Loading...
HomeMy WebLinkAboutParametrix Inc AG-C-3502008 AGREEMENT FOR PROFESSIONAL SERVICES AGC-350 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 Parametrix, Inc whose address is 1231 Fryar Avenue, Sumner, Washington 98390, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31, 2010, and can be amended by both parties. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION The CONSULTANT shall be paid by the CITY for completed services rendered under the approved Scope of Work and Budget Estimate identified in Exhibit A. Compensation shall include all CONSULTANT expenses including, but not limited to, Agreement for Professional Services AG-C-350 Page 1 of 14 direct salary, overhead, profit and direct non-salary. The CONSULTANT shall be paid by the CITY for direct non-salary cost per Exhibit B. These charges may include, but are not limited to the following items: reproduction fees, communication fees, and mileage. The billing for non-salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. The CONSULTANT shall submit an itemized invoice to the City prior to payment, in a form similar to that attached as Exhibit C of this agreement. Compensation for work performed shall be based on the Scope of Work and Budget Estimate outlined in Exhibit A of this Agreement. Exhibit A is attached hereto and by reference made a part of this Agreement. The total compensation for this agreement shall not exceed $1,046,265 which includes a Management Reserve Fund amount of $95,115. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4. 4. MANAGEMENT RESERVE FUND The CITY may establish a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement for Professional Services AG-C-350 Page 2 of 14 Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services, and shall not exceed $95,115. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. 5. SUBCONTRACTING The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY. No permission for subcontracting shall create, between the CITY and subcontractor, any contractor or any other relationship. Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY. Agreement for Professional Services AG-C-350 Page 3 of 14 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. 6. 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 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. 7. 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 Agreement for Professional Services AG-C-350 Page 4 of 14 herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 8. INSURANCE CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. CONSULTANT shall obtain insurance of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be named as an insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work Agreement for Professional Services AG-C-350 Page 5 of 14 perFormed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY. Any insurance, self insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by certified mail, return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A-:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. Agreement for Professional Services AG-C-350 Page 6 of 14 9. 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. 10. 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. 11. 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: Agreement for Professional Services AG-C-350 Page 7 of 14 (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. 12. 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 Agreement for Professional Services AG-C-350 Page 8 of 14 ~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. 13. GENERAL PROVISIONS 13.1. 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. 13.2. 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. 13.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 13.4. 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. 13.5. 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. Agreement for Professional Services AG-C-350 Page 9 of 14 13.6. 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. 13.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 13.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 13.9. This Agreement shall be administered by Dan McReynolds on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn Attn: Robert Elwell 25 W Main Street Auburn WA 98001 Phone: 253.931.4008 Fax: 253. 931.3053 E-mail: relwell@auburnwa.gov Parametrix, Inc Attn: Dan McReynolds 1231 Fryar Avenue Sumner, WA 98390 Phone: 253.863.5128 Fax: 253.863.0946 E-mail: dmcreynolds@parametrix.com 13.10. 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 13.9 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. Agreement for Professional Services AG-C-350 Page 10 of 14 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. 13.11. 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-350 Page 11 of 14 CITY OF AUBURN ~Peter B. rels, Mayor Date ATTEST: 4 e~41 Danie E. Daskam, City Clerk APPROVED AS TO FORM: Da i B. Heid, ' Atto ney _ Inc. BY: uiane Lenius, Vice Presiden Operations Region 1 Federal Tax ID # Agreement for Professional Services AGC-350 Page 12 of 14 EXHIBIT A SCOPE OF WORK City of Auburn DESIGN SERVICES FOR CITY OF AUBURN 2009 SEWER AND STORM PUMP STATION REPLACEMENT PROJECT PROJECT NUMBER CP0817 1. GENERAL This document describes the scope of work for design and support activities for upgrades to the City of Auburn's Dogwood and Ellingson Sewer Pump Stations, and the White River Stormwater Pump Station. The work is divided between the three pump stations and further divided into Preliminary Design and Final Design. The scope and budget are detailed through Preliminary Design and approximate for Final Design. Generally, the scope of Preliminary Design includes the following: • StructuraUmechanicaUoperational evaluation of the White River Stormwater Pump Station with recommendations and planning level cost estimates. • 10% Design (Basis of Design) for pogwood and Ellingson Sewer Pump Stations. • 30% Design for pogwood and Ellingson Sewer Pump Stations. The Final Design services include only Dogwood and Ellingson Sewer Pump Stations. The approximated Final Design scopes and budgets will be confirmed, and developed in greater detail, after the 10% Design package has been reviewed and approved by the City. A contract amendment may be required to accommodate any changes. The intent of this process is to provide a method for progressing through the design with minimal delay. The conclusians and recommendations outlined in the White River Stormwater Pump Station assessment will be used to determine the required extent of pump station reconstruction/retrofit, providing a basis to determine the scope of further design services. Work on the two sewer stations will continue through 30% complete, with design work to continue during processing of any needed changes required for Final Design. il. SCHEDULE The scope of work is based on the schedule assumptions related to City review cycles and design activities. It also assumes that design flows will be available prior to beginning of design work. The assumed City review cycles are as follows: • StructuraUMechanicaUOperational Evaluation: 3 days with a review meeting. • 10% Design (Basis of Design): 1 week, with a design workshop. • 30% Design: 2 weeks, with a design workshop. City ofAuburn 216-1931-824 Scope of Work - Project CP0817 1 December 31, 2008 • 60% Design: 2 weeks, with a design review meeting. • 90% Design: 2 weeks, with a design review meeting. Based on the above review cycles, the design schedule is estimated as follows: • Structural/mechanical/operational evaluation of the White River Stormwater Pump Station at 1 month from Notice to Proceed. • Recommendations and planning level costs for the White River Stormwater Pump Station at 2 months from Notice to Proceed. • Basis of Design (10% Design) submittal (sewer stations only) at 2 months from Notice to Proceed. • Preliminary Design (30% Design) submittal (sewer stations only) at 4 months from Notice to Proceed. • Detailed Design (60% Design) submiital (sewer stations only) at 6.5 months from Notice to Proceed. • Essentially Complete Design (90% Design) submittal (sewer stations only) at 9 months from Notice to Proceed. • Final Contract Document (Bid-Ready) submittal (sewer stations only) at 11 months from Notice to Proceed. A detailed design schedule will be prepared upon notice to proceed and will be updated on a monthly basis as set forth in Task 01 below. I11. TECHNICAL BASIS FOR SCOPE OF WORK Standards During the basis of design effort, the applicable codes will be reviewed and evaluated for their impact on the final design efFort. This scope of work assumes codes current as of November 2008, including City of Auburn building codes and Washington State Department Ecology guidelines. Sanitary sewer lift station design will reference applicable portions of the June 2007 Draft "City of Auburn Sanitary Sewer Lift Station Requirements and Standards." Because these standards are currently in draft form, and the City has requested evaluation of alternatives not specifically considered in those standards, design and documentation may not be in strict conformance with the current draft City standards. A memorandum outlining substantial variations from the standards will be provided with the 10% Basis of Design (sewer stations only). Project specifications will be based on the following: • City of Auburn standards for Bidding and General Requirements. • WSDOT Division 0 and 1 Standard Specifications. • Parametrix specifications based on CSI style Specifications 2 through 17, original division number system, with reference to WSDOT Standard Specifications. City ofAuburn 216-1931-824 Scope of Work - Project CP0817 2 December 31, 2008 Parametrix will prepare drawings in AutoCAD 2006, specifications in MS Word, and calculations in various electronic formats as selected to be most suitable by Parametrix. Parametrix will use the City's drafting standards for title block configuration and layering, but wiil use Parametrix design standards for drafting the pumping station plans. Parametrix will provide electronic copies of the bid documents, with drawings in PDF and AutoCAD 2006 format, and specifications in MS Word. AutoCAD files and MS Word files will be provided without the engineer's seal. Project Components Major project elements of the 2009 Sewer and Storm Pump Station Replacement project that witl be addressed in the design effort include: Dogwood SewerPump Statrov • Replacement of complete station in the existing road right-of-way immediately adjacent to the existing station. • Provision of a fum capacity (largest pump off-line) of approximately 03 nnillion gallons per day (mgd). • The 10% Basis of Design will include evaluation of two options for the Dogwood Pump Station: 1. A packaged Smith and Loveless style station with stairs into the dry well, and 2. A custom designed pump station with submersible pumps. This Scope of Work and the accompanying design budgets for 30% and final designs assume a packaged Smith and Loveless style station. If, after evaluating the Basis of Design, the City requests design of a custom station with submersible pumps, the necessary additional design work will be negotiated through the Management Reserve Fund and/or a contract amendment. • Connection to the existing force main running west from the station. • Addition of a carbon canister odor scrubber to the wet well. • Provision of aboveground electrical, control and telemetry panel(s) in a sta.inless steel weather-tight enclosure. • Provision of an aboveground packaged diesel engine standby generator with noise enclosure and base-mounted fuel tank, installed in a weather-tight enclosure. ~ Landscaping similar to existing. EI/ingson SewerPump Statiou • Replacement of complete station at the existing location or immediately adjacent to the existing station. • Provision of a firm capacity (largest pump off-line) of approximately 0.6 mgd. • The 10% Basis of Design will include evaluation of three options for the Ellingson Pump Station: l. A packaged Smith and Loveless style station with stairs into the dry well; 2. A custom designed pump station with submersible pumps; and 3. For Options 1 and 2 above, provision of aboveground electrical, control and telemetry panel(s) installed in stainless steel weather-tight enclosure(s), or a small CMU building with consideration given to a monorail for lifting submersible pumps. City of Auburn 216-1931-824 Scope of Work - Project CP0817 3 December 31, 2008 This Scope of Work and the accompanying design budgets for 30% and final designs assume a packaged •°m-Smith and Loveless style station with aboveground electrical, control and telemetry panel(s) installed in stainless steel weather-tight enclosure(s). If, after evaluating the Basis of Design, the City requests design of a custom station with submersible pumps, and/or provision of the CMU building, the necessary additional design work will be negotiated through the Management Reserve Fund and/or a contract amendment. • Evaluation of the existing force main running north frorr► the station and connection to or replacement of the force main (to the King County Lakeland Hills Force Main connection only) as warranted. • Addition of a carbon canister odor scrubber to the wet well. • Provision of an aboveground packaged diesel engine standby generator with noise control and base-mounted fuel tank, installed in a weather-tight enclosure or in a building. • Landscaping, with consideration given to added visual screening. • Provision of bypass pumping, if needed. Wbite RiverStormwaterPump Station • Evaluation of upgrade, refurbishment, or replacement of pump station at the existing location or immediately adjacent to the existing station, based on expected life of the existing facility and equipment. • Provision of a firm capacity (largest pump off-line) of approxiznately 45 cubic feet per second (cfs). • Provision of design that facilitates pump removal and decreases maintenance associated with floatable and settled solids in the wet well. • Provision of a stormwater yuality treatment Best Management Practice (BMP) to treat contributing flows either up- or downstream of the pump station. III. WORK BREAKDOWN STRUCTURE The Preliminary Design work covered by this scope of work is arranged under the following work breakdown structure: • Phase AI - Dogwood Pump Station Preliminary Design. • Phase A2 - Ellingson Pump Station Preliminary Design. • Phase A3 - White River Pump Station Evaluation and Assessment. • Phase B1 - Dogwood Pump Station Final Design (Approximate only). • Phase B2 - Ellingson Pump Station Final Design (Approximate only). Under each phase, the work is arranged in tasks in the following manner: • Task Ol - Project Administration • Task 02 - Quality Assurance/Quality Control City ofAuburn 216-1931-824 Scope of Work - Projeci CP0817 4 December 31, 2008 • Task 03 - Design Review Meetings and Workshops • Task 04 - Pump Station Design (and Evaluation) • Task OS - Site Survey • Task 06 - Geotechnical Investigation • Task 07 - Hydraulic Transient Analyses (Dogwood and Ellingson stations only) • Task 08 - Environmental and Permitting Services • Task 09 - Acoustical Design Services • Task 10 - Utility Coordination Services • Task 11 - Bid Phase Services • Task EXP - Expenses IV. TASK DESCRIPTIONS The following descriptions detail the work activities covered under each task. Activities assume that the Dogwood and Ellingson Pump Stations will be combined as a single bid package, with separate drawings for each station and a single set of specifications covering both projects. As described in the Work Breakdown Structure, costs associated with each pump station will be differentiated by using codes at the Phase level. Unless otherwise specified or directed by the City, the consultant will prepare draft, updated, and/or final versions of deliverables as listed for each milestone under the specific task descriptions below. At each milestone, the City will have the opportunity to review all deliverables, comment, and meet with consultant staff to discuss comments. The consultant shall address any comments, make appropriate revisions, and resubmit with the next planned submittal, except in cases where it is mutually agreed that revisions are required prior to commencing work on the next submittal. The City will provide a consolidated set of City review comments to the consultant at each milestone. TASK 01 - PROJECT ADMINISTRATION Parametrix will promote collaborative involvement between its engineering disciplines and City staff, and identifying potential conflicts and facilitating their resolution. Meetings and establishment of good working relationships with key City of Auburn engineering, operations, maintenance, and staff are necessary to the success of the project. This task covers work related to the management, administration and coordination of consultant and subconsultant activities. Specific activities may include, but not be limited to, the following: • Project Management Plan (Dogwood and Ellingson Pump Stations Only) - Develop the project management plan at the beginning of the project and update once during the project. The project management plan will include scope, budget, organization and staffing, communication mechanisms, and invoicing/billing procedures. City ofAuburn 216-1931-824 Scope of Work - Project CP0817 5 December 31, 2008 • Project Schedule (Dogwood and Ellingson Pump Stations Only) - Prepare a detailed baseline schedule of project design activities. Plan and provide adequate resources to assure schedule requirements are met. Schedule will incorporate both internal and external milestones. Key progress deviations from the baseline will be noted and discussed during monthly Progress Meetings with City staff. The project schedule will be prepared using Microsoft Project and updated monthly. Progress Meetings (Dogwood and Ellingson Pump Stations Only) - Conduct monthly progress meetings with the City, and internal bi-weekly consultant coordination meetings. Parametrix will prepare meeting notes for meetings with the City for comment and review, revise and distribute as appropriate. The Parametrix project manager, up to three engineering discipline leads, and one lead person from each subconsultant will attend the initial 4-hour progress meeting (kick-off meeting). During the first progress meeting, Parametrix will present the overall work plan and schedule and discuss key issues for the project effort. The 2-hour monthly progress meetings with the City will be attended by the project manager only. City staff is free to attend the internal progress meetings if desired. • Action Items (Dogwood and Ellingson Pump Stations Only) - Parametrix will prepare, update, and submit an action item and decision log on a monthly basis. • Work Coordination - Plan and coordinate work efforts between the consultandsubconsultant and the City. • Correspondence - Prepare written correspondence to document project management issues. • Earned Yalue Report (Dogwood and Ellingson Pump Stations Only) - Develop an earned value report showing the major work elements. Update the report rnonthly through the duration of the contract. • Progress Reports - Prepare a monthly progress report for the project for distribution to the City. Prepaze a monthly invoice for services performed. Mainta.in a budget summary covering all major tasks included in the scope of work. Submit monthly progress report with monthly invoice. • Document Management - Conduct project filing to support the project scope of work, including project closeout at the end of the project. Deliverables • Project Management Plan (Dogwood and Ellingson Pump Stations Only). (2 copies) • Baseline final design schedule with monthly updates (Dogwood and Ellingson Pump Stations Only). (2 copies) • Draft and final meeting notes from progress meetings. (2 copies) • Monthty updated action items log (Dogwood and Ellingson Pump Stations Only). (2 copies) • Miscellaneous correspondence. • Monthly invoices and status reports. City of.4uburn 216-1931-824 Scope of Work - Project CP0817 6 December 31, 2008 TASK 02 - QUALITY ASSURANCE/QUALlTY CONTROL This task covers work necessary to perform the Parametrix internal quality assurance/yuality control (QA/QC) for the project. The QAJQC work covers the following: • Prepare Consultant Team QA/QC plan (Dogwood and Ellingson Pump Stations Only) - Provide a QA/QC plan identifying procedures, deliverables, and reviewers for each discipline and type of work product. • Perform and document QA/QC reviews: ➢ QC Peer Reviews - Perform discipline specific peer reviews on key design calculations and all project deliverables. ➢ QC Cross Discipline Reviews - Perform cross-discipline reviews to assure coordination among the documents at the design milestones. As applicable, cross checking to include memoranda, drawings, specifications, cost estimates, and schedules. ➢ QC Third Party Reviews - Perform review by a Parametrix senior consultant not directly involved in design and/or production of deliverables. Review will be conducted at the conceptual and preliminary design level. ➢ QC CADD Review - Perform quality control conducted by CADD lead to verify conformance with project CADD standards. CADD review will be conducted for each CADD deliverable. ➢ Quality Assurance - Provide deliverable approval process by internal management ensuring QC has been performed. o Attend QA Review Meetings - At the 30%, 60%, and 90% milestones, the Consultant's Project Manager will attend a 1.5-hour QA review meeting, for both pump stations, to review QA/QC procedures and documentation with the City. Assumptions • City will have key decision-making staff at all QA review meetings. • Parametrix will retain a QA/QC file documenting that the work has been completed consistent with the QA/QC plan. Deliverables • Project-specific QA/QC plan (Dogwood and Ellingson Pump Stations Only). (2 copies) • Documentation of quality assurance review. (2 copies) TASK 03 - DESIGN REVIEW MEETINGS AND WORKSHOPS This task covers work design review meetings and workshops with City and Consultant staff to present design concepts, to gather input from the City staff, and to reach resolution on design issues. Meetings will be held at City HaII and City will have staff able to make design decisions and to provide the Parametrix project team with direction at these meetings. City of Auburn 216-1931-824 Scope of Work - Project CP0817 7 December 31, 2008 Dogwood and Ellingson Pump Station Design • Design Review Workshops - Prepare for and conduct a 4-hour design review workshop for each pump station during each review cycle for the 10% and 30% design milestones for each pump station. These meetings will each be attended by the project manager and up to two other consultant staff. • Design Review Meetings - Prepare for and conduct a 2-hour design review meeting during each review cycle for the 60% and 90% design milestones for each pump station. These meetings will each be attended by the project manager and up to two other consultant staff. • City Review Comments - Parametrix will respond to all written City review comments in writing. • Comment Resolution/Special Technical Meetings - Within 1 week of the end of each design milestone review cycle, the Project Manager and the pump station technical lead will attend a 4-hour meeting to resolve any outstanding City review comments for both pump stations. If a comment cannot be resolved at the meeting, an action plan will be agreed to at the meeting between Parametrix and the City for its resolution, and potential impacts to the schedule will be identified. • Meeting Notes - Provide draft and final meeting notes for each meeting or workshop. White River Pump Station Evaluation • Kickoff Meeting/Evaluation Workshop - Prepare for and conduct a kickoff ineeting and workshop with the City. The Parametrix project manager and the purnp station technical lead will attend this 4-hour meeting. During this meeting, Parametrix will present the overall work plan and schedule and discuss key issues for the project effort. This meeting will also include discussion with key City staff responsible for the operation and maintenance of the White River Pump Station. m~ • Memorandum Review Meeting - Parametrix will prepare for and conduct a 2-hour meeting to discuss the draft technical memorandum and recommendations with the City prior to preparing the final memorandum. This meeting will be attended by the project manager and the purnp station technical lead. • City Review Comments - Parametrix will respond to all written City review comments in writing. a Meeting Notes - Provide draft and final meeting notes for each meeting or workshop. Assumptions • City will have key decision-making staff at all design review and comment resolution meetings. • The City will provide review comments for each design submittal by the end of the designated review cycle, in written form or via the recorded and approved design review meeting notes. • The City's comments will be consistent and condensed by the City's project manager such that Parametrix receives one set of comments that takes into account all departmental concerns. Comments from multiple departments at the City will not be in conflict with each other when issued to Parametrix. Deliverables • Written response to City review comments received during design review cycles. (6 copies) • Draft and final meeting notes for each meeting or workshop. (6 copies) Ciry ofAuburn 216-1931-824 Scope of Work - Project CP0817 8 December 31, 2008 TASK 04 - PUMP STATION DESIGN AND EVALUATION This scope of work is based on the design process described in this section, which consists of the work necessary to design the pump station upgrades and develop final contract bid documents. Services in this task will be provided by Parametrix, except architecture, which will be by CNJA. Acoustical design support is covered under a separate task. This section describes a generalized process that will be applied to the individual pump stations based on their Project Components listed in Section II. Work effort will be divided between the pump stations and between Preliminary and Final Design using the work breakdown structure listed in Section III. The following outlines what work and deliverables are covered in each design milestone, as applicable, and by which design discipline. PRELIMINARY DESIGN Structural/Mechanical/Operational Evaluation of the White River Stormwater Pump Station • Review finding of previous condition assessment. • Conduct a site visit and detailed review of condition of building and equipment. The visit shall be conducted by an engineer or technician for each discipline, including structural, mechanical, and electrical. • Discuss operational issues and concerns with City Operations and Maintenance staff responsible for the pump station (at the kick off ineeting and/or during site visits). n,~ • Coordinate with equipment manufacturers to conduct a site visit with a manufacturer's representative for the generator and for the pumps to confirm findings in the initial visit. • Evaluate provision of a stormwater quality treatment Best Management Practice (BMP) to treat contributing flows. The evaluation will include consideration of up to three treatment Best Management Practices (BMPs), regulatory requirements related to stormwater treatment retrofit, and consideration of treatment up- and downstream of the pump station. It is anticipated that the City will then use this information as part of its stormwater comprehensive plan update that is in process. Stormwater flow rates for water quality treatment and by-pass flows will be based on flow rates provided by the City. • Provide draft and final technical memorandum with findings and recommendations regarding upgrade and/or replacement of the pump sta.tion, including planning level cost estimates. Deliverables (White RiverPump Station Only) • Draft and Final Facility Assessment Memorandum. (8 copies) • Draft and final Findings and Recommendations Technical Memorandum. (8 copies) City of Auburn 216-1931-824 Scope of Work - Project CP0817 9 December 31, 2008 Basis of Design (10% Design, Dogwood and Ellingson Pump Stations Only) Prepare Basis of Design Technical Memorandum with design criteria, equipment list, major equipment sizes, concept layout, process drawings, legend drawings, and basic control concepts: • General: ➢ Design criteria table. ➢ Establish CADD conventions including drawing symbols and attributes. ➢ Prepare draft abbreviations drawing for all disciplines. ➢ Prepare draft legend drawings. ➢ Prepare concept construction staging and bypass pumping recommendations. ➢ Outline substantial differences between proposed design criteria and June 2007 Draft "City of Auburn Sanitary Sewer Lift Station Requirements and Standards." ➢ Evaluate a small CMLJ building versus individual enclosures for aboveground equipment (Ellingson station only). • Process: ➢ Evaluate Smith and Loveless wet welUdry well package lift station versus custom designed station with submersible pumps. ➢ Establish pump station facility number. ➢ Establish equipment names. ' ➢ Establish drawing numbering convention. ➢ Establish equipment-numbering system consistent with City standards. ➢ Establish equipment-numbering convention including format and naming conventions. ➢ Establish Excel template for Equipment List. ➢ Prepare preliminary Equipment List showing component names. • Civil: ➢ Design criteria. ➢ Design approach for surface water and temporary erosion and sediment control (TESC). ➢ List of applicable codes. ➢ Concept site plan. • Structural: ➢ Design criteria, including seismic requirements. ➢ List of applicable codes. ➢ Provide recommended strategy for foundation and buoyancy strategies_ Ciry of Auburn 216-1931-$24 Scope of Work - Project CP0817 10 December 31, 2008 • Mechanical: ~ ➢ Design criteria for pumps, piping, valves, odor scrubber, HVAC, and water system. ➢ Sizing of pumps with flow, head, and horsepower. ➢ List of applicable codes. ➢ Concept layout plan and section. • Electrical: ➢ Design criteria. ➢ List of applicable codes. ➢ Prepare preliminary One-Line Diagram of major 480 Volt equipment loads. ➢ Prelinninary load calculation for 480 Volt equipment. ➢ Prepare draft Electrical Legend drawing. ➢ Provide space requirements. ➢ Provide recommendation regarding drives and/or starters. ➢ Provide recommended generator size. • Instrumentation: ➢ Establish instrument-numbering convention including instrument function and loop numbering conventions. ➢ Establish instrument names by submitting a preliminary Instrument Schedule, which lists instrument names. ➢ Prepare description of the major control strategies in their basic form. ➢ Prepare draft Instrumentation Legend drawing. ➢ Provide space requirements. • Preliminary Construction Cost Estimate and Schedule: ➢ All disciplines. Deliverables (Dogwood aad Ellingson Pump Stations On/y) • Draft Basis of Design Technical Memo (9 copies). • Memorandum describing differences from the draft City Lift Station Standards (2 copies). • First Drafts of the following documents: ➢ Equipment List (9 copies). ➢ Hydraulic Transient Analysis (3 copies). ➢ Control Strategy Technical Memorandum (9 copies). ➢ Probable Construction Cost (9 copies). Ciry of Auburn 216-1931-824 Scope of Work - Project CP0817 11 December 31,1008 • First Drafts of the following plan sheets (9 sets): ➢ Cover. ➢ Civil Legend and Abbreviations. ➢ Wet Well and Dry Well Plan. ➢ Wet Well and Dry Well Section Prepare 30% Drawings (Dogwood and Eilingson Pump Stations Only) Prepare layout drawings and essentially complete process and instrumentation drawings, to finalize layout and components in project: • General: ➢ Prepare near complete cover drawing. ➢ Prepare near complete drawing list and design criteria drawing. ➢ Complete general legend and abbreviations drawings. ➢ Establish construction sequence. ➢ Prepare layout for temporary bypass pumping (Ellingson station only). ➢ Prepare list of specifications. ➢ Technical Memorandum summarizing changes from 10% submittal (assume 2-page memo). • Process: ➢ Update Equipment List. Include all equipment, instrumentation, piping and sizes, signals, and control panels. Include names and numbers for equipment and instruments. • Civil: ➢ Assemble catalogue cuts for site civil features including gate yard piping. ➢ Prepare strategy and calculations for storm water collection and conveyance and TESC Best Management Practices (BMPs). ➢ Prepare site piping plan. ➢ Establish construction sequence. ➢ Prepare list of specifications. • Structural: ➢ Confirm foundation strategy after receipt of draft geotechnical report. ➢ Establish construction sequencing. ➢ Prepare list of specifications. City ofAuburn 216-1931-824 Scope of Work - Project CP0817 12 December 31, 2008 • Mechanical: ➢ Confirm and finalize equipment list with design parameters, electrical load requirements. Include equipment names and numbers. ➢ Assemble all equipment catalogue cuts, including weights and dimensions (pumps, valves, valve operators, and flow meters). ➢ Confirm and finalize sizing of pumps, valves, valve operators, pipes, flow meters. ➢ Prepare draft odor scrubber design. ➢ Establish construction sequence. ➢ Prepare list of specifications. • Electrical: ➢ Complete the electrical legend drawing. ➢ Prepare draft drawings of electrical one-line diagrams showing all 480 Volt equipment, transformers, and distribution panels. Include equipment names, numbers, and horsepower. ➢ Prepare preliminary load calculation. ➢ Confirm plan view dimensions for major electrical equipment including utility transforcner, service entrance, utility metering CT compartment, transfer switch, and motor control center. ➢ Establish construction sequence. ➢ Prepare list of specifications. • Instrumentation: ➢ Prepare near complete instrumentation legend and abbreviations sheet. ➢ Prepare preliminary Instrument Schedule, which includes instrument names. ➢ Prepare preliminary Alarm Schedule, which includes alarm names. ➢ Prepare preliminary SCADA Schedule, which includes names. ➢ Prepare list of specifications. • Updated Construction Cost Estimate and Schedule: ➢ All disciplines. Deliverables (Dogwood and Ellingson PUmp Stations Only) • Final Basis of Design Technical Memo (9 copies). • Final Hydraulic Transient Analysis (3 copies). • Memorandum describing changes implemented since the previous submittal (9 copies). • First Drafts of the following documents: ➢ Probable Construction Schedule (9 copies). City of Auburn 216-1931-824 Scope of Work - Project CP0817 13 December 31, 2008 • Updated Drafts of the following documents: ➢ Equipment List (9 copies). ➢ Control Strategy Technical Memorandum (9 copies). ➢ Probable Construction Cost (9 copies). • First drafts of the following plan sheets (9 sets): ➢ Utility Site P[an. ➢ Mechanical Legend and Abbreviations. ➢ Electrical Site Plan. ➢ Control Schematics. ➢ Control Details. • Updated drafts of the following plan sheets (9 sets): ➢ Cover. ➢ Civil Legend and Abbreviations. ➢ Wet Well and Dry Well Plan. ➢ Wet Well and Dry Well Section. FINAL DESIGN Prepare 60% Drawings and Specifications (For pogwood and Ellingson Pump Stations) Prepare detailed layout drawings and draft major specifications to gather final design review comments from City: • General: ➢ Update cover sheet. ➢ Update drawing list. ➢ Revise construction sequencing. ➢ Establish Invitation to Bid, Form of Bid, and General Conditions documents. ➢ Draft Division O l specifications. ➢ Technical Memorandnm summarizing scope and changes from 30% submittal (assume two-page memo). • Process: ➢ Check finalized equipment list detail. • Demolition: ➢ Prepare draft demolition plans. City ofAuburn 216-1931-824 Scope of Work - Project CP0817 14 December 31, 2008 • Civil: ~ ➢ Prepare draft site paving and grading plan. ➢ Update site piping plan. ➢ Prepare curb and pavement standard details. ➢ Prepare draft traffic control plan. ➢ Prepare TESC Plans and Details. • Structural: ➢ General structural notes sheet. ➢ Structural standard detaits. ➢ Foundation and piling plan and pile cap details. ➢ Draft plans and sections. ➢ Draft specifications. • Mechanical: ➢ Mechanical standard details for pipe supports, wall penetrations, pressure gauges. ➢ Confirm hydraulic calculations. ➢ Draft mechanical plans and sections. ➢ Revise draft odor scrubber design. ➢ Draft specifications. • Electrical: ➢ Electrical Standard details. ➢ Prepare draft electrical site plan. ➢ Complete electrical one-line diagams. ➢ Complete load calculations. ➢ Prepare draft electrical power and conduit plans. Include preliminary conduit routing. Identify conduits with conduit number. ➢ Prepare draft conduit and cable schedules showing conduit numbers but no conduit size or wire fill. ➢ Draft specifications for major equipment. • Instrumentation: ➢ Instrument standard details. ➢ Provide near complete Instrument Schedule. ➢ Provide near compiete Alarm Schedule. ➢ Prepare PLC UO Schedule, which includes names and tag numbers. Ciry of Auburn 216-1931-824 Scope of Work - Project CP0817 15 December 31, 2008 ➢ Prepare near complete SCADA Schedule. ➢ Provide draft control panel layouts, schedules and panel details as listed in the Drawing List. The control panel drawings will include: ■ An exterior layout detail (not to scale) for each control panel which provides the outside panel dimensions and which identifies each component that is to be mounted on the panel exterior. . An interior layout detail (not to scale) for the Main Control Panel which identifies the approximate location for the main control component groups including the PLC, signal conditioning modules, relays, power supplies, terminals and wireways. . A nameplate schedule for each control panel. ➢ Provide draft control power distribution diagrams, connection diagrams, wiring diagrams, and loop diagrams as listed in the Drawing List. The purpose of these diagrams is to show the detailed instrumentation and control circuit wiring for the pump station. These diagrams will provide the following information: . The control power distribution diagrams will show the AC and DC power circuits for the Main Control Panel. ■ The connection and wiring diagrams will show the discrete control circuit elements and associated wiring. ■ The loop diagrams will show analog devices and associated analog and process alarm loops. The 60% submittal of these diagrams will not include loop numbers, wire numbers, terminal numbers, circuit numbers, or UO numbers. Loop numbers, wire numbers, and circuit numbers will be added to these diagrams for the 90% submittal. . The diagrams will include terminal symbols but the assignment of terminal numbers will _ be determined by the Contractor during construction. The Contractor will be responsible to provide terminal numbering assignments for the As-Built documentation. ➢ The instrumentation drawings will include a PLC Module Wiring Details drawing, which will provide the typical connection scheme for each type of PLC UO (e.g., discrete inputs, discrete output, analog inputs, etc.) During construction, the Contractor will be responsible to determine PLC UO rack, slot, point assignments based on the PLC connection schemes and specification for PLC UO Schedule. The Contractor will be responsible to provide the PLC UO assignments for the As-Built documentation. ➢ Provide draft level, speed, flow controller program details. ➢ Update control strategy sections. ➢ Draft of the remaining major specifications. • Updated Construction Cost Estimate and Schedule: ➢ All disciplines. Deliverables (Dogwood and Ellingson Pump Stations Only) • Memorandum describing changes implemented since the previous submittal (9 copies). • First Drafts of the following documents: ➢ Specifications (Divisions 2, 3, 11, 15, 16, and 17) (9 copies). ➢ Instrumentation and Control Schedules (9 copies). City ofAuburn 216-1931-824 Scope of Work - Projecr CP0817 16 December 31, 2008 • Updated Drafts of the following documents: ➢ Probable Construction Cost (9 copies). ➢ Probable Construction Schedule (9 copies). • Final Drafts of the following documents: ➢ Control Strategy Technical Memorandum (9 copies). • First Drafts of the following plan sheets (9 sets): ➢ Demolition. ➢ Civil Details and Restoration/Grading Plan. ➢ TESC Site Plan. ➢ Traffic Control Plan. ➢ Mechanical Details. ➢ Electrical Legend and Abbreviations. ➢ Electrical Power and Lighting Plan. ➢ Generator and Transfer Switch Connection Diagram. • Updated Drafts of the following plan sheets (9 sets): ➢ Cover Sheet. ➢ Civil Legend and Abbreviations. ~ ➢ Utility Site Plan. ➢ Mechanical Legend and Abbreviations. ➢ Wet Well and Dry Well Plan. ➢ Wet Well and Dry Well Section. ➢ Electrical Site Plan. ➢ Control Schematics. ➢ Control Details. Prepare 90% Drawings and Specifications (For pogwood and Ellingson Pump Stations) Prepare essentially complete drawings and specifications to confirm incorporation of design review comments from City: • All Disciplines: ➢ Technical Memorandum summarizing changes from 60% submittal (assume twapage memo). ➢ Prepare essentially complete drawings. ➢ Prepare essentially complete specifications. ➢ Add final details. ➢ Eiectrical adds conduit sizes and wire fill. City of Auburn 216-1931-824 Scope of Work - Project CP0817 17 December 31, 2008 ➢ Instrumentation design adds wire numbers, loop numbers, and circuit numbers. ➢ Updated and final calculations, if needed. ➢ Update to construction cost estimate and schedule, after submittal. Deliverab/es (Dogwood and EI/ingson Pump Statiovs Ov/y): • Memorandum describing changes implemented since the previous submittal. • First Drafts of the following documents: ➢ Bidding Documents. • Essentially Complete versions of the following documents: ➢ Specifications (All Divisions). ➢ Instrumentation and Control Schedules. • Final Versions of the following documents: ➢ Probable Construction Cost. ➢ Probable Construction Schedule. • First Drafts of the following plan sheets: ➢ Conduit and Cable Schedule. • Essentially Complete versions of the following plan sheets: ➢ Cover Sheet. ➢ Demolition. ➢ Civil Legend and Abbreviations Sheet. ➢ Civil Details and Restoration/Grading Plan. ➢ TESC Site Plan. ➢ Utility Site Plan Sheet. ➢ Traffic Control Plan. ➢ Mechanical Legend and Abbreviations Sheet. ➢ Mechanical Details. ➢ Wet Well and Dry Well Plan Sheet. ➢ Wet Well and Dry Well Section Sheet. ➢ Electrical Legend and Abbreviations. ➢ Electrical Site Plan. ➢ Electrical Power and Lighting Plan. ➢ Generator and Transfer Switch Connection Diagram. ➢ Control Schematics_ ➢ Control Details. City of Auburn 216-1931-824 Scope of Work - Project CP0817 18 December 31, 2008 Prepare 100% Drawings and Specifications (For pogwood and Ellingson Pump Stations) • All Disciplines: ➢ Complete revisions to drawings and specifications. De/iverables (Dogwood and Ellingson Pump Stations Only): • Final Versions of the following documents: ➢ Bidding Documents (9 copies). ➢ Specifications (all divisions) (9 copies). ➢ Instrumentation and Control Schedules (9 copies). ➢ Probable Construction Cost (9 copies) ➢ Probable Construction Schedule (9 copies) • Final Versions of the following plan sheets (9 sets): ➢ Cover Sheet. ➢ Demolition. ➢ Civil Legend and Abbreviations Sheet. ➢ Civil Details and Restoration/Grading Plan. ➢ TESC Site Plan. ➢ Utility Site Plan Sheet. ➢ Traffic Control Plan. ➢ Mechanical Legend and Abbreviations Sheet. ➢ Mechanical Details. ➢ Wet Well and Dry Well Plan Sheet. ➢ Wet Well and Dry Well Section Sheet. ➢ Electrical Legend and Abbreviations. ➢ Electrical Site Plan. ➢ Electrical Power and Lighting Plan. ➢ Generator and Transfer Switch Connection Diagram. ➢ Conduit and Cable Schedule. ➢ Control Schematics. ➢ Control Details. City ofAuburn 216-1931-824 Scope of Work - Project CP0817 19 December 31, 2008 Assumptions • Future station firm capacity has been established by City staff and no design flow calculations will be conducted. ~ Stormwater flow attenuation or water quality treatment will not be required. The Dogwood and Ellingson Pump Stations will be located underground. The White River Pump Station discharges into a water body exempt from flow control based on the Department of Ecology's Stormwater Management Manual for Western Washington. • If the Ellingson Pump Station is not constructed in its current location, existing gravel and other impervious surfaces will be removed and revegetated to mitigate for additional impervious surfaces. • The Dogwood and Ellingson Pump Stations will be combined as a single bid package, with separate drawings for each station and a single set of specifications covering both projects. • A draft list of proposed plan sheets to be included in the drawings is attached. • Only one draft of the White River Pump Station Assessment Technical Memorandum will be produced. All City comments will be resolved in one round of review and incorporated in the final document. Deliverables ~ See above under each design milestone, listing memoranda, drawings, specifications, estimates of probable construction cost, and construction schedules. • Upon completion of design, final deliverable drawings for each pump station will include one complete camera-ready set of full-size (22" x 34") plans on Mylar, stamped and signed by a professional engineer and a CD or DVD containing the drawings (AutoCAD 2006 and Adobe PDF format). Final deliverable specifications for both pump stations will include one complete camera-ready set of the specification documents and a CD containing the specifications (MS Word format). TASK 05 - SITE SURVEY Field survey for this project will be provided by the City. The City will establish survey control sufficient to calculate right-of-way, establish easement location(s), and perform the topographic survey. The horizontal datum will be Washington State Coordinates North Zone NAD 83/91. The vertical datum will be NGVD88. For each site, the City will provide Parametrix with a Survey Control Base Map including basis of bearings and controlling monuments with published values. The City will conduct field topographic survey sufficient to generate 1-foot contours and show surface features. The City will provide Parametrix with digital field survey data in RWS and ASCII point file and DXF drawing formats, together with copies of the City's field code library and all field survey notes. Approximate mapping limits will be as follows: Dogwood Pump Station Existing pump station site (all aboveground components, measure down wet well, invert elevations of all inlet and outlet pipes). City ofAuburn 216-1931-824 Scope of Work - Project CP0817 20 December 31, 2008 • Potential pump station sites north and south of the existing pump station site (from 15 feet west of the westerly right-of-way [ROW] line of Dogwood Street SE to top back of curb on the westerly side of Dogwood Street, approximately 75 feet north and 75 feet south of the existing pump station). • Dogwood Street SE ROW and utilities up to and including the upstream sanitary sewer manholes north and south of the existing pump station (approximately 300 feet north and 400 feet south of the existing pump station, invert elevations of all sewer and storm pipes). Ellingson Pump Station Existing pump station site (all aboveground components, measure down wet well, invert elevations of all inlet and outlet pipes). Potential pump station site wesC of the existing pump station site (from the southerly EOP on 41 st Street SE approximately 60 feet south, from the existing pump station site approximately 100 feet west). • 41 st Street SE ROW and utilities up to and including the upstream sanitary sewer manholes east and west of the existing pump station (approximately 75 feet east and 200 feet west of the existing pump station, invert elevations of all sewer and storm pipes). White River Pump Station • Existing fenced pump station site (Building limits and aboveground components, measure down wet well, invert elevations of inlet and outlet pipes). ~ • Existing pump station outlet pipe from pump station to outFall and channel from outfall to OHWM on the White River. • Inlet pipe and surrounding grade from pump station to existing upstream stormwater manhole. • Parking/turnaround area south of existing pump station site. ~ Existing access road from parking/turnaround area to northerly end of East Valley Highway Bridge (approximately 400 feet). • Existing Bocek Drive ROW from the existing pump station site approximately 50 feet east. Parametrix will meet in the field with the City's survey staff at each pump station site to clarify the full required mapping limits. Parametrix will retain a private utility locating service to mark underground utilities in the field. Parametrix will coordinate with the City's survey staff to ensure that utilities are marked prior to the City's topographic mapping. Parametrix will send a letter to each private purveyor with utilities within the project location requesting record drawing information. Record drawing information will be reviewed to assist in making underground utility location determinations to be incorporated into the project base map. Parametrix will translate field data provided by the City to Parametrix standard field codes, will generate a Triangular Irregular Network (TIN), and will prepare a topographic map sufficient to generate 1-foot contours and show surface features in AutoCAD 2006 format. Ciry ofAuburn 216-I931-824 Scope of Work - Projecl CP08I7 21 December 31, 2008 Parametrix will research all associated road rights-of-way and easements through county records for the project corridor. The right-of-way and property sidelines fronting the improvement corridor as well as adjoining streets will be calculated and shown in the base map from county records. The right-of-way and easement locations will be based on existing street monuments and their relationship to public records. Assumptions • Field survey for the mapping limits noted above will be completed by the City, and all data will be provided to Parametrix within 3 weeks of notice to proceed. • Title reports will be provided by the City of Auburn for each parcel for which either ROW or properiy lines are to be calculated. • The base map will not include any zoning and floodplain information. • Utility information shown on this survey will be gathered from visible physical evidence in the field. Record information provided by the City and private utilities will be incorporated into the survey. • Any utility records that the City of Auburn may have that will be of assistance for mapping and ROW resolution will be provided to Parametrix. ~ CADD symbology and layers names will be per Parametrix guidelines. The finished base map drawing will be a"working drawing" for engineering design and not for presentation purposes. • Proposed improvements for the Dogwood and White River Pump Stations will be constructed entirely within existing easements and/or ROW. Easement documentation for the Ellingson Pump Station is incIuded in Task 10. No other easement or ROW acquisition is required for this project. • City of Auburn will locate their own utilities prior to conducting on-site survey services. Deliverables • AutoCAD drawing files in 2006 format at 1 inch = 20 feet with 1-foot contours, topographic information, and ROW/easements adjacent to the mapping area. 0 TIN surface in AutoCAD 2006 format. TASK 06 - GEOTECHNICAL INVESTIGATION Geotechnical investigation and analyses will be conducted by AMEC Consulting under the direction of Parametrix, and covers the following work: • Review existing drawings and readily available soil and groundwater data for each of the three sites during basis of design (prior to 10% submittal). ~ Provide a tech memo on anticipated soil and groundwater conditions for the IO% Design submittal. • Prior to the 30% design submittal (sewer stations only), characterize soil and groundwater conditions, assuming two borings at each pump station site, each completed as groundwater observation wells. The depth and locations of the borings to be determined based on the 10% design submittal documents. Summarize in a geotechnical report. Ciry of Auburn 216-1931-824 Scope of Work - Psoject CP0817 22 December 31, 2008 • For each sewer station site, provide a geotechnical report including: ➢ Site plan showing approximate exploration locations. ➢ Descriptive logs of subsurface explorations. ➢ Results of field and laboratory tests. ➢ Description of surface, soil, and groundwater conditions, including seismic soil profile, liquefaction susceptibility any potential obstructions. ➢ Recommendations for site preparation, and recommended design pressures for temporary shoring and lateral earth pressures on the permanent pump station installation. ➢ Discussion of dewatering considerations for the excavations. ➢ Recommendations for pipe bedding and backfill. ➢ Explanation of report limitations. ➢ Recommendations for further geotechnical study, if warranted. DeJiverables • Technical memorandum for 10% Design, on anticipated soil and groundwater conditions, based on review of existing drawings and readily available soil and groundwater data (9 copies). 0 Geotechnical report for 30% submittal (sewer stations only) (9 copies). TASK 07 - HYDRAULIC TRANSIENT ANALYSIS During Preliminary Design, provide hydraulic transient (water hammer) analysis for the Dogwood and Ellingson Pump Stations based on their existing force mains and the proposed design flows provided by the City. At Ellingson, the analysis will include the effect of pumping in the force main from King County's Lakeland Hills' pump station. Evaluate pump start-up and shutdown, power outage shutdown, and force main filling. Evaluated methods of protection will include type of pump check valve, vacuum relief valves, soft starters, and variable frequency drives (VFDs). If VFDs are selected, VFD ramp speeds will be evaluated to protect the system while minimizing use of any installed vacuum relief valves (it is preferable to use only vacuum relief valves during a power shutdown to minimize air in pipeline to minimize odor issues). If additional vacuum relief valves are recommended, the analysis will include a recommendation for location, considering constructibility. Submit preliminary results in the Basis of Design Memoranda prepared under the Pump Station Design task. Provide final recommendations with the 30% design. Assumptions • Pump station design flow will be available prior to the notice to proceed. • Information for pumps and from main for King County's Lakeland Hills' Pump Station will be available within 2 weeks of notice to proceed. The effect of Ellingson on the Lakeland Hills Pump Station force main is insignificant with regards to hydraulic transients. Ciry ofAuburn 216-1931-824 Scope of Work - Project CP0817 23 December 31, 2008 Deliverables • Written summary of preliminary results for inserting into Basis of Design memoranda prepared under Pump Station Design task (sewer stations only) (9 copies). • Transient analysis technical memorandum at 30% design submittal milestone (sewer stations only) (9 copies). • Incorporate design of recommended hydraulic transient protection methods, if required, in 60%, 90%, and 100% plans and specifications (sewer stations only). TASK 08 - ENVIRONMENTAL AND PERMITTING SERVICES Preliminary Design Provide City of Auburn with a list of anticipated federal, state, and local permits required for construction of pump station improvements. Prepare draft land use (i.e., City of Auburn) permit applications for City review. Prepare a draft City Land Use Permit Application for each pump station (sewer stations only). Assumptions " • City of Auburn will provide information for funding sources, including information regarding the potential for any federal funding on the project. • Design and construction requirements found to be necessary as a result of the permit determination process (those not anticipated in the conceptual design/preliminary design scope language) will be addressed during the final design phase. • Due to changing environmental regulations, the list will be as comprehensive as possible. However, if the project does not move forward in a timely manner, or regulations are revised, the permit matrix may need to be updated once the project is ready for construction. • Water body, wetland, aerial, and other critical area maps will be provided to Parametrix by City staff, both hard copy and electronic, AutoCAD-compatible format. • This scope of works does not include effort to obtain required permits and/or approvals. This effort will be performed by the City. Deliverables Deliverables prepared under this task will be submitted to City of Auburn as part of the Preliminary Design Submittal. • A permit matrix outlining the anticipated permitting requirements, including which agency requires the permits and estimates of time required to obtain permit approvals (4 copies). • Draft City Land Use Permit Application for review by City staff (sewer stations only) (4 copies). Crty ofAuburn 216-1931-824 Scope of Work - Project CP0817 24 December 31, 2008 Final Design Prepare a Final City Land Use Pertnit Application (sewer stations only). Prepare a draft SEPA checklist at 60% design completion and a final SEPA checklist at 90% design completion (sewer stations only). Prepare draft and final permit applications for City review, for the grading permit and street use permit (sewer stations only). De/iverables (Sewer Stations Ovly) • Draft permit applications for City review (4 copies). • Draft (4 copies) and fmal (2 copies) SEPA checklists. • Final permit applications (2 copies). TASK 49 - ACOUSTICAL DESIGN SERVICES Acoustical services will be provided by BRC Acoustics and Technology Consulting under the direction of Parametrix. Pump station acoustical services include: • Analysis and recommendations to control exterior noise from permanent mechanical equipment at pump station to neighboring properties, including exhaust fans for odor control, building ventilation, generator noise, and heating equipment. Noise control will include generator exhaust silencer, sound attenuators for generator ventilation, acoustic insulation, appropriate building material selection, and incorporation of noise limitations into the equipment specifications. • Select and confirm dimensions of sound attenuators for generator and exhaust silencer for generator for 30% design milestone. • Provide material selection, specification data, and mounting recommendations for acoustical paneling. • Review 30%, 60%, and 90% pump station design packages and provide material cost estimates for noise control. • Determine construction noise levels and impact on neighboring properties. • Provide noise mitigation plan and strategies including performance specification for sound barriers (for day and night) and noise mitigation strategies. Provide additional nighttime noise mitigation measures and restrictions (i.e., use of backup beeper alarms). Construction noise will include temporary power and pumping, piling equipment, excavation equipment, and force main construction. Provide predicted noise levels at receivers and performance recommendations for noise control. • Provide acoustical data at 60% design milestone for application for a nighttime noise for the temporary pumping system. City ofAuburn 216-1931-824 Scope of Work - Project CP0817 25 December 31, 2008 Deliverab/es (Sewer Stations On/y) • At 10% design, provide memorandum with design criteria for noise control for each pump station (9 copies). • At 30% design, provide memorandum for noise control recommendations at the each sewer pump station (9 copies). • Incorporate design of reconnmended noise control recommendations, in 60%, 90%, and 100% plans and specifications. TASK 10 - UTILITY COORDINATION SERVICES In addition to standard coordination with Puget Sound Energy (PSE) for installation of new and/or upsized electrical service at each of the three stations, Parametrix anticipates supporting the City with acquiring additional space within the existing PSE easement for the Ellingson pumping station. The additional space would reduce project costs by eliminating or reducing the need for long-term bypass pumping during construction. Identify potential conflicts with existing public and private utilities. Address potential conflicts in project design or provide the City with extents of required utility relocations of other utilities if conflicts are unavoidable. Assumptions • Parametrix will prepare draft application(s) to include electrical site plan and one-line ~ diagram/load calculations. • Parametrix will draft easement language, if necessary, based on the 30% design site plan for the Ellingson pumping station to be used in support of the draft application. • The City of Auburn will process the easement request. • The City of Auburn will finalize and process applications with PSE. • PSE coordination will include one site meeting at each station. • The budget includes 8 hours of verbal communications with PSE in addition to the on-site meetings. • Potential conflicts with existing utilities will be based on City-provided survey, field marking of existing utilities, and record drawings of existing utilities. No underground exploration (i.e., potholing) will be performed for this task. Deliverables (SewerStations Only) • Draft electrical site plan, load calculations, and easement legal description (4 copies). • Draft application(s) to submit to PSE for updated electrical service at the sites (4 copies). • Incorporate information regarding potential utility conflicts in the 60%, 90%, and 100% plans and specifications. City of Auburn 216-1931-824 Scope of Work - Project CP0817 26 December 31, 2008 TASK 11 - BID PHASE SERVICES Assist the City of Auburn in responding to questions and requests for information (RFIs) from contractors and suppliers during bidding for the Dogwood and Ellingson Pump Stations. Provide written responses to all questions and RFIs. Prepare Bid Clarifications and/or Addenda documents if required. Assumptions • The City will generate and publish the bid advertisement(s) for these projects. • The City will distribute all construction documents and maintain the Plan Holder List. • The Dogwood and Ellingson Pump Stations will be combined and bid as a single project. • The City will provide all questions and RFIs in written form to Parametrix (email or hard copy). • Parametrix will provide written responses to questions and RFIs, and/or complete Bid Clarification and Addendum documents to the City. The City will be responsible for reproduction and distribution of these documents to all Plan Holders. • The City will prepare the bid tabulation and perform all contractor selection functions. Deliverables • Written responses to all questions and RFIs provided by the City. • Complete Bid Clarification and/or Addendum Documents (Adobe PDF format) as required. TASK EXP - EXPENSES Expenses for this project include mileage, photocopies, third-party production services, third-party utility locate services, and courier services. These expenses will be itemized in the project budget to indicate the number of miles, copies, and anticipated billings from third parties. MANAGEMENT RESERVE FUND The budget for this project includes a Management Reserve Fund equal to 10 percent of the budget for all tasks identified in this Scope of Work. This fund is established to provide for unforeseen costs, or for required additional work beyond that defined in this Scope of Work. This fund will be used only if and when authorized by the City in accordance with the City Agreement for Professional Services. City ofAuburn 216-1931-824 Scope of Work - Project CP0817 27 December 31, 2008 H Z W 2E W U Q ~ ~ w Of Z 0 Q b a 1-- 2 D d a) O O N z LL ~ m Z) Q x ~ Q ~ U Z ~ w W 2i ~ o ~ ca ca c~ c~ z n.a- a.a ~ o• z~c 0 nc 0 nc 0 0 ncn ~ ~ L O CO CO 00 C) (D O ~ " ' O 0 N MC) ) M M d cO ti C ~ c ui O CO 'o O O N N N N ~ o ~ O O ~ ~ O M ~ ~ V 00 N N O O N :3 Z ~ U) X ~ 2 -i~ q r CO co M c7 co N a- U) ui ~ -o C: m • a i o ~ ~ ~ cya c~ ~ o , ~ i a ~ - ~ o v~ cn cn cn cn X~ L ~ Q ' N J L i... L L yJ ~ N N~o " , U y U) ~ Q o •c~~~ co E Q E ~ O O O OD J ~ M J F C N N N N d~ a ~ ~ c, 2 2 2 2 2 2 a0 a- d waada.aF--a. L m v C N 0 'a' d' Ii' If 'IT Lq ~ ~ U ~ ~ O 7 1 0) a) o 0 0 0 LL O O O O 0 co ~ M M 0) 0) fo 'O "a -O ~ ~ o C ~ ~ - (B (Q (0 (0 ~ CO ~ c~ w a) ~ 3 \ \ -C o ° o 0 o V o G O p 2i m O O O OCo O T.-co(oW co ~ C a) C ; a p p 0 i F- i~ 3 3~ ~o ~ C y,G N13) O U ~ O O > ~ ~ i O > ? ~ ~ ~ N i~ rn U 70 c-a c c t- ' o o° o~E m U ~ U Q~ O'~ I Y ~ d O O C~ ~ W ~W U Cn N CO M O N N - cn (D -Fo ~ F~- F~- cn a~ tn ~ o Z ~ o .c z~ ~ L O O CD CF) ~ ~ LL Q Q Q ~ o Z Z Z ~ ~ O M O ° 0 ~ ~ O co E 1 L T ~ r =3 Z ~ ~ X tr_- ~ U) ~ c a) En o U ~ o . ~ ~ ~ M U) M x ~ Co a E Q ~ E ~ ~ V N d ~ N ~ a _'t~ ~ a~ (Q ~ ' N ~ cm: ~ ~ L C ~ N N ~ ~ D ❑ U C N ~ Q N lL ~ Y ~ U 3 U ~ m 0 C O d O ~ y E- o ~ ~ ~ C L fn ~ ~ (D - O 0 O 0 E U 0 C w Y (0 N O O (.O N ~ ~ ~ ~ ~ 0) ~ F0- H c 0 c`o a a~ CL a C co ~ > cu L ~ ~ ~ N ~ C ~ co N Q ~ O L N ~ ~ U ~ ~ C N a~ E N C ~ x ~ N - ~ Q O • Z Auburn 2009 SSIStorm PS Replacement Ellinqson Pump Station SHEET NO. DWG NO. TITLE DRAWINGS GENERAL 1 G1 Cover, Location and Vicinity Maps, Drawing Index DEMOLITION 2 D101 Demolition - Pump Station and Wet Well 3 D102 Demolition - Pump Station and Wet Well CIVIL 4 C1 Legend/Abbreviations and Datum 5 C2 Details and Restoration/Grading Plan 6 C101 TESC Site Plan 7 C102 Utility Site Plan $ C103 Bypass Pumping Plan g C104 Traffic Control Plan STRUCTURAL _ 10 S1 General Structurai Notes 11 S2 Details MECHANICAL 12 M1 Mechanical Legend and Abbreviations 13 M2 Mechanical Details 14 M3 Wet Well and Dry Well Plan 15 M4 Wet Well and Dry Well Section ELECTRICAL 16 E1 Legend and Abbreviations 17 E2 Electrical Site Plan 18 E3 Electrical Power and Lighting Plan 19 E4 Generator and Transfer Switch Connection Diagram 20 E5 Conduit and Cable Schedule 21 E6 Control Schematics - Sheet 1 22 E7 Control Schematics - Sheet 2 23 E8 Control Details Auburn 2009 SSIStorm PS Re lacement Ellingson Pumping Station SPECIFICATIONS iGeneral Conditions and Special Provisions I Div 2 Sitework Div 3 Concrete Div 5 Metais Div 6 Wood and Plastics Div 7 Thermal and Moisture Protecfion Div 8 Doors and Windows Div 9 Finishes Div 10 Specialties Div 11 Equipment Div 13 Speciai Construction Div 15 Mechanical Div 16 Electrical Div 17 Controls and Instrumentation I&C Schedules Auburn 2009 SS/Storm PS Replacement Doawood Puma Station SHEET NO. DWG NO. TITLE DRAWINGS ~ - GENERAL - 1 G1 Cover, Location and Vicinity Maps, Drawing Index DEMOLITION -2 D101 olition - Pump Station and Wet Well Dem D102 Demolition - Pump Station and Wet Well r C1 Legend/Abbreviations and Datum 5 C2 Details and Restoration/Grading Plan g C101 TESC Site Plan 7 C102 Utility Site Plan $ C103 Traffic Control Plan STRUCT URAL , g S1 General Structural Notes 10 S2 Standard Details MECHANICAL 11 M1 Mechanical Legend and Abbreviations 12 M2 Mechanical Details 13 M3 Wet Well and Dry Well Plan 14 M4 Wet WEII and Dry Well Section ELECTRICAL 15 E1 Legend and Abbreviations 16 E2 Electrical Site Plan 17 E3 Electrical Power and Lighting Plan 18 E4 Generator and Transfer Switch Connection Diagram 19 E5 Conduit and Cable Schedule 20 E6 Control Schematics - Sheet 1 21 E7 Control Schematics - Sheet 2 22 E8 Control Details Auburn 2009 SS/Storm PS Re lacement Dogwood Pumping Station SPECIFICATIONS General Conditions and Special Provisions Div 2 Sitework Div 3 Concrete Div 5 Metals Div 6 Wood and Plastics Div 7 Thermal and Moisture Protection Div 8 Doors and Windows Div 9 Finishes Div 10 Specialties Div 11 Equipment Div 13 Special Construction Div 15 Mechanical Div 16 Electrical Div 17 Contro{s and Instrumentation I&C Schedules N aO O N a I"' N 1(J ~ ~ O N W O> O v O ch Cl) ~ cD O O] ~O N ; vl N (O O ~n l(] ~ ~ 15 V ~ N ~ m ~ N ~ N N V tA M N- 6 9 V ~ . tA i I ~ I ~ t C f cli 0 a O M N ` N ~ i I ~ w Cl) N~. N O C a« ~ i tA [A> ( ~ O > -0 N i ~ w~ [ I C. I ~ I ~n ~ O rn a I i ~ f~ <A a c0 O t`') O _ ~ y ° I ~ i I ~ I ~ ~ o 1 ~ o ( ~ ~ ~ I I I I ~ n I I io ID , o ~ 10 C ~ i I0 C7 a O I O N (p V9. f0 ("1 O 61> 69 N tl~ ~ I I I I ! ~ . Ih c7 N V O tO (D . m O 10 m (fl O (O 69 (q 01 q N N M 69 I 10 M fA O c0 t9 t9 N tD tR N N_ r /w V ~ 7 s r~ e9 en I tH- Q \ N C IL) 4 ( ~ \ Ill F.'., I 0 ~ ~ ~ ( 1 N M 1 ~7 6 9 E9 ifl 1f/ ~ C ` ~ ~ y EA tA (A N fA tA fA fA (O 69 ~ f'✓ ~ ~ \ a I.J... ~ o o C c o d) W rt I I C G v m ao rn In o o ~n o o rn 4 tn M a 0 1n le tD t`') 1- f0 ~ ~ N M fA ~ "J N In fA f9 ~ fA ~ IL) (O ~ C N ~ 60 ~ n I 1 1 1 I I W 'o 0 c0 N O/ M O N Of p N I I (O O] O V 10 ~ N m O ~ ~ wex~ NI m m V ~M H ~ ~ E9 M ~ ta I Vi. m m ~ I ~ V O ~ R N O O c O I ~ 0) 7 0] N N~ ~ N N ~ o N «n Vi in ? fA 69 tA di tA M ~ - E o o ^ ~ C :0 - a Y ,4- a 1~ V Of tl1 N Of w N W 0 ~ ~ O O - ~ I- fD ' 1 1 V D 7 O ? (O 7 N Ol O~ C ,p O O oo ~ R N N N N O ~ ~ ~ V3 ~ N! f9 V! I fA M G9 ~ Q a ! n I ~ ~ I I ~ I 4 I I ~ ' ~ ( I Q 1 I J ~ I i ~ I _ ~ o 0 c l o g ~ o ~Vi O I L N I !n ~ N. 0 I C) N 'Y C o Z 0 O E . p ~ rn Q y ~ a~ ~ ~ W y ~ y N ~ U ~ G1 > p a a - o 1 'y ~ o ~ F c o ~ d rn a m o o ¢ a ~ c P ~ ~ o ~ rn ;3 0 m O a d~ Q N c 7 d i cn N . o T = C W U Q ~ O l l i I I Y F Z .-I NI 0 I .r i Lo+ (D~ ~ Z a l ) I I I I a ~ 0 ~ cd ~ ~ ~ Cf) , A W V W 0 ~ b co ~ a~ A ~ 0 M ~ ~ ~ 4-4 0 ~ V ~ ~ C~ ❑ C~ 7 W ~ 0 ~ e~ ~ ~ ~ ~I 0 ~ ~ ~ a~ > ~ ~ ~ ~ ~ ~ ' r rn- m o~ rn co c'~ v m in o~ c~ o' w I o v o n r~ ~n 0 N cV N 01 ~ I tA fy fA lt~ N tA kA l V3 ~ ~ ~ ~ ~ C ~0 (6 N i i ~ I N EA V) I I ( D. ~ O s= s Iii ~ I I I I ~ I cn ~ ~ I ( CL m o ~ O i ~ ~ I( I I I I ; I I !o1 o! ' 0 lC0 ~ ~ I ~f~I 6'~I I ~ r . I N C I 1 M ~ U) ~ ~ I I j I I =cs' cN.~~ °v ~+cvi u° 10 o o ~ ~ w ej o ea ~ cn. ~ a I I ~ ( W . :M: V; M. tn ~th! LC) a ~eA~ f9~ ~A p~ Nf; eA ~ N ~ I I ' ~ Im ~ W ~ II 7 ' 5 m U) co ~ N N m bN9 LO V! tl9 b~l I ~ N V J a ~ W ' W ~ ~n ~o rn v ~ c~ co rn o c rn o eo ~ ~ o u~:. o m m r- a co m LO- ~ a ens ~ ~ v~i ^ e r» eNV , 61) a~o ~ ° » ~ m II I I I I I I ; I I ~ 15 ~E c~ oo I 'o 17; o ~ o a ~ ~ ~ 'o - - a o' r ~I ~ ~ ~ ~ e» ~ N ~ J E Q ayi m m ~ O ( N i F 1 U) I C O 0 L C I I ~ N T i U! I (n CID U W I ic iC i s a 'c ~ ° ~ ~ N o E d . aL o Q ~ I d E F ~ U ~ a j T a y ~ C !n C C ~ m ~ N N Ca d ~ j C O O Q N Q N ~ 0 d C ~ f 0 ~ N 7 - O O ~ N J (n U d 7 l0 C 0 M ~ ~ ~ O 7 N N ~ 0 ~ C > 3: w a c7 o m ~n 0 c9 x . w ~ o Z ~ Cv ~ v 'n 'o ~n w ~ ~ ai I ! L Z a ~ ~ ~ ~ • , 0 V ~ \ N U ~ a \ C 01-1 ~ ~.I 0 d rn m c ~ ~ C: 0 > ~ -14 8 2 0 ~ ~ ~ V I ~ 0 ^1 ~ ~ ~ V1 ~f ~ AI~,1 W W V , Q ~Mn ~ VJJ •ry ~ ~ A ~ c~ ~ M-K wo O O ~ £ J Q :r; w ~o~ m N N M oJ O~~ n 69 69 c- h N fA EA a- Hj 69 N fA sv v~ v m ~ a m O t~ M c\j c`7 <f M 04 h ~ n N ~ O w:: f~I=; `J O a0 (O O V O N Efl fD 61 V' 61 tR 69 f.9 fA 69 ~ V \ \ ~ N (D oJ I- oJ ~ t- 1- (O O~ h V (O o] t9 1n M (D b9 b9 N3 I~ V t~ ct O O O N ~ h ao 'd; co (O m oJ ~ fR n ln 1- M <o (O bY 69 ~ M ~ ~ p~ 69 64 Vf ~J V V N 1~ 1~ ~ Q~: N (p Ol (D a0 N ~ N N a0 tn O N t~ M tfi: Q~: oJ (O 0) O In IA ~ 07? fR fA ~ M ~ (fl 69 ~ fiL~T'i 64 f5;: N N I- ~ QO N t.- N a0 't O O V' M It (D ~ ~ ~ ~ UT b9 FH ~ (O 1- r N (D ~ (D (O d (0 LO 1~ 07 ~ o M ~p ~ O ~O N N O - c'7 rn (O Q h <O h ln N i 61, lf7 b, O OJ ~ V! b9 E9 ~ ~ ~ ~ ~ D tm W r ~ 0 a ~ U O 7 Q y~ ~ N 0 L N y U Y V 0 C N 0 E v a p o c . C7 ~ r rn d cn U) ~ N 3 ~ m d V ~ H YI a ~ Ol o c U ~ o p y W 3 ~ ~ W c E o, 'y ~ N ¢ d ~ Y ~ E q 0 ~ V ' C ~ Q r ~ O u in U N m ~ p m a C~ O j N 7 C U p iLu~ a cl o a w ¢ ~ m -ld F- Z N c7 V oo CD ~ ~ ~ r Z m a 0 r~l C~ ~ ~ . ~ a ~ Q ` ~ V J ~ CO A ~ •^y ~ o u')' r~ m~ v m w ~ r) cD l O N v O n ~ co c O I~ r 0c w N ~q a) o O I cD V W 9 ~ ~ fA c-4 PF3 Vi ~ ~ Eli I fA ~ ~ I 6 I I ~ I~ i ~ ~ I I I I N N . I C o o -c cn ct) ~ m o ~ o T :3 f I N II i, ~ N ~ ~ I C O ~ ~ U ~ cl) ~ lo) N I N 1- I 1,- CO.. ~p O (h M M I~ N O N p I O m ~ CD O O EA (O 69 V 09 (O ~ 3 6 ~ Vi V 69 N fA Cn ti: 5.~ : a. ~ I I i i I N co m r-' m r-- t-- co a ~ 6~4 69 ~I M ~ ~I~ ~ ~ ` 69i FA 69 : b9 (O I ~ ~ I 1 ~ C a - t; i ~ x ~ ~ - 1~ I i V O O O N ~ ~ C (O OJ fA ~ M <O N . 69 9 cli ~ ~ C eA b9 6 9 W I l l m ~I o s~ ol Lo ~ N. ~ i ao aij co~ ~i Lri- ¢i. ~I V Y) EAi ua ~ N (n b9 ff> ~ I J I ~ ~ i Ln t- cD cv ~ ~ ao m o v r) ' C6) V c0 69 O~ ~ (D u5 (D N3 fA N 69 V f/i O? ~ Q . E O fA EA ffj ~ N ' ~ ~ c a I i I ~ ~ ~ ~ a ~n "o m ? (O ('7 o) N O O M 01 1~ N O a o ~ ~vi o a J fA E f! 69 ~ ~ clj Q 69 fA { i ~ ro 2' rr p i i I I I 1 N I ~ Q a I I ~ ~ ( ~ O ~ a ~ ~ N I Z I a Cl) c O Q (n C C ~ 0 2 V Z N . O , O `('f N I m N (n N ~ 'm OI .N Ia C ~ U7 C U ~ N ~ p) o U) Q - w N ~ O y (Q o C E I N y o m ~ ~ 'o N ~ ~ ~Q ~Q 2~' ~ y I E ~v o IU ~I : c I ,U ~ Z cu ~ = 1 7 ~ 1 n !E i'> ~o j~ - 1u) IL ln I a C7 ~ Ia l W Q I:D m ~ s . I ~ Z (N ic'7 7 I CD o) i~ ~ N I N Q N I ~ I Z m ~ I ~ ~ \ ~ 0 cz) C ~ ~ 0 d ~ V ~ 0 z ~ a ~ rn 00 o N lczl- o` V O v d' ° Ln o; 00 ~ -4 ~-i IA C1 o > 0 ~ au c Q1 o ~ m ~ N v Q ~ ~ ~ C o a ~ } ' ra ~ v m > 00 w 'a ~ L v m + o o ~ O 3 on ~ ~ ~ o w o ~ H 1-1 o ~ rn m Ln Ln LO ~ ~ rn rn ~ oo ri oi iti ~ ~--1 .--I V} N N Ql t/? VT t/} t/} t/} N N b0 ~ t6 ~ C N (6 aj cc 0 O ~--I k.O O Q r-i V) N N M M N d' Z 41 Ln O N C ~ d' N ~ l0 bo a) - t!} t/? i--I a--1 M 0 c = ~ m Q C a ~ v ~ ~ c ° o o ° O1 ° ° ° ~ o o r~ u n ~ Ln t.0 Ln Ln co rq m . ~ Q1 ° ' v v v o o r rn u i CO p M e1 N N Q1 tA ~ o ~ m N ~ t O a C ~ to cu ~ w C ~ ~ O p 00 0 ~ 0 3 V)n °1 3 °D UO c: oo c o _ ~ o = 0 w v ~ w -0 o ~ m ro m O O ~ ~ LL LL ~ ~ =3 ~ u a-+ O Z ~ aJ ~ ~ o ri Ict V? ~ llz~ o i/} o Ln a; i/)- ~ .1 .-i o ~ c cu o ~ 4.. CU ~ N v Q ~ ~ CU C ~ O ~ 41 v R > to w "a 3 [0 .a L ai ) O ~ cr a.~+ O 0 - 0 3 N ao a; o° W ~ o F- V-4 o r- rn 00 Ln Ln ~D 00 V-4 rn rn r_ ~ ~ ~ -I -I V} N N 01 i/? '(!Y iJ} i/} N ~ t]D ~ ro ~ ca v 0 O .-i t0 O Q a-I tn N N lzt Z N M M Q1 t.n O N ~ C V ~t N ~t lD ~ i4 N O m Q m u-j E a u a a ~ c 0 o ~ M ~ ~ ~ o o o u i ~ ~ Ln ~D v~ Ln 00 V-4 ~ rn rn Ln ri ~ w v ~ ct m G 0 -i -I c th N N G1 N i/~ i!1 N 'N1 N $ ~ to ~p m ~ m N ~ (0 C O d C ~ OD 2 W ~ ~ O ~ O 0 p O N L ~ O ~ to 0 o y L fu m m +1 0 0 ~ ~ ~ ti LL f- EXHIBtT B FEE SCHEDULE Parametrix, inc. CHARGES: Charges for employees are determined by the hourly rates listed below. Charges for reimbursable expenses are specified below or in individual task order proposals. Labor Rates - Per Exhibit A, Parametrix, Inc. Scope of Work and Budget Estimate Expense Rates Expense Category Billing Rate Mileage $0.585lmile or current IRS rate Outside Photocopies/Printing Cost + 10% Transportation by Public Carrier Cost + 10% Outside Services or Subcontractors Cost + 10% Materials and Supplies Cost + 10% Exhibit B Agreement No. AG-C-350 Page 1 of 1 EXHIBIT C CONSULTANT INVOICES CONSULTANT invoices shouid contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement # (i.e.: AG-C-115). • Project number(s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of- way, or construction) or task order number. • Direct salary (base salaries). • Indirect salary (benefits). • Direct non-salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract - total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15tn • For granUspecial funded projects there might be other special information needed, reference the LAG manuaf. Consultant Invoices Agreement No. AG-C-350 Page 1 of 2 SAMPLE INVOICE City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter, Project Engineer Agency Agreement AG-C-010 Invoice 5222 Progress Payment 2 Invoice Date: February 10, 2008 Project Name: Thomas Nelson Farm Project PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourl Rate Amount Mike Jones, Princi at in Char e 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processin 10 $ 48.00 $ 480.00 Consultant Personnel Subtotaf $ 749.00 Ex enses see attached documentation) Char es Multi lier Amount Mike Jones, Princi al in Char e 20 miles . x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processin $ 29.00 x1.1 $ 31.90 Consultant Ex enses Subtotal $ 72•49 Consultant Total: SUB CONSULTANTS (see attached documentation) $ 821.49 Subconsultant Hours Hourl Rate Amount ABC Environmental, Inc., Civil En ineer 10 $ 100.00 $ 1,000.00 Electrical Consultin , Electrical En ineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical En ineer 10 $ 100.00 MRF 1,000.00 Movin Gom an , Movin Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotai x 1.1 Multi lier $ 2,860.00 Subconsultant TotaL• - TOTAL DUE THIS INVOICE /+A\ITnAl%T o0cAlll'1IlxA1AI $ 2,860,00 - - - - $ 3,681.49 Task Amount Authorized Prior Invoiced This Invoice Totallnvoiced To Date % Ex ended % Com leted Amount Remainin Origina► Contract $ 22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF* 2,500.00 0.00 1 11000.00 110000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 $ 1,025.00 1 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note: MRF=Management Reserve Fund * Received a written authorization of MRF on 1/10l01 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-350 Page 2 of 2 AMENDMENT #1 TO AGREEMENT NO. AG-C-350 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC. RELATING TO PROJECT NO. CP0817, 2009 SEWER AND STORM PUMP STATION REPLACEMENT THIS AMENDMENT is made and entered into by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "C-1TY"), and Parametrix, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-350 executed on the 15th day of January 2009. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $428,922, which includes a management reserve fund of $38,993. The total contract amount is increased to a total of $1,475,187, which includes a total management reserve fund of $134,108. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-350 executed on the 15th day of January 2009, shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. Paramet ' Inc. By. Daniel L. McReynolds, P.E. Principal CI B.~ ~-AUG 2 4 2009 P er B. Lewis, Mayor A(TTEST: Danielle E. Daskam, Auburn City Clerk d el B. Heid ~t(bdr'q ,~,y Attorney Amendment No. 1 for Agreement No. AG-C-350 Parametrix, Inc. Page 1 of 1 EXHIBIT A SCOPE OF WORK CITY OF AUBURN Agreement AG-C-350 Amendment No. 1 Design Services for City of Auburn 2009 Sewer and S#orm Pump Station Replacement Project Project Number CP0817 Phase 133: White River Stormwater Pump Station Final Design 1. GENERAL This document describes the scope of work for Final Design and support activities for the planned upgrade to the City of Auburn's (City's) White River Stormwater Pump Station. The intent of this process is to provide a method for progressing through the design with minimal delay. The final design will be based on Option 2B (maximizing flow through the existing structure using Wemco screw centrifugal pumps) as presented in the "White River Pump Station - Alternatives Evaluation" report dated July 2009. 11. SCHEDULE The scope of work is based on the schedule assumptions related to the City's desire to have the final design initiated in August of 2009 and completed such that the project could go to bid in late spring or early summer of 2010. A preliminary design schedule is attached, and assumes the following City review cycles and design activities. Unless agreed to otherwise in writing by the City, a change or delay in the project schedule shall not be considered justification for additional costs incurred by the Consultant. The assumed City review cycles are as follows: • 10% Design (Basis of Design): 2 weeks, with a design workshop. • 30% Design: 2 weeks. • 60% Design: 2 weeks, with a design review meeting. 0 90% Design: 2 weeks. At each milestone, the City will have the opportunity to review all deliverables, comment, and meet with Consultant staff to discuss comments. The Consultant shall address any comments, make appropriate revisions, and resubmit with the next planned submittal, except in cases where it is mutually agreed that revisions are required prior to commencing work on the next submittal. Based on the above review cycles, the design schedule is estimated as follows: • Basis of Design (10% Design) submittal at 6 weeks from Notice to Proceed. • Preliminary Design (30% Design) submittal at 3 months from Notice to Proceed. • Detailed Design (60% Design) submittal at 5.5 months from Notice to Proceed. City ofA:iburn 216-1931-828 Scope ojWork - Agreement AG-C-350 Amendment No. 1 1 August 12, 2009 Phase B3: White River Stormwater P:imp Station Fina1 Desigrt • Essentially Complete Design (90% Design) submittal at 7.5 months from Notice to Proceed. • Final Contract Document (Bid-Ready) submittal at 9 months from Notice to Proceed. An updated design schedule will be prepared upon Notice to Proceed and will be updated on a monthly basis as set forth in Task 01 below. III. TECHNICAL BASIS FOR SCOPE OF WORK STANDARDS During the basis of design effort, the applicable codes will be reviewed and evaluated for their impact on the final design effort. This scope of work assumes codes current as of July 2009, including City of Auburn building codes and Washington State Department of Ecology guidelines. Project specifications will be based on the following: • City of Auburn standards for Contract, Bidding, and General Requirements. 0 WSDOT Divisions 0 and 1 Standard Specifications. Parametrix specifications based on CSI style Specification Sections 2 through 17, original division number system, with reference to WSDOT Standard Specifications. The Consultant will prepare drawings in AutoCAD 2006, specifications in MS Word, and calculations in various electronic formats as selected to be most suitable by the Consultant. The Consultant will use the City's drafting standards for title block configuration and layering, but will use Parametrix design standards for drafting the pumping station plans. The Consultant will provide electronic copies of the bid documents, with drawings in PDF and AutoCAD 2006 format, and specifications in MS Word. AutoCAD files and MS Word files will be provided without the engineer's seal. PROJECT COMPONENTS Major project elements of the White River Stormwater Pump Station Upgrade Project that will be addressed in the design effort are presented in the "White River Pump Station - Alternatives Evaluation" report dated July 2009 and include the following main elements: • Provisions for a firm capacity (largest pump off-line) of approximately 36 cfs and a peak capacity (all pumps on) of 53 cfs using three Wemco submersible screw centrifugal pumps. • Demolition and replacement of the existing aboveground CMU building. • Reuse of the existing belowground concrete wet well and the existing building foundation. • Wet well access and maintenance improvements, including an exterior stairwell, intermediate platform in the wet well, new lights, new level measurement, and other related improvements. • Provision of an aboveground packaged diesel engine standby generator installed in a sound- attenuating weather-tight enclosure. The fuel storage will be on-site in either a base-mounted or a stand-alone tank. City ofAuburn 216-1931-828 Scope of Work - Agreement AG-C-350 Amendment No. / 2 Augerst 12, 2009 Phase B3: White River Stormwater Pump Station Final Design • Landscape design based on a xeriscape approach as appropriate for the site conditions and the City's maintenance approach. • A design that accommodates, where practical, possible future stormwater quality treatment Best Management Practice (BMP) to treat contributing flows downstream of the pump station. The design of any treatment elements is not included in this scope of services. IV. WORK BREAKDOWN STRUCTURE The Final Design work covered by this scope of work is arranged under the following work breakdown structure: • Phase B3 - White River Pump Station Final Design. Under each phase, the work is arranged in tasks in the following manner: • Task 0 1 - Project Management and Controls. • Task 02 - Quality Assurance/Quality Control. • Task 03 - Client Design Review Meetings and Workshops. • Task 04 - Pump Station Design. • Task OS - Survey. • Task 06 - Architectural Design. • Task 07 - Acoustical Design. • Task 08 - Environmental and Permitting. • Task 09 - Utility Coordination • Task 10 - Bid Phase Services. V. TASK DESCRIPTIONS The following descriptions detail the work activities covered under each task. Unless otherwise specified or directed by the City, the Consultant will prepare draft, updated, and/or final versions of deliverables as listed for each milestone under the specific task descriptions below. At each milestone, the City will have the opportunity to review all deliverables, comment, and meet with Consultant staff to discuss comments. The Consultant shall address any comments, make appropriate revisions, and resubmit with the next planned submittal, except in cases where it is mutually agreed that revisions axe required prior to commencing work on the next submittal. The City will provide a consolidated set of City review comments to the Consultant at each milestone. TASK 01 - PROJECT MANAGEMENT AND CONTROLS The Consultant will promote collaborative involvement between its engineering disciplines and City staff, and identify potential conflicts and facilitate their resolution. Meetings and establishment of good Ciry of Aubairn 216-1931-828 Scope of Work - Agreement AG-C-350 Amendment No. 1 3 Aiigust 12, 2009 Phase B3: White River Stormwater P:imp Station Final Design working relationships with key City of Auburn Engineering and Maintenance & Operations staff are necessary to the success of the project. This task covers work related to the management, adniinistration, coordination, and control of Consultant and subconsultant activities. Specific activities may include, but not be limited to, the following: • Project Schedule - Prepare a detailed baseline schedule of project design activities. Plan and provide adequate resources to assure schedule requirements are met. Schedule will incorporate both internal and external milestones. Key progress deviations from the baseline will be noted and discussed during monthly Progress Updates with City staff. The project schedule will be prepared using Microsoft Project and updated monthly. • Progress Updates (Meetings and/or Conference Calls) - Conduct monthly progress updates with the City, and internal weekly coordination meetings. The monthly progress updates with the City will be conference calls between the Consultant project manager and City staff as required/desired by the City. • Action Items - The Consultant will prepare, update, and submit an action item and decision log on a monthly basis. • Work Coordination - Plan and coordinate work efforts between the Consultant/subconsultants and the City. 0 Correspondence - Prepare written correspondence to document project management issues. • Earned Value Report - Develop an earned value report showing the major work elements. Update the report monthly through the duration of the contract. The report will include a table that shows earned value versus actual and planned expenditures (labor and expenses) for each task. The report will include a graphic that depicts the combined earned value, actual, and planned expenditures for the work effort described in this scope. • Progress Reports - Prepare a monthly progress report for the project for distribution to the City. Prepare a monthly invoice for services performed. Maintain a budget summary covering all major tasks included in the scope of work. Submit monthly progress report with monthly invoice. • Document Management - Conduct project filing to support the project scope of work, including project closeout at the end of the project. • Funding Assistance - It is assumed that the Consultant will spend 10 hours researching and identifying grants that the City may pursue for this project and an additional 5 hours to assist in the preparation of grant application materials. Deliverables • Baseline final design schedule with monthly updates. (2 copies) • Monthly updated action items log. (2 copies) • Miscellaneous correspondence. • Monthly invoices and status reports. Ciry of Aubarn 216-1931-818 Scope of Work - Agreement AG-C-350 Amendment No. 1 4 A:igust 11, 2009 Phase B 3: White Rrver Stormwater Pump Station Final Design TASK 02 - QUALITY ASSURANCE/QUALITY CONTROL This task covers work necessary to perform the Parametrix internal quality assurance/quality control (QA/QC) for the project. The QA/QC work covers the following: • Consultant perform and document QA/QC reviews: > QC Peer Reviews - Perform discipline specific peer reviews on key design calculations and all project deliverables. ➢ QC Cross Discipline Reviews - Perform cross-discipline reviews to assure coordination among the documents at the design milestones. As applicable, cross checking to include memoranda, drawings, specifications, cost estimates, and schedules. ➢ QC Third Party Reviews - Perform review by a Parametrix Senior Consultant not directly involved in design and/or production of deliverables. Review will be conducted at the conceptual and preliminary design level. > QC CADD Review - Perform quality control conducted by CADD lead to verify conformance with project CADD standards. CADD review will be conducted for each CADD deliverable. ➢ Qualiry Assurance - Provide deliverable approval process by internal management ensuring QC has been performed. Assumptions • The Consultant will retain a QA/QC file documenting that the work has been completed. Deliverables • There will be no deliverables associated with this task. TASK 03 - CLIENT DESIGN REVIEW MEETINGS AND WORKSHOPS This task covers work design review meetings and workshops with City and Consultant staff to present design concepts, to gather input from the City staff, and to reach resolution on design issues. Meetings will be held at the Consultant's offices in Sumner, Washington. The City will have staff able to make design decisions and provide the Consultant project team with direction at these meetings. • Design Review Workshops - Prepare for and conduct a 2-hour design review workshop for the 10% design milestone. This meeting will each be attended by the project manager and up to two other Consultant staff. • Design Review Meetings - Prepare for and conduct a 2-hour design review meeting for the 60% design milestone. This meeting will each be attended by the project manager and up to two other Consultant staff. • Ciry Review Comments - The Consultant will respond to all written City review comments in writing. • Comment Resolution/Special Technical Meetings - Within 1 week of the end of each design milestone review cycle, the project manager and the pump station technical lead will attend a 2-hour meeting to resolve any outstanding City review comments. If a comment cannot be Ciry ojAuburn 116-1931-828 Scope ojWork - Agreement AG-C-350 Amendment No. / 5 Augzrst 12, 2009 Phase B3: White River Stormwater P:imp Station Final Design resolved at the meeting, an action plan will be agreed to at the meeting between the Consultant and the City for resolution of the comment, and potential impacts to the schedule will be identified. • Meeting Notes - Provide draft and final meeting notes for each meeting or workshop. Assumptions • The City will have key decision-making staff at all design review and comment resolution meetings. • The City will provide review comments for each design submittal by the end of the designated review cycle, in written form or via the recorded and approved design review meeting notes. • The City's comments will be consistent and condensed by the City's project manager such that the Consultant receives one set of comments that takes into account all departmental concerns. Comments from multiple departments at the City will not be in conflict with each other when issued to the Consultant. Deliverab/es 0 Written response to City review comments received during design review cycles (1 copy). • Draft and final meeting notes for each meeting or workshop (1 copy). TASK 04 - PUMP STATION DESIGN This scope of work is based on the design process described in this section, which consists of the work necessary to design the pump station upgrade and develop final contract bid documents. Services described in this task will be provided by the Consultant. Architectural and acoustical design support services provided by subconsultants are covered under separate tasks. The following outlines what work and deliverables are covered in each design milestone. PRELIMINARY DESIGN Basis of Design (10% Design) Prepare Basis of Design Technical Memorandum with design criteria, equipment list, major equipment sizes, concept layout, process drawings, and basic control concepts, generally consisting of the following: • Prepare Preliminary Equipment List and Instrumentation List showing component names and numbers. • Provide design criteria for pumps, piping, valves, HVAC, and water system. • Provide sizing of pumps with flow, head, and horsepower. • Prepare preliminary One-Line Diagram of major 480-Volt equipment loads. • Provide preliminary load calculation for 480-Volt equipment. • Provide space requirements for electrical components. • Provide recommendation regarding drives and/or starters. City ofA:ibian 216-1931-828 Scope of Work - Agreement AG-C-350 Amendment No. 1 6 Augttst 12, 2009 Phase B3: White River Stormwater P:tmp Station Final Design • Provide recommended generator size. • Prepare description of the major control strategies in their basic form. • Investigate and provide requirements and regulations for location of equipment in Puget Sound Energy (PSE) rights-of-way and under overhead power lines. • Prepare concept construction staging and bypass pumping recommendations. • Prepare preliminary Engineer's Opinion of Probable Construction Cost. • Prepare preliminary Construction Schedule. • Prepare preliminary drawings showing wet well plan and principal sections. • Prepare preliminary building plan showing major equipment and space requirements. • Provide building conceptual sketches - see architectural task. Deliverables • Draft Basis of Design Technical Memo (6 bound, 1 unbound, and one electronic pdf version, including l 1x17 drawings). FINAL DESIGN Final design for this project will include development of a complete set of contract drawings and technical specifications as further detailed below. This scope of work and the associated budget assume that the White River Stormwater Pump Station will be bid as a separate, stand-alone construction project. It is further assumed that the Contract and Legal Documents will be standard documents provided by the City of Auburn. The final design is assumed to include the following set of Contract Drawings. Drawings will be prepared as the design progresses, and specific completed or partially completed drawings will be included with the indicated design review submittals. The proposed list of drawings is based on the Consultant's understanding of the work and the level of detail necessary to prepare a bid-ready design. The actual number of drawings produced and the sheet titles and information shown may vary slightly from the preliminary listing shown. PROPOSED LIST OF DRAWINGS Design Submittal No. Description 30% 60% 90% and Final G-1 Cover- Index, Vicinity Map ✓ ✓ ✓ G-2 Generallnformation ✓ ✓ ✓ C-1 TESC ✓ ✓ C-2 Demolition ✓ ✓ ✓ Ciry ofA:iburn 216-1931-818 Scope of Work - Agreement AG-C-350 Amendment No. 1 7 August 12, 2009 Phase B3: White Rrver Stormwater Pump Station Final Design No. Description 30% Design Submittal 60% 90% and Final C-3 Civil Site Plan and Details - Utility Piping, Fencing, Outfalt Marking, Details ✓ ✓ ✓ C-4 Surface Restoration/Grading Plan and Details ✓ ✓ G5 Site Improvement Details ✓ ✓ LA-1 Site Planting Plan and Schedule ✓ ✓ LA-2 Miscellaneous Landscaping Details ✓ LA-3 River Buffer Restoration Plan ✓ ✓ ✓ LA-4 River Buffer Restoration Details ✓ ✓ A-1 Floor Plan, Roof Plan, Door and Finish Schedules ✓ ✓ A-2 Building Section and Wall Sections ✓ ✓ A-3 Exterior Elevations ✓ ✓ ✓ A-4 Details ✓ S-1 General Structural Notes ✓ ✓ ✓ S-2 General Structural Notes ✓ ✓ ✓ S-3 Standard Details ✓ ✓ ✓ S-4 Ceiling Plan, Roof Framing Plan, Details ✓ ✓ S-5 Details ✓ S-6 Finish Floor, Hatch Details, and Exterior Stairs ✓ ✓ ✓ S-7 Intermediate Grating Plan, Sections, and Details ✓ ✓ S-8 Generator Slab and Miscellaneous Details ✓ ✓ M-1 Mechanical Legend and Abbreviations ✓ ~ ✓ M-2 Lower l.evel Mechanical Plan and Sections ✓ ✓ ✓ M-3 Misc Piping, Valves and Gate Details ✓ ✓ M-4 Building HVAC Plan and Sections ✓ ✓ Ciry ojAuburn 216-1931-828 Scope oJWork - Agreement AG-C-350 Amendment No. 1 8 A:igust 12, 2009 Phase 83: White River Stormwater Pump Station Fina! Design Design Submittal No. Description 30% 60% 90%and Final M-5 Miscellaneous Sections and Details, Generator ~ Plan and Details M-6 Pump Details ✓ ✓ P-1 Leqend and Abbreviations ✓ ✓ ✓ P-2 Piping and Instrumentation Diagram ✓ ✓ E-1 Legend, Abbreviations and Standard Notes ✓ ✓ ✓ E-2 Electrical Site Plan ✓ ✓ ✓ E-3 Power and Control Plan ✓ ✓ E-4 Liqhting and Receptacle Plan ✓ ✓ E-5 One-Line Diagram ✓ ✓ ✓ E-6 Conduit Interconnection Diagram and Panel ✓ ✓ E-7 Conduit and Cable Schedule ✓ ✓ E-8 Panel Elevations ✓ ✓ E 9 Control Schematics - Sheet 1[wet well level and ✓ ✓ E-10 Control Schematics - Sheet 2[HVAC, generator, ✓ ✓ intrusion, details] E-11 Control Schematics - Sheet 3 fSCADAI ✓ ✓ Prepare 30°/a Design Update Basis of Design and Technical Memorandums developed during the Basis of Design Phase. Prepare preliminary plan layout drawings and principal section views of the proposed work, process and instrumentation drawings, and architectural elevations. Prepare Preliminary List of Specifications. Prepare updated Engineer's Opinion of Probable Construction Cost and Construction Schedule. City ojAuburn 216-1931-828 Scope of Work - Agreement AG-C-350 Amendment No. 1 9 Augrst 12, 2009 Phase 83: White River Stormwater Paimp Station Final Design Deliverab/es • Final Basis of Design Technical Memo addressing City comments on the 10% Draft Submittal (six bound, one unbound, and one electronic pdf version). • Memorandum describing changes implemented since the previous submittal (approximately two pages, six bound, one unbound, and one electronic pdf version). • List of Technical Specifications. ~ 30% Design Drawings (six bound'/z-size, one unbound `/2-size, and one electronic pdf version). 0 Updated Drafts of the following documents: > Equipment List (six bound, one unbound, and one electronic pdf version). ➢ Control Strategy Teclulical Memorandum (six bound, one unbound, and one electronic pdf version). ➢ Probable Construction Cost (six bound, one unbound, and one electronic pdf version). ➢ Proposed Construction Schedule (six bound, one unbound, and one electronic pdf version). Prepare 60% Drawings and Specifications Update and further develop drawings, including the previously submitted layout and principal sections, prepare additional sections as needed and begin to develop details. Prepare major technical specification sections. Update Engineer's Opinion of Probable Construction Cost and Construction Schedule. Deliverables • 60% Design Drawings (two bound full-size, six bound '/z-size, one unbound '/z-size, one electronic pdf version, and one CD with CADD files). • Memorandum describing changes implemented since the previous submittal (approximately two pages, one hard copy and one electronic pdf version). • First Drafts of the following documents: > Specifications (Divisions 2, 3, 11, 15, 16, and 17, CSI format) (one unbound hard copy and one electronic pdf version). • Updated Drafts of the following documents: ➢ Probable Construction Cost (one hard copy and one electronic pdf version). ➢ Probable Construction Schedule (one hard copy and one electronic pdf version). Prepare 90% Drawings and Specifications Prepare essentially complete drawings and specifications to confirm incorporation of design review comments from City. Prepare final Engineer's Opinion of Probable Construction Cost and final Proposed Construction Schedule. City ofAuburn 216-1931-828 Scope of Work - Agreement AG'-C-350 Amendment No. 1 10 Azgitst 12, 2009 Phase 133: White River Stormivater P:tmp Station Fina! Design Deliverab/es • Memorandum describing changes implemented since the previous submittal (approximately two pages, one hard copy and one electronic pdf version). • 90% (essentially complete) Design Drawings (two bound full-size, six bound 'h-size, one unbound'/2-size, one electronic pdf version, and one CD with CADD files). • First Drafts of the following documents: ➢ Bidding Documents (two bound, one unbound, and one electronic pdf version). • Essentially Complete versions of the following documents: ➢ Specifications (All Divisions) (two bound, one unbound, and one electronic pdf version). • Final Versions of the following documents: ➢ Probable Construction Cost (one hard copy and one electronic pdf version). ➢ Proposed Construction Schedule (one hard copy and one electronic pdf version). Prepare 100% Drawings and Specifications Complete revisions to drawings and specifications. Deliverables • Final Versions of the following documents: ➢ Contract Plans (Final Design Drawings, one set 4-mil Mylars). ➢ Bidding Documents (two bound, one unbound, and one electronic pdf version). ➢ Specifications (all divisions) (two bound, one unbound, and one electronic pdf version). ➢ Probable Construction Cost (one hard copy and one electronic pdf version) ➢ Probable Construction Schedule (one hard copy and one electronic pdf version) Assumptions • Future station firm capacity has been established by City staff and no design flow calculations will be conducted. • Stormwater flow attenuation or water quality treatment will not be included in the design. • The final design will be based on the site survey provided by the City. • The design will incorporate information from the original design drawings for the pump station project as provided by the City. Deliverables 0 See above under each design milestone, listing memoranda, drawings, specifications, opinions of probable construction cost, and construction schedules. 0 Upon completion of design, final deliverable drawings will include one complete camera-ready set of full-size (22"014") plans on Mylar, stamped and signed by a professional engineer and a Ciry ojAuburn 216-1931-828 Scope of Work - Agreement AG-C-350 Amendment No. l 1/ Augtist 12, 2009 Phase 83: Whrte Rrver Stormwater Pump Station Final Design CD or DVD containing the drawings (AutoCAD 2006 and Adobe PDF format). Final deliverable specifications will include one complete camera-ready set of the specification documents and a CD containing the specifications (MS Word format). TASK 05 - SURVEY Field survey for this project has been provided by the City. The Consultant translated field data provided by the City and generated a Triangular Irregular Network (TIN) and a topographic map during the previous phase of the design effort. This task is included to address survey requirements for permitting and anticipated minor survey pick-ups and changes to the base map which may arise during design. Assumptions • Field survey has been completed by the City • To fulfill permitting requirements, the base map will be modified to include the Ordinary High Water Mark (OHWM) of the White River. The base map will not include any zoning information. ~ Proposed improvements will be constructed entirely within existing easements and/or ROW. No other easement or ROW acquisition is required for this project. Deliverables • AutoCAD drawing files in 2006 format at 1 inch = 20 feet with 1-foot contours, topographic information, and ROW/easements adjacent to the mapping area. • TIN surface in AutoCAD 2006 format. TASK 06 - ARCHITECTURAL DESIGN Architectural design services will be provided by a subconsultant acting under the direction of the Consultant. The architectural subconsultant will work as an integral part of the design team and their work and corresponding submittals will be done in parallel with the scope of work and submittals described in Task 04. As part of the Basis of Design phase, the architectural subconsultant will provide preliminary sketches for two alternative building roof and finish concepts for review and approval by the City. The concepts will be based on a CMU building with roof layouts that take into account the site constraints, including the existing overhead power lines. The scope of architectural services will include: PRELIMINARY DESIGN • Visit the existing pump station site. • Determine and document the site zoning criteria, applicable codes, and design criteria. • Develop two design alternatives and prepare plan, section, and perspective views for City review. CityojAttburn 216-1931-828 Scope of Work - Agreement AG-C-350 Amendment No. 1 12 Augzist 12, 2009 Phase B3: White River Stormwater Pump Station Fina! Design 30% DESIGN • Select the building design based on City preferences and revise the selected design per City comments. • Develop draft building floor and roof plans, building sections, exterior elevations, list of specification sections, and preliminary building cost estimate. 60% DESIGN • Respond to 30% review comments. • Revise the building floor plan, roof plan, building sections, and exterior elevations. • Develop draft door and finish schedules, wall sections, and details. • Prepare draft specification Sections 4 through 10 and 12. • Update the preliminary building cost estimate. 90% DESIGN • Respond to 60% review comments. • Revise the building floor plan, roof plan, building sections, exterior elevations, door and finish schedules, wall sections, and details. • Revise specification Sections 4 through 10 and 12. • Update the 60% building cost estimate. FINAL DESIGN • Respond to 90% review comments. • Finalize the building floor plan, roof plan, building sections, exterior elevations, door and finish schedules, wall sections, and details. • Finalize specification Sections 4 through 10 and 12. • Finalize the building cost estimate. Deliverables The Architectural design deliverables for each milestone will be included with the Project deliverables described in Task 04 above. Ciry ofAuburn 116-1931-828 Scope of Work - Agreement AG-C-350 Amendment No. l 13 Augrtst 12, 2009 Phase B3: White River Stormwater Piimp Station Final Design TASK 07 - ACOUSTICAL DESIGN Acoustical services will be provided by a subconsultant acting under the direction of the Consultant. The scope of acoustical services will include: ENVIRONMENTAL NOISE CONTROL • Visit the existing pump station site and conduct sound level measurements in order to characterize the existing exterior acoustic environment. • Review the proposed design and manufacturer noise emission data of the emergency generator, pumps, and ventilation equipment for compliance with the City of Auburn code requirements for environmental noise. • Calculate and analyze predicted sound levels originating from on-site equipment operations received at adjacent residential property lines. • Provide recommendations for controlling environmental noise from on-site equipment for compliance with allowable limits. Recommendations may include mufflers, enclosures, louvers, and/or barriers as necessary. • Provide specifications for emergency generator mufflers and enclosures, louvers, silencers, and other materials as required by the project equipment design to control noise and vibration. • Review all drawings and specifications regarding the implementation of acoustical recommendations at design milestones. Issue a written memorandum upon completion of review noting areas requiring additional design. CONSTRUCTION NOISE CONTROL • Monitor existing sound levels at appropriate locations near the site priar to commencement of the construction activities in order to establish baseline sound levels. • Review the proposed construction plan, including demolition and construction phases, construction methods, and equipment. • Establish criteria for identifying construction noise impacts at the neighboring residences, based on Washington State noise regulations, local statutes, any applicable variances, and baseline sound levels. • Submit a general Noise Control Plan for the site, which will include the baseline sound levels measured in the vicinity of the site, criteria for identifying noise impacts, and proposed noise mitigation measures to apply to all phases of demolition and construction. Deliverables • At 30% design, provide memorandum for noise control recommendations (two bound, one unbound, and one electronic pdf version). • Incorporate design of recommended noise control recommendations, in 60%, 90%, and 100% plans and specifications. Ciry ofA:ib:irn 216-1931-828 Scope of Work - Agreement AG-C-350 Amendment No. 1 14 Augirst 11, 1009 Phase 83: White River Stormwater Pump Station Final Design TASK 08 - ENVIRONMENTAL AND PERMITTING The Consultant shall prepare City of Auburn environmental and land-use permit applications that are anticipated to be required for construction of the pump station improvements. Based on the proposed improvements and local (City) funding of the project, State and Federal permits identified in the "White River Pump Station - Alternatives Analysis" report should not be required. Environmental and land-use permit applications to be prepared by the Consultant include the following: • Shoreline Permit. • Critical Areas Report and Mitigation Plan. • Flood Hazard Permit. • Building Permit. Assumptions • Due to changing environmental regulations, the anticipated list of permits is as comprehensive as possible. However, if the project does not move forward in a timely manner, or regulations are revised, the above list of permits may not be complete. • Water body, wetland, aerial, and other critical area maps will be provided to the Consultant by City staff, both hard copy and electronic, AutoCAD-compatible format. • The City of Auburn will be the Lead Agency for all permitting, including the SEPA process. • A SEPA Checklist will be required for this project. The City of Auburn will perform any and all field investigation necessary to support preparation of the SEPA Checklist and will prepare the SEPA Checklist for this project. • A Fill and Grade Permit will be required for this project. The City of Auburn will prepare the Fill and Grade Permit application for this project based on the site plan and earthwork quantities provided by the Consultant under Task 04. • This scope of work does not include effort to obtain required permits and/or approvals. This effort will be performed by the City using permit applications prepared by the Consultant. • This scope of work does not include any time to prepare for or attend public hearings or public outreach meetings. Deliverab]es Schedule Deliverables prepared under this task will be submitted to the City of Auburn in accordance with the following schedule: • Prepare a draft Critical Area and Flood Hazard Permit Application within two weeks of receiving City review comments on the 30% design submittal (4 copies). • Prepare the final Critical Area and Flood Hazard Permit Application within two weeks of receiving City review comments on the draft Permit Application and on the 60% design submittal (4 copies). Ciry of Auburn 216-1931-828 Scope of Work - Agreement AG-C-350 Amendment No. ! 15 A:egYrst 12, 2009 Phase B3: Whrte River Stormwater Pump Station Fina! Design • Prepare a draft Shoreline Permit application within two weeks of receiving City review comments on the 30% design submittal (4 copies). • Prepare the final Shoreline Permit application within two weeks of receiving City review comments on the 60% design submittal (4 copies). • Prepare draft and final Building Permit applications for City review within six weeks of receiving City review comments on the 60% design submittal (4 copies). De/iverables • Draft (4 copies) and final (2 copies), at milestones noted above, of permit applications and Critical Areas Report for City review. TASK 09 - UTILITY COORDINATION In addition to standard coordination with Puget Sound Energy (PSE) for installation of new and/or upsized electrical service, the Consultant anticipates supporting the CiTy in addressing issues related to construction under the existing PSE power lines, including but not limited to clearance issues and emergency generator/fuel storage requirements. This task also includes identifying potential conflicts with existing public and private utilities and addressing potential conflicts in project design or providing the City with extents of required utility relocations of other utilities if conflicts are unavoidable. Assumptions • The Consultant will prepare electrical site plan and one-line diagraxn/load calculations to support the service application to PSE. • The City of Auburn will prepare, finalize, and process applications with PSE. • Utility coordination will include one site meeting. • The budget includes 8 hours of verbal communications with PSE. • Potential conflicts with existing utilities will be based on City-provided survey, field marking of existing utilities, and record drawings of existing utilities. No underground exploration (i.e., potholing) will be performed for this task. Deliverables • Draft electrical site plan and load calculations (4 copies). TASK 10 - BID PHASE SERVICES Assist the City of Auburn in responding to questions and requests for information (RFIs) from contractors and suppliers during bidding for the White River Storm Pump Station Project. Provide written responses to all questions and RFIs. Prepare Bid Clarifications and/or Addenda documents if required. Ciry ofA:rb:rrn 216-1931-828 Scope of Work - Agreement AG-C-350 Amendment No. 1 16 Augirst 12, 1009 Phase B3: White River Stormwater P:tmp Statron Final Design Assumptions • The City will generate and publish the bid advertisement(s) for these projects. • The City will distribute all construction documents and maintain the Plan Holder List. • The City will provide all questions and RFIs in written form to the Consultant (email or hard copy). • The Consultant will provide written responses to questions and RFIs, and/or complete Bid Clarification and Addendum documents to the City. The City will be responsible for reproduction and distribution of these documents to all Plan Holders. • The City will prepare the bid tabulation and perform all contractor selection functions. Deliverab/es • Written responses to all questions and RFIs provided by the City. • Complete Bid Clarification and/or Addendum Documents (Adobe PDF format) as required. MANAGEMENT RESERVE FUND The budget for this project includes a Management Reserve Fund equal to 10 percent of the budget for all tasks identified in this scope of work. This fund is established to provide for unforeseen costs, or for required additional work beyond that defined in this scope of work. This fund will be used only if and when authorized by the City in accordance with the City Agreement for Professional Services. Ciry ofAub:irn 216-1931-818 Scope of Work - Agreement AG-C-350 Amendment No. ! 17 A:igxst 12, 2009 Phase 83: White River Stormwater Pump Station Final Design d 0 0 v 0 ~ a a RS C ~ IN IN I I i ~m I ~Q N N ' I I I I I I ~ I o ~ o ~ N ~ I r~~. '1~1 y V ~lr ~ 8 i' ~ ~ MI» Ne ~o F I w m = ~ m 1 -1- 1 n I ao I ~ ~ ~ ' ' E I i E ! ~ t I I ~ I ~ ~ I j~ ~ - I~ a ~ ~~JI ly cla cI ~ j ! ~ ~ £ j d I I e ol : ' ; e G O ~ ~ ~ ~ ir ; m O J 39 U ,sq ~r ~ ~ A w ~ O ~ ~ V1 F. ~ .F.~ ~ oa ~ ~ ~ ~ C w O ; OiT I . JI . I~Mf~I ~ ' I ~ ~ i . ~ i ~ ~ I I i ~ O M a I ~ ~ ! I!~ I I I 1 W = 1 ~ I I I i I ~ f m _ a o J ~ I ! rn1 i ~ I ~ Im~l ~ II ~ I ~ ~ I ,II I m ~ a a~ r = ' I i - ~ ~ ~ ~ ~ {I U _ - o i o ~ C ~ =1 cn c 0 U ~ co ~ ~ ~ ~ cmi m :1 N ~ O v m° N m ~ 3 ~ ~ mM N 'M H b ~9 ~ f A ~ y ~ x w V ~ ~W2 ON W ON H O ~ O ~ O ~ O I ' M i ~a I ,jTC ~s ~ ~ ~ ~ v e a o I ' ' ~ O O O O O O O N O O O I N O N O N O p I N a ~ I I ~ I I WE 0 tn OJ 0 N O 0 N O 00 ~ N 0 O ~ 0 O IA 0 IO ib 0 O IO 0 O I(V 0 O ~N 0 N ~ Q~ ~2y~ s ~ I j I v~ ~ w. I s~ I I I ~ N d o , ~ ~ ~ E- w ~ N v ~ 25 IU 0 ~ c ~ I~' I ~ ~ i ~ I I~ . O ~ U C> I N i j: € i ' a I~ ~ WI i ! 0~ p ~ ,yl~ ',~lo lm. o N i ~ " I ~ ~ LL a R ~ m w a ~ a I ~ c~i Mpa I i ~Z i~ni~cin I i~ imrn ' ' ~ ~m ~ U) w U) z w^ {..1.. W AMENDMENT #2 TO AGREEMENT NO. AG-C-350 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC. RELATING TO PROJECT NO. CP0817, SEWER & STORM PUMP STATION REPLACEMENT THIS AMENDMENT is made and entered into this~) ~day of by and befinreen the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Parametrix, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-350 executed on the 15th day of January 2009 and amended by agreement dated the 24th day of August 2009. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2010. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-350 executed on the 15th day of January 2009, shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. PARAMETRIX, INC. By: Authorized signature C N ~ Peter B. Lewis, Mayor ATTEST (Optional): By: Its: Approved as to form (Optional): Attorney for (Other Party) ATTEST: Parametrix, Inc. Page 1 of 1 anielle E. Daskam, Auburn City Clerk , AMENDMENT #3 TO AGREEMENT NO. AG-C-350 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC. RELATING TO PROJECT NO. CP0817, 2009 SEWER AND STORM PUMP STATION REPLACEMENT THIS AMENDMENT is made and entered into by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Parametrix, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-350 executed on the 15th day of January, 2009. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $60,000. The total contract amount is increased to a total of $1,535,187, which includes a total management reserve fund of $134,108. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-350 executed on the 15th day of January 2009, shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. Pa=et CI RN By: Daniel L. McReynolds, P.E. Peter B. Lewis, Mayor Principal ATTEST: r Danielle E. Daskam, Auburn City Clerk as eid, Amendment No. 2 for Agreement No. AG-C-350 Parametrix, Inc. Page 1 of 1 EXHIBIT A SCOPE OF WORK CITY OF AUBURN AG-C-350, AMENDMENT NO. 3 DESIGN SERVICES FOR CITY OF AUBURN 2009 SEWER AND STORM PUMP STATION REPLACEMENT PROJECT PROJECT NUMBER CP0817 CONSTRUCTION SERVICES The Consultant shall provide the following construction phase services for the Dogwood, Ellingson, and White River lift station improvements: The Consultant will support City staff during the construction phase for the three lifr stations. City staff will provide overall project management and field inspection. The Consultant will provide technical assistance in the following areas: CONSTRUCTION PLANNING MEETINGS The Consultant will prepare for and attend the preconstruction conference for each pump station included in the project. The Consultant will review the preliminary schedule of submittals prepared by the City's construction contractar. The Consultant will attend a construction planning meeting with the City to discuss comments and to determine with the City what submittals the Consultant will review SUBMITTAL REVIEWS The Consultant will review contractor submittals for compliance with the project specifications as requested by the City. The initial scope of submittal reviews will be determined at the construction planning meeting. Submittal reviews will be performed within the time limits provided in the project specifications. All submittals and submittal-related communications will be directed through City staff. Submittal review will be performed on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City. DESIGN CLARIFICATIONS During the construction phase of the project, the Consultant will provide design clarifications and/ar respond to requests for information (RFI) as required/desired by the City. Design clarifications will be provided on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City. AG-C-350 A-3 Scape of Wark Consultant services for responding to RFIs and/or production of addenda during the bid phase of the project are included in the original project scope and budget for each pump station. CHANGE ORDER DOCUMENTATION During the construction phase of the project, the Consultant will provide technical content for inclusion in change orders as required/desired by the City. Change order documentation will be provided on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City. CONSTRUCTION MEETINGS AND SITE VISITS During the construction phase of the project, the Consultant will prepare for and attend construction meetings and site visits as required/desired by the City. Construction meetings and site visits will be attended on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City. ELECTRICAL AND MECHANICAL RECORD DRAWINGS Upon completion of the construction phase of the project, the Consultant will prepare record drawings far the electrical and mechanical drawings for each pump station included in the project. These drawings will be prepared based on information provided by the contractor and/or the City. The record drawings will be prepared by hand drafting in ink on the original signed mylars for the project. The mark-ups on the mylars will be performed using red ink. The Consultant will modify the civil electronic drawings per the mylar mark-ups. Modifications of electrical and mechanical electronic drawings are not included in this scope of work. BUDGET SUMMARY: The budget for this amendment, as detailed in Exhibit B, follows: Dogwood Sewer Lift Station (Phase Cl) $20,000 Ellingson Sewer Lift Station (Phase C2) $20,000 White River Storm Station (Phase C3) $20,000 TOTAL: $60,000 AG-G350 A-3 Scope ojWork AMENDMENT #4 TO AGREEMENT NO. AG-C-350 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC. RELATING TO PROJECT NO.CP0817, SEWER & STORM PUMP STATION REPLACEMENT THIS AMENDMENT is made and entered into this day of , 2010, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Parametrix, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-350 executed on the 15th day of January 2009 and amended by, agreement dated the 24th of August 2009, and amended by agreement dated the 318t day of December 2009, and amended by agreement dated the 13th of July 2010. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2011. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this amendment. 3. MANAGEMENT RESERVE FUND: The remaining balance of the management reserve fund allocated for the Dogwood Sewer Pump Station, $31,512, is authorized as follows: $17,000 for Dogwood Construction Services (Phase Cl), and $14,512 for Ellingson Construction Services (Phase C2). $26,090 of the management reserve fund allocated for the White River Station is authorized for White River Construction Services (Phase C3). $21,950 of management reserve fund allocated for the White River Station remains unauthorized at this time. 4. COMPENSATION: The amount of this amendment is $137,948.00. The total contract amount is increased to $1,673,135, which includes a total management reserve fund of $134,108 of which $112,158` is authorized. The total contract amount authorized is $1,651,185.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-350 executed on the 15tt' day of January 2009, shall remain unchanged, and in full force and effect. AG-C-350 Amendment 4 Page 1 of 2 IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. PARAMETRIX, INC. CI YO By: 7- Authorized signature Peter b. Lewis, Mayor ATTEST (Optional): ATTEST: By: Its: Dan lle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr e s t Attorney for (Other Party) Da ' I B. Heid, Auburn City ttorney AG-C-350 Amendment 4 Page 2 of 2 i EXHIBIT A SCOPE OF WORK CITY OF AUBURN AG-C-350, AMENDMENT NO.4 CONSTRUCTION SERVICES FOR CITY OF AUBURN 2009 SEWER AND STORM PUMPjSTATION REPLACEMENT PROJECT PROJECT NUMBER CP0817 The Consultant shall provide the following additional construction phase services for the Dogwood, Ellingson, and White River lift station improvements: The Consultant will support City staff during the construction phase for the three lift stations. City staff will provide overall construction management. The Consultant will provide additional technical assistance in the following areas: SUBMITTAL REVIEWS Submittal reviews will be performed within the time limits provided in the project specifications. All submittals and submittal-related communications will be directed through City staff. Submittal review will' be performed on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City. Assumptions: • The City is responsible for receiving submittals from the Contractor and distributing submittals to the appropriate parties for review. The City shall determine acceptance status-of each submittal based on recommendations and comments made by the reviewing parties. The City is responsible for returning submittals to the Contractor and for maintaining copies of the submittals within the project file.. • The City shall perform an initial cursory review of all submittals to determine if minimum requirements for content and format are met. If these requirements are not met, the City will return the submittal to the Contractor for revision prior to commencement of review. • The budget for this task does not include the review of alternate submittals. • The budget for this task is based on the attached submittal list (Exhibit C), and assumes that the Consultant shall review each submittal not more than twice (allowing for one re-submittal by the Contractor). DESIGN CLARIFICATIONS During the construction phase of the project, the Consultant will provide design clarifications and/or respond to requests for information (RFI) as required/desired by the City. Design clarifications will be provided on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City. All Consultant costs associated with design clarifications and RFIs that are a result of errors, omissions, inconsistencies, or lack of clarity in the Contract Documents prepared by the Consultant are considered non-compensable AG-C-350, Exhibit A Amendment 4 Page 1 of 4 and are not included in this task. Prior to completing any design clarification or RFIs requested by the City, the Consultant and the City shall determine the level of effort required and whether the efforts are compensable under this task or are considered incidental to the Consultant's design efforts. All design clarification and RFIs made by the Contractor shall be forwarded to the City. The Consultant shall not respond to the Contractor directly and shall not proceed with work to answer design clarifications or RFls without prior approval from the City.-The Consultant shall not direct the Contractor to make any changes or deviations from the Contract Documents as this responsibility and authority shall only lie with the City. ELECTRICAL FIELD TESTING During the construction phase of the project, the Consultant will provide qualified staff to observe the Contractor's, electrical field testing of each pump station as set forth in the project specifications, as requested by the City. Testing observations will be provided on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City. Assumptions: • All equipment will be installed, commissioned, and programmed, and the Contractor will perform proof testing prior to requesting observation of the field tests. • Once observation of field testing is requested, the testing will be completed continuously during normal working hours, and required observation time will not exceed a total of 16 hours. • All testing reports will be prepared by the Contractor as set forth in the Contract Documents. CONSTRUCTION OBSERVATION / INSPECTION ASSISTANCE The Consultant will assist City staff with construction observation and inspection for the Ellingson Pump Station, as requested by the City. The Consultant will perform the functions involved in observing construction activities and reviewing completed phases of the work and assisting with the flow of communication between the City and the Contractor. The City will provide general construction management, including review of pay requests and change orders and approval of contractual issues. The City's staff will have final acceptance authority on issues related to quality of construction and cost issues. Construction observation will include day-to-day observation and reporting of on-site construction activity, as requested by the City to supplement the City's construction inspection efforts. This scope and budget are based on the Consultant providing full time, on-site construction observation for a total of 40 hours per week for 135 working days of project duration. The actual construction observation services required by the City may be less, depending on the.availability of City inspection staff and the progress of construction activities. At least once, a month, the City inspector will meet with the Consultant construction inspection staff to discuss, coordinate, schedule, and plan inspection/observation efforts. The specific activities included under this task shall be as directed by the City's construction inspector and may included the following: • Consultant internal project set up, staff scheduling, coordination, and management. • Preparation of. Consultant monthly billings and progress reports (8 assumed). o Attendance of one preconstruction meeting with the'Contractor and the City. AG-C-350, Exhibit A Amendment 4 Page 2 of 4 • Attendance of one construction-phase kick-off meeting with City and Consultant staff to establish expectations and lines of communication for the project between the City and the Consultant. o Photograph the project site for pre- and post-construction conditions, as requested by the City's inspector. • Monitor the Contractor's construction activities to verify that work takes place in accordance with the contract documents and the design represented therein and the intent of the contract documents. • Prepare daily field reports to identify the activities of each day, the site conditions, the manor in which the Contractor executed the work, the work performed, and any other issues of concern. • Track contract quantities and assist 'the City in evaluating Contractor pay requests and calculation of recommended payment values using the Contractor's pay estimates and backup information combined with field observations. o Observe and document any testing performed by the Contractor as required in the Contract Documents. • Photograph construction progress and potential problems. o Track the' Contractor's progress with the submitted construction schedules. • Conduct wage interviews as directed by the City's inspector. • Review Subcontractor List to identify whether major subcontractors disclosed in the bid response are on-site performing portions of the work. • Coordinate and document extra work required of the Contractor under change orders and/or force account as approved by the City. o Periodically verify that the Contractor's updated set of redlined record drawings depict the conditions of the work as it progresses and as observed. o Assist the City with the final walk-through and preparation of the punch list. Deliverables a Daily inspection reports including any testing documentation. • Photographs of construction progress and issues. • The City will schedule and provide all third-party materials testing and inspections. • The City will prepare and process all project pay estimates. • The City will prepare the punch list document. Exhibit B shows the Consultant's estimated costs to perform the work elements above based on the stated assumptions. Effort will not exceed this budget amount without specific authorization from the City. The City expects that the level, of Consultant effort required for construction services will vary depending on construction progression and availability of City staff. It is anticipated that observation services will not " be needed on non-working or limited construction working days. The City may determine that Consultant observation services are not required on working days, depending on the availability of City staff and the AG-C-350, Exhibit A Amendment 4 Page 3 of 4 , i construction activities taking place. No compensation shall be due to the Consultant for construction observation for times when the City has determined that no observation services are needed. Except for special trips that are not planned at least 48-hours in advance, compensation for the Consultant observation staff's travel to and.from the project site shall not be made. It is anticipated that during various construction phases the City will require Consultant observation services during weekend and after hours construction activities. No adjustments to the attached. budget schedule shall be made for Consultant observation staff work required on weekends or after normal working hours. BUDGET SUMMARY: The budget for this amendment, as detailed in Exhibit B, follows: TOTAL: Authorization of Authorized Total Additional Management Amount, Added Amount Reserve Fund by Contract Authorized Amendment #4 Dogwood Sewer Lift Station Phase C1 $17,000 $17,000 Ellingson Sewer. Lift Station Phase C2 $14;512 $137,948 $152,460 White River-Storm'Station (Phase C3) $26;000 $26,000 TOTALS: $57,512 $137,948 $195,460 AG-C-350, Exhibit A Amendment 4 Page 4 of 4 :3 PARAMETRIX Form 01-PD-39/Rev. 713012009 I Exhibit B: City of Auburn 2009 Sewer and Storm Pump Station Replacement Project Amendment No. 4,. Construction Services Labor Labor Expense Subconsultants Expenses Expense Mark-up Subconsultants Sub Mark-up Total Amount Subtotal Subtotal Subtotal f 10.0% i 10 0?/* µ R ~ Phase Task Description ORG I No. No. C1 Dogwood Pump Station - - 2 Submittal Reviews $10,260 $10,260 $135 $14 $149 $10,409 _ - 3 Design Clarifications $3,018 $3,018 $117 $12 $129 $3,147 7 Electrical Field Testing $2,944 - $2,944 $88 $9 $97 $3,041 Subtotal $16,597 C2 Ellingson Pump Station - - 2 Submittal Reviews $27,453 $27,453 $315 $32 $347 $27,800 - 7 Electrical Field Testing $2,944 $2,944 $88 $9 $97 $3,047 6 Construction Observation _ $118,836 $118,836 - $2,530 $253 $2,783 $121,$79 - Subtotal $152,460 C3 White River Pump Station 2 Submittal Reviews $22,339 $22,339 $255 $26 $281 $22,679 7 Electrical Field Testing _$2,944 _ $2,944 $88 $9 $97 $3,047 Subtotal $25,660 _ - - - I - TOTAL $190,739 < $ 9;Q 739 $3,616 $3621M. ~ $%-07161_ <r = $194,716 I ie Proje n g a e Division Manager - Date Principal - Date File Name: Amd4BudgetDraft20101117.xls j Project Delivery System Page 1 of 1 - SUMMARY Date Printed: 11/24/2010 Exhibit C City of Auburn 2009 Sewer and Storm Pump.,Station Replacement i Project No. CP-0817 Ellingson Pump Station Anticipated Submittals i Item Reviewer . Item Description Supplier or Manufacturer No. I' 1 Parametrix . E uipment Smith an6Loveless 2 City Shoring Plan 3 City Dewatering-Plah. 'Spalls for Station Quarry j 4 City Foundation 5 city Ballast 6 city Concrete 7 City Wet Well Platform Plan j 8 Ci Grating and Handrails 9 Parametrix Valves and`Fittings j 10 City Odor Control System 11 Parametrix Flow Meter 12 City Bypass-Pumpin-g- Plan 13 City Traffic Control Plan 14 City Reinforcing-Steel 15 City Floor-'Door.for..Wet Well . 16 Parametrix Generator and'AT3 17 Parametrix Control Panels 18 Parametrix VFDs 19 Parametrix - Electrical:Field;Testing 20 Parametrix Arc:Flash Stud 21 Parametrix Seismic Calcs . I j 22 City Concrete Masonry.Units 23 City Lumber 24 Cit Structural Steel 25 City Structural Framing-Plan 26 Cif MonoraihHoist j 27 City Metal Siding 28 City Roof Trusses 29 City Metal Roofing 30 City Insulation 31 City Drywall 32 Door Frames and City Hardware E 33 City Louvers 34 City/PMX Fans 35 Cit /PMX Heater 36 City Ducting 37 Cit /PMX Lighting Fixtures 38 City Paint i I I Exhibit C City of Auburn 2009 Sewer and Storm Pump Station Replacement Project No. CP-0817 White River Pump Station Anticipated Submittals Item Reviewer Item Description Supplier or Manufacturer No. 1 Parametrix _ Pumps Wemco 2 City Shoring Plan 3 City Dewatering Plan 4 City Concrete 5 city Wet Well Platform Plan 6 City Grating and Handrails 7 Parametrix Valves and Fittings 8 City Bypass Pumping Plan 9 city Traffic Control Plan 10 Parametrix Reinforcing Steel 11 City Floor Doors for Wet Well i I Fall Protection System 12 Cit for Wet Well Floor Doors 13 Parametrix Generator and ATS 14 Parametrix Control Panels ! 15 Parametrix VFDs 16 Parametrix Electrical Field Testing 17 Parametrix Arc Flash Study 18 Parametrix Seismic Calcs 19 City Concrete Masonry Units 20 City Lumber 21 Parametrix Roof Forming 22 City Roofing Materials 23 City Insulation ' 24 City Drywall 25 Door Frames and city Hardware 111 26 City Louvers 27 Cit /PMX Fans s s 28 City/PMX Heater 29 City Ducting 30 Cit /PMX Lighting Fixtures 31 City Paint ,4 3 16 _9 AMENDMENT#5 TO AGREEMENT NO. AG-C-350 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC. RELATING TO PROJECT NO CP0817, SEWER & STORM PUMP STATION REPLACEMENT /� yt THIS AMENDMENT is made and entered into thiscO day of G , 2011 by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the °CITY"), and Parametrix, Inc. (hereinafter referred to as the 'CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-350 executed on the 15'" day of January 2009. The changes to the agreement are described as follows: 1 CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31 2012. 2. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made part of this amendment. 3. COMPENSATION: The amount of this amendment is $38,644.60. See Exhibit B, which is attached hereto and by this reference made part of this amendment. The total contract amount is increased to $1 711 779.60, which includes a total management reserve fund of $134,108 of which $112,158 is authorized. The total contract amount authorized is $1,689,829.60. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-350 executed on the 15°'day of January 2009, shall remain unchanged, and in full force and effect. AG-C-350, Exhibit A Amendment 5 Page 1 of 2 IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. PAR METRIX, INC. S ,,--•s - By. Authorized signature Peter B. Lewis, Mayor ATTEST (Optional): ATTEST � By Its: Dan Ile E. Daskam, Auburn City Clerk Approved as to form (Optional): Approve• as to rm: iftrall Attorney for (Other Party) •riel B. Hei•, - .•urn City Attom- AG-C-350, Exhibit A Amendment 5 Page 2 of 2 EXHIBIT A SCOPE OF WORK City of Auburn AMENDMENT NO. 5 ADDITIONAL CONSTRUCTION SERVICES FOR 2009 SEWER AND STORM PUMP STATION REPLACEMENT PROJECT PROJECT NUMBER CP0817 The Consultant shall provide the following additional construction phase services for the Ellingson and White River lift station improvements. The Consultant will continue to support City staff during the construction phase for the Ellingson and White River lift stations. City staff will provide overall construction management. The Consultant will provide additional technical assistance in the following areas: SUBMITTAL REVIEWS For the White River Pump Station, the Consultant will review all contractor submittals for compliance with the project specifications, and will not be limited to the submittal list provided with Amendment No.4 Submittal reviews will be performed within the time limits provided in the project specifications. All submittals and submittal-related communications will be directed through City staff Submittal review will be performed on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City Assumptions • The initial Contractor submittals will meet the specification requirements for content and format. If these requirements are not met, the submittal will be returned to the Contractor for revision prior to commencement of review • The Contractor will submit materials as specified in the Contract Documents. Evaluation of proposed alternate materials will be considered extra work to be performed at the Contractor's expense. DESIGN CLARIFICATIONS During the construction phase of the project, the Consultant will provide design clarifications and/or respond to requests for information (RFI) as required/desired by the City Design clarifications will be provided on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City ELECTRICAL FIELD TESTING During the construction phase of the project, the Consultant will provide qualified staff to observe the Contractor's electrical and mechanical field testing of the White River pump station as set forth in the project specifications. Testing observation will be provided on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City City ofAnbur 716-1931-018 Scope of Work Project CP0817 Amend,,ent No.5 1 September 2011 • One on-site training class at the Ellingson Pump station for up to 4 hours for City Maintenance and Operations staff. • One on-site training class at the White River Pump station for up to 4 hours for City Maintenance and Operations staff. • One written document in outline form (three pages maximum) detailing how to change callout telephone numbers and callout order of rotation using the Zetron screen and telephone interfaces. Assumptions No specifications will be written for this project. • No new drawings are required for the pump stations. Modified versions of existing drawings will be provided. • The City will negotiate and obtain telephone lines at both pump stations. The telephone lines will be fully operational in time for startup day • The City will purchase the autodialers and supply them to the Consultant for configuration. • The City will provide a list of telephone numbers for dial out prior to the Consultant beginning programming. • Installation of the autodialers is included in the Contractor scope for each pump station (Panel 1963 in each station). The City will coordinate installation and power requirements with the Contractor for the autodialer at each pump station. • The Contractor for each project will provide qualified testing assistance by forcing each alarm contact that is provided under their contract. • Testing of all autodialer inputs will be performed on the startup day • The Contractor for each project will be responsible for operating, checking, and/or correcting the Contractor-supplied PLC programming. Training classes will be limited to City Employees only Training will not include reprogramming of the autodialer to add or modify voice messages. BUDGET SUMMARY The budget for this amendment, as detailed in Exhibit B, follows: Ellingson Sewer Lift Station Autodialer(Phase C2) $7,386.95 White River Storm Station Autodialer(Phase C3) $7,921.31 White River Storm Station Construction Services(Phase C3) $23,336.50 TOTAL. $38,644.76 C10'ofAoburn 2164931-018 Scope of Work Project CP0817 Amendment No.5 3 September 2011 EXHIBIT B Parametric Inc City of Auburn Ellingson AutoDlaler Installation EXHIBIT B:BUDGET SUMMARY _ Expen eMark Expense Subc ultant Subcon ultant Labor Amount Pepe sets uP Subtotal Suhconsultanu Markup Subtotal Grand Total 10.00% 10.00% Phase Task Description .- C2 9 Ellingson AutoDlaler Installation $7.302.05 584.90 50.00 58490 5000 50.00 50.00 57386.95 General . PrOlett Management 51549.45 51200 50.00 - $12.00 50.00 50.00 50.00 51,56L4S Meetings '5695.46 50.00 $0.00 50.00 50.00 50.00 50.00 5695.45 QA -$192.52 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 -$198.52 QC -. $695.46 $0.00 '$DAD $0.00 $0.00• $0.00 $1100 $695.46 Quotations AutoDialer fiction 1550) $716.76 56.00 $0.00 56.00 $0.00 50.00 $0.00 $722.76 Drawings-Revisions - 6-LLEllingsonControlSchematics $666.99 54.20 50.00 54.80 50.00 . $0.00 $0.00 $671.79 Programming .. . AmoDlaler 5975.60 512001 $0.00 512.00 $0.00 $0.00 50.00 $287.60 5tarttn - it Ellingson $573.75 $16.65 50.00 516.65 60.00 5000 50.00 $590.40 Tralnlm - - • - Ellingson - $771.03 $16.65 50.00 - $16.65 ' $0.00 $0.00 -$0.00 $787.68 08iM Manual 545893 516.80 $0.00 516.80 50.00 50.00 50.00 5475.73 Total: ' 57,302.05 584.90 50.00 584.90 $0.00 50.00 50.00 57,386.95 EXHIBIT B Panmetrlx Inc • I City of Auburn 2009 Sewer&Storm PS Replacement White River Additional Construction Services EXHIBIT B:BUDGET SUMMARY tabor Ante nt tabor Subtotal Expenses Exec e Mark- Expense Subconsulants Subc nsWant Suborn ultant Grand Total up Subtotal Mark-up Subtotal 1000% 10.0076 Phase Task Dm:riblon p While River Construction Services 523.33650 523,335.50 $0.00 50.00 50.00 50.00 50.00 50.00 523,336.50 2 Submhal Reviews Submittal Reviews Amd 5 _ 510.95844 $10,958.44 $0.00 50.00_ $0.00 $0.00 5000 $0-00 $10,958.44 3 Design clarifications oeslgnoadlcaIIons Amd 5 _ $9,274.38 58,27438 50.00 50.00 50.00 $0.00 $0.00 $0.00 58,274.38 7 Electrical Field Testing Electrical Field Testing Amd 5 $4,103.68 $4,103.68 50.00 $0.00 $0.00 50.00 50.00 50.00 54,103.68 Total: $23,336.50 $23,336.50 $0.00 $0.00 $0.00 50.00 50.00 50.00 523,335.50 EXHIBIT B 'Parametrtx Inc. I City of Aubur White River AutoDlaler Installation EXHIBIT B:BUDGET SUMMARY Labor Amo I tabor Subtotal Expe Expe eMark- Expe Suborn uitanu Subconsult 5ubconsoltant Gr nd Total up Subtotal Mork-up Subtotal ' 10.00% 10.00% Phase Task Description - C3 8 White River AutnDialer Installation 57,836.41 57.836.41 $84.90 50.00 584.90 50.00 5000 •50.00 $7,921.31 General - - - -Project Management 51349.43 51549.45 512.00 50.00 512.00 50.00 50.00 50.00 51.561.45 Meetings 51,03234 $103254 50.00 50.00 50.00 50.00 -50.00 50.00 51.03234 M '5198.62 $198.62 $0.00 50.00 50.00 50.00 50.00 50.00 '5198.62 CIC 5695.46 $695.46 Saco 50-00 $0.00 $0.00 5000 50.00 5695.46 Quon0ons -4- -. - - - - - AutoDlaler(Zetron3550) 5716.76 5716,76 $6.00 50.00 $6.00 .$0.00 $0.00 50.00 5722.76 Drawings-Revisions E-12 Whtle River Control Schemat $66699 566695 $4.80 $0.00 54.80 _ 5000 $0.00 50.00 ' 5671.79 Programming AutoOlaler _ $1,172.88 $1,172.88 .332.00 50.00 $12.00 50.00 50.00 50.00 $1,184.88 Startup %Vhne River 5573.75 5573.75 516.65 5000 516.65 $0 00 50.00 50.00 $590.40 Training White River 5771.03 577103 516.65 ' 50.00 516.65 50.00 50.00 50.00 5787.68 0&M Manual 5458.93 5458.93 516.80 5000 516.80 So Co 50.00 5000 5475.73 Total; $7,836.41 57,836.41 58450' $0.00 58430 $000 50.00 50.00 57,921.31 AMENDMENT #6 TO AGREEMENT NO AG-C-350 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC RELATING TO PROJECT NO. CP0817, SEWER & STORM PUMP STATION REPLACEMENT jl A THIS AMENDMENT is made and entered into this '-'- day of � 1/ �� J , 2012, by and between the CITY OF AUBURN a municipal corporation of the State of Washington (hereinafter referred to as the CITY"), and Parametrix, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-350 executed on the 15th day of January 2009 and amended by agreement dated the 24th of August 2009 and amended by agreement dated the 31st day of December 2009, and amended by agreement dated the 13th of July 2010 and amended by agreement dated the 14`h of December 2010 and amended by agreement dated the 20`h of October 2011 The changes to the agreement are described as follows 1 SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made part of this amendment. 2. COMPENSATION The amount of this amendment is $39,247 35 See Exhibit B, which is attached hereto and by this reference made part of this amendment The total contract amount is increased to $1,751,026.95, which includes a total management reserve fund of $134,108 of which $112,158 is authorized The total contract amount authorized is $1,729,076.95 REMAINING TERMS UNCHANGED That all other provisions of the Agreement between the parties for AG C-350 executed on the 15`h day of January 2009 shall remain unchanged, and in full force and effect. AG-C-350 Amendment 6 Page 1 of 2 IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written PARAMETRIX, INC CITY OF AUBURN r oPP B Authorized signature Peter B Lewis, Mayor ATTEST (Optional) ATTEST By Its Danielle E Daskam Auburn City Clerk Approved as to form (Optional) Approved a to form ,401 'I Attorney for(Other Party) cDaniel B Heid, Auburn City Attorney AG-C-350 Amendment 6 Page 2 of 2 EXHIBIT A SCOPE OF WORK City of Auburn AMENDMENT NO 6 ADDITIONAL CONSTRUCTION SERVICES FOR 2009 SEWER AND STORM PUMP STATION REPLACEMENT PROJECT PROJECT NUMBER CP0817 The Consultant shall provide the following additional construction phase services for the Ellingson and White River lift station improvements. The Consultant will continue to support City staff during the construction and guarantee period phases for the Ellingson and White River pump stations City staff will provide overall construction management. The Consultant will provide additional technical assistance in the following areas. SUBMITTAL REVIEWS For the Ellingson Pump Station, the Consultant will continue to review all contractor submittals and Operations and Maintenance Manuals for compliance with the project specifications, and will not be limited to the submittal list provided with Amendment No 4 Submittal reviews will be performed within the time limits provided in the project specifications All submittals and submittal-related communications will be directed through City staff Submittal review will be performed on an on-call basis up to the amount budgeted in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City Assimrptiosrs • The initial Contractor submittals will meet the specification requirements for content and format If these requirements are not met, the submittal will be returned to the Contractor for revision prior to commencement of review • The Contractor will submit materials as specified in the Contract Documents. Evaluation of proposed alternate materials will be considered extra work to be performed at the Contractor's • expense • ELECTRICAL AND MECHANICAL RECORD DRAWINGS Li addition to the drafting effort described in Amendment No. 3, prior to completion of the record drawings, the Consultant will provide a mechanical and an electrical engineer to review the mechanical and electrical record drawing mark-ups for each piunp station A site visit with the Contractor will also be conducted at each pump station to verify the record drawings prior to drafting Assumptions • • The review time and site visits will not exceed 40 staff hours (10 hours per engineer per pump station) City of Auburn 216-1931-018 Scope of Work Project CP0817 Amendment No.6 1 February 2012 • • if errors and/or omissions are found in the record drawings during the review it shall be the Contractor's responsibility to provide revised record drawings for the Consultant's use in preparing the final record drawings ELECTRICAL PUNCH LIST In addition to the Electrical Field Testing effort described in Amendment No 5 the Consultant will conduct a detailed field inspection of the electrical and control systems for each pump station, provide an electrical punch list for each station, and conduct a follow up inspection to confirm that the Contractor has corrected the punch list items. The Consultant will respond to Contractor RFIs (up to four per pump station)generated by the punch lists AUTODIALER ALARM RECONFIGURATION The alanns for each pump station were designed under the assumption that a full SCADA system would be hi place at start-up for each pump station. When the SCADA system was not available the autodialers were installed and configured at each station under the assumption that they would be a relatively short- term solution It now appears that the SCADA system will continue to be delayed for some time To ensure that the autodialers will provide the level of alarming needed to meet M&O needs for the longer term, some alarms require reconfiguration beyond the scope described in Amendment No 5 To address this need,the Consultant provide design for the following modifications: • Connection of the level sensors to the uninterrupted power supplies • Unmarked on-off switches for the intrusion alarms. • Alarms to indicate when utility power is off and the generator is not running. Deliverables • Revised drawings showing the design modifications. Assumptions • • No specifications will be written for this effort. • • • No new drawings are required for the pump stations Modified versions of existing drawings will • be provided • The City will coordinate installation with the Contractor for the modifications at each pump station. • The Contractor for each project will be responsible for operating,checking, and/or correcting the • Contractor-supplied PLC programming. GUARANTEE PERIOD ASSISTANCE The Consultant will respond to operational questions from the City during the one-year guarantee period for each pump station on an on-call basis up to the amount budgeted for each pump station in the attached Exhibit B Prior to expiration of the guarantee period, the Consultant will assist the City with mechanical and electrical portions of the guarantee inspection for each pump station. CO,ofiluburn 216-1931-018 Scope of Work Project CP0817/Intendment No.6 2 February 2012 BUDGET SUMMARY The budget for this amendment,as detailed in Exhibit B follows Ellingson Sewer Lift Station Construction Services(Phase C2) $23 725.97 White River Storm Station Construction Services(Phase C3) $15,521.38 TOTAL. $39,247.35 • City of Auburn 216-1931-018 Scope of Work Project CP0817 Amendment No.6 3 February 2012 Parametrix Inc. City of Auburn 11 1 [ 2009 Sewer&Storm PS Replacement Amendment No.6 EXHIBIT B:BUDGET SUMMARY inflation Expense Mark- Expense ESuSsconsuStant Subconsultant T Labor Amount Labor Subtotal Expenses Subconsultants Grand Total Adjustment up Subtotal Mark-up Subtotal 10.00% 10.00% Phase Task Description C2 Ellingson Construction Services $23,436.44 $0.00 $23,436.44 $263.20 $26.33 $289.53 $0.00 $0.00 $0.00 $23,725.97 _ 2 Submittal Reviews Submittal Reviews Amd 6 $6,912.78 $0.00 $6,912.78 $65.00 $6.50 $71.50 $0.00 $0.00 $0.00 $6,984.28 6 Dec Mech Record Drawings Drawing Review and Site Visit $2,699.74 $0.00 $2,699.74 $46.30 $4.63 $50.93 $0.00 $0.00 $0.00 $2,750.67 7 Electrical Field Testing - Electrical Punch List $4,916.46 $0.00 $4,916.46 $62.95 $6.30 $69.25 $0_00 $0.00 $0.00 $4,985.71 9 Autodlaler Installation - - Alarm Reconfiguration $3,287.26_ $0.00 $3,287.26 $13.00 $1.30 $14.30 $0.00 $0.00 $0.00 $3,301.56 11 Guarantee Period Assistance $5,620.20 $0.00 $5,620.20 $75.95 $7.60 $83.55 $0.00 $0.00 $0.00 $5,703.75 C3 White River Construction Services $15,339.98 $0.00 $15,339.98 $164.90 $16.50 $181.40 $0.00 $0.00 $0.00 $15,521.38 6_Dec&Mech Record Drawings . Drawing Review and Site Visit $2,699.74 $0.00, $2,699.74 $46.301 $4.63 $50.93 $0.00 $0.00 $0.00 $2,750.67 7 Electrical Field Testing Electrical Punch List $3,374.40 $0.00 $3,374.40 $29.65 $2.97 $32.62 $0.00 $0.00 $0.00 $3,407.02 8 AutoDialer installation - Alarm Reconfiguration $3,645.64 $0.00 $3,645.64 $13.00 $1.30 $14.30 $0.00 $0.00 $0.00 $3,659.94 10 Guarantee Period Assistance $5,620.20_ $0.00 $5,620.20 $75.95 $7.60 $83.55 $0.00 $0.00 $0.00 $5,703.75 Total: $38,776.42 $0.00 $38,776.42 $428.10 $42.83 $470.93 $0.00 $0.00 $0.00 $39,247.35 i AMENDMENT #7 TO AGREEMENT NO AG-C-350 BETWEEN THE CITY OF AUBURN AND PARAMETRIX RELATING TO PROJECT NO CP0817, SEWER & STORM PUMP STATION REPLACEMENT / THIS AMENDMENT is made and entered into this 11L day oflu�, 2012, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the 'CITY"), and Parametrix, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-350 executed on the 15`h day of January 2009 and amended by agreement dated the 24'h day of August 2009, the 31" day of December 2009. the 13'h day of July 2010, the 14`h of December 2010, the 201h day of October 2011 and the 1 s' day of March 2012. The changes to the agreement are described as follows 1 CONTRACT TERM The term of the Agreement for Professional Services is extended to December 31, 2013 2. SCOPE OF WORK. There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED- That all other provisions of the Agreement between the parties for AG-C-350 executed on the 15th day of January 2009 shall remain unchanged, and in full force and effect. IN WITNESS WHEA: EOF-the-parties hereto have executed this Agreement as of the day and year firs ove written. NAM OF CONSU TANT CI OF A RN I B J Aut Peter . Lewis, Mayor A EST (Optional): ATTEST By 114; L —j Its: Dan Ile E. Daskam, Auburn City Clerk Approved as to form (Optional) Appr Attorney for (Other Party) Darnel B Heid, Auburn Cit Attorney Amendment No. 7 for Agreement No. AG-C-350 Parametrix Page 1 of 1