instruments and equipment and tools to complete the survey and leak pinpointing. S. It is important to note that not all leaks create noise levels that can be detected using even the most sophisticated leak detection instrumentation. The CONSULTANT will perform all work at the highest level of professional workmanship in its industry, however, CONSULTANT cannot guarantee the accuracy of the detection of any leak. T. The CITY will need to provide a qualified helper to locate and operate valves, services, hydrants, etc. when requested by CONSULTANT, and generally provide information to assist the CONSULTANT by providing the necessary equipment (flags, traffic cones, etc.) as required to meet local, state, and federal regulations in controlling vehicular traffic for man and equipment safety. III. SERVICES TO BE PROVIDED BY THE UTILITY A. CITY will furnish, at no cost to CONSULTANT, a complete set of maps and line data on the water distribution system to be surveyed, showing line size, type, and location of mains, valves and fire hydrants. B. CITY will make the water systems valves, valve boxes, customer services stops, and boxes accessible by hand, operating key or probe and, if necessary, assist in field locating of all pipelines within the designated services area. C. CITY shall provide a helper to locate and operate valves, services, hydrants, etc. when necessary, and generally provide information to assist technician when needed. D. CITY shall provide a helper and necessary equipment (flags, traffic cones, etc.) as required to meet local, state, and federal regulations in controlling vehicular traffic for man and equipment safety. E. CITY may be requested to provide additional access points on the water system as may be required on an occasional basis by CONSULTANT in order to effectively complete the survey when normal contact points are not available within a reasonable distance for correlation. Exhibit A - Scope of Work Agreement for Professional Services AG-C-160 Page 4 of 4 ----·--------·1-·-- EXHIBIT B SAMPLE ANNUAL CONTRACT TASK ASSIGNMENT DOCUMENT AGREEMENT #: AG-C-160 TASK NUMBER: xxx-Txx-xxx CONSULTANT: Huahes Water & Sewer. Ltd. dBA Branch 7539. Huahes Utility Services PROJECT #: xxxxxxxxxx The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: xxxxxxxxxxxxx Maximum Amount Payable per this Task Assignment: $xxx.xx Completion Date: xxxxxxxx. 2005 Scope of Work: APPROVALS Consultant Project Manager: Signature: Date: Agency Project Manager: Signature: Date: If over $5,000 the Mayor must sign here: Signature: Date: Note: If this task order is over $25,000 then it must go before the Public Works Committee and City Council for approval prior to the mayor's signature. Exhibit B - Sample Annual Task Assignment Document Agreement for Professional Services AG-C-160 Page 1 of 1 _. .._-~~_.__.._---~._-~--- -_._~--------.---.__._..._-_..._-- EXHIBIT C 2005 CONSULTANT FEE SCHEDULE FOR PROFESSIONAL SERVICES Daily Rate $927.00 Hourly Rate $150.00 Note - Hourly rate is demand service initiated within 24 hours. If demand service exceeds 6 hours, the daily rate will be charged. DISCIPLINE HOURLY RATE Senior Management Project Management Field Technician Administrative Data Entry $40.00 $36.00 $32.00 $18.00 $15.00 INDIRECT COSTS (equipment, vehicle, Communication, supplies) (equipment, vehicle, communication and supplies are included in the hourly and daily rates noted above) TRAVEL EXPENSES FOR EMERGENCY SERVICE Vehicle Mileage Rate $0.405 per mile MISCELLANEOUS The Daily Rate is based on an 8 hour work day. If emergency service is required, a (2) hour minimum will be charged. Extra copies of Final Report are $25 per copy (2 copies are included with any project). Exhibit C - Consultant Fee Schedule Agreement for Professional Services AG-C-160 Page 1 of 1 --------_._.._._-_._----".._._-~.- ------ r--·- - EXHIBIT D CONSULTANT INVOICES Consultant invoices should contain the following information: · On consultant letterhead. · A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. · Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). · Invoice date. · Period of time invoice covers. · Consultant Agreement # (i.e.: AG-C-010). · Project number(s) listed (i.e.: PR562). · City's project manager listed. · The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of-way, or construction) or task order number. · Direct salary (base salaries) · Indirect salary (benefits) · Direct non-salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The City does not pay for consultant meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform consultants as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. · Previous and remaining base contract amounts left in each task and total contract _ total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. · Percentage of work completed to date compared to total amount of work (if required by the project manager). · Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. · Invoices for previous year is due by January 15th. · For granUspecial funded projects there might be other special information needed, reference the LAG manual. Exhibit D - Consultant Invoices Agreement for Professional Services AG-C-160 Page 1 of2 n - _. ._~~__._ . _. _...._..__n ..._¡-._ ~_ SAMPLE INVOICE City of Auburn Invoice #: 5222 25 West Main Progress Payment #: 2 Auburn WA 98001 Invoice Date: February 10, 2002 Attn: Scott Nutter (Project Engineer) Project Name: Thomas Nelson Farm Agency Agreement #: AG-C-01 0 Project #: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Mike Jones, Principal in Charge Carla Maker, Architect Joe Smith. Word Processina Consultant Personnel Sub Total: Hours 1 5 10 Hourlv Rate $125.00 $ 72.00 $ 48.00 Expenses (see attached documentation) Charaes Mileage ($0.345/mile): 20 miles Communications: $30.00 Printina: $29.00 Consultant Expenses Sub Total: Consultant Total: SUB CONSULTANTS Subconsultant (see attached documentation) ABC ENVIRONMENTAL, INC., Civil Engineer ELECTRICAL CONSULTING, Electrical Engineer MECHANICAL SOLUTIONS, Mechanical Engineer MOVING COMPANY. Movina Consultant Subconsultant Sub Total: x 1.1 Multiplier: Hours 10 5 10 2 Subconsultant Total: Amount $125.00 $144.00 $480.00 $749.00 Multiplier xU xU x 1.1 Hourlv Rate $100.00 $100.00 $100.00 $100.00 Total $ 7.59 $33.00 $31.90 $72.49 $821.49 Amount $1,000.00 $ 500.00 $1,000.00 MRF* $ 100.00 $2,600.00 $ 260.00 '-'._n_u_'._n_n_',_,,_u_'._n_"_'._n_,,_u_n_u__._n_u__._n_n__.-..-n_h_"_U_h_"_"_n_n_"_n_n_'._n_n_'._n_u_-._n_u_.._n_u_.._n_u_.._u_u_.._.._.._.._.. $2,860.00 ~~u~~~~~~~~~_~~u_~~_~!2:r:.~!,_ )~LJ~E._!~tI~~I~~º~c:_E~~_.~~~.~~~~_~~~!~~~~.:~~_~~~_..... _._.. CONTRACT BREAKDOWN Prior Invoiced This Invoice Total Invoiced % % Amount To Date Expended Completed Remaining Amount Task Authorized Original ºQi1!r¡¡.ct $,2,2,ººººº MRF* $2,500.00 TOTAL $24,500.00 $1,0,215,ºº $0.00 $1,025.00 ...............$2,§ª1,4:ª $1,000.00 $3,681.49 ..........$?,Zº§,4:ª $1 ,00000 $4,706.49 Note: MRF=Management Reserve Fund 20% 25%.. ............$1ª,,2ª?51 40% 45% $1,500.00 $19,793.51 * Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Exhibit D - Consultant Invoices Agreement for Professional Services AG-C-160 Page 2 of2 _. ...-------,--.-. . -.~..-..- -_._ H_·U ._...~_. _.-'_._ __