Loading...
HomeMy WebLinkAboutAG-C-423 - Otak Corp AGREEMENT FOR PROFESSIONAL SERVICES AG-C-423 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY" and Otak Corp. whose address is 10230 NE Points Drive, Suite 400, Kirkland, WA 98033 hereinafter referred to as "CONSULTANT " In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1 SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY All work under this Agreement shall be completed by December 31, 2013 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $320,000 00, which includes a Management Reserve Fund amount of$24,632.00. Expenditure of Agreement for Professional Services AG-C-423 January 22, 2013 Page 1 of 13 Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. Consulting services per rates are attached in the fee schedule as shown on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit C, at the actual cost to the CONSULTANT Exhibit C is attached hereto and by this reference made a part of this Agreement. These charges may include, but are not limited to the following items. outside reproduction fees, courier fees, subconsultant fees, and materials and supplies. The billing for non-salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4 4. MANAGEMENT RESERVE FUND. The CITY may establish a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services, and shall not exceed $24,632. This fund may be Agreement for Professional Services AG-C423 January 22, 2013 Page 2 of 13 replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. 5. SUBCONTRACTING. The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY No permission for subcontracting shall create, between the CITY and subcontractor, any contractor or any other relationship. Total compensation for any subconsultant work is included in Section 3 of this Agreement, and all reimbursable hourly rates and direct non-salary costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts shall contain all applicable provisions of this AGREEMENT 6. RESPONSIBILITY OF CONSULTANT. Thg CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or acceptance Agreement for Professional Services AG-C-423 January 22, 2013 Page 3 of 13 of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law 7 INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the sole negligence of the CITY It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. • INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY 9. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. Agreement for Professional Services AG-C-423 January 22, 2013 Page 4 of 13 CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity CONSULTANT shall obtain insurance of the types and in the amounts described below- a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, jndependent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be included as an additional insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a Agreement for Professional Services AG-C-423 January 22, 2013 Page 5 of 13 £L to g abed £loZ 'ZZ tienue£ £Zh-Z)-JV saolnJag leuolssalwd Jo;3u9waaJ5V -uolloas slyl 4llm palldwoo llln; seq 1NviinSNOO a41111un g uolloaS japun sluawRed ssaj6ad ou Aed Illm.11l0 aql -awll Aue le 1110 aql of palllwgns aq salollod aoumnsul pajlnbaj Ile;o saldoo paglliao 'alaldwoo le4l a.nnbai of lg6u aq; somasaj .1110 a41 -�jom aql;o luawaouawwoo ajolaq 'uogoas slgl Aq pajlnbaj 96eJ9noo aoumnsul aql 6w3u9pin9 'luawasiopue painsul leuolllppe aql of pallwll Aluessaoau lou ing 6ulpnloul 'sluawasiopue tiolepuawe aql;o Acloo e pue aoueinsul ;o saleopiao 4llm A11O 941 4slwn; Ile4s 1NviinSNOO 941 IIA--`d ueql ssal 10u JO bulleJ lsag •W•V luaiino e pm siainsul gllm peoeld eq of sl aoumnsul -uol6ulgseM;o alelS aql ul ssaulsnq op of pazuoglne Auedwoo aoueinsul ue woa; paulelgo aq Ilegs aoueinsu! IIV -palsenbai ldlaoaa wnlaj 'flew paggiao Aq .1110 aql of uan16 uaeq seq aogou• uallum joud sAep (0£) 4!ql j94e ldaoxe '(lied jagpa fxq pallaoueo aq lou pegs a6ej9noo le4l alels of pasiopue aq llegs eouejnsu! S,1NviinSNOO a41 'q 'l! 4l!m alnquluoo lou pegs pue eouejnsul S,1Nb'l-1nSNO0 aql;o ssaoxe aq Ile4s Ailo aql Aq paulelulew a6eJan00 lood aouelnsul jo 'eouejnsul;las 'aouejnsul AuV Ailo aql sloadsai se aomnsul kewljd aq Ile4s 96eJanoo aoumnsu! S-I-Nvi-InSNO0 a41 .e ,aouemsu! /4!I!ge!l lejauaO lepawwoO pue 'Al!I!ge1l leuolssa;ad 'Al!I!ge1l al!gowolnV aol suolslnoid bulmollol aql 'uleluoo of pasiopue aq jo 'uleluoo of aje salollod aouejnsul e41 -llwll alebeibbe Aollod 000'000'4$ pue wlelo jad 000'000'l$ ue4l ssal ou sllwll 411m 'uolssa;oid S,1NviinSNOO eql of aleudwdde eouejnsu! Al!I!ge1l leuo1ssa3 oad •p -96eJ8noo uollesuadwoO s,jaNjoM aneq of pannbaj aq lou pinom saaAoldwa ou seq oqm 1NviinSNOO 10. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap. 11 OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. 12. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: Agreement for Professional Services AG-C-423 January 22, 2013 Page 7 of 13 (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction, violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding this application/proposal had -one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 13. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Agreement for Professional Services AG-C1123 January 22, 2013 Page 8 of 13 Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14 GENERAL PROVISIONS. 141 This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed djligently with the performance of the services and obligations herein. 14.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 14 4 The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 14.5 This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations Agreement for Professional Services AG-C-423 January 22, 2013 Page 9 of 13 or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT 14.6. Should it become necessary to enforce any term or obligation of this Agreement, then all costs of enforcement including reasonable attorneys fees and expenses and court costs shall be paid to the substantially prevailing party 14 7 The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9 This Agreement shall be administered by Mark Cole on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses. City of Auburn Otak Attn. Kim Truong Attn: Mark Cole 25W Main Street 10230 NE Points Drive, Suite 400 Auburn WA 98001 Kirkland, WA 98033 Phone. 253.804.5059 Phone. 425.739 7964 Fax: 253. 931.3053 Fax: 425.827.9577 E-mail: kbtruong @auburnwa.gov E-mail: mark.cole @otak.com 1410 All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the parry set forth in 14.9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Agreement for Professional Services AG-C-423 January 22, 2013 Page 10 of 13 Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 14 11 This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party Agreement for Professional Services AG-C-423 January 22, 2013 Page 11 of 13 ITY I Peter B. L is, Mayor Date JAN 2 8 2013 ATTEST Danielle E. Daskam, City Clerk APPROVED AS TO FORM: 5&aie B. Hel , C ttorney (147"p Ota r . BY Title. �YJYII., b� Federal Tax ID # Agreement for Professional Services AG-C-423 January 22, 2013 Page 12 of 13 EXHIBIT A City of Auburn 30th Street NE Area Flooding, Phase 1 City Project CP1122 Consultant Project # 32187 Scope of Services December 6, 2012 The following scope is to provide professional services for design, permitting, and construction assistance for the 30th Street NE Area Flooding, Phase I project. Project Understanding The City is seeking to design and construct improvements for 30th Street NE Area Flooding,Phase 1. The purpose of this project is to relieve street flooding as a result of the existing 30-inch underground pipe within 30th Street having limited capacity to convey the storm water to its current Brannan Park Pump Station (BPPS) discharge point. The city proposes installing a 42-inch gravity line to replace the approximate 3,800 LF of existing 30-inch pipe. (Refer to Figure 1). The project's westerly limit is approximately at the NW corner of the airport. The proposed alignment would follow the existing 30th Street route to the east side of Auburn Way North.At this point the existing 30-inch pipe turns southerly and continues easterly in easements to I-Street; however the proposed 42-inch new alignment will continue in 30th Street right-of-way to I-Street where it would turn southerly and intersect back onto the existing pipe route. From this point the proposed alignment will closely follow the existing route easterly in easements, running along the north side of the Parkside East Retirement Home and into Brannan Park where it will connect to the upstream inlet structure of the BPPS located adjacent to the Green River. Design and construction of project improvements are proposed to be confined to existing 30`h Street NE right-of way west of I Street NE and within existing and/or proposed easements East of I Street NE. This proposed project, indentified as Phase 1,is also planned to provide conveyance capacity for two future project phases, as identified in Comprehensive Stormwater Drainage Plan,dated July 2011. Phase 2 will address additional flooding by extending a future gravity system northerly in I- Exhibit A Agreement No.AG-C-423 Page 1 of 19 Street NE and Phase 3 will address additional flooding northerly in C St. NE by constructing a tuture wet weather pump station and force main to discharge to proposed Phase 1 project. Exhibit A Agreement No. AG-C-423 Page 2 of 19 M n 37TU :T WE 35T,V hi ' JT.SC VE o-1 f i � 3 7 31W K F JON 4rnw .'NC � + M - ]34 T lR 'RE ti BRAN PARK Zz snw'yi y, i+ Phase 1 4 . m1w s•rs 9$ Project Area so �. su N r 2eCS. AUBURN MUNICIPAL R^ AIRPORT T r no zT.c m � C IyW_Sj.N� rCTI I 1T� •V el � SSTh 5' y Wj i Nql Si rv: :SN ST Nf 157h1 5t r,r 3 is Y Vicinity Map AUBURN 3C<h Street NE Area Flooding, Phase 1 N / xm To axe F13uTe t I I'eyC J UI I y The scope of services outlined below is presented in a logical progression of proposed project task elements (Tasks 1 through 8) and optional task elements (Task 9),each containing a list of service- task activities. A narrative description is included for each activity and a list of anticipated deliverables,deliverable formats,and assumptions for each project task element. Electronic deliverables will be one of the following formats: Microsoft Word (MSWord v-2007);Microsoft Excel (MSExcel v-2007);Microsoft Project (MSProj v-2003); CAD (AutoCAD v-2010). PLAN PREPARATION REQUIREMENTS The PS&E shall be prepared in conformance with standard practices of the City tot plans prepared by its own staff. Contract plans shall be prepared with such precision and in such detail as to permit convenient layout in the field for construction and other purposes within a degree of accuracy normally acceptable to the City and to permit the development of an accurate estimate of quantities for the items of work to be performed in the construction of the PROJECT The CONSULTANT shall make such changes or amendments in the detail of the work as may be requested by the City during the course of the work. The CONSULTANT shall accomplish studies, as may be pertinent and necessary as included in this scope or as amended as requested by the City, to provide information and recommendations on the features of the work. This may include furnishing recommendations on various aspects of the design in order to achieve the most cost- effective PROJECT The PS&E'shall be developed in accordance with the latest edition, amendments, and revisions of the following publications,where applicable: 1. City of Auburn Publications: a. De ign Standards,Dated August 2004 as Revised b. Construction Standards,Dated September 2009 as Revised C. City of Auburn Surface Water Management Manual,Dated November 2009 d. City's Boiler Plate Standard Special Provisions per the User's Guide 2. State Publications: a. 2012 JFSDOT Standard Specifications for Load, Bridge, and Mraaicpal Construction (1Vl 41-10) Exhibit A Agreement No. AG-C423 Page 4 of 19 b. WSDOT Standard Plans for Road and Bridge Construction (M 21-01) 3. American Association of State Highway and Transportation Officials Publications: a. A Poliy on Geometric Design of Highways and Streets(1984) ("Green Book") b. A Guide for Highway Landscape and Environmental Design (1970) C. Highway Design and Operational Practicer Related to Highway Safety(1974) ("Yellow Book") d. Any American Association of State Highway Officials policies applicable where said policy is not in conflict with the standards of the Washington State Department of Transportation. 4. U.S. Department of Transportation Publications: a. Manual on Uniform Traffic Control Devices far Streets and Highways(current edition) 5. Other Publications: b. Book of American Society for Testing and Materials Standards Obtaining AASHTO, USDOT, and other publications shall be the CONSULTANT'S responsibility All documents, exhibits,or other materials,including photographic negatives used in the PROJECT, shall become and remain the property of the City and may be used by it without restriction. Such unrestricted use,not occurring as a part of this PROJECT, shall be without liability or legal exposure to the CONSULTANT The scope of services is described in more detailed are follows: Scope of Services 1.0 Site Investigation and Data Collection 1.1 City furnished data and reports Throughout the duration of this Project, the City will perform services, fumish information, and answer questions on City standard procedures for plan preparation. Exhibit A Agreement No. AG-C423 Page 5 of 19 The following data and reports will be supplied by the City GIS mapping/utility data, previous design reports or technical memorandums;video inspection files and Pipeline Assessment reports; relevant well monitoring data; and by the City 1.2 Perform site reconnaissance The design team will conduct a comprehensive site visit and walk the project area to verify base mapping and understand field conditions and potential design challenges. The City or other agency representatives may participate in the site visit and share project knowledge and concerns. Consultant will coordinate with the City prior to conducting any site visits. Consultant will prepare a memorandum to sutnmanze significant discussions and observations. 1.3 Perform geotechnical investigation (by Subconsultant) Consultant will conduct a geotechnical investigation to identity soil conditions for proposed stormwater pipe locations. Investigation will consist of conducting a maximum of seven (7) soil borings and laboratory soils testing for the project locations. Groundwater monitoring wells will be installed in two (2) of the borings and ground water levels monitored during design relative to construction dewatering The investigation and analysis will characterize soil conditions and identify groundwater depths for the purpose of planning utility trenching, backfill,and pipe loading. The results of the investigation and analysis will be summarized in a report. Task 1 Deliverables: • Summary list of previous applicable design documentation: 1 MSWord copy • Field meeting summary of site reconnaissance: 1 MSWord copy • Prelimipary and Final Geotechnical Report: 3 paper copies Ea., 1 PDF of Final. • Periodic well monitoring logs: 1 PDF Ea. Task 1 Assumptions: • City will coordinate with utility agencies to obtain utility records and have utilities field marked and provide to consultant prior to • City to provide consultant copies of available reports, technical memorandums, or other data relevant on the project. • City to obtain rights-of--entry trom all private properties,necessary for design reconnansance as mutually agreed between the City and the Consultant. • City to perform property/boundary research and provide consultant AutoCAD mapping of right-of-way and parcels adjacent to proposed alignment suitable for use with legal description and supplementing design base mapping 2.0 Preliminary Design Exhibit A Agreement No. AG-C-423 Page 6 of 19 2.1 Design alternatives and final hydraulic analysis Consultant will review the previously prepared hydraulic modeling technical memorandum and meet with the City and their hydraulic modeling firm to discuss and better understand the intended system design/operation. Using the survey, Consultant will develop preliminary design grades and alternatives and meet/discuss with the City Consultant will then coordinate/support the city's hydraulic modeling firm who will perform the modeling and provide consultant with the final alignment and grades. 2.2 Perform final survey/base mapping for design Consultant will perform topographic surveying and mapping for final design along the proposed route, 30T'Street NE from approximately 100 feet west of the intersection of C St NE to the intersection of I-Street NE and along the existing storm drain easement from I-Street NE to the Brannon Park Pump Station (BPPS). The mapping will be focused on the full-width street right of way and any easement areas necessary for construction that the final route will traverse through and encompass all of the existing storm drain easement width plus an additional 15 feet adjacent to and south of. The Consultant team will establish project control based on the City's horizontal and vertical control networks. All surveying and mapping shall be referenced to the City's datum of NAVD 88/NAD 83-91 The City will coordinate with the necessary utility companies to identify existing private utility facilities and if any work is required to be completed by the utility The Consultant shall prepare and submit to the City the necessary project drawings for this coordination effort. Consultant will then locate these marks and other utility surface features. Consultant will locate all storm drain structures and sanitary structures within or crossing the project area. Storm drainage and other utilities shall be surveyed to the first structure or valve outside of the area to be surveyed and mapped. Invert elevations and pipe dimensions shall be surveyed by the Consultant for all existing storm drains and sewer structures within these limits. Consultant shall surrey existing surface features including topography breaks, pavement and other hardscape, channelization and signing, significant trees and other significant landscaping, fences, and buildings. Consultant will create design base maps in AutoCAD format. Base mapping will be provided at a horizontal scale of 1 inch = 20 feet showing the features outlined above. A digital surface will be prepared and contours lines will be shown at 2-foot intervals. 2.3 Coordination with existing utility agencies City will initially coordinate and obtain records from utility companies to verify locations of existing facilities and confirm agency requirements. Consultant will review record draw ngs and verify the utility horizontal locations surveyed and shown on the design base maps. During preliminary design, City will coordinate with affected utility companies to discuss potential conflicts,crossings,preliminary costs, and schedules, Consultant will prepare necessary documents Exhibit A Agreement No. AG-C-423 Page 7 of 19 needed for coordination. Consultant will prepare a matrix spreadsheet summarizing utility conflict locations and actions for each conflict location. This document will be updated whenever new information becomes available to track utility coordination activities. Consultant will prepare and the City will submit 70%design drawings to utility agencies and coordinate with each regarding review and comment. Consultant will assist the City to respond to Utility questions and comments. 2.4 Prepare preliminary construction plans and cost estimate (30%) Consultant will prepare preliminary design drawings based on the conclusions/detemunations established from the final hydraulic analysis. Preliminary design drawings will include general information drawings, storm drainage improvement plan and profiles drawings, site demolition/restoration drawings,and other details as may be necessary to understand the significant components of the preliminary design. Consultant will estimate quantities of significant items of construction and develop an itemized cost estimate using standard or non-standard bid items and unit costs based on experience and recent similar project bid tabs. The construction cost estimate will include appropriate contingencies to reflect the level of design complete. 2.5 Submit documents and respond to City comments Consultant will assemble and submit documents for review and comment by meeting with the City to discuss design aspects and details of the submittal. The City shall review and provide Consultant with written review comments. Consultant will subsequently evaluate the comments and provide the City with written response to each comment for clarification and concurrence. 2.6 Design and prepare 70%-Level construction plans Consultant will prepare construction plans to a higher level of design by preparing additional drawings, details,and incorporating previous City review comments.The construction plans will include the following list of design drawing components: 2.6.1 Prepare Project Information Plans (2 Drawings) Consultant will prepare drawings per the City's provided Sheet layout and Format,including the coversheet and general information sheet. At a minimum these sheets shall indicate the project title, project number,vicinity map,and drawing index, the project's general notes,project legend, symbols, and abbreviations; the project layout map; and project survey control. 2.6.2 Prepare TESC and Demolition Plans (7 Dbl-plate plan drawings) Consultant will revise the previous design plans and prepare additional supportive detail drawings. Plans to provide for Temporary Erosion & Sediment Control (TESC) project requirements and for removal/demolition of various project elements,i.e. pavement, structures, and other necessary aspect required to be removed, demolished, and/or relocated. Exhibit A Agreement No.AG-C-423 Page 8 of 19 2.6.3 Prepare Storm Drainage Plans (14 Plan & Profile Drawings) Consultant will revise the previous design plan and profiles and prepare additional supportive detail drawings. Drawing will indicate new sewer lines and grades, structure locations and inverts, system connections, and other aspects of the project or pertinent information. Format and scale for Plan and Profile sheets shall be per the City's provided drawing format. 2.6.4 Prepare Site Restoration Plans (7 Dbl-plate plan drawings) Consultant will revise the previously prepared plan drawings and prepare additional supportive details necessary- for site restoration required of proposed improvements. Drawings will depict limits of replacement of driveways, sidewalks,pavements,landscaping, channelization, and other miscellaneous reconstruction items. 2.7 Prepare 70% project specifications Consultant will prepare project specification document consisting of the City's contract and general provisions,bid proposal, and technical special provisions -based on the City's standards and special provisions to the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as published by WSDOT/APWA. The Consultant shall maintain the data links within the files provided by the City and keep general project information updated in the Data file for use in all other specification files. In addition, the Consultant shall use track changes for all changes made within the City's standard contract documents and specifications. 2.8 Prepare 70% construction cost estimate Consultant will coordinate with City staff to identify standard and non-standard bid items used for the project based on the City's standard bid items identified in the special provisions. Consultant will estimate quantities and develop an itemized construction cost estimate using unit costs based on experience and recent similar project bid tabs. The construction cost estimate will include appropriate contingencies to reflect the level of design complete. 2.9 Submit documents and respond to City comments Consultant will assemble and submit documents for review and comment and meetwith the City to discuss submittal review comments. The City shall review and provide Consultant with written review comments. Consultant will subsequently evaluate the comments and provide City with written response to each comment for clarification and concurrence 2.10 Preliminary design quality control Consultant will implement measures to control quality and effectively communicate with the City during preliminary design. Consultant will establish and maintain effective communications for keeping the client apprised of progress, unanticipated design issues that may arise,and issues requiring client decision and direction. Consultant will perform specific quality control reviews of design elements and proposed deliverables prior to submittals. Exhibit A Agreement No. AG-C-423 Page 9 of 19 2.11 Preliminary design project meetings (Client and Outside Agencies) Consultant will prepare for and attend coordination meetings to discuss preliminary design issues, concerns, and details with various departmental city staff(including Parks and Auburn Airport), as well as other outside agencies (if necessary). Consultant will prepare and distribute meeting summaries. Consultant will request the need for and the City will coordinate these meetings with outside utility agencies. Task 2 deliverables: • Existing utility potential conflicts matrix, 1 PDF copy • 30%-level design submittal • Design Plans: 3-Paper half-size; 1 Paper full-size; 1 PDF copy • Construction Cost Estimate: 3 Paper; 1 PDF copy, 1 MS EXCEL copy • Document review comment form: 1 MSWORD copy • Written response to agency review comments; 1 MSWORD copy • 70%-level design submittal • Design Plans. 3-Paper half-size; 1 Paper full-size; 1 CD with AutoCAD files and PDF • Project Specifications. 3-Bound paper copies; 1 b1SWORD copy • Construction Cost Estimate: 3-Paper; 1 PDF copy, 1 MS EXCEL copy • Document Review comment form: 1 MSWORD copy • Written response to agency review comments: 1 MSWORD copy • Miscellaneous correspondence/transmittals/meeting summaries; 1 PDF copy Ea. Task 2 Assumptions: • Utility Potholing,if necessary,will be coordinated by the city and performed by the utility owner. • City to provide Consultant current version of AutoCAD standards,including applicable Civil 3- D templates, styles, and protocols in electronic format,including plan cover and general information sheets. • Agency document review comments shall be provided to consultant in MSWord, supplemented on one-set of returned plans. • The City shall supply Consultant with an electronic copy (MSWord) of standard boilerplate for bid, contract, and other relative bid and specifications document sections. City shall provide Consultant with itemized bid tabulation of similar recent construction bids, when available, for use in developing project cost estimates; Consultant shall prepare cost estimate in the same format of previous City bid tabulations. • Budget for preliminary design meetings based on Consultant preparing for and attending a masunum of six (6) two-hour meetings to discuss design issues and design review comments. • Project specifications based on City standard "double-side printing" format. 3.0 Community Involvement Assistance (optional) Exhibit A Agreement No. AG-C-423 Page 10 of 19 3.1 Conduct open house meeting The City will be responsible for leading the public participation effort. Consultant will assist by preparing exhibits boards for public meeting Consultant will submit copies of meeting materials to the City for review/comment. Consultant will incorporate comments, prepare final materials, and the Consultant's project manager will accompany City staff at one (1) open house meeting, anticipated to occur following 30% design complete. Task 3 Optional Services Deliverables: • Boards and other graphic presentation materials • For advance review/comment: 3-paper half-size color Ea, 1 PDF copy Ea. • For meeting(s): Boards: 1-full size copy,Ea., color graphic handouts,#TBD by consultant • Compiled summary of public comments from open house: 1 PDF copy Task 3 Assumptions: • The Citv shall be responsible for coordinating/scheduling meeting facilities;meeting advertisement requirements; and mail-out distribution of meeting informational flyers. • Consultant will provide "final-proof' copies of all graphic materials to the City for review/comment minimum 2-weeks in advance of any public meeting "Final proof'version of graphical materials maybe submitted for review in smaller size than those prepared for public meeting • City shall provide Consultant final comments/edit of all graphic materials minimum 1-week in advance of any public meeting • Task budget is based on Consultant preparing graphic and attend a maximum of one (1) meeting 40 Environmental Permitting Assistance 4.1 Preparation of SEPA environmental Checklist Consultant will complete the Environmental Checklist for SEPA compliance for the City of Auburn to make a threshold determination based on 60% design completion. It is assumed that a Determination of Non-Significance (DNS) will be issued by the City for the project in the SEPA review process. Consultant will prepare a 4.2 Prepare Cultural Resources Assessment A Cultural Resources Assessment will be conducted to conform to the requirement of Washington State Department of Ecology,Washington State Department of Archaeology and Historic Preservation, and Executive Order 05-05. Consultant will conduct an assessment and prepare a report to document findings and conclusions,based on EZ-1 Forms 1 and 2 format. Exhibit A Agreement No. AG-C423 Page 11 of 19 4.3 Prepare Shoreline Development and JARPA Permits (Optional) If determined required, consultant will prepare a JARPA for shoreline development permit and cntical areas ordinance compliance per City of Auburn requirements. Consultant will conduct field work and the background information review necessary to collect the data for the preparation of the technical documents and permit applications for Phase 1 of the project. Consultant will collect data on sensitive and critical areas/resources in the project vicinity,perform a wetland reconnaissance survey, and characterize vegetative communities, land use, fish and wildlife habitat, and stream and riparian habitat in the project vicinity Critical Areas Report for the project, to be submitted as support documentation for the shoreline development permit application and critical areas ordinance compliance. Task 4 Deliverables: • Draft and Final Environmental Checklists, 1 MSWord. • Draft and Final Cultural Resources Study 1 MSWord. • Miscellaneous correspondence relative to pemvt review/approvals: 1 PDF copy, Ea. Optional Services • Draft and Final JARPA application and formatted drawing set; 1 MSWord, Ea. • Shoreline Management Act Permit Data Sheet, per WAC 173-27-990,Appendix A. 1-PDF • Critical Areas Report,in support of the shoreline development permft-application: 1-PDF Task 4 Assumptions: • The project will achieve SEPA compliance through the preparation of an Environmental Checklist. o An EIS for the project will not be required. • Scope of services assumes a SEPA threshold determination of DNS • Critical Areas Report will be prepared per Auburn City Code (ACC) 16.10 • The project will not require a Section 404 permit from the Corps. • The project will not require a Section 401 Water Quality Certification from Ecology • The project will not require a Hydraulic Project Approval from Washington Department of Fish and Wildlife (WDFW) for construction of the project. o No federal nexus (federal funding or federal permit needs) is associated with the project and no additional federal regulatory compliance or permits will be required. • The project will avoid or minimize any potential impacts to critical areas and critical area buffers, and will not require compensatory mitigation for impacts to critical areas or their buffers. The project will not require preparation of a mitigation plan or a monitoring program. • The City will submit documentation to DAPH and lead the coordination with the tribes relative to cultural recourses study 5.0 Right-of-Way and Easement Acquisition Assistance Exhibit A Agreement No.AG-C423 Page 12 of 19 5.1 Preparation of Easement documentation It is anticipated that temporary construction easements may be necessary on one or more parcels for the portion of the project between I-Street NE and Brannon Park Pump Station BPPS to avoid property impacts. Consultant will prepare legal descriptions and exhibits for temporary construction easements (TCE). Consultant will submit draft easement documents for review and comment, edit document to incorporate City comments, and submit final documents for City to acquire. Task 5 Deliverables: • Easement documents— 1 MSWORD copy,Ea. (draft); 1 PDF copy,Ea. (final) Task 5 Assumptions: • Only temporary construction easement are necessary and no permanent easement(s) will required on private properties or the city's Brannon Park property • Budget for preparing easements documents is based on preparing a maximum 10 separate temporary construction easements. • City to provide consultant with applicable document templates for description/exhibit references. • City will be responsible for property negotiation and all other costs of acquiring easements and recording of documents. • City will obtain and provide consultant title reports on those affected properties deemed necessary for writing easement descriptions. 6.0 Final Design and preparation of construction documents 6.1 Design and prepare 95%-Level construction plans Consultant will revise the previously prepared construction plans to a higher level of design completion,including incorporating the comments from previous design submittal. 6.2 Prepare 95% project specifications Consultant will revise the previously prepared specification document to a higher level of design completion,including incorporating the comments from the previous design submittal. The Consultant shall maintain the data links within the files provided by the City and keep general project information updated in the Data file for use in all other specification files. In addition, the Consultant shall use track changes for all changes made within the City's standard contract documents and specifications. Exhibit A Agreement No. AG-C-423 Page 13 of 19 6.3 Prepare 95% construction cost estimate Consultant will revise the quantities and update the construction cost estimate to reflect the higher level of design. The construction cost estimate will include appropriate contingencies to reflect the level of design complete. The Construction estimate will be in a format in compliance with the City's standard estimate form. 6.4 Submit documents and respond to City comments Consultant will assemble and submit documents for review and comment and meeting with the City to discuss submittal review comments The City shall review and provide Consultant with written review comments. Consultant will subsequently evaluate the comments and provide the City with written response to tach comment for clarification and concurrence. 6.5 Prepare and submit 100% construction documents Consultant will visually examine the project site to verify that site conditions have not changed since the time of initial site survey and notify/discuss any significant findings which may have an impact on proposed improvements. Consultant will complete the final and revised the previously prepared construction plans, specifications, and construction cost estimate,including incorporating the comments from previous design submittal. Consultant will submit "100% Proof Set" of design documents for final review and approval. Consultant will review,incorporate any final comment edits, and submit the final construction documents to the City for producing documents for construction bid solicitation. 6.6 Final design quality control Consultant will schedule and commit the necessary resources to control the quality of the design. Quality control measures will be implemented to facilitate a continuous level of improvement in the design and for effectively communicate and keep client apprised of progress, unanticipated design issues that may arise, and issues requiring client decision and direction. Consultant will perform specific quality control reviews of design elements and proposed deliverables at each interim design submittals. Consultant will require similar quality control measures of subconsultant team members. 6.7 Final design project meetings (Client and Outside Agencies) Consultant shall prepare for and attend coordination meetings with the City during the final design and plan preparation. Consultant will prepare and distribute meeting summaries. 6.8 Bid assistance Consultant will assist the City during the project bidding and contracting phase. It is assumed that the City will produce the bid documents, advertise the bid, distribute bid documents,maintain the Exhibit A Agreement No. AG-C-423 Page 14 of 19 master planholder's list, and conduct the bid opening It is assumed the Consultant will not attend the bid opening Consultant will respond to technical questions from bidders as requested by the Ciry All questions from bidders and responses from Consultant will go through the City Prepare and transmit up to two (2) addenda as requested by the Ciry in NIS Word Format.Assist the City with checking references of apparent low bidder as requested by the City Task 6 Deliverables: • 95%-level design submittal • Design Plans: 3-Paper half-size; 1-Paper full-size; 1 PDF copy • Project Specifications: 3-Bound paper copies; 1 MSWORD copy • Construction Cost Estimate: 3-Paper; 1 PDF copy—Excel copy • Document review comment form: 1 DISWORD copy • \written response to agency review comments; 1 MSWORD copy • 100%-level design"Proof-set" subtruttal • Design Plans. 1 Paper half-size, PDF • Project Specifications: 1 Bound paper copy, 1 MSWORD copy • Construction Cost Estimate: 1 Paper copy,Excel copy • Document Review comment form: 1 MSWORD copy • Written response to agency final comments; 1 MSWORD copy • Final construction document submittal o Design Plans: 1 Full Size (signed/sealed) set of 4 mil blylars not photocopied. Electronic ACRD files of all plans with all extemal references bound. Project Specifications: 1 Bound paper copy (Sealed/signed); 1 MSWORD copy • Construction Cost Estimate: 1 Paper copy (sealed/Signed); 1 PDF copy • Quantity Take Off documentation • Miscellaneous correspondence/transmittals/meeting summaries; 1 PDF copy Ea. • Bid Assistance • Respond to technical questions from bidders as requested by the City • All questions from bidders and responses from Consultant will go through the City • Addendum: Prepare and transmit up to two (2) addenda as requested by the City; NIS Nord Format. • Bid tabulation: Assist the City with checking references of apparent low bidder as requested by the City Task 6 Assumptions: • The City shall supply Consultant with an electronic copy (NIS%X ord) of required updates to standard boilerplate for bid, contract, and other relative bid and specifications document sections. • City shall provide Consultant with itemized bid tabulation of similar recent construction bids, when available, for use in developing project cost estimates. Exhibit A Agreement No. AG-C-423 Page 15 of 19 • Agency document review comments shall be provided to Consultant; one master set of comments will be provided by the City to PDF format for all submitted plans and in 1ASWord format for all submitted word documents. • Budget for final design meetings based on Consultant preparing for and attending a maximum of three (3) two-hour meetings to discuss design issues and design review comments. • The City shall be responsible for leading the construction bid solicitation process and advertise the bid, distribute bid documents,maintain the master planholder's fist, and conduct the bid opening 7.0 Construction Assistance The Consultant will support the City during the construction phase of this project. City staff will provide overall construction management. The Consultant will provide technical assistance in the following areas. 7.1 Submittal Reviews (optional) During the construction phase of the project The CONSULTANT will review submittals at the direction of the City All submittals and subm ttal-related communications will be directed through The City Submittal review will be performed up to the amount budgeted in the attached Estimate of Time and Expense (Exhibit B-1). Effort will not exceed this budget amount without specific authorization from the City THE CONSULTANT will provide the City with three hard copies of final approved submittals. Assumptions: o THE CONSULTANT will be responsible for receiving submittals from the City and distributing submittals to the appropriate parties for review • The City shall perform an initial cursory review of all submittals to determine if minimum requirements for content and format are met. If these requirements are not met,THE City will return the submittal to the Contractor for revision prior to commencement of review • THE CONSULTANT shall determine acceptance status of each submittal based on recommendations and comments made by the reviewing parties. • THE CONSULTANT shall receive concurrence from the City prior to returning approved submittals to the Contractor. • THE CONSULTANT will be responsible for returning submittals to the Contractor and for maintaining copies of the submittals within the project file. • The budget for this task includes approximately 24 hours for the review of alternate submittals. •The budget for this task is based on the attached submittal list (Exhibit B-1), and assumes the Consultant will review each submittal not more than twice (allowing for one re-submittal by the Contractor). 7.2 Request for Information (optional) Exhibit A Agreement No. AG-C-423 Page 16 of 19 During the construction phase of the project,the Consultant will respond to requests for information (RFD and provide design clarifications at the direction of the City Responding to RFIs and providing design clarifications will be accomplished on an on-call basis up to the amount budgeted in the attache Exhibit B-1. This effort will not exceed the budgeted amount without specific authorization from the Citv The Consultant will work closely with the City to provide prompt responses to the RFIs. After providing an RFI response, the City may determine whether or not an RFI resulted from errors or omissions in the design plans in accordance with industry standards. If it is determined that an RFI is a result for errors or omissions in the design plans in accordance to industry standards, the City may determine that the RFI response is not compensable under this task authorization. The Consultant shall not direct the Contractor to make changes to or deviations from the Contract Documents, this responsibility and authority shall only lie with the City The Consultant will support the City in the successful completion of this project. Consultant will review/respond to submittals and clarifications for document compliance. Task activities include: • Provide technical interpretations of the drawings, specifications, and contract documents. • Review/respond to contractor and/or agency requests for information (RFIs). When requested by the City, Consultant will prepare change order and/or evaluate and prepare design modifications. Task activities,when requested,may include: • Provide supplemental drawings or details,if necessary, and evaluate requested deviations from the approved design or specifications. • Evaluate and prepare change orders. • Attending field meetings,when requested, to discuss project issues and evaluate compliance with the project plans and specifications,including pre-construction and final project walk-through. 7.3 Prepare "Record Drawings" Prepare record drawings to indicate significant changes made during construction, based on drawing mark-ups provided by Contractor and City These are redline markups of the original Mylar documents and electronic changes to the ACRD drawings of the project. Task 7 Deliverables: • Record Drawings: Original Full Size Mylar with Markups completed and drawings signed, 1 CD with modified AutoCAD files with all external references bound. Optional Services • Returned submittal reviews. 1 PDF, Ea. • RFI clarifications: 1 PDF Ea. • Change Orders,when requested; 1 PDF Ea. Task 7 Assumptions: • Budget for Task 7 1 is based on 88 hours at an average rate of$110 per hour. Budget of Task 7.2 is based on 40 hours at an average rate of$110 per hour. Consultant will monitor budget status Exhibit A Agreement No. AG-C-423 Page 17 of 19 and advise client when the task budgets are 85% exhausted to determinate at that time if an amendment should be executed. • The City shall provide consultant a current copy of record drawing requirements. • The City will be responsible obtaining red-line markups from the contractor. • For the purposes of preparing record drawings, the City shall provide Consultant with one full size set of drawing containing all plan mark-ups in red-ink. • No field verification survey is required of Consultant to prepare record drawings. 8.0 Project Management and Administration Consultant will provide project management to satisfactorily complete the scope of services. Consultant will plan.and manage the activities of the design team and prepare project progress reports and documentation. Project management will be provided continuously for the duration of the design and construction of the project. 8.1 Design and document preparation Consultant will direct and supervise internal staff team members and their activities to ensure successful completion of design documents and other services provided by Consultant. 8.2 Project documentation and reporting Consultant will prepare a project work plan to reflect current design and client requirements for successfully completing the project. The plan will address the project's purpose and client's goals and objectives,information relative to project scope, schedule, budget,and deliverable milestones, design standards and project-specific QA/QC control measures,and communication/administrative protocols. Consultant will prepare a detailed project schedule to reflect significant tasks and project milestones. The schedule will be prepared using DIS Project and will identify significant tasks and anticipated durations, significant milestones, and agency reviews and approvals. Consultant will continuously monitor the schedule and prepare updates as necessary Consultant will document all design criteria, significant findings, and determinations made throughout the project. Consultant will prepare progress reports and invoices with sufficient detail to demonstrate progress and budget status. Consultant u-ill monitor and track subconsultants' scope activities,budget expenditures,and review/process monthly invoices with sufficient detail to document progress Task 8 Deliverables: • Project Work Plan: 1 PDF copy • Project Schedule: 1 MSProj copy • Progress Reports and Invoices: 1 paper copy, Ea. Exhibit A Agreement No.AG-C-123 Page 18 of 19 • Miscellaneous correspondence/transmittals/meeting summaries; 1 PDF copy Ea. Task 8 Assumptions: • Project Management, Coordination,and Administration budget is based on twelve (12) month duration for project design and construction. • Project schedule will reflect significant design tasks/durations and be updated monthly • Project progress reports and invoicing will be submitted monthly Exhibit A Agreement No.AG-C-423 Page 19 of 19 O i=slssy m ry N ry N C 9 1v10> 'Lf U a d p _ 6 IwO�ssal0+ W -2—IN 9 z _ - a 'S S TI I d O V I-+ re n yII+���c d sp N AI]]ly adv.>spu = o m Al AI uwrvy>a1� n 9 IA nam8 — III aaufrs Aa IfI3 _ _o A3 — IIIA 3 MO 14 f +S/Jida .—. m a e p i 2 E e = } n IE E o " E_ E ` 5 S S C• E E E o _� o � C ,�`. 7 0 : � o o f E __°fi e <' ? E _ _ Iry rvNry Nry U r 41 .* C✓ LLu Ur 's 30th Street NE Area Flooding, Phase 1 City of Auburn E.Iolnt B-I Otak Hours and Fees 5 C E z w w m Tnml Who, atn $198 1 5145 1 1119 1 $10' 1 S83 1 110] 1 $82 1 $124 1 1112 1 $115 1 S69 I S79 1 5138 1 y 710} SBGa 368` Ifonn Peo 72 R......v,for ln&mnamm le"D tonl 4Ivluu U so 73 Po'— onD /ti 2 14 _L 12 ]2 124 $11930 Sun."]N/oms Pee 0 1 16 IJ 0 /Z )Z 0 0 0 0 0 0 0 0 0 I26 4l/Bl0 80 Project Management and Admm,suuou 81 Dn,n.lnd door-nt preparatwn 10 116 71431N1 82 Proecl d.m n<mmon and rc o 96 3 96 Jl 125 IIJ 930 ""an/H—nrIPc H i 10 i 0 0 0 0 0 0 0 0 0 0 0 0 I I> b( fJ/210 Subtotal Hours/Fees Otak Labor Tasks 1.0 to 8.0=1 46 1 391 1 434 1 262 1 220 1 16 1 364 1 18 1 0 1 13 1 105 1 140 1 107 1 2,148 1 $230,948 Subconsul[am Costs Gemnhmul liu•nsenn -GeoFa, neq lnc P.S 320 Cultural I4emnas Anscrnsen Cultural Raeou¢es ConsWUOU $Zsw Total Subconsultant Costs= $27820 H<imbursable Expenses-General 1915q Total Reimbursable Costs= $9,504 W Bud et Sco a of Services Tasks ask I-8 Excludln,,O tional Services = $268 272 Optional Services(Budget allowances }1 Cnndua n n house mean onil sen tce 41 2 2 1 $ 844 43 Pre .ne 56orelnc Devclo me .md ARPA Permro u tional s<mc<) 2 8 16 42 32 100 $11,320 7.1 (L nsuucuon subnuttnlRvinv.. I 1 48 1 M I I 1 88 19944 1 2 Rr uesn(ur ln(omuaon J 1 121 8 1 1 1 i 1 1 1 1 1 1 12 JO 53968 O clonal Services Total $27096 Total Bud c[ ask 1-8 Including 012tional Semces= $295,368 K\Pn,eet\321n\32187\--r\Fee Mn—m 6nl eL 2 olok EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at $0.565/mile or the current approved IRS rate. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and/or environmental consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts. Exhibit C Agreement No. AG-C423 Page 1 of 1 CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number(i.e. progress payment# 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement# (i.e. AG-C-115). • Project number(s) listed (i.e. PR562). • CITY'S project manager listed: • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e. design, right-of-way, or construction) or task order number • Direct salary (base salaries) • Indirect salary (benefits) • Direct non-salary (i.e. mileage, reproduction fees (i.e. printing, copying), communication fees (i.e. telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract—total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e. a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15'h • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-423 Page 1 of 2 SAMPLE INVOICE City of Auburn Invoice# 5222 25 West Main Progress Payment# 2 Auburn WA 98001 Invoice Date: February 10, 2002 Attn: Scott Nutter(Project Engineer) Project Name: Thomas Nelson Farm Agency Agreement# AG-C-010 Project# PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourly Rate Amount Mike Jones, Principal in Charge 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processing 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal $ 749.00 Expenses see attached documentation Charges Amount Mike Jones, Principal in Charge 20 miles $ 7.52 Carla Maker, Architect $ 30.00 $ 30.00 Joe Smith, Word Processing $ 29.00 $ 29.00 Consultant Expenses Subtotal $ 66.52 Consultant Total: $ 815.52 SUB CONSULTANTS(see attached documentation) Subconsultant Hours Hourly Rate Amount ABC Environmental, Inc., Civil Engineer 10 $ 100.00 $ 1,000.00 Electrical Consulting, Electrical Engineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,000.00 Moving Company, Moving Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subconsultant Total: $ 2,600,00 TOTAL DUE THIS INVOICE $ 3,415.52 CONTRACT BREAKDOWN Amount Total invoiced % % Amount Task Authorized Prior Invoiced This Invoice To Date Ex ended Completed Remaining Original Contract $ $1,025.00 $ 3,415.52 $ 4440.52 20% 25% $ 17,559.48 22,000.00 MRF* 2,500.00 0.00 1,000.00 1,000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 $ 1,025.00 $ 3,68149 $ 5,440.52 $ 19,059.48 Note: MRF=Management Reserve Fund * Received a written authorization of MRF on 1110/01 for Mechanical Engineer task in the amount of $2,500.00. Consultant Invoices Agreement No. AG-C-423 Page 2 of 2 AMENDMENT #1 TO AGREEMENT NO. AG-C-423 BETWEEN THE CITY OF AUBURN AND OTAK CORP. RELATING TO PROJECT NO. CP1122, 30th STREET NE AREA FLOODING, PHASE 1 THIS AMENDMENT is made and entered into this /day of /6--e-Lb/417j, 2013, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Otak Corp. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-423 executed on the 28th day of January 2013. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2014. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-423 executed on the 28th day of January 2013 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and ye ,r first above written. OTA, CORP. ITY OF A By: a is —tine Authorized signature Peter:. Lewis, Mayor ATTEST (Optional): ATTEST: By: , - Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approv-= as to f.,_ : IS d • Attorney for (Other Party) Daniel B. aid, .m 'y Attor - Amendment No. 1 for Agreement No. AG-C-423 Otak Corp. Page 1 of 3 CITY OF * ** AUBURL r Peter B. Lewis, Mayor WAS H I NGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 13, 2013 Mark Cole Otak Corp. 10230 NE Points Drive, Suite 400 Kirkland, WA 98033 RE: Amendment No.1 to Agreement for Professional Services, AG-C-423 Project No. CP1122, 30'" St NE Area Flooding, Phase 1 Dear Mr. Cole: Enclosed please find an executed copy of the above-referenced Amendment No. 1. This amendment is for a time extension only. This amendment extends the term of the agreement to December 31, 2014. For the City's tracking and record keeping purposes, please reference AG-C-423 and Project No. CP1122 on all correspondence and related material. Our records indicate that your Insurance, as required in Section 9 of the original agreement, expired on December 9, 2013. Please mail the required certificate(s) of insurance, within two weeks, to Amanda DeSilver, Contracts Administration Specialist, Auburn Community Development & Public Works Department, at the address noted at the top of this letterhead. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5059. Sincerely, rte,/ Kim Truong Project Engineer Community Development & Public Works Department KT/adfjc Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG-C-423 CP1122 (2.20) AUBURN * MORE THAN YOU IMAGINED R- �.Acol AMENDMENT #2 TO AGREEMENT NO. AG -C-423 BETWEEN THE CITY OF AUBURN AND OTAK CORP. RELATING TO PROJECT NO. CP1122, 30th STREET NE AREA FLOODING, PHASE 1 THIS AMENDMENT is made and entered into this_ day of 2014, by and between the CITY OF AUBURN, a municipal corporation of the State of Wdshington (hereinafter referred to as the "CITY "), and Otak Corp. (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -423 executed on the 28th day of January 2013 and amended by agreement dated the 61' day of December. 2013 The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $14,926.00. The total contract amount is increased to $334,926.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -423 executed on the 28th day of January 2013 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and veal first above written. OTAK(CORP. By: Authorized signature ATTEST (Optional). By. Its: Approved as to form (Optional): Attorney for (Other Party) Amendment No. 2 for Agreement No. AG -C -423 Otak Corp. Page 1 of 4 CITY OF AUBURN r4ancy Ba 11 Kra y 0 ATTEST. ,flanielle E. Das a<�urn City May G, 2014 Kim Truong, Project Engineer City of Auburn Public Works 25 West Main Street Auburn, WA 98001 -4998 Re. Addition of Grind and Overlay to existingproject -30 Street NS Area Flooding Ph.1 Agreement AG -C-423 — Otak Project No. 32187 Dear Kim: Based on our previous telephone conversation, the City wishes to add certain additional items for work to the existing 30" Street NE Area Flooding Ph. 1 project, specifically. • Perform pavement repair (saw cut and remove /replace existing pavement) within the south half of 30' Street NE from approximate project station 13 +00 to 15 +50. • Perform a 2" grind and HMA overlay on 30i° Street NE from the existing curb - returns on `B" Street to the existing curb - returns on Auburn Way North (AWN). • On 306' Street NE, reconstruct two additional curb ramps on "C" Street as well as the curb ramp at the NW cornet of AWN to be ADA compliant. • Modify /upgrade the pedestrian signal system at the intersection 30" Street NE and AWN. (Design and construction document preparation for this item of work will be performed by City staff and Otak will incorporate into construction documents). We have reviewed the design, construction documents, and survey base maps relative to identifying the requirements to modify the current 99 %o- complete documents and have concluded the following. • The current topographic survey basemaps limits are sufficient for designing the added pavement repair and replacement of the three added curb -ramp. No additional field surveying will be necessary. The westerly limits of the proposed grind and overlay ( "B" Street) is approximately 1,000 beyond the limits of the current surveyed basemaps. It is our opinion that full topographic survey is not necessary for the purposes of a defining /specifying for this aspect of work and would propose creating base maps using GIS data. However, a site visit will be performed to verify existing features and current site conditions. The proposed pedestrian signal upgrades at the AWN intersection to the new advanced system will require modifying the design of the two proposed curb ramp replacements on the south side of 30`h Street NE. A d d i t i o n of G r i n d a n d O v e r l a y to existing 30th Street Project 1 otak K: \project \32100\ 32187 \Conran \FinatDoes \Contract Budget Authorizations \Authorization 2 \Truong050514L.docz creativity, integrity, and skill • strengthening our communities • performing exciting work • serving our clients o a F z 10230 ne points drive, suite 400 . kirkland, washington 9803, (425) 822 -4446 . fax (425) 827 -9577 www.otak.com We proposed modifying the plans, specifications, and cost estimate for the above four items of additional construction as follows: Construction Plans: • Create /add one additional Restoration Sheet (Double Plan) for defining /specifying the pavement grind and overlay between 'T" Street and the previous project limits. • Revise the typical pavement section and other restoration drawings to reflect the new grind and overlay of 30' Street, west of AWN. • Revise the previous curb ramp replacement details on AWN and create /add one additional plan drawing for the three new curb ramp replacements. • Revise drawings to make provisions for adding the pedestrian signal modification drawings (to be provided by the City and proposed as the last drawings in the plan set). • Modify /edit other drawing within plan set, as necessary, to reflect added improvements/drawings. Project Specification and Cost Estimate: • Modify technical special provision.to include the new added pavement planning element and incorporate additions special provisions, provided by the City, within Divisions 8 and 9 for the pedestrian signal modifications. • Revise /update quantities and cost estimate associated with the applicable bid items changes (removals, pavement planing, HMA, and concrete paving) and incorporate bid items /cost estimate data provided by the City relative to pedestrian signal modifications. Revised the bid schedule /project description to reflect the additional project elements. To modify and revise the construction documents as outlined above is estimated at $14,926.00, as indicated in the attached spreadsheet detailed breakdown of labor and expense costs. Please review, and if acceptable, indicate your authorization by returning one signed copy. Should you have any questions feel free to contact me (425) 739 -7964. Sincerely, AUTHORIZATION: By: Date:_ Kim Trtlong, Proj. Eng., City of Auburn A d d i t i o n of G r i n d a n d Overlay to e x i s t i n g 3 0 t b S t r e e t Project 2 otak K. \proiea \32100\ 32187 \Contract \Pmail)oa, \Contract Budget Autharizations \Authorization 2 \Truong050514i_docr. creativity, integrity, and shill • strengthening our communities • performing exciting work • serving our clients Addition of a Grind and Overlay 30th Street NE Area Flooding, Phase 1 City of Auburn Otak Hours and Fees Billing Rate: 9 > �x °o' C y v Total Hours Total Fees $145 $119 $107 $68 1,0 30th St. NE Grind Overlay (From B Street NE to Auburn Way) Grind /Overlay and Curb Ramp Design 12 32 24 68 $8,116 Revise /Update Current Sheets/ Specifications 6 16 30 52 $5,984 Incorporate Dwgs & Specs for Ped Signal Upgrade (City prepared /provided) 4 2 2 8 $826 Subtotal Horns /Fee 18 52 56 2 128 $14,926 Total Budget = $14,926 1 K \project\ 32100\ 32187 \Contract \Pinall)ocs \Contract Budget Authorizations \Audrorizadon 2 \13udgetAuthMst050514,hs otak b q Z)-I AMENDMENT #3 TO AGREEMENT NO. AG -C -423 BETWEEN THE CITY OF AUBURN AND OTAK CORP RELATING TO PROJECT NO. CP1122, 30TH STREET NE AREA FLOODING, PHASE 1 i THIS AMENDMENT is made and entered into this ,2I day of 9Wrr� , 2014, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY "), and Otak Corp. (hereinafter referred to as the "CONSULTANT "), as an Amendment to the Agreement between the parties for AG -C -423 executed on the 28th day of January 2013., and amended by agreements dated the 6`" day of December 2013 and the 27th day of May 2014. The changes to the agreement are described as follows: 1. CONTRACT TERM: The tern of the Agreement for Professional Services is extended to December 31, 2015. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -423 executed on the 28th day of January 2013 shall remain unchanged, and in full force and effect. IN VVITNESS WHEREOF the parties hereto have executed this Agreement as of the day and veir first above written. OTA CORP. CITY OF AUBURN By C off_ Aut orized signature Nancy Back s, M yor ATTEST (Optional): ATTEST: By: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): AMto Attorney for (Other Party) Daniel B. Heid, Auburn City Atto ey Amendment No. 3 for Agreement No. AG -C -423 Otak Corp. Paae 1 of 1 D 1 AMENDMENT #3 TO AGREEMENT NO. AG -C -423 BETWEEN I.B. THE CITY OF AUBURN AND OTAK CORP RELATING TO PROJECT NO. CP1122, 30TH STREET NE AREA FLOODING, PHASE 1 sr THIS AMENDMENT is made and entered into this �)/ day of nxm , 2014, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY'), and Otak Corp. (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -423 executed on the 28th day of January 2013., and amended by agreements dated the 6th day of December 2013 and the 27th day of May 2014. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31. 2015. 2. SCOPE OF WORK. There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -423 executed on the 28th day of January 2013 shall remain unchanged, and in full force and effect. and al IN VVITNESS WHEREOF the parties hereto have executed this Agreement as of the day ve r first above written. CORP. CITY OF AUBURN signature Nancy Bac s, ayor ATTEST (Optional): By: Its: Approved as to form (Optional). Attorney for (Other Party) Amendment No. 3 for Agreement No. AG -C -423 Otak Corp. Paoe 1 of 1 ATTEST. L,,,44 (! L� Danielle E. Daskam, Auburn City Clerk CIT }' pI' r . WASHINGTON December 4, 2014 Nancy Backus, Mayor 25 West Main Street* Auburn WA 98001 -0998 * www,auburnwa.gov * 253- 931 -3000 Mark Cole Otak Corp. 10230 NE Points Drive, Suite 400 Kirkland, WA 98033 RE: Amendment No. 3 to Agreement for Professional Services, AG -C -423 Project No. CPI 122, 30th Street NE Area Flooding Dear Mr. Cole: Enclosed please find an executed copy of the above - referenced Amendment No. 3. This amendment is for a time extension only and extends the term of the agreement to December 31. 2015. For the City's tracking and record keeping purposes, please reference AG -C -423 and Project No. CP1122 on all correspondence and related material. Our records indicate that your insurance certificate will expire on December 9, 2014. Please mail the renewal certificate to Amanda DeSilver, Contracts Administration Specialist, at the address noted at the top of this letterhead. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253 - 804 -5059. Sincerely, Kim Truong Project Engineer Community Development & Public Works Department KT /ad /mt Enclosure cc: Dam Daskam, City Clerk (copy letter only) AG -C -423 AUBURN* MORE THAN YOU IMAGINED AMENDMENT #5 TO AGREEMENT NO. AG-C-423 BETWEEN THE CITY OF AUBURN AND OTAK CORP RELATING TO PROJECT NO. CP1122, 30TH STREET NE AREA FLOODING, PHASE 1 THIS AMENDMENT is made and entered into this a day of 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Otak Corp. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-423 executed on the 28th day of January 2013, and amended by agreements dated the 6th day of December 2013, the 27th day of May 2014, the 21st day of November 2014 and the 23rd day of March, 2015. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2016. 2. SCOPE OF WORK: There is no change to the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement and subsequent amendments. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-423 executed on the 28th day of January 2013 shall remain unchanged, and in full force and effect. IN W TNESS WHEREOF the parties hereto have executed this Agreement as of the day and ye first above written. OTA CORP. CITY OF AUBURN By: /t,.. 1 . c. r / �QI'1 Authorized signature Nancy B uuMayor ATTEST (Optional): ATTEST: By: .L, Its: Da ielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approved as to fc m• to Attorney for (Other Party) I. iel B. HTid, • -bw CTA —y Amendment No. 5 for Agreement No. AG-C-423 Otak Corp. Page 1 of 1 CITY OF • PiiJ13TJ I • Nancy Backus, Mayor WASH INGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 7, 2015 Mark Cole • Otak Corp. 10230 NE Points Drive, Suite 400 Kirkland, WA 98033 RE: Amendment No. 5 to Agreement for Professional Services, AG-C-423 Project No. CP1122, 30`h Street NE Area Flooding Dear Mr. Cole: Enclosed please find an executed copy of the above-referenced Amendment No. 5. This amendment extends the agreement date to December 31, 2016. For the City's tracking and record keeping purposes, please reference AG-C-423 and Project No. CP1122 on all correspondence and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5059. Sincerely, Kim Truong Project Engineer Community Development & Public Works Department Kt/ad/as Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG-C-423 CP1122 (2.20) AUBURN * MORE THAN YOU IMAGINED Al 3 t tc.cy AMENDMENT #6 TO AGREEMENT NO. AG-C-423 BETWEEN THE CITY OF AUBURN AND OTAK CORP RELATING TO PROJECT NO. CP1122, 30Th STREET NE AREA FLOODING, PHASE 1 THIS AMENDMENT is made and entered into this _3Oday of r ifu -1 , 2016, by and between the CITY OF AUBURN, a municipal corporation of the Statof Washington (hereinafter referred to as the "CITY"), and Otak Corp (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-423 executed on the 28th day of January 2013, and amended by agreements dated the 6th day of December 2013, the 27th day of May 2014, the 215'day of November 2014, the 23rd day of March, 2015 and the 2n0 Day of December, 2015. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to June 30, 2017. 2. SCOPE OF WORK: The scope of work is amended to include the following tasks: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $130,734.00. The total contract amount is increased to $515,638.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-423 executed on the 28th day of January 2013 shall remain unchanged, and in full force and effect. IN WI ' ESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. OTAK ORP CITY OF AUBURN • By: , ,as/ J 'A- g Authorized signature Na ncy Back , ayor ATTEST (Optional): ATTEST: r By: ? 1�11c /� "`-Y Its: Dani "Ile E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr. -. as to f•rm: /I ��iA Attorney for (Other Party) ;Mr =. Het. urn ity A or ey Amendment No. 6 for Agreement No. AG-C-423 Otak Corp Page 1 of 1 EXHIBIT A City of Auburn, Washington 30th Street NE Area Flooding, Phase 1B Contract Amendment #6 Professional Services Agreement AG-C-423, Project No. CP1122 Scope of Services June 14, 2016 Consultant #32187.A The following scope is to provide professional services for final design and construction assistance for the 30th Street NE Area Flooding,Phase 1B project. Project Background The 30`h Street NE Area Flooding,Phase 1 project extends easterly from the NW corner of the airport property to the Brannan Park Pump Station (13PPS). In 2014, design and construction documents (plans; specification/contract forms; and cost estimate) were prepared and construction bids solicited, including a bid addendum to change open-cut/trench-shoring to micro-tunneling the pipe installation across the retirement home property (between 1-Street and Brannon Park). Construction bids were received,and although the low bid for the Micro-tunneling portion was close:to the anticipated cost, the overall project came in above the City's budget and the project was not awarded. , . . . Wanting to move forward with a project, the City then elected to separate the project into two projects. Otak assisted in re-packaging/re-bidding the first project, "Ph 1A" (the upstream segment within 30th Street NE west of I-Street) while the City further explored alternate route options for the portion between I-Street and the BPPS, to be construct later as a separate "Phase 1B" project. The Ph lA project was awarded and construction was completed in 2015. The City identified an alternate route for the two previous alignments along the retirement home and Otak evaluated/compared construction methods,challenges, and cost consideration between the three alternatives summarized in technical memorandum, Pipe Alignment Alternative Consideration, dated November 30, 2015. Based on this evaluation,and other considerations, the City elected to proceed with Alternative 2 -in the existing easement behind the retirement home and located 4-foot north of the initial alignment. Construction documents to be prepared for open-cut installation using a specified trench- shoring method. ` ' 30 " Street NE Area Flooding , Phase 113 • 1 otak K\pmjen\32100\32187\Contort\Confratbimendr\ilnenN_Phlli\30/dfd-7oodP/113Finaf1)e4n.don< The proposed Ph lB project will connect to existing Ph IA facilities in 30`h Street. NE The proposed pipe will extend south along I-street rum and extend easterly within the existing easement behind the retirement home and onto the Brannon Park property and the original alignment to connect with the upstream inlet structure of the BPPS located adjacent to the Green River. • 30i ' Sl ree / NE Area F /oodin . Phase 113 2 otak K:\Dmjm\32100\32187\Contra\ContmnAmendA\Amend PGB\301/eSd7mAPG1131ina/Ueigmdocv '7M ST na......r._T_E 3771.4 ST NE 7 Lu 7 / 1 / z 1J id Si NI: - 3` 1 391+ ST YE 1 I c z Z czD- < V i } u Z 32ND Pt ,E z J # ErE A CD `�. '. 32ND ST It; 6 a a1c3", Nr! p� `m J 3' ]Ohl ST AW ate,114 ST NE_ 33111 ST H 7tl 11in „ ' {/ i 7 , 5( N { �(f(( ,� Ic ,.fL,lRK,. PARK 1 Z 121H $T > 2dH ST N. I- i , / 'CO C ' k_ 9 Phase lA 26TH ST kr < :TIN ST * Project Area W,„\,1/4, ILIto OJ nN'. N Phase 1B M 241H i1#C 14 ;-N• y^S Project Area AUBURN z MUNICIPAL D Pi ". AIRPORT 7'N T NF 224D DT NC Z _ in .21S1[:1 :� 11 21ST S EI z z 1 L a lan s f I iHa$T. N; all 16Th N 17id ST u4 '`'-tel.A" ) i :7T14 ST NE 171H sI NC zi r16Th SYNE 2 tali ST NE Lr z ®l I;. z✓ .'a jilt Ni `\ S7.4 1 1N i,, ° �tOTi ST NE / u 2 l a•N s+1ra 15Th ST NE :Sm si NE s 1 zl4aM ii NW J� 1414 sT nF 2+ 141: $T / I k= l I —� --- 1 crrya � Vicinity Map y�1L1DUR� 30Th Street NE Area Flooding, Phase 1 Qt,./ not To=LLE Figure I The scope of services is described in more detailed are follows: Scope of Services 9.0 Final Design and Preparation of Construction Documents 9.1 Perform site reconnaissance Consultant will meet with the City to discuss alignment, shoring options, and other construction considerations and recommended controls associated with pipe trench within the area on the retirement home. Consultant will update the previous geotechnical report to reflect specific recommendation types of shoring and other site monitoring controls. Consultant will coordinate/meet with the City to visually examine the project site (specifically the alignment modification in the area between I-St. and Bannon Park) to verify site conditions and discuss any significant findings which may have an impact on proposed improvements. Consultant will prepare a memorandum to summarize significant discussions and observations. Consultant will perform supplemental topo survey and update design basemap to reflect identified surface features that have change (from that of the initial 3-year old survey) and to confirm tie-in facilities constructed with Ph 1A project. 9.2 Design and prepare 95%-Level construction plans Consultant will assemble the previous design drawings prepared in 2014 into a construction plan set and revise to a higher level of design completion,including revising the design to shifting alignment 4-feet north and changing from mico-tunnel to open-cut in the area of the retirement home. Construction plans will include general information drawings; temporary erosion and sediment control/site demolition drawings; storm drainage improvement plan and profiles drawings; site restoration drawings, and other details as may be necessary to understand the significant components of the design. 9.2.1 Prepare Project Information Plans (2 Drawings) Consultant will prepare drawings per the City's provided Sheet layout and format, including the coversheet and general information sheet. At a minimum these sheets shall indicate the project title, project number, vicinity map, and drawing index; the project's general notes, project legend, symbols, and abbreviations; the project layout map;and project survey control. 9.2.2 Prepare TESC and Demolition Plans (4 Dbl-plate plan drawings) Consultant will update/revise the previous design plans and supportive detail drawings. Plans to provide for Temporary Erosion& Sediment Control (TESC) project requirements and for removal/demolition of 30 ( 1 Street ATE Area Flooding . Phase 1B 4 otak K\project\32100\32187VConradACnntrwtAmendrAelmenda_PbIB\30asVinaodPbi BlinatDengn.doev various project elements,i.e. pavement, structures, and other necessary aspect required to be removed, demolished, and/or relocated. 9.2.3 Prepare Storm Drainage Plans (9 Plan & Profile Drawings) Consultant will revise/update the previous design plan and profiles and supportive detail drawings. Drawing will indicate new sewer lines and grades, structure locations and inverts, system connections, and other aspects of the project or pertinent information. Format and scale for Plan and Profile sheets shall be per the City's provided drawing format. 9.2.4 Prepare Site Restoration Plans (8 Dbl-plate plan drawings) Consultant will update/revise the previously prepared plan drawings and supportive details necessary for site restoration required of proposed improvements. Drawings will depict limits of replacement of driveways, sidewalks, pavements,landscaping, channelization, and other miscellaneous reconstruction items. 9.3 Prepare 95% project specifications Consultant will prepare project specification document consisting of the City's contract and general provisions,bid proposal,and technical special provisions - based on the City's standards and special provisions to the 2016 Standard Specifications for Road,Bridge, and Municipal Construction, as published by\VSDOT/APWA and non-standard special provisions required of the project,including shoring, dewatering, and settlement monitoring. The Consultant shall maintain the data links within the files provided by the City and keep general project information updated in the Data file for use in all other specification files. In addition, the Consultant shall use track changes for all changes made within the City's standard contract documents and specifications. 9.4 Prepare 95% construction cost estimate Consultant will coordinate with City staff to identify standard and non-standard bid items used for the project based on the City's standard bid items identified in the special provisions. Consultant will estimate quantities and develop an itemized construction cost estimate using unit costs based on recent similar project bid tabs and experience. The construction cost estimate will include appropriate contingencies to reflect the level of design complete. 9.5 Submit documents and respond to City comments Consultant will assemble and submit documents for review and comment and meeting with the City to discuss submittal review comments The City shall review and provide Consultant with written review comments. Consultant will subsequently evaluate the comments and provide the City with written response to each comment for clarification and concurrence. 9.6 Prepare and submit 100% construction documents Consultant will revise the previously prepared construction plans, specifications,and construction cost estimate to a higher level of design completion, including incorporating the comments from previous design submittal. Consultant will submit"100% Proof Set" of design documents for final review and 30th Sireel NE Area Flooding , Phase 1B 5 otak 1:\pngen\3 mo\311R7\Cnntraa\ContrammemG\Amend6_PbtB\3OtStlbodP/fBFinafDerign.doex approval. Consultant will subsequently review, incorporate any final comment edits,and submit the final construction documents to the Ciro for producing documents for construction bid solicitation. 9.7 Final design project meetings (with Client) and project quality control Consultant shall prepare for and attend coordination meetings with the City during the final design and plan preparation. Consultant will prepare and distribute meeting summaries. Consultant will implement measures to facilitate a continuous level of improvement in the design and for effectively communicate and keep client apprised of progress, unanticipated design issues that may arise and/or issues requiring client decision and direction. Consultant will perform specific quality control reviews of design elements and proposed deliverables at each interim design submittals. Consultant will require similar quality control measures of subconsultant team members. 9.8 Bid assistance Consultant will assist the City during the project bidding and contracting phase. It is assumed that the City will produce the bid documents, advertise the bid,distribute bid documents, maintain the master planholder's list,and conduct the bid opening. Consultant will respond to technical questions from bidders as requested by the City.All questions from bidders and responses from Consultant will go through the City. Consultant will prepare up to two (2) addenda, as may be requested by the City. Task 9 Deliverables: • 95%-level design submittal o Design Plans: 3-Paper half-size; 1-Paper full-size; 1 PDF copy o Project Specifications: 3-Bound paper copies; 1 MSWORD copy o Construction Cost Estimate: 3-Paper; 1 PDF copy—Excel copy o Update copy of Geotechnical Report; 1 PDF copy o Document review comment form: 1 MSWORD copy o Written response to agency review comments; 1 MSWORD copy • 100%-level design "Proof-set" submittal o Design Plans: 1 Paper half-size,PDF o Project Specifications: 1 Bound paper copy, 1 MSWORD copy o Construction Cost Estimate: 1 Paper copy,Excel copy o Document Review comment form: 1 MSWORD copy o Written response to agency final comments; 1 MSWORD copy • Final construction document submittal o Design Plans: 1 Full Size (signed/sealed) set of Molars not photocopied. Electronic ACAD files of all plans with all external references bound. o Project Specifications: 1 Bound paper copy (Sealed/signed); 1 MSWORD copy o Construction Cost Estimate: 1 Paper copy (sealed/Signed); 1 PDF copy o Quantity Take Off documentation 3 0 i b Street NE Area Flooding . Phase 7 B 6 otak K\prvie\32700\32187VConraeVConlomAmendrAAmendt_PbJB\301GS1PhodP11Biinal esgrndoc- • Miscellaneous correspondence/transmittals/meeting summaries; 1 PDF copy Ea • Bid Assistance o Respond to technical questions from bidders as requested by the City o All questions from bidders and responses from Consultant will go through the City o Addendum: Prepare and transmit up to two (2) addenda as requested by the City;MS Word Format. o Bid tabulation:Assist the City with checking references of apparent low bidder as requested by the City Task 9 Assumptions: • Permits and approval for the project have been obtained by the City basis on the assumption they were obtained for the entire project prior to Ph lA/Ph 1B,including the Construction Stormwater General Permit and SWPPP, and no further permits are required. • Existing private utilities relative to previously identified impacts have not changed and no supplemental investigate will be performed. • The City shall supply Consultant with an electronic copy (MSWord) of required updates to standard boilerplate for bid, contract, and other relative bid and specifications document sections. • City shall provide Consultant with itemized bid tabulation of similar recent construction bids,when available, for use in developing project cost estimates. • Agency document review comments shall be provided to Consultant; one master set of comments will be provided by the City in PDF format for all submitted plans and in MSWord format for all submitted word documents. • Budget for final design meetings based on Consultant preparing for and attending a maximum of three (3) two-hour meetings to discuss design issues and design review comments. • The City shall be responsible for leading the construction bid solicitation process and advertise the bid, distribute bid documents, maintain the master planholder's list, and conduct the bid opening. 10.0 Construction Assistance City staff will provide on-site observation and overall construction management. Consultant will support the City during construction in the following areas: • Responding to RFT and review/approval of certain contractor submittals • On-site field meeting and observation support during construction • Preparation of as-constructed record drawings 10.1 Submittal Reviews and Request for Information (RFI) Consultant will review/approval construction submittal associated with trench shoring, dewatering,as well as settlement monitoring survey data and all other contractor submittal review/approvals shall be performed by the City. Consultant will provide technical interpretations of the drawings, specifications, and contract documents,at the direction of the City, and respond to requests for information (RFI). The Consultant will work closely with the City to provide prompt responses to submittals and RFIs,but shall not direct the Contractor to make changes to, or deviations from, the contract documents. 30 " Street NE Area Flooding , Phase 1B 7 otak KVgea\32100\32187VCon1mOAConlmctAmendcAAmearlb_P6JB\301hctF/oodPhlBFinelDeign.rbee Responding to RFIs and providing design clarifications will be accomplished on an on-call basis up to the amount budgeted in Exhibit B-1. This level of effort will not exceed the budgeted amount without specific authorization from the City. 10.2 On-site field meetings and observation support during construction City shall he responsible for providing overall on-site observation. When requested, consultant will be available to attend on-site meetings to discuss the project. Consultant will provide observation during installation of the soldier pile shoring and dewatering systems for pipe installation within the area behind the retirement home. Consultant's geotechnical subconsultant will provide full-time field observation to monitor, document conditions, and advise/make field recommendation regarding the shoring installation and associated dewatering system. Budget for observation is based on providing full-time observation for a maximum 15 working days and two separate periodic part-time additional site visits to observe installation and operation of the dewatering system. Daily field reports in addition to a summary letter documenting the construction observation will be prepared and provided to the City. 10.3 Prepare "Record Drawings" Prepare record drawings to indicate significant changes made during construction,based on drawing mark- ups provided by Contractor and City. These arc redline markups of the original Mylar documents and electronic changes to the ACAD drawings of the project. Task 10 Deliverables: Optional Services • Returned submittal reviews: 1 PDF, Ea. • RFI clarifications: 1 PDF Ea. • Record Drawings: Original Full Size Mylar with Markups completed and drawings signed, 1 CD with modified AutoCAD files with all external references bound. Task 10 Assumptions: • Consultant will review/approve construction submittals associated with trench shoring, dewatering, and settlement monitoring. The City shall be responsible for performing review/approval of all other construction submittal. • City shall be responsible for preparation of all construction change orders. • City shall provide quality assurance survey elevation checks, when appropriate, of the contractor's specification-required trench/shoring settlement monitoring sun-eying. • Budget for consultant attendance of on-site construction meetings at the request of the city based on attendance of maximum five (5) meetings. Consultant will not attend routine weekly construction meetings. 30 ' ' Street NE AreaeeklyconsPhase IB 8 otak K-\prnjea\3?100\32187\Conlraa\Conmu1Amenri\Amem4._Phl B\30IGSiFloodPGI Bl inalDerign.docx • Consultant will monitor budget status for city requested activities associated with RFIs and site meetings and will advise client when the level of effort is 85% exhausted to determinate at that time if an amendment should be executed. • The City shall provide consultant a current copy of record drawing requirements. • The City will be responsible obtaining red-line markups from the contractor. • For the purposes of preparing record drawings, the City shall provide Consultant with one full size set of drawing containing all plan mark-ups in red-ink. • No field verification survey is required of Consultant to prepare record drawings. 11.0 Project Management and Administration Consultant:will direct and supervise internal staff team members and their activities to ensure successful completion of design documents and other services provided by Consultant. Consultant will document all design criteria, significant findings, and determinations made throughout the project. Consultant will prepare progress reports and invoices with sufficient detail to demonstrate progress and budget status. Consultant will monitor and track subconsultants' scope activities, budget expenditures,and review/process monthly invoices with sufficient detail to document progress Task 11 Deliverables: • Progress Reports and Invoices: 1 paper copy, Ea • Miscellaneous correspondence/transmittals/meeting summaries; 1 PDF copy Ea Task 11 Assumptions: • Project Management,Coordination, and Administration budget is based on eight (8) month duration for project design and construction • Project progress reports and invoicing will be submitted monthly 30 ' 1 Slreel NE Area Floorlins , Phase 1B 9 otak K\pzjra\32100\32187\Comma\ComartAmen&r\Amend6_PGI B\3011StRondPhii3FinalDesjgn.dmx _ nxi rI rI gts- Co T 4 : ,._ - n a o .,, »»... -.- » ' - - Sr:. .. b co t " w n K w 7E t u� mm .b. C N luris155\, Y. b L i V ummuq aj 6avns ,,,.... _ , _ x- o o co PU"c N S. rocIssaJoid.77 a. o ,.,d` o - m1.4 is st,t» ❑tnanyvv+� •ry e o 0 ade3spucf_ - U :iX _ _ - Pg o g Al uIP!Yltll1 N III laVBis CI c ` �' r. ��- ` °. �i H _ a lu 9uu» _ N< 0 N O_ tit:tom p 5 5 N ii, :tom r O O N N el e'D Nd g 'I /Td 1. U S n II 0 3 o 0 V V o, o c EC . 7 m . El c ° 5 C - N F a .2 9 `- 9 e F " F vu 22 O 70 .9,y0." n1 _ n t-e _ _= vF _ i m r:EC E - _, - 0 re 5 p c _ E 1.24 _ _ _ c -� 57 v e s e e v e v y ? * V c 9 j] _ [ =ac §� o <_ E _ goy .o jk v t 0. r . 5 45 m _ _ - y ° [ 0 ✓ CS. ' . sg .0 3N q _/ t E '_ O^ _ - _ - c E Cr' ;2.m m45: 4 o _o _o u = __ a = n x o >2 .4,n U i' a .S. _ t GEOTECHNICAL ENGINEERING SERVICES SUPPLEMENTAL SCOPE OF SERVICES CITY OF AUBURN 30TH STREET NE AREA FLOODING, PHASE 1B: PROJECT CP1122 GEOENGINEERS JOB NO.0153-040-01 INTRODUCTION AND BACKGROUND GeoEngineers, Inc. is pleased to present our supplemental scope of services for design and construction support geotechnical engineering services for the proposed 30th Street NE Area flooding, Phase 1B: Project CP1122 for the City of Auburn, Washington. Our scope is based on our discussions with Mark Cole of Otak on May 12, 2016. GeoEngineers previously completed a geotechnical engineering report for the project dated February 13,2014. During the initial phase of the project, options to complete the portion of the sewer north of an existing retirement facility included underpinning the building or using trenchless techniques. The City also later considered another alignment which would move the project away from the retirement facility. We understand that the City has moved the alignment back to near the original alignment and would like to develop recommendations for using shoring consisting of soldier piles and lagging along the three wings of the retirement facility. We also understand that the City would like GeoEngineers to prepare specifications for dewatering and shoring. Support services during construction, mainly to observe the installation of the soldier pile shoring,are also included in this phase of services. SCOPE OF SERVICES The purpose of our supplemental services is to update our previous geotechnical report to include recommendations for soldier pile shoring, work with Otak to develop specifications for dewatering and shoring, and provide construction support services. Our proposed scope of services will consist of the following tasks: Task 1 - Update Geotechnical Report • Attend a meeting with Otak and City of Auburn to discuss shoring and underpinning options for the various pipeline alignments(completed on April 12,2016). • Provide recommendations for the installation of soldier piles and lagging, • Prepare an addendum report including recommendations for soldier pile shoring and survey monitoring for the shoring and adjacent structures. • Provide consultation and attend meetings,as requested(one additional meeting assumed) Task 2 - Specifications for Dewatering and Shoring • Develop specifications for dewatering and shoring, City of Auburn Page 2 c/o Otak 30'"Street NE Area Flooding,Phase SB May 24,2016 • Review plans and specifications and provide comments and additions with respect to geotechnical considerations. • Prepare construction cost estimates for shoring and assist in developing cost estimates for dewatering. • Review and comment on shoring and dewatering submittals provided by the contractor. Task 3 - Construction Support • Complete site visits during construction to observe the installation of the soldier pile shoring and to observe the dewatering system installed by the contractor. We assume the following: o Three weeks(15 visits)of full time observation to observe installation of the soldier pile shoring; o Two(2) part time visits to observe installation and operation of the dewatering system; o Two(2)additional part time site visits, as requested during construction. a Provide consultation during construction to resolve geotechnical and dewatering issues. We anticipate that this will include responding to RFIs, evaluating survey data collected for monitoring the shoring walls,and other issues. • Attend one meeting throughout the course of the project. • Prepare a summary letter documenting our construction observation services. GeoEngineers,Inc. File No.0153-040-00 C3O N C2O Cf-O' 'a31t CI \ AI4a aV> a 4444 } / ;! 3, 0 0_ 0 _ 0. 00 _ 0 0 0 N 0 ) ! N 7-to E- 0 co LI- co 03 Ll w 2 0 74E0,rs co Ca co En co § , � � � � „ � , ) . £ ,ci , _ _ in Ce 22 § f/ � — NN " " " " � " cEE w 2 �\ § !: § b. - , EN inNLO al• a 8k O - V \ { ) \ 8 ! Ell En cu 12 2 0 8 � C ) - ! / k \ } } \ \ \ } } # a ! \ \ / �Eu / < 0a0 0 o- c 0 & < ! ! ! ) J 0 I- r r r r wwww � eeiw� �l THE CITY OF AUBURN AND ENVIRONMENTAL SCIENCE ASSOCIATES (ESA) AMENDMENT TO AGREEMENT FOR SERVICES AG-C-432 RELATING TO PROJECT NO. C207A, A STREET NW EXTENSION MITIGATION MONITORING THIS AMENDMENT TO THE AGREEMENT is made and entered into this I day of , 2019, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Environmental Science Associates (ESA) (hereinafter referred to as the "PROVIDER"). The City and Provider agree to amend the Agreement AG-C-432 executed on the 12th day of April, 2013. The changes to the Agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2020 2. SCOPE OF SERVICES: The scope of work is amended to include the following tasks that will be performed in a good and professional manner. See Amended Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $11,417.00, based upon Exhibit B, which is attached hereto and by this reference made part of this Amendment. As total compensation for the Provider's performance of the services provided based on this Amended Agreement, the City shall pay the Provider fees and costs not-to-exceed $174,411.00. REMAINING TERMS UNCHANGED: All other provisions of the Agreement between the parties for AG-C-432 executed on the 12th day of April, 2013 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. ENVIRONMENTAL SCIENCE ASSOCIATES CITY OF AUBURN By: 4 4094 n/v^6-9•A`t 425 Authorized signature ancy Ba , ayor Approved as to form (Optional): Appro • - to form: 4-10 Attorney for (Other Party) Steve Gross, Auburn City Attorney Amendment No.12 for Agreement No. AG-C-432 Environmental Science Associates (ESA) ENG-182, Revised 10/18 Page 1 of 1 EXHIBIT A-SCOPE OF WORK City of Auburn Public Works Department AUBURN A STREET NW Year 8(2020)Vegetation Monitoring Services Environmental Science Associates, Inc. (ESA) has prepared this Scope of Work for Year 8 (2020) Post . Construction Monitoring for the wetland mitigation area constructed to mitigate for the'A street NW Extension in Auburn,Washington. Wetland mitigation construction for the A Street NW Extension Project is described in detail in the Auburn A Street NW Extension As-Built Report for the Off-site Wetland Mitigation Area:Phase 1 (ESA, 2012). This monitoring program is based on the Auburn A Street NW Extension Final Mitigation Plan (ESA Adolfson, 2010). The purpose of Year 8(2020) monitoring is to document conditions in order to close out the mitigation monitoring early. Federal and state permits required that the mitigation be monitored for 10 years following installation. However, Ecology has indicated the City can close out the monitoring early if the site meets Year 10 performance standards during both Years 7 and 8;the site met Year 10 performance standards during Year 7 (2019).This scope is part of that work. General Assumptions • The City of Auburn (City)will direct,oversee, and manage the site maintenance contractors. • The Consultant will provide environmental services on an as-call basis for the mitigation site as shown on the Revised Phase 2 design drawings, dated July 10, 2014. • This scope of work does not include changes, revisions or amendments to environmental permits if site conditions necessitate changes to these permits. • This scope of work does not include additional wetland, stream, and/or habitat delineations. TASK 100—PROJECT MANAGEMENT The Consultant will provide project management to maintain efficient contract progress, and coordinate its work with efforts performed by weed control contractors and City staff.The Project Manager will provide monthly invoices and progress reports during the Year 8 monitoring period occurring from spring 2020 through December 2020. Assumptions • Up to one site meeting with City staff or agency personnel, as needed. Deliverables • Monthly progress reports and invoices during the Year 8 monitoring period. Year 8 Monitoring Scope Page 1 of 4 Exhibit A Version 1.0 11/14/2019 TASK 200—INVASIVE MONITORING AND MAINTENANCE RECOMMENDATIONS ESA will inspect the site at the beginning of the growing season to identify and map potential invasive vegetation treatment areas, provide site maintenance recommendations, conduct follow up inspections to document site successes and areas of improvement for the next growing season. Assumptions • Conduct one spring invasive plant inspection and prepare site maintenance recommendation email memos, in anticipation of maintenance needs.The memos shall include a site map showing locations of different types of invasive plants along with recommended time frames to perform maintenance activities in order for them to have the best chance for success. • Coordinate with the City's invasive weed sprayer and the City during the spraying windows. Provide post-spraying and maintenance inspection visits (one in the late spring-early summer with summary emails as necessary. • Conduct one fall field inspection with summary memo to record maintenance successes and areas for improvement. Deliverables • One brief site recommendation memo documenting field inspection notes, maintenance recommendations, and site photographs provided to the City following the spring site inspection. One email memo after invasive plant spraying and treatment. TASK 300—YEAR 8 QUALITATIVE MONITORING ESA will conduct work necessary to complete Ecology's required evaluation of the site for early close- out, which includes the following: verification the site still meets Year 10 standards using qualitative monitoring; confirmation of the wetland boundary as delineated and documented in the Year 5 Monitoring Report(ESA, 2016); and completion of a wetland rating of the site using the same version of the "WA State Wetland Rating System for Western Washington"that was used to assess the impact site. The proposed timing of qualitative monitoring activities for the Year 8 monitoring period is given in Table 1. Invasive species monitoring and maintenance recommendations are included under Task 200. Assumptions • Consultant staff will qualitatively assess hydrologic conditions in the early growing season (April- June)as part of the spring monitoring event and once at the end of the growing season as part of the fall monitoring event.Three hours per staff member is assumed for each monitoring event; two staff members will conduct the monitoring. Hydrologic observations will include visual inspections of: o Water depth at the two new monitoring wells shown on Figure A-2 of the As-Built Report(ESA, 2012);and Year 8 Monitoring Scope Page 2 of 4 Exhibit A Version 1.0 11/14/2019 o Swale depth, photo documentation, and visual observations of the western swale system adjacent to Photo Points 4, 5, 6, and 7 shown on Figure A-1 of the As-Built Report(ESA, 2012). • Consultant staff will qualitatively assess the site for general plant health and condition. One eight- hour field day per staff are assumed to complete the qualitative monitoring event. Observations will include: o Approximate plant(both native and invasive species) aerial coverage o Site conditions from established photo points shown on Figure A-1 from the As-built Report(ESA, 2012). One set of photos will be collected during the monitoring event. o Observations of wildlife use and any impacts to the off-site wetland mitigation area from human use (e.g., dumping,vandalism,etc) during the qualitative monitoring event. • This scope of work does not include a formal wetland boundary delineation or professional survey, location of channels or habitat features, or other detailed field studies or surveys should additional measures beyond those required by permit agencies. Deliverables • None, monitoring report is included as a separate task(Task 400). TASK 400—REPORTING ESA will prepare the Year 8 vegetation monitoring report for review and approval by the City and regulating agencies. The report will be generally based upon the Year 1 monitoring report that follows the Mitigation Monitoring Report Format (October 10, 2008) requirements outlined by the Corps on the attachment included with the Section 404 permit. The Year 8 monitoring report will include the qualitative data and observations collected during the bi-annual monitoring site visits and compare these data with the performance standards described in the As-Built Report(ESA, 2012). The Year 8 report will also document the wetland boundary confirmation, and briefly evaluate hydrology within the western swale system. A set of panoramic photographs from established photo points will be included to illustrate and document site conditions for final review. Deliverables • Draft Year 8 Monitoring Report,which will include a camera-ready electronic copy of the report and attachments for the City and permitting agency review and comment. • Final Year 8 Monitoring Report,which will include a final, camera-ready electronic copy of the report and two bound hard copies for the City and permitting agencies(Corps, Ecology,and the Washington Department of Fish and Wildlife [WDFW]). Year 8 Monitoring Scope Page 3 of 4 Exhibit A Version 1.0 11/14/2019 SUMMARY OF TASKS Table 1 provides a proposed timeline for tasks to be completed as part of this scope of work. This timeline is intended as a general framework only and may be modified based on mitigation site conditions, mitigation site needs, and City and agency schedules. Table 1. Year 8 Monitoring Task Summary/Schedule (2020) Estimated Task 100— Task 200— Task 300— Task 400— Month of Project Invasive Year 7(2020) Monitoring Delivery Management 1 Monitoring and Monitoring Report and As- Maintenance built Report Inspections April 2020 x Progress x Invasive species report/invoice maintenance visit x Recommendation memo and map May 2020 x Progress x Spring qualitative report/invoice plant and hydrology monitoring June 2020 x Progress report/invoice July 2020 x Progress report/invoice August 2020 x Progress x Invasive species report/invoice maintenance visit x Email and map September x Progress x Fall qualitative plant x Draft Monitoring 2020 report/invoice and hydrology Report submitted to monitoring the City October x Progress 2020 report/invoice x Final Monitoring Report submitted to City and agencies November x Progress 2020 report/invoice December x Progress 2020 report/invoice Notes: 1 Includes one meeting with City/agency staff. Year 8 Monitoring Scope Page 4 of 4 Exhibit A Version 1.0 11/14/2019 ESA Budget Proposal EXHIBIT B Version: 1 Project No.:0120988 Project Manager:Christina Hersum Project Title:Auburn A Street YEAR 8 Monitoring Contract No.:AG-C-432,Amendment 12 Client:Auburn Location:Auburn.WA Date: 13-Nov-19 Project Biologist: Principal: Manager: Associate I GIS/Graphics: Vanderburg Hersum or II Struthers Admin Expenses: Hours Hours Hours Hours Hours Units Rate Cost Hours Cost Task 1 Project Management 1.00 16.00 2.00 19.00 $1,845 Task 2 Invasive Monitoring and Maintenance Inspections 15.00 12.00 2.0029.00 $2,695 Task 3 Year 8 Vegetation and Hydrology Monitoring 1.00 24.00 24.00 1.00 50.00 $4,690 Task4 Monitoring Report 1.00 10.00 6.00 1.00 2.00 20.00 $1,910 Subtotal Hours 3.00 65.00 42.00 4.00 4.00 118.00 $11,140 Task Reimbursable Expenses: 99999 Mileage 330.00 $0.535 $177 $177 iPad GPS 4.00 $25.00 $100 $100 Subtotal Reimbursables $277 Project Totals $11,417 Wetland Monitoring and Reporting $8,665 Invasive Monitoring/Maintenance Recommendations $2,695 Page 1 of 1 File: Auburn A St Year 8 Monitoring Budget_10042018 CITY OF AUBURN Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 16, 2019 Teresa Vanderburg Environmental Science Associates (ESA) 5309 Shilshole Avenue NW Seattle, WA 98155 RE: Amendment No. 12 to Agreement for Professional Services, AG-C-432 C207A, A Street NW Extension Mitigation Monitoring Notice to Proceed Dear Ms. Vanderburg: Enclosed please find an executed copy of the above-referenced Amendment No. 12. This amendment extends the term of the agreement to December 31, 2020, supplements the scope of work to include Year 8 Vegetation Monitoring Services and includes additional compensation in the amount of$11,417.00 for a total agreement amount of $174,411.00. For the City's tracking and record keeping purposes, please reference AG-C-432 and Project No. C207A on all correspondence and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5060. Sincerely, Tim Carlaw Storm Drainage Engineer Public Works Department TC/ad/as Enclosure cc: Shawn Campbell, City Clerk AG-C-432 ENG-171, Revised 10/18 AUBURN MORE THAN YOU IMAGINED