Loading...
HomeMy WebLinkAboutRaedeke Associates Inc and Notice to Proceed AG-C-399 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-399, THIS AGREEMENT made and entered into by and between the. CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY" and RAEDEKE ASSOCIATES, INC. whose address is 5711. NE 63`d Street, SEATTLE, WA 98115, hereinafter referred tows "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. The work identified by this Agreement is anticipated to be completed in the years 2010 and 2011. This Agreement shall terminate on December 31, 2011, and may be amended by both parties for succeeding years as required to complete the work. 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. Agreement No. AG-C-399 Page 1 of 17 3. COMPENSATION The CONSULTANT shall be paid by the CITY for completed services rendered under the approved Scope of Work identified in Exhibit A. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. The CONSULTANT shall submit an itemized. invoice to the CITY prior to payment; in a form similar to that attached as Exhibit C of this Agreement. Compensation for the work identified will be on a time and material basis. The total compensation for this Agreement shall not exceed $14,500.00 for work completed in 2010 and 2011, which includes a Management Reserve Fund amount of $2;500.00. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. The CITY agrees to pay the CONSULTANT in accordance with the fee schedule outlined in Exhibit B for work performed under this Agreement. Exhibit B is attached hereto and by this reference made a part of this Agreement. The compensation to be paid to the CONSULTANT shall not exceed $6;50.0.00 for the year, 2010, which includes a Management Reserve Fund amount of $2,500.00. Compensation to be paid to the CONSULTANT for authorized.work. in succeeding years will 'be contingent upon availability of funds, The CONSULTANT will not undertake any, work or otherwise financially obligate the CITY in excess of said not-to-exceed amount without a,-duly executed Addendum issued. by the CITY. Compensation shall include all CONSULTANT expenses including-, but not limited to, direct salary, overhead, profit and direct non-salary. The CONSULTANT shall be paid by the costs may include, but are not limited to, the following CITY per Exhibit B. Direct non-salary items: reproduction fees, courier fees, mileage, subconsultant.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, Agreement No. AG-C-399 Page 2 of 17 z 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 $2,500.00. This fund may be replenished in, a subsequent supplemental agreement. Any changes requiring additional costs,-in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort beings 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. Compensationfor any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non=salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All Agreement No. AG-C-399 Page 3 of 17 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 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 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 defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the sole negligence of the CITY. 8. INDEPENDENT CONTRACTORIASSIGNMENT. 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 Agreement No. AG-C-399 Page 4 of 17 parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims.for injuries to persons or damage to property which may arise from ' or in connection with the performance of the work hereunder by:the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the.CONSULTANT.to the coverage provided by such insurance, or otherwise limit"the City's recourse to any remedy available at.law or in equity. CONSULTANT shall obtain insurance-of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for, bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability . insurance shall be written on ISO occurrence form CG 00 01, or.a substitute form providing equivalent liability coverage 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 I Additional Insured endorsement or equivalent. I Agreement No. AG-C-399 Page 5 of 17 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 not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by certified mail, return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in:the State of Washington. Insurance is to be placed with insurers with h-a current A.M. Best rating of not less than A-:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not-necessarily limited to,the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to. require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will Agreement No. AG-C-399 Page 6 of 17 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. 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: Agreement No. AG-C-399 Page 7 of 17 (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. This Agreement, maybe 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. Agreement No. AG-C-399 Page 8 of 17 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. 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 anyterm 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. Agreement No. AG-C-399 Page 9 of 17 14.9. This Agreement shall be administered by Emmett Pritchard 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 Raedeke Associates, Inc. Attn: Leah Dunsdon Attn:, Emmett Pritchard . 25 W Main Street: 5711 NE '63r. Street Auburn WA 98001 _ Seattle, WA -98115 Phone: 253-931-4013 Phone: 206-525-8122 Fax: 253-931-3053 E-mail: epritchard(Wraedeke.com E-mail: idunsdon@auburnwa.gov 1410. All notices or communications permitted orxequired to be given under this Agreement shall be in writing and:shall be delivered in personor.deposited in the United States mail, postage prepaid. Any such delivery shall. be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 14.9 or if to such other persondesignated by a party to receive such notice. It is provided; however,1hat 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. Agreement No. AG-C-399 Page r0 of 17 TYOF A U Peter Lewis, Mayor Date l 7, zo 1 a ATTEST: 1 Danielle E. Daskam, City Clerk APPROVED AS TO FORM: Daniel B: Hei City Attorney RAEDEKE A S T S, I C. BY: Title: clfA Federal ax lD # Agreement No. AG-C-399 Page 11 of-17 EXHIBIT A SCOPE OF WORK PROJECT DESCRIPTION The S. 277th Street Reconstruction Project, Project No. PR562, constructed compensatory wetland mitigation consisting of 0.29 acres of wetland creation and 4.65 acres of wetland enhancement on three mitigation sites. The project included herbicide application, excavation, Mill Creek channel reconfiguration, grading and planting on the Goedecke North wetland mitigation site, which is located east of West Valley Highway, south of SR 18 on parcel numbers 2321049024, 2321049023 and 2321049028. Specific mitigation goals on the Goedecke North site included: 1) selective removal of invasive plant species and replanting of these cleared areas with 1.80 acres of emergent wetland; and 2) supplemental planting within 1.71 acres of emergent wetland with low species diversity. Mitigation at the Mill Creek site located at the southwest corner of the road where 44th Street NW becomes Frontage Road (in City right-of-way) involved the removal of pavement and fill material, recontouring, and planting the site to create 0.29 acres of riparian wetland lining the banks of Mill Creek. The Floodplain West mitigation site located east of Frontage Road S and south of S 277th Street on parcel number 3622049022 was revegetated to restore 1.14 acres of emergent wetland temporarily impacted during construction. The approved mitigation measures are described in full detail in the Final Wetland Mitigation Plan, South 277th Street Reconstruction, Phase I, Auburn, Washington by Herrera Environmental Consultants, January 2001, as revised by the Supplement dated April 2, 2001. The recording number for the dedication of open space for wetland conservation for the Goedecke North mitigation site is 20100902000254. The US Army Corps of Engineers Clean Water Act, Section 404 permit and Washington State Department of Ecology Water Quality Certification permit (reference #1999-4-01123) conditions of approval for the project require long-term monitoring to assure the establishment of the wetland mitigation sites. The permit conditions on the Goedecke North and Mill Creek wetland mitigation sites require monitoring in years 1, 2, 3, 5, 7, and 10 following completion of construction, which occurred in 2003. Monitoring on the Floodplain West mitigation site is required in Years 1, 2, 3, and 5 following completion of construction, which also occurred in 2003. ASSUMPTIONS This Scope of Work assumes: • Contingency plan(s) and/or work associated with corrective measures are not included in this scope. If contingency plan(s) and/or work associated with corrective measures are required, this Agreement may be amended by both parties as required for the additional work. • A maximum of two (2) meetings with regulatory agency personnel will be required. • Options for moving forward with the mitigation project should take into consideration the current functions provided on the three mitigation sites as credit and focus on a solution that will make up the balance of the mitigation conditions. Agreement No. AG-C-399 Page 12 of 17 TASK 1: PROJECT REVIEW AND HISTORY 1.0 Review of permit conditions and established performance standards; Also covers review of agency-approved conceptual mitigation plan to evaluate link between permit conditions and mitigation plan performance standards. Includes coordination and correspondence with City and permitting agency staff regarding permit history. 1.1 Review of previously prepared monitoring reports, including DRAFT year 7 annual monitoring report prepared by The Watershed Company. Provide the City with redline comments on the DRAFT year 7 annual monitoring report; This item only covers review time. Preparation of redlines is assumed to be the deliverable described below in Section 1.2. Includes coordination and correspondence with City regarding report acquisition, and clarification of findings and recommendations, as necessary. Assumes City will provide Year 7 annual report in electronic Word format. 1.2 Deliverables for TASK 1: Summarized comments on the DRAFT year 7 annual monitoring report in electronic format. TASK 2: SITE ASSESSMENT AND OPTIONS 2.0 Site inspection and assessment; Covers inspection of existing Geodeke North and Mill Creek mitigation sites. 2.1 Preparation of a Site Assessment and Options Memo, including, but not limited to, the following options: a. Abandoning the wetland mitigation site(s) and paying an in-lieu-of fee to satisfy permit requirements. b. Corrective actions required to bring the site(s) into conformance with permit requirements, including any proposed changes to the performance standards. This task assumes preparation of a summary discussion of actions that may be taken to increase the level of wetland functions provided by the Geodeke North and Mill Creek mitigation sites with emphasis on actions that may be implemented west of Mill Creek. This task also includes coordination and correspondence with WSDOT, regarding possible use of the City owned property adjacent to the west side of the Geodeke North mitigation site, which is proposed by WSDOT as a flood compensation area for their own project, to provide mitigation credit for 277th Street wetland impacts. C. A combination of corrective actions and paying an in-lieu-of-fee. The memo should include the approximate cost associated with each option. 2.2 One revision of the draft Site Assessment and Options Memo based upon City review comments; 2.3 Deliverables for TASK 2: Draft and final Site Assessment and Options Memos per Task 2.1 and Task 2.2 in hard copy (final memo only) and electronic format. TASK 3: REGULATORY AGENCY AND CITY COORDINATION 3.0 Regulatory and City coordination in preparation for meeting with regulatory agencies (U.S Army Corps of Engineers and Washington State Department of Ecology); 3.1 Meeting with regulatory agencies; Assumes up to two meetings. Agreement No. AG-C-399 Page 13 of 17 3.2 Preparation of memo summarizing recommended option(s) after meeting with regulatory agencies. Memo should include the approximate cost of recommended ' option(s). Assumes some time for agency follow-up and clarification of meeting summary: 3.3 Deliverables for TASK.3-Meeting notes from meetings with regulatory agencies in, electronic format. Memo summarized recommended option(s) in hard copy and electronic format. s Agreement No. AG-C-399 Page 14 of 17 EXHIBIT B FEE SCHEDULE Raedeke Associates, Inc. Charges: Charges for employees are determined by the hourly, rates listed below for 2010 and 2011. Charges for reimbursable expenses are:specified below. Labor Rates Labor Cate o Hourly Rate; Range Senior Principal $18500 Associate-Principal $145.00 Senior Scientist& Planner $120.00 Staff .Scientist & Planner $105.00 Technical Staff `III $90.00 Technical Staff 11 $82.00 Technical Staff.l $78.00 Project/ Contract Administrator $80.00 Technical and.""Admin. Su ort Staff .$60.00 Field Technician $52.00 Ex ense Rates Billing Rate Expense. Category, Mileage current IRS.rate Outside Photocopies/Printing Cost.+ 10% Trains ortation b Public.Carrier Cost + 10% OutsiderServices oIr Subconsultants Cost-+ 10% Field:Su lies Cost + 10% Agreement No. AG-C-399 Page:15 of 17 EXHIBIT C 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-399). • Project number(s) listed (i.e.: C410A). • CITY'S project manager listed (i.e.: Leah Dunsdon). • 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. • Status of Management Reserve Fund (MRF) (i.e.: a certain task). • Invoices for previous year are due by January 15th Consultant Invoices Agreement No. AG-C-399 Page 16 of 17 SAMPLE INVOICE City of Auburn Invoice 5222 25 West Main Progress Payment 2 Auburn WA 98001 Invoice Date: February 10, 2010 Attn: Leah Dunsdon (Project Manager), Public Works Dept. Project Name: 277`' Wetland Mitigation Agency Agreement AG-C-399 Monitoring (Annual) Project C41 OA Engineering Services performed during the period of: January 2010 SAMPLE ENGINEERING, INC. Personnel Hours Hourly Rate Amount Mike Jones, Principal in Charge 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processing 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal $ 749.00 Expenses see attached documentation Charges Multiplier Amount Mike Jones, Principal in Charge 20 miles x1.1 $ 7.59 Carla Maker Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processing $ 29.00 x1.1 $ 31.90 Consultant Expenses Subtotal $ 72.49 Consultant Total: $ 821.49 SUB CONSULTANTS (see attached documentation) Subconsultant Hours Hourly Rate Amount ABC Environmental Inc. Civil Engineer 10 $ 100.00 $ 1,000.00 Electrical Consulting, Electrical Engineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,000.00 Moving Company, Moving Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 i i Subconsultant Total: $ 2,860,00 i TOTAL DUE THIS INVOICE $ 3,681.49 CONTRACT BREAKDOWN Amount Total Invoiced % % Amount Task Authorized Prior Invoiced This Invoice To Date Expended Completed Remaining 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 1/10/10 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-399 Page 17 of 17 CITY OF Peter B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 27, 2010 Emmett Pritchard Raedeke Associates, Inc 5711 NE 63`d Street Seattle, WA 98115 RE: Agreement No. AG-C-399 Project No. C410A, 277th Wetland Mitigation Monitoring Agreement Execution Dear Mr. Pritchard: Enclosed is an executed copy of the above-referenced Agreement. This letter serves as your Notice to Proceed. For the City's tracking and record keeping purposes, please reference AG-C-399 and PROJECT No. C410A 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 253-804-4013. Sincerely, Leah Dunsdon, P.E. Project Engineer Public Works Department LD/ad/hg Enclosure cc: City Clerk AG-C-399 Project No. C41 OA (File 2.20) AUBURN * MORE THAN YOU IMAGINED