Loading...
HomeMy WebLinkAboutAG-C-422 CH2M Hill V/ � � Su lemental A reement� o`�a"�aU°"a"d'°dd'�ss PP 9 cH2M HIl.L,��. Number 1 1100 112ih Avenue NE, s�te soo - _ — - Bellewe, WA 98004 Original%\qreement Number AG-C�22 Phone: 425�53-5000 Project Number Execution Date Completion Date Not A licable 5/30/2012 6/302014 ProjectTitie New Maximum Amount Payable CP1119:F'u St. SE to Hemlock St. SE $ 521,016.02 Description of Work Additional services related to incorporation of utility under-grounding. The Local f�qency of City of Aubum " desires to supplement the agreement entered into with CH2M HII.,L, Inc. and executed on 5/30/2012 and ident�ed as Agreement No. AG-C�22 All provisions in the basic agreement remain in effect except as expressy modfied by this supplement. The changes to the agreement are described as follows: I Section 1, SCOPE OF WORK, is hereby changed to read: Ser Fxhihii A_1 �� Section IV,TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for complefion of the work to read: �L�1�4 10 Seetion V, PAYMENT, shall be amended as follows: The cmm�encatinn fnr c��nlPrneninl servirec ic�idl 016 09 ac n�rtlinrd�in Fxhihit F_1 as set forth in the attaehed Exhibk A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as sTated above, please sign in the appropriate spaces. below and retum to this office for final action. ' By: ; By: � � � � �� Con �Itarrt Signature Approving Authority SigriaWre Brian Painiey,Vice PresideM q���a�,� DOT Fortn 740�063 EF �� • � Revised 9/2005 Exhibit A-1 Auburn Way South Corridoc Improvements FirSt SE to Hemlock St SE Project CP1119 - Amendment 1 Scope of Work The scope of workiramended as follows: T0.SK 1 1. Project 'ManagemeM (Amended) Due to the incorporotion of utility undergrounding,additional project management is required for providing werell project administration,team managemeM,schedule management,scope andbudget management,and the.preparation of progress reports and invoicing.The original scope of work assumed a projec[duration of 11 moMhs.The projed durotion for design is assumed to be 19 months. Deliverables: • Invoices and progress reports including budget status • Schedule updates T0.5K 5 5. Agency, Stakeholder, Tribal, and Community Coordination (Amended) AddRional coordination support is needed for communication with property owners,MIT,and the CITY beyond the original scope of work.This task includes the preparation of figures,graphia,and plots to support coordination efforts. Delive2bles: • Property owner figures • Projed plots TASK 6 6. Right of Way (Amended) - TableA is amended as follows: . rIn < � 'T v �..��4 . . � r,�-�-7"�nr �.—ey^.V' _ � t L i"'� J ' �(�? ,� t t' �f � ��j t�-�+Amendment to TABLE A . ".k t � (' .. Yh �,'„.*i•"' w" r",'. .. .,1 . h �...ly.�.�..._.�. . __. .� . _ . _.,____>_ -- Perrnanent T�O�Y . 7ax Parcel _ Gonstruction No No . Owner Fee Simple Easement or �merrt or Dedication - -Perrnit CP1179 . _ - - 12 2121059040- HS Kan Co ration X X. - 13 2121059�53 HS Kan Co ration X X " 14 2121059050 Johnson X X AG-C-422 AMENDMENT 1 � SCOPE-0F WORK PAGE 1 OF 5 CV1119 . . , . . ,: .:; : 6.11 Project Funding Estimate (PFE) and Administrative Offer Summaries (AOS) The CONSULTANT shall calculate and establish right of way lines using assessor maps,recorded plats and surveys,and title report information.The CITY shall provide the CONSULTANT with titie reports and supporting documentation. The Projed Right of Way Plans will be modified to add 1 new sheet. The CONSULTANT will prepare a Project Funding Estimate(PFE)per WSDOT Local Agency Guidelines— Sedion 25 for the acquisitions needed associated wkh the added project elemenu desvi6ed in Tazk 7.15. 7he CONSULTANT will prepare Administrative OfferSummaries(AOS)per WSDOT Local Agency Guidelines—Sedion 25 for the acquisitions needed associated with the added project elements described in Task 7.15. Deliverables: • Right of Way Plan • Projed Funding Estimate(PFE) • Administrative Offer Summaries(AOS) 7ASK 7 7. Contract Drawings (Amended) 7.1 General The CONSULTANT will develop a construction sequencing outline for the project that will describe.the anticipated order of work.An addkional drawing isnecessary to depict generel notes and construction sequencing. Deilverables: ' • General Notes and Construction Sequencing Outline Sheet 7.3 Roadway Two addRional intersection grading drewings are necessary to describe the greding details and curb ramp data forthe project. Deliverables: • Intersection Grading Plans and Curb Ramp Data Sheet 7.4 Final WSDOT Channelization Documentation The CONSULANT will prepare documenWtion for the approval of an access deviation,per WSDOT requirements,for Auburn Way South improvemenu.,The CONSULTANT will prepare documeMation for Clear Zone for the projed for WSDOT approval of the Channelization Plan and Project Analysis Report.. Deliverables: • Access Deviation, Draft and Final • Clear Zone letter, Draft on City letterhead AG-C-422.AMENDMENT 1 SCOPE OF WORK PAGE 2 OF 5 fP1119 7.5 Site Prep and Temporary Erosion and Sedimentation Control Two additional.Site Prep and TESC Plans are necessary to depic[the design for the project due to the larger project footprint than originally planned. Deliverebles: • Site Prep and TESC Plans 7.8 Traffic Pians , Two add'ttional Striping,Signing,and Illumination Plans are necessary to depict the design focthe project due to the larger project footpriM than originally planned. Deliverebles: • Striping,Signing,and Illumination Plans 7.12: Joint Trench Coordination and Design The CONSULTANT may not proceed wkh this task without written authorization from the CITY. The CONSULTANT will compile utility undergrounding design plans from Puget Sound Energy(PSE), Comcas[,and CenturyLink. The CONSULTANT will coordinate with each utility company to confirm their design is consistent and compatible with the roadway design. This will be accompiished through meetings and correspondence with each utility company and the CITY.The CONSULTANT will provide base map sheeu to each utility company foruse in their individual design. The CONSULTANT will prepare Joint Trench Design plans and details for the project to illustrete the locations of the joint trench, utility vaulu, handholes,closures and pedestals.The CONSULTANT will develop two(2)typical trench sections for the joint trench.The CONSULTANT will incorporate special provisions provided by. the utility companies iMO the projecc specifications.Where conflicts are identified between tAe otil'tty undergrounding design and the current design stormwater,illumination,and traffic signal equipment locations,the CONSULTANT will coordinafe with the utility companies to rtiake adjustmenu to the utility, company locations to ayoid conflicts. Where significant modifications are ident�ed the CONSULTANT. will alert the CITY prior to making revisions. The CONSULTANT will develop a co�struction cost estimate for each utility company facilityrelowtion that will include the construdion costs for the joint trench and installation costs for the associated conduiu,vaults,handholes,closures and pedestals. Quantkies for conduiu;vaults, handholes,closures and pedestals witl be provided by each utility company for their facilities. The CONSULTANT will inwrporate the construction cosGS into the total project construction estimate and create three addkional bid schedules(B;C,D)forthebid package. Deliverobles• • JoiM Trench Plan Sheets ' • Construction Cost Estimate per utility • Revised total project Construction Cost Estimate • Revised Bid 5chedule • Utility Retocation Special Provisions AGCi22 AMENDMENT 1 . SCOPE OF�WORK PAGE 3 OFS �3319 Task 7.13 Incorporation of Undergrounding of Overhead Utilities The CONSULTANT will update the projed drawings to incorporate utility undergrounding of overhead utilkies:The following discipiine plans will be updated:Generel5heets,Site Preparation and TESC, Paving, Utility and Dreinage, Illumination,Tra�c Signal, Landscaping.Projec[quaMkies and cost estimete willbe updated. Delivera6les: • Revisions incorporated into 99%Plans • Revisions incorporeted into 99%Cost Estimate Task 7.14 Property Irrterface Architecture and Design Modifications to the property walkway,stairs,and wail are necessary at 3202 Aubum Way South and 3230 Auburn Way South because of the widening of Auburn Way South and Hemlock Street SE.Through coordination with the property owners, it has been determined that these private properry improvemenu will be constructed by the CITY's coMrector as part of the construdion bid package.This task covers the development of plans, details,cost estimate;and construction documenu for these improvements. Deliverables: • 30961evel Plans and Details for CITY and property ownerreview and comment • Revised total projed Construction Cost Estimate e Revised Bid Schedule • Property Improvements Special Provisions • Inclusion of the Property lmprovements in the 99%Submittal Task 7.15 Eastbound Merge Lane Extension In order to meet WSDOT requirements for merge lanes,the CONSULTANT will develop the design for a merge taper for two eastbound lanes on Auburn Way South east of Hemlock Street SE, incorporate the design into the projed plans,specifications,and cost estimate,and provide right of way negotiations and acquisition services for the addkional right of way needed.The additional right of way efforts are described under Task 6. The CONSULTANT will revise the projec[plans to include the taper design.The design will include asphak paving wide enough to accommodate the merge taper and a pedestrian walkway;curb,gutter, and sidewalkis not included in the design.The project storm water report will be revised to address the � eMension. This task includes surveying and basemapping of an additional 600 ft along Aubum Way South.The CONSULTANT will establish the existing right of way wRhin the limRs of the merge taper.The CONSULTANT will provide the CITY with a 30%level strip map showing the preliminary design layout and base map for review and comment.. The WSDOT Channelization Plans will be mod�ed to add:1 new sheet.The CONSULTANT will revise the Project Ana�ysis Report to document the merge taper design.No additional deviations are required. Modifications to the Project Plans are anticipated for the following disciplines: - 1 new Survey Control and Right of Way Plan,modifications to 1 sheet. AGC-422 AMENDAAEM 1 � SCOPE OF WORK PAGE 4 OF 5 W1119 - 1 new Site Preparation and TESC Plan, modifications to 1 sheet. - 1 new Roadway Typical Section - l new Utility:Plan,modifitations to 1 sheet. - lnew Signing,Striping,and Illumination Plan, modifications to 1 sheet. Deliverables: • Property Improvemenu Pianrand Details • Revised total project Construction Cost Estimate • Revised Bid Schedule • 30%Sfrip Map for City review and comment • Revised WSDOT Channelization Plans and Report • Inclusion of Design with 95%Plans,Specifications,and Estimate.Re-Subm'rttal AG-C-422 AMENDMENT t � SCOPE OF WORK. PAGE 5 OF 5 CP3119 Exhibit E-1 Aniendment 1 Consultant Fee Determination-Summary Sheet Project CP1119: Aubum Way South Corridor Improvements CH2MHil1 6nAloyee Or Category Hrs. x. Rate = Cost Quality Manager 1 $ 8370 $ 83.70 Project Manager 132 $ 65.89 $ 8,697.48 §eniorEngineer 41 $ 72.07 $ 2,954.87 Project Engineer 112 $ 56.59 $ 6,338.08 Task Engineer 108 $ 50.50 $ 5,454.00 Design Engineer 205 $ 43.20 $ 8,856.00 Designer 24 $ 37.41 $ 89Z:84 Survey Lead 35 $ . 43.11 $ 1,508:85 CADSurvey 30 $ 33.93 $ 1,01Z.90 CAD Tech 328 $ 36.09 $ 11,83Z:52 Survey Tech 10 $ 24.24 $ 242.40 Office 33 $ 26.52 $ 875.16. Total Hrs. . 1,059 $ 48,763.80 Direet Salary Cost $ 48,763.80 Overhead Cost � 131.03% of Direct Labor $ 63,894.23 Nef Fee � 30.0% of Direct Labor $ 14,629.14 Total Overhead 8 Net Fee Cost $ 78,523.37 Direet Salary Cost S 727,287:17 Direet Expenses Cost Mileage $0.565 /Mile $276.85 Survey Truck 2 $57 /day $114.OD Total Station/GPS Recoveries 1 $139 /day $139.00 Smart Pole TPS 1 $167 /day $167.OD SubbTotal Direct Expenses $696.85 Subcontracts - Universal Field Services $13,032.00 Sub-Tota1 Subeontracls $13,032.00 Total Fee $141,016.02 AG-C-421 Amendment 1 Consultant Fee Detertnination Page 1 of 3 CP1119 Exhibit E-1 Amendment 1 Consultant Fee Determination -Summary by Task Project CP1119: Aubum Way South Corridor Improvements, Flr 3treet SE to Hemlock Street SE 8/16/2013 GH2AA HILL CH2M Labor Subcontraats Expense Total Overall Total Task Hours Project anagement(Amen e 70 S 8,750.86 S - 3 - $ 8,750.86 Agency,Stakeholder,Tribal,and Community Coordina 66 S 9,188.33 $ - S 93.23 $ 9,289.55 Right of Way 52 $ 6,337.88 $ 13,032.00 $ - $ 18,369.88 Contract Drawiogs 249 $ 28,10220 $ - S - S 28,102.20 Joint Trench Coordination and Design 170 $ 23,542.90 $ - $ 93.23 $ 23,836.12 Incorporatlon of Undergrounding of Overhead Utllitles 110 $ 14,074.85 $ - $ 90.40 $ 14,105.25 Property InterFace Architecture and Design 124 $ 14,385.25 $ - S - $ 14,38525 East End Merge Taper 218 $ 22,957.10 $ - $ 420.00 $ 23,377.10 Ma�a ement Reserve Total 1,059 $ 127,287.17 $ 13,032.00 $ 886.85 $ 141,016.02 Exoense Breakdown Percentaae CH2M expenses $ 896.85 0.5% Subcontracts $ 13,032.00 9.2% Total $ 13,728.85 9.7°k AG-C-421 Amendment 1 Consultant Fee Determination Page 2 of 3 CP1119 Etl�YE1 �1 Can�laqFwdYmSiWm abanmm cvt�tY nuwn Nhv eounca+por�nwwv�w�Me.Ftr BOM eE m IMnbrk sur�SE G1B7J CH3MHIII Tohi T�s Mtsriptlon Oual.1y Pmfq 6enipr P�pJW TatkEpinwr 0a n Os Survq a urvaY Survy Olfiro A4ru9a Marraper Engnasr E�qNear �p�r CH3M Ei PNRi EB E8 EI E] E3 E3 TO TO T3 T2 W Teul RHn {p].1U {85.l9 ' �1t.01 6p {30.60 {I].Ep W.10 7Ji.11 H3.1i t]].Y] i�E.OY f3111 i]8.6t ' - ', ToW - TaY TMY T T T i T ToLI T Toui T oUl Twel M M M M M In M M �n �n M M �n f i.t 8a�}hMwqmw� p 6 +�_ �• � �e �e u ta n..w svwu.�amma �9 �9 u o ai ro ' .�k .wrw�r..TO�4�rt..s.+arcawarm � - '- -� - ' s.� ww�vom.cwa�rawsa� iz ie e ae 6.t '�a"'n'c°°u"ea^ 18 t8 S.I ��bGwa�+msooa� B 8 1] !IT 4__9_ _A_'__0 88 ��ts wyaarsr —' - d �. F+✓�� 8 10 B B Yp R EummYq�a6 2 5 T npaawqieyieen�pMyawm B 8 1B � — _"_ _. .- __-__ _ 1 �ak eawraooMnw �—L �4 _ _ _ .Q3 �.1 aw�.tinw.nacmemme � e e � zo ].9 wnwa�wwn �auven Omenrob 1 �0 f0 BC 1.1 �waooTq�.xuampee�w�um � S P 1 11 �.S ebFro�aiEx 1 20 ZB JO BO 1.8 pa+�aaNapm�wnmw+ I 2� 18 JO 11 ] Y 18 0 0 0 1� fae � .I= M�TYaCm�YmMp� . • �T^^mo"4' 10 M ZO �0 110 Wwl�nau�YtlUqrCaaa�nµR� 'j(� M � 4�.-�tQ_ _ 6 .17 �PMmauwOw�pMawn�YUmss nwmadml aa.nWUSw f0 ZO 30 ]0 bn°°iWM^a��naW'c^^a^em1�Vm[^Oaab�a 1B t� uNB�q �p 3 _ '_114._�. 6 .1� FeMM���b+M�w�wowy� R°o"d�'�"�°�"�. �^ 1f ]8 1t BI 111 -�if1 i 0 __Y_-'. _ 0 121 ! .1! FriFMYrpTpx - —' � - �- •^`�'"�e 1 13 10 10 35 �a���'o 2 8 � 1� xmoicn�.hhqenpw 1 � B 13 �� d � 1 B 12 er �NiFAC 1 ! 1 1Z ZS PsfnlTYdulNtltlY � 3 9 1� P Maavrw� 3 1E II 13 � I 13 18 Moc`wmvw 10 16 31 co+Ednr� y j 8 1� r o tt �i u e: �o a - iie - TOTALS t �a �� ��� �a ms o s� u m om �o u +.oao �c�c���,�.m�,.�v i CanWteM Fe�DHMNn�lbn Pp�]019 CP111p P�- 3, ► (0. --) T Supplemental Agreement pP 9 Organization HIL, Inc. Address cl]zn�t 1nI.L., Inc. Number 1 1100 112th Avenue NE, Suite 500 Bellevue, WA 98004 Original Agreement Number AG -C -422 Phone: 425- 453 -5000 Project Number Execution Date Completion Date i Not Applicable 5/30/2012 6/30/2014 Project Title New Maximum Amount Payable CPI 119: Fir St. SE to Hemlock St. SE $ 521,016.02 Description of Work Additional services related to incorporation of utility under - grounding. The Local Agency of City of Auburn desires to supplement the agreement entered into with CH2M HILL, Inc. and executed on 5/30/2012 and identified as Agreement No. AG -C422 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Inne 30, 2014 III Section V, PAYMENT, shall be amended as follows: The rnmpencatinn for supplement^) se vireo is $141.,016 0? n nntlined in Exhibit F_I as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. �\ B DOT Form 140 -063 EF Revised 9/2005 2 Authority Signature �('a„Slao t Date Exhibit A -1 Auburn Way South Corridor Improvements Fir St SE to Hemlock St SE Project CP1119 Amendment 1 Scope of Work The scope of work is amended as follows: TASK 1 1. Project Management (Amended) Due to the incorporation of utility undergrounding, additional project management is required for providing overall project administration, team management, schedule management, scope and budget management, and the preparation of progress reports and invoicing. The original scope of work assumed a project duration of 11 months. The project duration for design is assumed to be 19 months. Deliverables: • Invoices and progress reports including budget status • Schedule updates TASK 5 5. Agency, Stakeholder, Tribal, and Community Coordination (Amended) Additional coordination support is needed for communication with property owners, MIT, and the CITY beyond the original scope of work. This task includes the preparation of figures, graphics, and plots to support coordination efforts. Deliverables: • Property owner figures • Project plots TASK 6 6. Right of Way (Amended) Table A is amended as follows: Amendment to TABLE A Tax Parcel Permanent Temporary Construction No No Owner Fee Simple Easement or Dedication Easement or Permit CP1119 - 12 12121059040 HS Kan Corporation X X 13 2121059053 HS Kan q Corporation X X 14 2121059050 Johnson X X AG -C -422 AMENDMENT SCOPE OF WORK PAGE I OF 5 CP1119 6.11 Project Funding Estimate (PFE) and Administrative Offer Summaries (AOS) The CONSULTANT shall calculate and establish right of way lines using assessor maps, recorded plats and surveys, and title report information. The CITY shall provide the CONSULTANT with title reports and supporting documentation. The Project Right of Way Plans will be modified to add 1 new sheet. The CONSULTANT will prepare a Project Funding Estimate (PFE) per WSDOT Local Agency Guidelines — Section 25 for the acquisitions needed associated with the added project elements described in Task 7.15. The CONSULTANT will prepare Administrative Offer Summaries (AOS) per WSDOT Local Agency Guidelines — Section 25 for the acquisitions needed associated with the added project elements described in Task 7.15. Deliverables: • Right of Way Plan • Project Funding Estimate (PFE) • Administrative Offer Summaries (AIDS) TASK 7 7. Contract Drawings (Amended) 7.1 General The CONSULTANT will develop a construction sequencing outline for the project that will describe the anticipated order of work. An additional drawing is necessary to depict general notes and construction sequencing. Deliverables: • General Notes and Construction Sequencing Outline Sheet 7.3 Roadway Two additional intersection grading drawings are necessary to describe the grading details and curb ramp data for the project. Deliverables: • Intersection Grading Plans and Curb Ramp Data Sheet 7.4 Final WSDOT Channelization Documentation The CONSULANT will prepare documentation for the approval of an access deviation, per WSDOT requirements, for Auburn Way South improvements. The CONSULTANT will prepare documentation for Clear Zone for the project for WSDOT approval of the Channelization Plan and Project Analysis Report. Deliverables: • Access Deviation, Draft and Final • Clear Zone letter, Draft on City letterhead AG -C -422 AMENDMENT 1 SCOPE OF WORK PAGE 2 OF 5 CP1119 7.5 Site Prep and Temporary Erosion and Sedimentation Control Two additional Site Prep and TESC Plans are necessary to depict the design for the project due to the larger project footprint than originally planned. Deliverables: • Site Prep and TESC Plans 7.8 Traffic Plans Two additional Striping, Signing, and Illumination Plans are necessary to depict the design for the project due to the larger project footprint than originally planned. Deliverables: • Striping, Signing, and Illumination Plans 7.12: Joint Trench Coordination and Design The CONSULTANT may not proceed with this task without written authorization from the CITY. The CONSULTANT will compile utility undergrounding design plans from Puget Sound Energy (PSE), Comcast, and Centuryl-ink. The CONSULTANT will coordinate with each utility company to confirm their design is consistent and compatible with the roadway design. This will be accomplished through meetings and correspondence with each utility company and the CITY. The CONSULTANT will provide base map sheets to each utility company for use in their individual design. The CONSULTANT will prepare Joint Trench Design plans and details for the project to illustrate the locations of the joint trench, utility vaults, handholes, closures and pedestals. The CONSULTANT will develop two (2) typical trench sections for the joint trench. The CONSULTANT will incorporate special provisions provided by the utility companies into the project specifications. Where conflicts are identified between the utility undergrounding design and the current design stormwater, illumination, and traffic signal equipment locations, the CONSULTANT will coordinate with the utility companies to make adjustments to the utility company locations to avoid conflicts. Where significant modifications are identified the CONSULTANT will alert the CITY prior to making revisions. The CONSULTANT will develop a construction cost estimate for each utility company facility relocation that will include the construction costs for the joint trench and installation costs for the associated conduits, vaults, handholes, closures and pedestals. Quantities for conduits, vaults, handholes, closures and pedestals will be provided by each utility company for their facilities. The CONSULTANT will incorporate the construction costs into the total project construction estimate and create three additional bid schedules (B, C, D) for the bid package. Deliverables: • Joint Trench Plan Sheets • Construction Cost Estimate per utility • Revised total project Construction Cost Estimate • Revised Bid Schedule • Utility Relocation Special Provisions AG -C -422 AMENDMENT 1 SCOPE OF WORK PAGE 3 OF 5 CP3119 Task 7.13 Incorporation of Undergrounding of Overhead Utilities The CONSULTANT will update the project drawings to incorporate utility undergrounding of overhead utilities. The following discipline plans will be updated: General Sheets, Site Preparation and TESC, Paving, Utility and Drainage, Illumination, Traffic Signal, Landscaping. Project quantities and cost estimate will be updated. Deliverables: • Revisions incorporated into 99% Plans • Revisions incorporated into 99% Cost Estimate Task 7.14 Property Interface Architecture and Design Modifications to the property walkway, stairs, and wall are necessary at 3202 Auburn Way South and 3210 Auburn Way South because of the widening of Auburn Way South and Hemlock Street SE. Through coordination with the property owners, it has been determined that these private property improvements will be constructed by the CITY's contractor as part of the construction bid package. This task covers the development of plans, details, cost estimate, and construction documents for these improvements. Deliverables: • 30% Level Plans and Details for CITY and property owner review and comment • Revised total project Construction Cost Estimate • Revised Bid Schedule • Property Improvements Special Provisions • Inclusion of the Property Improvements in the 99% Submittal Task 7.15 Eastbound Merge Lane Extension In order to meet WSDOT requirements for merge lanes, the CONSULTANT will develop the design for a merge taper for two eastbound lanes on Auburn Way South east of Hemlock Street SE, incorporate the design into the project plans, specifications, and cost estimate, and provide right of way negotiations and acquisition services for the additional right of way needed. The additional right of way efforts are described under Task 6. The CONSULTANT will revise the project plans to include the taper design. The design will include asphalt paving wide enough to accommodate the merge taper and a pedestrian walkway; curb, gutter, and sidewalk is not included in the design. The project storm water report will be revised to address the extension. This task includes surveying and basemapping of an additional 600 ft along Auburn Way South. The CONSULTANT will establish the existing right of way within the limits of the merge taper. The CONSULTANT will provide the CITY with a 30% level strip map showing the preliminary design layout and base map for review and comment. The WSDOT Channelization Plans will be modified to add 1 new sheet. The CONSULTANT will revise the Project Analysis Report to document the merge taper design. No additional deviations are required. Modifications to the Project Plans are anticipated for the following disciplines: - 1 new Survey Control and Right of Way Plan, modifications to 1 sheet. AG -C -422 AMENDMENT 1 SCOPE OF WORK PAGE 4OF5 CP1119 I new Site Preparation and TESC Plan, modifications to 1 sheet. 1 new Roadway Typical Section 1 new Utility Plan, modifications to 1 sheet. 1 new Signing, Striping, and Illumination Plan, modifications to 1 sheet. Deliverables: • Property Improvements Plans and Details • Revised total project Construction Cost Estimate • Revised Bid Schedule • 30% Strip Map for City review and comment • Revised WSDOT Channelization Plans and Report Inclusion of Design with 95% Plans, Specifications, and Estimate Re- Submittal AG -C -422 AMENDMENT 1 SCOPE OF WORK PAGE 5 OF 5 CP3119 Exhibit E -1 Amendment 1 Consultant Fee Determination - Summary Sheet Project CP1119: Auburn Way South Corridor Improvements Employee or Category Hrs. x 2 $57 Rate = 1 $139 Cost Quality Manager 1 $ 83.70 $ 83.70 Project Manager 132 $ 65.89 $ 8,697.48 Senior Engineer 41 $ 72.07 $ 2,954.87 Project Engineer 112 $ 56.59 $ 6,338.08 Task Engineer 108 $ 50.50 $ 5,454.00 Design Engineer 205 $ 43.20 $ 8,856.00 Designer 24 $ 37.41 $ 897.84 Survey Lead 35 $ 43.11 $ 1,508.85 CAD Survey 30 $ 33.93 $ 1,017.90 CAD Tech 328 $ 36.09 $ 11,837.52 Survey Tech 10 $ 24.24 $ 242.40 Office 33 $ 26.52 $ 875.16 Total Hrs. 1,059 $ 48,763.80 Direct Salary Cost $ 48,763.80 Overhead Cost @ 131.03% of Direct Labor $ 63,894.23 Net Fee @ 30.0% of Direct Labor $ 14,629.14 Total Overhead & Net Fee Cost $ 78,523.37 Direct Salary Cost $ 127,287.17 Direct Expenses Mileage Survey Truck Total Station / GPS Recoveries Smart Pole TPS Sub -Total Direct Expenses Subcontracts $0.565 /Mile 2 $57 /day 1 $139 /day 1 $167 /day Universal Field Services Sub -Total Subcontracts Total Fee Cost $276.85 $114.00 $139.00 $167.00 $13,032.00 $696.85 $13,032.00 $141,016.02 AG -CA21 Amendment 1 Consultant Fee Determination Page 1 of 3 CP1119 Exhibit E -1 Amendment 1 Consultant Fee Determination - Summary by Task Project CP1119: Auburn Way South Corridor Improvements, Fir Street SE to Hemlock Street SE 9/16/2013 CWmi^t 3 ' � s` Expense Total Overall Total P .. HILL CH2M Labor r Subcontract �i,,., _5m n 6 Task IFS +, �de Hours Project Management (Amended) 70 $ 8,750.86 $ - $ - $ 8,750.86 Agency, Stakeholder, Tribal, and Community Coordine 66 $ 9,196.33 $ - $ 93.23 $ 9,289.55 Right of Way 52 $ 6,337.68 $ 13,032.00 $ - $ 19,369.68 Contract Drawings 249 $ 28,102.20 $ - $ - $ 28,102.20 Joint Trench Coordination and Design 170 $ 23,542.90 $ - $ 93.23 $ 23,636.12 Incorporation of Undergrounding of Overhead Utilities 110 $ 14,014.85 $ - $ 90.40 $ 14,105.25 Property Interface Architecture and Design 124 $ 14,385.25 $ - $ - $ 14,385.25 East End Merge Taper 218 $ 22,957.10 $ - $ 420.00 $ 23,377.10 Management Reserve 1 Expense Breakdown Percentage CH2M expenses $ 696.85 0.5% Subcontracts $ 13,032.00 9.2% Total $ 13,728.85 9.7% AG -C -421 Amendment 1 Consultant Fee Determination Page 2 of 3 CP1119 E.hwit E4 Consultant Fee Cetemlination City of Au0urn CPI 119 Autum Way Saxe Carl Impmven'e ts, Pe Street SE to H.rl Street SE 9118!13 i CH2MHI11 i i I I I I I I I I Total Element Task Oescnytion Guality P,olect Senior Pmlact Teak EnOmeer Cos, E,,a..r Designer Survey Lead CAD Survey CAD Tech Survey Tech Office Manager Manager En9neer - En, an, Engineer PAIOJ_ EB. �_ _E5 __ E4 _ _ __ E3_ _E3. _ E2 _. T$ _ _ Td __ __ TS T2 _ _ OA 383.]0 385.89 ST2.0] $5859 550.60 54320 $4340 $3141 SIJ.11 53383 f)8 o9 E24 2I 326.52 CH214 Total Rates ' - Total Total Totef Total : iolal Total Ttwl Tate! Total Total Total Total Total hrs hn hrs Ma hr. Ms We hn hn hre hra he Me Total hr, 1 Pr{KIMwp•mm11Amm4.4) 1.1 eN•eul•wa+.o ^^•d B 6 1.2 saoP•Ke euagn Mn.g.m•nl 15 16 32 1.3 Pmgm q.hdoap.,amwMe 18 16 32 Tu a1. 0 39_ 0 -0 0 - -- 0 D - 0 0 -- 0 0 0 12,10_ 2 (Task Ap•ncY.svtMdan. T4ad,vM COmmumty cootmn.gon 3,1 Pme.MOw., COOmna•n 9uge.n 12 16 8 30 5.2 1 A,a, c,—. ons h 16 16 5.3 cammcdhp dnaeon sMgan —18 _66 TmPgO Teta'I _0 34 - ate. �a� —a Via_ �0� Via_ _�0_ 1d_�0��0_ J (Task 6) real .lWry �- a1Wry PWr•. L•e/0.mpYOn.flM1dv J 10 B B 29 FrgKl rundry E•tlm•t• n4A09 2 5 T P�IAt orWyAwmllon me weao•ean 8 B ___1B _ 2 0 10 J 0 0 _1J__0 0 B 0__p Tivi )LTaa _10_ _B_ B —65d _ 10 41T• ]I ].1 o' 0 .... sn an —. 8 rush—on a sdna and CIu I, Isis Nnv d 40 20 l Decgm.nvtlm Fmel M DT GWreu.aM 3 5 2 .1 11 75 so•PnP -e TESC 4 20 26 30 BO_ T,0 slpnlnn sdpmg, mg wanunuon 1 4 24 I6 30 Td 1 Z- 1,6165i I2 8 20 95 0 16 0 - a 9D 0 1 X249 s].tx Jos nmdKCa4N•oM•nd assign _O��T lom TteM Des, 10 dD 2D 40 110 AEGOmY onsua le.r mG uter, n•oon(,I 1 $D l0 fiD _1]0_ 1 rii.n mm 20 10 BO 2D 0 0 0 0 0 ID _0 0_ 8 ].13 aravwlwaaUmg•• InwrroraeM Ot Unbrlon _0 �- —shp maamoaaeondtm4egndtea daen•eewdle•. 20 25 JO ]D Ae4aMw3wYMOm•t rellWlMCwrenWen lUnbrpaneuq d•rM•0 wm•m 18 2d 4D 110_ 1 riik1:4TDUl 1f 0 24 29 20_ 0 0 a a Jo_._oTO_ 6 ].0 PmP,tylavdaC•Artma[N,•ma o•ngn _p il4pn•Fr,pMY monK�,vwl. Ng adaa 12 1 1 36 12 1 64 1 124 1 T. +x )pram 0_ 12 0 36 - R 'D 0 _0— 0 64 0 0��12d� Ens...... ..nen -0 �— �- surv.dmnona 2 10 35 fllry,ItlKY /M�Ing 2 3 4 4 14 WSDOTb,ernwa..'u, I 4 B 13 - E✓+oYG WW Plvrs. B 12 an,t TE C iE9G 1 3 4 25 Rose, q•mM• P,A 1 5 a B 14 no Pam A- no 3 18 24 43 t" w.r 4 12 is 5pinp. segos. •a411urwvum n.0 18 16 34 GwEaHr•• 2 2 12 1 IT;.—' 1 } 4 0 12 4]. 0 B 25 22 62 10 D 218 TOTALS 1 1J2 41 112 1DB 203 0 34 J5 30 RB 10 33 1,059 AGO.421 Amendment 1 Canaullent Fee Oetuisha0tlon Pope tat 3 CA 1119 3,1 to -7 0 N,9, I The Local Agency of the City of Auburn desires to supplement the agreement entered into with CH2M Hill. Inc and executed on May 30. 2012 and identified as Agreement No. AG -C-422 . All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: See attached Exhibit A. Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No change. Section V, PAYMENT, shall be amended as follows: See attached Exhibit E -1. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. — By—� I I . Tuna Le Vice President By Consult nt 6ature 10 -08 -14 Date Organization and Address Supplemental Agreement # 3 CH2M Hill, Inc 1100 1121h Ave NE, Suite 500 Bellevue, WA 98004 Agreement Number Phone AG -C-422 425 -453 -5000 Project Number Federal Aid Number CP1119 Not Applicable Project Title New Maximum Amount Payable Auburn Way South Pedestrian Improvements: Fir St NE to $596,603.47 Hemlock St NE Description of Work Design work for the construction of safety related improvements. The Local Agency of the City of Auburn desires to supplement the agreement entered into with CH2M Hill. Inc and executed on May 30. 2012 and identified as Agreement No. AG -C-422 . All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: See attached Exhibit A. Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No change. Section V, PAYMENT, shall be amended as follows: See attached Exhibit E -1. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. — By—� I I . Tuna Le Vice President By Consult nt 6ature 10 -08 -14 Date EXHIBIT A Auburn Way South Corridor Improvements Fir St SE to Hemlock St SE Project CP1119 Amendment 3 Scope of Work The scope of work is amended as follows: TASK 1 1. Project Management (Amended) Due to the incorporation of project and schedule changes, additional project management is required for providing overall project administration, team management, schedule management, scope and budget management, and the preparation of progress reports and invoicing. The scope of work assumed a project duration of 19 months. The project duration for design is assumed to be 25 months. Deliverables: • Invoices and progress reports including budget status • Schedule updates TASK 5 5. Agency, Stakeholder, Tribal, and Community Coordination (Amended) Additional coordination support is needed for communication with property owners, MIT, and the CITY beyond the original scope of work. This task includes the preparation of figures, graphics, and plots to support coordination efforts. Deliverables: • Property owner figures • Project plots TASK 7 7. Contract Drawings (Amended) Due to the incorporation of project changes, an additional 95% submittal is required for providing the City the opportunity to incorporate changes and review the progress. 7.1 General The CONSULTANT will develop a project site map sheet that shows the limits of CP1118 and CP1119. Deliverables: AG -C -422 AMENDMENT 3 SCOPE OF WORK EXHIBIT A - PAGE 1 OF 3 CP1119 • Project Site Map 7.4 Final WSDOT Channelization Documentation The CONSULANT will prepare documentation for the approval of an access deviation, per current (as of execution of this supplement) WSDOT requirements, for Auburn Way South CP1119 improvements. Deliverables: • Access Deviation, Draft and Final 7.12 Joint Trench Coordination and Design - Potholing The CONSULANT will pothole existing utilities at two locations to support the design of the joint utility trench. This task includes field locating the potholes and updating the project basemap. Task 7.14 Property Interface Architecture and Design This task is removed from the scope of work due to the realignment of Hemlock Street SE and the full property acquisition of the subject parcel. Task 7.16 Revising Hemlock Street SE north of AWS The alignment and configuration of Hemlock Street SE will be revised to align the traffic lanes north of the intersection of AWS with the lanes south of the intersection. Both NE and NW curb returns will be revised. Plans will be updated to reflect this change including Site Prep, Paving Plans, Intersection Grading, Utilities, Channelization Plans, Traffic Signal Plans and details. Quantities and costs estimates will be updated. Right of Way plans will be revised. The WSDOT Channelization Plans will be modified to add 1 new sheet. The CONSULTANT will revise the Project Analysis Report to document the intersection design. No additional deviations are required. Modifications to the Project Plans are anticipated for the following disciplines: - Site Preparation and TESC Plan, modifications to 2 sheets. - Roadway Typical Section — modifications to 1 sheet Paving Plan — modifications to 2 sheets Grading Details— modifications to 3 sheets Utility Plan - modifications to 2 sheets Signing, Striping, and Illumination Plan, modifications to 1 sheet. Traffic Signal — modifications to 3 sheets Deliverables: • Revised total project Construction Cost Estimate AG -C -422 AMENDMENT 3 SCOPE OF WORK EXHIBIT A - PAGE 2 OF 3 CP3119 • Revised Bid Schedule • 30% Strip Map for City review and comment • Revised WSDOT Channelization Plans and Report • Inclusion of Design with 95% Plans, Specifications, and Estimate Re- Submittal Task 7.17 Relocating Stormwater Management Facility Due to potentially contaminated ground water, it is determined that Fir Street is not a suitable location for the infiltration gallery. Flow control and water quality management for the project will be redesigned by the CONSULTANT. An update to the project Stormwater Report will be prepared as a one -page summary memo that describes the revised design and assumptions. This task includes surveying and basemapping of the area(s) for the new storm management facility sites. The CONSULTANT will provide the CITY with a 30% level strip map showing the preliminary design layout and base map for review and comment. Modifications to the Project Plans are anticipated for the following disciplines: - Site Preparation and TESC Plan, modifications to 2 sheets, 1 new sheet. Roadway Typical Section — modifications to 1 sheet Paving Plan — modifications to 4 sheets Utility Plan - modifications to 4 sheets, 1 new sheet Lighting Plan — modifications to 4 sheets Deliverables: • Revised total project Construction Cost Estimate • Revised Bid Schedule • 30% Strip Map for City review and comment • Inclusion of Design with 95% Plans, Specifications, and Estimate Re- Submittal Task 7.18 2014 Specifications The CONSULANT will update project specifications to be consistent with 2014 WSDOT /APWA Standard Specifications and the City of Auburn current standard specs. Deliverables: • Project Specifications AG-C-422 AMENDMENT 3 SCOPE OF WORK EXHIBIT A - PAGE 3 OF 3 CP1119 Exhibit E -1 Amendment 3 Consultant Fee Determination - Summary by Task Project CP1119: Auburn Way South Corridor Improvements, Fir Street SE to Hemlock Street SE 10/2/2014 Task CH2M:,:. HILL" 7 Hours° 'CH2M _ Labor Subcontracts: Expense Total Overall Total Project Management (Amended) 38 $ 5,449.12 $ - $ - $ 5,449.12 Agency, Stakeholder, Tribal, and Community Coordinatior 39 $ 6,005.63 $ - $ - $ 6,005.63 Contract Drawings 64 $ 8,678.24 $ 1,490.00 $ 14.00 $ 10,182.24 Property Interface Architecture and Design -120 $ (14,384.94) $ - $ - $ (14,384.94) Revising Hemlock Street SE 213 $ 27,168.76 $ - $ 92.40 $ 27,261.16 Relocating Stormwater Management Facilities 312 $ 38,934.34 $ - $ 313.60 $ 39,247.94 Update Specs to 2014 9 $ 1,826.31 $ - $ - $ 1,826.31 Management Reserve Expense Breakdown Percentage CH21VI expenses $ 420.00 0.6% Subcontracts $ 1,490.00 2.0% Total $ 1,910.00 2.5% AG -C -422 Amendment 3 Consultant Fee Determination Page 1 of 3 CP1119 Exhibit E -1 Amendment Consultant Fee Determination - Summary Sheet Project CP1119: Auburn Way South Corridor Improvements Employee or Category Hrs. x Rate = Cost Project Manager 66 $ 69.18 $ 4,565.88 Senior Engineer 33 $ 78.81 $ 2,600.73 Task Engineer 88 $ 55.81 $ 4,911.28 Design Engineer 87 $ 48.52 $ 4,221.24 Engineer 58 $ 43.40 $ 2,517.20 Designer 12 $ 37.41 $ 448.92 Survey Lead 11 $ 45.94 $ 505.34 Senior CAD 50 $ 53.94 $ 2,697.00 CAD Tech 127 $ 39.81 $ 5,055.87 Survey Tech 8 $ 24.24 $ 193.92 Office 15 $ 33.90 $ 508.50 Total Hrs. 555 $ 28,225.88 Direct Salary Cost $ 28,225.88 Overhead Cost @ 131.03% of Direct Labor Net Fee @ 30.0% of Direct Labor Total Overhead & Net Fee Cost $ 36,983.81 $ 8,467.76 $ 45,451.57 Direct Salary Cost $ 73,677.45 Direct Expenses Cost Mileage $0.56 /Mile $196.00 Survey Truck 1 $57 /day $57.00 Smart Pole TPS 1 $167 /day $167.00 Sub -Total Direct Expenses $420.00 Subcontracts APS - Potholing $1,490.00 Sub -Total Subcontracts $1,490.00 Total Fee $75,587.45 AG -C-422 Amendment 3 Consultant Fee Determination Page 2 of 3 CP1119 Exhibit E 1 ATendmem3 Consultant Fee Determination City al Auburn CPI 119 Auburn Way South Conker lrrfroarsb s, Fir Street SE to Heri Street SE 01x14 CH21i I I Teul Consent I Task Deacypoon Dually Project Senor P.,. Task Engineer Design Engineer Designer Survey Lead Senior CAD CAD Tech Survey Dion Office Manager Mari Engineer Engineer EnOmeer E] PM03 E6 E5 E4 E4 E3 E2 T5 T4 73 T2 CA $90.00 969.18 $78 IT $58.59 $55.81 348.52 4340 $3]41 5.94 $5394 $39.81 324.24 33.90 Cl Total Rates Total Total "' Tute Total Toto1 Total Term Total -Total Told Total Total Total hi brr :.:.. hra hR hra his b. 'hi bra ore his his his Total —h@- 1 Frgcl Manaaeman114meMM1 t.t snwuleraansaemen 3 3 12 Saowvm WOws.Pineu 10 4 S 19 1.3 lisp, Reri am lmuana B �6 8 16 0 - 0,. -��0 0 .6.. 13 39 z Tasks 5.1 6 3 4 3 5,3 Rgea ROn arm Graphs 8 —U' _0__ —0-1.1-0— � .._�. 6 - -_ 13 I1 18 — 20 VLL 0 . 12 — 0 ,0— 1 � 26 _79� 19 41 u I Task]( ].1 )4 ]t2 cantr Dete Gea Iry s % 5,. 5n tl pon DOneMMOn WSTCh DU Fnd W Jomtmm Oran arm cw one an Pouveno 1 Taak]4 ids 0 3 - 1 0 � t9 0 0 0 -] l x4 12. 0 3 6(ice onw.ny lmenvamnn.¢urc re Dwkn Tu, saw "lnota -e. w1 nibcm 1 TnFag TCtll o�oj� -0 -duo - 22_L_8 , -82 —1120 X120_ 6(].16 RevlJ ea lYmlack sell SE W nass 6 6 1 8 20 ...F ." cwod enn Rgnmwar 4 1 4 4 13 ab ROp wTEsc 51.P 2 8 8 4 20 ROa Tynml I 3 4 a B I.... amend ROWe d", 3 2 161 16 31 O's nn D.uor 3 3 lfi 1 30 Ina Ran 2 4 � 9 9 16 S1,,Q Si .M Namina's- 1 4 1 6 6 17 nisi ark. Rem 3 1 1 12 12 28 Cwt EVmeor im SOSOmI 2 1 fi 1 6 15 _0 16 tfi' 0 12 52 11 61 - 4 4� �IU — 0 0� _213_ 7(7.17) Rtloralry5lu suns, Van.pnn.NFtYM1.. S F, ana der—ores. I 1 4 B 14 9amwls R. uWM. 1 0 I 6 17 ESN RM 2 4 4 1 18 Ste Piep end TESL it new 2 unities moat 3 1 20 4 1 8 28 63 Roam,Roam, T,POI S— .un.S —.una 3 4 4 11 Perin Rai end Prri lm toss 1. s 1 4 15 24 44 Duty Rw mooed mas.I r -1 5 30 20 50 105 Cwt Ckimew 2 B B 6 24 Sousa 7.96 same 0 6 —� 18 —0 9 _ 16 0 79 08 T 40 T�6 6 a 0 0__]12 6�aa4Y.6a.cam3m4 T���— Wa.0 Sww mIDla 1 6 'n _ _ -"-a. —'a - 9 —9 - I Task zo Talc —"o T 6 � 6 6 n— o 0 o - TOTALS 0 66 33 0 88 eT 58 12 11 50 127 8 15 555 AG -C-422 Anerkmem 3 CansWNM Fee Determination Page 3 of 3 CP1119 The Local Agency of the desires to supplement the agreement entered into with CH2M Hill. Inc and executed on May 30, 2012 and identified as Agreement No. AG -C -422 . All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: See attached Exhibit A. Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No change. Section V, PAYMENT, shall be amended as follows: See attached Exhibit E -1. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: CH2M Hill, Inc By: City of Auburn _ I y `Consultant Signature Ap vi g Authority-Signature Roger Mason, Vice President May 1, 2015 MA r 6 2015 Date Date 1 Organization and Address Supplemental Agreement # 4 CH2M Hill, Inc 1100 112" Ave NE, Suite 500 Bellevue, WA 98004 Agreement Number Phone AG -C -422 425- 453 -5000 Project Number Federal Aid Number CP1119 Not Applicable Project Title New Maximum Amount Payable Auburn Way South Pedestrian Improvements: Fir St NE to $663,151.80 Hemlock St NE Description of Work Design and construction support work for the construction of safety related improvements. The Local Agency of the desires to supplement the agreement entered into with CH2M Hill. Inc and executed on May 30, 2012 and identified as Agreement No. AG -C -422 . All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed as follows: See attached Exhibit A. Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No change. Section V, PAYMENT, shall be amended as follows: See attached Exhibit E -1. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: CH2M Hill, Inc By: City of Auburn _ I y `Consultant Signature Ap vi g Authority-Signature Roger Mason, Vice President May 1, 2015 MA r 6 2015 Date Date 1 EXHIBIT A Auburn Way South Corridor Improvements Fir St SE to Hemlock St SE Project CP1119 Amendment 4 Scope of Work The scope of work is amended as follows: TASK 1 1. Project Management (Amended) Due to the incorporation of Construction Support services, additional project management is required for providing overall project administration, scope and budget management, and the preparation of progress reports and invoices. The project duration for construction is assumed to be 8 months. Deliverables: Invoices and progress reports including budget status TASK 7 7. Contract Drawings (Amended) Due to the incorporation of project changes, additional support is required for providing the City the opportunity to incorporate changes and review the progress. 7.4 Final WSDOT Channelization Documentation This task covers additional coordination and documentation due to incorporating project changes and changes to the WSDOT Design Manual in order to achieve WSDOT approval. This task includes a meeting with WSDOT, phone coordination, and the preparation of documentation and submittals. The task includes the preparation of a technical memo documenting the Hemlock deceleration lane configuration. Deliverables: • Channelization documentation, draft and final 7.11 Design, Roadway and City Utility - Finalization of contract documents Due to the incorporating project changes, additional support is required for finalizing contract documents including Plans, Specifications, and the Engineers Estimate. Changes include incorporation of changes to the City's sheet border, incorporation of Tippins site demolition, incorporation of contractor surveying, redesign of Tippins site grading including a new wall, re- configuration of the stormwater management facility, revision to the depiction of overlay limits, revisions to materials and limits of utility abandonment, inco'rp'oration df a hew tree planting detail, revisions to signal annotation, and revisions to signing per City direction. AG -C -422 AMENDMENT 4 SCOPE OF WORK EXHIBIT A - PAGE I OF 4 CP1119 This task includes coordination with the City, resolution of City comments and incorporation of project changes, quantity calculation and cost estimating, and the preparation of submittals — draft and final. Deliverables: • Project Plans • Engineers Estimate • Specifications 7.12 Joint Trench Coordination and Design - Finalization of contract documents Due to the incorporating project changes after, additional support is required for finalizing contract documents including Plans, Specifications, and the Engineers Estimate. Changes include providing additional section details per City request, clarification of construction materials, changes to utility furnished materials, and modifications due to existing utility locates. This task includes coordination with the City, resolution of City comments and incorporation of project changes, quantity calculation and cost estimating, and the preparation of submittals —draft and final. Deliverables: • Project Plans • Engineers Estimate • Specifications Task 11 Services During Bidding The CONSULANT will provide additional support to the City during the Bidding period beyond the effort scoped in the original contract. This task includes supporting the City in responding to questions from potential bidders and updating contract bidding documents. Deliverables: • Responses to bidder questions • Addenda documentation Task 13 Construction Support 13.1 - Construction Support Roadway and City Utility 13.1.1 Engineering Design Support The CONSULTANT will provide written responses to the Contractor's request for interpretation or clarification of the contract documents. The CONSULTANT will coordinate up to two (2) visits to the site by selected design team members to review progress and quality of the work. The visits shall observe the general quality of the work at the time of the visit and review any specific items of work brought to the attention of the design team members by the Construction Manager. The CONSULTANT will assist the Owner with the issuance of changes to the contract for construction. AG -C -422 AMENDMENT 4 SCOPE OF WORK EXHIBIT A - PAGE 2 OF 4 cP1119 13.1.2 Submittals The CITY will obtain from the Contractor a proposed shop drawing and submittal schedule, which shall identify the shop drawings, samples and submittals required by the contract for construction, along with the anticipated dates for submission. The CONSULTANT will coordinate with the design team for the reviews of the Contractor's shop drawings, samples, and other submittals. The CONSULTANT's review of shop drawings, samples and submittals shall be for general conformance with the design concept and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The CONSULTANT's scope shall be based upon the scope of work in the contract for construction and shall estimate for a maximum of two submissions by the Contractor for each shop drawing, sample or submission. Should the average number of reviews exceed two reviews per submittal, the CONSULTANT shall be entitled to additional compensation. For budgeting purposes it is assumed that up to six (6) submittals will be reviewed by the CONSULTANT. 13.1.3 Requests for Information The CONSULTANT will review the Contractor's requests for information or clarification of the contract for construction. The CONSULTANT will coordinate such review with the design team and with the Owner. The CONSULTANT will coordinate and issue responses to the requests. For budgeting purposes it is assumed that up to eight (8) requests for information or clarification will be made by the Contractor. The CONSULTANT will assist the Owner in reviewing and responding to the Contractor's requests for substitution of materials and equipment. The CONSULTANT will review such requests and will advise the Owner as to the acceptability of such substitutions. Deliverables: • Responses to bidder questions • Addenda documentation 13.2 - Construction Support Joint Utility Trench 13.2.1 Engineering Design Support: The CONSULTANT will provide written responses to the Contractor's request for interpretation or clarification of the contract documents. The CONSULTANT will coordinate up to two (2) visits to the site by selected design team members to review progress and quality of the work. The visits shall observe the general quality of the work at the time of the visit and review any specific items of work brought to the attention of the design team members by the Construction Manager. The CONSULTANT will assist the Owner with the issuance of changes to the contract for construction. AG -C -422 AMENDMENT 4 SCOPE OF WORK EXHIBIT A - PAGE 3 OF 4 CP1119 13.2.2 Submittals: The CITY will obtain from the Contractor a proposed shop drawing and submittal schedule, which shall identify the shop drawings, samples and submittals required by the contract for construction, along with the anticipated dates for submission. The CONSULTANT will coordinate with the design team for the reviews of the Contractor's shop drawings, samples, and other submittals. The CONSULTANT's review of shop drawings, samples and submittals shall be for general conformance with the design concept and general compliance with the requirements of the contract for construction. Such review shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. The CONSULTANT's scope shall be based upon the scope of work in the contract for construction and shall estimate for a maximum of two submissions by the Contractor for each shop drawing, sample or submission. Should the average number of reviews exceed two reviews per submittal, the CONSULTANT shall be entitled to additional compensation. For budgeting purposes it is assumed that up to six (6) submittals will be reviewed. 13.2.3 Requests for Information: The CONSULTANT will review the Contractor's requests for information or clarification of the contract for construction. The CONSULTANT will coordinate such review with the design team and with the Owner. The CONSULTANT will coordinate and issue responses to the requests. For budgeting purposes it is assumed that up to eight (g) requests for information or clarification will be made by the Contractor. The CONSULTANT will assist the Owner in reviewing and responding to the Contractor's requests for substitution of materials and equipment. The CONSULTANT will review such requests and will advise the Owner as to the acceptability of such substitutions. Deliverables: • Responses to bidder questions • Addenda documentation AG -C -422 AMENDMENT 4 SCOPE OF WORK EXHIBIT A - PAGE 4 OF 4 cP1119 Exhibit E -1 Amendment 4 Consultant Fee Determination - Summary by Task Project CP1119: Auburn Way South Corridor Improvements, Fir Street SE to Hemlock Street SE 4/22/2015 Expense Breakdown Percentage C1-12M expenses $ 184.00 0.3% Subcontracts $ - 0.0% Total $ 184.00 0.3% AG -C -422 Amendment 4 Consultant Fee Determination Page 1 of 3 CP1119 CH2M HILL CH21VI Labor Subcontracts Expense Total Overall Total Task' Hours Project Management (Amended) 18 $ 2,246.35 $ - $ - $ 2,246.35 Design Roadway and City Utility Finalization of Contract 0 196 $ 28,772.91 $ - $ - $ 28,772.91 Joint Trench Coordination and Design Finalization 50 $ 7,818.73 $ - $ - $ 7,818.73 Services During Bidding 20 $ 3,406.21 $ - $ $ 3,406.21 Construction Support - Roadway and City Utility 79 $ 10,904.91 $ - $ 92.00 $ 10,996.91 Construction Support - Joint Trench 89 $ 13,215.22 $ - $ 92.00 $ 13,307.22 Total 452 66,364.33 184.00 66,548.33 Expense Breakdown Percentage C1-12M expenses $ 184.00 0.3% Subcontracts $ - 0.0% Total $ 184.00 0.3% AG -C -422 Amendment 4 Consultant Fee Determination Page 1 of 3 CP1119 Exnuh E -1 Amendment Coreulunt Fee Det,mena0m City of Auburn Cot 119 Auburn Way SouN Campo, Improvements, Fir Street SE to Hemlock Saeet SE 4rzv1s CH2MHill I i I i i i I Total Earnest Task Description Oualty Project Senor Prc,ot Task EngOUar Desgn Engineer Desgner Survey Lead Senior CAD CAD Tact, Survey Tech Office Manager Manager Erg.naer Engineer Engineer E] PM03 EG E5 E4 E4 E3 E2 T5 T4 T3 T2 OA 394.12 $)0.14 380.38 361.2] $55.01 SS2.16 53166 $35.05 546.86 353.9 340.69 S2942 I $33.60 C11251 Total Rates Total - Total Total Total Total Total Total Tptal Total Total TGUI Total. Total his n•. are h2 firs ` hR h9' hR firs hrs his his nr9 ma Total _firs_ 1 P-p a N.Npari.M lAm.nM41 t2 Aoi.M a +ew r w.,—, 3 3 6 1.3 aro>«. Rocong.on In—A, t 4 8 12 mF, —.ti Td l .. 0 1T_7 "I_`0 o—T o_r_o Task 6 algm elwq T`0 - 1_0 T`0 T r_oT0 � -11— —is— 6.t pmp.nv o.ner covmnaran suplm { poTwi - :=oT_ o o o o o o o o_rT=0 o o o_ o= Task) RM.no Cor Uall, R.O.I.- of cak.. oTZ 14 1 Flnn ra., Cr-...v..o 0or—n.— 1 18 4 1 22 7.11 O..ign R". law otr Omty 11 -11an M Color DOa- 6 20 24 60 60 4 174 Tut ITw1 _OT_6 20 0 f< i8 0 0 0 M o OT ).1x Jam n.nan coaan.nm.ne p-lg^rlmllarlm 7.12 loartrwm Fln.Iiuuon of comr.a oorum.rl. Tr T.,2Tam 1 6 16 12 16 I 30 0 0 6 16 T 1] 0 0 0 0 18 0 T 0 0_ T _50_ Task 11 s.rva..Wlrq BiddingT 11.1 1 2 —d i_3_ 9 o o_ 10 =io o o.. o o �_ 0.. o u = 20 =2o= Tuh;, 7O<:1, Task 13.1 cen.,.umen supp>,- Ra.exry ma clry mulry 13.1.1 Ery—rp o.+pi sgon I 6 1 20 1 6 6 36 13.12 s ,em,u. 1 5 1 12 1I 4 21 13.1.3 Ry a rm.uon T;;W'W'TWi 4 _0 ...,,1 15 4 1 9_ _,. 4—r �.0 8 ^�� 0 0 1 9 .. 0' 4 0 —. 20 _ig= Task 13.2 a oumon support - Jakn Tr.nee I 132.1 1 6 1 20 6 fi 1 1 36 1322 SAmrs. 1 fi 1 16 1 I 6 28 13.2.3 I.I.—a- a,... ar I.I. —e° I 4 1D 5 4 23 ;TUYid2i bl 0 -�1fi 9 46' 0- 3 0 0 8 - - -' 0 -8 0 10 —; 89 TOTALS 0 46 N 66 36 133 0 0 12 80 12 0 33 452 AG -D -422 Pmandment 4 Consultant Fee Determination Page 2 of 3 CP1119 Exhibit E -1 Amendment 4 Consultant Fee Determination - Summary Sheet Project CP1119: Auburn Way South Corridor Improvements CH2MHiII Project Manager 46 $ 70.14 $ 3,226.44 Senior Engineer 34 $ 80.38 $ 2,732.92 Project Engineer 66 $ 61.27 $ 4,04182 Task Engineer 36 $ 55.81 $ 2,009.16 Design Engineer 133 $ 52.16 $ 6,937.28 Engineer 0 $ 37.68 $ - Designer 0 $ 35.05 $ - Survey Lead 12 $ 46.86 $ 562.32 Senior CAD 80 $ 53.94 $ 4,315.20 CAD Tech 12 $ 40.69 $ 488.28 Survey Tech 0 $ 29.42 $ Office 33 $ 33.60 $ 1,108.80 Total Hrs. 452 $ 25,424.22 Direct Salary Cost $ 25,424.22 Overhead Cost @ 131.03% of Direct Labor $ 33,312.85 Net Fee @ 30.0% of Direct Labor $ 7,627.27 Total Overhead & Net Fee Cost $ 40,940.11 Direct Salary Cost $ 66,364.33 Direct Expenses Cost Mileage $0.575 /Mile $184.00 Sub -Total Direct Expenses $184.00 Subcontracts Sub -Total Subcontracts $0.00 Total Fee $66,548.33 AG -C -422 Amendment 4 Consultant Fee Determination Page 3 of 3 CP1119 * CITY OF --* AuB 1I NT Nancy Backus, Mayor WASHINGTON�`J `.T `I 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 r January 7, 2016 John McKenzie CH2M Hill, Inc. 1100 112th Avenue NE, Suite 400 Bellevue, WA 98004 RE: Agreement for Professional Services, AG-C-422 Project No. CP1119, Auburn Way South Corridor Improvements: Fir Street NE to Hemlock Street NE Dear Mr. McKenzie: 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 September 9, 2015, for invoice #4019880 in the amount of $52,922.55. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by January 15, 2016. Thank you for your firm's professional services in work related to the Auburn Way South Pedestrian Improvement project. If you should have any questions, feel free to give me a call at 253.804.3118. Sincerel , / az/l.Jacob Sweeting, P.E. Assistant City Engineer Community Development & Public Works Department JS/ad/as cc: City Clerk AG-C-422 CP1119 (2.20) AUBURN * MORE THAN YOU IMAGINED