Loading...
HomeMy WebLinkAboutAG-C-414 Jacobs Engineering GroupCITY OF UBURN WASH I NGTON January 30, 2012 Peter B. Lewis, Mayor Tim Hedges Jacobs Engineering Group 600 108th Avenue NE, Suite 700 Bellevue, WA, 98004 25 West Main Street * Auburn WA 98001 -4998 * www.auburnwa.gov * 253- 931 -3000 RE: Agreement No. AG -C -414 Project No. CP1201, 2012 Local Pavement Preservation Contract Execution Dear Mr. Hedges: 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 -414 and PROJECT No. CP1201 on all correspondence and related material. We must receive the certificate(s) of insurance evidencing your insurance coverage as required per Section 9 before we can issue payments. Please send the certificate(s) to Amanda DeSilver, Contracts Administration Specialist, at the address listed at the top of this letterhead. 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 - 806 -5086. Sincerely, Seth Wickstrom Street Systems Engineer Public Works Department SW /ad /hg Enclosure cc: City Clerk AG -C -414 Proj. No. CP1201 (File 2.20) AUBURN * MORE THAN YOU IMAGINED 2011 AGREEMENT FOR PROFESSIONAL SERVICES AG -C-414 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 Jacobs Engineering Group, Inc. whose address is 600 108th Avenue NE Suite 700, Bellevue, WA 98004, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31st, 2012, and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of God or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION The total compensation for this Agreement shall not exceed $208,558.70, which includes a Management Reserve Fund amount of $10,000.00. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. Direct salary costs shall be paid per rates on the fee schedule Agreement for Professional Services AG -C -414 December 23, 2011 Page 1 of 11 shown on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. The CONSULTANT shall be paid by the CITY for direct non -salary cost, per attached Exhibit C, at the actual cost to the CONSULTANT. Exhibit C is attached hereto and by this reference made a part of this Agreement. These charges may include, but are not limited to the following items: outside reproduction fees, courier fees, 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 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 $10,000.00. 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. Agreement for Professional Services AG -C -414 December 23, 2011 Page 2 of 11 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 outlined in Section 3. All subcontracts exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally- accepted professional 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. Agreement for Professional Services AG -C-414 December 23, 2011 Page 3 of 11 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. 8. INDEPENDENT CONTRACTOR/ASSIGNMENT The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE 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 $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing Agreement for Professional Services AG -C -414 December 23, 2011 Page 4 of 11 ;o g a6ed 11.0Z `£Z Jagwaoe PI. -0-9v seoIMas Ieuoissa;oJd Jo; luawaaJ6d •palsanbei ldlaoeJ wnlei `flew peippeo i q A1IO aqi of u9/46 uaaq seq eollou uallUnn.opd sip 0£) Aplyl Jelwe ldeoxe 'Aped Jayne Aq palleoueo eq lou pegs 96eaanoo leyl elels of pasaopua aq 'legs eoueansui S,1NV1lfSNO3 eta 'q •ll yllnn aingialuoo lou Heys pue eouejnsui S,1Nb ±lfSNO3 eqi to sseoxe eq Heys Jl1l3 eqi i(q peuieiuiew a6eienoo Iood eoueansul io 'eoueJnsui jIas 'eoueinsul i(uy J11I0 ayl sloedsai se eoueinsul tiew!Jd eq !legs a6eaanoo eoueansul S,INdl1f1SNO3 eqi •e :eoueJnsui /llllgen Ielaueo Ieloiewwo3 pue Allllgell allgowolny Jol suo!s!noJd 6uinnolloj ayl `uleluoo o} pasaopua eq Jo `uleluoo of aae salollod eoueinsul el-11 liwil ale6aa66e Aollod 000'000'1.$ pus wlelo Jed 000'000'11 ueyl ssel ou sllwll y }inn 'uolssajad SaNdflfSNO3 ayl o eleudadde eoueJnsui Alillgeil Ieuolssa }ad *p *uol6wyseM Jo elelS ayl to sMel eouainsul Ielalsnpul ayl i(q pajinbei se a6eaanoo uollesuedwo3 s,Ja )IJoM •o -lualenlnbe Jo luawasiopue paansul leuoillppy OSI elgeoydde ayl 6ulsn A1I0 NI -1oj paw.ioped 5ponn ayl of loadsal ylinn Aoliod eoue nsu! Allligell IeJeueo Iepawwo3 S.1NdflfSNO3 ayl iepun peinsui ue se peweu aq Heys eqi *ele6eJ66e Ieieue6 000`000'Z$ `eouaJJn000 qoee 000'000'11 uegl ssel ou sllwll 11TH `f.infui 6ulsi ienpe pue tinful leuosied pue luepuedepu! 'suogeiedo 'saslwaid wal 6ulspe Allllgell Janoo (legs pue 60 00 03 waoi aouaundoo OSI uo uapiJnn eq Heys eoueinsul Al!I!ge1l paua° Ieloiewwoo •86eaanoo Illllgell IenloBJluoo epinad of pasaopua eq Heys Ao!lod ayl 'tiesseoeu dI *e6eJanoo Allllge1l luelenlnbe .q All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A -:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this 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 Agreement for Professional Services AG -C -414 December 23, 2011 Page 6 of 11 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: (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. • Agreement for-Professional Services AG -C-414 '-December 23, 2011 Page 7 'of 11 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 may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS 14.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 14.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to Agreement for Professional Services AG -C -414 December 23, 2011 Page 8 of 11 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 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 Tim Hedges 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 Jacobs Engineering Group, Inc. Attn: Seth Wickstrom Attn: Tim Hedges 25 W Main Street 600 108th Ave NE Suite 700 Auburn WA 98001 Bellevue, WA 98004 Phone: 253.931.3010 Phone: 425.452.8000 Fax: 253. 931.3053 Fax: 425.452.1212 E -mail: swickstrom @auburnwa.gov E -mail: tim.hedges @jacobs.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 Agreement for Professional Services AG -C -414 December 23, 2011 Page 9 of 11 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 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 -414 December 23, 2011 Page 10 of 11 ATTEST: kla,., Danielle E. Daskam, City Clerk APPROVED AS TO FORM: Daniel B. Imo; City Attorne Agreement for Professional Services AG -C -414 December 23, 2011 Page 11 of 11 Peter B. Lewis, Mayor Date a A( 2.„•nt 7 Jacobs Engineering Group, Inc. Title: Or.)s i [a.)-$.4-.i Federal Tax ID # 95- 4/0g76640. EXHIBIT A SCOPE OF SERVICES During the term of this AGREEMENT, Jacobs Engineering Group, Inc. (CONSULTANT) will perform professional services for the CITY of Auburn (CITY) in connection with the following project: 2012 Local Street Pavement Reconstruction Project Project No. CP1201 (J Street SE, 22nd Street SE, 28th Street SE, H Street SE, and 27th Street SE) 1. PROJECT DESCRIPTION The work consists of providing conceptual design; intermediate design; final design; geotechnical engineering; support for SEPA Checklist; and preparation of construction plans, specifications, and estimate of probable construction cost for a total for approximately 3,050 linear feet (0.58 mile) of roadway, storm drainage, and water main reconstruction improvements. The anticipated improvements generally include the following: J Street SE — 4th Street SE to 2 "d Street SE • Roadway /Channelization: Remove and replace the roadway pavement and subgrade (curb -to- curb) with new pavement and subgrade. Approximately maintain existing outside slope and grade to minimize "edge condition" impacts. Incorporate roadway traffic calming devices, as directed by the CITY. The roadway length is approximately 600 feet (0.11 mile). • Curb /Sidewalk: Replace existing (monolithic) curbs. Provide continuous curb /gutter along each side. Generally maintain existing sidewalks and driveways. Identify and replace deteriorated sidewalks and driveways, as directed by the CITY. Provide new ADA complaint curb ramps and associated sidewalk returns at 4 intersection quadrants, in accordance with adopted CITY standards and details. • Drainage: Provide new surface - drainage collection and conveyance system for on -site storm drainage. Tie -into existing drainage conveyance system within 50 feet of street reconstruction limits. • Water. Replace existing water distribution main and approximately 19 residential services with new water main, water services, fire hydrants, valves and fittings. Tie -into existing water system within 50 feet of street reconstruction limits. Tie into existing residential services lines at -or -near property line. Sewer. No improvements are currently anticipated. 22 "d Street SE — M Street SE to R Street SE Roadway /Channelization: Remove and replace all -or most -of the roadway pavement and subgrade (curb -to -curb) with new pavement and subgrade. Develop and discuss options to address apparent geotechnical settlement issues. Consider salvaging existing pavement along the north side, if feasible. Approximately maintain existing outside slope and grade to minimize "edge condition" impacts, while building sufficient grade to facilitate gutter -line drainage. Incorporate traffic calming devices, as directed by the CITY. The roadway length is approximately 1,300 feet (0.25 mile). • Curb /Sidewalk: Replace all -or majority -of existing curb /gutter damaged by settlement. Provide continuous curb /gutter along each side, or other if appropriate to facilitate drainage solutions. Generally maintain existing sidewalks and driveways. Identify and replace deteriorated sidewalks and driveways, if desired. Drainage: Provide new surface - drainage collection and conveyance Exhibit A Agreement No. AG -C-414 Page 1 of 12 system for on -site storm drainage. Tie -into existing drainage conveyance system within 50 feet of street reconstruction limits. • Water. Replace existing water distribution main and approximately 32 residential services with new water main, water services, fire hydrants, valves and fittings. Tie -into existing water system within 50 feet of street reconstruction limits. Tie into existing residential services lines at -or -near property line. • Sewer. No improvements are currently anticipated. 28th Street SE — F Street SE to H Street SE • Roadway /Channelization: Remove and replace all -or most -of the roadway pavement and subgrade (curb -to -curb) with new pavement and subgrade. Consider salvaging existing pavement along the south side, if feasible. Widening pavement on the eastern portion to 24 -feet to achieve standard minimum width. Approximately maintain existing outside slope and grade to minimize "edge condition" impacts. Incorporate roadway traffic calming devices, as directed by the CITY. The roadway length is approximately 650 feet (0.12 mile). • Curb /Sidewalk: Replace existing curb /gutter where necessary due to deterioration. Generally maintain existing sidewalks and driveways. Identify and replace deteriorated sidewalks and driveways, as directed by the CITY. Provide new ADA curb ramps and associated sidewalk returns at 2 intersection quadrants, in accordance with adopted CITY standards and details. • Drainage: Provide new surface - drainage collection and conveyance system for on -site storm drainage. Tie -into existing drainage conveyance system within 50 feet of street reconstruction limits. • Water. Replace existing water distribution main and approximately 10 residential services with new water main, water services, fire hydrants, valves and fittings. Tie -into existing water system within 50 feet of street reconstruction limits. Tie into existing residential services lines at -or -near property line. • Sewer. No improvements are currently anticipated. H Street SE — 28th Street SE to 27th Street SE • Roadway /Channelization: Remove and replace the roadway pavement and subgrade (curb -to- shoulder) with new pavement and subgrade. Widening pavement to 24 -feet to achieve standard minimum width. Approximately maintain existing outside slope and grade to minimize "edge condition" impacts. Incorporate roadway traffic calming devices as directed by the CITY. The roadway length is approximately 300 feet (0.06 mile). • Curb /Sidewalk: Replace existing curb /gutter where necessary due to deterioration. Generally maintain existing driveways. • Drainage: Provide new surface - drainage collection and conveyance system for on -site storm drainage. Tie -into existing or new drainage conveyance system within 50 feet of street reconstruction limits. • Water: Replace existing water distribution main and approximately 7 residential services with new water main, water services, fire hydrants, valves and fittings. Tie -into existing water system within 50 feet of street reconstruction limits. Tie into existing residential services lines at -or -near property line. • Sewer. No improvements are currently anticipated. 27th Street SE — H Street Approach • Roadway / Channelization: Remove and replace the roadway pavement and subgrade (curb -to- shoulder) with new pavement and subgrade. Widen pavement to 24 -feet to achieve standard Exhibit A Agreement No. AG -C-414 Page 2 of 12 minimum width. Approximately maintain existing outside slope and grade to minimize "edge condition" impacts. The roadway length is approximately 200 feet (0.04 mile). • Curb /Sidewalk: Replace existing curb /gutter where necessary due to deterioration. Generally maintain existing driveways. • Drainage: Provide new surface - drainage collection and conveyance system for on -site storm drainage. Tie -into existing or new drainage conveyance system within 50 feet of street reconstruction limits. • Water. Replace existing water distribution main and approximately 5 residential services with new water main, water services, fire hydrants, valves and fittings. Tie -into existing water system within 50 feet of street reconstruction limits. Tie into existing residential services lines at -or -near property line. • Sewer. No improvements are currently anticipated. 2. ASSUMPTIONS This scope of work is based on the following assumptions: a. Budget for the project scope is based on a project design schedule of approximately 5 months, commencing with notice -to- proceed. b. Staff -hour estimates assume that one contract bid package will be prepared representing all engineering work items associated with the project. c. Applicable CITY of Auburn and /or WSDOT Standard Plans will be included in the Contract Provisions. d. CONSULTANT reserves the opportunity to shift budget between work tasks (excludes optional services). e. Analyses, design, plans, specifications, and estimates performed or prepared as part of this project will be in English units. f. APWA and CITY of Auburn Drafting Standards will be used. g. Pavement -and subgrade- thicknesses will generally be based on adopted CITY standards and typical details. Pavement and subgrade thicknesses will be reviewed to verify suitability of use with native soils. h. See "Items and Services to be Furnished by CITY" below. 3. ITEMS AND SERVICES TO BE FURNISHED BY CITY The CITY will provide the following items and services to the CONSULTANT which will facilitate the work to be undertaken for project. The CONSULTANT is entitled to rely upon the accuracy and completeness of the data fumished by the CITY: a. Any pertinent record drawings, plans, maintenance records, reports, and information on the current project, existing facilities, and on public works and /or private projects within the immediate vicinity. b. Completed topographic survey and base maps in AutoCAD and hard -copy format. c. Completed three - dimensional triangular irregular network (TIN) in AutoCAD format. d. Existing right -of -way and centerline location /bearings, and applicable survey control points. e. Base map legend, symbols, and abbreviations. f. Contract Provisions (Specifications) "boilerplate ". Exhibit A Agreement No. AG -C-414 Page 3 of 12 g. Timely reviews of all work at mutually agreed upon times and consolidation of all review comments onto one review set prior to return to the CONSULTANT. h. Field review of proposed improvements with the CONSULTANT. i. Rights -of -entry upon all lands necessary for the performance of the work, including field reviews, geotechnical exploration and surveying; if necessary. j. Payment of applicable review and /or permit fees. k. Utility locates /measure -downs for underground utilities, if necessary (measure downs will only be provided for CITY owned utilities). I. Advertisement for bids. m. Public involvement coordination and meeting venues. n. Environmental permit applications, if required. o. Coordination with franchise utilities. p. Primary stakeholder coordination. q. Traffic counts, if necessary. r. Water system modeling, if necessary. s. CITY of Auburn electronic CAD standard details, as required. t. Construction management and construction administration. 4. DESIGN CRITERIA. Reports prepared as part of this scope of work, to the extent feasible, will be developed in accordance with the latest edition and amendments to the following documents, as of the date this Agreement is signed: WSDOT Publications a. Washington State Department of Transportation /American Public Works Association (WSDOT /APWA), Standard Specifications for Road, Bridge and Municipal Construction, and applicable Amendments b. WSDOT /APWA Standard Plans for Road, Bridge, and Municipal Construction c. WSDOT Design Manual AASHTO Publications d. A Policy on Geometric Design of Highways and Streets CITY of Auburn Standards e. Design and Construction Standards - Current Edition f. Drafting Standards g. Surface Water Management Manual (SWMM) Other Standards and Publications h. FHWA and Washington State Department of Transportation, Manual on Uniform Traffic Control Devices (MUTCD) i. Washington State Regulations, Accessibility Design for All (ADA) j. American Water Works Association (AWWA) Exhibit A Agreement No. AG -C-414 Page 4 of 12 5. WORK TASKS 5.1. Project Management and Coordination Project Management The CONSULTANT will provide continuous project management and administration of services under this agreement. The CONSULTANT will provide direction and review the work of the staff and sub - CONSULTANTs during the course of the project. The CONSULTANT will manage the schedule, scope, budget, and quality over the term of the Agreement. Current design budget status, as well as projections, will be developed. Any difference in the design and construction budget from the original contract amount will be brought promptly to the attention of the CITY's Project Manager prior to completing any work beyond the authorized contract amount. The CONSULTANT's Project Manager will maintain periodic communication with the CITY's Project Manager and the CONSULTANT's Project Team via informal meetings, telephone discussions, and e- mail. The CONSULTANT's Project Manager will prepare and maintain action item and project change lists for significant items of work. Project Schedule & Updates The CONSULTANT will prepare and maintain a critical -path project schedule using MS Project to track progress of the deliverables. The project schedule will be based on the work plan and will identify major and support activities, and any significant work elements provided by the CITY. The CONSULTANT will update the project schedule periodically to show progress and change. Monthly Progress Reports & Invoices Monthly progress reports will be submitted with invoices consistent with Exhibit D. The progress reports will summarize start, finish and percent complete for deliverable tasks during the billing period, percent complete of overall project elements, and anticipated deliverable tasks for the next month. The CONSULTANT will also summarize in the monthly progress reports issues encountered and actions taken for their resolution, potential future delays, and issues /activities requiring CITY direction. Any elements that may impact project completion time and cost will be highlighted. Monthly invoices for work completed to date will be submitted to the CITY. The invoices will summarize budget, expenditures and percent expended for deliverable tasks during the billing period, and percent expended of overall project elements. Invoices will be submitted with the monthly progress report and will follow the guidelines established by the CITY. Project Coordination Meetings Project coordination meetings will be conducted on an as- needed basis. The CONSULTANT's Project Manager and other team members as appropriate will be available to attend project coordination meetings. The CONSULTANT will provide the CITY with an agenda for each meeting. Anticipated meetings include the following: 1) Facilitate and attend Project Kickoff meeting at CITY of Aubum: (1 meeting) Assume meeting will be attended by Project Manager, Project Engineer, Design Engineer, and one sub - CONSULTANT representative. 2) Attend formal- and - informal plan /document reviews at CITY of Aubum: (3 meetings) Assume meetings will be attended by Project Manager and Project Engineer. 3) Facilitate, attend, and document interactive field review meeting with Aubum staff to assess condition of existing pavements, sidewalks, curbs, and other elements affecting design: (1 meeting) Exhibit A Agreement No. AG -C-414 Page 5 of 12 Assume meeting will be attended by Project Manager, Project Engineer, and Design Engineer. 4) Facilitate, attend, and document project coordination meetings at CITY of Aubum: (2 meetings) Assume meetings will be attended by Project Manager and Project Engineer. Deliverables: Monthly Progress Reports Action Items List maintained weekly Project Schedule — baseline schedule and periodic updates Attend Project Meetings — 7 meetings Meeting Minutes — 7 meetings 5.2. Quality Assurance Review The CONSULTANT will implement quality assurance procedures to ensure that all project deliverables are subjected to in -house peer reviews prior to submittal to the CITY. These reviews will be conducted under the direction of the CONSULTANT's Project Manager, and will focus on checking the major design elements with respect to adequacy of response to the specific design challenges, conformance to accepted design practices, and compliance with the CITY's standards. A quality assurance check will be used to confirm that the design work and drawing presentation follows the CITY standards and that the work is of professional quality meeting the customary standard of care for the type of work in this locale. The CONSULTANT will include with each submittal a response to the CITY's comments generated from the previous submittal, with an indication either directly on the redlined set or in memo form of the actions taken on each comment. The CONSULTANT will verify all CITY comments on previous submittals have been addressed (or provide written response as to why the changes have not been made). The CONSULTANT will retum with each submittal any agency redlined comments from the previous submittal. Deliverables: Quality Assurance Reviews Response to Comments 5.3. Data Collection and Review The CITY will provide the CONSULTANT with all referenced items and services (listed in Work Element 3 above) pertaining to this project. The CONSULTANT will review the following: a. Review CITY- provided survey base maps in the field. Communicate additional survey /base mapping needs, if any. Prior to conducting the survey, the CONSULTANT will communicate special survey needs with the CITY's project manager. b. Review CITY - provided triangular irregular network (TIN) model. Communicate additional needs or deficiencies, if any. c. Review CITY- provided record drawings, plans, maintenance records, reports, and information on the current project, existing facilities, and on public works and /or private projects within the immediate vicinity. Communicate additional needs, if any. Key CONSULTANT project personnel will visit the project site and familiarize themselves with the site conditions and data collected for the project. The CONSULTANT will obtain photographs for design reference. The base maps will be field checked by the CONSULTANT and CITY to ensure complete and accurate representation of existing conditions. The CONSULTANT will also field check the design to assure the design fits the conditions in the field. Exhibit A Agreement No. AG -C-414 Page 6 of 12 After review of the above data, the CONSULTANT will notify CITY of any additional information or clarification required. Deliverables: Request/notification for additional information and /or clarifications. 5.4. Geotechnical Engineering a. Field Preparation: Visit the site to locate exploration locations. Prepare a traffic control plan, and acquire Construction Permit from the CITY. Call to have underground utilities located. Review utility locates and adjust exploration locations as necessary. Schedule and oversee drilling subcontractors. b. Field Exploration: Drill up to 7 borings approximately within the roadway. Concrete core through concrete panels, if necessary. Use signs, cones, or flaggers to route traffic around the work area: • One (1) boring 6 -to 10 -feet deep on J Street SE • Four (4) borings 20 -feet deep on 22nd Street SE • One (1) boring 4 -to 8 -feet deep on 28th Street SE • One (1) boring 4 -to 8 -feet deep on H Street SE c. Geologic Interpretation: Perform laboratory analysis on field- collected data. Research available geologic maps and nearby exploration logs; review the laboratory results; prepare boring logs; and prepare a site and exploration plan. d. Report Preparation. Prepare Geotechnical Engineering Report summarizing findings, and provide discussion and recommendations addressing subgrade preparation, verification of pavement thicknesses, existing differential settlement, utility excavation and backfill, and structural fill. Finalize the report in response to comments provided by the project team and CITY. Deliverables: Site Visit and Traffic Control Plan Borings — up to 7 locations Laboratory Analyses Draft Geotechnical Report (3 copies) Final Geotechnical Report (1 bound copy, 1 unbound copy) 5.5. SEPA Checklist (Optional Service *) There is no Federal funding assistance on this project. The CITY will prepare and process a SEPA Checklist for the project, if required. The CONSULTANT will provide support to the CITY by assisting with project description and providing required design quantities, as requested by the CITY. Deliverables: (Optional Service *) Preliminary Design Quantities (1 copy) 5.6. Utility Coordination The CITY will prepare and send a notice containing the scope and schedule of the project, and include project plans, to all public and private utility agencies with underground or overhead facilities that may be affected by the project. The CITY will provide coordination of proposed improvements with the various public and private utilities to resolve conflicts. The CONSULTANT will identify specific locations where "out of line" utility poles or surveyed underground lines /conduits may conflict with proposed improvements and require adjustment to the CITY for coordination. Exhibit A Agreement No. AG -C-414 Page 7 of 12 The CONSULTANT will review CITY- provided utility locates and measure -downs for underground utilities (CITY will only provided measure -down for CITY owned utilities). The CONSULTANT will inform the CITY and design team of any modifications and /or relocations necessary to avoid underground utility conflicts. Utility coordination meetings will be the responsibility of the CITY. All aspects of coordination of the work required under this AGREEMENT with outside agencies, groups, or individuals will receive advance approval by the CITY. 5.7. Conceptual Design (15 %). Level of detail sufficient to represent the CITY's selected roadway, storm drainage, and water main reconstruction concepts for each roadway segment discussed within the PROJECT DESCRIPTION. The CITY will approximately select preferred concepts prior to beginning Conceptual Design to facilitate layout of just one combined (street and utility) alternative per street segment. a. Prepare brief Design Criteria Memorandum (4 to 6 pages) documenting project design standards and criteria which will be utilized for the project design. Incorporate response to comments from CITY staff. b. For each roadway segment, prepare one (1) conceptual horizontal roadway layout (40- scale roll map) incorporating existing base mapping and proposed channelization, curb /gutter, existing sidewalk locations, traffic calming, intersection layout, drainage concept, water main location, and basic dimensions. Prepare typical roadway /drainage /utility cross - section representing each street segment. c. Prepare preliminary design quantities and estimate of probable construction costs representing each street segment. d. Review with CITY staff to identify any desired refinements and preferences. Refinements will be incorporated into the Intermediate Design. e. Assume scale of 1" = 40' H; and 1" = 10' V. Deliverables: Draft and Final Design Criteria Memorandum (2 copies each) Conceptual Roadway, Drainage, and Water Main Layouts (1 copy) Concept -Level Estimates of Probable Construction Cost (2 copies) 5.8. Intermediate Design (50 %). Refine 15% design plans, incorporating response to comments from 15% CITY review. Provide additional horizontal and vertical design, detail, dimensions and elevations into the roadway /pavement, curb, intersection /curb ramp, sidewalk/ driveway, channelization, traffic calming, storm drainage, and water main design elements. Refine estimated design quantities and probable construction costs. Provide list of anticipated bid items. a. Refine vertical roadway design to maximize close tie -in with existing "edge conditions" and facilitate storm drainage concept. Generate DTM and prepare InRoads design cross - sections (50 -foot intervals) showing existing and proposed roadway surfaces. Assume scale of 1" = 20' H; and 1" = 5' V (based on full -size plan sheet). b. Refine horizontal and vertical layout/elevations for storm drainage collection and conveyance systems. Storm drain pipe sizes are assumed to be 12 -inch diameter, unless mutually agreed otherwise. It is mutually agreed that storm drainage hydrologic and hydraulic calculations will not be performed. c. Prepare Title Sheet and Legend Sheet. (2 sheets) d. Prepare 50% Typical Sections and Details including: asphalt pavement/subgrade design; typical roadway sections; typical drainage sections and details; existing /proposed utility/ trench locations; traffic calming details; and "edge design" options. (2 sheets) e. Prepare 50% Roadway and Drainage Plan /Profiles including: construction centerline, stationing, bearings, and dimensions; centerline profile, elevations, and slopes; areas of Exhibit A Agreement No. AG -C -414 Page 8 of 12 new and replaced curb, gutter, and sidewalk; intersection horizontal geometry; traffic calming devices; cut/fill line locations; driveway locations; curb ramp locations; mail box locations; storm drain catch basins, manholes, laterals, catch basins (GE's, IE's, slopes); vertical locations (where applicable) of existing sewer, storm, water, gas, and telephone "crossings "; and preliminary construction notes. (10 sheets) Assume plan scale of 1" = 20' H; and 1" = 5' V. f. Prepare 50% Channelization and Signing Plans including: stop bars; crosswalks; graphic type and location of proposed signs; traffic calming devices; and curb ramp locations. (5 sheets) Assume plan- over -plan layout at plan scale of 1" = 20' H. Prepare 50% Water Main Plan /Profiles including: construction centerline, stationing, bearings, and dimensions; roadway profile; water main plan and profile; valves; hydrants; residential side - service and meter box locations; fitting call -outs and details; preliminary construction notes; and trench restoration concepts. (10 sheets) Assume plan scale of 1" = 20' H; and 1" = 5' V. h. Prepare 50% Water Main Details including: special connection details; special fitting details; hydrant details; trench details; and service connection details. (2 sheets) i. Prepare listing of proposed Auburn and WSDOT standard details. j. Prepare 50% list of bid items, quantities, and estimate of probable construction costs based on WSDOT Standard Specifications and Auburn Special Provisions. Identify Special Provision bid items, if any. Assume miscellaneous and contingency cost items will be included at this stage. g. Deliverables: 50% Alignment Cross Sections (electronic PDF) 50% Design Plans (electronic PDF) 50% Bid Items and Estimate of Probable Construction Cost (electronic PDF) 5.9. Final Design PS&E (95 %). Prepare construction -ready plans, details, bid items, quantities, special provisions, and estimate for detailed review by CITY staff. Incorporate response to comments from 50% CITY review. Prepare design documents with such provisions and in such detail as to permit convenient layout in the field for construction and other purposes. The design documents will be prepared to the level of competency presently maintained by practicing professionals in the field of transportation and utility engineering in the Puget Sound Region. Design documents will include the following: a. Prepare Title Sheet, Index, General Notes, Legend, Symbols, and Abbreviations. (3 sheets) b. Refine Typical Roadway Sections and Details. Incorporate construction staging considerations into typical sections, if applicable. (2 sheets) c. Refine Roadway and Storm Drainage Plan and Profiles including all proposed elevations and construction notes. (10 sheets) d. Prepare Intersection Detail Sheets, including curb return elevations for approximately 10 intersection quadrants. (5 sheets) e. Prepare Miscellaneous Roadway, Storm Drainage, Traffic Calming, and Edge Mitigation Details. (3 sheets) f. Refine Water Main Plan /Profiles, Notes, Fitting Cali -outs, Residential Services, and Details. (10 sheets) g. Refine Water Main Details (2 sheets) h. Refine Channelization and Signing Plans, Notes, and Channelization Details. (5 sheets) i. Prepare Sign Specifications (table) and Standard Installation Details. (1 sheet) j. Prepare Proposal Bid Items in CITY standard format. k. Prepare Special Provisions in CITY standard format (Div. 0 through 9 and Appendices). Exhibit A Agreement No. AG -C-414 Page 9 of 12 I. Calculate Final Bid Quantities for Proposal Bid Items. m. Prepare Estimate of Probable Construction Costs for Proposal Bid Items. n. Perform Senior in -house 95% Quality Assurance and Constructability Review, and incorporate response to comments. Perform "plans -in- hand" field review. Document findings of review in "red -line" and /or written format. Deliverables: 95% Design Plans (electronic PDF) 95% Contract Provisions and Special Provisions (electronic PDF) 95% Proposal Items and Estimate of Probable Construction Cost (electronic PDF) 5.10. Final Design PS &E (99 %). a. Prepare Final Documents incorporating responses to 95% PS &E comments from CITY staff. Assume the number, format, and content of plan sheets will generally remain unchanged. b. Add CITY provided structure numbers to all new storm and water structures. c. Perform Senior in -house 99% Quality Assurance Review. d. Transmit 99% Design Plans, Project Provisions, Special Provisions, and Estimate of Probable Construction Cost to CITY for final review. Assume CITY's review at this stage is for the purpose of verifying that comments transmitted at 95% completion stage were incorporated into the 99% documents, as mutually agreed. "Additional" design comments will not be generated at this stage. Deliverables: 99% Design Plans (electronic PDF) 99% Contract Provisions and Special Provisions (electronic PDF) 99% Proposal Items and Estimate of Probable Construction Cost (electronic PDF) 5.11. Final Bid Documents (100 %). a. Prepare Final (Bid- ready) Construction Documents incorporating responses to 99% PS &E comments from CITY staff. Assume no "additional" comments will be generated at this stage. Comments are designed only to verify that response to 99% final comments were incorporated as mutually agreed. b. Transmit Final (sealed /stamped and signed) Design Plans, Contract Documents, and Estimate of Probable Construction Cost to CITY for reproduction and bid advertisement. Assume there is no additional CITY review following this stage. c. The CITY will provide reproduction of Construction /Bid Documents, and will transmit 1 full -size and 2 half -size copies of plans to the CONSULTANT. Deliverables: Final Plans (24 -inch by 36 -inch original on 4 -mil mylar, not photocopied, and electronically in AutoCAD 2007 format) Final Contract Documents(1 camera -ready original and electronic files in both PDF and DOC format) Stamped Engineer's Estimate of Probable Construction Cost (1 original and electronically in both CITY standard XLS format and PDF) Quantity take off sheet (electronically in XLS format) It is mutually agreed that any cost estimate provided by CONSULTANT will be on a basis of experience and judgment, but since the CONSULTANT has no control over market Exhibit A Agreement No. AG -C-414 Page 10 of 12 conditions or bidding procedures, the CONSULTANT cannot warrant that bids or ultimate construction cost will not vary from these cost estimates. 5.12. Assistance During Bidding (Optional Service *) a. The CITY will advertise for bids and distribute bid sets to prospective bidders. b. (Optional Service *) The CONSULTANT will assist the CITY during the bid period to answer any questions that arise concerning the PS &E documents, and to assist the CITY in preparing any addenda required, as request by the CITY. Any questions that were a result of inadequacy or errors in the advertised contract plans, as provided by the CONSULTANT, shall be addressed by the CONSULTANT at no charge to the CITY. Assume up to 16 staff hours are budgeted to perform this task. c. (Optional Service *) The CONSULTANT will prepare up to one (1) 4 -to 6 -page addendum if modifications to the contract documents are deemed warranted by CITY during the bidding process, as requested by the CITY. Any addenda that were a result of inadequacy or errors in the advertised contract plans, as provided by the CONSULTANT, shall be addressed by the CONSULTANT at no charge to the CITY. Assume one 2 -week bidding period. Deliverables: (Optional Service *) Response to Bidder's Questions (Optional Service *) Addenda (up to 1) 5.13. Construction Period Services. a. Attend Preconstruction Conference at CITY of Auburn. Review meeting notes provide by CITY, and transmit comments, if any. Assume meeting will be attended by Project Manager or Project Engineer. b. (Optional Service *) Attend up to one (1) on -site meeting and /or special inspection to review and provide input on the progress of the construction work, as request by the CITY. Provide discussion with CITY staff and transmit notes documenting significant aspects of the project work, and any inconsistencies relative to the design documents, as request by the CITY. Assume visit will performed by Project Manager or Project Engineer. c. (Optional Service *) Respond to requests for information (RFI's) from the CITY during the course of construction, as requested by the CITY. Transmit responses to the CITY in written and /or plan format. Assume up to 12 staff hours are budgeted to perform this task. Any information requests that were a result of inadequacy or errors in the advertised contract plans, as provided by the CONSULTANT, shall be addressed by the CONSULTANT at no charge to the CITY. d. (Optional Service ;) Prepare and provide revised (stamped and signed) design and plan sheets in response to changes as requested by the CITY during the course of construction. (Examples of such change may include adjustment of storm drainage around underground utilities, where their locations during design were unknown; alternative designs requested by the Contractor and agreed by the CITY; and other similar items.) Assume up to 16 staff hours are budgeted to perform this task. Any needed revisions that were a result of inadequacy or errors in the advertised contract plans, as provided by the CONSULTANT, shall be addressed by the CONSULTANT at no charge to the CITY. e. Prepare Record ( "as- built ") Drawings, and transmit (stamped and signed) mylar originals and digital files to the CITY. Assume 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 both Exhibit A Agreement No. AG -C-414 Page 11 of 12 handwritten and electronic copies. Assume up to 30 staff hours are budgeted to perform this task. Deliverables: Attendance at Preconstruction Conference (Optional Service *) Attendance at Meetings /Special Inspections — up to 2 (Optional Service *) Respond to RFI's — up to 12 hours (format as requested) (Optional Service *) Provide Revised Plan Sheets — up to 16 hours (format as requested) Prepare Record Drawings — up to 30 hours (1 full -size original mylar) 5.14. Project Closeout a. Electronic Data Transfer. At the completion of construction, the CONSULTANT will provide the CITY with electronic files of all design files, base maps, plans and similar contract documents. Drawings will be provided in AutoCAD 2007 and PDF formats, or as otherwise applicable. b. Archiving. At the completion of construction, the CONSULTANT will archive all project files and maintain for a minimum of three years. Deliverables: Electronic Plans and Design Files *Optional Services will only be provided upon written (email is acceptable) or verbal request by the CITY. Exhibit A Agreement No. AG -C-414 Page 12 of 12 EXHIBIT B FEE SCHEDULE Project: CP1201 - 2012 Local Street Pavement Reconstruction Client: City of Auburn JACOBS ENGINEERING GROUP, INC. - FEE ESTIMATE DIRECT SALARY COST (DSC): Classification Hours X Rate Cost 1. Quality Assurance Reviewer 35 61.00 $2,135.00 2. Project Manager 263 65.00 $17,095.00 3. Roadway Engineer 314 44.00 $13,816.00 4. Design Engineer (Roadway) 205 34.00 $6,970.00 5. Utility Engineer 209 47.00 $9,823.00 6. Design Engineer (Utility) 200 33.00 $6,600.00 7. CAD /Graphics 156 43.00 $6,708.00 8. Project Admin. 4 47.00 $188.00 1386 $63,335.00 SUBTOTAL - DSC 1386 $63,335.00 OVERHEAD (OH) COST (Including Salary Additives) OH Rate X DSC or 122.88% X $63,335.00 $77,826.05 FEE ON DIRECT SALARY COST FEE RATE X DCS or 27% X $63,335.00 $17,100.45 REIMBURSABLES: Milage (at current approved IRS rate) $350.00 Reproduction $150.00 $500.00 SUBTOTAL $158,761.50 SUBCONSULTANTS: AMEC - Geotechnical Services $31,696.10 SUBCONSULTANTS TOTAL $31,696.10 (Continued On Next Page) Exhibit B Agreement No. AG -C -414 Page 1 of 9 (Continued From Previous Page) OPTIONAL SERVICES DIRECT SALARY COSTS (OS -DSC): Classification Hours X Rate Cost SEPA Checklist Assistance (Task 5.5) 1. Project Manager 2 65.00 $130.00 2. Roadway Engineer 2 44.00 $88.00 3. Utility Engineer 2 47.00 $94.00 Assistance During Bidding (Task 5.121 Answer Questions from City (Task 5.12B) 1. Project Manager 4 65.00 $260.00 2. Roadway Engineer 6 44.00 $264.00 3. Utility Engineer 6 47.00 $282.00 Prepare Addenda (Task 5.12C) 1. Project Manager 2 65.00 $130.00 2. Roadway Engineer 4 44.00 $176.00 3. Utility Engineer 2 47.00 $94.00 Construction Period Services (Task 5.13) Attend Meeting and /or Special Inspection (Task 5.13B) 1. Project Manager 4 65.00 $260.00 2. Roadway Engineer 2 44.00 $88.00 Respond to FRI's (Task 5.13C) 1. Project Manager 4 65.00 $260.00 2. Roadway Engineer 8 44.00 $352.00 Prepare Revised Plan Sheet (Task 5.13D) 1. Project Manager 2 65.00 $130.00 2. Roadway Engineer 8 44.00 $352.00 3. Utility Engineer 6 47.00 $282.00 64 $3,242.00 SUBTOTAL - OS -DSC 64 $3,242.00 OVERHEAD (OH) COST (Including Salary Additives) FOR OPTIONAL SERVICES OH RATE X OS -DSC = 122.88% X $3,242.00 $3,983.77 FEE ON DIRECT SALARY COST FOR OPTIONAL SERVICES FEE RATE X OS -DCS or 27% X $3,424.00 $875.33 OPTIONAL SERVICES TOTAL $8,101.10 TOTAL - ESTIMATED FEE (WITHOUT OPTIONAL SERVICES) $190,457.60 TOTAL - ESTIMATED FEE (WITH OPTIONAL SERVICES) $198,558.70 Exhibit B Agreement No. AG -C-414 Page 2 of 9 EXHIBIT B FEE SCHEDULE (BACKUP) Project CP1201 - 2012 Local Street Pavement Reconstruction — City of Auburn Pay rates are effective from October, 2011 through October, 2012, within the ranges shown in the attachment. Only key staff are shown and other staff may work on and charge to the project as needed by the project manager. initials job title direct rate Quality Assurance Project Mana•er Reviewer 7 Tim Sr. Engr. Sr. PM Roadway Engineer Design En•ineer Utility Engineer Design En • ineer Andrea i Liz Michael 7 Ben Elizabeth 7 Dawn CAD/ Graphics Project Admin. PE EIT PE EIT CAD Admin. $61.00 $65.00 $44.00 $34.00 $47.00 $33.00 $43.00 $47.00 Work Task 5.1 Project Administration (5 months) Hours Cost $4,364.00 76 - -- Prepare and maintain Project Schedule. 4 4 8 $436.00 - -- Facilitate and maintain Project Communications. 24 16 40 $2,264.00 - -- Prepare Progress Reports and Invoices. 20 4 4 28 $1,664.00 5.1 Project Meetings and Documentation 72 $3,684.00 -- Project Kickoff Meeting (1) 4 6 10 $524.00 Formal plan /document Reviews (3) 10 10 6 26 $1,372.00 -- Interactive Field Review (1) 4 6 6 16 $806.00 - -- Project Coordination Meetings (2) 6 8 3 3 20 $982.00 5.2 - -- Quality Assurance Review 6 10 $650.00 Implement Quality Assurance Review Procedures 6 $390.00 - -- Comment Response Verification 4 4 $260.00 5.3 Data Collection and Review 88 $4,034.00 - -- Receive and Setup City - provided Survey. 2 16 8 26 $1,178.00 -- Review City - provided survey base maps in field. 4 6 6 16 $806.00 Review City - provided triangular irregular network (TIN) model. 2 2 12 16 $780.00 Exhibit B Agreement No. AG -C -414 Page 3 of 9 initials job title direct rate EXHIBIT B FEE SCHEDULE (BACKUP) Quality Assurance Revinwer Sr. Engr. Project Roadway Mana•er En•ineer Tim Andrea Sr. PM PE Design Utility Design CAD/ Project En•ineer _ En•ineer En•ineer Gra•hics Admin. Liz Michael Ben Elizabeth Dawn EIT PE EIT CAD Admin. $61.00 $65.00 $44.00 $34.00 $47.00 $33.00 $43.00 $47.00 Work Task Hours Cost -- Review City- provided as- builts, plans, reports, utility 2 4 4 12 8 records etc. 30 $1,270.00 5.4 Geotechnical Engineering - Sub - Consultant Task 8 $520.00 - -- Review Draft Geotechnial Report 4 4 $260.00 - -- Review Final Geotechnial Report 4 4 $260.00 5.5 SEPA Checklist Assistance (Optional Service) 6 $312.00 - -- (Optional Service) Project Description 1 1 $65.00 - -- (Optional Service) Preliminary Quantities 1 2 2 5 $247.00 5.6 Utility Coordination 26 $1,106.00 - -- Identify Potential Utility Adjustments /Relocations 2 4 8 4 18 $814.00 - -- 5.7 Review City - provided Locates and Measure -downs Conceptual Design (15 %) 2 6 8 240 $292.00 $10,156.00 a. Prepare draft and final Design Criteria Memorandum. 1 3 8 4 16 $796.00 b. Setup InRoads Alignment Files 1 2 8 11 $543.00 b. Evaluate existing road profiles, cross sections and draina•e •atterns. 1 4 12 8 4 2 31 $1,375.00 b. Evaluate existing water -and utility - locations. 2 4 8 14 $582.00 b. Prepare conceptual Roadway Plans and Cross - sections. 1 6 24 40 71 $2,867.00 b. Prepare conceptual Storm Drainage Plans and Sections. 1 4 12 20 37 $1,545.00 b. Prepare conceptual Water Main Plans and Sections. 1 2 8 20 31 $1,227.00 c Prepare preliminary design quantities and estimate of •robable construction costs. 1 4 4 8 4 8 29 - $1,221.00 5.8 Intermediate Design (50 %) 305 $12,814.00 ___ Incorporate desired concept refinements resulting from 15 °o desi•n review. 4 8 8 8 8 36 $1,524.00 Exhibit B Agreement No. AG -C -414 Page 4 of 9 EXHIBIT B FEE SCHEDULE (BACKUP) a. initials job title direct rate Work Task Quality Assurance Project Mana•er Tirn Roadway En•ineer Andrea „ Design En•ineer Liz Utility En•ineer Michael . Design En.ineer Ben CAD/ Gra•hics Elizabeth Project Admin. Hours Cost $2,723.00 Reviewer Sr. En • r. Dawn Sr. PM PE EIT PE EIT CAD Admin. $61.00 $65.00 $44.00 $34.00 $47.00 $33.00 $43.00 $47.00 1 Refine vertical roadway design to maximize close tie -in with existing "edge conditions ". 6 16 36 8 67 b. Refine horizontal /vertical storm drainage design. 1 6 12 20 8 47 $2,019.00 c. Prepare Title Sheet and Legend Sheet. 2 2 $86.00 d. Prepare 50% Typical Sections and Details. 1 4 4 9 $369.00 e. Prepare 50% Roadway and Drainage Plan /Profiles. 2 6 12 12 8 8 16 64 $2,776.00 f. Prepare 50% Channelization Plans. 1 2 6 9 $357.00 g Prepare 50% Water Main plan and profile, valves, h drants services fittin. call -outs and notes. 1 2 4 16 8 31 $1,251.00 h. Prepare 50% Water Main Details 2 2 4 2 10 $442.00 l' Prepare listing and /or copies of proposed Auburn and WSDOT standard details. 1 1 2 $67.00 j. Prepare 50% list of bid items, quantities, and estimate. Prepare PDF's and transmit 50% Design Plans, Bid Items, and Estimate to Cit for review. 4 4 2 6 4 6 2 24 4 $1,026.00 $174.00 5.9 Final Design PS&E (95 %) 359 $16,361.00 a. Prepare Title Sheet, Index, General Notes, Legend, Symbols, and Abbreviations. 2 8 10 . $432.00 b. Refine Typical Roadway Sections and Paving Details. 1 2 4 2 4 13 $523.00 c. Refine Roadway and Storm Drainage Plan and Profiles. 2 4 12 12 8 8 16 62 $2,646.00 d. Prepare Intersection Detail Sheets. 2 10 20 10 42 $1,680.00 e. Prepare Miscellaneous Roadway, Storm Drainage, and Edge Mitigation Details. 1 2 2 8 8 8 16 8 10 27 36 $1,159.00 $1,464.00 f Refine Water Main Plan /Profiles, Notes, Fitting Call -outs, and Restoration Details. g. Refine Water Main Connection Details. 2 4 12 8 26 $1,058.00 h. Refine Channelization, Notes, and Details. 1 2 4 7 $289.00 i. Prepare Sign Standard Installation Details. 2 4 6 $224.00 Exhibit B Agreement No. AG -C -414 Page 5 of 9 EXHIBIT B FEE SCHEDULE (BACKUP) j. initials job title direct rate Work Task Prepare Proposal Bid Items in City standard format. Quality Assurance Project Mana•er Tim Roadway En.ineer Andrea , Design En•ineer Liz Utility En•ineer Michael Design En•ineer Ben ., CAD/ Gra•hics Elizabeth „ Project Admin. Hours 8 Cost Reviewer , Sr. En r. Dawn Sr. PM PE EIT PE EIT CAD Admin. $61.00 $65.00 $44.00 $34.00 $47.00 $33.00 $43.00 $47.00 4 2 2 $442.00 k -I. Prepare Special Provisions in City standard format. 2 22 4 4 32 $1,916.00 m. Calculate Final Bid Quantities for Proposal Bid Items. 2 6 8 8 8 8 40 $1,776.00 n Prepare Estimate of Probable Construction Costs for Proposal Bid Items. 2 6 2 2 12 $694.00 o Perform Senior in -house 95% Quality Assurance and Constructabilit Review. 4 12 6 6 28 $1,570.00 Transmit 95% Design Plans, Project Provisions, Special Provisions and Estimate. 2 6 2 10 $488.00 5.10 Final Bid Documents (99 %) 116 $5,624.00 a. Prepare Final Documents incorporating responses to 95% PS &E comments. 4 16 24 8 24 8 8 92 $4,348.00 b. Perform Senior in -house 99% Quality Assurance Review. 2 6 4 4 16 $876.00 c 5.11 Transmit 99% Design Plans, Project Provisions, Special Provisions, and Estimate for final review. Final Bid Documents (100% Bid - Ready) 2 4 2 8 $400.00 $1,742.00 38 a. Prepare Final Construction Documents incorporating responses to 99% comments. 4 8 4 8 4 28 $1,256.00 b. Transmit Final Plans, Provisions, Special Provisions, and Estimate. 2 4 2 2 10 $486.00 5.12 Assistance During Bidding (Optional Service) 24 $1,206.00 b. (Optional Service) Answer questions from City during biddin.. 4 6 6 16 $806.00 c (Optional Service) Prepare Addenda, if necessary, to clad answers to bidder's uestions. 2 4 2 8 $400.00 5.13 Construction Period Services 68 $3,338.00 a. Attend Preconstruction Conference. 4 4 $260.00 b c. (Optional Service) Attend up to 1 meeting and /or special ins • ections. (Optional Service) Respond to RFI's. 4 4 2 8 6 12 $348.00 $612.00 d (Optional Service) Prepare revised design and plan heets in response to chan.es re.uested by the City. 2 8 6 16 $764.00 Exhibit B Agreement No. AG -C -414 Page 6 of 9 initials job title direct rate EXHIBIT B FEE SCHEDULE (BACKUP) Quality Project Assurance Maria •er Reviewer A Tim Sr. Engr. $61.00 Sr. PM Roadway En •ineer Andrea PE Design Engineer Liz EIT Utility Design CAD/ En •ineer En • ineer Gra • hics Project Admin. Michael I Ben_ 1 Elizabeth Dawn PE EIT CAD Admin. $65.00 $44.00 $34.00 $47.00 $33.00 $43.00 $47.00 Work Task Hours Cost e. Prepare Record ( "as- built ") Drawings. 2 4 4 20 30 $1,354.00 5.14 Project Closeout a,b. Electronic File Transfer and Archive 2 4 4 1 4 14 14 $666.00 $666.00 Misc Total Hours Labor Costs 35 281 344 205 $2,135 $18,265 $15,136 $6,970 225 - $10,575 200 156 4 1,450 $6,600 $6,708 $188 $66,577.00 Overhead Rate 122.88% $81,809.82 Fee (as a % of direct labor) Rate 27.00% $17,975.79 Total Direct Labor Cost Rate $114.73 per Hr_ $166,363 ianeous Expenses: Reimbursable Cost Item Federal Express / Courier $0 Phone $0 Fax $0 Postage $0 Graphic supplies $0 Photography $0 Travel expenses (mileage) $350 Reproduction $150 Traffic counts $0 Traffic accident data $0 Total Reimbursable Expenses ][ $500_ Exhibit B Agreement No. AG -C -414 Page 7 of 9 Subconsu Tasks 17 through 21 tants: Firm Subs Cost $31,696.10 AMEC - Geotechnical Services $0 $0 $0 $0 $0 $0 $0 $0 $0 Total Subconsultants ji _ $31,696.10 TOTAL ESTIMATE $198,558.70 EXHIBIT B FEE SCHEDULE (BACKUP) AMEC - Geotechnical Services Breakdown of Labor Costs Personnel and Hour/ Rates Per Category /,f//%7, ,.ate c G; Task Description $68.15 $47.16 $40.45 $37.27 $34.16 $28.00 $20.40 Schematic Design Support Site Exploration Recon and map surface streets 8 Field Preparation 2 4 Concrete Coring Drilling (2 days) 4 20 Geotechnical Research and Report Preparation Figures Based on Surface Mapping 8 8 Engineering Analysis 2 8 16 Report Preparation 2 16 35 8 6 Project Management 12 Consultation One meeting with City 3 3 Two meetings with Jacobs 4 4 Subtotal 4 49 98 0 0 16 6 Total Labor Costs per Level _ $273 $2,311 $3,964 $0 _ $0 $448 _ $122 Total Labor Costs 7,118 Breakdown of AMEC Expenses and Laboratory Testing /,/ / Mileage Federal Rate $295.00 Misc. Expenses 1 $0.00 Subtotal Expenses $295.001 Laboratory Testing /6"/ ti-P/O"' Consolidation 2 Each $550.00 $1,100.00 Organic Matter 4 Each $100.00 $400.00 Density 4 Each $35.00 $140.00 Grain Size 7 Each $100.00 ' $700.00 Moisture 7 Each $10.00 $70.00 0 Each $0.00 Markup @ 0% $0 'Subtotal Laboratory 52,691 I Total Expenses and Laboratory Testing $2,986 Exhibit B Agreement No. AG -C-414 Page 8 of 9 r U C7 0 z c rn c a w o Eao r9 m a) X Q) a3 w< HHIIHhI 11111 1 CO CO tO CD o o in CO Nl- 1—YI—==1�. Csi x1Y11111- -INfl�= ■ Li 5 r U C7 0 z c rn c a w o Eao r9 m a) X Q) a3 w< Breakdown of Subcontractor Expenses Drilling - Quote from Geologic Drill Concrete Coring Traffic Control Plans Traffic Control Exhibit B Agreement No. AG -C-414 Page 9 of 9 EXHIBIT B FEE SCHEDULE (BACKUP) 1 LS $ 4,840.00 $4,840 1 Each $ 350.00 $350 1 each $ 250.00 $250 2 days $ 600.00 $1,200 0 Markup @ 0 /o $0 Subtotal Subcontractor Expenses $6,6401 Total Subcontractor Expenses DIRECT LABOR COST OVERHEAD @ 183.07 FIXED FEE @ 0.27 EXPENSE SUBTOTAL $7,117.94 813,030.81 81,921.84 $9,625.50 86,6401 (TOTAL COST ESTIMATE $31,696.101 EXHIBIT C DIRECT NON - SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at 55.5¢ /mile or the current approved IRS rate It is understood that all reimbursements are at cost and as shown in Exhibit B. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and /or environmental consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts as shown in Exhibit B. Exhibit C Agreement No. AG -C -414 Page 1 of 1 CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and /or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement # (i.e.: AG -C -115). • Project number(s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right -of- way, or construction) or task order number. • Direct salary (base salaries). • Indirect salary (benefits). • Direct non -salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non -salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract — total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15`h. • For grant/special funded projects there might be other special information needed, reference the LAG manual. Exhibit D Agreement No. AG -C -414 Page 1 of 2 • .�• Task Amount Authorized Prior Invoiced This Invoice Total Invoiced To Date % Ex ended % Com.leted Amount Remainin• Original Contract $22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF* 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 -- $ 19,793.51 City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter, Project Engineer Agency Agreement #: AG -C -010 SAMPLE INVOICE Invoice #: 5222 Progress Payment #: 2 Invoice Date: February 10, 2008 Project Name: Thomas Nelson Farm Project #: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hour Rate Amount Mike Jones, Princi•al in Char •e 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processin• 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal 2 $ 50.00 $ 749.00 Ex •enses see attached documentation Char • es Multi • lier Amount Mike Jones, Princi•al in Char•e 20 miles x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processin• $ 29.00 x1.1 $ 31.90 Consultant Ex •enses Subtotal 2 $ 50.00 $ 72.49 Consultant Total: SUB CONSULTANTS (see attached documentation) $ 821.49 Subconsultant Hours Hourl Rate Amount ABC Environmental, Inc., Civil En•ineer 10 $ 100.00 $ 1,000.00 Electrical Consultin • , Electrical En •ineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical En •ineer 10 $ 100.00 MRF 1,000.00 Movin• Com.an , Movin. Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multi . lier $ 2,860.00 Subconsultant Total: $ 2,860,00 TOTAL DUE THIS INVOICE -- $ 3,681.49 Note: MRF= Management Reserve Fund * Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Exhibit D Agreement No. AG -C -414 Page 2 of 2 AMENDMENT #1 TO AGREEMENT NO AG-C-414 BETWEEN THE CITY OF AUBURN AND JACOBS ENGINEERING GROUP RELATING TO PROJECT NO. CP1201, 2012 LOCAL STREET PAVEMENT PRESERVATION THIS AMENDMENT is made and entered into this day of 2012, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Jacobs Engineering Group (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG-C- 414 executed on the 25th day of January, 2012. The changes to the agreement are described as follows: 1 CONTRACT TERM: The term of the Agreement for Professional Services is extended to February 28'h, 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-414 executed on the 25th day of January, 2012 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. JACOBS ENGINEERING GROUP CITY F URN By 7 Auth iced igna urO Peter B. ewis, Mayor ATTEST (Optional): ATTEST By L Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr a as r Attorney for (Other Party) badiel B. Hei , Au r City kqrney Amendment No. 1 for Agreement No. AG-C-414 Jacobs Engineering Group Page 1 of 1 ,. CITY 01 , tiBt JRN Peter B. Lewis, Mayor WAS I I I N(H'ON 25 west Main Street i Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 9, 2013 Tim Hedges Jacobs Engineering Group 600 108th Avenue NE, Suite 700 Bellevue, WA 98004 RE: Agreement for Professional Services, AG-C-414 Project No. CP1201, 2012 Local Street Pavement Preservation Dear Mr. Hedges: This letter is to inform you that the above-referenced Agreement for Professional Services is being closed at this time. Our records indicate that we processed the final payment for this agreement on November 14, 2013 for invoice #W3X62700- 04 in the amount of$1,870.54. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by December 23, 2013. Thank you for your firm's professional services in work related to the 2012 Local Street Pavement Preservation project. If you should have any questions, feel free to give me a call at 253.804-5034. Sincerely, Seth Wickstrom Project Engineer Community Development & Public Works Department SW/cw/mh cc: City Clerk AG-C-414 CP1201 Au [MR N 4 M( R 1 TI IAN you NA( UNIA)