Loading...
HomeMy WebLinkAbout06-18-2007 Agenda ModificationWASHINGTON TO: Members of the City Council Mayor Lewis Department Directors FROM: Danielle Daskam, City Clerk SUBJECT: June 18, 2007 Agenda Modification DATE: June 18, 2007 The June 18, 2007 City Council meeting agenda published on Friday, June 15, 2007 is modified as follows: V. CONSENT AGENDA The agenda modification adds the following consent item: D. Contract Administration 8. Consultant Agreement No. AG -C-303* (Cerino/Coleman) City Council grant permission to enter into Consultant Agreement No. AG -C-303 with Reid Middleton, Inc. for engineering services for Project CP0720, Auburn Municipal Taxiway Improvements. I/clerk/council/2007agendas/2007am06-18 CITY OF, ,041 AGENDA BILL APPROVAL FORM WASHINGTON Agenda Subject: Consultant Agreement No. AG -C-303 Date: 5/25/07 Department: Attachments: Agreement #AG -C- Budget Impact: Finance 303, $ 297,000.00 Budget Status Sheet Administrative Recommendation: City Council grant permission to enter into Consultant Agreement No. AG -C-303 with Reid Middleton, Inc. for Engineering Services for Project No. cp0720, Auburn Municipal Airport Taxiway Improvements. Initial agreed compensation is $ 297,000 through Design and construction bidding phases, with a City option for further Construction Management services during the construction period. Background Summary: The Master Plan for the Auburn Municipal Airport envisions the Design (in 2007) and Construction (in 2008) of substantial reconfigurations and revisions to the airport taxiways. An extensive RFQ and consultant selection procedure, in accordance with FAA requirements, has been conducted to initially select the engineering consultant firm of Reid Middleton, Inc. of Everett, WA, to perform the engineering and design services for this effort. An extensive negotiation of the scope -of -services and compensation with Reid Middleton followed, including utilization of a 3rd party estimate of probable fee for the agreed scope. A comparison to that estimate indicated the Reid Middleton's proposed fee was lees than estimated by the third party. Both the negotiated scope language, and the final language of the Agreement, have been reviewed and approved by both the City of Auburn City Attorney's office, and by the FAA representative. This Agreement initially provides for services through the Design and construction bidding period. It also provides for Construction Management services during the construction period, at the City's option. Initial authorization has been received for reimbursement of the Design period costs by the FAA (assuming execution of the grant for this purpose pending). Reviewed by Council & Committees: Reviewed by Departments & Divisions: ❑ Arts Commission COUNCIL COMMITTEES: ❑ Building ❑ M&O ❑ Airport ❑ Finance ❑ Cemetery ❑ Mayor ❑ Hearing Examiner ® Municipal Serv. ® Finance ❑ Parks ❑ Human Services ❑ Planning & CD ❑ Fire ❑ Planning ❑ Park Board ❑Public Works ❑ Legal ❑ Police ❑ Planning Comm. ❑ Other ❑ Public Works ❑ Human Resources Action: Committee Approval: ❑Yes ❑No Council Approval: ❑Yes []No Call for Public Hearing Referred to Until _ Tabled Until Councilmember: Cerino Staff: Coleman Meeting Date: : June 18, 2007 Item Number: AUBURN * MORE THAN YOU IMAGINED CITY OF AUBURN AGREEMENT No. AG -C-303 FOR CONSULTING SERVICES Taxiway Alterations and Improvements Auburn Municipal Airport THIS AGREEMENT made and entered into on this day of , 200_, by and between the City of Auburn, a municipal corporation of the State of Washington, hereinafter referred to as "City" and Reid Middleton, hereinafter referred to as the "Consultant." WITNESSETH: WHEREAS, the City is engaged in or readying itself to be engaged in its project of Auburn Municipal Airport Taxiway Improvements, and is in need of services of individuals, employees or firms for engineering services on said project; and, WHEREAS, the City desires to retain the Consultant to provide certain services in connection with the City's work on said project; and, WHEREAS, the Consultant is qualified and able to provide consulting services in connection with the City's needs for the above-described work/project, and is willing and agreeable to provide such services upon the terms and conditions herein contained. NOW, THEREFORE, the parties hereto agree as follows: Scope of Services. The Consultant agrees to perform in a good and professional manner the tasks described on Exhibit "A" attached hereto and incorporated herein by this reference. (The tasks described on Exhibit "A" shall be individually referred to as a "task," and collectively referred to as the "services.") The Consultant shall perform the services as an independent contractor and shall not be deemed, by virtue of this Agreement and the performance thereof, to have entered into any partnership, joint venture, employment or other relationship with the City. 2. Additional Services. From time to time hereafter, the parties hereto may agree to the performance by the Consultant of additional services with respect to related work or projects. Any such agreement(s) shall be set forth in writing and shall be executed by the respective parties prior to the Consultant's performance of the services there under, except as may be provided to the contrary in Section 3 of this Agreement. Upon proper completion and execution of an addendum (agreement for additional services), such addendum shall be incorporated into this Agreement and shall have the same force and effect as if the terms of such addendum were a part of this Agreement as originally executed. The performance of services pursuant to an addendum shall be subject to the terms and conditions of this Agreement except where the addendum provides to the contrary, in which case the terms and conditions of any such addendum shall control. In all other respects, any addendum shall supplement and be construed in accordance with the terms and conditions of this Agreement. Page 1 of 11 Performance of Additional Services Prior to Execution of an Addendum. The parties hereby agree that situations may arise in which services other than those described on Exhibit "A" are desired by the City and the time period for the completion of such services makes the execution of addendum impractical prior to the commencement of the Consultant's performance of the requested services. The Consultant hereby agrees that it shall perform such services upon the written request of an authorized representative of the City pending execution of an addendum, at a rate of compensation to be agreed to in connection therewith. The invoice procedure for any such additional services shall be as described in Section 7 of this Agreement. 4. Consultant's Representations. The Consultant hereby represents and warrants that he has all necessary licenses and certifications to perform the services provided for herein, and is qualified to perform such services. 5. City's Responsibilities. The City shall do the following in a timely manner so as not to delay the services of the Consultant: a. Designate in writing a person to act as the City's representative with respect to the services. The City's designee shall have complete authority to transmit instructions, receive information, interpret and define the City's policies and decisions with respect to the services. b. Furnish the Consultant with all information, criteria, objectives, schedules and standards for the project and the services provided for herein. C. Arrange for access to the property or facilities as required for the Consultant to perform the services provided for herein. d. Examine and evaluate all studies, reports, memoranda, plans, sketches, and other documents prepared by the Consultant and render decisions regarding such documents in a timely manner to prevent delay of the services. 6. Acceptable Standards. The Consultant shall be responsible to provide, in connection with the services contemplated in this Agreement, work product and services of a quality and professional standard acceptable to the City. 7. Compensation. As compensation for the Consultant's performance of the services provided for herein, the City shall pay the Consultant the fees and costs specified on Exhibit `B" attached hereto and made a part hereof (or as specified in an addendum). The Consultant shall submit to the City an invoice or statement of time spent on tasks included in the scope of work provided herein, and the City shall process the invoice or statement in the next billing/claim cycle following receipt of the invoice or statement, and shall remit payment to the Consultant thereafter in the normal course, subject to any conditions or provisions in this Agreement or addendum. The consultant agrees to pay each subconsultant under this agreement for satisfactory performance of its contract no later than 45 days from the receipt of each payment the Page 2 of 11 consultant receives from the City. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City. This clause applies to both DBE and non -DBE subcontractors. Time for Performance and Term of Agreement. The Consultant shall perform the services provided for herein in accordance with the scheduling provided within the Scope of Work Exhibit "A," attached hereto and incorporated herein by this reference, unless otherwise agreed to in writing by the parties. The Term of this Agreement shall commence on the date hereof, and shall terminate upon completion of the performance of the scope of work and the schedule provided in Exhibit "A" attached hereto or on December 31, 2008, whichever comes first, unless otherwise agreed to in writing by the parties. Ownership and Use of Documents. All documents, reports, memoranda, diagrams, sketches, plans, surveys, design calculations, working drawings and any other materials created or otherwise prepared by the Consultant as part of his performance of this Agreement (the "Work Products") shall be owned by and become the property of the City, and may be used by the City for any purpose beneficial to the City. 10. Access to Records and Reports. The consultant shall maintain an acceptable cost accounting system. The consultant agrees to provide the City, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the consultant which are directly pertinent to the specific agreement for the purpose of making audit, examination, excerpts and transcriptions. The consultant agrees to maintain all books, records and reports required under this agreement for a period of not less than three years after final payment is made and all pending matters are closed. 11. Continuation of Performance. 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. 12. Administration of Agreement. nn / j This Agreement shall be administered by, 01 vt ha ✓`7 .Tt-c -von behalf of the Consultant, and by the Mayor of the City, or designee, on behalf of t1jCity. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn Consultant Auburn City Hall Reid Middleton, Inc. 25 West Main 728 134th Street SW, Suite 200 Auburn, WA 98001-4998 Everett, WA 98204 (253) 931-3000 FAX (253) 931-3053 (425) 741-3800 FAX(425) 741-3900 Page 3 of 11 13. Notices. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be deemed to have been duly given if delivered in person or deposited in the United States mail, postage prepaid, for mailing by certified mail, return receipt requested, and addressed, if to a party of this Agreement, to the address for the party set forth above, or if to a person not a party to this Agreement, to the address designated by a party to this Agreement in the foregoing manner. Any party may change his, her or its address by giving notice in writing, stating his, her or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 14. Insurance. The Consultant shall be responsible for maintaining, during the term of this Agreement and at its sole cost and expense, the types of insurance coverages and in the amounts described below. The Consultant shall furnish evidence, satisfactory to the City, of all such policies. During the term hereof, the Consultant shall take out and maintain in full force and effect the following insurance policies: a. Commercial General Liability insurance, insuring the City and the Consultant against loss or damages arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City, with minimum liability limits of $1,000,000 combined single limit for personal injury, death or property damage in any one occurrence. b. Such workmen's compensation and other similar insurance as may be required by law. c. Professional liability insurance with minimum liability limits of $1,000,000. d. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. 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. 15. Indemnification. The Consultant shall indemnify, defend and hold harmless the City and its officers, agents and employees, or any of them from any and all claims, actions, suits, liability, loss, costs, expenses, and damages of any nature whatsoever, including attorney fees, by any reason of or arising out of the act or omission of the Consultant, its officers, agents, employees, or any of them relating to or arising out of the performance of this Agreement except for injuries and damages caused by the sole negligence of the City. If a final judgment is rendered against the City, its officers, agents, employees and/or any of them, or jointly against the City and the Consultant and their respective officers, agents and employees, or any of them, the Consultant shall satisfy the same to the extent that such judgment was due to the Consultant's negligent acts or omissions. Page 4 of 11 16. Assi ng meet. Neither party to this Agreement shall assign any right or obligation hereunder in whole or in part, without the prior written consent of the other party hereto. No assignment or transfer of any interest under this Agreement shall be deemed to release the assignor from any liability or obligation under this Agreement, or to cause any such liability or obligation to be reduced to a secondary liability or obligation. 17. Amendment, Modification or Waiver. No amendment, modification or waiver of any condition, provision or term of this Agreement shall be valid or of any effect unless made in writing, signed by the party or parties to be bound, or such party's or parties' duly authorized representative(s) and specifying with particularity the nature and extent of such amendment, modification or waiver. Any waiver by any party of any default of the other party shall not effect or impair any right arising from any subsequent default. Nothing herein shall limit the remedies or rights of the parties hereto under and pursuant to this Agreement. 18. Termination, Breach, and Suspension. Any violation or breach of terms of this agreement on the part of the Consultant or Consultant's subconsultants may result in the suspension or termination of this Agreement or such other action that may be necessary to enforce the rights of the parties of this Agreement. The duties and obligations imposed by this Agreement, and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. a. The City may, upon not less than seven (7) days written notice, terminate this agreement in whole or in part at any time, either for the City's convenience or because of the Consultant's failure to fulfill the agreement's obligations. Upon receipt of such notice, services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this agreement, whether completed or in progress, delivered to the City. b. If the termination is for the convenience of the City, an equitable adjustment in the agreement price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. The Consultant shall be compensated for services performed prior to termination in accordance with the rate of compensation provided in Exhibit `B" hereof. c. If the termination is due to failure to fulfill the consultant's obligations, the City may take over the work and prosecute the same to completion by contract or otherwise. In such case, the consultant shall be liable to the City for any additional cost occasioned to the City thereby. d. If, after notice of termination for failure to fulfill consultant's obligations under this agreement, it is determined that the consultant had not so failed, the termination shall be deemed to have been effected for the convenience of the City. In such event, adjustment in the agreement price shall be made as provided in subsection 18(b). Page 5 of 11 e. The rights and remedies of the City provided in this clause are in addition to any other rights and remedies provided by law or under this agreement. f The Consultant may terminate this Agreement upon thirty (30) days written notice to the City if the City fails to substantially perform in accordance with the terms of this Agreement through no fault of the Consultant. 19. Parties in Interest. This Agreement shall be binding upon, and the benefits and obligations provided for herein shall inure to and bind, the parties hereto and their respective successors and assigns, provided that this section shall not be deemed to permit any transfer or assignment otherwise prohibited by this Agreement. This Agreement is for the exclusive benefit of the parties hereto and it does not create a contractual relationship with or exist for the benefit of any third party, including contractors, sub -contractors and their sureties. 20. Costs to Prevailing Party. In the event of such litigation or other legal action, to enforce any rights, responsibilities or obligations under this Agreement, the prevailing parties shall be entitled to receive its reasonable costs and attorney's fees. 21. Applicable Law. This Agreement and the rights of the parties hereunder shall be governed by the interpreted in accordance with the laws of the State of Washington and venue for any action hereunder shall be in of the county in Washington State in which the property or project is located, and if not site specific, then in King County, Washington; provided, however, that it is agreed and understood that any applicable statute of limitation shall commence no later than the substantial completion by the Consultant of the services. 22. Nondiscrimination. The Consultant or subconsultants shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the Consultant to carry out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy, as the City deems appropriate. 23. Nondiscrimination in Subcontracting and Procurements. During the performance of this agreement, the Consultant, for itself, its assignees and successors in interest (for purposes of this Section 23, hereinafter referred to collectively as the "Consultant") agrees as follows: a. Compliance with Regulations. The Consultant 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 "Regulations"), which are herein incorporated by reference and made a part of this Agreement. Page 6 of 11 b. Nondiscrimination. The Consultant, with regard to the work performed by it during the Agreement, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subconsultants, including procurements of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations. c. Solicitations for Subconsultants, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Consultant for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subconsultant or supplier shall be notified by the Consultant of the Consultant's obligations under this agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. d. Information and Reports. The Consultant 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 City or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a consultant is in the exclusive possession of another who fails or refuses to furnish this information, the Consultant shall so certify to the City 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 Consultant's noncompliance with the nondiscrimination provisions of this agreement, the City shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: i. Withholding of payments to the Consultant under the agreement until the Consultant complies, and/or ii. Cancellation, termination, or suspension of the agreement, in whole or in part. f. Incorporation of Provisions. The Consultant shall include the provisions of paragraphs (a) through (e) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The Consultant shall take such action with respect to any subcontract or procurement as the City or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Consultant becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the Consultant may request the City to enter into such litigation to protect the interests of the City and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States. Page 7 of 11 g. The Consultant assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Consultant from the proposal submission period through the completion of the Agreement. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. 24. Lobbying and Influencing Federal Employees. a. No Federal appropriated funds shall be paid, by or on behalf of the Consultant, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the consultant shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities," in accordance with its instructions. 25. Right to Inventions. All rights to inventions and materials generated under this agreement are subject to regulations issued by the FAA and the City. 26. Trade Restriction. a. The Consultant, by execution of this Agreement, certifies that it: i. 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); ii. 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; iii. 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. b. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no agreement shall be awarded to a consultant or subconsultant who is unable to certify to the above. If the Consultant 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 Administration may direct through the City cancellation of the agreement at no cost to the Government. Page 8 of 11 c. Further, the consultant agrees that, if awarded an agreement resulting from this solicitation, it will incorporate this provision for certification without modification in each agreement and in all lower tier subcontracts. The Consultant may rely on the certification of a prospective subconsultant unless it has knowledge that the certification is erroneous. d. The Consultant shall provide immediate written notice to the City if the Consultant learns that its certification or that of a subconsultant was erroneous when submitted or has become erroneous by reason of changed circumstances. The subconsultant agrees to provide written notice to the consultant if at any time it learns that its certification was erroneous by reason of changed circumstances. e. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Consultant or subconsultant knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the City cancellation of the agreement or subcontract for default at no cost to the Government. f. 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 consultant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. g. 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. 27. Certification Regarding Debarment, Suspension Ineligibility and Voluntary Exclusion. The Consultant certifies, by acceptance of this agreement, 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 this Agreement that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Consultant or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this agreement. 28. Captions, Headings and Titles. All captions, headings or titles in the paragraphs or sections of this Agreement are inserted for convenience of reference only and shall not constitute a part of this Agreement or act as a limitation of the scope of the particular paragraph or sections to which they apply. As used herein, where appropriate, the singular shall include the plural and vice versa and masculine, feminine and neuter expressions shall be interchangeable. Interpretation or construction of this Agreement shall not be affected by any determination as to who is the drafter of this Agreement, this Agreement having been drafted by mutual agreement of the parties. Page 9 of 11 29. Severable Provisions. Each provision of this Agreement is intended to be severable. If any provision hereof is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this Agreement. 30. Entire Agreement. This Agreement contains the entire understanding of the parties hereto in respect to the transactions contemplated hereby and supersedes all prior agreements and understandings between the parties with respect to such subject matter. 31. Counterparts. 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. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed effective the day and year first set forth above. CITY OF AUBURN CONSULTANT Peter B. Lewis, Mayor Name: Reinhart 9J Title: Director, Airp( Attest: Danielle E. Daskam City Clerk Approved as to form: Daniel B. Heid, City Attorney Attachments: Exhibit A — Scope of Work Exhibit B — Schedule of Compensation Page 10 of 11 STATE OF WASHINGTON ) ss. COUNTY OF ) ON THIS day of , 200 , before me, personally appeared and , to me known to be the and of the Consultant, the corporation/company that executed the within and foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation/company, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument. GIVEN under my hand and official seal this day of 1200 NOTARY PUBLIC in Washington, residing at My Commission Expires: Page 11 of 11 and for the State of A. B. Exhibit A Scope of Services Engineering Services — Taxiway Alterations and Improvements Auburn Municipal Airport PROJECT UNDERSTANDING The Consultant will provide the required professional services to design alterations and reconfigurations to the existing taxiways, parallel to the airport runway, to bring them within ARC standard and in conformance with FAA requirements. The present configuration of the two parallel taxiways does not conform to the B -I (small) ARC standard requirements for Taxiway Width, Taxiway Shoulder Width, Taxiway to Runway Separation, and Taxiway to Taxiway Separation. This project will redevelop and modify the taxiway configuration. This work will be performed and constructed under a Federal Aviation Administration (FAA) Airport Improvement Program (AIP) grant to the airport. Taxiway edge lighting will be modified as required by the new configuration. Capacity issues will be considered in the design. SCOPE OF SERVICES PHASE 1 — PRELIMINARY DESIGN — to be provided on a lump sum compensation basis. The preliminary design phase is intended to identify and evaluate alternatives to assure cost effective and practical solutions for the work identified above. The consultant will complete its evaluation of alternatives through contacts with local authorities, review of field investigations, and a practical design approach. The design will minimize construction disruption to airport operations to the greatest extent possible. The design will take advantage of local knowledge and experience, and utilize expertise from recent construction projects to design a cost- effective project and ensure competitive construction bids. Activities include: a. Attend one pre -design meeting at the FAA to confirm basic project elements. b. Coordinate with airport operations, and airport based and dependent businesses, to minimize impacts on the day-to-day operations of airport users. Also coordinate with airport management and maintenance staffs. Auburn Municipal Airport Exhibit A - Scope of Services Taxiway Alterations and Improvements Page 1 of 9 May 18, 2007 Conduct a Planning/Alternatives Study to determine the most favorable configuration for the new parallel taxiway system: (1) Prepare as many as eight cursory -level conceptual design alternatives for the taxiway reconfiguration. For each, include a breakdown of considered factors, conclusions and an 11" x 17" drawing of the configuration including dimensional information. (2) From the cursory -level conceptual alternatives, select two primary candidate designs to be developed to a full conceptual level. For each full conceptual design, include full analysis, breakdown of considered factors, construction costs, construction phasing/operational considerations, conclusions and an 11" x 17" drawing for each of the following: 1) the overall plan, 2) sections, 3) details and 4) construction phasing. (3) Prepare and present to City of Auburn (City) and FAA officials alternative configuration solutions, and associated cost estimates and phasing plans, for their selection of the alternative to be carried into full design. (4) Confer with City and FAA officials, supporting their decision making process for preferred alternative selection. d. Prepare an overall construction phasing plan in order to maximize project constructability and minimize interference with airport operations (included with Conceptual Design Alternatives). Provide all geotechnical investigation and analysis, and pavement and other nondestructive testing and analysis, required for the design. Perform as follows: (1) Field Exploration, including soil borings and/or test pits as applicable. Log and field classify soils and obtain samples for laboratory testing. (2) Laboratory Testing, including determination of Compacted CBR test, Standard proctor, Atterberg Limit, sieve analysis, unit weight and water content, and FAA soil classification. Auburn Municipal Airport Exhibit A - Scope of Services Taxiway Alterations and Improvements Page 2 of 9 May 18, 2007 Acquire and provide all required survey information necessary for the design, including: (1) necessary topography and site survey (2) establishment of project control points g. Research applicable requirements for alterations to site drainage, as may be impacted by taxiway reconfiguration alterations. h. Evaluate the feasibility of routing all Airport site drainage to the north, including the approximate southern half that presently is conveyed to the east. 2. PHASE 2 — ENGINEERING PHASE ACTIVITIES (50% DESIGN) — to be provided on a lump sum compensation basis. The engineering phase will fully develop the selected preferred alternative configuration with a completed design. Activities include: a. Evaluate local material suppliers, sources, and capabilities. b. Complete pavement section alternatives analysis and provide recommendations. Complete plan and profile design for taxiway. d. Identify and design specific component elements of the work to be constructed (i.e. site re -grading, geotechnical structural support, pavement sections and materials, site drainage system components and configurations, electrical and lighting components and configurations). Apply and incorporate into the design, information and analysis from Phase I — Preliminary Design, including: (1) Survey information (2) Soils test results and geotechnical analysis (3) Existing lighting system configuration (4) Existing site drainage systems and alteration requirements related to this change (5) FAA ARC requirements. Auburn Municipal Airport Exhibit A - Scope of Services Taxiway Alterations and Improvements Page 3 of 9 May 18, 2007 e. Prepare a Preliminary Design Report which includes drawings and draft specifications portraying the developed design; which includes studies and reports documenting the investigations and analysis performed; which includes a phasing and activity sequence plan and schedule with estimates of probable impact on airport operations; and which includes a detailed estimate of probable quantities and costs. Also included will be the Pavement Design (with FAA Form 5100-1, Airport Pavement Design) and list of Modifications to Construction Standards. f Provide presentation of the Final Concept Design and Preliminary Design Report to City officials, FAA, and to the airport community. Assumes two formal meeting presentations. g. Provide support and consultation to the City in its pursuit of FAA approvals and grant applications for construction. It. Participate in and support any City -conducted Value Engineering or Constructability activities. 3. PHASE 3 — FINAL DESIGN AND CONSTRUCTION DOCUMENTS — to be provided on a lump sum compensation basis. In the final design phase, the consultant will provide well-defined construction requirements and documents to provide the basis for construction bids, for support of applications for required permits, and for FAA approval and grant applications. The Design Report approved in Phase 2 above, will be refined and detailed to achieve those ends. The following outlines in greater detail the tasks and products: a. Provide final Design Drawings in AutoCAD and Specifications; including Tentative Plan Sheets as follows: Cover Construction Site Plan Project Safety, Phasing and Layout Plan (2) Site Prep Plan and Pavement Removal Taxiway Grading & Drainage — Plan & Profile (6) Connecting Taxiway — Plan & Profile (2) Miscellaneous Pavement Transitions Plan & Profile Drainage System Profiles (2) Typical Grading Sections Typical Pavement Sections Drainage System Details Erosion Control Plans Auburn Municipal Airport Exhibit A - Scope of Services Taxiway Alterations and Improvements Page 4 of 9 May 18, 2007 Erosion Control Details Miscellaneous Details Pavement Marking Plan Pavement Marking Details Taxiway Edge Lighting Plan (6) Electrical System Details (2) b. Develop specifications using Advisory Circular 150/5370-10, Standards for Specifying Construction of Airports, as amended, and utilize standard provisions supplied by the City. C. Design all improvements in accordance with applicable FAA Advisory Circular standards and guidelines including: AC 150/5300-13 AC 150/5370-2C AC 150/5370-2E AC 150/5320-513 AC 150/5320-6C AC 150/5340-1F AC 150/5340-18D AC 150/5345-46B Airport Design Construction Phasing and Safety Operational Safety on Airports during Construction Airport Drainage Pavement Design Marking Standards for Airport Sign Systems Specification for Runway and Taxiway Light Fixtures d. Coordinate all design of the project with existing and ultimate grades established in adjacent areas. C. Provide all required design of utilities and services and storm drainage within the defined affected area. f. Complete final quantity calculations. g. Provide a detailed final Estimate of Probable Cost. h. Provide a final Phasing and Sequence Plan and Construction Schedule, with any necessary construction start, end, required milestone points, and durations incorporated into the specifications required above. Participate in and support City -conducted Value Engineering and Constructability reviews. j. Solicit City and FAA approval. Auburn Municipal Airport Exhibit A - Scope of Services Taxiway Alterations and Improvements Page 5 of 9 May 18, 2007 k. Support the City (and prepare application materials for) application for any required permits. Support the City (and prepare application materials for) application for FAA or other funding grants. in. Update DBE Program and prepare DBE goal analysis for submittal to the FAA. In addition, under the requirements of this contract phase, the consultant will perform some design services during the construction bidding and award activity, and during the construction of the resulting work. They are as follows: a. Conduct pre-bid meeting. b. Assist the City with construction bid advertising and interpretation of project requirements during the bid period. C. Assist the City with bid evaluation prior to award. d. Provide review of all material submittal and shop drawings, for conformance to project design, during construction. e. Provide response to requests for interpretation or clarification of design intent and project requirements, during the construction period. Provide technical assistance and recommendations to the sponsor during construction. The construction budget for the project is $1,700,000, inclusive of taxes and contingencies, but exclusive of design and project management fees, permit costs, testing, inspection, and other soft costs. The consultant will evaluate the feasibility of this budget, and keep the City apprised during each phase of the design. The consultant will advise the City as to options available for reducing construction costs to stay within the budget, if it appears likely that construction bid prices will exceed this budget. The project schedule is anticipated as follows: • Authorization of the Consultant Contract June 18, 2007 • Execution of Consultant Contract June 25, 2007 • Start Preliminary Design Phase 1 June 27, 2007 • Submission to City of Prelim Design Report August 24, 2007 Auburn Municipal Airport Exhibit A - Scope of Services Taxiway Alterations and Improvements Page 6 of 9 May 18, 2007 • City Selection of Preferred Alternative • Start of Engineering Phase 2 • Submission to City of Final Design Report • City approval of the Final Design Report • Start of Final Design & Construction Docs • Submission to City of Bid & Permit Docs • Advertisement for Construction Bid • Bid Opening • Bid Award • Notice -to -Proceed with Construction September 17, 2007 September 19, 2007 November 16, 2007 December 3, 2007 December 5, 2007 February 1, 2008 February 18, 2008 March 19, 2008 April 7, 2008 April 28, 2008 • On site construction May 5, 2008 - September 30, 2008 The consultant will evaluate this schedule throughout the design phases, and will advise the City as to the feasibility, practicality and prudence of this schedule. 4. PHASE 4 — CONSTRUCTION MANAGEMENT — to be provided on a time -plus -expense compensation basis at standard billing rates to match the level of effort needed on the project. The level of effort needed will depend on factors that cannot be fully defined at the outset of the project such as the final scope of work, the length and intensity of the contractor's construction schedule, the quality of the construction work produced, field conditions encountered on the site, and weather conditions which can influence schedule and quality. It is assumed for the purpose of establishing an initial construction phase engineering budget that the project will be constructed in a single phase by one prime contractor over a continuous period of an assumed 10 weeks beginning with the pre -construction conference. The level of effort assumed for field engineering in the initial budget is 600 hours. Actual construction phase engineering expenditures will be periodically compared to the budget as construction progresses and reported to the Airport. At the City's option, services of the consultant may be utilized to provide Construction Management, during the Construction Phase of the project. Those services would begin with award of a construction contract, and would be completed with final project inspection, conveyance of final reports and project documentation to the City and to the FAA, acceptance of the project by the City, and final approval by the FAA. Regardless of the City's determination as to use of the consultant for Construction Management services, the consultant will provide "Design" services during construction, as noted in Phase 3 above. Auburn Municipal Airport Exhibit A - Scope of Services Taxiway Alterations and Improvements Page 7 of 9 May 18, 2007 Ca The following outlines in greater detail the Construction Management tasks and products to be provided: a. Assist the City in the construction contract award notification, and contract execution procedures. b. Conduct Pre -Construction Conference. C. Complete construction staking, provide horizontal and vertical control. d. Provide resident project representative to monitor and document construction progress, confirm conformance with schedules, plans and specifications, measure and document construction pay quantities, document significant conversions or situations, document input or visits by local authorities, etc. C. Prepare change orders if necessary. Prepare and submit weekly inspection reports to the FAA and City. Prepare Sponsor Quarterly Performance Report for submittal to the FAA. h. Prepare and confirm monthly payment requests. Conduct necessary quality control testing. Conduct a final project inspection with City and airport personnel, the FAA, and the consultant. k. Prepare as -constructed record drawings (11" x 17" and electronic pdf file) and the final Project Report with documentation from information furnished by the consultant. 1. Provide record -drawing update of the ALP for submittal to the FAA reflecting changes made under the taxiway reconfiguration project. ASSUMPTIONS Topographic Survey Scope/Assumptions (Attachment 1). 2. Geotechnical Investigation Scope/Assumptions (Attachment 2). Auburn Municipal Airport Exhibit A - Scope of Services Taxiway Alterations and Improvements Page 8 of 9 May 18, 2007 Environmental Scope/Assumptions (Attachment 3). 4. Electrical Scope/Assumptions (Attachment 4). Phase 1 includes a line item to evaluate the feasibility of re-routing all airport drainage to the north. The scope does not include the possible redesign of the Airport's overall drainage system. 6. It is assumed that the Airport's existing detention facilities will not require modification or expansion in order to accommodate drainage generated from the taxiway reconfiguration. Specific permit applications with associated information to be provided are: a. City grading permit b. Environmental -- see environmental attachment It is assumed that support for City -conducted evaluations will not exceed 15 hours each for Phase 2 and Phase 3 Designs. The Engineer will establish and provide a horizontal baseline and vertical benchmark prior to construction. All other construction surveying will be provided by the Contractor. 10. Hourly rates for Phases 2, 3 and 4 have been adjusted per the time period that each phase will be performed. Auburn Municipal Airport Exhibit A - Scope of Services Taxiway Alterations and Improvements Page 9 of 9 May 18, 2007 ATTACHMENT 1 Scope of Survey Services SCOPE OF SURVEY SERVICES AUBURN MUNICIPAL AIRPORT The following items will be performed under the supervision and approval of a licenscd Professional Land Surveyor. Topographic Survey a. Provide services for the topographic survey of a 21 acre site surrounding the dual parallel taxiway. The survey limits will extend south to the ditch that lies south of the taxiway, north to the south edge of the pond that lies north of the taxiway, west to the centerline of the grass islands on the west side of the taxiway and east to a line which is 10 feet east of the west face of the hangars. Taxiway connections to the runway will also be surveyed as well as the centerline and east edge of runway every 200 feet. b. Provide the topographic survey sufficient for the development of one -foot contour interval mapping. Measurements will be provided at abrupt changes of grade such as curbs, slopes, walls, structures and edge of pavement. The survey will include the measurement of existing surface features, exterior building corners, visible structures, manholes, catch basins, planters, walkways, fences, paths, parking areas and utilities in the area. C. The survey will be based on Washington State Plane Coordinate system NAD83-91 horizontal datum and on NAVD88 vertical datum provided in US Survey feet units. The survey will be conducted using Global Position System methods in combination with conventional traverse and leveling techniques. The datum, coordinate and elevation value of controlling survey points will be shown on the survey map. 2. Utility Location Survey a. Subcontract the services of a local utility vendor to mark underground utilities using radio frequency detected from the surface. b. Provide survey services to locate the underground markings of the utility vendor. ATTACHMENT 2 Scope of Geotechnical Investigation C DESIGNzu March 12, 2007 Reid Middleton, Inc. 728 134th Street SW, Suite 200 Everett, WA 98204 Attention: Mr. Randy 1 -fall Proposal Geotechnical Engineering Services Parallel Taxiway Reconfiguration Auburn Municipal Airport 400 231 Street NE Auburn, Washington GeoDesign Project U ReldMidd-2-01 INTRODUCTION GeoDesign, Inc. is pleased to present this proposal to provide geotechnical engineering services associated with the proposed parallel taxiway reconfiguration project at the Auburn Municipal Airport in Auburn, Washington. We met with you on March 6, 2007, to discuss the project and the required geotechnical scope of work. We understand that the project will include the reconfiguration of the existing dual parallel taxiway system that is approximately 4,000 feet in length. The exact alignment of the new taxiway is yet to be determined, but we understand. it will most likely be situated within the infield area bounded by the existing duel parallel taxiways, The infield area between the two taxiways is graded as a shallow depression, 2 to 3 feet below the adjacent taxiway grades, and helps manage surface water flow off of the taxiways. The area is vegetated with grass_ The new taxiway system will be constructed close to existing grades to Insure compatibility with adjacent pavement areas that will remain. This will require placement of fill in the infield area to raise the site grades. We reviewed the geotechnical report for the 2004 runway improvements project and records of projects that we have completed in the area to assist us in preparing this proposal. Soil conditions in borings completed along the runway encountered silty sand and sand below the pavement section, which was underlain by a very soft to soft layer of clayey silt at depths varying 107W Meridian Avent+a North • Suite 210 1 $eatQe WA 98 i 33 i W206.838.9900 i rn 206.838.9901 from 3 to 12 feet along the runway. The clayey silt layer varied in thickness from 4 to B feet at the boring locations. The clayey silt layer, if present in the taxiway area, may warrant consolidation tests to evaluate the settlement characteristics of the silty clay and to estimate settlement of the layer after site grading is completed to establish the taxiway subgrade. We understand that the scope you have requested includes the excavation of eight test pits or soil borings to evaluate subsurface conditions including soil and groundwater. Geotechnical engineering recommendations have been requested for in-place subgrade California Bearing Ratio (CBR) values for use in design, frost susceptibility, and construction considerations regarding the on-site soils. SCOPE OF SERVICES The purpose of our geotechnical services is to provide geotechnical information and recommendations to be used in the design and construction of the new parallel taxiway reconfiguration. Based on the information available at present, and our current understanding of the project, we propose to conduct a geotechnical investigation that includes the following tasks: • Collect and review pertinent existing information, including any geotechnical reports that may have been completed at the airport. Plan and conduct a field investigation to provide information relative to the subsurface conditions in the infield area along the alignment of the new taxiway. We propose conducting four soil borings and four test pit excavations along the proposed alignment of the taxiway. The borings and test pits will be alternated along the alignment and spaced approximately 500 feet apart. A private utility locator will be subcontracted to survey the proposed exploration locations for underground utility conflicts. The borings will be completed with a truck -mounted drill rig using mud rotary drilling methods to a depth of about 15 feet. The samples will be collected at a 2.5 -foot sampling intervals using the standard penetration test (SPT) to a depth of 5 feet and using a large diameter U -type sampler below a depth of 5 feet. The U -type sampler will permit the collection of relatively undisturbed ring samples. The relatively undisturbed samples of the clayey silt are necessary so that one dimensional consolidation tests can be completed to evaluate settlement characteristics of the soil. Soils will be logged in accordance with the Federal Aviation Administration system. We propose completing the shallow test pit excavations using a rubber -tired backhoe to depths of 4 to 6 feet below the proposed finish grades near the edge of the existing taxiway. Soil samples will be collected from the test pits at selected intervals to obtain representative samples of the soils encountered. Large bulk samples will be collected for evaluation of moisture/density relationship and laboratory CBR testing, if requested. Nuclear density tests will be completed within the upper 3 feet of each test pit as It Is excavated to determine the existing moisture/density conditions and degree of compaction. We assume that the excavated soil can be used to backfill the test pit excavations. The test pits will be backfilled NWESIGNW 2 ReidMidd-2.01:031207 in lifts and the soil will be compacted using the bucket of the backhoe. The ground surface will be disturbed and left bare In the area surrounding each test pit. We understand that you have requested in-place CBR values and that, based on our phone conversation of March 8, 2007, the values will be used for design of the new pavement section as required by the FAA. Laboratory CBR tests W11 not be completed; however, we will obtain samples that will be available for testing should it be requested. In-place CBR values that we will provide will be based on SPT blow count data and in-place nuclear density test measurements For estimating purposes, we have assumed that we will subcontract with the drilling and backhoe subcontractors to complete the explorations. We will also subcontract with a utility locate firm to survey each boring location for conflicts with underground utilities. We assume the airport facility managers can provide a site plan showing general location of site utilities. We estimate that for the runway and connecting taxiway investigation, It will require about 3 days to complete the field work. Prior to beginning the field program, we will schedule and coordinate our field activities with Reid Middleton and Auburn Municipal Airport personnel. We will provide you with a plan showing the proposed test pit and boring locations and we assume that you can provide an AutoCAD electronic file of the site. Once the locations are approved, we will visit the site to meet with the airport representative to discuss the field activities, mark the proposed locations, and have a utility locate firm survey the locations for underground utility conflicts. • Conduct laboratory testing in accordance with appropriate ASTM (American Society for Testing and Materials) standards. These tests include moisture content tests, organic content, graln-size analyses, Atterberg limits determinations, modified proctor compaction tests, and one dimensional consolidation tests. We anticipate completing the following number of tests on samples obtained from explorations: Laboratory Test Number of Tests Moisture/Density Content 20 Organic Content Determination 4 Grain Size Distribution 4 Grain Size Distribution with Hydrometer 4 Atterberg Limits Determination �4 Modified Proctor z Consolidation Test 2 MWESIGN= 3 ReidMidd-2-0i:031207 • Provide recommendations for subgrade CBR values for the soils encountered in the test pits, subsurface drainage, evaluation of frost susceptibility, use of recycled asphalt and concrete, and geotechnical considerations for proposed work with regards to subgrade preparation, wet weather earthwork, and the reuse of native soils for fill. • Prepare a geotechnical report containing the results of the geotechnical investigation. The report will include test pit logs, photographs of the cores, laboratory test results, description of subsurface conditions, results of our analyses, and geotechnical engineering recommendations. Three copies will be submitted. • Provide project management. Our costs have assumed that we will participate in one meeting to discuss our field program with Reid Middleton and Auburn Municipal Airport personnel and to get their input on special requirements for the completing the field work. ATTACHMENT 3 ENVIRONMENTAL SCOPE OF WORK ADDENDUM Auburn Airport Prepared By: ESA Adolfson Prepared For: Reid Middleton March 8, 2007 Task 1 FAA Environmental Checklist ESA Adolfson will prepare a revised FAA Environmental Checklist for the project based on published FAA forms and guidance current as of date of a notice to proceed for this task. ESA Adolfson will complete the NEPA Environmental Checklist using existing information provided by the Airport or Reid Middleton regarding the current project, and relevant existing baseline data from past Airport projects. Aside from the field reconnaissance described in Task 3, no additional field investigations or data acquisition is included in this scope of work. Task 1 Deliverables Draft FAA NEPA Environmental Checklist for Internal Review by the Airport (electronic submittal) Final FAA NEPA Environmental Checklist for submittal to FAA (one camera ready original NEPA form for signature by the Airport and up to 5 copies of attachments). Task 1. Assumptions The Airport and/or Reid Middleton will provide ESA Adolfson with a project description and site plan exhibit to use to complete the environmental checklist. The Airport and/or Reid Middleton will initiate coordination with FAA to verify the scope of the NEPA documentation requirements. Task I includes Adolfson staff participation in one scoping meeting at the FAA office in King County or via conference call prior to initiation of the NEPA review. This scope and budget assume that a FAA NEPA Environmental Checklist form provide sufficient documentation for this project; however, the FAA may require a NEPA Environmental Assessment (EA) or Environmental Impact Statement (EIS) if the project is found to result in impacts that exceed the FAA's guidelines for NEPA Categorical Exclusions. Preparation of a NEPA EA or EIS and any associated technical studies or additional investigations are not included in this scope of work. This scope and budget assumes that the FAA NEPA Environmental Checklist will be sufficient for FAA to make an effect determination per Section 7 of the Endangered Species Act. Preparation of ESA Biological Assessment and any associated technical studies or additional investigations related to ESA compliance are not included in this scope of work. If FAA may requests project -specific evaluations noise impacts, light and glare impacts, air quality impacts, or census data or demographics (per Environmental Justice); however, these project -specific investigations are not included in this scope of work. Because all work is anticipated to occur on disturbed ground, the FAA has determined that a cultural resources review and Section 106 supporting documentation (APE Letter, Section 106 report, etc.) is not necessary Task 2 Wetland Reconnaissance Adolfson will conduct a site visit to evaluate the project area for the presence of wetlands for the purpose of completing the FAA Environmental Checklist. The field investigation will only include areas where potential new construction will occur. Wetland conditions will be identified based on field conditions at the time of the investigation by applying the wetland determination method described in the State Wetlands Delineation Manual (Washington Department of Ecology, 1997). Wetland indicators, such as soil saturation or ponding, are seasonal and are most typically present in Western Washington early in the growing season. Adolfson will consider seasonality when delineating wetland boundaries per the Washington Department of Ecology (1997); however, if the field investigation occurs between beyond the early growing season (about approximately May 30), an additional field review is recommended before final design or any construction. Adolfson will provide a sketch showing the approximate location and number of wetlands areas, if present. 1 ask 2 Deliverables • Wetland Sketch Map (electronic submittal) • Wetland Summary Memorandum (electronic submittal) Task 2. Assumptions This task does not include a field delineation of wetlands, if they are present, and does not include the preparation of a report, mitigation plan, or any permit applications. If wetlands are present in, or near, areas where work will occur additional work will be required meet local, state, and federal permit conditions. Task 3 SEPA Environmental Checklist Adolfson will prepare a SEPA Environmental Checklist for the project_ Adolfson will complete the SEPA checklist based on information from existing data sources, predesign reports, or other project -specific information generated from other tasks. No additional surveys or analysis are included in this scope of work for this task. The City will be responsible for processing and publishing the checklist and SEPA determination and responding to public and agency comments. The City, acting as lead agency and proponent, would finalize an Environmental Checklist and issue a SEPA determination per the City's SEPA Rules. Task 4 Deliverables • Preliminary Draft SEPA Checklist (electronic submittal) • Revised Draft SEPA Checklist and one (1) (camera-ready electronic submittal in PDF file format and text -only word document) `Task 3. Assumptions The Airport and/or Reid Middleton will provide ESA Adolfson with a project description and site plan exhibit to use to complete the SEPA checklist. • This scope and budget assume that a SEPA Environmental Checklist will provide sufficient documentation for this project; however, an Environmental Impact Statement (EIS) may be required if the project is found to result in significant impacts. Preparation of an EIS or any associated technical studies or additional investigations are not included in this scope of work. • This scope and budget assumes that the City will be the sole lead agency. • The City will be responsible for drafting and publishing notification of the SEPA determination. • Depending on the proposed project, a project -specific evaluation of cultural resources, noise impacts, light and glare impacts, or air quality impacts, or census data or demographics may ultimately be required. These project -specific investigations are not included in this scope of work. ATTACHMENT 4 Electrical Engineering Scope E--ECON ASSOCIATES/ INC. ENGINEERS—CONSULTANTS March 13, 2007 Mr. Randy Hall, Project Manager Reid Middleton 728 134" Street SW Suite 200 Everett, WA 98204 16300 Chrisleasen Rood, Suite 330 Seattle, WA 98 189 EEL 206 Z43.5022 100 800.833,WEI FAX 206.243.5205 wvvw.eicon.com Subject: Electrical Engineering Services Proposal for Auburn Airport 2007 Improvements Reference: Emails "Auburn Airport - New Scope/Fee" dated 3/6/2007, and "Auburn Airport" dated 3/12/2007. Dear Randy, We have reviewed the referenced project materials, which you provided and have developed the following scope of services, which we have used to develop the attached estimates for engineering services. Elcon Associates will be the single point of electrical consultant services. Scope of Work Items: This project requires electrical engineering design for conversion of the reconfiguration of the parallel taxiway system to a single parallel taxiway requiring a new taxiway lighting system. This work will be under the direction of Reid Middleton staff. Our support includes: 1. Participate in field site inspections. 2. Participate in meetings. 3. Prepare design drawings for airport electrical modifications for the 50%, 90%, and 100% Sets. Eight drawings estimated. 4. Prepare specifications for the 50%, 90%, and 100% Sets. Six specifications estimated. 5. Prepare a construction cost estimate for the Preliminary, 50% and 100% Set submittals. 6. QC the design documents of each submittal for accuracy of intent, design and presentation. 7. Provide input for the 50% and 100% Design Reports. 8. Attend design review meetings for the 50% submittal. Assumptions: 1. Our contract will be on a time -and -materials basis with a not -to -exceed value as noted below for each phase and as detailed on the attached Fee Proposals. o Phase 1, Preliminary Engineering o Phase 2, Engineering Phase o Phase 3, final Design o Phase 4, Construction Management Total Portland, OR - Seattle, WA ■ Lang Reoch, CA • SocomentD, CA 11 -CON ASSOCIATES, INC, Page 2 March 13 2007 R Hall 2. Design includes: o Demolition of existing taxiway lighting and signage system. o Construction of new taxiway lighting and signage system, bicluding salvaged items where appropriate. o Evaluation and modifications as required for existing regidator vault support of new taxiway lighting system. a Construction phasing to accommodate airport operation may need to be incorporated into design documents. 3. No coordination with utility personnel required. 4. Design submittals for 50% and 90% reviews will be made electronically. 5. 100% submittal will be bid documents — no review at 100%. 6. Provide design report input for the 50% or 100% submittals. 7. Design expected to be completed in 2007. 8. Construction expected to be completed in 2008, with an estimated salary adiustment of 4% for 2008 work. Deliverables: I . Preliminary, 50%, and 90% submittals in electronic format (I copy). 2. Bid set documents in signed hard copy format (1 copy, mylar, full size). 3. Bid set documents in working file format on CD-ROM (1 copy). Thank you for the opportunity to propose on this work. Please contact me if you have any questions. We look forward to working with you on this project. Sincerely, [ICON ASSOCIATES, INC I�L , '4�.7z' Dean C. Ralphs, P. E. Senior Engineer Enclosures: 4 Fee Proposals The basic overall project will be a reconfiguration of the parallel taxiway system. It will likely become a single parallel taxiway, no longer a duel parallel system. Approximately 4,000' in length. Precise alignment yet to be determined but, most likely, it will take up at least a portion of the existing infield between the existing duel Tuts. There may be a few taxiway turnouts built in that would require perimeter edge lighting. There may be a need for transitioning into the existing connecting taxiways. Exhibit B Schedule of Compensation and Rates Engineering Services — Taxiway Alterations and Improvements Auburn Municipal Airport A. - Compensation for Contracted Scope of Services As compensation for the Consultant's performance of the services provided for in Exhibit A, Scope of Work, the City shall pay the Consultant, on a lump sum per phase — percentagc of completion basis, the fees listed below for each phase: 1. Preliminary Design 2. Engineering (50% Design) $ 116,000 ►, : • 111 3. Final Design and Construction Documents - $ 94,000 Total compensation for Services - Phases 1-3 $ 296,000 This shall provide compensation for all costs; including sub -consultant costs and associated mark-up, Consultant' insurance, taxes, company overhead, and profit; but excluding reimbursable expenses as described below. B. - Expense Reimbursement during Phases 1-3 Expenses directly attributable to the project will be compensated at documented cost, plus 15% for handling. These expenses are limited to Travel and Subsistence costs for required travel outside the Puget Sound Region, Travel Mileage, Couriers, Postage, Document Reproduction, Field Supplies and Special Instrumentation (including rental), and any Permit Fees specifically required for the project. Travel mileage shall be compensated in 2007 at the following rates, which shall be adjusted by mutual agreement for subsequent years: Local Mileage — Automobile ................................................$ 0.485/mile Local Mileage — Survey Truck ..............................................$ 0.50/mile Use of Computer Aided Drafting Equipment (software/computer) directly utilized for the project, will be compensated as follows: CAD Drafting..................................................................$ 12.00/hour Compensation to reimburse for such expenses during Phases 1-3 is limited to $1000, subject to revision by mutual agreement of the parties. Auburn Municipal Airport Exhibit B — Compensation Schedule Taxiway Alterations and Improvements Page 1 of 2 May 18, 2007 C. — Compensation for an Optional Phase 4 — Construction Management At the City's Option, and upon written Notice to Proceed with provision of the services specified for Phase 4, the City shall pay the Consultant on a Time -Plus -Expense compensation basis, with expense reimbursement as specified in section B. above, and in accordance with the labor rates specified below: Personnel In 2007 In 2008 Principal $ 195/hr $ 214/hr Principal Engineer/Principal Planner/Principal Surveyor $ 160/hr $ 175/hr Senior Engineer/Senior Planner/Senior Surveyor $ 144/hr $ 159/hr Project Engineer/Project Planner/Project Surveyor $ 120/hr $ 133/hr Design Engineer/Senior Designer/Surveyor/ $ 95/hr $ 105/hr Senior Technical Writer Engineer/Planner/Senior Technician $ 80/hr $ 88/hr Project Administrator $ 75/hr $ 78/hr Technician $ 60/hr $ 65/hr Survey Crew (2 persons/RTK/Robotic) $ 159/hr $ 175/hr Sub -consultant cost will be reimbursed at 1.15% of sub -consultant invoice. D. — Compensation for Additional Services The City shall pay the consultant for Additional Services as agreed and specified in addendums to the Agreement, or as specified in Section 3. of the Agreement. If those services are to be compensated on a Time -Plus -Expense basis, rates as specified in section C. above, and the provisions for expense reimbursement as specified in Section B. above, shall apply. Maximum Compensation of this original Agreement Auburn Municipal Airport Taxiway Alterations and Improvements May 18, 2007 297,000 Exhibit B — Compensation Schedule Page 2 of 2