Loading...
HomeMy WebLinkAbout2888 (2) 1 RESOLUTION NO. 2 8 8 8 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, 3 WASHINGTON, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN 4 ENGINEERING SERVICE CONTRACT WITH W&H PACIFIC, INC , FOR NORTH HANGAR AREA IMPROVEMENTS AT THE AUBURN MUNICIPAL AIRPORT 5 WHEREAS, the City intends to make improvements at the 6 7 Auburn Municipal Airport; and 8 WHEREAS, the City has requested Airport Improvement 9 Program (AIP) funds from the Federal Aviation Administration 10 (FAA) ; and 11 WHEREAS, W&H PACIFIC, INC shall provide engineering 12 13 services for the City in all phases of the project and to 14 serve as the City' s engineering representative for the 15 project 16 NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, 17 WASHINGTON, IN A REGULAR MEETING DULY ASSEMBLED, HEREWITH 18 19 RESOLVES AS FOLLOWS 20 Section 1 . The Mayor and City Clerk of the City of 21 Auburn are hereby authorized to execute Engineering Service 22 Contract for North Hangar Area Improvements A I P No 3-53- 23 0003-08 between the City and W&H PACIFIC, INC , to provide 24 25 engineering services relating to the taxiways and 26 Resolution No 2888 November 3, 1997 Page 1 1 infrastructure in relation to a future hangar project on 7 2 acres of property at the northeast end of the Auburn Municipal 3 4 Airport A copy of said Contract is attached hereto, 5 designated as Exhibit "A" and incorporated by reference in 6 this Resolution 7 Section 2 . The Mayor is hereby authorized to implement 8 such administrative procedures as may be necessary to carry 9 10 out the directives of this legislation 11 DATED and SIGNED this 17th day of November, 1997 12 CITY OF AUBURN 13 14 (( 15 CHARLES A BOOTH 16 MAYOR ATTEST 17 18 166.4a ?L 19 Danielle E Daskam, City Clerk 20 21 APPROVED AS TO FORM 22 fi , 23 24 Michael J Reynolds, City Attorney 25 26 Resolution No 2888 November 3, 1997 Page 2 ENGINEERING SERVICE CONTRACT FOR NORTH HANGAR AREA IMPROVEMENTS AUBURN MUNICIPAL AIRPORT AIRPORT IMPROVEMENT PROGRAM A.I.P No. 3-53-0003-08 THIS IS AN AGREEMENT made this // day oi(/GAt , 1997 BETWEEN: CITY OF AUBURN, hereinafter called OWNER. Auburn Municipal Airport 400 - 23rd Street N.E. Auburn, Washington 98002 (206) 931-3026 AND W&H PACIFIC, INC., hereinafter called ENGINEER 3025 - 112th Avenue N.E. P 0 Box C-97304 Bellevue, Washington 98009-9304 (206) 827-0220 OWNER intends to make improvements at Auburn Municipal Airport as described in Exhibit A, hereinafter called the Project. OWNER has requested Airport Improvement Program (AIP) funds from the Federal Aviation Administration (FAA) ENGINEER shall provide engineering services for OWNER in all phases of the Project to which this Agreement applies, serve as OWNER's engineering representative for the Project as set forth below and shall give engineering consultation and advice to OWNER during the performance of services hereunder ENGINEER shall represent the OWNER in coordinating and overseeing the work of subcontractors and shall have responsibility for the acceptability and quality of work provided in accordance with this agreement. In consideration of the mutual covenants contained herein, OWNER and ENGINEER agree in respect of the performance of engineering services by ENGINEER and the payment for those services by OWNER as follows: Exhibit "A" Resolution No 2888 P'PROJECTAIRPORTSDOCStAUBENGR CNT -1- 1 Scope of Services ENGINEER will perform services as follows: a. SPECIFIED SERVICES ENGINEER will perform the services described on the attached Exhibit "A" These Exhibit "A" services are referred to herein as Specified Services. The estimated number of plan sheets are shown in Exhibit "C " b. EXTRA SERVICES ENGINEER will also perform Extra Services (services not specified on Exhibit "A"), provided ENGINEER and OWNER have agreed to such Extra Services in writing. 2. Time Period for Performance of Specified Services ENGINEER will commence Specified Services within seven (7) days of receipt by ENGINEER of this executed agreement and will proceed with services in a diligent manner to completion of this Contract. ENGINEER will not be responsible for delays caused by factors beyond ENGINEER's control and will not be responsible for delays caused by factors which could not reasonably have been foreseen at the time this Agreement was executed. The OWNER will authorize extensions of time without penalty to the ENGINEER, if there are delays due to revisions beyond the control of the ENGINEER. The anticipated project schedule is shown in Exhibit "E" 3. Payments to ENGINEER OWNER agrees to pay ENGINEER as follows: a. FEE FOR SPECIFIED SERVICES The fee amount OWNER agrees to pay ENGINEER for Specified Services rendered under this Agreement is as follows: 1 For Hangar Area Design Services as set forth in Exhibit "A" a lump sum fee of $50,048.00. 2. For Hangar Area Construction Services as set forth in Exhibit "A" Payment for work accomplished shall be on the basis of ENGINEER's actual cost plus a fixed fee. Costs to be based on actual costs incurred as set forth in Exhibit "B" not to exceed $35,260 00 plus a fixed fee of $3,704 00. b. FEE FOR EXTRA SERVICES For Extra Services rendered under this Agreement, OWNER agrees to pay ENGINEER an amount to be negotiated at the time said Extra Services are agreed to Exhibit "A" Resolution No 2888 P.PROJECT VIRPORTSIDOCSUUBENGR CNi -2- 8882 IoN uo!lnlosaa „y„ 3!q!11x3 -£- INS LI ON39111ASOCKWILJOd11VLLO3r0eld%d ;sanba Alleowoads Heys 83NMO 9113 ley; uogewJo;u! aleudadde pue aigeuoseoi Jaw yons pue s;pnq-se (iielAw) a!q!onpadai 'pJooaJ JO s6u!Meap 's;eld 'sdew lie loafaid ay;;o uo!laldwoo ay; 39 83NM0 943 aP!nad DELIS 833NION3 e;ea pays!wnd-2i33NION3 '9 .luawaaJ6y s!yi Japun swamies s,833NION3 01 bugelaJ pue b33NION3 Aq pannbei uo!lewJo;u! Jayio pue 's6uuoq 'suo!;du3sep 1padad 's(anuns 'sdew 6u!pniou! uo!ssassod s,b3NMO u! s! ;mg eiep !e3!uy3a; Ile 833NION3 0l algel!ene w!ew Hells eGNM0 e;ea pays!wnd-a3NMO 2I33NION3 ay;Aq paJan!lap s;3npoJd uo Jo paapuai uol;exe; ieuon!ppe AWE Jo; a;esuadwo3 0; Alge;!nbe paseeiou! eq !legs a33NION3 ay; o; anp ;unowe ay; '(saavuas leuo!ssa;ad uo xe; sales a 'aidwexa io;) sa6aeya JO saxes an!peoJ;aJ JO !euo!3!ppe 'Mau ;o uo!;eo!ldde ay; y6nay; pa;3a;;e AiasJanpe eq ue3 s;sow S,833NION3 ay; a3u!s S3Xb'13AI1Oy08138 801VNO111001/2' 'MJN '833NION3 Pue 83NMO ay;Aq uodn paaJ6e pue amp o; pe;aidwoo);loM;o e6e;ua3Jed ay3 uo paseq aq !i!M uoi;esuedwoo;o ;unowe ayl .uo!;eu!wJa3;o amp ay; o; ;uewaa6y sly;Japun paiwopad seovues Jo; pa;esuadwo3 eq Hon 833NION3 'Pa;ewWJa; s! ;uaweeJ6y slyl 3uan9 911; ul NO!lt/NIW831 dO 1N3/l3 NI S.N3W.lyd 9 '2:3NM0 911;Aq uodn peaJ6e pue pa;e!;o6au aq Heys s;uaw;snipe pies 'amp p!es anoge eg; puo(aq sa3uues y3!M 6u!nuguoo 833NION3 ay; o; Loud s;sow peseeJou! Jo; pa;snipe pue pa;eniena eq ue3 833NI0N3 anp sa;eJ pue s;unowe ea; ay; '2l33NION3 10 ;!ne; ou y6nay; '9661 'O£ aagweidas puoAeq pe(e!ep s! ;uewaaJ6y sly;Jepun sa3!nias payloads;o uogaidwoo ay; ;uana ay;ui S. V1 O 80d 1NJW1Si1f OV 93d -uoiss!wgns Jape y;UOW 6wMoiio; ay;to pue ay; aao;eq JO uo s;unowe pa3!onu! ay;Aed o; seeibe 83NMO -yyd Aq ienoJdde pue Ma!naJ Jo; pue 6unq ay; ;o poddns u! a3!onu! yoea y;!M WJo; ;uawasingw!a Jo; ;sanbeJ pue coda sseThoJd/snlels ;auq a ;!wgns II!^n 833N1ON3 'Peleidwoa (lien;oe saouues eJ;x3 pall!qun Jo; pue pe;aidwo3 Allenloe saa!uws payloads ;o uolpodoJd peiiiqun ay;;o 9;ew!;se 9,833NION3 ay;Jo; y;uow ay; Aep glue; ay; ;noge JO uo sa3!onu! ;!wgns A IIIM 833NION3 SIN3W.lVd dO S9W11 .3 6. Approvals by ENGINEER . - OWNER agrees to cooperate with the ENGINEER in the approval of all plans and specifications, or should OWNER disapprove of any part of said plans and specifications, OWNER shall make a decision timely in order that no undue expense will be caused ENGINEER because of lack of decisions. If the ENGINEER is caused extra drafting or other expenses due to changes ordered by OWNER after the completion and approval of the plans and text, ENGINEER shall be equitably paid for such extra expenses and services involved. 7 Publishing Cost OWNER shall pay publishing costs for advertisements of notices, public hearings, requests for bids and other similar items. 8. Permits, Licenses, Land, Easements and Right of Way OWNER shall pay fees for all permits and licenses that may be required by local, state, or federal authorities; OWNER shall secure the necessary land, easements and rights of way required for the Project. 9. Inspection of Records The ENGINEER shall maintain an acceptable cost accounting system. The OWNER, the Federal Aviation Administration, and the Comptroller General of the United States shall have access to any books, documents, paper, and records of the ENGINEER which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The ENGINEER shall maintain all required records for 3 years after the OWNER makes final payment and all other pending matters are closed. 10. Rights to Inventions All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the OWNER. 11 Compliance with Laws and Regulations The ENGINEER agrees to comply with Federal Executive Order No. 11246, entitled "Equal Employment Opportunity", as supplemented in Department of Labor regulations (41 CFR, Part 60) if this Agreement exceeds $10,000; Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 317-330) as supplemented by Department of Labor Regulations (29 CFR, P WROJECTAIRPORTSWCSAUBENGR CNT -4- Exhibit "A" Resolution No. 2888 Part 5) if this Agreement exceeds $2,500; and all applicable standards, orders and regulations issued pursuant to the Clean Air Act of 1970 if this Agreement exceeds $100,000. 12. Certification of ENGINEER OWNER and ENGINEER hereby certify that ENGINEER has not been required, directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this contract to employ or retain, or agree to employ or retain, any firm or persons, or to pay, or agree to pay, to any firm, person, or organization any fee, contribution, donation or consideration of any kind. The personnel designated to work on this project are shown in Exhibit "D" 13. FAA Not a Party It is understood by OWNER and ENGINEER that the FAA is not a party of this Agreement and will not be responsible for engineering costs except as should be agreed upon by OWNER and the FAA under a Grant Agreement for the Project. 14 Termination of Contract a. The OWNER may, by written notice, terminate this contract in whole or in part at any time, either for the OWNER's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice, services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in process, deliver to the OWNER. b If the termination is for the convenience of the OWNER, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the ENGINEER's obligations, the OWNER may take over the work and prosecute the same to completion by contract or otherwise. In such case, the ENGINEER shall be liable to the OWNER for any additional cost occasioned to the OWNER thereby d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the ENGINEER had not so failed, the termination shall be deemed to have been effected for the convenience of the OWNER. In such event, adjustment in the contract price shall be made as provided in paragraph b of this clause. e. The rights and remedies of the OWNER provided in this clause are in addition to any other rights and remedies provided by law or under this contract. P\PROJECTVIRPORTSD005AURENGR CNT _5_ esol RY A Resolution No. 2888 15. Breach of Contract Terms - Sanctions Any violation or breach of the terms of this contract on the part of the ENGINEER or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. 16. Suspension and Debarment Requirements The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. 17 Successors OWNER and ENGINEER each bind themselves, their partners, successors, executors, administrators and assigns to the other parties of this Agreement, and to the successors, executors, administrators and assigns of such other party in respect to all covenants of this Agreement. 18. Non-Assignment Neither OWNER or ENGINEER shall assign, sublet, or transfer their interest or obligation hereunder in this Agreement without the written consent of the other ENGINEER may with OWNER's concurrence, however, employ any other party or entity qualified to do airport work for any part of the work required to be performed by ENGINEER under the terms of this agreement. 19 Waiver No waiver of a breach of any covenant, term, or condition of this.Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term, or condition itself 20. Contract Disputes Claims, disputes or other matters in question between the parties arising out of or relating to this Agreement or breach thereof, shall be resolved through mediation, if possible. If the differences cannot satisfactorily be resolved through mediation, then arbitration, in accordance with the rules of P'PROJECMIRPORTSIDOCMUBENGR CNT _6_ Exhibit "A" Resolution No 2888 the American Arbitration Association, may be used to resolve the dispute, if agreed.to by both parties. 21 Litigation Fees and Expenses In the event suit or action be instituted to enforce any of the terms or conditions of this Agreement, the losing party shall pay to the prevailing party, in addition to the costs and disbursements allowed oy statutes, such sum as the court may adjudge reasonable as attorney's fees in such suit or action, in both trial court and appellate courts. 22. Title VI assurances During the performance of this contract, the ENGINEER, for itself, its assignees and successors in intarest (hereinafter referred to as the "ENGINEER") agrees as follows: a. COMPLIANCE WITH REGULATIONS The ENGINEER shall comply with the Regulations relative to nondiscrimination in federally- assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. b. NONDISCRIMINATION The ENGINEER, with regard to the work performed by it during the contact, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The ENGINEER shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix "B" of the Regulations. c. SOLICITATIONS FOR SUBCONTRACTS, INCLUDING PROCUREMENT OF MATERIALS AND EQUIPMENT In all solicitations either by competitive bidding or negotiations made by the ENGINEER for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by ENGINEER of the ENGINEER's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color or national origin. d. INFORMATION AND REPORTS The ENGINEER shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, PIPROJECTWIRPORTS IDOCSIAUBENGRCNT -7- Exhibit "A" Resolution No 2888 other sources of information, and its facilities as may be determined by the pwNER or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of an ENGINEER is in the exclusive possession of another who fails or refuses to furnish this information, the ENGINEER shall so certify to the OWNER or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. e. SANCTIONS FOR NONCOMPLIANCE In the event of the ENGINEER's non-compliance with the nondiscrimination provisions of this contact, the OWNER shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to, (a)withholding of payments to the ENGINEER under the contract until the ENGINEER complies, and/or (b) cancellation, termination, or suspension of the contract, in whole or in part. f INCORPORATION OF PROVISIONS The ENGINEER shall include the provisions of paragraphs a through e in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The ENGINEER shall take such action with respect to any subcontract or procurement as the OWNER or FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event an ENGINEER becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the ENGINEER may request the OWNER to enter into such litigation to protect the interests of the OWNER and, in addition, the ENGINEER may request the United States to enter into such litigation to protect the interests of the United States. 23. Disadvantaged Business Enterprise (DBE) Assurances a. POLICY It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. b. DBE OBLIGATION The ENGINEER agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this P\PROJECTWIRPORTS\DOCSIAUBENGRCNT -8- Exhibit "A" Resolution No 2888 Agreement. In this regard, ENGINEER shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. ENGINEER shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT-assisted contracts. 24 Trade Restriction Clauses The ENGINEER or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR), b has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the OWNER cancellation of the contract at no cost to the Government. Further, the ENGINEER agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The ENGINEER may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The ENGINEER shall provide immediate written notice to the OWNER if the ENGINEER learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the ENGINEER if at any time it learns that its certification was erroneous by reason of changed circumstances. Exhibit A P\PROJECTAIRPORTSDOCSWBENGR CNT -9- Resolution Resolution No 2888 This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the ENGINEER or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the OWNER cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. Tie knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the ma%er subject to prosecution under Title 18, United States Code, Section 1001 25. Governing Law This Agreement shall be governed by the laws of the State of Washington. 26. Insurance The ENGINEER agrees to obtain and maintain during the effective term of this contract a comprehensive general single limit liability insurance policy in the amount of One Million and 00/100 Dollars ($1,000,000) on a per occurrence and in the aggregate basis which shall cover claims for injuries to persons or property arising out of work performed under this contract, other than for professional errors and omissions. The OWNER shall be named as an additional insured on the comprehensive general liability insurance policy The ENGINEER shall also maintain insurance for other claims or damages on account of professional negligence, including errors and omissions, in the minimum amount of One Million and 00/100 Dollars ($1,000,000) on a per claim and in the aggregate basis. Both of the above policies shall contain a provision that they shall not be canceled without at least thirty (30) days prior written notice to the OWNER. The ENGINEER agrees to submit to the OWNER the Certificates of Insurance for the policies required herein prior to commencing work under this contract. Exhibit "A P\PROJECTWIRPORTS\DOCSIAUBENGR CNT -10- Resolution No. 2888 'IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and 'year first above written. OWNER: ENGINEER: CITY OF AUBURN W&H PACIFIC -INC. By 15 1�4 •Roc By L��1C IIJL Title: Ma"or Title: -/pled- bip,�� ,q Date: November 17, 1997 Date: 124r-� lcf. ATTE ED TO' t By 1/21 0 < AJ '4/ 1 By .a f,4 - ?-•• Title: city (-hark Title. f , r,r e , It ( l r,-,ed Date: November 17, 1997 Date: th-Z/ �/7 APP ) AS FORM: .7\Nv )\"N J Owner's Attorney Date: Attorney / S i (q9-4---- P\PROJECT\AIRPORTSDOCSAUBENGRCNT - � Exhibit "A" Resolution No. 2888 EXHIBIT "A" W&H PACIFIC, INC. SCOPE OF SERVICES FOR AUBURN MUNICIPAL AIRPORT NORTH HANGAR AREA IMPROVEMENTS Scope of Project 1 Construct taxilanes and associated aprons and approach areas for the development of T- Hangars to accommodate approximately 60 to 80 aircraft on a 7 acre site northeast of Runway 16. Layout and design criteria shall be in accordance with FAA Advisory Circular 150/5300-13 Airport Design, and related circulars. Hangar buildings are to be constructed under separate contract. 2. Construct stormwater conveyance and wafer quality facilities for the hangar site assuming full development of the proposed hangar areas in accordance with the requirements of the City of Auburn, Department of Ecology StormwaterManagement Manual for the Puget Sound Basin, and conditions of environmental review process, currently ongoing. Designs to be based on conveyance to the existing 30" storm sewer in 30th Street. Detention is to be accommodated in a regional facility and is not included in this Task Order 3. Modify the existing chain link fencing and provide automated gate and card reader for access to the hangar area from 30th Street. It is assumed that no separate right or left turn lanes will be provided along 30th Street. 4 Construct a limited hangar visitor auto parking area. Provide Type 3 landscaping in accordance with City of Auburn standards along 30th Street adjacent to the hangar area. Provide designs for water and sewer service to the proposed hangar site from existing utilities in 30th Street. Work described in this paragraph will be ineligible for federal funding. ENGINEER shall provide the following Specified Services for each phase of service for the Project as described below All engineering work shall be performed using accepted engineering principals and practices and shall provide quality products that meet or exceed industry standards. Hangar Area Design Services 1 Attend pre-design meeting with Airport and FAA personnel. Finalize work scope and schedule. Assemble and review existing maps, plans, documents, reports and other available information. Prepare an updated pre-application for submittal to FAA. 2. Provide layout alternatives for the proposed hangar development area. Determine estimated costs for each altemative, and review available funding. Evaluate layouts for conformance with current Airport layout Plan and Master Plan documents and note departures, if any Attend a review meeting to evaluate proposed alternatives with Airport, Airport Tenants, and FAA personnel and determine a recommended layout alternative. 3. Conduct a topographic survey of the existing ground surface of the proposed development site for use in development of construction plans. 4 Conduct a geotechnical investigation in the vicinity of the proposed development: a. Explore subsurface soil conditions by excavating up to four(4) test pits. Exhibit "A" Resolution No. 2888 P 1PROJECMIRPORTS\DOCSAAUBENGR.CNT A-1 b. Obtain representative samples of the various soils encountered, classify the materials, observe any groundwater encountered, and maintain a detailed log of each exploration. c. Evaluate pertinent physical engineering characteristics of the subgrade soils from the results of tests conducted on the samples obtained in the field. d. Develop recommendations for placement of fill and for utilization of existing soils in embankments. e. Provide compaction recommendations for embankments constructed with existing soils and a CBR value for the soil sample most representative of the borrow material. 5. Prepare and submit a City of Auburn Building Permit application. Prepare a SEPA checklist for processing by airport personnel. 6. Prepare a drainage report containing storm drainage conveyance and water quality calculations for review by the City 7 Prepare and submit updated DBE goals to FAA Civil Rights. 8. Perform a pavement design analysis and provide a recommended pavement section for the taxilanes in accordance with FAA Advisory Circular 150/5320-6D Airport Pavement Design and Evaluation. 9 Prepare preliminary construction plans. See Exhibit "C" for estimated sheet count. 10 Prepare preliminary contract documents and technical specifications. 11 Provide recommendations for construction phasing. 12. Prepare preliminary construction cost estimates, and estimates for proposed additive altematives. Prepare an estimate for site-specific detention for use in determining contribution toward a regional facility 13. Prepare an Engineer's Design Report according to the established requirements of the FAA at the time of the pre-design meeting. 14 Distribute preliminary plans, contract documents, and technical specifications and solicit comments on preliminary design from Airport personnel and the FAA. 15 Incorporate preliminary design comments and respond as necessary to requests for additional information. Review available funding and adjust construction base bid items and bid alternatives as necessary Finalize construction plans, documents, specifications, contract conditions and associated forms. Prepare final quantity calculations and Engineer's Estimate. 16. Submit final plans, contract documents, and technical specifications for review and approval by the Airport and FAA. 17 Publish 35 sets of contract documents. Hangar Area Construction Services General: Control points for the contractor's use during construction will be established during the time of the • design phase topographic survey Construction surveying or staking is to be provided by the contractor - - Exhibit "A" Resolution No 2888 P,PROJECMIRPORTSDOCSAUBENGR CNT A-2 • Construction observation is based on an estimated construction duration of 45 calendar days. • Construction testing is based on anticipated asphalt concrete construction. 1 Distribute contract documents to interested bidders, plan centers, Airport and FAA. Assist with advertising and interpretation of project requirements. Maintain plan holder's list, and answer contractor requests for clarifications in the form of addenda as necessary 2. Assist with pre-bid conference and bid opening. Review and tabulate the bids and make recommendation for award. Assist in award notification to successful bidder, notify and return bid bonds to the unsuccessful bidders. 3. Prepare FAA grant application package. 4 Review successful bidder's contracts, bonds, and certificates of insurance and forward to the City for approval. 5. Prepare and submit a construction management plan in accordance with FAA criteria at the time of the pre-design meeting. 6. Conduct a pre-construction conference. 7 Provide construction administration during construction, to include preparation of change orders, if required, preparation and submittal of daily and weekly inspection reports, periodic wage rate interviews, and preparation of monthly construction pay estimates and FAA reimbursement requests for City approval and processing. 8. Provide resident engineer to monitor and document construction progress, confirm conformance with schedules, plans and specifications, measure and document construction pay quantities, document significant conversations or situations, document input or visits by local authorities, etc. Conduct one meeting weekly at the Airport office to coordinate progress of the construction work with Airport staff, Airport Tenants, and the Contractor 9. Conduct subgrade soil, aggregate base, and asphalt concrete acceptance and control testing: a. Provide maximum density and moisture requirements (ASTM D-698 or D-1557) and in-place density determinations (ASTM D-2922) for subgrade materials. Two (2) proctor tests and two days of in-place density testing estimated. b. Provide maximum density and moisture requirements (ASTM D-698 or D-1557), sieve analysis (ASTM C-136), and in-place density determinations (ASTM D-2922) for aggregate base materials. Three (3) proctor tests, three (3) sieve analysis, and one day of in-place density testing estimated. c. Perform asphalt acceptance testing in accordance with FAA P-401 requirements as modified to reflect WSDOT requirements for 12,500 pound aircraft. Three (3) days of paving estimated including test section. 10. Conduct a final inspection with the Airport personnel, FAA, and Contractor 11 Prepare record drawings and deliver original mylars, record drawings, two (2) microfisch sets of record drawings, and electronic copies of record drawings in AutoCAD format to the City 12. Prepare a Final Report and project summary in accordance with FAA requirements at the time of the pre-design meeting. Update 5010 drawing and Pavement Strength Survey and submit to FAA. Record improvements of this project on Airport Layout Plan provided by Airport in AutoCAD format and submit "As-built" ALP drawing to FAA. __ _ _ Exhibit "A" Resolution No. 2888 P'PROJECTAIRPORTSIDOCSWJSENGR CNT A-3 • EXHIBIT "B" W&H PACIFIC, INC. FEE SCHEDULE FOR AUBURN MUNICIPAL AIRPORT NORTH HANGAR AREA IMPROVEMENTS Direct Salary Cost is the salary expense for professional and technical personnel for the time they are productively engaged in work necessary to fulfill the terms of this agreement. Overhead Cost are determined as 163 0% of the direct salary cost. The overhead cost rate is based on currently available accounting information and shall be used for all progress payments over the period of this agreement. Direct Nonsalary Costs are those costs directly incurred in fulfilling the terms of this agreement as set forth below. Meals and Lodging $70 00 per day, per person Blueprinting $ 0.20 per square foot Photocopies $ 0 15 per each FAX $ 2.00 per page, outgoing Computers $15.00 per hour Plotter $5.00 per each Word Processing $ 6 60 per hour Travel - Vehicle $ 0 40 per mile Telephone Actual Cost + 10% Postage and Freight Actual Cost + 10% Sepia $ 0.75 per square foot Mylar $ 1 85 per square foot Survey Materials and Equipment Actual Cost + 10% Outside Consultants Actual Cost + 10% Exhibit "A" Resolution No. 2888 P 1PROJECTAIRPORTSIDOCS,AUSENGR CNT B-1 EXHIBIT "C" W&H PACIFIC, INC. PRELIMINARY PLAN SHEETS FOR AUBURN MUNICIPAL AIRPORT NORTH HANGAR AREA IMPROVEMENTS Sheet Number Description C-1 Cover Sheet C-2 Construction Site Plan C-3 Hangar Area Layout & Grading (1" = 20') C-4 Hangar Area Layout & Grading (1" = 20') C-5 Typical Sections, Marking & Signing Details, Fencing & Gate Modifications C-6 Storm Drainage Layout and Details C-7 Temporary Erosion Control Plan C-8 Auto Parking and Landscaping Plans (Ineligible) C-9 Water & Sewer Plan & Details (Ineligible) E-1 Taxiway Lighting Plan & Details Exhibit "A" Resolution No. 2888 P.‘PRQIECTTAIRPGRTS l�GOCS URENGR GNT C-1 • EXHIBIT "D" W&H PACIFIC, INC. PROJECT PERSONNEL FOR AUBURN MUNICIPAL AIRPORT NORTH HANGAR AREA IMPROVEMENTS Professional Personnel The following are the professional personnel and subcontractors to be assigned to this project. Any additional subcontractors will be subject to the approval of the City W&H Pacific Rob Millar Project Manager Rainse Anderson Principal-in-Charge Mark VanWormer Civil Engineer David Williams Civil Designer Chris Conch Airport Planner Bob Anderson Survey Manager Jack Goltiani Survey Crew Chief Mike Edwards Survey Crew Chief Terra Associates John Sadler Engineering Geologist Elcon Associates Jerry Schneider Electrical Engineer SvR Design Company Marcia West Landscape Architect General Testing John Hart Construction Testing Exhibit "A" Resolution No. 2888 P IPROJECIWIRPORTSDOCSAUBENGR CNT D-1 EXHIBIT "E" W&H PACIFIC, INC. PROJECT SCHEDULE FOR AUBURN MUNICIPAL AIRPORT NORTH HANGAR AREA IMPROVEMENTS Week of: Pre-Design Conference 5-19-97 Engineering Contract Approval 9-22-97 Submit Preliminary Documents 10-27-97 DBE Goals to Civil Rights 10-27-97 DBE Approval 11-3-97 Submit Final Documents 11-17-97 Approval of Plans & Specs 11-17-97 Advertise 11-17-97 Bid Opening _ 12-8-97 Concurrence in Award 12-15-97 Grant Application 12-15-97 Grant Offer 12-22-97 Grant Acceptance and Award 1-5-98 Pre-Construction Conference 4-27-98 Notice to Proceed 5-4-98 Completion of Construction 6-15-98 Final Inspection 6-22-98 Final Report 8-24-98 Exhibit "A" Resolution No. 2888 P\PROJECTAIRPORTSOOCSAUBENGR CNT E-1 CtbI op CHARLES A.BOOT}I, MAYOR AUBURN CITY CLERK Danielle Daskam,City Clerk 25 West Main, Auhuirt WA 98001 Cathy Richardson, Deputy City Clerk City Clerk:(253)931-3039 Tamie Bothell,RecordsLicense Clerk BusineRegistratiore(253)931-3007 F :(253)288-3132 I„ C STATE OF WASHINGTON) ) ss. COUNTY OF KING ) I, Danielle Daskam, the duly appointed, qualified City Clerk of the City of Auburn, a Municipal Corporation and Code City, situate in the County of King, State of Washington, do hereby certify that the foregoing is a full, true and correct copy of Resolution No 2888 of the resolutions of the City of Auburn, entitled "RESOLUTION NO 2888 " I certify that said Resolution No 2888 was duly passed by the Council and approved by the Mayor of the said City of Auburn on the 17th day of November, 1997 Witness my hand and the seal of the City of Auburn this 23rd day of February, 1998 Danielle Daskam, City Clerk City of Auburn-- ACORD,N CERTIFICATE of 'LIABILITY INSURANCE _ 'CSR PH DATE RAM/OD/WI WHPAC 1 01/06/98 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Hurley, Atkins & Stewart, Inc HOLDER.THIS CERTIFICATE DOES NOT AMEND,,EXTEND OR 1800 Ninth Ave. , #1500 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle WA 98101 COMPANIES AFFORDING COVERAGE Sheri Huntington COMPANY Mom No, 206-682-5656 FuNo A American Economy Insurance Co INSURED COMPANY B Security Ins Co of Hartford COMPANY W & H Pacific, Inc C P 0 Box C97304 COMPANY -- -- �_- Bellevue WA 98009-9304 D COVERAGES - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTp TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE IMM/DDIYY) DATE IMMIDDNY) GENERAL LIABILITY GENERAL AGGREGATE a3,000,000 A X COMMERCIAL GENERAL L�IABILITY 02CC2252629 12/31/97 12/31/98 PRODUCTS COMP/OPAGG 93,000,000 ICLAIMS MADE L x]OCCUR PERSONAL S ADV INJURY 01,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE 91,000,000 -- X WA Stop Gap_ _V FIRE DAMAGE(Any one fire) 0 5_0,000 C Per Proj Agg, MEDEXP(Ar,One PerSOP) 9 5,000 AUTOMOBILE LIABILITY A X ANY AUTO 02CC2252620 12/31/97 12/31/98 COMBINED SINGLE LIMIT 91,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS Per Person) HIRED AUTOS -- BODILY INJURY NON-OWNED AUTOS (Per accident) -- `— -- ---- PROPERTY DAMAGE 9 GARAGE LIABILITY AUTO ONLY EA ACCIDENT 9 ^_�ANY AUTO ----- OTHER THAN AUTO ONLY EACH ACCIDENT 9 AGGREGATE 9 EXCESS LIABILITY EACH OCCURRENCE UMBRELLA FORM AGGREGATE 'lI OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND WC$TATU 0TH- EMPLOYER$'LIABILITY TORY LIMITS ER_, EL EACH ACCIDENT 5 w THE PROPRIETOR/ INCL EL DISEASE POLICY LIMIT PARTNERS/EXECUTIVE — OFFICERS ARE: EXCL EL DISEASE EA EMPLOYEE 9 OTHER B Professional PL700662/DEX700827 12/31/97 12/31/98 2,000,000 Each Claim Liability 4,000,000 Aggregate DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS For Professional Liability, the a gregate limit is the total insurance available for all claims presented within the policy period. The limits will be reduced by payments of indemnity and expense. The City of Auburn is an Additional Insured on the general Liability, but only,as respects work performed by theNamed Insured Eel Proj# 3-1223, Proj City of Auburn CERTIFICATE HOLDER - CANCELLATION AUBCI-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT City of Auburn BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Attn Caroline Beret OF ANY KIND UPC THE COMPANY ITS AGENTS OR REPRESENTATIVES. 25 West Main Engineering AUTHORIZED RE E TATIVE - ginaerin Div � Auburn WA 98001-4998 Sheri Hu t I� 'ACORD 255;11/961 F'•F ? • :N ATION.1988 .. eft'