HomeMy WebLinkAboutRoth Hill LLC AG-C-404
A5-U,.q
2011 AGREEMENT FOR PROFESSIONAL SERVICES
AG-C-404
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 Roth Hill, LLC., whose address is 11130 N.E. 33rd Place, Suite 200,
Bellevue, WA 98004, hereinafter referred to as "CONSULTANT."
In consideration of the covenants and conditions of this Agreement, the parties
I
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 2011 and 2012. This Agreement shall terminate on
December 31, 2011, and shall 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.
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
Agreement for Professional Services AG-C-404
Page 1 of 11
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 D 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 $225,500.00, which includes a
Management Reserve Fund amount of $50,000.00. Expenditure of Management
Reserve Funds must be authorized by the CITY as set forth in Section 4 of this
Agreement. Expenditure of funds associated with Task 2 per Exhibit A and Exhibit B of
this Agreement must be authorized by the CITY in writing prior to any effort being
i
expended on such services.
The CITY agrees to pay the CONSULTANT in accordance with the fee schedule
outlined in Exhibit C for work performed under this Agreement. Exhibit C is attached
i
hereto and by this reference made a part of this Agreement. The compensation to be
paid to the CONSULTANT shall not exceed $191,200.00 for the year 2011, which
i
includes a Management Reserve Fund amount of $50,000.00. 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.
1
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 CITY per Exhibit C. Direct non-salary costs may include, but are
not limited to, the following 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, expense accounts and miscellaneous
- - - -
Agreement for Professional Services AG-C-404
Page 2 of 11
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
1 Fund as detailed in Section 4.
,l
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 $50,000.00. 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 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 contract or any other relationship.
Compensation for 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
Agreement for Professional Services AG-C-404
Page 3 of 11
outlined in Section 3. All subcontracts 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 engineering
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 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 j
agents or employees and (b) the CITY, their agents, officers and employees, this
Agreement for Professional Services AG-C-404
Page 4 of 11
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
-1
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
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
- - - - - - - - -
Agreement for Professional Services AG-C-404
Page 5 of 11
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,
i
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
i
Commercial General Liability insurance policy with respect to the work
performed for the CITY using the applicable ISO Additional Insured
endorsement or equivalent.
c. Worker's Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
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.
z
The insurance policies are to contain, or be endorsed to contain, the following
provisions for Automobile 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
i
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 a
current A.M. Best rating of not less than A-:VII.
- - - - -
Agreement for Professional Services AG-C-404
Page 6 of I I
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 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
- - - - -
Agreement for Professional Services AG-C-404
Page 7 of 11
under the terms of this Agreement. Reuse by the CITY of any of the drawings,
computer disks, documents, records, books, specifications, reports, estimates,
summaries and such other information and materials on any other unrelated project
without the written permission of the CONSULTANT shall be at the CITY'S sole risk.
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:
i
(a) Are not presently debarred, suspended, proposed for debarment, declared
i
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
i
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 athree-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 agreement.
- - - - - - - -
Agreement for Professional Services AG-C-404
Page 8 of 11
13. TERMINATION OF AGREEMENT
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
i
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-404
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 Erik Waligorski, or designee, 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 Roth Hill, LLC.
Attn: Leah Dunsdon, P.E. Attn: Erik Wall orski, P.E.
25 W Main Street 11130 N.E. 33 Place, Suite 200
Auburn WA 98001 Bellevue, WA 98004
Phone: 253.931.4013 Phone: 425.869.9448x120
Fax: 253. 931.3053 Fax: 425.869.1190
E-mail: Idunsdon@auburnwa.gov E-mail: ewaligorskita'D_rothhill. 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
duly given if mailed by certified mail, return receipt requested, and addressed to the
- - - - - - - -
Agreement for Professional Services AG-C-404
Page 10 of 11
address for the party set forth in 14.9 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.
- - - - - - -
Agreement for Professional Services AG-C-404
Page 11 of 11
CITY B
Pe ewis, Mayor
Date MAY 9 20H
ATTEST:
Da Ile E. Daskam, City Clerk
APPROVED AS TO FORM:
Daniel B. Heid, City A for ey
Roth Hill LLC.
BY:
Title: a.
Federal Tax ID # xi/~j ✓Z
Agreement for Professional Services AG-C-404
Page 12 of 11
EXHIBIT A
SCOPE OF WORK
i
Exhibit A
Agreement No. AG-C-404
Page 1 of 1
ii
j
Exhibit A
Scope of Services
Page 1 of 12
EXHIBIT A
SCOPE OF SERVICES
City of Auburn
132"d Ave SE Tacoma Pipeline 5 Intertle Improvement Project
Public Works Project No. CPI 103
Design and Construction Services
Roth Hill, LLC
A. BACKGROUND and SCOPE OF PROJECT
The City of Auburn ("City") has identified the need to complete the intertie with Tacoma
Water's Pipeline 5 and construct water main to connect the intertie to the existing City
system. The City has selected Roth Hill, LLC ("Roth Hill" or "Consultant") to provide
design and construction related services for this project.
The intertie location is 29598 132nd Ave SE (Parcel No. 0321059155) in Auburn, WA and
the connection point to the existing system is at a point approximately 320 feet south of
the intersection of SE 299" St and 132nd Ave SE.
The project scope will consist of Task 1, Design and Construction Services for the
Intertie Station, and Task 2, Design and Construction Services for the 18-inch Ductile
Iron Water Main between the pressure reducing valve station and the City's existing
system.
Task 1 - Design and Construction Services for:
• Connection piping between Tacoma's existing turn-out vault and the pressure
reducing valve (PRV) station located at 29598 132nd Ave SE.
• PRV station with isolation valves;
• Connection piping to the existing 12- and 16-inch mains and associated valves;
• Electrical service;
• Telemetry equipment for system control and data acquisition;
• Telemetry equipment for City of Tacoma data acquisition; and
• Provide assistance to the City for acquisition of Bonneville Power Administration
(BPA) land use agreement and City of Tacoma (Tacoma) Permit easement.
Task 2 - Design and Construction Services for:
• Approximately 1,350 feet of 18-inch ductile iron pipe including excavation,
backfill, paving, and restoration;
Work on Task 2 of the scope will not commence until notification by the City to begin.
The City is negotiating with other purveyors to purchase an existing distribution main and
may not require the Task 2 design services.
B. DESIGN CRITERIA
Drawings, specifications, Opinion of Probable Construction Costs (OPCC) and related
documents will be developed in accordance with the latest edition and amendments of
the following documents, as of the date this agreement is executed:
FA00291Tacoma Intertie\Ex A SOS Tacoma Intertie Draft 050211.dox
City of Auburn Exhibit A
132"' Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CPI 103 Page 2 of 12
Design Services
City of Auburn publications:
• Bollerplate Contract Documents
• Engineering Design Standards
• Engineering Construction Standards
• Surface Water Management Manual
I
WSDOT publications:
• Washington State Department of Transportation/American Public Works
Association (WSDOT/APWA), Standard Specifications for Road, Bridge, and
Municipal Construction (M41-10), 2010 English edition (including the Division
1 APWA Su lement a pp s amended
• WSDOT/APWA, Standard Plans for Road, Bridge, and Municipal
Construction, English (M21-01)
Department of Health: Water System Design Manual, Aug 2009 edition
American Water Works Association Standards, current edition.
C. PROJECTED SCHEDULE and PROJECT PHASES
The Consultant shall provide a proposed schedule to be reviewed and accepted by the
City. Any modifications to the schedule will need to be agreed to and approved in writing
by the Consultant and the City. The proposed schedule will include the following
timeframes:
Notice To Proceed May 9, 2011
30% Design Submittal July 1, 2011
Return comments to Roth Hill July 18, 2011
70% Design Submittal August 22, 2011
Return comments to Roth Hill September 12, 2011
95% Design Submittal October 17, 2011
Return comments to Roth Hill November 7, 2011
99% Design Submittal December 5, 2011
Return Comments to Roth Hill December 12, 2011
Final Design Submittal January 16, 2012
Permit Acquisition August 1, 2011 -January 16, 2012
Bid Advertisement February 9, 2012
D. SCOPE OF SERVICES and TASKS
This Scope of Services generally consists of preliminary and final design, preparation of
contract documents, bidding assistance, construction assistance, and preparation of
construction record drawings.
I
Roth Hill will provide topographic surveying, base drawings, and will assist the City in
obtaining all required easement/land use permits. Refer to the Services Not Included
section at the end of this Scope of Services for a more detailed explanation of services
that are not part of this Agreement.
i
i
FA00291Tacoma InterllelEx A_SOS Tacoma Intertie_Draft _050211.docx
City of Auburn Exhibit A
132"d Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CP1103 Page 3 of 12
Design Services
The Consultant shall provide services according to the following work elements:
Task 1: Tacoma Intertie and PRV Station
1.1 Project Management
• Attend project kickoff meeting with the City to discuss project objectives,
communication, information sharing, and schedule and prepare meeting
minutes.
• Manage all tasks, project schedule and staff for agreed-upon services.
• Communicate daily/weekly as needed with City regarding project issues,
costs and schedule.
;s Provide monthly invoicing and project status memo to City to reflect design
progress, budget and schedule status.
Deliverables: Meeting minutes from kickoff meeting. Monthly invoicing and
project status memos that reflect design progress, budget and schedule status.
1.2 Electrical(Telemetry Design
Consultant shall be responsible for the telemetry system control and data
acquisition. Control shall be by radio between the PRV station and the City M&O
Facility. The City of Tacoma will receive flow data via the City telemetry system.
The intent is to design a system that is materially and functionally equivalent to
the final constructed B Street Intertie project.
• Conduct a site visit to confirm the design specifics for the meter vault
location.
• Coordinate, by telephone and e-mail correspondence, with the City of
Tacoma on the telemetry design and installation components in order to
obtain adequate information about their installation requirements to show
their system installation on the design documents.
• Develop the telemetry design and installation components in order to develop
a design to communicate to the PRV & set up a panel that will be consistent
with the (anticipated) new City of Auburn SCADA standard.
• Coordinate with the City of Auburn to connect power service to the existing
handhole at the site.
• Prepare approximately 11 electrical Installation drawings. E1 Symbols &
Abbreviation, E2 Electrical Details, E3 Detail Plan, E4 Vault Plans, E5 Site
Plan, E6 Electrical Panel Installation Drawing; E7 Panel Elevations, E8 RTU
Panel Details, E9 RTU Panel Schematics, Load Calcs. & One Line, E10 & 11
Telemetry Wiring Schematics. These plans will be prepared for the 30%,
70%,95%,99% and Final submittals.
• Coordinate, by red-line mark-up, with the City of Auburn to develop the site
electrical installation requirements.
• Prepare electrical specifications at 70%, 95%, 99% and Final which include
wire, conduit, radio telemetry, power, etc., and which are incorporated into
the Special Provisions.
• Prepare an Engineer's Estimate for bid items included in the electrical
specifications and include as part of the project opinion of probable
F:100291Tacoma Intertie\Ex A_SOS Tacoma Inlertie_Draft_050211.docx
City of Auburn Exhibit A
132ro Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CPI 103 Page 4 of 12
Design Services
construction cost.
• Determine and specify the onsite programming to interface the new PRV
Station with the City of Auburn SCADA. Based on the timing of this project,
we are assuming that there will be equipment in place at the City's M&O
facility to tie into the NEW SCADA system when it is brought online.
Assumptions:
It is assumed that this project will locate the vault in a manner that a sump
pump will be required. The telemetry for both the City of Tacoma and the
City of Auburn will be coordinated by the Consultant to incorporate their
standard designs into this project. It is assumed that the City of Tacoma
design specifications will be incorporated into this project. The Consultant
will design the connection between the Auburn telemetry panel and the City
of Tacoma's flow meter pedestal. It is anticipated that the City of Tacoma will
need a 4-20 mA cable to connect to the pedestal as well as a 20A power
circuit.
Deliverables: Deliverables for the Electrical/Telemetry Design are included in the
deliverables for Tasks 1.3 to 1.8.
1.3 30% Design
• Prepare base drawings based upon existing site survey previously conducted
by the Consultant dated November 2009 in Washington State Plane-North,
NAD 83/91 for horizontal datum and NAVD 88 for vertical datum. Consultant
shall pick up additional survey points once construction is completed on the
KCWD #111 Intertie Project, including final feature and grade points.
• Conduct site visits as needed to walk the project area with base drawings and
identify areas where additional surveying may be needed.
• Review base drawings for the existence of underground utilities that may
affect the proposed improvements. Call for underground utility locates and
obtain as-built records and other available information and incorporate into
the base drawings.
• Conduct site visit to existing B Street PRV station.
• Prepare CD of digital photos taken during site visits.
• Prepare preliminary 30% plans for the proposed PRV Station including
fittings, valves, and connections to existing system.
• Drawings to be at 10 scale (full size) and 11 "xf 7" (halt size) using AutoCAD
Release 2009 and the AutoCAD template provided by the City.
• Prepare preliminary Opinion of Probable Construction Cost (OPCC) using MS
Excel and in a format consistent with an example provided by the City.
• Conduct in-house quality assurance (OA) review.
• Submit preliminary design drawings, and OPCC to City for review and
comment.
• Meet with City to discuss 30% review comments.
Assumptions:
City will provide AutoCAD template and an example OPCC.
Deliverables: Hard copies of available record drawing information, written
verification of underground utility locate request, two (2) full-size and eleven (11)
FA0029\Tacoma Interne\Ex A_SOS Tacoma Intertie_Draft_050211.docx
City of Auburn Exhibit A
132`d Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CP1103 Page 5 of 12
Design Services
half-size drawings (prints) (ten bound, one unbound), eleven (11) OPCC
spreadsheet copies, one (1) CD of CAD drawings in AutoCAD v. 2009, OPCC
spreadsheet, and of digital photos taken during site visits.
1.4 70 Percent Design
• Revise plans per preliminary design review comments.
• Conduct site visits as needed to review proposed design elements.
• Prepare CD of digital photos taken during site visits.
• Obtain from City the City's latest Standard Details and incorporate into the
contract documents.
• Prepare details, sections and notes.
• Revise OPCC per preliminary design review comments and modify as
necessary.
• Prepare project specifications including City boilerplate sections and Special
Provisions using MS Word in the City's format. Specifications shall consist of
Bid Proposal and Contract Documents, Part 1 General Requirements
(containing all general provisions for the project), Part 2 Technical Special
Provisions (WSDOT format), and Part 3 Technical Special Provisions (CSI
format).
• Conduct in-house quality assurance (QA) and constructability reviews.
• Submit drawings, specifications, and OPCC to City for review.
• Assist City with coordination with Tacoma Water and Bonneville Power
Administration (BPA) to acquire land use agreements for constructing the
station.
• Meet with City to discuss City's 70 Percent Design review comments.
Assumptions:
City will provide standard boilerplate special provisions modifying the 2010
WSDOT Standard Specifications (in MS Word 2007 format) and City's
Standard Details in electronic version.
Deliverables: Two (2) full-size and eleven (11) half-size drawings (prints) (ten
bound, one unbound), eleven (11) OPCC spreadsheet copies, two (2) sets of
specifications with track changes on (unbound), one (1) CD of CAD drawings in
AutoCAD v. 2009, OPCC spreadsheet, specifications, and digital photos taken
during site visits.
1.5 95 Percent Design
• Revise drawings and specifications by incorporating City's 70 Percent Design
review comments.
• Revise OPCC as necessary.
• Conduct site visits as needed to review proposed design elements.
• Prepare CD of digital photos taken during site visits.
• Conduct in-house QA and constructability reviews.
• Submit drawings, specifications, and OPCC to City for review.
• Meet with City to discuss City's 95 Percent Design review comments.
Deliverables, Two (2) full-size and eleven (11) half-size drawings (prints) (ten
bound, one unbound), eleven (11) OPCC spreadsheet copies, two (2) sets of
FA00291Tacoma IntertfelEx A SOS Tacoma Inlerlie Drag 050211.docx
City of Auburn Exhibit A
132"d Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CP1103 Page 6 of 12
Design Services
specifications with track changes on (unbound), one (1) CD of CAD drawings in
AutoCAD v. 2009, OPCC spreadsheet, specifications, and digital photos taken
during site visits.
1.6 99 Percent Check Set
Revise drawings and specifications by incorporating City's 95 Percent Design
review comments.
• Revise OPCC as necessary.
• Conduct in-house QA.
• Submit drawings, specifications, and OPCC to City for review.
• Meet with City to discuss City's 99 Percent Design review comments.
Deliverables: Two (2) full-size and four (4) half-size drawings (prints) (three
bound, one unbound), four (4) OPCC spreadsheet copies, two (2) sets of
specifications one with track changes on one with track changes off (unbound),
one (1) CD of CAD drawings in AutoCAD v. 2009, OPCC spreadsheet, and
specifications.
1.7 Final Bid/Contract Documents
• Finalize drawings and specifications (Bid/Contract Documents) in preparation
for bidding by incorporating City's 99 Percent Design review comments.
• Conduct in-house QA review.
• Review drawings by Principal-In-Charge.
• Submit Final Design drawings, specifications, and OPCC to City for Bid.
Assumptions:
City will provide repro services for bid document production.
Defiverables:
I
Final Bid/Contract Documents-One (1) 4 mil thickness Mylar set of full-size
(22x36) drawings, one (1) complete and un-bound set of specifications
double sided, one (1) CD with final AutoCAD Drawings in AutoCAD v. 2009
and specifications in Word format, and one (1) OPCC spreadsheet copy. All
stamped and signed by Washington State Professional Engineer(s) as
appropriate for all engineering disciplines.
1.8 Bid Assistance
• Assist City in answering bidder questions during bid period as requested by
the City.
• Prepare and provide addenda to City for distribution to bidders as requested
by the City.
Assumptions:
City will make all notifications for bid advertisements; City will field all calls
from bidders with questions during the bidding process. Answering bidder
questions, as requested by the City, will be limited to the hour estimate
identified in Exhibit B: Budget. Any effort required beyond the hour estimate
in the budget shall be paid on a time and material basis unless effort required
is due to error or omission by Consultant.
FA00291Tacoma IntertielEx A_SOS_Tacoma Intertie_Draft_050211.d0ox
City of Auburn Exhibit A
132`d Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CP1103 Page 7 of 12
Design Services
1.9 Construction Services
0 Review submittals as requested by the City.
• As requested by the City, the Consultant will provide written responses to
Contractor BFI's to the City. Work associated with BFI's that are the result of
Consultant error will not be compensated.
• Provide start up services and programming of the SCADA with the City's
telemetry system. Start up services includes programming assistance and
testing of the HMI and PLC, and training of City staff, including preparation of
an Operators Manual.
• Prepare Construction Record Drawings (CRDs or "as-built") Drawings for the
project, and transmit (stamped and signed) mylar originals and digital files to
the CITY. The CITY will provide Inspector's reports and records, as required,
1 and redlined markups of construction drawings. The CITY will provide the
original Mylar drawings for CONSULTANT'S use in preparing record
drawings. The CONSULTANT will prepare hand drafted changes to the
original Mylar drawings in red permanent ink and electronic copies of the
changes in AutoCAD 2009 format.
Submit draft set of electronic CRDs to City for review within 4 weeks of
receiving redline markups of construction drawings and original Mylar
drawings from the City.
• Finalize and submit electronic and hand drafted CRDs per City's review
comments within 3 weeks of receiving the City's review comments.
Assumptions:
The construction of the intertie and the water main (if required) shall be under
a single contract. Submittal review and response to Contractor BFI's will be
on an as needed basis up to the hourly limit identified in Exhibit B: Budget.
Any additional submittal review or Contractor coordination will be completed
on a time and material basis unless effort is required due to error or omission
by Consultant. City will provide detailed red lined drawings from which to
prepare the CRDs.
No survey of the constructed system will be required to verify locations or
depths.
The CITY will provide inspector's reports and records, as required, and
redlined markups of construction drawings. The CITY will provide the original
Mylar drawings for CONSULTANT'S use in preparing record drawings.
Deliverables: Written responses to all RFI's provided by the City. One (1) full-
size drawings of the draft electronic CRDs. One (1) full-size drawings of the final
electronic CRDs. One (1) copy of the final hand-drafted changes to the original
Mylardrawings. One (1) CD with CAD drawings of the changes in AutoCAD
2009 format.
FA00291Tacoma Intertie\Ex A SOS Tacoma Interlie Draft 050211.docx
City of Auburn Exhibit A
132nd Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CP1103 Page 8 of 12
Design Services
Task 2: 132nd Ave Water Main
2.1 Project Management
• Attend meeting with the City to discuss project objectives upon receiving
notice to proceed with Task 2. Prepare meeting minutes.
• Additional project management to coordinate surveying, utility locate requests
and additional design, bidding, and construction services.
Deliverables: !f Task 2 is authorized, these deliverables will be included with
those provided in Task 1, which include meeting minutes from kickoff meeting
and monthly invoicing and project status memos that reflect design progress,
budget and schedule status.
2.2 Research, Information Gathering, Coordination with Utilities
• Call for underground locates and request available utility companies' record
drawing information and utility locates including underground power, gas,
telephone, fiber optic, and other known utilities.
• Review existing wetland and sensitive area mapping and determine if
additional information is needed.
Assumptions:
Utility companies contacted through the one-call locate service will provide
design locates and available record drawing information in a timely manner.
Deliverables: Hard copies of available record drawing information and written
verification of underground utility locate requests.
2.3 Topographic Survey and Preparation of Base Drawings
• Prepare horizontal and vertical control tied into local monumentation (King
County, WSDOT, USCGS, etc., as available) to produce mapping in
Washington State Plane-North, NAD 83191 for horizontal datum and NAVD
88 for vertical datum.
• Review base drawings for the existence of underground utilities that may
affect the proposed improvements. Incorporate underground utility locates
and as-built records and other available information into the base drawings.
• Perform field topographic survey to identify existing surface conditions within
project limits. (GPS surveying methodology will be employed where practical
and feasible.)
• Survey and map available underground utility locates (as marked by others.)
• Analyze survey records, King County Assessors maps, right-of-way plans,
utility records, WSDOT digital topographic data, where applicable, and
incorporate information into base maps as necessary. Calculate right-of-way
along the proposed Improvement alignment.
• Reduce field data my office.
• Perform calculations for survey control and base maps.
• Prepare a design base map for the right-of-way along the proposed
improvement's alignment, including adjoining parcel lines and King County
parcel numbers from best available existing records.
F;\0029\Tacoma IntertieWx A_SOS Tacoma Intertie_Drafl_050211.docx
City of Auburn Exhibit A
132nd Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CP1103 Page 9 of 12
Design Services
Assumptions:
Electronic base maps will be prepared at 1 "=20' scale with 2-foot contour
intervals of the project area using the topographic survey and utility locates
data above. Limits of surveying to include full right of way width.
Deliverables: CD with base map in AutoCAD v.2009.
2.4 30% Design
• Conduct site visits as needed to walk the project area with base drawings and
identify areas where additional surveying may be needed or where the
existence of underground utilities may-affect the proposed improvements.
• Prepare CD of digital photos taken during site visits.
• Prepare preliminary 30% plans for the water main improvement including
fittings, valves, hydrants, connections to existing system and related
appurtenances and the PRV Station.
• Drawings to be at 20 scale (full size) and 11 "x17" (half size) using AutoCAD
Release 2009 and shall be incorporated into the plan set for Task 1.
• Prepare preliminary Opinion of Probable Construction Cost (OPCC) using MS
Excel. The OPCC shall be incorporated into the OPCC for Task 1.
• Conduct in-house quality assurance (QA) review.
• Submit preliminary design drawings, and OPCC to City for review and
comment.
• Meet with City to discuss 30% review comments.
Assumptions:
Meeting to discuss 30% review comments will occur at the same time as the
Task 1 meeting.
Deliverables: If Task 2 is authorized, these deliverables will be incorporated into
the deliverables for Task i which include, two (2) full-size and eleven (11) half-
size drawings (prints) (ten bound, one unbound), eleven (11) OPCC spreadsheet
copies, one (1) CD of CAD drawings in AutoCAD v. 2009, OPCC spreadsheet,
and of digital photos taken during site visits.
2.5 70 Percent Design
• Revise 30 Percent plans per preliminary design review comments.
• Conduct site visits as needed to review proposed design elements.
• Prepare CD of digital photos taken during site visits.
• Revise the Special Provisions prepared in Task 1 to include Task 2 design.
• Prepare profiles of proposed water improvements.
• Prepare details, and notes.
• Revise OPCC per preliminary design review comments and modify as
necessary.
• Conduct in-house quality assurance (QA) and constructability reviews.
• Submit drawings, specifications, and OPCC to City for review.
• Meet with City to discuss City's 70 Percent Design review comments.
FA00291Tacoma)ntertielEx A SOS Tacoma Intertie Draft 050211.docx
City of Auburn Exhibit A
132"d Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CP1103 Page 10 of 12
Design Services
Assumptions:
Meeting to discuss 70% review comments will occur at the same time as the
Task 1 meeting.
Deliverables: If Task 2 is authorized, these deliverables will be incorporated into
the deliverables for Task i which include, two (2) full-size and eleven (11) half-
size drawings (prints) (ten bound, one unbound), eleven (11) OPCC spreadsheet
copies, two (2) sets of specifications with track changes on (unbound), one (1)
CD of CAD drawings in AutoCAD v. 2009, OPCC spreadsheet, specifications,
and digital photos taken during site visits.
2.6 95 Percent Design
• Revise drawings and specifications incorporating City's 70 Percent Design
review comments.
• Revise OPCC as necessary.
• Conduct site visits as needed to review proposed design elements.
• Prepare CD of digital photos taken during site visits.
• Conduct in-house OA and constructability reviews.
• Submit drawings, specifications, and OPCC to City for review.
• Meet with City to discuss City's 95 Percent Design review comments.
Assumptions:
Meeting to discuss 95% review comments will occur at the same time as the
Task 1 meeting.
Deliverables: If Task 2 is authorized, these deliverables will be incorporated into
the deliverables for Task 1 which include, two (2) full-size and eleven (11) half-
size drawings (prints) (ten bound, one unbound), eleven (11) OPCC spreadsheet
copies, two (2) sets of specifications with track changes on (unbound), one (1)
CD of CAD drawings in AutoCAD v. 2009, OPCC spreadsheet, specifications,
and digital photos taken during site visits.
2.7 99 Percent Check Set
• Revise drawings and specifications by incorporating City's 95 Percent Design
review comments.
• Revise OPCC as necessary.
• Conduct in-house CIA.
• Submit drawings, specifications, and OPCC to City for review.
• Meet with City to discuss City's 99 Percent Design review comments.
Deliverables: If Task 2 is authorized, these deliverables will be Incorporated into
the deliverables for Task 1 which include, two (2) full-size and four (4) half-size
drawings (prints) (three bound, one unbound), four (4) OPCC spreadsheet
copies, two (2) sets of specifications one with track changes on one with track
changes off (unbound), one (1) CD of CAD drawings in AutoCAD v. 2009, OPCC
spreadsheet, and specifications.
2.8 Final Bid/Contract Documents
• Finalize drawings and specifications (Bid/Contract Documents) in preparation
FA00291Tacoma Intertie\Ex A_SOS Tacoma Intertie_Dratt_050211.docx
City of Auburn Exhibit A
132`d Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CP1103 Page 11 of 12
Design Services
for bidding by incorporating City's 99 Percent Design review comments.
• Conduct in-house QA review.
• Review drawings by Principal-In-Charge.
• Submit Final Design drawings, specifications, and OPCC to City for Bid.
Assumptions:
The Task 2 plans, if required, will be part of the Task 1 contract documents.
Deliverables: if Task 2 is authorized, these deliverables will be incorporated into
the deliverables for Task 1 which include, one (1) 4 mil thickness Mylar set of full-
size (22x36) drawings, one (1) complete and un-bound set of specifications
double sided, one (1) CD with final AutoCAD Drawings in AutoCAD v. 2009 and
specifications in Word format, and one (1) OPCC spreadsheet copy. All stamped
and signed by Washington State Professional Engineer(s) as appropriate for all
engineering disciplines.
2.9 Bid Assistance
• Assist City in answering bidder questions during bid period as requested by
the City.
• Prepare and provide addenda to City for distribution to bidders as requested
by the City.
Assumptions:
City will make all notifications forbid advertisements; City will field all calls
from bidders with questions during the bidding process. Answering bidder
questions, as requested by the City, will be limited to the hour estimate
identified in Exhibit B: Budget. Any effort required beyond the hour estimate
in the budget shall be paid on a time and material basis unless effort required
is due to error or omission by Consultant.
2.10 Construction Services
• Review submittals as requested by the City.
• As requested by the City, the Consultant will provide written responses to
Contractor BFI's to the City. Work associated with RFI's that are the result of
Consultant error will not be compensated.
• Prepare Construction Record Drawings (CRDs or "as-built") Drawings for the
project, and transmit (stamped and signed) mylar originals and digital files to
the CITY. The CITY will provide inspector's reports and records, as required,
and redlined markups of construction drawings. The CITY will provide the
original Mylar drawings for CONSULTANT'S use in preparing record
drawings. The CONSULTANT will prepare hand drafted changes to the
original Mylar drawings in red permanent ink and electronic copies of the
changes in AutoCAD 2009 format.
• Submit draft set of electronic CRDs to City for review within 4 weeks of
receiving redline markups of construction drawings and original Mylar
drawings from the City.
• Finalize and submit electronic and hand drafted CRDs per City's review
comments within 3 weeks of receiving the City's review comments.
FA00291Tacoma InterGe\Ex A_SOS Tacoma Intertie_Draft_050211.doex
City of Auburn Exhibit A
132"d Ave SE Tacoma Pipeline 5 Intertie Improvement Project Scope of Services
Public Works Project No. CPI 103 Page 12 of 12
Design Services
Assumptions:
Submittal review and response to Contractor RFI's will be on an as needed
basis up to the hourly limit identified in Exhibit B: Budget. Any additional
submittal review or Contractor coordination will be completed on a time and
material basis unless effort is required due to error or omission by Consultant.
City will provide detailed red lined drawings from which to prepare the CRDs.
No survey of the constructed system will be required to verify locations or
depths.
The CITY will provide inspector's reports and records, as required, and
redlined markups of construction drawings. The CITY will provide the original
Mylar drawings for CONSULTANT'S use in preparing record drawings.
Deliverables: If Task 2 is authorized, these deliverables will be incorporated into
the deliverables for Task I which include, one (1) full-size drawings of the draft
electronic CRDs. One (1) full-size drawings of the final electronic CRDs. One
(1) copy of the final hand-drafted changes to the original Mylar drawings. One
(1) CD with CAD drawings of the changes in AutoCAD 2009 format.
E. SERVICES NOT INCLUDED
The following services are not a part of this Agreement. If the City chooses to add one
or more of the following services to this Scope of Services, the work shall be authorized
in writing under the Management Reserve Fund or a contract amendment shall be
negotiated and approved by the City prior to any work being expended on such services.
1. Research, preparation, and administration of permit applications, SEPA, and
related permitting and review processes, including permitting activities related to
requirements of the Endangered Species Act. Assistance with permits will be
provided as noted in Task 1.
2. Any work related to the presence of potentially contaminated soil or groundwater.
3. Easement investigation, preparation and acquisition, except as noted for Task 1.
4. Potholing of existing utilities to confirm horizontal and vertical locations of utilities
that may be in conflict with the proposed improvements and associated
topographic surveying of pothole locations.
5. Public Information and Involvement services. i
6. Construction Administration and Construction Support Services beyond those
identified as part of this scope of services.
END OF EXHIBIT A
i
i
• f
R\00297acoma IntertielEx A_SOS Tacoma Intertie Draft_050211.docx
5
EXHIBIT B .
BUDGET
i
i
Exhibit B
Agreement No. AG-C-404
Page 1 of 1
i
i
I
I
EXHIBIT B
BUDGET
City of Auburn
132nd Ave SE Tacoma Intertle Project
Public Works Project No. CP1103
TOTAL LABOR REIMS. SUB-CONSULTANT TOTAL
Task Hours Cost Reimb. Cost w/Markup Cost
$11,454 $46 $11,500
1,1 Project Management 74
$5,296 $136 $27,268 $32,700
1.2 Tacoma Intertie = Electricairrelemeiry Design 40
$12,525 $375 $12,900
1.3 Tacoma lntertie - 30% Design 108 1
$14;9.85 $215 $15,200
I 1.4 Tacoma lntertie - 70% Design 128 ,
a $8,760 $240 $9,000
I 1.5 Tacoma Intertle - 95% Design 75
i
$7,562 $138 $7,700
1.6 Tacoma Intertle - 99% Check Set 65
$4,324 $176 $4,500
1.7 Tacoma Intertle - Final Bid/Contract Documents - 36
$2,903 $37 $5,760 $8,700
1.8 Tacoma Intertle- Bid Assistance 23
$7,638 $177 $9,085 $16,900
! 1.9 Tacoma Intertle Construction Services , 68
I Submittal & RFI review/response (up to hour maximum) 28 $3,412 $3,412
f Construction Record Drawings - 40 $4,226 $177 $4,403
I€# Technical Systems Inc. Invoices $9,085 $9,065 $9,085
1 $2,812 - $88 $2,900
2.1 132nd Water Main - Project Management 20
$2,502 $98 $2,600
2.2 132nd Water Main.- Utility Research 22 .
$6,308. $292 $6,600
2.3 132nd Water Main.- Onsite, Design Survey 64
$6,307 $193 $6,500
2A 132nd Water Main - 30% Design - 52
$10,393 $207 $10,600
2.5 132nd Water Main - 7W. Design 88,
$8,125 $175 $8,300
2.6 132nd Water Main - 95% Design 67
$6,494 $106 $6,600
2.7 132nd Water Main - 99% Check Set 54
i $3,486 $114 $3,600
,i 2.8 132nd Water Main - Flnal Bid/Contract Document 28
$1,661 $139 $1,800
2.9 132nd Water Main - Bid Assistance 13
$6,598 $302 $6,900
2.10 132nd Water-Main Construction Services . 60
Submittal & RFI reviewiresponso (up to hour maximum) ' 12 $1,556 $1,556
o Construction Record Drawings 48 $5,042 $302 $5,344
i Projected Total Project Hours and Costs 1,085 ,$130,133 $3,254 $42;113 $42,113 $175,500
11 Task 1 $119,100
Task 2 $56,400
TOTAL $175,500
1
G1y.Summary
Print Date: 512/2011 Page 1 011 FA WMTacoma Inler11e1132nd Ave Tacoma WorOe_eiv REVISED_05021 l.xls
EXHIBIT C
FEE SCHEDULE
Roth Hill LLC.
Charges: Charges for employees are determined by the hourly rates listed below.
Charges for reimbursable expenses are specified below or in individual task order
proposals.
Labor Rates
Labor Category Hourly Rate Range
EIT / Sr. Designer $85.00 - $113.00
Civil Specialist $80.00 - $151.00
Engineer $108.00 - $164.00
Project Manager $154.00 - $166.00
Planner $94.00 -$120.00
Technician $70.00 - $73.00
CAD includes mapping and GIS) $96.00 - $106.00
Construction Services Specialist $80.00 - $151.00
Construction Representative $97.00 - $109.00
Senior Surveyor $85.00 - $113.00
Surveyor $55.00 - $113.00
Project Surveyor PLS $125.00 - $139.00
Administrative $41.00 - $86.00
Administrative Lead $88.00 - $152.00
Director / Principal / Sr. Engineering $162.00 - $264.00
Consultant
* Rates are based on direct salary, 195.5% overhead and 10.0% profit.
Experts e Rates
Expense Category Billing Rate
Mileage current IRS rate
Outside Photocopies/Printing Cost
Transportation b Public Carrier Cost
Materials and Supplies Cost
Exhibit C
Agreement No. AG-C404
Page 1 of 1
EXHIBIT D
CONSULTANT INVOICES
CONSULTANT invoices should contain the following information:
• On CONSULTANT letterhead.
• A cover letter stating the status of each task and sub-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-404).
• Project number(s) listed (i.e.: CP1103).
• CITY'S project manager listed (i.e.: Leah Dunsdon).
• The hour(s) per person broken down by task(s) and sub-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), 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 (MRP) (i.e.: a certain task).
• Invoices for previous year are due by January 151h.
Exhibit D
Agreement No. AG-C-404
Page 1 of 2
SAMPLE INVOICE
City of Auburn Invoice M 5222
25 West Main Progress Payment 2
Auburn WA 98001 Invoice Date: June 10, 2011
Attn: Leah Dunsdon, Project Engineer Project Name: 132"d Ave SE Tacoma Pipeline 5
Intertie Improvement
Agency Agreement AG-C-404 Project CP1103
Engineering Services performed during the period of: May 2011
SAMPLE ENGINEERING -INC. - Task-1.1
Personnel. Hours Hourly Rate Amount
Mike Jones, Principal in Charge 2 $ 125.00 $ 250.00
Joe Smith;.Word Processing 3 $ 48.00 $ 144.00
Expenses see attached documentation Charges -Multi tier Amount
'Mike-Jones, Principal in Charge 20,miles $0.501mile $ 10,00
Task` 11'Total: $ 404.00
SAMPLE ENGINEERING, INC. - Task 1.2
Personnel Hours Hour! Rate Amount
Mike Jones, Princi al in Charge . 1 $ 125.00 $ 125.00
Carla Maker Architect 3 $ 72.00 216.00
-Subconsultant-see attached documentation Hours Hourly Rate Amount.
ABC Environmental, Inc., Civil Engineer 16 $ 100.00 $ 1;600.00
Mechanical Solutions Mechanical Engineer 10 $ 100.00 MRF 1,000.00
Expenses see attached documentation Charges Multiplier- Amount
Quality R-Us Printing Services $ 69.09' x1.1 $ 76.00
Task 1.2 Total: $ 3,017.00
TOTAL DUE THIS INVOICE $ 3~421-00
CONTRACT BREAKDOWN
Amount Total Invoiced % % Amount
Task Authorized Prior Invoiced This Invoice To.Date-. Ex ended Com leted Remaining
Original Contract
Task 1.1 $5;000.00 $ 505.25 $ 404.0 $ 909.25 18% 18% $4 090.75
Original Contract-
Task 1.2 $17,000.00 519.75 $ 2 017:0 $ 2,536.75 15% 16% $14,463.25
Total Original
Contract $22,000.00 $ 1,025.00 $ 2,421.0 $ 3,446.49 16% 17% $180553.51.
MRF* $2,000.0 $0.00 $ 1,000.0 10000,00. 50% 55% 1000.0
TOTAL $ 24,000.0 $ 1;025.00 $ 1,421.0 $ .4,446.00 $19,554.00
i Note: MRF=Management Reserve Fund
1 * Received a written authorization of MRF on 1110111 for Mechanical Engineer task in the amount of
$2,000.00.
Exhibit D
Agreement No. AG-C-404
Page 2 of 2
I
I
AMENDMENT #2 TO AGREEMENT NO AG-C-404 BETWEEN
THE CITY OF AUBURN AND ROTH HILL, LLC
RELATING TO PROJECT NO CP1103, 132 No AVE SE TACOMA PIPELINE 5
INTERTIE
THIS AMENDMENT is made and entered into this-z day of L� 2012, by
and between the CITY OF AUBURN, a municipal corporation of the State of Washington
(hereinafter referred to as the "CITY") and Roth Hill, LLC (hereinafter referred to as the
"CONSULTANT'), as an Amendment to the Agreement between the parties for AG-C-404
executed on the 9th day of May 2011 and amended by agreement dated the 13`" day of
December 2011
The changes to the agreement are described as follows:
1 CONTRACT TERM: The term of the Agreement for Professional Services is extended to
December 31, 2013.
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-404 executed on the 9th day of May 2011 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.
ROTH HILL, LLC ITY OF AUB
By-
A orized signs urge Peter B. Lewis, Mayor
ATTEST (Optional) ATTEST n _
By' ka. " ( �
Its: Danielle E. Daskam, Auburn City Clerk
Approved as to form (Optional): App d as t
Attorney for (Other Party) iel B He , Auburn A rney
Amendment No. 2 for Agreement No.AG-C-404
Roth Hill, LLC
Page 1 of 1