HomeMy WebLinkAbout05-19-2003 Item VIII-B-1CITY OF .. . . .
WASHINGTON
�_ AGENDA BILL APPROVAL FORM
Agenda Subject
Date:
Resolution No. 3599
Aril 15, 2003
Department: Attachments:
Budget Impact:
Plan nin /Air ort Resolution No. 3599
Administrative Recommendation:
City Council adopt Resolution No 3599.
Background Summarv:
Consultant Selection Process
The City has regular need of consulting engineering services for planning and construction projects at
Auburn Municipal Airport. Projects included preparation of the Airport Master Plan and various projects
including preparation of the north hangar area, construction of the 40 new municipal hangars and the
upcoming runway pavement rehabilitation program. With the exception of the hangar construction
project, each represents a major investment by the FAA and less frequently the Washington State DOT.
The FAA's process provides for the selection of an engineering firm and it's utilization for three-year
periods as projects arise. Each project would have an individual contract for services with the firm;
however, the three-year period avoids the need for seeking a new firm each time. Each project contract
and related grant acceptance is approved by the Municipal Services Committee and Council.
W & H Pacific has supported the Airport in this role in recent years. Due to the end of the previous three-
year cycle, the City solicited Requests for Qualifications from several firms having expertise in this area
and received three detailed responses (attached) from W & H, Reid Middleton and Washington
Engineering. As per the adopted process, the proposals were reviewed by representatives of Planning
L0519-3
03.4.1.5
Reviewed by Council & Committees:
Reviewed by Departments & Divisions:
❑ Arts Commission COUNCIL COMMITTEES:
❑ Airport
❑ Human Resources
❑ Hearing Examiner ❑ Finance
❑ Building ❑ M&O
❑ Human services ❑ Municipal Serv.
❑ cemeter Y ❑ Mayor
❑ LibraryBoard ❑Planning & CD
❑ Finance ❑ Parks
❑ Park Board ❑ Public Works
❑ Planning Comm. ❑ Other
❑ Fire ❑ Planning
❑ Legal ❑ Police
❑ Public Works
Action;
Committee Approval: ❑Yes ❑No
Council Approval: ❑Yes ❑ No Call for Public Hearing
Referred to Until
Tabled Until
Councilmember: Singer Staff: Krauss
Meeting Date: Mav 19, 2003 Item Number: VIII.B.1
AUBUM * MORE THAN YOU IMAGINED
Agenda Subject Resolution No. 3599
Date: April 15, 2003
and Engineering Departments. Staff concluded that both W & H Pacific and Reid Middleton had strong
proposals. Staff ultimately chose to continue the relationship with W & H Pacific with that firm's past
experience, familiarity of their staff and strong past working relationship with the City being the deciding
factors.
Staff brought this choice before the Municipal Services Committee on March 17, 2003. In discussions
with the City Attorney, we concluded that formal action by the full Council was not required at that time
since it will approve contracts for each project. The Committee agreed with staff's recommendation to
select W&H Pacific.
Runway Rehabilitation Project
The runway at Auburn Municipal is showing sign's of deterioration due to age, possibly exacerbated by
the Nisqually Earthquake. There are a series of significant cracks, surface pavement is deteriorated there
is a sunken area possibly showing sub -grade problems, where the runway was extended about 20 years
ago. The FAA has authorized grant funds to undertake a major repair/rehabilitation project. Total costs
are projected to be approximately $0.5 million with the FAA paying 90% of the costs. The City has
budgeted for the local 10% share. The project will include pavement testing, sub -grade testing, repairs to
the sub -grade, repairs to runway lights, pavement grinding, re -surfacing, a displaced threshold to support
a GPS approach and, funding permitting, an expanded run-up area near the north threshold. Much of the
work will be done in the evenings to minimize disruptions to operations. The final paving will require
closure for up to 48 hours. W&H has proposed a contract for not to exceed $118,000 (plus up to $5000
for listed optional services) for their services which includes, design, testing, bidding and contract
management. In accordance with FAA grant protocol, the project was reviewed by Reid Middleton,
another engineering firm offering services in this area. They prepared a project estimate that came in
with a similar number.
Staff recommends City Council approve Resolution No. 3599 approving a contract for design and
construction management services with W&H Pacific, be approved.
RES 3599
Page 2 of 2
Reid Middleton
April 1, 2003
File No. 23-03-007-001-01
Paul Krauss
Planning Director
City of Auburn
25 West Main Street
Auburn, WA 98001-4998
Subject: 2003 Auburn Airport Runway Improvements,
Independent Estimate
Dear Paul,
I have enclosed a copy of the spreadsheets that I e-mailed to you earlier today.
Please call if you have any questions or comments.
Sincerely,
Reid Middleton, Inc.
Reinhart Jung; P.E.
Director, Airport Group
sjs\23\03\007\corresp\Ind Est.doc
Enclosures
Washington
Oregon
Alaska
Reid Middleton, Inc.
728134th Street SW
Suite 200
Everett, WA 98204
Ph: 425 741-3800
Fax: 425 741-3900
Exhibit D -I
Consultant Fee Determination - Summary Sheet
Fee Schedule
PROJECT TITLE:
AUBURN MUNICIPAL AIRPORT - 2003 RUNWAY IMPROVEMENTS I -Apr -03
CLIENT:
CITY OF AUBURN
PHASE:
DESIGN PHASE SERVICES
JOB NUMBER:
2
LABOR:
Task/
Sheet # Task (Scope of Services)
Project Civil Designer/
Principal Manager Engineer Surveyor
150.00 120.00 95.00 85.00
Technician
75.00
Project Survey
Coord. Clerical Crew
0.00 60.00 130.00 0.00
Total
Hours
Labor
Cost
I Predesign Meeting & Scoping
2
16
16
Item
Quantity Unit
2
36
3,860.00
2 Project Management and Administration
8
24
16
325.00
Per Diem
4
52
5,840.00
3 Topo Survey and Basemapping
Plotting/Printing
6
40.00
24
1760.00
1 40
71
8,020.00
4 Geotechnical Investigation
2,085.00
2
Geotechnical Subconsultant
2
240.00
5 Pavement Analysis & Design
8
16
8
Amount
Markup
32
3,160.00
6 SEPA/NEPA Information
9,000.00
8
8
Electrical Subconsultant
2
18
1,840.00
7 Prepare and Submit DBE Plan
16
18,700.00
16
1,920.00
8 Preliminary Construction Plans
Cover Sheet
1
4
4
16
25
2,210.00
Construction Site Plan
1
4
8
16
29
2,590.00
Construction Safety/Phasing Plan
1
4
8
16
29
2,590.00
Temporary Erosion Control Plan
1
4
8
16
29
2,590.00
Runway 16-34 Plan & Profile (i"=50')
1
4
12
16
20
53
4,630.00
Runway 16-34 Plan & Profile (1"=59)
1
4
12
16
20
53
4,630.00
Runway 16-34 Plan & Profile (1"=50')
1
4
12
16
20
53
4,630.00
Hold Apron Expansion Plan (1"=50')
1
4
12
16
20
53
4,630.00
Typical Sections and Civil Details
1
4
12
16
20
53
4,630.00
Runway Marking Plans and Threshold Lighting Plan
1
4
12
4
20
41
3,610.00
4 Electrical One -Line Diagram
2
Electrical Subconsultant
2
240.00
4 Electrical Details
2
Electrical Subconsultant
2
240.00
9 Preliminary Contract Docs & Technical Specs
I
8
40
0
16
16
81
7,070.00
10 Construction Phasing Plan
1
8
8
8
25
2,470.00
11 Preliminary Cost Estimates
1
4
8
8
21
2,070.00
12 Engineer's Design Report
1
4
16
8
8
37
3,310.00
13 Distribute & Review Preliminary Documents
1
2
8
8
4
23
2,070.00
14 Finalize Plans, Specs, Const Docs & Estimates
I
2
8
16
16
8
51
4,190.00
15 TCH Calculations
1
8
9
1,110.00
16 Final Submittal & Approval
1
4
8
13
1,210.00
17 Publish Contract Documents
2
4
4
4
14
1,200.00
Labor Subtotal 28 162 252 168 224 0 49 40 0 923 86,800.00
TOTAL LABOR 86,800.00
EXPENSES:
Cost
Expenses
Item
Quantity Unit
per Unit
Markup
Cost
Mileage
1000 Miles
0.33
1.0
325.00
Per Diem
0 Day
0.00
1.0
0.00
Plotting/Printing
40 Each
40.00
1.1
1760.00
TOTAL EXPENSES
2,085.00
SUBCONSULTANTS:
Subcontract
Subcon.
Amount
Markup
Cost
Geotechnical Subconsultant
9,000.00
1.1
9,900.00
Electrical Subconsultant
8,000.00
1.1
8,800.00
TOTAL SUBCONSULTANTS
18,700.00
Total - Labor 86,800.0
Total- Expenses 2,085.0
"otal - Subconsultants 18,700.0
TOTAL - DESIGN PHASE SERVICES 107,585.0
Exhibit D-2
Consultant Fee Determination - Summary Sheet
Fee Schedule
PROJECT TITLE: AUBURN MUNICIPAL AIRPORT - 2003 RUNWAY IMPROVEMENTS 1 -Apr -03
CLIENT: CITY OF AUBURN
PHASE: CONSTRUCTION PHASE SERVICES
JOB NUMBER:
LABOR:
Subcon.
Amount Markup
Cost
Testing Subconsultant 14,750.00 1.1
16,225.00
Electrical Subconsultant 960.00 1.1
Cost
TOTAL SUBCONSULTANTS
Expenses
Project
Civil
Designer/ Project
Survey
Cost
Mileage
Task
Principal
Manager
Engineer
Surveyor Technician Coord.
Clerical Crew
Total
Labor
No. Task (Scope of Services)
150.00
120.00
95.00
85.00 75.00 0.00
60.00 0.00
0.00 Hans
Cost
1 Project Management
4
8
8
20
2,320.00
2 Assistance & Addenda
2
8
10
1,260.00
3 Pre -Bid Conference and Bid Opening
2
12
0
14
1,740.00
4 Prepare FAA Grant Application Package
1
4
8
13
1,390.00
5 Review Contracts
1
4
5
630.00
6 Prepare Construction Management Plan
1
4
8
13
1,390.00
7 Pre -Construction Conference
1
8
8
17
1,870.00
8 Review Submittals
1
8
4
13
1,490.00
9 Construction Administration
8
48
16
16
88
9,440.00
10 Resident Engineering
100
100
9,500.00
11 Construction Testing
Testing Subconsultant
12 Final Inspection
8
8
16
1,720.00
13 Prepare Record Drawings
2
4
8
8 40
62
5,220.00
14 Final Report, 5010, PSS
4
16
20
4
44
4,760.00
Labor Subtotal
27
132
188
12 40 0
16 0
0 415
42,730.00
TOTAL LABOR 42,730.00
EXPENSES:
Subcon.
Amount Markup
Cost
Testing Subconsultant 14,750.00 1.1
16,225.00
Electrical Subconsultant 960.00 1.1
Cost
TOTAL SUBCONSULTANTS
Expenses
Item
Quantity Unit
per Unit
Markup
Cost
Mileage
900 Miles
0.33
1.0
292.50
Per Diem
0 Day
0.00
1.0
0.00
Plotting/Printing
I Each
100.00
1.1
110.00
TOTAL EXPENSES
402.50
SUBCONSULTANTS:
Subcontract
Subcon.
Amount Markup
Cost
Testing Subconsultant 14,750.00 1.1
16,225.00
Electrical Subconsultant 960.00 1.1
1,056.00
TOTAL SUBCONSULTANTS
17,281.00
Total - Labor
42,730.00
Total- Expenses
402.50
Total - Subconsultants
17,281.00
TOTAL - CONSTRUCTION PHASE SERVICES
60,413.50
Exhibit D-2
Consultant Fee Determination - Swurnary Sheet
Fee Schedule
PROJECT TITLE: AUBURN MUNICIPAL AIRPORT - 2003 RUNWAY IMPROVEMENTS 1 -Apr -03
CLIENT: CITY OF AUBURN
PHASE: OPTIONAL SERVICES
JOB NUMBER:
LABOR:
Project Civil Designer/ Project Survey
Task Principal Manager Engineer Surveyor Technician Coord. Clerical Crew Total Labor
No. Task (Scope of Services) 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 000 Hours Cost
I Oprtional Services 0 0 0 0 0 0 0 0 0 0 5,000.00
Labor Subtotal 0 0 0 0 0 0 0 0 0 0 5,000.00
TOTAL LABOR 5,000.00
TOTAL - OPTIONAL SERVICES 5,000,00
RESOLUTION NO. 3 5 9 9
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
AUBURN, WASHINGTON, AUTHORIZING THE MAYOR AND CITY
CLERK OF THE CITY OF AUBURN, TO EXECUTE AN
AGREEMENT BETWEEN THE CITY OF AUBURN AND W&H
PACIFIC, INC. FOR ENGINEERING SERVICES AT THE AUBURN
MUNICIPAL AIRPORT
WHEREAS, the City of Auburn is engaged in various municipal functions,
including the Auburn Municipal Airport; and
WHEREAS, in order to provide for such services, it is appropriate that the
City consults engineering services for planning and construction projects at the
Auburn Municipal Airport; and
WHEREAS, in order to provide for those services, the City has negotiated a
contract with W&H Pacific, Inc. for such services, and the City has determined that
W&H Pacific, Inc. is able and qualified to provide the services necessary, at a cost
that is acceptable to the City.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN,
WASHINGTON, HEREBY RESOLVES as follows:
Section 1. That the Mayor and the City Clerk are authorized to execute an
agreement in substantial conformity with the Agreement attached hereto, marked
as Exhibit "A" and incorporated herein by this reference.
Section 2. That the Mayor is authorized to implement such administrative
procedures as may be necessary to carry out the directives of this legislation.
Section 3. That this Resolution shall take effect and be in full force upon
passage and signatures hereon.
Resolution 3599
April 14, 2003
Page 1
Dated and Signed this day of , 2003.
CITY OF AUBURN
PETER B. LEWIS
MAYOR
ATTEST:
Danielle E. Daskam,
City Clerk
APPROVED AS TO FORM:
j.
r
aniel B. Heid,
City Attorney
Resolution 3599
April 14, 2003
Page 2
ENGINEERING SERVICE CONTRACT
FOR
AUBURN MUNICIPAL AIRPORT
2003 RUNWAY IMPROVEMENTS
THIS IS AN AGREEMENT made this day of 2003
BETWEEN: CITY OF AUBURN, hereinafter called OWNER.
25 West Main
Auburn, WA 98001-4998
253.931.3090
AND: W&H PACIFIC, INC., hereinafter called ENGINEER.
3350 Monte Villa Parkway
Bothell, Washington 98021
425.951.4800
OWNER proposes improvements to the Auburn Municipal Airport as described in the attached Exhibit "A",
hereinafter called the Project. OWNER has requested Airport Improvement Program (AIP) funds from the
Federal Aviation Administration (FAA).
ENGINEER shall provide engineering services for OWNER in all phases of the Project to which this
Agreement applies, serve as OWNER's engineering representative for the Project as set forth below and
shall give engineering consultation and advice to OWNER during the performance of services hereunder.
ENGINEER shall represent the OWNER in coordinating and overseeing the work of subcontractors and
shall review and make recommendations to OWNER for the acceptability and quality of work provided in
accordance with this agreement; however, ENGINEER is not responsible for the acceptability of said work.
In consideration of the mutual covenants contained herein, OWNER and ENGINEER agree in respect of the
performance of engineering services by ENGINEER and the payment for those services by OWNER as
follows:
I:\PROJECTS\CITY OF AUBURN\000000 BD EFFORTS\2003AIRPORTIMPROVEMENTS\2003AUBURNCONTRACT.DOC
1. Scope of Services
ENGINEER will perform services as follows:
a. SPECIFIED SERVICES
ENGINEER will perform the services described in the attached Exhibit "A". These Exhibit
"A" services are referred to herein as Specified Services.
b. EXTRA SERVICES
ENGINEER will also perform Extra Services (services not specified in Exhibit "A"), provided
ENGINEER and OWNER have agreed to such Extra Services in writing.
2. Time Period for Performance of Specified Services
ENGINEER shall commence Specified Services within seven (7) days of receipt by ENGINEER of
this executed agreement and will proceed with services in a diligent manner to completion of this
Contract. ENGINEER will not be responsible for delays caused by factors beyond ENGINEER's
control and will not be responsible for delays caused by factors which could not reasonably have
been foreseen at the time this Agreement was executed. The OWNER will authorize extensions of
time without penalty to the ENGINEER, if there are delays due to revisions beyond the control of the
ENGINEER. The anticipated project schedule is shown in Exhibit "D".
3. Payments to ENGINEER
OWNER agrees to pay ENGINEER as follows:
a. FEE FOR SPECIFIED SERVICES
The fee amount OWNER agrees to pay ENGINEER for Specified Services rendered under
this Agreement is as follows:
1. For Design Phase Services as set forth in Exhibit "A", in accordance with the
attached rate schedule marked Exhibit "B", an amount not to exceed $74,916.80.
2. For Construction Phase Services as set forth in Exhibit "A", in accordance with the
attached rate schedule marked Exhibit "B", an amount not to exceed $43,088.40.
3. For Optional Services as set forth in Exhibit "A", in accordance with the attached rate
schedule marked Exhibit "B", an amount not to exceed $5,000.00.
b. FEE FOR EXTRA SERVICES
For Extra Services rendered under this Agreement, OWNER agrees to pay ENGINEER an
amount to be negotiated at the time said E)tra Services are agreed to.
C. TERMS OF PAYMENTS
ENGINEER will periodically submit invoices for ENGINEER's unbilled Specified Services
actually completed, and for unbilled Extra Services actually completed. ENGINEER will
submit a brief status/progress report and request for reimbursement form with each invoice
I:\PROJECTS\CITY OF AUBURN\000000 BD EFFORTS\2003AIRPORTIMPROVEMENTS\2003AUBURNCONTRACT.DOC
in support of the billing and for review and approval by FAA. OWNER agrees to pay the
invoiced amounts on or before the end of the following month after submission.
d. FEE ADJUSTMENT FOR DELAYS
In the event the completion of Specified Services under this Agreement is delayed beyond
December 31, 2003, through no fault of ENGINEER, the fee amounts and rates due
ENGINEER can be evaluated and adjusted for increased costs prior to the ENGINEER
continuing with services beyond the above said date. Said adjustments shall be negotiated
and agreed upon by the OWNER.
e. PAYMENTS IN EVENT OF TERMINATION
In the event this Agreement is terminated, ENGINEER will be compensated for services
performed under this Agreement to the date of termination. The amount of compensation
will be based on the ENGINEER's actual labor and expenses incurred to date and agreed
upon by the OWNER and ENGINEER.
f. NEW. ADDITIONAL OR RETROACTIVE TAXES
Since the ENGINEER's costs can be adversely affected through the application of new,
additional or retroactive taxes or charges (for example, a sales tax on professional services),
the amount due to the ENGINEER shall be increased equitably to compensate for any
additional taxation rendered, or on products delivered by the ENGINEER.
4. OWNER -Furnished Data
OWNER shall make available to ENGINEER all technical data that is in OWNER's possession
including maps, surveys, property descriptions, borings, and other information required by
ENGINEER and relating to ENGINEER's services under this Agreement.
5. ENGINEER -Furnished Data
ENGINEER shall provide to the OWNER at the completion of the project all maps, plats, drawings or
record drawings, and such other reasonable and appropriate information that the OWNER shall
specifically request.
6. Approvals by OWNER
OWNER agrees to cooperate with the ENGINEER in the approval of all plans and specifications or,
should OWNER disapprove of any part of said plans and specifications, OWNER shall make a
timely decision in order that no undue expense will be caused ENGINEER because of lack of
decisions. If the ENGINEER is caused extra drafting or other expenses due to changes ordered by
OWNER after the completion and approval of the plans and text, ENGINEER shall be equitably paid
for such extra expenses and services involved.
I:\PROJECTSICITY OF AUBURN\000000 BD EF FORTS\2003AI RPORTI MPROVEMENTS\2003AUBURNCONTRACT.DOC
7. Publishing Costs
OWNER shall pay publishing costs for advertisements of notices, public hearings, requests for bids
and other similar items.
8. Permits, Licenses, Land, Easements and Right -of -Way
OWNER shall pay fees for all permits and licenses that may be required by local, state, or federal
authorities; OWNER shall secure the necessary land, easements and rights-of-way required for the
Project.
9. Inspection of Records
The ENGINEER shall maintain an acceptable cost accounting system. The OWNER, the Federal
Aviation Administration, and the Comptroller General of the United States shall have access to any
books, documents, paper, and records of the ENGINEER which are directly pertinent to the specific
contract for the purposes of making an audit, examination, excerpts, and transcriptions. The
ENGINEER shall maintain all required records for three (3) years after the OWNER makes final
payment and all other pending matters are closed.
10. Rights to Inventions
All rights to inventions and materials generated under this Contract are subject to regulations issued
by the FAA and the sponsor of the Federal grant under which this Contract is executed. Information
regarding these rights is available from the FAA and the OWNER.
11. Compliance with Laws and Regulations
The ENGINEER agrees to comply with local laws, state laws, and Federal Executive Order No.
11246, entitled "Equal Employment Opportunity', as supplemented in Department of Labor
regulations (41 CFR, Part 60) if this Agreement exceeds $10,000; Section 103 and 107 of the
Contract Work Hours and Safety Standards Act (40 USC 317-330) as supplemented by Department
of Labor Regulations (29 CFR, Part 5) if this Agreement exceeds $2,500; and all applicable
standards, orders and regulations issued pursuant to the Clean Air Act of 1970 if this Agreement
exceeds $100,000.
12. Certification of ENGINEER
OWNER and ENGINEER hereby certifythat ENGINEER has not been required, directlyor indirectly,
as an express or implied condition in connection with obtaining or carrying out this Contract, to
19PROJECTS\CITY OF AUBURN\000000 BD EFFORTS\2003AIRPORTIMPROVEMENTS\2003AUBURNCONTRACT.DOC
employ or retain, or agree to employ or retain, any firm or persons, or to pay, or agree to pay, to any
firm, person, or organization any fee, contribution, donation or consideration of any kind. The key
personnel to work on this project are shown in Exhibit "C".
13. FAA Not a Party
It is understood by OWNER and ENGINEER that the FAA is not a party of this Agreement and will
not be responsible for engineering costs except as should be agreed upon by OWNER and the FAA
under a Grant Agreement for the Project.
14. Termination of Contract for Cause
a. The OWNER or ENGINEER may terminate this Contract at any time after giving seven (7)
days' written notice via certified or registered mail to the other party. The date of such
termination shall be the date that the notice is deposited in the mail. In the event of
termination, all unfinished material and unfinished documents and other materials shall, at
the option of the OWNER, become its property. If the Contract is terminated by the
OWNER, as provided herein, the CONSULTANT shall be entitled to receive compensation
for services performed prior to the date of termination. The amount of compensation will be
based upon the ENGINEER's actual labor and expenses incurred to the date of termination
and agreed upon by both parties.
b. If the termination is for the convenience of the OWNER, an equitable adjustment in the
Contract price shall be made, but no amount shall be allowed for anticipated profit on
unperformed services. In addition, OWNER will pay for all closure costs incurred by
ENGINEER.
C. If the termination is due to failure to fulfill the ENGINEER's obligations, the OWNER may
take over the work and prosecute the same to completion by contract or otherwise. In such
case, the ENGINEER shall be liable to the OWNER for any additional cost occasioned to
the OWNER thereby.
d. If, after notice of termination for failure to fulfill Contract obligations, it is determined that the
ENGINEER had not so failed, the termination shall be deemed to have been effected forthe
convenience of the OWNER. In such event, adjustment in the Contract price shall be made
as provided in Paragraph "b" of this clause.
15. Breach of Contract Terms - Sanctions
Any violation or breach of the terms of this Contract on the part of the ENGINEER or subconsultant
may result in the suspension or termination of this Contract or such other action which may be
necessary to enforce the rights of the parties of this agreement.
I:\PROJECTS\CITY OF AUBURN\000000 BD EFFORTS\2003AIRPORTIMPROVEMENTS\2003AUBURNCONTRACT.DOC
16. Suspension and Debarment Requirements
The bidder/offeror certifies, by submission of this proposal, or acceptance of this Contract, that
neither it nor its principals is presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal department or
agency. It further agrees by submitting this proposal that it will include this clause without
modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts.
Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement,
it shall attach an explanation to this solicitation/proposal.
17. Successors
OWNER and ENGINEER each bind themselves, their partners, successors, executors,
administrators and assigns to the other parties of this Agreement, and to the successors, executors,
administrators and assigns of such other party in respect to all covenants of this Agreement.
18. Non -Assignment
Neither OWNER nor ENGINEER shall assign, sublet, ortransfer its interest orobligation hereunder
in this Agreement without the written consent of the other. ENGINEER may with OWNER's
concurrence, however, employ any other party or entity qualified to do airport work for any part of the
work required to be performed by ENGINEER under the terms of this agreement.
19. Waiver
No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any
other or subsequent breach of the same or any other covenant, term or condition or a waiver of the
covenant, term, or condition itself.
20. Contract Disputes
Claims, disputes or other matters in question between the parties arising out of or relating to this
Agreement or breach thereof shall be resolved through mediation, if possible. If the differences
cannot be resolved satisfactorily through mediation, then arbitration, in accordance with the rules of
the American Arbitration Association, may be used to resolve the dispute, if agreed to by both
parties.
21. Litigation Fees and Expenses
In the event suit or action be instituted to enforce any of the terms or conditions of this Agreement,
the losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed
I:\PROJECTS\CITY OF AUBURN\000000 BD EFFORTS\2003AIRPORTIMPROVEMENTS\2003AUBURNCONTRACT.DOC
by statutes, such sum as the court may adjudge reasonable as attorney's fees in such suitor action,
in both trial court and appellate courts.
22. Indemnification/Hold Harmless
The ENGINEER shall indemnify and hold the OWNER 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 form the ENGINEER's negligence or breach of any of its obligations under
this Agreement; provided that nothing herein shall require the ENGINEER to indemnify the OWNER
against and hold harmless the OWNER from claims, demands or suits based solely upon the
conduct of the OWNER, 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 ENGINEER's agents or
employees and (b) the OWNER, their agents officers and employees, this indemnity provision with
respect to (1) claims or suits based upon such negligence, (2) the costs to the OWNER of defending
such claims and suits, etc., shall be valid and enforceable only to the extent of the ENGINEER's
negligence or the negligence of the ENGINEER's agents or employees. The provisions of this
section shall survive the expiration or termination of this Agreement.
23. Title VI assurances
During the performance of this Contract, the ENGINEER, for itself, its assignees and successors in
interest (hereinafter referred to as the "ENGINEER") agrees as follows:
a. COMPLIANCE WITH REGULATIONS
The ENGINEER shall comply with the Regulations relative to nondiscrimination in federally -
assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code
of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter
referred to as the Regulations), which are herein incorporated by reference and made a part
of this Contract.
b. NONDISCRIMINATION
The ENGINEER, with regard to the work performed by it during this Contract, shall not
discriminate on the grounds of sex, race, color, or national origin in the selection and
retention of subcontractors, including procurement of materials and leases of equipment.
The ENGINEER shall not participate either directly or indirectly in the discrimination
prohibited by Section 21.5 of the Regulations, including employment practices when the
Contract covers a program set forth in Appendix "B" of the Regulations.
C. SOLICITATIONS FOR SUBCONTRACTS INCLUDING PROCUREMENT OF MATERIALS
AND EQUIPMENT
IAPROJECTS\CITY OF AUBURN\000000 BD EFFORTS\2003AIRPORTI MPROVEMENTS0003AUBURNCONTRACT.DOC
In all solicitations either by competitive bidding or negotiations made by the ENGINEER for
work to be performed under a subcontract, including procurement of materials or leases of
equipment, each potential subcontractor or supplier shall be notified by ENGINEER of the
ENGINEER's obligations under this Contract and the Regulations relative to
nondiscrimination on the grounds of sex, race, color or national origin.
d. INFORMATION AND REPORTS
The ENGINEER shall provide all information and reports required by the Regulations or
directives issued pursuant thereto and shall permit access to its books, records, accounts,
other sources of information, and its facilities as may be determined by the OWNER or the
Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such
Regulations or directives. Where any information required of the ENGINEER is in the
exclusive possession of another who fails or refuses to furnish this information, the
ENGINEER shall so certify to the OWNER or the FAA, as appropriate, and shall set forth
what efforts it has made to obtain the information.
e. SANCTIONS FOR NONCOMPLIANCE
In the event of the ENGINEER's non-compliance with the nondiscrimination provisions of
this Contract, the OWNER shall impose such contract sanctions as it or the FAA may
determine to be appropriate, including, but not limited to: (a) withholding of payments to the
ENGINEER under the Contract until the ENGINEER complies, and/or (b) cancellation,
termination, or suspension of the Contract, in whole or in part.
f. INCORPORATION OF PROVISIONS
The ENGINEER shall include the provisions of Paragraphs "a" through "e" in every
subcontract, including procurement of materials and leases of equipment, unless exempt by
the Regulations or directives issued pursuant thereto. The ENGINEER shall take such
action with respect to any subcontract or procurement as the OWNER or FAA may direct as
a means of enforcing such provisions, including sanctions for noncompliance. It is provided,
however, that in the event the ENGINEER becomes involved in, or is threatened with,
litigation with a subcontractor or supplier as a result of such direction, the ENGINEER may
request the OWNER to enter into such litigation to protect the interests of the OWNER and,
in addition, the ENGINEER may request the United States to enter into such litigation to
protect the interests of the United States.
I:\PROJECTS\CITY OF AUBURN1000000 BD EF FORTS\2003AIRPORTIMPROVEMENTS\2003AUBURNCONTRACT.DOC
24. Disadvantaged Business Enterprise (DBE) Assurances
a. POLICY
It is the policy of the Department of Transportation (DOT) that disadvantaged business
enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate
in the performance of contracts financed in whole or in part with federal funds under this
Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this
agreement.
b. DBE OBLIGATION
The ENGINEER agrees to ensure that disadvantaged business enterprises as defined in 49
CFR Part 26 have the maximum opportunity to participate in the performance of contracts
and subcontracts financed in whole or in part with federal funds provided under this
Agreement. In this regard, ENGINEER shall take all necessary and reasonable steps in
accordance with 49 CFR Part 26 to ensure that disadvantaged business enterprises have
the maximum opportunity to compete for and perform contracts. ENGINEER shall not
discriminate on the basis of race, color, national origin, or sex in the award and performance
of DOT -assisted contracts.
25. Trade Restriction Clauses
The ENGINEER or subcontractor, by submission of an offer and/or execution of a contract, certifies
that it:
a. is not owned or controlled by one or more citizens of a foreign country included in the list of
countries that discriminate against U.S. firms published by the Office of the United States
Trade Representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a person that
is a citizen or national of a foreign country on said list, or is owned or controlled directly or
indirectly by one or more citizens or nationals of a foreign country on said list;
C. has not procured any product nor subcontracted for the supply of any product for use on the
project that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance
with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to
certify to the above. If the contractor knowingly procures or subcontracts for the supply of any
product or service of a foreign country on said list for use on the project, the Federal Aviation
I:\PROJECTSICITY OF AUBURN\000000 BD EFFORTS\2003AIRPORTIMPROVEMENTS\2003AUBURNCONTRACT.DOC
Administration may direct through the OWNER cancellation of the Contract at no cost to the
Government.
Further, the ENGINEER agrees that, if awarded a contract resulting from this solicitation, it will
incorporate this provision for certification without modification in each contract and in all lower tier
subcontracts. The ENGINEER may rely on the certification of a prospective subcontractor unless it
has knowledge that the certification is erroneous.
The ENGINEER shall provide immediate written notice to the OWNER if the ENGINEER learns that
its certification or that of a subcontractor was erroneous when submitted or has become erroneous
by reason of changed circumstances. The subcontractor agrees to provide written notice to the
ENGINEER if at any time it learns that its certification was erroneous by reason of changed
circumstances.
This certification is a material representation of fact upon which reliance was placed when making
the award. If it is later determined that the ENGINEER or subcontractor knowingly rendered an
erroneous certification, the Federal Aviation Administration may direct through the OWNER
cancellation of the Contract or subcontract for default at no cost to the Go\,ernment
Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render, in good faith, the certification required by this provision. The knowledge
and information of a contractor is not required to exceed that which is normally possessed by a
prudent person in the ordinary course of business dealings.
This certification concerns a matter within the jurisdiction of an agency of the United States of
America and the making of a false, fictitious, or fraudulent certification may render the maker subject
to prosecution under Title 18, United States Code, Section 1001.
26. Governing Law
This Agreement shall be governed by the laws of the State of Washington in effect at the time this
Contract is signed.
27. Insurance
The ENGINEER agrees to obtain and maintain during the effective term of this Contract a
comprehensive general single limit liability insurance policy in the amount of One Million and 00/100
Dollars ($1,000,000) on a per occurrence and in the aggregate basis which shall cover claims for
I:\PROJECTS\CITY OF AUBURN\000000 BD EFFORTS\2003AIRPORTIMPROVEMENTS\2003AUBURNCONTRACT.DOC
injuries to persons or property arising out of work performed under this Contract, other than for
professional errors and omissions. The OWNER.shall be named as an additional insured on the
comprehensive general liability insurance policy.
The ENGINEER shall also maintain insurance for other claims or damages on account of negligent
acts, errors, or omissions, in the minimum amount of One Million and 00/100 Dollars ($1,000,000)
on a per claim and in the aggregate basis
Both of the above policies shall contain a provision that they shall not be canceled without at least
thirty (30) days prior written notice to the OWNER. The ENGINEER agrees to submit to the
OWNER the Certificates of Insurance for the policies required herein prior to commencing work
under this Contract.
28. Ownership of Records and Documents
The ENGINEER agrees that any and all drawings, computer discs, documents, records, books,
specifications, reports, estimates, summaries and such other information and materials as the
ENGINEER may have accumulated, prepared or obtained as part of providing services under the
terms of this Agreement by the ENGINEER, shall belong to and shall remain the property of the
OWNER. In addition, the ENGINEER 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 ENGINEER further agrees that the OWNER
may inspect any and all documents held by the ENGINEER and relating to this Agreement upon
good cause at any reasonable time within the six (6) year period. The ENGINEER also agrees to
provide to the OWNER, at the OWNER's request, the originals of all drawings, documents, and
items specified in this Section and information compiled in providing services to the OWNER under
the terms of this Agreement. Reuse by the OWNER of any of the drawings, computer discs,
documents, records, books, specifications, reports, estimates, summaries and other such
information and materials on extensions of this project or any other project without the written
permission of the ENGINEER shall be at the OWNER's sole risk.
I:\PROJECTS\CITY OF AUBURN\000000 BD EFFORTS\2003AIRPORTIMPROVEMENTS\2003AUBURNCONTRACT.DOC
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above
written.
OWNER:
CITY OF AUBURN
By:
Title:
Date:
ATTESTED TO:
By:
Title:
Date:
APP OV A O
Owner's Attome
Date:
ENGINEER:
W&H PACIFIC, INC.
By.4%v��'
Title:
Date:
Title: pi,Qz=-c7-cA
Date:
I:\PROJECTS\CITY OF AUBURN\000000 BD EFFORTS\2003AIRPORTIMPROVEMENTS\2003AUBURNCONTRACT.DOC
EXHIBIT A
SCOPE OF SERVICES
AUBURN MUNICIPAL AIRPORT
2003 RUNWAY IMPROVEMENTS
Description of Project
The City of Auburn proposes the following improvements to the Auburn Municipal Airport:
1. Overlay Runway 16-34, approximately 3,400'x 75'.
2. Displace the Runway 16 threshold approximately 40 feet per the current Airport Layout Plan.
Relocate the associated REILs.
3. Expand the existing hold apron at the north end of the airport, adding approximately 5000
square feet of apron area. Relocate taxiway lighting as necessary per this expansion.
Scope of Services
The Consultant shall provide the following Specified Services for the Project as described below. All
engineering work shall be performed using accepted engineering principles and practices and shall
provide quality products that meet or exceed industry standards. Designs shall be in accordance with
FAA Advisory Circular 150/5300-13 Airport Design and related circulars.
Design Phase Services
The Consultant shall provide the following services during the design phase of this project.
Attend pre -design meeting with City and FAA personnel. Finalize work scope and schedule.
Assemble and review existing maps, plans, documents, reports and other available information.
Conduct a site visit to review existing conditions.
2. Provide project management and administration, liaison with the City, prepare monthly progress
reports and/or invoices, and manage subconsultants for the design phase services.
3. Provide surveying services as follows:
a. Establish horizontal and vertical control outside proposed construction areas, based on the
City of Auburn Horizontal and Vertical Control networks.
b. Conduct a topographic survey of the existing ground surface in the vicinity of the proposed
improvements for use in development of construction plans, including:
1. For pavements in proposed overlay areas, existing pavement elevations to be
established by means of a 25' grid (breaklines at 25 foot stations) utilizing a total station.
Survey of the runway shall include surveying 10 feet beyond the edge of pavement on
either side of the runway and the connector taxiways.
I:\Projects\City of Auburn\000000 BD Efforts\2003Airportlmprovements\2003AuburnScope.doc
-A-1 - March 31, 2003
2. Standard topographic surveying methods will be used in infield grass areas and all other
survey areas.
3. Topographic survey will also be performed for the proposed hold apron expansion area
east of the runway at the north end of the airfield, on an area approximately 400 feet by
300 feet. This will include the adjacent connector and parallel taxiways
The topographic survey work shall include the survey of existing surface features, including,
but not limited to, catch basins, lights, signs, all other electrical surface features, and known
utilities.
4. Conduct a geotechnical investigation in the vicinity of the proposed improvements:
a. Explore subsurface soil conditions by drilling (4) borings and obtaining (10) core samples.
b. Obtain representative samples of the various soils encountered, classify the materials,
observe any groundwater encountered, and maintain a detailed log of each exploration.
c. Evaluate pertinent physical engineering characteristics of the subgrade soils from the results
of tests conducted on the samples obtained in the field. Laboratory testing to include a 3 -
point CBR value, a standard proctor, Atterburg limits and USC soil classification, and a sieve
analysis including percent finer than .02mm for frost analysis.
d. Develop recommendations for placement of fill and for utilization of existing soils in
embankments.
5. Perform a pavement analysis and design. Provide recommended pavement sections for the
runway overlay and/or reconstruction areas. Airfield pavements will be designed in accordance
with FAA Advisory Circular 150/5320-6D Airport Pavement Design and Evaluation.
6. Provide a summary of project elements to City personnel responsible for the preparation of a
SEPA checklist and an FAA environmental checklist.
7. Prepare and submit an updated DBE plan and goals to FAA Civil Rights.
8. Prepare preliminary construction plans. See Exhibit A-1 for estimated sheet count.
9. Prepare preliminary contract documents and technical specifications. Contract documents shall
include FAA technical specifications and general provisions.
10. Provide recommendations for construction phasing. Attend one meeting with Airport Advisory
Board to review proposed phasing plan and revise as necessary.
11. Prepare preliminary construction cost estimates.
12. Prepare an Engineer's Design Report and submit with the preliminary plans.
13. Distribute 3 full size sets of preliminary plans, contract documents, and technical specifications.
Solicit comments on preliminary design from City personnel and the FAA.
14. Incorporate preliminary design comments and respond as necessary to requests for additional
information. Review available funding and adjust construction base bid items and bid
alternatives as necessary. Finalize construction plans, documents, specifications, contract
conditions and associated forms. Prepare final quantity calculations and Engineer's Estimate.
I:\Projects\City of Auburn\000000 BD Efforts\2003Airportlmprovements\2003AuburnScope.doc
- A-2 - March 31, 2003
15. Calculate and submit revised threshold crossing height (TCH) to FAA Airway Facilities for as -
built plan revisions and revisions to the facility directory.
16. Submit final plans, contract documents, and technical specifications for review and approval by
the City and FAA.
17. Publish thirty-five (35) original sets of contract documents.
Construction Phase Services
Provide project management and administration, liaison with the City, prepare monthly progress
reports and/or invoices, and manage subconsultants for the construction phase services.
2. Assist the City with advertising and interpretation of project requirements, and answer contractor
requests for clarifications in the form of addenda as necessary. Distribute contract documents to
interested bidders, plan centers, and FAA, and maintain plan holder's list.
3. Conduct a pre-bid conference and attend bid opening. Review and tabulate the bids and make
recommendation for award. The City will send award notification to successful bidder, notify and
return bid bonds to the unsuccessful bidders.
4. Prepare final grant application package and submit to the FAA.
5. Review successful bidder's contracts, bonds, and certificates of insurance and forward to the
City for approval.
6. Prepare and submit a construction management plan for use during construction.
7. Conduct a pre -construction conference.
8. Review contractor submittals.
9. Provide construction administration, to include preparation of change orders, if required,
preparation and submittal of daily and weekly inspection reports, and preparation of monthly
construction pay estimates for City approval and processing. Conduct one meeting weekly at
the City offices to coordinate progress of the construction work with City staff, Airport tenants,
and the Contractor.
10. Provide resident engineer to monitor and document construction progress, confirm conformance
with schedules, plans and specifications, measure and document construction pay quantities,
document significant conversations or situations, document input or visits by local authorities,
etc.
11. Conduct subgrade soil, aggregate base, and asphalt concrete acceptance and control testing:
a. Provide maximum density and moisture requirements (ASTM D 698) and in-place density
determinations (ASTM D-2922) for subgrade materials. Two (2) proctor tests and two (2)
days of in-place density testing estimated.
b. Provide maximum density and moisture requirements (ASTM D 698), sieve analysis (ASTM
C 136), and in-place density determinations (ASTM D-2922) for aggregate base materials.
Two (2) proctor tests, two (2) sieve analysis, and two (2) days of in-place density testing
estimated.
I:\Projects\City of Auburn\000000 BD Efforts\2003Airportlmprovements\2003AuburnScope.doc
- A-3 - March 31, 2003
c. Perform asphalt acceptance testing in accordance with FAA P-401 requirements. Three (3)
paving lots estimated plus one dayfor test section.
12. Conduct a final inspection with City personnel, the FAA, and the Contractor.
13. Prepare record drawings on original signed mylars and deliver to the City. Deliver record
drawings in the form of one set of full size mylars (to FAA), two sets of 11"x17" prints (one to
FAA and one to City), and two electronic copies of record drawings in AutoCAD format on CD
(one to City, one to FAA).
14. Prepare a Final Report and project summary. Record improvements of this project on the
Airport Layout Plan and submit one "As -built" ALP drawing to FAA and City staff. Update 5010
drawing and Pavement Strength Survey form and submit to FAA.
Optional Services
Provide additional support, including, but not limited to, meetings regarding a GPS approach to the
airport, or other services as requested by the City. These services will be provided as necessary up to
the amount specified in the attached fee schedule.
Assumptions
• No boundary survey is included in this item.
• No drainage detention or water quality or report is necessary for the proposed improvements
since they will drain to the existing airport detention system
• Control points for the contractor's use during construction will be established during the time of
the design phase topographic survey. Construction surveying or staking is to be provided by the
contractor.
• No wetland delineations, permits or approvals will be necessary for wetlands.
• No adjustment or relocation of the Runway 16 VASIs will be necessary. No Reimbursable
Agreement with the FAA will be necessary.
• The City will prepare and submit a SEPA checklist and an FAA environmental checklist.
• A NPDES construction permit is not required. Land disturbance is anticipated to be more than 1
acre, but less than 5 acres. It is uncertain when the Department of Ecology will develop their
anticipated 1 to 5 acre permit. The progress of developing this permit will need to be monitored,
and if the requirements are enacted before construction is complete, it is likely that an NPDES
permit will need to be acquired.
• No floodplain permits are required.
• A biological evaluation is not required.
• Estimate for the Engineer's Design Report and Final Report are based on the criteria provided
by the FAA at the time of the pre -design meeting.
• W&H Pacific will prepare all City permits as required, including, but not limited to the grading and
construction permits. The City will process the permits.
• A maximum of two (2) addenda will be necessary during the course of bidding.
• Construction observation is based on estimated construction duration of 30 calendar days.
Resident engineering is based on a one-week period of 8 hours per day, 5 days per week and a
three-week period of 8 hours per day, 2 days per week.
I:\Projects\City of Auburn\000000 BD Efforts\2003Airportlmprovements\2003AuburnScope.doc
- A-4 - March 31, 2003
EXHIBIT A-1
W&H PACIFIC
ESTIMATED PLAN SHEETS
FOR
AUBURN MUNICIPAL AIRPORT
2003 RUNWAY IMPROVEMENTS
Sheet Number
Description
1
Cover Sheet
2
Construction Site Plan
3
Construction Phasing/Safety Plan
4
Temporary Erosion Control Plan
5
Runway 16-34 Plan & Profile (1" = 50')
6
Runway 16-34 Plan & Profile (1" = 50')
7
Runway 16-34 Plan & Profile (1" = 50')
8
Hold Apron Expansion Plan (1" = 50')
g
Typical Sections and Civil Details
10
Runway Marking Plans and Threshold Lighting Plan
11
Electrical One -Line Diagram
12
Electrical Details
1-\Projects\City of Aubum\000000 BD Efforts\2003Aiiportlmprovements\2003AubumScope.doc
- A-1-1 - March 31, 2003
AN ABCG Cont-
3350 Monte Villa Parkway
Bothell, Washington 98021-8912
Exhibit B 425.951.4800
Fax 425.951.4808
W&H PACIFIC, INC.
Standard Fee Schedule
I. Standard Fee Schedule
The compensation of W&H Pacific for work done on the basis of a per diem rate, plus incurred expenses
(which may be referred to as "per diem" or "charge rate") will be the sum of all the items set forth below:
A. Personnel Services
Principal III
$145/hour
Project Administrator V
$68/hour
Principal II
$140/hour
Project Administrator IV
$60/hour
Principal I
$135/hour
Project Administrator III
$55/hour
Senior Professional III
$130/hour
Project Administrator II
$50/hour
Senior Professional 11
$125/hour
Project Administrator I
$45/hour
Senior Professional I
$115/hour
Chief of Parties
$91/hour
Engineer, Planner, Arch/Surveyor V
$105/hour
Field Surveyor V
$80/hour
Engineer, Planner, Arch/Surveyor IV
$95/hour
Field Surveyor IV
$70/hour
Engineer, Planner, Arch/Survcyor III
$91/hour
Field Surveyor III
$60/hour
Engineer, Planner, Arch/Surveyor II
$75/hour
Field Surveyor II
$55/hour
Engineer, Planner, Arch/Surveyor I
$70/hour
Field Surveyor I
$50/hour
Technician V
$80/hour
One -Person Crew
$80/hour
Technician IV
$75/hour
Two -Person Crew
$144/hour
Technician III
$70/hour
Three -Person Crew
$185/hour
Technician II
$60/hour
Technician 1
$45/hour
Overtime will be billed at 1.50 times.
B. Other Direct Costs
Subconsultants
Outside Materials, Supplies, Reprographics, etc.
Travel and Subsistence
Mileage (standard vehicle)
Survey vehicle mileage
GPS equipment
In-house color copies
In-house plotting costs
WHP Form G (DevSvs)
Effective June 15, 2000
1:\Company\Shared\Admin\TEMPLATE\ WHPFEES\Form_G.doc
whpacific.com planners
surveyors
Cost plus 10 percent handling fee
Cost plus 10 percent handling fee
At cost plus 10 percent
$0.35/mile
$0.40/mile + $4/hour
$250/day per receiver
$1.50/copy
$3.00/plot
engineers landscape architects
EXHIBIT C
W&H PACIFIC
KEY PERSONNEL
FOR
AUBURN MUNICIPAL AIRPORT
2003 RUNWAY IMPROVEMENTS
W&H Pacific
Rainse Anderson Principal -in -Charge
Mark Napier
Project Manager
David Williams
Project Engineer
Lorelei Mesic
Project Engineer
Laura Jackson
Environmental
Larry Signani
Project Surveyor
GN Northern
Amjad Khan Engineering Geologist
Elcon Associates
Jerry Schneider Electrical Engineer
General Testing
John Hart Lab Coordinator
Shapiro and Associates
Marc Boule Biological Evaluations
Bruce Allen Associates
Bruce Allen Property Valuation
Greer Allen
Greer Allen Land Acquisition Specialist
Real Estate Economics
Dave Eacret Financial Planner
(:\Projects\City of Auburn\000000 BD Efforts\2003Airportlmprovements\2003AubumScope.doc
- C-1 - March 31, 2003
—,"'A U
Cin or Auburn
A.1—., --,l Ai, -
3003 Alrporl Capital Imp,.,—M,
SEEM
---mm-mm- ---- ---
��M_---------OM_-