Loading...
HomeMy WebLinkAboutITEM VIII-B-2 * * CITY OF * AGENDA BILL APPROVAL FORM WASHINGTON Agenda Subject: Date: Resolution No. 4628 - Au ust 2, 2010 Department: Attachments: - Budget Impact: Finance Resolution No. 4628, "Exhibit A" - and "Exhibit B" Administrative Recommendation: Ci Council ado t Resolution No. 4628. Background Summary: Resolution No. 4628 authorizes the Mayor and the City Cferk to execute an agreement for professional services with Reid Middleton for the purpose of engineering services for the Auburn Municipal Airport Taxiway lmprovements project. , N0802-1 04.4.9:1.2. ReViewed by Council 8 Committees: Reviewed by Departrnents & Divisions: ❑ Arts Commission COUNCIL COMMITTEES: ❑ Building ❑ M&0 0 Airport ❑ Finance ❑ Cemetery ❑ Mayor ❑ Hearing Examiner 0 Municipal Serv. 0 Finance ❑ Parks ❑ Human Services ❑ Planning & GD ❑ Fire ❑ P-lanning ❑ Park Board SPublic VVorks ❑ Legal ❑ Police ❑ Planning Comm. ❑ Other p Public Worics ❑ Human Resources Information Services Actionc Committee Approval: ❑Yes ❑No Council Approval: ❑Yes ❑No Call.for Public Hearing Referred to Un4il Tabled Until Councilmemtier: Peloza Staff: Coleman Meetin Date: Au- ust 2, 2010 Ifem Number: VI11.6.2 riUBURN * MORE T'HAN YOU IMAGINED RESOLUTION NO. 4 6 2. 8 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN WASHINGTON AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH REID MIDDLETON TO ASSIST THE CITY AT THE AUBURN MUNICIPAL AIRPORT 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 .CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, HEREBY RESOLVES AS FOLLOWS. Section 1. The Mayor and the City Clerk of the City of Auburn are hereby authorized to execute an Agreement for Profe'ssional. Services with Reid ; Middleton for the purpose of engineering services for the Aubum Municipal Airport Taxiway Improvements, which agreement shall be in substantial conformity with the Agreement a copy of which is attached hereto, marked as Exhibit "A" and incorporated herein bythis reference. Resolution No. 4628 July 19, 2010 Page 1 of 2 -Section 2. The Mayor is hereby authorized to implement administrative procedures as may be necessary to carry out the directives of this legislation. Section 3. This Resolution shall take effect and be in full force upon . passage and signatures hereon. - Dated and Signed this day of , 2010. CITY OF AUBURN PETER B. LEWIS MAYOR ATTEST: . Danielle E. Daskam, City Clerk APP O'ED FORM: OwdeY8'. e i Attorne , Resolution No. 4628 July 19, 2010 Page 2 of 2 CITY OF AUBURN AGREEMENT , FOR CONSULTING SERVICES Auburn Municipal Airport Drainage Inventory 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 "Consultarit." WITNESSETH: WHEREAS, the City is engaged in, or readying itself to be engaged in its project of Aubum 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 wock/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: 1. 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 refened 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 perforinance `thereof, to have entered into any partnership, joint venture, employment or other relationship with the City. 2. Addifional 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 corripletion 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. ` 3. 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 provicled for herein, and is qua.lified to perform such services. 5. Citv's Responsibilities. T'he 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 i perform the serVices provided for herein. d. Examine and evaluate all studies, reports, memoranda, plans, sketches, and other " documents prepazed 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 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. 8. 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 "AS" attached hereto and incorporated herein by this reference, unless otherwise agreed to in wrifing 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 January 29, 2011 , whichever comes first, unless otherwise agreed to in writing by the parties. 9: 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 consulfant shall maintain an acceptable cost accounting system. The consultant agrees to provide the City, the Federal Aviation Administraxion 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, exarnination, excerpts and transcriptions. The consultant agrees to maintain all'books, records and reports required under this agreement for a period of not less than tfiree 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 Apreement. This Agreement shall be administered by, Don Barclay, P.E. on behalf of the Consultant, and by the Mayor of the City, or designee,, on behalf of the City. Any written notices required by ttie 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 728 134'~ Street SW Auburn, WA 98001-4998 Suite 200 253 931-3000 FAX 253 931-3053 Everett, WA 98204 425 741-3800 Fax 425 741-3900 13. Notices. f111 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, retum 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 covera.ges 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, opera.tions, 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 0 1 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, ar 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 Cityand 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. 16. Assignment• 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 Agreemerit shall be valid or of any effect unless made in writing, signed by the parly or _ par`ties 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 tliis Agreement. The duties and obligations imposed by`this Agreement, and the rights and remedies available thereunder shall be in addition to and not a limitaxion 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. T'he 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). e. The riglits and remedies of the City provided in this clause are in addition to any other rights and remedies piovided by law or under this agreement. f. T'he 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. Rarties 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 pariy, including contractors, sub-contractors and their sureties. 20. Costs to Prevailing Partv. 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. A1212licable Law. This Agreement and the rights of the parties hereunder shall be govemed by the interpreted in accordance with the laws of the Sta.te 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 arid 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 refened to colleciively as the "Consultant") agrees as follows: a. Compliance with Regulations. T'he 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. 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 discrimiriation 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 sha11 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. Sanctions for Noncompliance. In the event of the Consultant's noncompliance with the nondiscrimination provisions of this ageement, 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 Cityor the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided,.. however, that in the eyent 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 profect the interests of the United States. / 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.:° Tliis provision is in addition to that required of Title . VI of the Civil Rights Act of 1964: 24. ` Lobbying and Influencing Federal Emplovees. A. No Federal appropriated furids 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 Gongess, 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. Rip-ht 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, Gonsultant, 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 awazded 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. 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 leams 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 direet through the City cancellation of the agreement or subcontract for default af ! 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 6y 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 certif cation 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 Voluntarv 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 garticipation 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 subcoritracts. Where the Consultant or any lower tier participant is unable to certify to ttiis statement, it shall attach an explanation to this agreement: 28. Captions. Headings and Titles. All captions; headings or titles in the pazagraphs or sections of this Agreement aze 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 particulaz 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. 29. Severable Provisions. Each provision of this.Agreement is intended to be severa.ble. 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 Ageement. This Agreement contains the entire iuiderstanding 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 ttie 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 rf effec#ive the day and year first set forth above. . CTI`Y OF AUBURN CONSULTANT Peter B. Lewis, Mayor 1Vame: Title: Attest: Danielle E. Daskam City Clerk App ove Tt7 °el B. Hei ' Attorney Attac6ments: Exhibit A- Scope of Work Ezhibit B - Compensation _ 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 instrucrient, and . ' - acknowledged said instrument to be the free and voluntary act azid deed 'of said corporation/company, for the uses and purposes 'therein mentioned, and on oath stated that, tiiey were authorized to execute said instrument. , GIVEN under my hand and official seal this day of ; 200_. NOTARY PUBLIC in and for the State of + Washington, residing at . . My Commission Expires: , i . . . ~ . . . . . Exhzbit A- Scope of Work. ; Reid Middleton, Inc.. Scope of Services ALJSURiV MUMCIPAL AIRPORT DRAiNIAGi; iNV1;NTORY Junc22,2010 Roid. Middlcion will provide professionat civil enbrineering and land sucveyiug services ~ - for the Auburn iv4unicipat Airport Drainagc Invencory. 1'htfoliowing engineering and land stirvcying services (SELtV1CES) will be provide¢: z; ~ _ . ~_1 11. INFORAIATIUN. GATHERING, RESE ARCH, SYSTE, M INVENTORY, 8c ~ SYSTEM MAPPINC, . 1.3. Proiecl Svinnagement - Provide intenu►l coordination and adminisfration to , move the project ihrough the SERViGES. 1.2. ONQC - Provide quality assurance review of the SERV 1CES. 1.3. CQOrdi»ation with theAirporl -Provide communictriion necessury to fncifitate the camptetion of the SERVICES. 1.4. Proiect Appruach Plan - Prepare an action ptan and approach to the pmject to guide and faciiitate execution of the SERV[CES. 1.5. Internai Kick-off Meeting - Conduct a one-hour meeting to familiarize team members with the projcct. 1.6. Archive Coordinatian with Ciiy and Airport = Communication nccessary ro coordinate access and availabitily of past sitc plans and records: . : ~ 1.7. Researc6 and Review Reid Micldteton Archives - Search for and compite, recocds withinReid Middlctoa archivcs that wi}i pxovidc information on. . cxisting storm drainage systems and features. 1.8. Research and Review City and Airpart Archives - Search for and compile • City and Airpori recoriis that witl provide information on existing storm • ' drainage system and features. 1:9. Intervicws - interview Airport staff, City staff, and o[hers thal can . contribute infurmution concerning the storm drainagc system and fcatures. Aubum Mueicipal Airport " Scope of Services Drainage Inventory . Page I of8 June 22, 2014 , 1.10. Corupile Preltmtnbrv Comsipo tc Map `..a - 1.10.1. Devetop a oomposite map in AutoCAD 2007digital format based on the drawings of records and other infoimation obtainod from . , orat Fntervlews. The map w111 be a.schematl6 stick tigure of the swim dcainagesystam and witi be labeled with pipe diameters and . materlal typc where the [aforuiadon is avaNable on the ieoord " drawings. Tlie objec6vc of thc mapptng IS to provide a$eneral depictton of the over alt statm sewer sysfem. 'f he map will , comply with maPping standards provlded by the Airport priar to preparing tha map. Tlte corapasite raap will be on NAVD88 vectical darim► sad 3tate Plana Gaozdlnates. 7`he map accuracy and prccislon wiil vary considerably dgpending on the sourc-c of Infonnation used and the ecrors inherent lFom assembfing a compositc map fcbm aumerous drawings of rreccord. 1.10.2. Perform ground surveys requited to translate and rotate drawings of reconl to NAVD88 veKicaE datum arid State Piane Coordinatcs. Wot3rtasks inctade: I.10.2.1. Verticat Datum Conlrrol Survev - Tstablish a survey conhol network on NAVD88 datum at.thc Aitport using (3PS or conveulional sunreying techniques. The ' control network wiU be used to assfst in transiating the " vertical datum of record drawings to NAVD88 datum. 1.10.2.2. Horizontal Datwn Controf 3urvev - Bstabtish a survcy control network oft Sfate Plane Coordinates at the Airport using OP3 or canventional siuveyfng Iechniques. 'Fhe control network will be usad to assfst , . In transtatlag the horizontai datum of mcord dcawings to State P1ane Coordinates. _ j 1.10.2.3. RacUal, G.roµ d S~ urvev - Perforfti a radiai ground survey of select surface fsaturas as needed to provide the , eppropriatc rotation and transletion of the record drawings to State Plane Coordinates a+3d NAVD88 . datums. 1.10.2.4. Survqr Man - Prcpare a survey utap showing the hortaontal and verttcat control suryeys, and radiat ground survey. The map will be used to assist with . assembling the compcisIta sto;m drafnege map for the Airport. ExIsting sIgnificant features of the aicHeld deVelopment (e.g. nunway, bu{18ings, and roads) may Soo~e of Servkes Aubwn Monkipa Airport Drainage Itivenwry . Pege 2 of 8 - June 22.20i0 be shown kcreened back on tiu drawing W asstst in • orfenting !he survey information shown to the site. The sccvened back featircs wlll be shown for referenoe aad their loca$orr may not be at the precision ar accuracy of ' actuat survey information. T6e scalc of ihe map will be setecMd prior to beginning prepara6on of the map. 1.11. Storm Drairi* Structure ancf Pine NumberIna SVstem - Develop a numbcrtng system for the storm drainage systecn stmctures and pipes. 77se numbecing system wlIl be Used on the composite, map to labet the pipes and structures. , 1.12. Fiekd shftk Prelicnin Com sno ite MaQ - I'erform three site visits to ~ verftjr storni draiaage systems and feattires dapicied, on the vomposite ' ..j map. Items observed in the #teld that ace not on the dreR map witl he ~ . added by estimadag and sketehing relative fo eacisting featwes appearing on the map and in the Reid. No field measurements wIll be made. ` 1.13. PMce Survey Reauest - Pcepaie a list of items that :will require fleid surveying M provide elevations ared location"s, 'fhe field surveying end ' mapping required will be provided under a separate work task (sec Task 3 below).' 1.14. Prenare Finat GomMdto Man - Revise tha map to Sncorporate owner comments, addidonal infomiation gathorcd in the course of the - investIgation, and a@dittanal field survey Fnfo:madon (if any) from survey work authorIzed under taslc 3 I.15. L&tter Renort on Map Comp7ation - Provfde a Jetter report that briefly retates hoyr the composite map was essembled and the sonrce of the, InformatFon on the map. 1.16. DELIVERADLES - ' 1.16.1. Survay map: four copies on bond paper, onc copy in digital PDF " format, and one copy in digital AutoCAD format , 1.16.2. Draft storm dralnage system composite map in digilal PDF format ' 1.16:3. Finai storm drainage system composite map: fow copies on bond papar, one copy in digital PDF format, ana one copy in aigical AucocAn format Auburn Munistpal Airport Scrope of Servioa . Drainage Invemory Page 3 of 8 lune 22, 2010 1.16.4. Leiter report in digital PDF format and four copies on bond paper r (three bound and one unbound for repsaducing) 2. TABLE OF ELEVATIONS AND MATERIAL ROR SfORM DRAINAGE SY3TEM PIPES ANA STItUCTURES ' 2.1. Develop a table depictfng the elevations of the pipe Inverts, material type, struchue top and botwm elevaUons, and noting specIal or unique elemcnts of the slructures (e.g. FROP Tee, Weir, Pump, atcl The table witl be , related to the oomposIte map using the map numbering system. The table will be devetoped in Microsoft EXCF.L dD digital fomtat. 2.2. Infosnation for the table will be compiled from dtawings of reoord an.d , additionat 6eld measurements obteined under Task 3 SURVEYIIYQ AND ilNI1ER(3RfJiJND MARKINO. Infonnation for sll system etements tnay ' ; i` ~ . • not be available depending on recards arid the amonnt of flald surveying - ~ authodzed by thc Airport. Prtcision and accwracg of the infommtion witl - ' vary considerably.depending on the sotrcce of int'ormation uxd. 2.3. DELIVERABLES: ' 2.3.1. Storm dcainage pipe and struature tablc in dlgital PDF fosmat and , in Mtcrosoft;EXCEL 0 format, and fovr' oopies on band papex 3. SURVEIF AND UNDERGROUND UTILITY MARKING ' An optional budget ellowance is provided for underground udtity marking, attd _ surveying required to locate select iteins of she stoay draiaage system in support ' of the mappiag tasks and structure table dcvelopmentlisted abave: As specitic needs aro Identified, Reid Nddleton wf II advise tlie Atrport as to what work is required and being performed under this task. We wllt not exceed the budgct allowance withont an amendment to this aontract - - 3.1. Undereround Utittri Mazking - 3ecim the servlces of a vendor to locate . . undergroand piPing on a select as-needed basis. Method to be uscd is anticlpated to be an in pipe camera wlth sensor. No potl[oting (excavation ' fo expose an undergrouad featur6) is antictpated. The control network wifl ' be used to assist ia translating and rotating the horizontal datum of cecofd ' drawings to Statc Ptane Coordinates. 3.2. Setect Storm Drein Features Survcv - Perform a radial gmund stuvcy of selea ditches, Pipes, structures, and other storm system features as needed . to depict the storm systern on the composite map. Aubum Municipai Airport Scope olServica Drainage inventory Page 4 of 8 June 22, 2410 . . . . 3.3. Survey Mao - Add the sumey informatioa to the map prepa;ed under task 1. 10.2.4 - Survey Map ' . 3.4. DELNERAHLES 3.4.1. No separate deUverabie. laformation wi11 be added to the survey . map prepared under task l.10.2.4 Survey Map. 4. DRAINAGE PROBLEM 1DENTIFICATION 4.1. Proiect Managgient - Provida intema) coordination and udministcadon to rnove the project through the SSRVYCES. 4.2. OAlOC - Provide quafiry assucance revIew of the SERVICES. _ 4.3. Coordinatfan mrith Airoort - Provide communication nacessary to facilitate the oompietion of.the SERVICES. 4 - 4.4. Com»taint Ni§torv - Compile a list of complaints end psoblerris related to _ • the storm drainage systems at the Aipwrt. . 4.5. IntervIew FacItittes S-off-and Othcrs - C3athcr and idcntify complaints snd probtems rrlatedfo the existing storm drataage systems and fcatures at the • Airport. , , 4.6. Obaervc Site Durina and Atter SWrm - Perform two site visits to observe . adverse weather impacts to the Airport's sto=m drainagc systerns. Four hours is budgeted for each site visit. 4.7. Add PrQpiem Areas to Mag - Identify drainage pmbiem areas on the compostte map. - . 4.8. Ke List of Problems to ComRpsi4e Mav - Provide a key to the compos'ste i map that tlsts ihe probtems antt relates them to the corresponding areas on the map. 4.9. Letter RSpgit'. Prepara a tettter report summadzing the storm drainage issues Identtffed, documenting methodology applied, and suggesting farther steps forresolut[on of the issues. A draft of the letser repon will be submitted io the A[cgort for comraents. Rcsponses to commcnts.wiil be provided, end tt►e draR 1Mter report wilt be revised to incorporate the - commems and cespoages. 4.10. Mcrt with airoort - Attead one meeting at the Airport to review the findings of the report. The meettng is bud$eted for four hours to include A ra Mantcfpel Airport Scope of SerVicaa Drainage invencory Page S of 8 . Junc 22. 20i0 adaiNcaa! dice«;ori ana diseusston vvitli au nirporc on performing the M draiaage system inspect3bn i[thgy choose to perforat this work - - . themselves. 4.11. DELNBRABLE3 • 4.11. l. Ixtcer report 4.11.1.1. DraR: one copy in digitat PDF format . 4.11.1.2. Final: four eopies on bond paper, three bow►d and one unbound for prlnting, and one eopy in dlgital ' . PDF format S. DRAINAGE.SY3TEM;QBSERVATIOIV , 5.1. Prnject.Mansgcment - Provlde intemal coordination and administration to move the project thcough the SERVICES. 5.2. OAIOC - Pravide quality assurance ceview of the SERVICES. - 5.3. Coordination with Air»ort - Frovide vommunication necessary to faei}Etate the SERViCES. . 5.4. Field Observation - Visit the site to observe storm drairra$e manholes and catcti basin shvctures from the surlhce to checklevel of sedlmerit; necd for cleaa[ng and integrity of the sfructure (e.g. waU not •broken, cracked, or ; leaktng, pipe penatrattons In good shape, not broken, scal intact, ring and _ cover in good shapa, riser rings in good shape, mortar is tight). Observe the conditions of the Inlets eacl outlets of existing atorcn drainage culverts eud condition of existing conveyance swetls and ditches. 5.5. EMpare Written Log and Field Renort - Document notes of.the storm t diainage Seld observattons at the Airport. y 5.6. . dd Findi,nsa to Mao - Identify conditions of stozm draipage systems found a§ a result of the iield observation on the composite mag. 5.7. Kev-List of Findinas to Map - Provids a key to the map exhIbit that lists the conditions observecl and ctearly:relates them to the corresponding areas on the inap. 5.8. I.etter Reoort - Prepare a tetter rcport summarizing the field observa6on process, identifj+tng3ssucs wtth the structutes, and suggesting correctiva . Anbum Ma6icIpal Airport , Scope of Serv[ces Dralnage Irrventocy Page 6 of 8 June 22. 2010 actions. 5.9. Meet wf th Airooct - Attcad one a►eeting at the Ahport to review f ndtngs of the storat dratnagc systems oluervations. 5.10. DELIVERABLBS - 5.10.1. Letter report: four oopies on bond PaPer, three bound and one unbound for printing, and one copy in digilel PDF format , 6. 3ELECT PIPE 3NSPECTION 6.1. . OMional Budeet Allowance - An optional budget allowanca is provided . ; • for lnspection of seIect pIpes In the storm drainaga system as tdenNtiad ~ dwing the cotuse of the work. It is anticipatod ehat a camera.system with digitat vi.dce recording end ibtegrated ineuuremem ham the poirit of Y~ - insertion imo the pipe wIll be uscd. A digftal capy of the recording will bc . provided to the Atrport. . 6.2. Letter Reoost - Frepare a letter report idenlifying the pipes inspected, method used, and generally summarizing the findings of each pipe ' inspection. The Issues found and ihe recommendattans wllt be incorporated jnto the Drainage Pmblem ldentificalion ceport. 6.3. DELIVERABLES 6.3.1. Letter report of the pipe InspeoCson 6.3.2. One digital copy of each digttai video inspection 7. ADDITiONAL SERVICES - Additiona! seryices requested by the Airport wlll be billed to the Airport tn additiaa to [nvoices for services {dentiRed within this scope. ~ . ~ AS3UMPTIONS ' This list Is not exhaustive. It is offered to assist thg A,irport in identifying elements of . wotk that may be required fo: ttic project and may require assignment to a team member. . If the Atrport wislscs to assign these or ather tasks to Reid Middteton, this pmposai can be revised or the wo=k cen bc performed as an Additional Service. 1, FieW inspectton ef the skorm drainage system does not include entering a storm drainage stmeture or a v'sdeo inspection of the conveyance pipes. Observations will be made Iooking inW the structures upon remoyiog the lid/grate. It js anticipated that Airport staffwill provfde axess to 4he structures and open and Auburn Mwfcipal Airpwrt . Scope of Smrices Drainage lm2nwry , Page 7 of 8 lune22,2010 , closc all streicture covers. gipes, structures, ditches aad other con►poner~ts of ttie storm drainage 2. Gleaning of ~ system ts noE included. Cfeaning maq be nequired to petform svme of the work . tasks Usted.. Reid Middlctoa wi{I advise the ALrpartwhen and what cteaaing wilt be required as the need is Fdentified. Reid Middteton recommends Wat the Airport contract dinectly with a company that perfomu this wortc or the Airport may chose to perform #hc work with City forces. We aiso: cecommend that the Airport provide a budgei for eleaning in their psoject budget. . 3. Cetculations af Hows In 1he storm dcainage system are not included. Computcr modeliag of flows can be ptovtded as an Additiona! Service. 4. Testing and characterization of the stonnwatei runoff is not included. 5. Services wIp be perfotir►d under the guidelines of the Mandatory Federal Contract Prbvisions for Professional Setvloes (A/E) Contracts as shown In Exhibit D. . 6. Design, bidding, aiid construction assistence is aoi inctud'ed. Design and constiuction phase assistance can be proyIded as sn Addltional Servlce. bewi&VnM»noaVSwp wotA,a,mm+rcaWy.aoft ~ , y Auburn Mun[eipai Airpon Seope of Servkea Drainaga inventory Pege 8 048 , June 22, 20I0 Exhibit "B" Compensation Summary TASK METHUD OF 1Vo. DESCRIPTION PAYMENT BUDGET 1 Information Gathering, Research, Systera Inventary, & System Mapping T 8c E $58,414 2 Table of Elevations.and Materiai for Storm Draina.ge System Pipes - - aud Structures T & E . = $6,865 3 Optianal Survey and Underground Utility Marking Allowance $23,315 4 Arainage Problem Identification T& E $9,714 • 5 Drainage System Observation T& E , $12,065 6 Pipe Video Inspectian T& E $36,470 Expenses T & E $1,400 TOTAL $148,235 Reid Middlefou, Xnc. . Effective July 1, 2010 through June 30, 2011 Compensation shall be based on time and expenses directiyettributable.to ihe project and sliatl follow the schedule below unless anoiher meNiod of compensation has been`ezpressed iii"thc written agrcemcnt. i. Personnel , Hourly Rate. $ 180.00 - S 225.00 Principal . . Principul GngjneedPrincipa1 Planner/Principai 5urveyor $ 170.00 200.00 Senior Enginec;/Seaior Planner/Senior Sucveyar $ 150.00 - $ 170.00 Project Enginecr/Project Des' nerlPro~ject Surve r/Project Planncr 115.00 140.00 . Design Engineer/Designer lUWesign'1 echniciaurvey Crew Chief/ ~ gO.OQ ~ Tecluiical Writer tl/-Grapltie Designer IT 05.00 ~ S 110.00 Designer t/Plunner/CAD TecUnician ft - 95.00 ,,00 ~ . Pro'ect Administrator _ ' $ 80.00 . 95. ~ • CA TectmiciAn USurvey'fechnician/Teclur~ciuill'echnical Writer I $ 60.00 85.00 , A SurveyCsew 2Perso»I1tTK/Robotic) ........................................................................$Ib5.00 • Survey Crew ~3 Person/GPS) $250.00 . ' Expert Witness/Forensic Enaineerin............................ 1.5 times usual hourly rate (4 hour minimum) - Indiduals not inthe regular employ of Reid Middleton may occasionaliy be engaged to meet specifc Zoect reguireirients. Chargcs for sucli persoiuiel wili be comparabte to charges far regular Reid idleton personnel. - A preinium may be charged if project requirentents make overtime work ttecessary. .II. Equipment Rste Design Softtivare7Computer Aideci Dratiing $ 12.00Aiour •III. ' Reimbursabic Espenses - ' Locai Mileage -Automobife 0.65/mitc . Local MileAge - Survey Truck $ O.GS/mile ; . - Expenses tltat are direct[y actributavl~ to the projgct are invoiced at cost.plus lS%. These expenses - incliide,but are not liinited to, subconsultant or subcontractor services, travel and si~bsistence, . communicntions, cwriers, postage fees and pennits; docuriient r~production, special insUvmentation and field eyuipment rentat, premiums for addidanai insuronce wE~ere required, spec~al supplies, and other costs directly applicable to the project. A new schedule of charges is issued and becomes efiective Juiy 1 each year. Charges for aii work, inciuding cantinuing projects initiated in prior years, will be based on the latest schedute of charges. IV. ClIent Advances - Uniess the parties agree othcrwise in writing, cha, es for the folio~ving itcros siialt be paid by the ciient directly, shall not be the responsibili.ry of Reid M8leton, and shall be in addition to any fee stipulated in the agreemeait goyernmenCfees. c[uding perntit and:revie~v fees; soils testing fees and costs; charges for aeriar photography and charges, for monua~ents. If Reid' Middieton detcrmines, in its discretion, to advance any ofthe'se costs in U~e interest of theproject, t3►e amount of ttie advance,~ lus a fiftecn percent administranve fee, shall be paid by ti~e client apon pr~sentation of ali invoice therefore. C:1Uocumenls and $cltingsV:bowleytLocai ScltingslTcmporary intcrnct Fiics10LK3D9\2010-A.doc Summary of Estimated Fees PROJECT: Aubum Municipai Airpwt Orainage Invenlory q.IENT: Auburn A1uNetpal Airpert JOB NUM8ER: 232009.911.025 DATE: Reytsed 6l27H0 hk FiLE NAME H.D0C123Ap{0013W25_Awbum AP Dratnage InventorfflUbum D+afnagg krventaryr Fae Revised 072710.xis]IrneMory Sr ProJeel Sr Sr Teed- Sr Smvey Pfincipal Engineer Eng Designer Wn"ter Enyheec Deslgner PA , Craw2 TOTAL PROJECT PFDO.lECTTASK S190 S165 $135 $108 S105 885 S165 85 $165 HRS C06T HK' kH (HS LV6 ' VF VC: M:1 i~ - L lNF4RMATlON GATHERING, RESEARCH, SYSTEiVk RNVENTORY, 8 SYSTEM NIAPPING 1:1 Project Management 0 0 8 0 0 0 0 4 0 SO 37,150 1.2 QMQC 1 0 0 0 0 0 0 0 0 7 S190 1.3 cooratrretfon w1,41rpors o o a o 0 0 0 0 o a S540 j.4 Projad Approach Plan 1 0 2 t 0 0 0 0 0 4 S5ti5' , ' 1.5`1ntomei KlekoN MeeUng 1 0 1 1 0 0 0 0 0 3 S430 1.6 Archive. Coorilination wl GtylAirpoA 0 0 4 0 0 0 0 0 0 4 S540 ' 1.7 ReseuelURevfew,RMArGdves 0 0 0 4, 0 0 0 Q 0 4 5420 t.$ iteilearcnrReview aty/nP nrcnnres o . o o a o 0 0 . o.. o a seao , 4;1.9 .intAinn wrstae - o 0 0 10 0 0 0 0 ...=o :;~:_su sl.oso , ; 1.40 Compile Prel Map w! Colleded IMo 4 0 4 12 0 0 32 0 0 49 , 55.356. Survey tot Datum Gbmretftn See Survey PropOSal for detells 542,780 , 1.11 Stcrin Drafiage Shuciure 8 Pipe Numbedrg 3yst 0 0 2 0 0 0 00 2 $210 1.12 Fleld Checlt Prel Map 0 0 5 S 0 0' 0 0 0 10 51:200 ' 1.13 PrepaFe SS1irvey Request 0 0 0 4 0 0 0 0 0 4 5420 1.14 Revlse Map W/ Fteid ObseN (Prtip Mal map) 0 0 8 ' 0 0 8 0' 0 16 -$1,660 1.15 LV RepoR on Prel h9ap Compilatiaf 1 0 3 0 i , 0 0 0 0 5 5700 1.16 De6verabie Prep 8. Submliaf 0 b 1 1 0 0 1 0' 0 3 $3-1¢. . 3u6tatal•Labor 5 0 30 58 1 0 dt 4 D 137 $58;410' 2. TABLE OF Et.EVATIONS AND MATERIAi FOR STORM DRAINAOE SYSTEM P1PES AND STRUC7URE3 2.1 Set up TaWe t • 0 0 4 0 0 0 0 0 5 - $010 2_2 Cotteet inveNtop elevaGOns from Recards 8 entes 0 0 40 0 0 0 0 Q 40 54.200 2.2 Add survey (nfo 0" 0 0 8 0 0 0 0 0 S 5640 2.3 Ql4lQC 0 0 4 0 0 0 0 0 0 4 3840 2.3 Pro;ed managertrent 8 Admin 0 0 5 0 0 0 0 0 0 6 5875 Subtotet-LBbor t 0 9 52 0 0 0 0 0 82 $6,885 3. 3URYEY AND UN4ER(3ROUND UTILI'fY MARKING (OPTIONAL AttOVNANCE) See Survey Pnoposel tor detalts 3ea Survey TOPO Worksheet in Work book ~ Subtolal - Labor S21.315 i - 4. DRAINAGE PROSLEM IDENTIFICATION 4.1 Projecl Management 0 0 6 0 0 0 0 3 0 9 SBtO 4.2 aaac i o 0 0 a o 0 0 o t sio-o 4.3 Coortltnation uU AirpoR 0 0 4 0 0 0 0 0 0 4 5540 4.4 ComplaintHistory 0 0 0 2 0 0 0 0 0 2 S2,f0 4.5 Int8Nlew FBtiliGas StaH & Othete 0 0 4 4 0 0 0 0. 0 8 S960 . 4.6 Observe Site ARer/During StOrtn 0 0 1 8 0 0 0 0 0 9 SQ15 d.Z Add to Map tdenfi09d Prob Areas 0 0 2 8 0 0 4 0 Q 14 S 1.53p 4.8 Lisl Problems Keyed to Map 0. 0 2 8 0: 0 4 0 0 14 31.530 . 4.9 Ltr Report on Probfem Comyilation 1 0 3 0 1 0 0 0 0 5 5700. ' 4.70 Meel w/ AP to Ofsc Ffnds&Sya tnsp 0 0 8 8 0 0 0 0 0 78 S1:920 4.t 1 OelWereWe Ptep 8 Submitta! 0 0 1 1 0 d • 1 0 0 3 S315 Subtotal - Lebw 2 (t 3t 35? 1 91 !i 3 0 115 S9.7j0 . 5. DRAJNA(3E SYSTEM OBSERVATION 5.9 ProjottMenagement 0 0 8 0 0 0 0 0 0 8 S"..480;, 5.2 UNaC 2 0 0 6 0 0 0 6 0 2 S:w.n' 5:3 CoortllnatianwlAirpmi 0 0 2 2 0 0 8 0 0 4- S•i8a 5.4 RflW Observelion 0 0 2 76 0 0 0 0 0 18 i~CsO 6:5 Prepar6 WritWn fog 8 TcBW reporla 0 0 0 8 0 0 0 0 0 B 5lM0 5.8 Add FrnAngs fo Fdap 0. 0 2 12 0. 0 12 0 0 26 52.79t1 ' BJ Key Ust ot Bndings to map 0 D 1 8 0 0 8 0 0 17 S1.A1, 5.8 LetterReport 0 4 8 0 2 0 0 0 0 10 S1,2"O 5.9 MeatwlAirport 8 0 B 8 0 0 0 0 0 12 :4;F•".• Subtotat - Labor • . ir :i, , i... Si7..OK:, Pago 1 , . . . ► . ~ . Summary of Estimated Fees _ PROJECT: Aubum MunfcipaF Airpon Oralnege Invenlory . tx.JENT; ' Aubum Munidpal.Afrpori . J08 NUMBEFt 232009.911.025 ' DATE: Rovised 6127110 hk FILE NAtdE: H:100C123Ap1091913!A~ Aubum AP Drainage ImentoyQAubum Dreinage imenfory Fee itevised 072710.bspmrentory 8. SELECT PIPE IbiSPECTIdN ltib ts using camera Inspedton wl V'uleu tewrd - 6.1. coora a onsaa audng mavecc can% o o a eo 0 0 0 0- a ea se,940 V1,11 wowda ra abotn s day6 or eaoo teet or piPe 8.1 Cteanptpes St0,000 Madc up ta deao plpes at 169G 51.500 ' ` &1 Video Inspec! Pipes S10,001) Mark up for vtdeo Inspedion at t b9b 51.~ 6.2letfer11eport 0 0 32 0 2 0 0 0 0 '34 54.530 Subtotel • La4oi D 0 :SS d0 2 U 6 0 0 1 S8 S36,470 ' TOTALLABORFHES" 10 0. 196 278 8 0 70 7 0 507 . 5746,835 a . - . y EXPENSEB: . ~ FAileage (Round Trip) 14 Trips a 90 Mltes ~ $0.85 SSt 9 ' 7ravet CosWnU Days - MeaislPer De1m $0 0 50 lodging $O 0 30 Otlfer $0 . Mise. Expensea: Fax 30 Teteptione $O ' Poslage $O PrinOng (EsEmate. NotTo Excead) $500 FieM Supplles $0 ProceasiRg Fee • Peresntage of Exponses 1696 S75 Round . S6 Subtotel - Expensea $1,400 Total Pretiminary Engineerfng S.~ Page 2 .