Loading...
HomeMy WebLinkAboutMakers AG-C-386l G AGREEMENT FOR PROFESSIONAL SERVICES AG-C-386 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipaf Corporation in King County, Washington, hereinafter referred to as "CITY" and MAKERS whose address is 1904 Third Avenue, Suite 725, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31, 2010 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $320,000, which includes a Management Reserve Fund amount of $31,772, paid per rates that are attached in the fee schedule as shown on Exhibit B. Expenditure of Management Agreement for Professional Services AG-C-386 May 4, 2010 Page 1 of 11 Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit C, at the actual cost to the CONSULTANT. Exhibit C is attached hereto and by this reference made a part of this Agreement. These charges may include, but are not limited to the following items: outside reproduction fees, courier fees, and materials and supplies. The billing for non-salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4. 4. MANAGEMENT RESERVE FUND. The CITY may establish a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services, and shall not exceed $31,772. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring Agreement for Professional Services AG-C-386 May 4, 2010 Page 2 of 11 additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. 5. SUBCONTRACTING. The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY. No permission for subcontracting shall create, between the CITY and subcontractor, any contractor or any other relationship. . Compensation for any sub-consultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the sub-consultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perForm its services to conform to generally-accepted professional architectural, engineering, and planning standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or Agreement for Professional Services AG-C-386 May 4, 2010 Page 3 of 11 acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 7. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall indemnify and hold the CITY and its officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this Agreement; provided that nothing herein shall require the CONSULTANT to indemnify the CITY against and hold harmless the CITY from claims, demands or suits based solely upon the conduct of the CITY, their agents, officers and employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT'S agents or employees and (b) the CITY, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence, (2) the costs to the CITY of defending such claims and suits, etc. shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The provisions of this section shall survive the expiration or termination of this Agreement. 8. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE. Agreement for Professional Services AG-C-386 May 4, 2010 Page 4 of 11 CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. CONSULTANT shall obtain insurance of the types and in•the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be named as an insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work perFormed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. Agreement for Professional Services AG-C-386 May 4, 2010 Page 5 of 11 c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability, and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY. Any insurance, self insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT'S insurance shall be endorsed to state that coverage shall no# be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by certified mail, return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A-:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this Agreement for Professional Services AG-C-386 May 4, 2010 Page 6 of 11 section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 10. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the •presence of any sensory, mental or physical handicap. 11. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. Agreement for Professional Services AG-C-386 May 4, 2010 Page 7 of 11 12. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 13. TERMINATION OF AGREEMENT. Agreement for Professional Services AG-C-386 May 4, 2010 Page 8 of 11 This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS. 14.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 14.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. Agreement for Professional Services AG-C-386 May 4, 2010 Page 9 of 11 14.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 14.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 14.6. Should it become necessary to enforce any term or obligation of this Agreement, then all costs of enforcement including reasonable attorneys fees and expenses and court costs shall be paid to the substantially prevailing party. 14.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9. This Agreement shall be administered by Stefani Wildhaber on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn Attn: Elizabeth Chamberlain 25 W Main Street Auburn WA 98001 Phone: 253.931.3092 Fax: 253. 804.3114 E-mail: echamberlain@auburnwa.gov MAKERS Attn: Stefani Wildhaber 1904 Third Avenue, Suite 725 Seattle, WA 98101 Phone: 206.652.5080 Fax: 206.652.5079 E-mail: stefani@makersarch.com 14.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been Agreement for Professional Services AG-C-386 May 4, 2010 Page 10 of 11 duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 13.9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. 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. 14.11. This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. Peter B. Lewis, Mayor Date MAY 1 12010 ATTEST: Danielle E. Daskam, City Clerk APPROVED ~,S TO FORM: ~ ' ~ , ~ Daniel B. Heid Cit Attorne , Y Y I Ji /_1:/ 4 :K Agreement for Professional Services AG-C-386 May 4, 2010 Page 11 of 11 BY: Title: ~~V ~ Federal Tax ID # Agreement for Professional Services AG-C-386 May 4, 2010 Page 12 of 11 EXHIBIT A SCOPE OF WORK This Scope of Work is the second effort for the design of the City Hall Plaza project. Under the initial phase the project's design concept was established. The Phase I product was a concept site diagram and sketch. The intent of the concept was to "update" the plaza and create a warm and inviting open space-a living room for downtown. Phase II will focus on refining this concept and preparing the detailed design and bid documentation for construction to begin in August, 2010. Project Goals The goals of the City Hall Plaza Update project include: A. Replace the existing pavement and remove one planter area. B. Repair the Plaza drainage system. C. Replace the sidewalk frontage improvements along the east and south sides of the Plaza to include street trees and street lights per City of Auburn Sidewalk Standards and new light standard. D. Open the view from the sidewalk/street into the plaza. E. Update the overall style and character; artwork should be a key feature to the upgrade. F. Address any safety, code, or functionality deficiencies including-ADA ramp (lighting and landings), lighting, stair rail, and water penetrations to spaces under the plaza. G. Incorporate a water feature to mask traffic noise. H. Introduce a coffee kiosk to create activity in the plaza and provide a form of security, "eyes on the park". 1. Provide furniture to create an inviting place for people to sit. Project Team This planning effort will be a collaborative effort involving a team approach. The project team will include the consultant team and City staff. Consultant Team A successful plaza update design will require balancing the technical and aesthetic skills of the consultant team of consultants. Team members include: Exhibit A Agreement No. AG-C-386 Page 1 of 14 • MAKERS architecture & urban design - lead consultant, project management during preliminary design, urban design, and • Perteet Engineering- project management during design development and construction, civil engineering, survey, and utilities • Nakano and Associates - landscape architecture • Jack Mackie - Public Art The following matrix illustrates the project responsibilities to be assumed by each team member: ~ ~ ~ U ~ LU . . Primary ~ O Q 0= Secondary ~ cn ~ w 06 ~ w ~ Y cc a ~ ~ Y ~ Y a z m Planning & Preliminary Design 0 O O O Development • Schedule & Coordination • O O O • Project Initiation • O O O • Meetings and Agency Part 0 O O O • Plaza Inventory O • O O • Develop Pavement design Alts • O O O Design(60%, 90%, Final/Bid Doc) • Schedule & Coordination • • 60% Design • • • • • Permitting O • • Final Design/Bid Documents O • O O Bidding Support O • O O Construction Support O • O O Exhibit A Agreement No. AG-C-386 Page 2 of 14 Project Assumptions • The project will use WSDOT 2010 Standard Specifications for Road, Bridge, and Municipal Construction. CSI format will be used for the above ground urban design elements. The City has their "specials" that the Consultant will amend. The above ground elements in the CSI format are Part 2 of the specifications. • The project will use City of Auburn 2010 Contract Provisions. • Design Submittals including drawings and specifications will be provided as described in the applicable task scopes of work. • The City will provide AutoCAD templates illustrating City standards for Consultant use. • The City will print and produce additional copies of all documents as necessary for its use. • SharePoint will be used as a coordination tool. Content will be managed by MAKERS. • All meeting agendas and minutes will be prepared by MAKERS and uploaded to Sharepoint. • The City Arborist will conduct a survey to determine the health of the existing landscaping. • Stormwater report or other formal analysis will not be required. Project is vested under old City Surface Water Design Standards, Chapter 6. • Assume Design will be completed by no later than end of July 2010. • The City will provide City Hall as-built drawings including site utilities for Consultant use. • City will provide general construction management and site inspection. • Curb and gutter along Main Street and Division Street is to remain. Sidewalk next to street to be in compliance with the City of Auburn Sidewalk Design Standards. • City has prepared SEPA and NEPA is NOT REQUIRED. Tasks • Task 1. Planning • Task 2. Design (60% PS&E) • Task 3. Design (90% PS&E) • Task 4. Design (Final PS&E) • Task 5. Bidding Support • Task 6. Construction Management and Support Exhibit A Agreement No. AG-C-386 Page 3 of 14 Work tasks in this Scope of Work will include: Task 1. Planninq A. Scheduling and Coordination The consultant will be responsible for overall project coordination and scheduling during the planning phase, to include: 1) Sub-consultant coordination. 2} Weekly City coordination meetings (4 meetings to be held in Auburn). The consultant will prepare agenda and minutes; these will be uploaded to SharePoint. 3) Status reports (3) approximately once a month 4) Project schedule dev.elopment and updates (two) , 8. Projecf Initiation and Background Review 1) Kick-Off Meeting. a. The intent of this meeting is to assess the project status, reconfirm project goals and the desired design program. A half-day project kickoff meeting will be held with the project team. The meeting will begin with a project area walking tour to point out issues. The tour will be followed with a meeting to discuss the project goals, deliverables, overall schedule and roles, and responsibilities. This meeting will also include a review of existing background information, data, and the previous efforts which led to the development of the concept design that has been approved by City Council. During the meeting, additional data sources will be identified, communication procedures and future meeting times will be established, project development steps, and schedules will be discussed. The outcome of the meeting will be an outline of the proposed design features. 2) Background Information Collection and Review. a. Review as built drawings. C. Meetings and Agency Participation. 1) Preliminary Design Charrette. A design charrette will be held with the consultant team (including previous concept designer) and City staff to ensure the transfer of design information and confirm overall project goals and issues as previously identified. The intent of this meeting is to refine the proposed design features, begin to define the hard edges, and general design criteria. Exhibit A Agreement No. AG-C-386 Page 4 of 14 2) Downtown Redevelopment Committee Work Sessions. Two work sessions will be conducted by the consultant team, one for final furniture selection and the second for artwork review and approval. 3) One meeting with the City of Auburn Arts Commission for artwork review and concurrence only. ' D. Plaza Inventory & Assessment. The consultant team will conduct field investigations to validate and expand upon the available information. The field inspections will include visual site inspections, photo documentation, and site map notations illustrating existing conditions, key project design features. 1) Survey Topo and Existing Features 2) Survey Utilities (underground and overhead) 3) Develop Survey Base map 4) Inventory Landscaping 5) Inventory Public Spaces & Amenities 6) Assess Plaza Structure for Cause of Drainage Issues and water getting into the basement. 7) Investigate Seat wall Failure & Solution 8) Geotechnical investigation to investigate for drainage and soils conditions E. Develop Preliminary Design 1) Drainage Analysis a. Identify what is causing the drainage problem on the stairs and lower level plaza. b. Depending on the results of item a, if the problem can be reasonably fixed, as determined by the City, then the consultant will need to incorporate this into the design. Regardless of the investigation results, the City, in consultation with the design team, will determine the best course of action for repair. 2) Coordination with Utility Companies a. Utilities will be provided for the coffee kiosk 3) Landscaping Concept and Plant List a. The existing plants will be surveyed by the City Arborist to determine the health of existing plants. A plan will be developed to "cleanup" the existing planting, reduce maintenance, incorporate a rain garden, and generally contribute to the updated design scheme. The key landscape Exhibit A Agreement No. AG-C-386 Page 5 of 14 features including the Christmas Tree will remain. Parks department will be part of the design development process. 4} Furniture Selections a. Seating, movable tables and chairs, trash receptacles, bike racks, and possibly lit bollards as well as the permanent benches incorporated with the existing seat walls on the west side will be selected and designed to respond to the overall design theme. b. A new City Hall sign will be designed to be more visible from the roadway. 5) Lighting a. Lighting will be upgraded to adequately light the plaza. Energy efficient lighting is preferred. 6) Pavement Concept a. The plaza hard surFace and the surrounding sidewalk will be replaced. The pavement will be a special design -feature. The sidewa{k will adhere to the City Standard. Up to two alternative layouts will be developed. 7) Artwork a. Public art is an important element of the update. A team approach will be used to identify ways to incorporate art into the overall plaza design. MAKERS, Nakano & Associates, and Jack Mackie will work collaboratively to develop an overall artistic theme and reflect it in design elements such as pavement, signage, lighting, furniture, the rain garden and water features. Should the City and design team determine a need for "iconic" artworks, Jack Mackie will lead development of these elements. b. Jack Mackie will also serve as the design team's liaison to the Auburn Arts Commission. 8} Coffee Kiosk a. A coffee kiosk will be designed for the corner to replace the existing triangular raised planter. 9) Illumination Analysis 10)Concepts for Expanded Plaza Area a. The consultant team will develop up to two concepts for incorporating the City parcel across Main Street into an expanded plaza. The concepts being developed for Auburn Junction will be considered. 11) Expanded Plaza renderings; 2 alternatives will be developed 12)Opinion of Cost for Plaza Preliminary Design 13)Opinion of Cost for Expanded Plaza Concepts 14)Coordination with the City's consultant, Brown & Caldwell, for incorporation of any storm drainage techniques that can be used to serve drainage needs for other areas of the downtown. This may include one coordination meeting. Exhibit A Agreement No. AG-C-386 Page 6 of 14 15)Coordination with the South Division Street Promenade consultant team, KPG. This would include one coordination meeting. Deliverables 1. PDF and display board(s) of the concepts for the expanded plaza to include renderings and conceptual site plan. Since these concepts do not impact the construction schedule of the plaza project the consultant will deliver these displays to the City by August 1, 2010. 2. Pictures and/or manufacturers information for site furniture and plaza light selections 3. Preliminary architectural plan set for coffee kiosk with elevations, proposed colors, and material selections. 4. Pavement alternatives - colored drawings with pavement samples; up to two alternatives 5. Preliminary landscape plan - identify what vegetation will be retained and what proposed for removal/replacement. This will be coordinated with the City's arborist and consultant team. 6. Artwork - sample/model of the proposed creation. Assumptions • The basement leak is most likely being caused by a drainage problem at the stairs and lower plaza area that will be resolved by this project. Additional investigations beyond the scope of this project may be required to determine the cause before a solution can be identified. • The existing artwork (existing sculpture will remain). Task 2: Desian (60% PS&E) Prepare construction drawings, specifications in outline format (for the CSI specifications primarily), and an opinion of probable cost to a 60% complete level of detail. The City will work with the Building Department for their comments. The City's comments will be incorporated into the preparation of the 90% PS&E. A. Schedule and Coordination The consultant will be responsible for overall project coordination and scheduling during the 60% design phase, to include: 1) Sub-consultant coordination 2) Weekly City coordination meetings (4) 3) Monthly Status Reports Exhibit A Agreement No. AG-C-386 Page 7 of 14 B. 60 % Design The 60% document submittal will include: 1) Cover sheet, Title and Index 2) General Information and Survey Control 3) Site Prep and Demo Sheet (1) 4) Site Prep and Demo Details 5) Horizontal Control Plan Sheet 6} Grading and Paving Plans 7) Drainage Plan and Details 8) Utilities Plan (support for Coffee Kiosk) 9) Plan Layout including pavement design and ADA ramp (2) 10)Pavement Details (2) 11) Retaining Walls (1) 12)Landscaping (3) 13)Storm Drain Collection (1) 14)Monumental Light Poles and Fixtures (2) 15)Site Furnishings (3) 16) Arch itectu re-coffee kiosk building (4) 17)Electrical and Illumination (2) 18)Mechanical (1) 19}Water Feature (2) 20)City Hall Sign (2) 21)Work Zone Strategy (1) 22)Special Provisions (will use the City's standard boiler plate) 23)Quantity/Cost Estimate (in the City's format) C. Field Walk-through and Review Meeting The consultant and City will meet to go over the review comments. The meeting will include a field walk-through to visually inspect design issues that arise during 60% review. To facilitate a quick turnaround of comments the City will mark up a set of drawings. The consultant will respond back to the City by documenting their responses on the marked up drawing set. Exhibit A Agreement No. AG-C-386 Page 8 of 14 Deliverables Pian Sets (AutoCAD 2009 Drawings) • One reproducible half size copy • Five half size copies (11 "x17" sheet of paper, scale 1"=40') • One reproducible full size copy (22"x34" sheet of paper, scale 1"=20') • One electronic copy in PDF format Specifications (MS Word) City of Auburn • One reproducible copy • Five hard copies • One electronic copy Opinion of Cost (City's Excel Format) • One reproducible copy • Five hard copies • One electronic copy Assumptions The building kiosk will be taken through 60% design. The utilities and foundation for the kiosk will be the only elements that will continue through design for inclusion in the bid package for this project. Task 3: Desiqn (90% PS&E) The consultant will incorporate the City's 60% review comments and prepare construction drawings, specifications (in the City's format along with APWA format and CSI for above grade improvements), and an opinion of probable cost to a 90% complete level of detail. A. Schedule and Coordination The consultant will be responsible for overall project coordination and scheduling during the 90% design development phase, to include: 1) Sub-consultant coordination 2) One City coordination meeting 3) Monthly Status Reports A. 90 % Design Complete the preparation of all plans noted in the previous task to a contract document level of completion meeting the City's requirements. Finalize paving plan to identify materials, paving design, furniture, and all surface features on the project. Exhibit A Agreement No. AG-C-386 Page 9 of 14 Add full detail to the Horizontal Control plan in order to identify the location of all site elements to a degree that they can be staked by construction surveyors. Prepare construction details as needed to describe proposed elements for construction. Details will be included on separate sheets from the main plan sheets. Final Design (90%) Submittal (Bid Proposal Form, Plans, Specifications, cost estimate). The 90% document submittal will include: 1) Cover sheet, Title and Index 2} General Information and Survey Control 3) Site Prep and Demo Sheet (1) 4) Site Prep and Demo Details 5) Horizontal Control Plan Sheet • 6) Grading and Paving Plans 7) Drainage Plan and Details 8) Utilities Plan (support for Coffee Kiosk) 9) Plan Layout including pavement design and ADA ramp (2) 10) Pavement Details (2) 11) Retaining Walls (1) 12)Landscaping (3) 13)Storm Drain Collection (1) 14)Monumental Light Poles and Fixtures (2) 15)Site Furnishings (3) 16)Electrical and Illumination (2) 17)Mechanical (1) 18}Water Feature (2) 19}City Hall Sign (2) 20)Work Zone Strategy (1) 21)Special Provisions (will use the City's standard boiler plate) 22)Quantity/Cost Estimate (in the City's format) 8. Changes to 60% (PS&E) The consultant will markup the City's review sets and return as an electronic file. Exhibit A Agreement No. AG-C-386 Page 10 of 14 C. Permitting Assistance Under this task, Perteet Inc. will provide input to applications as noted; City staff will lead the preparation of permit application forms. The following local permits are required by the City of Auburn: • City of Auburn Grading Permit application • City of Auburn Building Permit application. • City of Auburn Sign Permit Deliverables Plan Sets (AutoCAD Drawings) • One reproducible half size copy • Five half size copies (11 "x17" sheet of paper, scale 1"=40') • One electronic copy in AutoCAD 2009 and PDF format • ITB Photo Ready Copy Specifications (MS Word) City of Auburn • One reproducible copy • Five hard copies • One electronic copy Opinion of Cost (Excel Format) • One reproducible copy • Five hard copies • One electronic copy Building Plan Sets • Four sets drawn to'/4" = 1' architectural scale • Submittal shall include the required information on the Commercial Building Permit Application Checklist (see attached) Sign Permit Plans • Two sets (11x17 sheet of paper) including the information on the sign permit requirement checklist (see attached). Consultant Responses to 60% Review Comments Assumptions • No new storm water quality or detention facilities will be required. If detention is required to address the onsite drainage issue then a scope adjustment can be made at that time. • Submittal schedule assumes City review time of one week and receipt of consolidated review comments on all submittals. Exhibit A Agreement No. AG-C-386 Page 11 of 14 • SEPA checklist was previously completed. • City of Auburn will provide all needed permit application fees. • The scope and budget allows for one (3) rounds of review comments from the City of Auburn, at 60%, 90%, and final for the development of the bid documents. • No other permits will be required. Task 4: Final Desiqn (Final PS&E) The consultant will incorporate the City's 90% review comments and prepare construction drawings, specifications (in the City's format along with APWA format and CSI for above grade improvements), and an opinion of probable eost to a final complete level of detail. Deliverables Plan Sets (AutoCAD2009 Drawings) • Five half size copies (11 "x17" sheet of paper, scale 1"=40') • One 4 mil mylar full size set (22"x34" sheet of paper, scale 1"=20') sealed as appropriate for the different disciplines. • One electronic copy in AutoCAD 2009 and PDF format Specifications (MS Word Format) City of Auburn/APWA • One reproducible copy, sealed as appropriate for the different disciplines • One electronic copy Opinion of Cost (Excel Format) • One reproducible copy • Five hard copies • One electronic copy Permit Deliverable Copy of all applications plus associated plans and application materials to accompany permit applications submitted per the submittal checklists for Commercial Building Permit Application, Sign Permit, and Grading Permit. One electronic copy of all applications plus associated plans and application materials to accompany permit applications. Task 5: Biddinq Support The Consultant will support the bidding process by answering questions to clarify the design. Exhibit A Agreement No. AG-C-386 Page 12 of 14 Task 6: Construction Manaqement Support The City will provide the primary construction management and inspection for the project. The consultants will provide design input, technical analysis, and the following work elements: • Attend preconstruction meeting. • Support the bidding process by answering questions. • Reviewing submittals and respond to RFI's. • Record Drawings: Consultant will redline existing mylars and AutoCAD 2009 drawings to document the contractor's markups and inspector provided redlines. Post construction as built survey is not included but can be provided as an additional service if requested by the City. • Perform Site visits to review work elements and construction issues. Assumptions • The City will conduct the major portion of the field inspections. • Civil engineer will perForm (4) site visits to review work elements and construction issues • Urban designer will conduct (2) site visits. • The artist will conduct at least (1) site visit. • Landscape architect will conduct (2) site visits. 1 for planting inspection and 1 for punch list. Record Drawings will be provided in hard copy and AutoCAD format drawings consistent with the Design plans. The consultant will use the City's layering standards template. Deliverables RFI Responses, 4 hours Record drawings including updated AutoCAD 2009 drawings, 8 hours Exhibit A Agreement No. AG-C-386 Page 13 of 14 Schedule Following is the estimated completion date for each task. Task Description Approx. Completion date Task 1 Planning May 17, 2010 Task 1.E Planning-Develop Preliminary Design May 17, 2010 Task 2 60% Design (includes review time) June 7, 2010 Task 3 90% Design (includes review time) June 21, 2010 Task 4 Final Design and Bid Documents July 1, 2010 Task 5 Bid Support July 1-July 31, 2010 Task 6 Construction Management Support Aug-Dec 2010 Exhibit A Agreement No. AG-C-386 Page 14 of 14 Exhibit B Fee Schedule ~ ~ MAKERS Subconsultants $48 $48 $35 $26 $48 $0 $0 $ B ~ ~ m v n ~ a~ ~ u o ~ N ¢ 0 ~ v Makers Sub Con D C U N ~ ~ Ny ~ n~ a ~ "y m u y 7otal Total v Y ° 0 a 'c u I ~ c c m " 0 10 o (iCluding (ic m c ~ a ncludes L m r.~ m o m n ~ u E~ E m n r x ~ Makers Makers overhead overhead " Task Descri lion 10 0~ v v C m.. m= x m m ~ m Grand Total Commenis Lahor Total Eap Tolal andprofiq and profp Total Cost Basic Addnl 94 194 42 256 JB o o $0 $140 712 $45 440 $15 500 $7 080 $D $23656 $78 540 $208 732 $287 272 $278,499 $8,773 1.Planning Total 33 82 20 28 4 0 0 $D $34 438 $19 670 $8,600 $7,080 $0 $7 122 $23 644 $54 568 $78 212 $78 212 A Schedule&CoordmahonTotal 17 50 12_ 0 0 p 0 $0 $72,320 $2,240 $600 $3,120 $D $3,632 $12.057 $16280 $30,337 $34337 i.Planning A. Schedule & Coordination 1 Subconsultant Coordination 12 . $1,933 $0 $O §720 $576 $1,912 $2,653 54,565 $4,565 1.Planning A.Schedule&Coordination 2 CIIySIaffCoortlinallonMeetings(12) 9 18 i $5,639 $1,680 $400 $2,400 $1,296 $4,3~3 $1D,119 $14,422 $1q,422 t.Planning A. Schedule & Coordination _~1 _3 Meeting Selup, Coordinalion & Nolice 12 $0 $0 $0 $D $416 $1,380' $1,380 $1,380 1.Planning A. Schedule 8 Coordination 4 Statas Reporis(B) 4 $1,871 $560 $200 §0 $192 $637 $2,631 $3,268 $3,268 1.Planning A. Schedule & Comdination 5 Setup antl Uptlale Project Schedule (2) 8_ $627 $0 $0 $0 $384 $1,275 $627 $1,901 $1,9Di 1.Plannin A. Schedule t4 Coordination 6 Desi n Team Meetin s 8 ProjeCUniliation & Dackground Review Total 8 8 $2,251 $0 $0 $0 - $768 1 $4,550 $2 382'I $4 49~ 0 $5~,600 B 12 8 0 0 0 0 $0 $5,852 $2.810 $400 §1,320 $0 $1,237 167 $10 _ - : $14 ,490 . 1.Planning B. Projecl Iniliatimi & Background Review 1 Kick-Off Meeling 4 q q _ $1,275 $900 $400 $1.3g~ 0 $331 $1335 $3,695 $3~,fi3D 55,630 1.Planning B. Pro'~1 Iniualion & Background Review 2 Background Informalion Collection N. Review ~ 4 q $2,213 $450 $0 $1.097 $2,fi63 $,761 $3,761 1.Planning B. Projecl Iniliation & Backgroimd Review 3 Coordinalion with Diu St Projecl 4 4 $2,363 $1,460 $0 $0 $384 $1,215 $3,823 $5,098 $5,098 1.Planning B. Projecl hiiliation 8 Background Review 4 Unused ' U _ . ~ $0 $D $0 $0 1.Planning B. Project Initiation & Background Review 5 Unused , U $0 $D $0 $0 . 1.Planning B. Project 6iitiation 8 Background Review 6 Unused U $0 $0 $0 $0 1.Plannin B. Pro'ect Initiation & Back round Review 7 Unused U $0 $0 $0 $0 ' - - C. Meelin s 8A enc padici alionTotal 8 14 0 24 0 0 1.Planning C.MeetinysBAgencyParlcipation 1 Preliminary DesignCharelte B 8 8 12 $800 $_0 $0 $3,101 $3,600 $~,6~Q ~2320 . . ~ _ _ - ~0 $0 $5,546 $10,941 $16,486 $16,486 $3.570 $5.324 $8,893 ~u6893. 1 Planning _ C Meetings 8 Agenry Parlicipation 2 CommiVee Work Sessions (2) 0 6 12 $1,697 $1800 $800 $1,320 $595 $1,976 $5,617 $7,593 $7,593 1 Planning C. Meetings 8 Agency Paiticipation , 3 Unosed 1 U $D $0 $D $0 .Planning C. Meetings 8 Ayency Parlicipation I 4 Unused U $0 $0 $0 $0 ' 1.Planning C. hieetings R Agency Parlicipation _ 5 Unosed U _ $D $0 $D $D - - 1,Plannin C, hleetin s 8 A enc Pzrtici alion 6 Unused U $0 $0 $0 $0 - D.PIazalnvenfory BSurveyTotal 0 -6 0 4 . 4 0 0 $D $13,165 $1,800 $0 $D $0 $582 $7,934 $14,985 $16,899 $16,899- - - - - 1,Planning ID.PIazalnventory BAssessmenl 1 Surveyropoandexistingfeatares ~J $9,675$0 - - $0 $D $9,675 $9,675 $9,675 1,Planning D, Plaza Inventory 8 Assessmeni 2 Survey utilities (underground and overhead) p I $706 $0 $0 $D $706 $706 g706 1.Planning D. Plaza Inventory 8 Assessment 3 Develop survey base map _ ~3 $0 $0 $0 $D - 1.Planning _ D. Plaza Invenrory & Assessment 4 Invenlory EnvironmentallNatural B' $0 $900 $0 $0. $900 $900 $900 1 - Planning D. Plaza Inventory & Assessment 5 Invenlory Public Spaces 8 Amenities B 4 _ 4 $40 $900 $0 $0 ' §294 1 $977$940 $1,917 $1.917 1,Planning D. Plaza Inventory & Auessment 6 Assess Plaza Slrudure for Cause for Basemenl L, B_ 2 4 _ $1,349 $O $0 §0 $288 $956 $1,349 $2,305 $2,305 1.Planninq D. Plaza Invenrory & Assessment 7 Investigate retaining wall (ailure & soWlion 6 $1,396 $0 $0 $0 $1,396 $1,396 $1,396 1.Planning D. Plaza Inventory & Assessment 8 Uoused 6 1 $0 $0 $0 $0 - I 1.Planniny D. Plaza Inventory 8 Assessment ~ 9 Unused . 8~ I I { $0 $0 $0 $0 - 1.Planning D. Plaza Inventory & Assessment _ 10 Unused 8 1 I - $0 $0 $0 $0 - - - 1,Planning D. Plaza Inventory S Assessment 11 Uoused - B. i $0 $0 $0 $0 - 1.Planning D. Plaza Inventory 8 Flssessment 12 Unused ~4.f $0 $0 $0 $0 1.Plannin D. Plaza Inventor & Assessmeot ' 13 Unusetl I U $0 $0 $0 $0 E. Develop Preliminary Design Tolal 21 36 4 48 0 0 0 $0 518,346$9,220 $6,000 $0 $0 $4,103 . . $13,623 $33,566 $47,189 $47,169 1.Planning E. Develop Preliminary Design 1 DrainageAnalysis - Conveyance $1,000 $o $a $o $1,000 $1,000 $1,000 1.Planning E. Develop Preliminary Design 2 Coordinale wlUlility companies I ' $1,940 $0 $0 $O I $1,940 $1,940 $1,940 1.Planning E. Develop Preliminary Design 3 Landscapiog Concept and Plant List $0 $1,800 50 $0 $1,800 $1,800 $1,800 1.Planning E. Develop Preliminary Design 4 De(ine FurniWre 7 4 ` i $0 $560 $0 $O $187 $619 $560 $1,179 $1,179 1.Planning E. Develop Preliminary Design 5 I,Pavement concept B, 8 8 12 i $3,619 $560 $0 $0 ' $1,075 $3,570 $4,179 $7,749 $7,749 1.Planning E. Develop Preliminary Design I 6 IAdwork B 4 q 4 ~ I $0 $560 $6,000 $0 - 1.Planning IE.DevelopPreliminaryDesign 7 IlluminalionAnalysis $486$L615_ $6,560 $8,175 $8,175 _ $2,912 $D $0 $0 $2,912 $2.912 $2.912 1.Planning E. Develop Preliminary Design 8 Cancepl Altematives for Expanded Plaza Area (2) 6. 8 8 8 $6,765 $3,600 $0 $0 $973 $3,230 310,365 $13,595 $13,595 1.Pianniny E. DeveloP Preliminary Design 9 Altemative Renderings B'• 1 124 $0 $1,240 $0 $0, ~ $710$2 359 $1,240 $3,599 $3,599 1.Planning II E. DeveloP_Preliminary Design 10 'Opinion of Cosls for Plaza B 6 ~ $1,406 $450 $0 $0' - $288 $956 $1.856 $2.812 $2,812 1.Planning ~ E. Develop Preliminary Design 11 Opinion of Costs for Expantled Plaza Area Cuncef B 8 $703 $450 $0 $0 $384 $1,275 $1,153 $2,428 $2,428 1.Planning E. Develop Preliminary Design _ 12 lJnused _ B. $0 $D $0 $0 - - 1.Planning E. Develop Preliminary Design 13 Unused _ I U $0 $0. $0 $0~ I I 1.Plannin E. Develo Preliminar Desi n 12 Unused U $0 $0 $0 $0' ' - - - 2DesignTotal 40 56 18 180 34 0 0 $0 $76,562 $23,460 $5,700 $0 50 $11,472 $36,085 $105,722 $143,807 $135,034 $8,773 ASchedule&CoortlinalionTotal 5 18 - 0 5 0 D 0 $D $6,100. $4,240 $500 $0 $0 $1,232 $4,000 $10,844 $14,935 $14,935 - .1.Design A. Schedule & Coordination 1 Subcontractor Coordination B 4 i I $D $0 $D $0 $192 $637 1 $637 $637 2.Design A. Schedule & Coordination 2 ICity Coordinalion Meetings (10) 1 B 5 _ iD 5 $4,699 $3,650 5400 $0 $848 $2.815 $8,749511.565 $11,565 2.Design A. Schedule & Coordlnation 3 Status Reports (4) B p_ _ $935 $450 $tOD $0 $98 $319 $1,485 $1,804 $1,804 2.Design A. Schedule 8 Coordination 4 Uptlale Project Schedule (3) B 2 $470 $140 $D $0 $96 $319. $610 $929 $929 2.Desi n IA. Scheditle & Coordination 5 Unused . U I II I - $0 $0 $0 $0 8, 60N Desl9n Tolal 31 29 2 125 34 0 0 $0 $47,773 $6,260 34,000 $0 $0 $7,781: _ $25,834 $52A33 $77,867 $69,728 $7139 2.Design 8.60% Desiyn 1 Title,Index.SurveyConlral 13_ §157 $0 $D 80 $157 $157 $157 2.Design 8.60% Design 2 Demasheel(l) $1,513 $0$0 $0 $1,513 $1,513 $1,513 ,2.Design 8.60% Design 3 IPIanLeyoulindudingADARamp(2) ~ 4 2 _ 8 $4,057 $0~ $0 $0 $493 $1,836 $4,057 $5,693 $5,693 2.Design 8.60°/ Design ` 4~Pavemenl Delails (2) B 6 2 g q I $1,620 $0 $O - $0 - - F $781 $2,592 $1,620 $4.212 $4,272 2.Design 8.60°! Design 5 Seat Walls (1) B 4 8. 16 $3,627 $0 $0 $0 $986 $3,272 $3,627 $6,899 $6,899 2.Design B 60% Design 6 Landscaping (3) $0 $4,460 $0 $0 ~ $4,460 $4,460 $4,460 2.Deslgn i8 601/6 Design 7 StormDrainColllecfion(1) B $1,558 $0 $0 $0 $1,558$1,558 $1,558 2.Design B. 60% Design _ B Monumenlal Light Poles and FixWres (2) 8_ 6 4 _ 12 _ $2,749 $560 $4,000 $0 $883 $2,932 $7.309 $10,241 $10241 2Desiqn B.60% Design 9 SiteFurnishings(3) g I 1 z p - - ' - - - - - - - _ $0 $1,240 $0 $0 $168 $559 $1,240 $1,799 $1,799 2.Design _ B.60% Design 10 Coffee Kiosk (2) A _1 24 30 $0._ $0 _ $0 _ $0 Slmcluralengineeringwoultlbeezli _ $2,102_ $6,980_ $6,980, I $6,960 Exhibit B Agreemenl AGC-386 Page 1 of 2 5-5-10 Exhibit B Fee Schedule I MAKERS Subconsultants $48 $48 $35 $26 $48 $0 $0 8 B A c I N y n ~ m ~ u c rn `m o p ~ N U N O U L N QC rC N Q a c ~ `o a v Makers Sub Con ° o ~ffi ~ g ' 0 o ~ o TOtal Tolal 0 N Z 2 0 .a 'E ~ c Q (includMg (includes r o ~ v'o m d v v u E v E~ a r Makers Makers overhead overheatl f0 Task Descri lion 10 `0 2,De Commenls Labor Tolal Exp Tolal and profif) and prolit)Total Cost Basic Addnl s~n _ B. 60% Deslgn 11 Electrical~2) 2.Deslgn _ ~B.601 Oeslgn _ 12 Mechanical (1) . - j . . . _ $2,749 $0 $0 $D $2.749 $2,74~J $2,749 $903, $o $62.Design B.60%Design_ ~ 13 WalerfeaWre(2) g -q gp - - - $0 $903 $903 $903 2Desi4n B. 60% Desiqn 14 Cil Hall SI9n 2 q p 12 - $0~_ $D - , $1,395 _ $4,632 _ $4,632 $4,632_ . Y $0 $0 $0 $D $451 $1.498 $1498 _ _ $1.498 2.Design B.60% Design 15 SpecialProvisions - $4,055 $0 $0 $D $4A55 $4A55 $4,655 2.Oesiyn B 60% Design 16 QuantitylCoslEstimate , $1,719 $Oi $0 $0~ ~ $1,719 $1,719 $1,719 2.Oesign ~B.60% Dealgn 17 Prellminary Design (60%) Subinlllal 2 8 $1,059 $0 $0 $D$301 $999 $1,059 $2,056 $2,058 2.Oesign B. 60% Desiqn _ 78 Field walk-through ~ ~ - - - - - - - - $470 $0 $0 $0 $74 $244 $470 $714 $714 2.Design B 60% Design 19 ReviewMeeling p 2 - - - - 2.Oesign i B fiU% Design 20 Documenl Pnntin9 Prelim DesiAn $4i0 ~0 $0 $0 $147. _ $489 $470 $95J $959 - _ I A $1,159 $0 $0,. $0 $1,159$1,159. §1,159 2.Desi n B 60l. D?si n 21 Site Civil Plans ' ~ - - - - - - - C. Pemiittin Total $13.9$o $13,909 513,909 $13,909 9 4 0 18 8 0 0 0 $0 $2,702 $900 $0 $0 $0 91 $ 3157 $3,602 $6,759 $6,759 2 Oesign C Permitiing 1 Permilling - agency coordination - - - $0 $900 - $0 - - - - - - - - ' $0 $900 $900 $900 2 Oesign C Permiuing i 2 ~Prepare Grading Permit 2 8 4 $1,351 $D $0 $0 ~ $476' ~ $1,579 $1,351'i $2,930~ $2,930 2 Oesiqn , Q Permilliny . 3 Prepare Building Permit 2 8 4 $1,351 $D $0 , $0 $476 $1,579~ $1,351 $2,930~ $2,93D 2.Oesi n C. Permitlin 4 Unused ou ' - - - - - $0 $0 $O $0- - - _ _ 0 0 0 0 0 0 0 $0 $0 $D $0 $O $0 2.Design I O Field Aelivities Qtal - 1 Soils invesligation . p 'I . . . . - . . . . - - . . . . - - - - $0 $D . . $0. . . $0 2.Design D. Field Activities _ 2 Adtlilional field survey A I $0 $0 $0 $0 - - 2.Oesign D. Field Aclivities 3 Unused U $0 $0 $O SO E. Final Design Tofal 0 9 0 42 0 0 0 $D $25,983 $12,OBD $1,200 $0 $0 $1,507 $5,004 $39,243 $44,247 $43,618 -$635 - - - 2.Oesign I E. Final Design 1 Changes to 600% PSBE 4 I 12 , $3,532 $3,600 $800 $0$499 $1,657 $7,932 $9,590 $9,590 2.Design ~E. Final Design 2 Flnal Design (95%) Submillal 2 18 $11,792 $5.300 $400 $0 ~557 $1,849 $17,492 $19,341 ~1~J,341 2Aesign E. Final Design 3 Changes to Final Design 1 6 $6,739 $2,460 $D $0 $202 3669 $9,219 $9,688 $9,888 2.Design _ E. Final Design 4 City Purchasing review $0 $0$0 $0 , - ' 2.Design E. Final Deslgn_ 5 Development of bid documenls _ I 2 6. $3,284$680 $D $0 $250 $829 $3,964 $4,793$4,793I 2.Design E. Final Design 6 Document Prinling - Final A $635 $0 $D $0 $635 $635 $635 2.Oesign E. Final Desiqn 7 Unused u - - . . . . $0 $0 $0 $D 2.Desi n E. Final Desi n 6 Unused U $D $0 $D $D - 3Bidtling Support Total 0 12 0 0 0 0 0 $D $7,619 $1 070 $400 $D $0 $576 $1912 59089 $11001 $11001 A. Biddmg Suppotl Total 0 12 0 D_ _ 0 D 0 $0 $7,619 $1,070 $400 $D $0 $576 $1,912 $9,089 $11,DOi $11,001 9.Bidding Support A Bidding Support i Review Suhmltlals 4 $2,185 $450 $200 $D $192 $637 $2,835 $3,473 $3,473 3.Bidding Suppart A Bidding Support 2 Respontl to RFI 4 _ $4,807 $620 $200 $0 $192 $637 $5,627 $6,264 $6,264 3.Bidding Support A Bidding Support 3 Preconstmction Meeting 4 _ $627 $0 $0 $D $192 $637 $627 $1,264 $1264 3.Biddin Su ort A. Biddin Su ort 4 Unusetl U $0 SO $0 yo - - 4.ConslructlonSuppodTotal 0 8 0 0 0 D 0 $0 $3748 $1240 5800 $0 $D $384 $1275 $5786 $7063 $7063 A. Construcfion SuPPod Total 0 6 D 0 0 0 D $0 $3,748 $1,240 $800 $DSD $384 $1,275 $5,788 $7,063 $1,063 4.Construclion Support A Construction 5upporl 1 ROW Map Final $0 $0 $0 $0 4.Construclian Support A Conslruction Supporl 2 Construction Support-site visits ~ 8 $3,748 $1,240 $800 $0 $384 $1,275 $5,786 $7,063 $7,063 4.Construclian Support A Construdion Supporl 3 Unused I U $0 $0 $0 $0 ~ 4.Const« iclion Support A. Conslructinn Snpporl . 4 Unused U SO SO 50 $0 Page 2 of 2 5-5-10 EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Sub-consultant Fees • Materials and Supplies • Mileage at $0.485/mile or the current approved IRS rate. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and/or environmental consultants, etc. If approved, the CITY shall_reimburse the CONSULTANT for the actual costs. Exhibit C Agreement No. AG-C-386 Page 1 of 1 CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement # (i.e.: AG-C-115). • Project number(s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of-way, or construction) or task order number. • • Direct salary (base salaries) • Indirect salary (benefits) • Direct non-salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract - total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15tn • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-386 Page 1 of 2 SAMPLE INVOICE City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter (Project Engineer) Agency Agreement AG-C-010 Invoice 5222 Progress Payment 2 Invoice Date: February 10, 2002 Project Name: Thomas Nelson Farm Project PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourl Rate Amount Mike Jones, Princi al in Char e 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processin 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal $ 749.00 Ex enses see attached documentation Char es Multi lier Amount Mike Jones, Princi al in Char e 20 miles x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processin $ 29.00 x1.1 $ 31.90 Consultant Ex enses Subtotal $ 72.49 Consultant Total: SUB CONSULTANTS (see attached documentation) $ 821.49 Subconsultant Hours Hourl Rate Amount ABC Environmental, Inc., Civil En ineer 10 $ 100.00 $ 1,000.00 Electrical Consultin , Electrical En ineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical En ineer 10 $ 100.00 MRF 1,000.00 Movin Com an , Movin Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multi lier $ 2,860.00 Subconsultant Total: . - - TOTAL DUE THIS INVOICE CONTRACT BREAKDOWN $ 2,860,00 $ 3,681.49 Task Amount Authorized Prior Invoiced This Invoice Totallnvoiced To Date % Ex ended % Com leted Amount Remainin Original Contract $22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF* 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note: MRF=Management Reserve Fund * Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-386 Page 2 of 2 AMENDMENT #1 TO AGREEMENT NO. AG-C-386 BETWEEN THE CITY OF AUBURN AND MAKERS RELATING TO PROJECT NO. CP0922, CITY HALL PLAZA IMPROVEMENTS THIS AMENDMENT is made and entered into this ~ day of t.G , 2010, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and MAKERS (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-386 executed on the 10t" day of May 2010. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK: The scope of work is amended to include the following tasks: Additional scope to include final design of the plaza elements, including the water feature, Kiosk, art feature foundation and pole, and retaining and seat walls (new and existing). 3. COMPENSATION: The amount of this amendment is $53,274.00. The total contract amount is increased to a total of $372,274.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-386 executed on the 10th day of May 2010 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. MAKERS CITY OF URN By: UlJ Authorized signature Peter B. Lewis, Mayor ATTEST (Optional): ATTEST: By: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Ap ove as fo ~ Attorney for (Other Party) Daniel B. Heid.Aubtfrn City Attorney Amendment No. 1 for Agreement No. AG-C-386 MAKERS Page 1 of 1 * CY ~JF * WASHINGTON July 14, 2010 Peter B. Lewis, Mayoi 25 West Main Street * Auburn WA 98001-4998 * www.aubumwa.gov * 253-931-300t MAKERS Stefani Wildhaber 1904 Third Avenue, Suite 725 Seattle, WA 98101 RE: Amendment No. 1 to Agreement for Professional Services, AG-C-386 Project No. CP0922, City Hall Plaza Improvements Notice to Proceed Dear Ms. Wildhaber: Enclosed is an executed copy of the above-referenced Amendment No. 1. This amends the scope of work to include final design of plaza elements, including water feature, Kiosk, art feature foundation and pole, and retaining and seat walls (new and existing), and includes additional compensation in the amount of $53,274.00. This letter serves as your Notice to Proceed for this amendment. For the City's tracking and record keeping purposes, please reference AG-C-386 and Project No. CP0922 on all correspondence, and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-931-3092. Sincerely, , LW~' r Eliza eth Chamberlain Planning Manager Department of Planning EC/ja/hb Enclosure cc: Dani Daskam, City Clerk AG-C-386 CP0922 - 2.20 AUBURIeT * MORE THAN YOU IMAGINEL AMENDMENT #2 TO AGREEMENT NO. AG-C-386 BETWEEN THE CITY OF AUBURN AND MAKERS RELATING TO PROJECT NO. CP0922, CITY HALL PLAZA IMPROVEMENTS THIS AMENDMENT is made and entered into this ~ day of S~~ , 2010, by and befinreen the CITY OF AUBURN, a municipal corporation of the ate of Washington (hereinafter referred to as the "CITY"), and MAKERS (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement befinreen the parties for AG-C-386 executed on the 10th day of May 2010, and amended by agreement dated the 15t day of July 2010. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $61,847.00. The total contract amount is increased to a total of $434,121.00. REMAINING TERMS UNCHANGED: That all other provisions af the Agreement between the parties for AG-C-386 executed on the 10th day of May 2010, shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreemen# as of the day and year first above written. MAKERS By: Authorize signature TY OF AUB , Peter B. Lewis, Mayor ATTEST (Optional): By: Its: Approved as to form (Optional): Attorney for (Other Party) ATTEST: Amendment No. 2 for Agreement No. AG-C-386 MAKERS Page 1 of 2 Danielle E. Daskam, Auburn City Clerk archltecEure • planning • urb,in design rt10ke (mak) vb i to ixing into being by sbaping or altering 2 to form in the mfndSee attached scope of work for task descrip#ions and description of deliverables . as we(I as the schedule and proposals for each discipline for an hourly breakdown b;, cogmbimng partsn 4 ta o biDut uHd~o~` ~e~~c, formulate,Oevise,create5toprepare for #he anticipated tasks. The estimated fee proposal summary includes: for use: arronge 6 to cause to hapoen MAKERS $10,380 Subconsultants: Perteet $42,387 Nakano $5,720 AWA Electrical $3,360 MAKERS 10% markup 0 Total Request $61,847 Our team understands the City's strong desire to get this project constructed by the end, of this year and want to rlo everything we can to support that desire. We ~ however are not able ta produce a 90% submittal in less than firvo weeks, anything less would likely result in a product that doesn't adequately address all the issues. Sincerely, Stefani Wildhaber, Partner Document3 1904 Third Ave. Suite 725 5eattle, WA 98101 p 206.652.5080 f 206.652.5079 www.makersarCh.com I LVA Flil NO 2601 architecture • planning • urban design ttYBk@ (mak) vb 1 to bring into being by shaping or alferinp 2 to fdm in the mind. a judgement or plan 3 to put lo9ather by combioing parts 4 to buitd, cans[ruct, formulale, devise. create 5 to orepare for use arrange 6 ta tause to happen Ju ly 19, 2010 City of Auburn Elizabeth Chamberlain, Project Manager 25 W Main S#reet Auburn, WA 98001 Re: Auburn City Hail Plaza Update, AG-C-386 Dear Ms. Chamberlain: We are requesting your authorization of additional funds for the work not currently incfuded in the contract hut required for the preparation of bid documents for the expanded plaza. These documents will be included in the bid documents of the City Hall Plaza Improvements. The following consultant efforts are incEuded in the attached scope and fee proposal. • Civil Engineering. Perteet will prepare the civil engineering elements of the submittals • Landscape Architecture. Nakano and associates will prepare the landscape elements of the submittal • Urban Design Oversight. MAKERS will provide urban design oversight and project coordination as well as the updated Kiosk site plan for the permit. • Electrical Engineering. AWA Electrical Consuftants will provide the electrical sheets for the Kiosk. As soon as possible the team will need final validation of south property line and a sketch from the City indicating where they desire kiosk utility connectians to take place. 1304 Third Ave. Suite 725 Seattle. WA 98101 p 206.652.50$0 f 206 652.5079 www,makersarch.com City of Auburn - Expanded City Hall Plaza Fee Proposal Page 2 Nowlv Rate Schedule Senia• Engineer $120,00/hr Design Engineer $105.00/hr AutoCAD $70.00/hr Clerical $50.001hr After reviewing this proposal, please let me lrnow if you have any questions or if anything needs to be adjusted. We look foitivard to working with you on this project. Sincerely, AWA Electrical Consultants, Inc. Brad Adcock, P.E. President EtecrRrcac LO~lUSLltTANT5, ~IMG. L< I4015 - 36th AVE4+TU6 WBST, St71TB g• LYNNW001), WA 98086 ~ p: (425) 796-1799 • P: (426) 974-9870 July 7, 2010 Makers 1904 Third Avenue, Suite 725 Seattle, WA 98101 Attention: Stefani Wildhaber Subject: City of Auburn - Expanded City Hall Plaza Dear Stefani, Thank you for this request for an engineering fee proposal for the above subject p►•oject. We appreciate the opportunity to be considered as a part of this project. Below is a brief description of our electrical scope of work and associated proposed fee for the fallowing project: Assumptions: ■ Kiosk relocated to expanded plaza south of Existing City Hall ■ Separate service now required for Kiosk Electrical Eaeineering $2 580 00 ■ Site visit to determine existing conditions: 4 hrs @$120/hr =$480.00 ■ Coordination with PSE for new etectricai service to Kiosk 12 t►rs @$105/hr =$1,260.00 • Kiosk power attd lighting design: 6 hrs @$105/hr =$630.00 ■ Coordination with felephone company for service to Kiosk: 2 hrs @$105/hr =$210.00 • City review, changes to PS&E, prepai•ation of permiWid documents: included in base scope ■ Cost estimate included in base scope ■ Specifications included in base scope Construction Administration $630 00 ■ Submittal & shop drawing review 2 hrs @$105/hr =$210.00 ■ Address RFI's, ASI's (Architect's Supplementary lnformation) 4 hrs @$105/hr =$420.00 Expenses (Travel, printing, delivery) 150.00 Total Fee $3,360.00 Not Included: The following are items not included in the scope of xvork, but can be added on an hourly basis or as otherwise directed by your firm: ■ Site visits during construction • One (1) electronic copy in AutoCAD 2009 and PDF format 5pecifications (MS Word Format) City of Auburn/ APWA • One (1) reproducible copy, sealed as appropriate for the different disciplines • Five (5) hard copies • One (1) electronic copy Opinion of Cost (Excel Format) • One (1) reproducible copy • Five (5) hard copies • Orie (1) electronic copy Consultant responses to 90% City Review comments SCHEDULE: The following schedule is provided for the Expanded Plaza Submittals. Modifications to the schedule are at the discretion of the City. Dates are based on receiving a notice to proceed from the City on July 20, 2010. 90% submittal July 27, 2010 City Review - comments back to consultant August 2, 2010 100%August 5, 2010 City Review - August 6, 2010 . Final/Bid Document - August 10, 2010 Page 17 1} Site Preparation Plan, if needed (1) 2) Harizontal Control Plan Sheet (1) 3) Grading and Paving Plans (1) 4) Drainage Plan and Details (1) 5) Utilities Plan (1) 6) IlIuminatian Plan (1) 7) Urban Design Layout (1) 8) Basalt Colvmn feature (1) 9) Plant Layout and Planting details (2) • 10) Kiosk site plan (1) C. Specifications will be provided for those sections not currently in the plan. Opinion of Cost- will be developed for the expanded plaza separate from the City Hall Plaza improvement D. Cost estimate Complete the preparation of all documents to a contract document level of completion meeting the City's requirements. Add full detail to the Horizontal ControI plan in order to identify the location of all site elements to a degree that they can be staked by construction surveyors. Prepare construction details as needed to describe proposed elements for construction. Final design submittal will include a bid proposal form, plans, specifications, and cost estimate for the expanded plaza design. E. City Review. The City will review the Final submittal and the consultant will make any changes/modifications. ASSUMPTIONS: • Same as Task 3B - Expanded Plaza 90% Design (PS&E) DELIVERABLES: Plan Sets (AutoCAD 2009 Drawings) • Five (5) half size copies (11" x 17" sheets of paper) • One (1) 4 mil mylar full size set (24" x 36" sheet with borders set to accommodate half size copies at 11" x 17") sealed as appropriate for the different disciplines Page 16 DELlVERABLES; A separate Bid Schedule will be established for the Expanded Plaza area for inclusion within the City Hall Plaza Plan set. Plan Sets (AutoCAD 2009 Drawings) • Five (5) half size copies (11" x 17" sheets of paper) a One (1) reproducible half size copy Specifications (MS Word Format) City of Auburn/ APWA • One (1) reproducible copy • Five (5) hard copies with track changes shown • One (1) electronic copy with track changes shown Opinion of Cost (Excel Format) • One (1) reproduci6le copy • One (1) electronic copy • Five (5) hard copies TASK 3.C (SUPPLEMENTED) - EXPANDED PLAZA PERMITTING ASSISTANCE The City's Downtown Plan EIS will cover any SEPA documents that need to be developed for the demolition and grading. Consultant will not be required to prepare any environmental documentation. TASK 4(SUPPLEMENTED): EXPANDED PLAZA FINAL DESTGN (100% PS&E The consultant will incorporate the City's review comments and prepare the construction drawings, specifications, and an opinion of probable cost to a final design/Bid Document complete level of detail. A. Schedule and Coordination The consultant will be responsible for overall project coordination and scheduling during the design development, to include: 1) Subconsultant coordination 2) One City Coordination Meeting 3) Monthly status reports B. Final Design/Bid Document The following sheets will be provided in addition to those that currently exist. Numbers in parentheses indicate the estimated number of sheets. Page 15 B. 90% PS&E Submittal The foliowing sheets will be provided in addition to those that currently exist. Numbers in parentheses indicate the estimated number of sheets. 1) Site Preparation Plan, if needed (1) 2) Horizontal Control Plan Sheet (1) 3) Grading and Paving PIans (1) 4) Drainage Plan and Details (1) 5) Utilities Plan (1) 6] Itlumination Plan (1) 7) Urban Design Layout (1) 8) Basalt Column feature (1) 9) Plant Layout and Planting details (2) 10) Kiosk site plan (1) C. Specifications will be provided for those sections not currently in the plan. Opinion of Cost- will be developed for the expanded plaza separate from the City Hall Plaza improvement D. City Review The City will mark up the submittal with their review comments. The consultant will respond back to the City by documenting their responses on the marked up drawing set. ASSUMPTIONS: • Design submittals including drawings, specifications, and cost estimates will be provided as descrihed in the deliverables section helow. The Final/bid documents wili be incorporated into the City Hall Plaza Final/bid document submittal. • Utility information will be pravided by the City. There are no existing utilities under the site that will need to be included in the design. • The expanded plaza layout is to be as simpie as possible. The City has provided the general layout and identified the elemen#s that will be located on the site. These elements are identified above. • FVo major new civil materials will be added to the project. • No major design decisions will occur after the 90% submittal. • No Starmwater Report or modeling will be performed • City is responsible for all specifications, notes, and permits pertaining to the removal of the Marvel Building. Perteet has not performed any due diligence on the removal of this structure; therefore, the City will lead this effort. Page 14 finish floor. A new electrical service will be required for the Kiosk including a small transformer box to be located on the expanded plaza and a panel within the Kiosk Service will be designed from the Alley. The future electrical service will be located from Main Street. A conduit will be installed under the expanded plaza to accommodate that future service for future connection. FURNITtIRE: Surface mounted metal benches used in the City Hall plaza will be placed in the expanded plaza if determined to be utilized. BASALT FEATURE: A feature within the plaza will be designed with Basalt columns located generally in the SW corner of the expanded plaza, laid horizontally to provide seating as well as a feature, in groupings within an organic form. The horizontal columns will be ground smooth and be placed directly onto the pavers with no anchors but will require a concrete foundation. The surface treatment surrounding the columns will be something differenE than the plaza • pavers, such as pebbles. PERMITTING: The City's Downtown Plan EIS will cover any SEPA documents that need to be developed for the demolition and grading. Consultant will not be required to prepare any environmental documentation. Tasks: Task 3B (supplemented): Expanded Plaza 90% Design (PS&E) Task 4(supplemented): Expanded Plaza Final Design (100% PS&E) and Bid Documents Work tasks in this Scope of Work will include: TASK 3.B (SUPPLEMENTED); 90% DESIGN (PS&E) Prepare construction drawings, additional specifications not already included in the Plaza Improvements in outline format (for the CSI specifications primarily), and an opinion of probable cost to a 60% complete level of detail. The City will work with the Building Department for their comments. The City's comments will be incorporated into the preparation of the Final/Bid Document. A. Schedule and Coordination The consultant will be responsible for overall project coordination and scheduling during the 90% design phase, to include: 1) Sub-consultant coordination 2) Up to two City Coordination meetings 3) Monthly status reports Page 13 Nakano and Associates - landscape architecture to coordination with hardscape layout, include planter layout, and plant selection. ~ CG Engineering - structural engineering for the kiosk; no structural engineering is anticipated for the plaza. • AWA Electrical - electrical service for the kiosk. DESIGN ELEMENTS: GR.4DING AND STORMWATER: The existing back of sidewalk elevations will be used as the controls. This information will be provided by the Promenade consultant and the survey conducted for tne City Hall plaza. The Chamber Maxx •system with gravel gallery as planned for the City Hall Plaza will be used for the expanded plaza area. PAVEMEIVT: A basic grid pattern that replicates the layout and materials of the City Hall plaza (8" x 8" interlocking pavers, no aggregate) will be used for the surface treatmern. Edge details at the planters will be required. Asphalt will be laid between any plaza surfaces and existing surfaces as a temporary surface treatment. The surface treatment on the west between the pavers and the existing building will be gravel. LANDSCAPING: Landscape areas as identified in the Concept layout will be refined to reflect the kiosk location. Landscaping will include trees, shrubs and plants similar to those located in the City Hall Plaza. The concept layout will be refined to make better use of the plaza area and 'rncorporate the landscaping in planters. SITE LIGHTING AND ELECTRICAL OUTLET: Lights along Division Street will be done as part of the Promenade project. Electrical service to plaza site iighting will came from existing streetlight service on Main Street. A new streetlight will be installed along Main as part of this project. The plaza will be lit to the lighting levels similar to the City Hall Plaza (3 to 5 fc). A lighting analysis will be performed to determine optimal location of lights. Lights will be those that match the Downtown Street/Pedestrian light standard. No banners or hanging flower baskets will be included on the poles within the Expanded Plaza but will have the necessary fixtures per the Downtown Street/Pedestrian light standard. Electrical 0utlets will be provided to support vendars and outdoor performances. KIOSK.' Kiosk will be constructed in the expanded plaza area; closer to Division Street but not within the Promenade boundaries. The design that has been previously deveIoped for the City Hall Plaza site, including pin pile foundation, will be constructed at this identified location. A new site ptan will be required. A poured in place concrete surface will be the F'age 12 07/19/2010 CITY OFAUBURN EXPANDED PLAZA SCOPE OF WORK This Scope of Work is for the expanded plaza area. The product will be the preparation of the detailed design and bid documentation for construction. The bid documents will be incorporated into the City Hall Plaza documents. DESIGN OBJECTIVE: Design an expanded plaza in the location currently occupied by the City owned property at 2 West Main St (Marvel Food and Deli). The expanded plaza space is to be flexible and functional (creativeness focus is the city hall plaza). The expanded plaza will coordinate with the City Hall Plaza Improvement (i.e. pavement design) but the use of the space will differ, such as, a place a downtown employee could eat their lunch; a group could sit and have a conversation but not bother the individual reading a book. The space will also be capable of holding programmed events like small lunch time concerts. The layout / design of the plaza should remain "simple". PROJECT LIMITS: • North: The existing curb line on West Main Street. • South: The property line. • West: The expanded plaza will be held back at least 5' from the face of the existing building at the west property line. • East: The South Division Street Promenade project will have a 20 foot wide sidewalk, the plaza will be held back 10 feet from existing edge of sidewalk along South Division Street. CONSULTANT TEAM: Team members and their area of responsibility will include: • MAKERS architecture & urban design - prime consultant, project management and urban design including basalt feature, furniture, and site layout. • Perteet Engfneering - grading, stormwater, survey (following demolition of the existing building), paving details, site utilities, site lighting illumination analysis, document production Page 11 EXHIBIT A 07/19/2010 CITY OFAUBURN EXPANDED PLAZA SGOPE OF WORK This Scope of Work is for the expanded plaza area. The product will be the preparation of the detaiTed design and bid documentation for construction. The bid documents will be incorparated into the City Hall Plaza documents. DESIGN OBJECTIVE: Design an expanded plaza in the lacation currently occupied by the City owned property at 2 West Main St (Marvet Food and Deli). The expanded plaza space is to be flexibie and functional (creativeness focus is the city hall plaza). The expanded plaza will coordinate with the City Hall Plaza Improvement (i.e. pavement design) hut the use of the space will differ, such as, a place a downtown employee could eat their lunch; a group could sit and have a canversation but not bother the individual reading a book The space will also be capable of holding programmed events like small lunch time concerts. The layout / design of the plaza should remain "simple". PROjECT LIMITS: • North: The existing curb line on West Main Street • South: The properry line. • West: The expanded ptaza will be held back at least 5' from the face of the existing building at the west property line. • East: The South Division Street Promenade project will have a 20 foot wide sidewalk, the plaza will be held back 10 feet from existing edge of sidewalk along South Division Street. CONSULTANT TEAM: Team rnembers and their area of responsibility will include: • MAKERS architecture & urban design - prime consultant, project management and urban design including basalt feature, furniture, and site layout. • Perteet Engineering - grading, stormwater, survey (following demolition of the existing building), paving details, site utilities, site lighting illumination analysis, document production Page I 1 * CITY OF * * A,tjBURN * WASHINGTON July 26, 2010 A 3, l 6 ,_7 Peter B. Lewis, Mayor 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 Stefani Wildhaber MAKERS 1904 Third Avenue, Suite 725 Seattle, WA 98101 RE: Amendment No. 2 to Agreement for Professional Services, AG-C-386 Project No. CP0922, City Hall Plaza Improvements Notice to Proceed Dear Ms. Wildhaber: Enclosed is an executed copy of the above-referenced Amendment No. 2. This amends the scope of work to include preparation of detailed design and bid documentation for construction of the expanded plaza, and includes additional compensation in the amount of $61,847.00. This letter serves as your Notice to Proceed for this amendment. For the City's tracking and record keeping purposes, please reference AG-C-386 and Project No. CP0922, on all correspondence, and related material. As the Project Manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me: You can contact me directly at 253-931-3092. Sincerely, 1~- Eliza Chamberlain We Planning Manager Department of Planning and Building EC/ja/hb Enclosure cc: Dani Daskam, City Clerk AG-C-386 CP0922 - 2.20 AUBURN * MORE THAN YOU IMAGINEE A 5, ( G AMENDMENT #3 TO AGREEMENT NO. AG-C-386 BETWEEN THE CITY OF AUBURN AND MAKERS RELATING TO PROJECT NO. CP0922, CITY HALL PLAZA IMPROVEMENTS THIS AMENDMENT is made and entered into this -E= day of , 2010, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and MAKERS (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-386 executed on the 10th day of May 2010, and amended by agreement dated the 1st day of July 2010, and amended by agreement dated 21St day of July 2010. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement fro Professional Services is extended to December 31, 2011. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-386 executed on the 10th day of May 2010 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have a uted this Agreement as of the day and year first above written. MAKERS CITY A By: Authorized signature Peter B. Lewis, Mayor ATTEST (Optional): ATTEST: By: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appro d as Attorney for (Other Party) 01 B. a Auburn City Attorney Amendment No. 3 for Agreement No. AG-C-386 Makers Page 1 of 1