Loading...
HomeMy WebLinkAboutAG-C-434 - Parametrix - CP1308 CITY OF ADBURN Peter B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 June 5, 2013 Randy Raymond Parametrix, Inc 1019 39h Avenue SE, Suite 100 Puyallup, WA 98374 RE. Agreement No. AG-C-434 Project No CP1308, 37th and B Street NW Pre-Signal Agreement Execution Dear Mr. Raymond: Enclosed please find an executed copy of the above-referenced Agreement. The work authorized under this agreement shall not exceed $200,000.00 and has a completion date of December 31, 2014 For the City's tracking and record keeping purposes, please reference AG-C-434 and PROJECT No. CP1308 on all correspondence and related material. We must receive the certificate(s) of insurance evidencing your insurance coverage and amendatory endorsements as required per Section 8 of the agreement before we can issue a Notice to Proceed. Please send the certificate(s) to Amanda DeSilver, Contracts Administration Specialist, at the address listed at the top of this letterhead. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804- 3118. Sincerely/, / Ja(ob SGveeting,7E Senior Project Engineer Public Works Department JS/ad/mh Enclosure cc: Dani Daskam, City Clerk (copy letter only) Jacob Sweating, Senior Project Engineer AG-C-434 CP1308 (File 2.20) i AUBURN * MORETHAN YOU iMAGINFD AGREEMENT FOR PROFESSIONAL SERVICES AG-C-434 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 Parametrix, Inc. whose address is 1019 39th Avenue, SE, Ste. 100, Puyallup, WA 98374, 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, 2014 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 $200,000.00. Paid 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. Agreement for Professional Services AG-C434 5/14/13 Page 1 of 11 The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit B, at the actual cost to the CONSULTANT plus 10% Exhibit B 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. 4. 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. Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts shall contain all applicable provisions of this AGREEMENT. Agreement for Professional Services AG-C-434 5/14/13 Page 2 of 11 5. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required that are a result of the CONSULTANT's negligence. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 6. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the sole negligence of the CITY Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the City, its officers, Agreement for Professional Services AG-C-434 5/14/13 Page 3 of 11 officials, employees, and volunteers, the CONSULTANT 's liability hereunder shall be only to the extent of the CONSULTANT ' negligence. 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. 7. 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. 8. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity CONSULTANT shall obtain insurance of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property Agreement for Professional Services AG-C-434 5/14/13 Page 4 of 11 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, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be 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 CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY. Any insurance, self insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. Agreement for Professional Services AG-C-434 5/14/13 Page 5 of 11 b. The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by certified mail, return receipt requested All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A-:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 9. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap 10. 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 Professional Services AG-C-434 5/14/13 Page 6 of 11 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. 11. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction, violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification, and ------------------------------------- Agreement for Professional Services AG-C-434 5/14/13 Page 7 of 11 (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. 12. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 13. GENERAL PROVISIONS. 13.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 13.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 13 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 Agreement for Professional Services AG-C-434 5/14/13 Page 8 of 11 conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 13.4. 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. 13.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 13.6. 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. 13.7 The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 13.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 13.9. This Agreement shall be administered by Mike 011ivant, 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 Parametrix, Inc. Attn Jacob Sweeting Attn. Randy Raymond 25 W Main Street 1019 39th Avenue SE, Ste 100 Auburn WA 98001 Puyallup, WA 98374 Phone: 253.804.3118 Phone 253-604-6600 Fax: 253. 931.3053 Fax: 253-604-6799 E-mail: jweeting@auburnwa.gov E-mail: rraymond @parametrix.com Agreement for Professional Services AG-C434 5/14/13 Page 9 of 11 13.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 13.9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 13.11. 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-434 5/14/13 Page 10 of 11 CI T R Peter B. Lewis, Mayor Date JUN - 4 203 ATTEST A( " Danielle E. Daskam, City Clerk APPROVED AS TO FORM- "el B. Heid, City Attorne Paramet ' , Inc. Title. v. Federal Tax ID # Agreement for Professional Services AG-C-434 5/14/13 Page 11 of 11 EXHIBIT A SCOPE OF WORK City of Auburn CP1308 — BNSF Utility Crossings Project Design Services The Burlington Northern Santa Fe Railroad (BNSF) is constructing an additional rail line in their existing right-of-way within the City of Auburn (City) as part of the Sound Transit ST2 Track Improvement Plan. The additional track width will require replacement or extension of utility casings to extend from edge to edge of the BNSF right-of-way and to meet current BNSF engineering standards. City utilities involved include water, sewer, and storm. Conduits for signal control and/or ITS may also be included in crossings. The intent of the project is to construct all crossings by auger boring. It is the intent of the design to keep the existing utilities live during construction. The following scope of work outlines the Consultant effort to provide design services for the BNSF Utility Crossing Project. Because of previous City experiences with contaminated soils in and near the railroad right-of-way, the Consultant team will also include environmental engineering expertise to assist the City with this issue if it arises. KEY ASSUMPTIONS The following assumptions apply to this entire scope of work. Any substantial deviations from these assumptions may require an amendment to the portion of the scope and budget that is impacted by changes: • This scope of work assumes modification or replacement of a total of eight (8) City utility crossings in a total of six (6) different locations. Crossing locations noted below may be subject to change. Additional crossings beyond the eight included in this scope of work may be identified by the City during the course of the project. Design effort for any additional crossings may be addressed by amendment to this contract. • The utility crossings anticipated for inclusion in this project are: Crossing Location I (Main Street): 8-inch water main; Crossing Location 2 (3`d Street NW): 24-inch sanitary sewer and 24-inch storm drain; Crossing Location 3 (29d' Street NW): 12-inch water main; r Crossing Location 4 (37°i Street NW): 12-inch water main, 48-inch storm drain, and 2-inch signal interconnection conduit; > Crossing Location 5 (to be determined): utility type and size to be determined; v Crossing Location 6 (to be determined); utility type and size to be determined. Ca, fAub.,n 216-1931-843 CP 1308-BNSF Unbm Crossings I Mav 2013 AG-C-434-Eshlb,[A DRAFPScope of{i'o,k • Specifications for this project will be in WSDOT format based on the 2012 WSDOT Standard Specifications using the current City Template Special Provisions Divisions 1 - 9. The project Bid Proposal Form will be prepared using the City Template Special Provisions Division 0. All revisions to City template documents will be tracked using Word's "Track Changes" function. • Work outside the railroad right-of-way will be designed in accordance with current City of Auburn Design Standards. Work in the railroad right-of-way will be designed in accordance with the current versions of the following standards, in order of precedence: 1 BNSF Utility Accommodation Policy; 2. AREMA design criteria; and 3. City of Auburn Design Standards. • Consultant will not provide any environmental permitting for this project. All required environmental permitting will be completed by the City. • The City will coordinate and provide any and all railroad flagging required for survey, geotechnical exploration, and potholing for this project. • Consultant will provide any, and all motor vehicle traffic control required for survey, geotechnical exploration, and utility potholing for this project. City construction permits will be required for each location where traffic control is required. The City will provide these permits at no cost to Consultant. The Consultant will provide any necessary traffic control plans required for the permit work. • The restoration design will consider the upcoming work associated with the third rail. These considerations could lead to temporary surfacing and other temporary restoration in areas that are expected to be disturbed or modified by BNSF during construction of the third rail. Additional work may be added to this contract to modify the restored channelization, signing, and other features to accommodate the post third rail configurations. • This scope of work assumes that up to two additional utility crossings at up to two separate locations may be discovered by BNSF during construction of its third rail that requires casing extensions and replacements. These discoveries may occur before, during, of after the construction phase of this project. It is assumed that the required design, documentation, and BNSF license exhibits would be prepared by the Consultant. No other services during construction are included in this scope, but if needed,may be added by amendment. PHASE 1 — PROJECT MANAGEMENT AND MEETINGS Task 1 — Project Management Objectives Consultant will track the project schedule and budget, project quality assurance and control, and status of deliverables to ensure that the project is executed as expected by the City. The primary objectives of this task will be as follows: • Develop and maintain project controls to track the scope of work, budget, and schedule. • Conduct internal progress meetings to coordinate design issues. • Coordinate with City staff to keep all parties updated on the progress of the project and proactively identify issues that need to be addressed. City ofAuburn 116-1931-843 CP1308-BNSF Unhn,Owsurgs 2 Alai,2013 AG-C-434-Exhibit A URAF7'Scope i f n'm k • Prepare monthly invoices and progress reports. Assumptions • The total duration of the design for this project will be approximately 7 months. Post-design phase project management efforts are assumed to be intermittent and minimal, as needed to develop designs, documentation, and BNSF license exhibits for additional crossings discovered by BNSF during construction of the third rail. Deliverables • Monthly progress reports to be submitted with project billings. Subsequent to the completion of the design phase,the Consultant will only submit progress reports and billings provided when the total due to the Consultant is at least$1,000 or when the amount due is a final billing. • Critical path Gantt Chart style schedule to be submitted monthly in Microsoft Project format, based on the CITY provided baseline schedule. Schedules will not be required subsequent to the completion of the design phase. Task 2—QA/QC Objectives • Perform Quality Assurance and Quality Control (QA/QC) functions, including but not limited to the following: > Review by senior Consultant staff of progress submittals and other work. Review of internal design documents by senior Consultant staff not involved in the day-to- day preparation of the contract documents. Deliverables • QC comments by Consultant reviewers are internal only and will be kept in the project files along with responses showing how those comments were addressed. Upon request, the Consultant shall provide QC comments to the City. Assumptions • Internal QC review will be completed for each deliverable package prior to delivery to the City. Task 3— Meetings Objectives • Prepare for and attend coordination and progress meetings with the City, in addition to those indicated elsewhere in this scope of work. Assumptions • The budget estimate includes time for preparation and attendance of up to four(4)meetings at the City, each 2 hours in duration, over the course of the project. Deliverables • Meeting agendas and notes as applicable. City'ofAubwn 216-1931-843 CP 1308-BNSF Unhby Crosmugs 3 Mm,2013 AG-C-434-Exhibit A DRAFT Scope of Rork PHASE 2—BASE DATA COLLECTION Task 1 — Research Record Drawings Objectives • Review available documentation of existing utility crossings and other existing utilities within the roadway corridors at each of the six crossing locations. • Documentation to be reviewed will include, but may not be limited to: Record drawings from original utility installation and/or other City projects in the crossing areas where existing utilities are identified; Railroad crossing permits for existing utility crossings; The BNSF Utility Matrix for all utilities in the project area; The Draft BNSF track plans for addition of the third rail line; Other City utility mapping resources as available. • Once documentation review is complete, field visits will be conducted to each of the six crossing sites to define survey extents. Assumptions • The City will provide access to all available records if needed. Deliverables • No deliverables are associated with this task. Information from this documentation review will be incorporated in the project design. Task 2a— Survey Objectives • Consultant will collect the topographic survey data necessary for design of the BNSF Utility Crossings at each of the six crossing sites. • Consultant will prepare base maps of each of the six crossing sites for use in design of the improvements. • The following tasks will be conducted by Consultant survey staff' s Consultant survey crews will establish horizontal and vertical control (Consultant local control). v Consultant survey crew will coordinate utility locates with the City of Auburn prior to conducting the field survey. The City of Auburn will be responsible for actual utility locates through the one call process. Consultant surveyors will map existing conditions within the City right-of-way or easement each roadway or utility corridor centered at the approximate centerline of the BNSF right-of- way for each of the six crossing locations. The mapping will include documentation of ground conditions; documented or marked existing utilities (as provided by the City), including rims, inverts, sizes, and materials of all gravity utilities; and existing improvements, including railroad tracks, roadway centerline, flow line, curbs, gutters, sidewalks, shoulders, Cin,ofAubwv 216-1931-843 CP1308-BNSF UnhN Crossings 4 Mm•2013 AG-C-434-Exhibit A DRAFT Scope of Rork ditches, channelization, signal equipment, and other features as necessary' for the design of the project. The utilities for which crossings are to be reconstructed under this project will be surveyed to the next known structure upstream and downstream of the crossing for gravity sanitary sewer and storm drain, and to the next known valve upstream and downstream of the crossing for water mains. The City may need to locate, uncover, and unlock utility lids if necessary for access to the underground structures. v A Consultant survey crew will accompany the potholing crew to document existing crossings during the performance of the effort described in Task 2b below v Consultant will process field data and prepare topographic and planimetric base maps with ]- foot contours. The ground mapping and utility mapping will be combined into the overall base map. Deliverables • Consultant will provide the City with an AutoCAD Civil 3D 2012 base map and one (1) hard cop)'of the base map for each of the six crossing locations. Assumptions • The City will arrange for field marking of all utilities ("locates"), including non-City Owned utilities prior to the commencement of topographic survey • The base map will be completed in AutoCAD Civil 3D 2012. • Horizontal datum is Washington State Plane Coordinate System, NAD 83/91 North Zone using Washington State Reference Network (WSRN). Vertical datum is NAVD 88 using City of Auburn vertical control network. • The City will perform the research necessary to define the extents of the BNSF railroad and City roadway rights-of-way at each of the six crossing sites, and will provide this information to the Consultant in electronic format for inclusion in the base map. It is specifically assumed that this information will be properly oriented to the horizontal and vertical data noted above. • The City will provide its topographic survey mapping for its 37`h Street NW project in electronic format for incorporation in the base map. It is specifically assumed that this information will be properly oriented to the horizontal and vertical data noted above. • BNSF will provide its topographic survey mapping for this project within the railroad rights of way in electronic format for incorporation in the base map. Task 21a— Utility Potholing Objectives • Prior to commencing topographic survey, Consultant will pothole existing underground utilities. Potholing will be performed at each end of each existing utility crossing to determine casing and carrier pipe size, material, condition, and invert elevations. Deliverables • Potholed utilities will be surveyed by the Consultant survey crew and will be incorporated in the project base map. Cm,ofAubmn 116-1931-S43 61303-BNSF Uubtr Crossings 5 May 2013 AG-C-434-Exhibit A DRAFT Scope of!1'o,k Assumptions • Potholing will be performed at each end of each proposed crossing, for a total of up to fourteen (14)pothole locations. • Potholing locations will be identified by the City in advance. • Potholing will be performed to a maximum depth of 12-feet. Task 3 —Geotechnical Investigation Objectives • Exploratory drilling will be performed at a total of up to six (6) locations. Results of the exploratory drilling and laboratory testing of samples obtained during drilling will be included in the project geotechnical report. • To facilitate grade requirements of existing gravity sewer and storm utilities, special casing design and analysis may be required for cover depths less than BNSF standards. • Consultant will provide a draft geotechnical report to the City for review and comment. Once comments are provided on the draft report, a final report will be generated. Deliverables • Draft Geotechnical Report for review. • Final Geotechnical Report for review and approval. PHASE 3 - PRELIMINARY DESIGN Objectives • Prepare 30 % level plans and preliminary Engineer's Estimate for construction of the eight utility crossings. • The following work will be completed under this task: y Consultant will establish a horizontal alignment and vertical profile, including auger bored crossing of the BNSF, for each of the eight utility crossings. Consultant will prepare casing details for each of the eight utility crossings. Consultant will prepare abandonment details for each of the eight existing utility crossings. Deliverables • 30 % Plans—Five(5) copies of 11 x17 preliminary design plans and single electronic PDF file for review and comment by the City Plan sheets included in the 30% submittal will be as identified in Table I • A preliminary (30% contingency line item) Engineer's Estimate in hardcopy, PDF, and Excel formats. The estimate will include subtotals for each anticipated bid schedule (roadway, water, sewer, and storm). • A 30 % submittal review meeting with the City Cav ofAubu n 116-1931-843 CP1308-BNSF Uhhy Crossings 6 Afar 1013 AG-C-434-Exhibit A UBAF7'Scope of Wo,k Assumptions • The 30 % submittal sheets will be stamped by a professional engineer licensed in the State of Washington, but will not be signed or dated. • Budget is included for two (2) Consultant staff to attend a 30 % submittal review meeting for up to four(4)hours. • Any comments made on the 30%submittal will be addressed in the 60% Design task. PHASE 4 BNSF PERMITTING Task 1 - Permitting Meetings Objectives • Prepare for and attend permitting coordination meetings with the City and BNSF to understand BNSF permitting expectations and discuss specific design issues as necessary to ensure timely permit review and approval. Assumptions • The budget estimate includes time for preparation and attendance of up to two (2)meetings at the City, each 2 hours in duration, over the course of the project. It is assumed that one of these meetings will occur after the 30% design and the other following the City's review of the 60% plans, prior to the Consultant's preparation of the BNSF permit materials. Deliverables • Meeting agendas and notes as applicable. Task 2— Permit Applications and Exhibits Objectives • Following City review of the 60% design, Consultant will complete a BNSF "Application for Pipe Line Crossing or Longitudinal" for each of the eight crossings, and will prepare all required exhibits to accompany the application. Assumptions • City comments on the 60%design will be addressed in the applications and exhibits. • Utility design information as required on the applications will be fixed following 60 % review Any changes following submittal of the permit applications may require revised applications and exhibits. • The appropriate City official will sign and submit the completed applications. • The applications will be submitted to BNSF for review by the City and any applicable permit fees will be paid by the City. Deliverables • Completed BNSF utility crossing applications and exhibits for each of the eight crossings in electronic and hard copy formats. Cip,ofAuburn 216-1931-843 CP1308-BNSF Utility Crossings 7 Ma_r 2013 AG-C-434-Exhibit A DRAFT Scope of{i'ork PHASE 5 DETAILED DESIGN Task 1 - 60% Design Objectives • Prepare 60 % level plans, draft specifications, and updated Engineer's Estimate for construction of the eight utility crossings. • The following work will be completed under this task: Consultant will incorporate City comments from the 30 % design review Consultant will prepare 60% TESL and Demolition plans, Traffic Control plans (where applicable), and Restoration plans for each of the eight utility crossings. Consultant will prepare draft Special Provisions Divisions 2 - 9 for the project, utilizing the City provided template. The Consultant shall include a payment item table for all anticipated bid items in the applicable special provisions sections in conformance with the City's standard bid items. Deliverables • 60 % Plans— Five (5) copies of 11x17 design plans and single PDF electronic file for review and comment by the City. Plan sheets included in the 60%submittal will be as identified in Table I. • 60 % Specifications — Specifications in electronic format (Word 2010) only with changes to Auburn Special Provisions tracked. • An updated (20% contingency line item) Engineer's Estimate Cost in hardcopy, Excel, and PDF formats. The estimate will include subtotals for each anticipated bid schedule (roadway, water, sewer, and storm). • A 60 %submittal review meeting with the City Assumptions • The 60 % submittal documents will be stamped by a professional engineer licensed in the State of Washington, but will not be signed or dated. • Budget is included for two (2) Consultant staff to attend a 60 % submittal review meeting for up to four(4) hours. • Any comments made on the 60 % submittal will be addressed in the 100 % Check Set Design task. Task 2 100% Check Set Objectives • Prepare 100 % level plans, draft specifications, and Engineer's Opinion of Probable Construction Cost (EOPCC) for construction of the eight utility crossings. • The following work will be completed under this task: Consultant will incorporate City comments from the 60 % design review, as well as any comments received through the BNSF permit review process. City ofAubnrnn 116-1931-843 CP1308-BNSF Uahry Crossings 3 Mar 2013 AG-C-434-Exhibit A DRAFT Scope of Work i Consultant will prepare 100%Plans and Details for each of the eight utility crossings. Consultant will prepare 100% Special Provisions Divisions 2 - 9 for the project, utilizing the draft special provisions with City revisions and comments. All revisions will be tracked using Word's "Track Changes" function. The Consultant shall include a payment item table for all anticipated bid items in the applicable special provisions sections. City will provide Consultant with Special Provisions Division 1 and Special Provisions Data File, as modified by the City for this project. Consultant will review and provide suggested revisions and comments. i Consultant will prepare draft Bid Proposal Form using the City Boilerplate Template. Deliverables • 100 % Plans — Five (5) copies of 1 lx]7 design plans and single PDF electronic file for review and comment by the City Plan sheets included in the 100% submittal will be as identified in Table I. • 100 % Specifications — Specifications in electronic format (Word 2010) only with changes to Auburn Special Provisions tracked. • Draft Bid Proposal Form in electronic format. • An updated (10% contingency incorporated in bid items) Engineer's Estimate in hardcopy, PDF, and Excel formats. • A 100%submittal review meeting with the City Assumptions • The 100 % submittal documents will be stamped by a professional engineer licensed in the State of Washington, but will not be signed or dated. • Budget is included for two(2) Consultant staff to attend a 100 % submittal review meeting for up to two(2) hours. • Comments made on the 100 % submittal will be minor in nature and will not require modification to the design. Any comments made on the 100 % submittal will be addressed in the Final Bid Package task. PHASE 6 BIDDING PHASE Task 1 -Assemble Final Bid Package Objectives • Consultant will incorporate City comments from the 100 % design review and provide final bid- ready documents. Deliverables • Final Design Documents - One camera-ready signed 4 mil mylar of the full-size plans and one camera-ready hard copy of the Bid Form and Special Provisions signed, dated, and stamped by a professional engineer licensed in the state of Washington. Cay ofAubmn 216-1931-843 CP1308-BNSF Uuhry Crossings 9 AkY 2013 AG-C-434-Erhibu A DRAFT Scope of F of k • A final (10% contingency incorporated in bid items) Engineer's Estimate in hardcopy, PDF, and Excel formats. • A PDF copy of all design documents and a Word copy of the specifications burned onto a CD • All CAD files for the plans in AutoCAD 2012 with all external reference files bound. Assumptions • All reproduction of final bid documents for City use and/or bidding will be performed by the City. • The City will be responsible for posting electronic documents on the internet using the bid service(s)of its choice. • The City will be responsible for placing and paying for any newspaper advertisements for the project. Task 2 - Bidder Inquires Objectives • Consultant will provide bidding assistance to the City, including responding to questions during the bidding phase and preparing addenda to the bid set if required. The following work will be conducted under this task: > Consultant will prepare bid clarifications and/or addenda to the bid set if necessary > Consultant will attend the bid opening. Deliverables • Up to four (4) addenda to the bid set; up to 4 plan sheets and up to 5 pages of revised specification text per addenda. Assumptions • Addenda that, in the sole discretion of the City, are required due to errors, quality deficiencies, or inconsistencies in the design or bid documents prepared by the Consultant shall be prepared by the Consultant at no cost to the City. • The City will be the initial point of contact for all bidder questions, and will forward questions to Consultant at its discretion. • If bid clarifications and/or addenda are required, the City will be responsible for disseminating them to the plan holders. PHASE 7 ADDITIONAL SERVICES Task 1 — Environmental Services Objectives • If requested by the City of Auburn (at the start of the project) the Consultant will test for contaminated soils during base data collection for the project (utility potholing or geotechnical exploration), Consultant will perform a preliminary assessment to determine potential project City ofAubu n 216-1931-843 CP1308-BNSF Unit),Crossings 10 May 2013 AG-C-434-Exhibit A DRAFT Scope of Rork impacts and assist the City in determining a strategy for further investigation of the contamination and/or waste determination, handling, and disposal to be addressed in the contract document. The exact scope of service under this task will be authorized by the City prior to commencing and Consultant efforts will be limited to the available budget unless authorized by the City of Auburn. Deliverables • A technical memorandum describing the nature of the contamination discovered during base data collection and a strategy for further investigation or action. Assumptions • Work under this task will be performed on an on-call, time and materials basis upon written direction from the City. Consultant effort will not exceed the $7.500 indicated in the budget without specific authorization form the City. • If required, Consultant will secure the services of a certified testing laboratory to test soil samples collected during base data collection. Consultant will not perform field sampling under this task. • This task includes preliminary assessment only. If a full assessment and/or site remediation design services are required, they may be addressed by an amendment to the contract. • Additional services can be included in a Construction Services scope if desired by the City. City of fubera 216-1931-843 CP1308-BASF Unhty Crossings !! May 2013 AG-C-434-Echtbit A URAh7'Sc pe of if,k Table 1 : City of Auburn BNSF Utility Crossings Anticipated Sheet Count f Preliminar Detailed y Des lgn Design Final Docs (30%) (60%) (100%) I No. I Description 1 GI Title,Location,and V icmrty Maps;Draw ing Index. X X X 2 G2 General Notes,CwiVWcha=al Legend,and Abbreviations. X X 3 G3 Sheet Index Map X 4 G4 Survey Control-Main St&3rd St NW X X X 5 GS Survey Control-29th St NW&37th St MN X X X 6 G6 Survey Control-2 Additional Crossings Locations TBD X X X 7 Cl Utility Flan and Profile(Mr),TESC.&Restoration-Main St X X X 6 C2 Utility Flan and Profile(Stm&San)TESC&Restoration-3rd St MN X X X 9 C3 Utility Ran and Profile(VAr),TESL&Restoration-29th St NW X X X 10 C4 Utility Ran and Profile(Mr,Sim&San)TESC&Restoration-37th St NW X X X 11 C5 Utility Ran and Profile,TESC&Restoration-Additional Utility/Location TBD X X X 12 C6 Utilrty Ran and Profile,TESC&Restoration-Additional Utility/Location TBD X X X 13 C7 ITraffo Control Ran-Win St X X 14 C8 ITraffic Control Ran-3rd St NVV X X 15 C9 ITraffic Control Plan-29th St NW X X 16 CIO ITraffic Control Ran-37th St NVV X X 17 C71 ITraffic Control Flan-Additional Location TBD X X 16 C12 ITraffic Control Ran-Additional Location TBD X X L 22 C13 Casing and Abandonment Details X X C14 Casing and Abandonment Details X X ES C15 I General TESC Details,Water,and Sanitary Sew er Details X C16 General Storm Ram,Restoration,and Traffic Control Details X Total 10 19 22 Cm,of.4ubm'n 216-1931-843 61308-BNSF Unhry Crossings 12 Mar 2013 AG-C-434-Exhnbnn A DRAFT Srope of ff'ork Exhibit B Consultant Fee Determination-Summary Sheet (Lump Sum,Cost Plus Fixed Fee,Cost Per Unit of Work) Project: BNSF ST2 Utility Crossings Direct Salary Cost(DSC): Classification Man Hours = Basic Rate = Cost Billable Rate Michael 011ivant,Principal Consultant 4 X $78.03 $312.12 $250.34 Randolph Raymond 94 X $58.79 $5,526.26 $188.62 April Whittaker,Project Controls Specialist 110 X $28.30 $3,113.00 $90.79 Project Accountants 8 X $26.50 $212.00 $85.02 David Roberts,Senior Consultant 20 X $64.33 $1,286.60 $206.39 Rick Hermes,Senior Consultant 150 X $68.60 $10,290.00 $220.09 Kathleen Taylor,Designer IV 228 X $40.61 $9,259.08 $130.29 Edgar Schott,Senrio Engineer 54 X $5657 $3,05478 $181.49 David Ironmonger,Survey Supervisor 10 X $44.07 $440.70 $141.39 Scott Spees,Surveyor III 124 X $30.12 $3,734.88 $96.63 Dale Stafford,Surveyor III 100 X $28.48 $2,848.00 $91.37 Dennis Harmon,Surveyor ll 8 X $26.00 $20800 $83.42 Chris Clark,Designer 111 98 X $38.65 $3,787.70 $124.00 Word Processing 89 X $20.00 $1,780.00 $64.17 Scean Ripley,Surveyor 111 50 X $32.00 $1,60000 $102.67 Rick Wadsworth,Senior Engineer 28 X $50.23 $1,406.44 $161.15 Graphics X $0.00 $0.00 Clerical X $0.00 $0.00 Total DSC - $48,859.56 $156,756.13 Overhead(OH Cost--including Salary Additives) OH Rate x DSC of 199.83 %x$ $48,859.56 $97,636.06 Fixed Fee(FF): FF Rate x DSC of 21 %x$ $48,859.56 $10,260.51 Reimbursables: Itemized $5,505.10 B&W 8.5x11(7200 @$0.13) $ 936 B&W 11x17(1700 @$0.26) $ 442 Plotter Bond(700SF @$0.40) $ 280 Plotter Mylar(300SF @$0.75) $ 225 Mileage(340 @$0.565) $ 192 WA Survey Equipment(9 @$63) $ 567 WA Survey Vehicle(9 @$37) $ 333 Misc.Environmental Lab Allownace $ 2,530 Subconsultants PANGeo $ 21,291 w/10%Markup $23,420.10 APS $ 11,600 w/10%Markup $12,76000 Grand Total $198,441.33 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'". • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No.AG-C-434 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 Char e 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 Multiplier Amount Mike Jones, Principal in Charge 20 miles x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processing $ 29.00 x1.1 $ 31.90 Consultant Expenses Subtotal $ 72.49 Consultant Total: $ 821.49 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 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: $ 2,860,00 .......... ................. TOTAL DUE THIS INVOICE $ 3,681.49 CONTRACT BREAKDOWN Amount Total Invoiced % % Amount Task Authorized Prior Invoiced This Invoice To Date Expended Completed Remainin Original Contract $22,000.00 $ 1,025.00 $ 2,68149 $ 3,706.49 20% 25% g 51 MRF' 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 00 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 51 Note: MRF=Management Reserve Fund • Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-434 Page 2 of 2 i CITY OI' 4 AIDBURN Peter B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 + www.auburnwa.gov * 253-931-3000 June 14, 2013 Randy Raymond Parametrix, Inc 1019 39°i Avenue SE, Suite 100 Puyallup, WA 98374 RE: Agreement No AG-C-434 Project No. CP1308, BNSF Utility Crossing Project Notice to Proceed Dear Mr Raymond We have received the Certificate of Insurance for the above referenced agreement. This letter serves as your Notice to Proceed. The work authorized under this agreement shall not exceed $200,000 00 and has a completion date of December 31, 2014 For the City's tracking and record keeping purposes, please reference AG-C-434 and PROJECT No. CP1308 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 253-804-3118. SincereI , Jacob S eeting, PP Senior Project Engineer Public Works Department JS/ad/jc cc: Dani Daskam, City Clerk AG-C-434 CP1308 (File 2.20) I I AUBURN * MORE THAN YOU IMAGINED AMENDMENT #1 TO AGREEMENT NO. AG -C-434 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC. NO. CP1308, BNSF UTILITY CROSSINGS PROJECT 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 ashington (hereinafter referred to as the "CITY "), and Parametrix, Inc. (hereinafter ref rred to as the "CONSULTANT "), as an Amendment to the Agreement between the parties for AG -C434 executed on the 4th day of June 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: The scope of work is amended to include the following: "Consultant will provide additional services including additional private and BNSF utility locates; additional survey and mapping to incorporate the utility locates in the project design; additional legal descriptions and field survey to accommodate easement acquisition; additional design for the storm drainage crossing at 37th street NW and the related drainage system; corrosion control design for the railroad crossing casings; and modification of the drawing format to address City comments." 3. COMPENSATION: The amount of this amendment is $25,000.00. The total contract amount is increased to a $225,000.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -434 executed on the 4th day of June 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. Parametrix, Inc. By: ` Authorized signature ATTEST (Optional): By: Its: 04,^i. iti CITY OF AUBURN Nancy B u , Mayor ATTEST: !L-J� Danielle . Daskam, Auburn City Clerk r 0 . -• . •n• •. . '.. . -• .. . i1u Ell ►:����i �.�'►.� . Amendment No. 1 for Agreement No. AG -C-434 Parametrix, Inc. Paae 1 of 1 Exhibit E -1 Consultant Fee Determination - Summary Sheet (Lump Sum, Cost Plus Fixed Fee, Cost Per Unit of Work) Project: BNSF ST2 Utility Crossings - Amendment) Direct Salary Cost (DSC): Classification Man Hours = Rate = Cost Randolph Raymond 20 X $6055 $1,211.00 Rick Hermes, Senior Consultant 13 X $69.97 $909.61 David Ironmonger, Survey Supervisor 2 X $44.07 $88.14 Scott Spees, Surveyor III 18 X S3150 $585.00 Chris Clark, Designer III 28 X $40.59 $1,136.52 Total DSC = $3,930.27 Overhead (OH Cost •- including Salary Additives): OH Rate x DSC of 199.83 %x $ $3,930.27 $7,860.67 Fixed Fee (FF): FF Rate x DSC of 21 %x$ $3,930.27 $1,312.91 Reimbursables: Itemized $315.00 Mileage $ 42.00 WA Survey Equipment $ 198.00 WA Survey Vehicle $ 75.00 Subconsultants Applied Professional Serivices Inc. $ 3,223.08 w 110% Markup $3,545.39 Northwest Corrosion Engineer LLC $ 7,305.24 w/10% Markup $8,035.76 Grand Total $25,000.00 Prepared By: Randy Raymond Date: 5/6/2014 DOT Form 140089 EF Uhibit E -1 Revised 6/05 A � -Vq AMENDMENT #2 TO AGREEMENT NO. AG -0-434 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC. RELATING TO PROJECT NO. CP1308, BNSF UTILITY CROSSINGS PROJECT THIS AMENDMENT is made and entered into this /D day of 2014, by and between the CITY OF AUBURN, a municipal corporation of the Sote of /Washington (hereinafter referred to as the "CITY "), and Parametrix, Inc. (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C434 executed on the 4th day of June 2013., and amended by agreement dated the 19th day of May 2014. 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: 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 $30,000.00. The total contract amount is increased to $255,000.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -434 executed on the 4th day of June 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. V I By: Its: INC. (Optional): Approved as to form (Optional): Attorney for (Other Party) Amendment No. 2 for Agreement No. AG -C -434 Parametrix, Inc. Paqe 1 of 1 CITY OF AUBURN Nancy a 11 Mayor ATTEST: ilJ Qn� Danielle E. Daskam, Auburn City Clerk Appro d as to form: �aniel B. Heid, Aubum City Attomey EXHIBIT A SCOPE OF WORK — AMENDMENT NO. 2 City of Auburn AG -C-434 — BNSF Utility Crossings Project Design Services The City has requested the addition of plans and specifications for intersection improvements in the intersection of 37th Street NW and B Street NW, to include reconstruction of the pavement, curb ramps, curb returns and sidewalks. The City has also requested the addition of a 90% design submittal to the project scope to allow for review of the added intersection improvements as well as the project changes required due to the BNSF permitting process. The following scope of work outlines the Consultant effort to provide the requested design services for the BNSF Utility Crossing Project. KEY ASSUMPTIONS The following assumptions apply to this entire scope of work. Any substantial deviations from these assumptions may require an amendment to the portion of the scope and budget that is impacted by changes: • Phase and Task numbering matches the existing Scope of Work as modified by Amendment 1. New phases and tasks are noted. • All effort associated with addition of the 37th Street NW and B Street NW intersection improvements is included in new Phase 9. PHASE 1 — PROJECT MANAGEMENT AND MEETINGS Task 1 — Project Management Objectives The original scope of work assumed a project duration of approximately 7 months. The revised project duration through August 2014, is 15 months. The Amendment No. 2 budget includes additional effort for project management tasks as described in the original Scope of Work for the extended project duration. Assumptions This project will be substantially complete by the end of August, 2014. Task 2 — QA /QC Objectives Provide QA/QC tasks as described in the original Scope of Work for the added 90% deliverable package. City of Auburn 216 - 1931 -013 AC -C -434 BNSF Utility Crossings 7 June 2014 Exhibit A DRAFT Scope of {York — Amendment AV 2 PHASE 5 — DETAILED DESIGN Task 3 (New Task) — 90% Design Objectives • Prepare 90% level plans, draft specifications, and updated Engineer's Estimate for construction of the six utility crossings. • The following work will be completed under this task: > Consultant will incorporate City comments from the 60% design review and BNSF Permit Review process in the plans, specifications, and estimate. > Consultant will prepare 90% Utility plans for each of the six utility crossings and separate Restoration plans for the Main Street, 3rd Street NW, and 37th Street NW intersections. The 37th Street NW Restoration plan will be coordinated with the intersection improvement plans described in Phase 9 below. > Consultant will prepare revised 90% draft Special Provisions for Divisions 2 — 9 for the project, utilizing the City provided template. The Consultant shall include a payment item table for all anticipated bid items in the applicable special provisions sections in conformance with the City's standard bid items. Deliverables • 90% Plans — Five (5) copies of I1 -by -17 design plans and single PDF electronic file for review and comment by the City. Plan sheets included in the 60% submittal will be as identified in Table 1. • 90% Specifications — Specifications in electronic format (Word 2014) only with changes to Auburn Special Provisions tracked. • An updated (15% contingency line item) Engineer's Estimate Cost in hardcopy, Excel, and PDF formats. The estimate will include subtotals for each anticipated bid schedule (roadway, water, sewer, and storm). • A 90% submittal review meeting with the City. Assumptions • The 90% submittal documents will include the intersection improvement design documents as described in Phase 9 below. • The 90% submittal documents will be stamped by a professional engineer licensed in the State of Washington, but will not be signed or dated. • Budget is included for two (2) Consultant staff to attend a 90% submittal review meeting for up to four (4) hours. • Any comments made on the 90% submittal will be addressed in the existing 100% Check Set Design task. City of Auburn 216 -1931 -023 AC -C -034 BNSF Utility Crossings 2 June 2014 Exhibit A DRAFT Scope of Work — Amendment No. 2 PHASE 9 (NEW PHASE) — 37TH ST NW AND B ST NW INTERSECTION IMPROVEMENTS Task 1 — 90% Intersection Reconstruction Design Objectives • Consultant will prepare 90% level plans, draft specifications, and updated Engineer's Estimate for reconstruction of the pavement, curb ramps, curb returns and sidewalks at the intersection of 37th St NW and B St NW. • Consultant will collect the topographic survey data necessary for design of the intersection improvements and supplement the existing base map for use in design of the intersection improvements. The following tasks will be conducted by Consultant survey staff: Consultant surveyors will map existing conditions within the City right -of -way. The mapping will include documentation of ground conditions; intersection topography; roadway centerline, flow line, curbs, gutters, sidewalks, ramps, shoulders, ditches, channelization, signal equipment, and other features as necessary for the design of the project. Consultant will process field data and prepare topographic and planimetric base maps with 1 -foot contours. The ground mapping and utility mapping will be combined into the overall base map. • Consultant will prepare 90% Intersection Detail Plan(s) depicting the following: Location and limits of full -depth reconstruction of pavement. Typical pavement section for pavement reconstruction. > Notes for adjustments of castings within paving areas. Provisions for protection and /or restoration of survey markers within paving area. • Notes for restoration of pavement markings within the paving area. • Full reconstruction of curb returns, curb ramps and adjoining sidewalks at all four corners of the intersection. • Curb ramp grading points. Replacement of traffic loops impacted by pavement reconstruction. Spare conduits for future accessible pedestrian signal (APS) pushbutton posts. Deliverables • 90% Plans — Five (5) copies of 1 I -by -17 design plans and single PDF electronic file for review and comment by the City (to be included in the overall project 90% Submittal package). • 90% Specifications — Specifications in electronic format (Word 2014) only with changes to Auburn Special Provisions tracked (to be included in the overall project 90% Submittal package). • An updated (15% contingency line item) Engineer's Estimate Cost in hardcopy, Excel, and PDF formats (to be included in the overall project 90% Submittal package). Assumptions • No additional field marking of utilities (`locates ") will be provided for this work. • The survey base map will be completed in AutoCAD Civil 3D 2012. City of Auburn 216 -1931 -023 AC -C -434 BNSF Utility Crossings 3 June 2014 Exhibit A DRAFPSeope of Work — Amendment No. 2 • Survey data will be as follows: Horizontal datum is Washington State Plane Coordinate System, NAD 83/91 North Zone using Washington State Reference Network (WSRN). Vertical datum is NAVD 88 using City of Auburn vertical control network. • No additional Geotechnical exploration will be performed for this project. The pavement section design will be provided by the City based on roadway classification. • Proposed roadway and curb return alignments and profiles will approximately match existing locations and elevations. • Pavement will be fully reconstructed to the limits of the curb returns at all four corners. • No surface water analysis, storm drain design or storm drainage infrastructure improvements will be performed for this project. • The 90% submittal documents will be stamped by a professional engineer licensed in the State of Washington, but will not be signed or dated. • Budget for Consultant staff to attend a 90% submittal review meeting is included under Phase 5, Task 3. • Any comments made on the 90% submittal will be addressed in the 100% Design Check Set. • Consultant will not provide any environmental permitting for this project. All required environmental permitting will be completed by the City. Task 2 —100% Intersection Reconstruction Design Check Set Objectives • Consultant will prepare 100% level plans, draft specifications, and Engineer's Opinion of Probable Construction Cost (EOPCC) for reconstruction of the pavement, curb ramps, curb returns and sidewalks at the intersection of 37th St NW and B St NW. • The following work will be completed under this task: > Consultant will incorporate City comments from the 90% design review. n Consultant will prepare 100% Plans and Details for the intersection improvements. > Consultant will prepare revised 100% Special Provisions Divisions 2 through 9 for elements related to the intersection reconstruction utilizing the draft special provisions with City revisions and comments. All revisions will be tracked using Word's "Track Changes" function. The Consultant shall include a payment item table for all anticipated bid items related to the intersection reconstruction in the applicable special provisions sections. > Consultant will add bid items and quantities related to the intersection reconstruction to the overall project's draft Bid Proposal Form using the City Boilerplate Template. Deliverables • 100% Plans — Five (5) copies of 11 -by -17 design plans and single PDF electronic file for review and comment by the City(to be included in the overall project 100% Check Set package). • 100% Specifications — Specifications in electronic format (Word 2014) only with changes to Auburn Special Provisions tracked. (to be included in the overall project 100% Check Set package). City of Auburn 116 -1931 -023 AG -C -434 BNSF Utility Crossings 4 June 2014 Exhibit A DRAFT Scope of Work — Amendment No. 2 • Draft Bid Proposal Form in electronic format (to be included in the overall project 100% Check Set package). • An updated (10% contingency incorporated in bid items) Engineer's Estimate in hardcopy, PDF, and Excel formats (to be included in the overall project 100% Check Set package). Assumptions • The 100% submittal documents will be stamped by a professional engineer licensed in the State of Washington, but will not be signed or dated. • Budget for Consultant staff to attend a 100% submittal review meeting is included under Phase 5, Task 2. • Comments made on the 100% submittal will be minor in nature and will not require modification to the design. Any comments made on the 100% submittal will be addressed in the Final Bid Package task. Task 3 — Assemble Final Bid Package Objectives • Consultant will incorporate City comments from the 100% design review and provide final bid - ready documents. Deliverables • Final Design Documents — One camera -ready signed 4 -mil mylar of the full -size plans and one camera -ready hard copy of the Bid Form and Special Provisions signed, dated, and stamped by a professional engineer licensed in the state of Washington. • A final (10% contingency incorporated in bid items) Engineer's Estimate in hardcopy, PDF, and Excel formats. • A PDF copy of all design documents and a Word copy of the specifications burned onto a CD. • All CAD files for the plans in AutoCAD 2012 with all external reference files bound. Assumptions • All reproduction of final bid documents for City use and /or bidding will be performed by the City. • The City will be responsible for posting electronic documents on the intemet using the bid service(s) of its choice. • The City will be responsible for placing and paying for any newspaper advertisements for the project. City ofAuburn 216 -1931 -023 AG -C -434 BNSF Uidiry Crossings 5 June 2014 Exhibit A DRAFT Scope of Work — Amendment No. 2 AMENDMENT #3 TO AGREEMENT NO. AG -C -434 BETWEEN 0 H • I1 . THE CITY OF AUBURN AND PARAMETRIX, INC. RELATING TO PROJECT NO. CP1308, BNSF UTILITY CROSSINGS PROJECT THIS AMENDMENT is made and entered into this q0� day of'41 4.h� 2014, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY "), and Parametrix, Inc. (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -434 executed on the 4th day of June 2013, and amended by agreements dated the 19th day of May 2014 and the 10`" day of July, 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 -434 executed on the 4th day of June 2013 and subsequent amendments 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. ATTEST (Optional): By: Its: Approved as to form (Optional): Attorney for (Other Party) Amendment No. 3 for Agreement No. AG -C -434 Parametrix, Inc. Pape 1 of 1 CITY OF AUBURN ncy Bact (Mayor ATTEST: Danielle E. Daskam, Auburn City Clerk AMENDMENT 94 TO AGREEMENT NO. AG -C -434 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC. RELATING TO PROJECT NO. CP1308, BNSF UTILITY CROSSINGS PROJECT j ` THIS AMENDMENT is made and entered into this � , day of 619A,_ by and between the CITY OF AUBURN, a municipal corporation of the S to olft f Washington (hereinafter referred to as the "CITY "), and Parametrix, Inc. (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -434 executed on the 4th day of June 2013, and amended by agreements dated the 19th day of May 2014 and the 10x' day of July, 2014. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the contract term. 2. SCOPE OF WORK: The scope of work is amended to included 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 $24,126.97. The total contract amount is increased to $279,126.97 REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -434 executed on the 4th day of June 2013 and subsequent amendments 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._ PARAMETRIX; INC. CITY OF AUBURN y. - Authorize ign'a r ancy Bar s, forayor ATTEST (Optional). AATTEST. (� By: x mavl�'��J � Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approv s to Attorney for (Other Party) Da ie B. id, uburn ity Att � Amendment No. 4 for Agreement No. AG -C-434 Parametrix, Inc. Page 1 of 1 EXHIBIT A SCOPE OF WORK — AMENDMENT NO. 4 REV. 1 City of Auburn AG -C -434 — BNSF Utility Crossings Project Design Services The City requested additional traffic signal modification design to be included with the intersection improvements in the intersection of 37th Street NW and B Street NW- The City also requested that the Consultant provide limited construction phase services, including partial submittal review and assistance with dewatering plan review. The following scope of work outlines the Consultant effort to provide the requested design services for the BNSF Utility Crossing Project. PHASE 10 —AMENDMENT 4 Task 1 — Traffic Signal Design Objectives The Amendment 2 Scope of Work included replacement of traffic loops impacted by pavement reconstruction and spare conduits for future accessible pedestrian signal (APS) pushbutton posts. The City requested replacement of all loops and extension of pavement limits to include loop areas, design for completion of the full APS system, as well as installation of the pedestrian heads and associated modification of the existing signal wiring. This effort required an additional site visit, update of the base map, addition of a plan sheet, and modifications to existing plan sheets and the specifications. Deliverables • Plans, Specifications, and Engineer's Estimate incorporated in the 100% Check Set and Final Bid Documents. Task 2 — Construction Services The Consultant will provide limited construction services including attendance of construction meetings when requested by the City, review of boring and slip lining submittals, and miscellaneous engineering assistance as requested by the City. Subtask I —Project Management and Meetings Objectives Amendment 2 included Project Management through August, 2014. The Amendment No. 4 budget includes additional effort for project management tasks as described in the original Scope of Work Through June, 2015. The Consultant will attend construction- related meetings as requested by the City City of Auburn 216 -1931 -023 AG -C -434 - BNSF Utility Crossings 1 June 2015 Exhibit A Amend, 4 Rev 1 Scope of Irork Assumptions • Consultant Construction Services will not be required after June, 2015. • The budget assumes that one (1) Consultant staff will prepare for and attend up to three (3) meetings up to two (2) hours each in duration. Sublask 2 — Submittal Review Objectives The Consultant will provide review of boring and slip lining submittals when requested by the City. Deliverables • Submittal review comments in electronic (Word) format. Assumptions • Submittals will be provided in electronic (PDF) format. • Submittal review comments will be provided on the Consultant's standard review form. • The budget assumes 12 submittals with one resubmittal each. Additional submittals may require a further amendment. • Submittals received from the Contractor will substantially conform with the requirements of the Contract. Incomplete or improper submittals will be returned without review. Subtask 3 — Engineering Assistance • The Consultant will respond to project- related inquiries when requested by the City. • The Consultant will retain a geoteclmical subconsultant to assist with and review dewatering and geotechnical issues. City of Auburn 116- 1931 -023 AG -C -434 - BNSF Utility Crossings 2 June 2015 Exhibit A Amend 4 Rev I Scope of Work CITY OF AU .t Nancy Backus, Mayor V. , WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 9, 2014 Randy Raymond Parametrix, Inc. 1019 39th Avenue SE, Suite 100 Puyallup, WA 98374 RE: Amendment No. 3 to Agreement for Professional Services, AG-C-434 Project No. CP1308, BNSF Utility Crossings Project Dear Mr. Raymond: Enclosed please find an executed original 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-434 and Project No. CP1308 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 253-804-3118. Sinc/ers d0 1:X � � ii Jac„ b S eting, RE/ Assistant City Engineer Community Development & Public Works Department JS/ad/mt Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG-C-434 CP1308 (2.20) AUBURN * MORE THAN YOU IMAGINED AMENDMENT #3 TO AGREEMENT NO. AG-C-434 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC. RELATING TO PROJECT NO. CP1308, BNSF UTILITY CROSSINGS"PROJECT THIS AMENDMENT is made and entered into this y° day of ae."—�K�cer , 2014, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Parametrix, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-434 executed on the 4th day of June 2013, and amended by agreements dated the 19th day of May 2014 and the 10th day of July, 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-434 executed on the 4th day of June 2013 and subsequent amendments 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. PARAMETRIX, INC. CITY OF AUBURN Ape BY ,II.4r/ r' �� lX1Ca �1ti Authorize• signature - ancy Bacic ayor ATTEST (Optional): ATTEST: By: G Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appro ea". tQ fin ralia J9 Attorney for (Other Party) Daniel B. Heid, Auburn City Attorney Amendment No. 3 for Agreement No. AG-C-434 Parametrix, Inc. Page 1 of 1 A 7,. tlD-"1 AMENDMENT#4 TO AGREEMENT NO. AG-C-434 BETWEEN THE CITY OF AUBURN AND PARAMETRIX, INC. RELATING TO PROJECT NO. CP1308, BNSF UTILITY CROSSINGS PROJECT THIS AMENDMENT is made and entered into this(9 0>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 Parametrix, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-434 executed on the 4th day of June 2013, and amended by agreements dated the 19th day of May 2014 and the 10th day of July, 2014. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the contract term. 2. SCOPE OF WORK: The scope of work is amended to included 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 $24,126.97. The total contract amount is increased to $279,126.97 REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-434 executed on the 4th day of June 2013 and subsequent amendments 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 PARAMETRIX;'INC. _ CITY OF AUBURN :y: AP; Sala ► • i _ . rI 411 Authorize• ign: r ancy Bac , ayor ATTEST (Optional): ATTEST: p (� �J By: �/ C./OG, / Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approv-• as to . • Attorney for (Other Party) Da ie B. -id, auburn • ity'Att. ey Amendment No. 4 for Agreement No.AG-C-434 Parametrix, Inc. Page 1 of 1 EXHIBIT A SCOPE OF WORK — AMENDMENT NO. 4 REV. 1 City of Auburn AG-C-434 — BNSF Utility Crossings Project Design Services The City requested additional traffic signal modification design to be included with the intersection improvements in the intersection of 37th Street NW and B Street NW. The City also requested that the Consultant provide limited construction phase services, including partial submittal review and assistance with dewatering plan review. The following scope of work outlines the Consultant effort to provide the requested design services for the BNSF Utility Crossing Project. PHASE 10—AMENDMENT 4 Task 1 —Traffic Signal Design Objectives The Amendment 2 Scope of Work included replacement of traffic loops impacted by pavement reconstruction and spare conduits for future accessible pedestrian signal (APS) pushbutton posts. The City requested replacement of all loops and extension of pavement limits to include loop areas, design for completion of the full APS system, as well as installation of the pedestrian heads and associated modification of the existing signal wiring. This effort required an additional site visit, update of the base map, addition of a plan sheet, and modifications to existing plan sheets and the specifications. Deliverables • Plans, Specifications, and Engineer's Estimate incorporated in the 100% Check Set and Final Bid Documents. Task 2 —Construction Services The Consultant will provide limited construction services including attendance of construction meetings when requested by the City, review of boring and slip lining submittals, and miscellaneous engineering assistance as requested by the City. Subtask 1—Project Management and Meetings Objectives Amendment 2 included Project Management through August, 2014. The Amendment No. 4 budget includes additional effort for project management tasks as described in the original Scope of Work Through June, 2015. The Consultant will attend construction-related meetings as requested by the City. City of Auburn 216-1931-023 AC-C-434-BNSF Utility Crossings 1 June 2015 Exhibit A Amend 4 key 1 Scope of Work Assumptions • Consultant Construction Services will not be required after June, 2015. • The budget assumes that one (1) Consultant staff will prepare for and attend up to three (3) meetings up to two (2)hours each in duration. Subtask 2—Submittal Review Objectives The Consultant will provide review of boring and slip lining submittals when requested by the City. Deliverables • Submittal review comments in electronic (Word) format. Assumptions • Submittals will be provided in electronic(PDF)format. • Submittal review comments will be provided on the Consultant's standard review form. • The budget assumes 12 submittals with one resubmittal each. Additional submittals may require a further amendment. • Submittals received from the Contractor will substantially conform with the requirements of the Contract. Incomplete or improper submittals will be returned without review. Subtask 3—Engineering Assistance • The Consultant will respond to project-related inquiries when requested by the City. • The Consultant will retain a geotechnical subconsultant to assist with and review dewatering and geotechnical issues. City of Auburn 216-1931-023 AC-C-434-BNSF Utility Crossings 2 June 2015 Exhibit A Amend 4 Rev I Scope of Work CITY OF _* * A� T '"�T Nancy Backus, Mayor - - WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 January 7, 2016 Randy Raymond Parametrix, Inc. 1019 39th Avenue SE, Suite 100 Puyallup, WA 98374 RE: Agreement for Professional Services, AG-C-434 Project No. CP1308, BNSF Utility Crossings Project Dear Mr. Raymond: This letter is to inform you that the above-referenced Agreement for Professional Services is being closed at this time. Our records indicate that we processed the final payment for this agreement on August 19, 2015, for invoice #01-75597 in the amount of $24,034.95. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by January 6, 2016. Thank you for your firm's professional services in work related to the BNSF Utility Crossings project. If you should have any questions, feel free to give me a call at 253.804.3118. Sincere y, Ja ob Swe ing, P.E. Assistant City Engineer Community Development & Public Works Department JS/ad/as cc: City Clerk AG-C-434 CP1308 (2.20) • AUBURN * MORE THAN YOU IMAGINED