Loading...
HomeMy WebLinkAboutAG-C-425 KPG, INC. AGREEMENT FOR PROFESSIONAL SERVICES AG-C-425 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 KPG, Inc. a corporation whose address is 753 - 9th Avenue North, Seattle, WA 98109, 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 February 28, 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 $265,000 00 which includes a Management Reserve Fund amount of$25,000 00 Paid per rates are attached in the fee schedule as shown on Exhibit B, which is attached hereto and by Agreement for Professional Services AG-C-425 August 22, 2013 Page 1 of 14 this reference made a part of this Agreement. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 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 plus 10% 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 $20,148.28. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring Agreement for Professional Services AG-C-425 August 22, 2013 Page 2 of 14 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 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 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or Agreement for Professional Services AG-C-425 August 22, 2013 Page 3 of 14 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 '7 INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, 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-425 August 22, 2013 Page 4 of 14 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, 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 Agreement for Professional Services AG-C-425 August 22, 2013 Page 5 of 14 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, Professional 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. 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. Agreement for Professional Services AG-C-425 August 22, 2013 Page 6 of 14 10. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap 11 OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable 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-425 August 22, 2013 Page 7 of 14 (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-C-425 August 22,2013 Page 8 of 14 Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS. 14 1 This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 14 3 In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to 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-425 August 22, 2013 Page 9 of 14 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 Nelson Davis, P.E. 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 KPG, Inc. Attn. Robert Lee Attn: Nelson Davis, P E. 25 W Main Street 753 9th Avenue North Auburn WA 98001 Seattle, WA 98109 Phone: 253.804 5071 Phone: 206.267 1052 Fax: 253 931 3053 Fax: 206.286 1639 E-mail: rlee @auburnwa.gov E-mail: nelson @kpg.com 14 10 All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 14.9 or if to such other person designated by a party to receive such notice It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Agreement for Professional Services AG-C-425 August 22, 2013 Page 10 of 14 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 C OF ' tr:• -- a Peter B-�eL wis, 'ayor Date SEP 1 2 2013 ATTEST D �, OQk- Danielle E. Daskam, City Clerk I APPROVED AS TO FORM / /es Aits , � I' niel B Hi id, City A torney KPG,\Incc.. BY Y c � k,fr""•-i Title• ve_est a Cr-sT Federal Tax ID # 91 - 1 "t 7 7 G 22- Agreement for Professional Services AG-C-425 August 22, 2013 Page 11 of 14 EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at $0 485/mile or the current approved IRS rate. It is understood that all reimbursements are at cost and will be marked-up 10%. 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 plus a 10% markup to cover the CONSULTANT'S additional overhead expense associated with the Subcontract. Exhibit C Agreement No. AG-C-425 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 Of 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 15th • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-425 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 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 Remaining Original Contract $22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF* 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681 49 $ 4,706.49 $ 19,793.51 Note: MRF=Management Reserve Fund Received a written authorization of MRF on 1110101 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No.AG-C-425 Page 2 of 2 Exhibit A SCOPE OF SERVICES During the term of this AGREEMENT, KPG, INC (Consultant) shall perform professional services for the City of Auburn (City) in connection with the following project. Project CP1202 Auburn Way South Flooding Improvement - Phase II A. PROJECT DESCRIPTION/BACKGROUND The intersection of Auburn Way South (AWS) near the State Route (SR) 18 underpass frequently floods during large and/or intense rain events. The current low-slope, gravity storm drain adjacent to the underpass provides limited capacity for upstream tributary flows. A combination of former trunk line improvements and pump station installation has provided some relief, but has not alleviated all the flooding at the depressed underpass. The downstream drainage system is also capacity-limited causing a "recirculation" of the pumped discharge, thereby limiting its effectiveness during larger rain events. The Comprehensive Stormwater Drainage Plan (2009) identified a two phase project to reduce stormwater flows to AWS at SR 18 by diverting upstream flows from the impacted area. The total 25- year flow to be routed away from AWS has been estimated at 10 cfs. This flow would be directed by gravity flow at AWS and 17th St. SE toward the existing stormwater infiltration ponds located at 17th and A Streets SE, and 2151 and D Streets SE. Final modeling will be conducted by the City's on-call modeling consultant to determine pipe size and slope Phase 1 was completed in 2009 This phase installed a diversion manhole at AWS and 17th St. SE to route 3 cfs into a new 24-inch diameter storm drain flowing west along 17th St. SE, then south along K St. SE, with eventual discharges into the 21st Street infiltration pond. The amount of the diversion for this phase was limited to the available capacity in the existing K St. SE storm line. Phase 2, this project, will intercept all remaining flow from the diversion manhole and route it to the west. At the intersection of K St SE and 17th St. SE, a new flow control structure will be installed to maintain the current flow to K St. SE. From this point west, approximately 3,100 LF of 24"-30" pipe will be required to replace the existing lines in 17th St. SE. The existing pipes along 17`h St. SE at the intersections of J St. SE and B St. SE will be plugged, diverting all flows west and away from their current connection to the AWS drainage system. Eliminating the discharge into these two pipes will increase the flow in the 17th St. SE storm line by an additional 4.5 cfs. Inlet spacing along the project shall be considered to meet current design standards. This project also includes deepening the existing 17`h and A Street SE infiltration pond to provide an additional 7 acre-feet of storage. King County Wastewater currently has plans to construct a 27" trunk sanitary sewer line along 17th Street between K Street SE and C Street SW and it is anticipated that this will be under construction in 2013. Puget Sound Energy (PSE) also plans to replace a gas main along a portion of the 17th Street corridor with the project limits. King County and PSE have submitted final plans approved by the City through the Development process. The design of the City's project must be coordinated with the King County and PSE projects to accommodate both systems in the same corridor Agreement for Professional Services AG-425 AWS Flooding Improvement—Phase I I KPG Exhibit A 1 of 14 8/22/2013 Exhibit A B. PROJECT ASSUMPTIONS The following assumptions were made to provide direction to the design. ❑ Design Submittals including drawings and specifications will be provided as described in the applicable task scopes of work. ❑ The City will print and produce additional copies beyond those to be provided by the Consultant of all documents as necessary for its use ❑ The City shall arrange for access to and make all provisions for the Consultant to enter upon public and private property as required for the Consultant to perform services hereunder ❑ The new storm water design will be governed by the City's adopted Surface Water Management Manual (SWMM), November 2009 ❑ Right-of-Way negotiations and appraisals are not included in this scope of work. ❑ The Consultant shall prepare all drawings using AutoCAD Civil 3D 2013 and provide City digital files in AutoCAD 2010 Project schedules shall be provided using Microsoft Project (version 2007 or earlier), spreadsheets in Microsoft Excel (version 2007 or earlier), and text documents in Microsoft Word (version 2007 or earlier). ❑ All plans shall be prepared in accordance with City standards. All plans will be completed at a 20:1 horizontal scale and a 1:5 vertical scale, unless otherwise approved by the City Full-sized final plan sheets will be provided on City Standard full size mylars, and half-sized at 11"x17" ❑ Horizontal datum will be NAD83/91 based upon existing CITY and WSDOT control. Vertical datum will be NAVD-88 based upon existing CITY benchmarks adjacent to the site. ❑ The Consultant shall utilize the City's boilerplate 2012 Standard Special Provisions when preparing the 60%, 90%, and 100% Construction Specifications. The Construction Specifications shall include Divisions 0 through 9 plus appendices. The Consultant will utilize Word to track all changes made to the City's boilerplate files. ❑ Task specific assumptions are included at the end of each task. C. CONSULTANT DELIVERABLES Deliverables prepared by the Consultant are identified at the end of each task in the scope of work. Agreement for Professional Services AG-425 AWS Flooding Improvement— Phase II KPG Exhibit A 2 of 14 8/22/2013 Exhibit A D. CITY PROVIDED ITEMS: The City will provide/prepare the following. ❑ AutoCAD templates illustrating City drawing standards for Consultant use. o City utility coordination will be through the City project manager ❑ Previously completed studies and reports. o Submittal reviews, comments, and approvals (1 set of comments per submittal). ❑ Mailing and postage for public notices. ❑ Meeting room arrangements. ❑ Preparation of press releases. o Sewer as-builts, including side sewer locations or video of the sewer indicating the location of side sewers, as available. ❑ Water as-builts, including the location of side services, as available ❑ Storm water system as-builts for public and adjacent private systems, as available ❑ Street as-builts, as available. ❑ Right of Entry and/or Temporary Construction Agreements. o Permit fees, if any E. DESIGN CRITERIA WSDOT Publications a. 2012 Standard Specifications for Road, Bridge, and Municipal Construction (M 41-10) b. Standard Plans for Road and Bridge Construction (M 21-01) City of Auburn Standards c. Design Standards, Dated February 2010 as Revised d. Construction Standards, Dated September 2009 as Revised e. City of Auburn Surface Water Management Manual, Dated November 2009 f. City's Boiler Plate Standard Special Provisions per the User's Guide Agreement for Professional Services AG-425 AWS Flooding Improvement-Phase II KPG Exhibit A 3 of 14 8/22/2013 Exhibit A F SCOPE OF WORK TASK 1 —MANAGEMENT/COORDINATION/ADMINISTRATION 1 1 The Consultant will provide continuous project management for the project duration (8 months). 1.2 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming work elements, and reporting of any delays, problems, or additional information needs. The monthly progress reports shall be submitted with invoices. The progress reports shall summarize start, finish, and percent complete for deliverable tasks during billing period, percent complete of overall project elements, and anticipated deliverable tasks for the next month. The Consultant shall also summarize in the monthly progress reports problems encountered and actions taken for their resolution, potential future delays, and issues/activities requiring City direction. Any elements that may impact project completion time and cost shall be highlighted. Monthly invoices for work completed to date shall be submitted to the City The invoices shall summarize budget, expenditures and percent expended for deliverable tasks during the billing period, and percent expended of overall project elements. 1 3 The Consultant shall review available background documents. 1 4 The Consultant shall prepare for and attend up to eight (8) coordination/progress meetings with the City during the project to discuss key issues and track progress. The Consultant shall prepare a summary of key issues and action items for all meetings. 1.5 The Consultant shall conduct regular project team meetings with internal staff and subconsultants. 1.6 The Consultant shall provide internal quality assurance/quality control (QA/QC) reviews of all work products prior to submittal for City review (Preliminary Design, 30% Design, 60% Design, 90% Design, and Final Design). For all plan submittals, the Consultant shall attend plan review meetings with the City (4 meetings) and shall summarize all comments on a plan review comment form. 1 7 The Consultant shall prepare a project schedule and shall update the schedule on a monthly basis. Task 1 Deliverables: • Monthly progress reports (8 months). • Meeting minutes (8). • Plan review comment form (4). • Project schedule using Microsoft Project. Agreement for Professional Services AG-425 AWS Flooding Improvement—Phase II KPG Exhibit A 4 of 14 8/22/2013 Exhibit A TASK 2—SURVEY AND BASE MAPPING 2 1 The Consultant shall perform field surveys and prepare base maps within the project limits and prepare 1" = 20' detailed topographic base maps of each street corridor The project limits are • Approximately 3,300 feet along 17°i Street SE from K Street SE through the intersection of A Street SE, 60 foot wide. • Side street topography will extend to +1- 10' beyond the curb returns. • The existing pond within the fenced area. 2.2 The Consultant shall field verify the base map for accuracy Task 2 Deliverables: • Electronic Base Map showing utility locations, surface features, contours, and existing right- of-way Task 2 Assumptions: • Basemap will be prepared in AutoCAD Civil 3D 2013 using City drafting standards and KPG's field codes and provided to the City in AutoCAD 2010. • Right-of-way Plans, legal descriptions, or acquisition will not be required. • The City will coordinate and provide one-call or private locate service to paint the horizontal locations of utilities within the survey limits. The Consultant will survey paint locations for incorporation into the base maps. • Existing right of way will be determined by the City and provided to the Consultant in AutoCAD format. TASK 3—GEOTECHNIGAL EXPLORATION 3 1 GEOTECHNICAL SERVICES: Geotechnical services will support design and construction of the new storm drain utility along 17th Street SE, provide geotechnical design recommendations for deepening of the existing detention/infiltration pond, and provide a recommended long-term infiltration rate for the pond. The scope of work is summarized below' • Review Information: Consultant will review available existing geotechnical, geological, and environmental reports for the immediate area along the alignment and recent maintenance surveys of the existing pipeline. This information is anticipated to include the following: 1 Geotechnical and hydrogeological reports for the existing infiltration/detention pond at 17°i Street SE and "A" Street SE and for the pond at 21 s` Street SE and "C" Street SE (reports by HWA and Pacific Groundwater Group are thought to exist) Agreement for Professional Services AG-425 AWS Flooding Improvement—Phase II KPG Exhibit A 5 of 14 8/22/2013 Exhibit A 2. Water level monitoring data for the existing detention ponds for evaluating infiltration rates for the existing pond 3. Groundwater level monitoring data, if available 4 Geotechnical data report for the King County Stuck River Trunk Sewer The Consultant anticipates that the City of Auburn can provide items 1 through 3 and can facilitate obtaining permission to access the King County borings adjacent to the pond. • Field Investigation: Complete a field investigation that includes subsurface explorations within the existing pond to explore subsurface conditions at the anticipated base of the reconfigured pond. The scope of the geotechnical field investigation will include the following: 1 Excavate two test pits within the existing pond and conduct pilot infiltration tests (PIT) in each test pit. Test pit locations will be reviewed with the City prior to proceeding. Tests will be used to measure short-term infiltration rates that will be used in addition to the existing pond level monitoring data to estimate a long-term design infiltration rate. 2. Complete two soil borings adjacent to the existing pond next to the test pit locations to explore conditions to the Surface Water Management Manual (SWMM)-required depth below the pond. The explorations will explore conditions to a depth of at least 5 times the depth of ponded water or to 2 feet below the groundwater table in accordance with Vol. III, Ch. 2, Section 2.2.7 of the SWMM. Sampling will be completed at a 2 5-foot interval to a depth of 2.5 times the maximum design ponded water depth in accordance with the SWMM. Drilling will be completed using hollow-stern auger drilling techniques, and samples will be collected using standard penetration tests (SPT) for correlation with soil engineering parameters. The Consultant will collect soil samples and maintain a log of the subsurface conditions encountered. 3. Install vibrating wire piezometers and mini-dataloggers in the borings to monitor groundwater levels beneath the pond. 4 Install vibrating wire piezometers and mini-dataloggers in three borings (B-5, B- 18, and B-20), which were drilled by King County for the Stuck River Trunk Sewer project, to monitor groundwater levels adjacent to the pond. We assume the borings will not/have not been abandoned by King County • Geotechnical Laboratory Testing: Complete laboratory testing on soil samples selected from the borings. Testing will include up to four grain-size distribution with hydrometer analyses, which will be used to estimate hydraulic conductivity • Analytical Laboratory Testing: Complete up to five cation exchange capacity and organic matter content determinations on soil samples collected near the base of the reconfigured pond to evaluate the water quality treatment potential of the soil. Agreement for Professional Services AG-425 AWS Flooding Improvement—Phase II KPG Exhibit A 6 of 14 8/22/2013 Exhibit A • Report Preparation: Prepare a draft geotechnical engineering report summarizing findings, conclusions, and recommendations related to construction of the storm drain utility on 17`" Street SE and infiltration of stormwater, which will include the following o Summary of subsurface soil and groundwater conditions along the pipeline alignment. o Utility installation and excavation associated with the new storm drain pipeline of 17th Street SE. Recommendations will be based on existing subsurface information from borings completed for the Stuck River Trunk Sewer project. o Estimated long-term design infiltration rate. o Soil suitability for water quality treatment. o Discussion of potential impacts resulting from stormwater infiltration. • Final Report Preparation: Finalize the draft report in response to comments provided by the project team. Task 3 Deliverables: • Draft Geotechnical Report (electronic PDF copy) • Final Geotechnical Report sealed by a professional engineer(five paper copies and a PDF electronic copy) Task 3 Assumptions. • Hydro geologic studies/groundwater mounding analysis for design of infiltration facilities as described in Volume Ill, Chapter 2, of the 2009 City of Auburn SWMM will not be required for the pond expansion and the City will provide a written waiver of this standards deviation for inclusion in the Stormwater Site Plan. TASK 4—PUBLIC INVOLVEMENT 4 1 The Consultant shall prepare presentation materials for one (1) community open house. Presentation materials will consist of a 24"x36" mounted graphic of the 30% layout and a matching 11"x17" .pdf. Task 4 Deliverables: • Mounted 24"x36"display board of 30%layout and 11'5e17".pdf Task 4 Assumptions: Agreement for Professional Services AG-425 AWS Flooding Improvement— Phase II KPG Exhibit A 7 of 14 8/22/2013 Exhibit A • All public involvement will be coordinated and performed by the City TASK 5 —UTILITY AND STAKEHOLDER COORDINATION 5.1 King County Wastewater Treatment Division. The Consultant shall prepare for and attend up to one(1) coordination meeting with the City and King County to coordinate final restoration activities between this project and King County's Stuck River Trunk project. 5.2 Puget Sound Energy (PSE) PSE intends to replace gas facilities along a portion of 17th Street SE within the project limits. The following coordination is anticipated: • Provide 30% plans to PSE in .pdf format. • Review PSE plans to ensure that proposed gas relocation is not in conflict with City improvements. • Attend up to one (1) coordination meeting with City staff and PSE. The Consultant shall prepare meeting minutes of all meetings. 5.3 Other Private Utilities (water, sewer, power, telephone, cable): The City shall coordinate with private utilities with facilities located within the limits of the project to discuss the need for relocation, adjustment, or upgrades of existing utilities impacted by the project. The Consultant shall prepare a scroll plot identifying locations of conflict between private utilities and City improvements as well as areas of concern that may require additional information from the utilities. The Consultant shall attend up to one (1) coordination meeting with affected utilities. 5.4 BNSF The Consultant shall attend up to one (1) meeting with the City and BNSF to coordinate construction access for expansion of the existing pond. Task 5 Deliverables: • Proposed roadway centerline grade for King County Stuck River Trunk will be prepared as part of the 30% design submittal and provided to the City for coordination / cost sharing agreements. • Memorandum to City with review comments on PSE gas relocation plan. • Scroll plot identifying private utility relocation and adjustment needs; as well as pothole requests. I • Meeting notes from private utility and agency meetings (4 meetings). Task 5 Assumptions: • Potholing of existing private utilities, if required, will be performed by the utility owner and is not included in this scope of work. • No permits will be required by BNSF for expansion of the existing facility Agreement for Professional Services AG-425 AWS Flooding Improvement—Phase II KPG Exhibit A 8 of 14 8122/2013 Exhibit A TASK 6 —STORM WATER DESIGN 6.1 The Consultant shall prepare for and attend up to two (2) meetings with the City's storm water consultant, Brown and Caldwell, to coordinate implementation of the stormwater improvements meet the intended goals of the modeling efforts. Anticipated meetings include: • Kickoff meeting to confirm project goals with respect to conveyance and infiltration pond capacity • Meeting to review draft SSP following the 30% submittal. 6.2 The Consultant will prepare a Stormwater Site Plan (SSP) in accordance with the City's adopted Surface Water Management Manual (November 2009). The SSP will address the applicable Minimum Requirements of the Surface Water Management Manual and document stormwater design criteria and calculations (flow rates, infiltration design, flow splitter design). A draft SSP will be completed with the 30% design submittal and finalized with the 90% design submittal. Task 6 Deliverables: • 3 copies of the draft and final Storm water Site Plan stamped and sealed by the Engineer and one electronic copy Task 6 Assumptions: • Additional stormwater modeling, if required, will be performed by the City or their modeling Consultant. • Potential downstream capacity or flooding issues have been identified and evaluated by the City TASK 7 — PERMITTING 7 1 The Consultant shall prepare a draft and final SEPA checklist describing the project improvements for submittal and coordination by the City 7.2 The Consultant shall prepare a Notice of Intent (NOI) for coverage under the Construction Stormwater General Permit and a draft Stormwater Pollution Prevention Pan (SWPPP) for inclusion in the bid documents. The contract specifications will required the Contractor to comply with the prepared SWPPP as attached as an appendix. Task 7 Deliverables: • Draft and Final SEPA checklist, 2 paper copies and I pdf • Notice of Intent(NOl), 2 paper copies and 1 pdf. Agreement for Professional Services AG-425 AWS Flooding Improvement—Phase II KPG Exhibit A 9 of 14 8/22/2013 Exhibit A • Draft SWPPP for inclusion in the bid documents. Task 7 Assumptions: • No other permits will be required. • Fees, signage. and public notice of SEPA will be by the City TASK 8 — PRELIMINARY DESIGN 8.1 The Consultant shall prepare 30% complete drawings of the project. In general, these plans will convey the proposed horizontal locations of improvements but will not include construction notes, specific construction details, or comprehensive vertical locations. Roadway profiles will be developed for coordination with the King County Stuck River Trunk project. It is anticipated that the 30% Plans will include the following: o Cover Sheet (1 sheet) ❑ General Sheet-Abbreviations, Legend, Index and Survey Data (1 sheet) ❑ Typical Roadway Cross Sections (1 sheet) o showing section widths but may not include pavement surfacing depth and material call outs I ❑ Roadway Details (1 sheets) o (not included in 30% submittal) ❑ Drainage Details (2 sheets) o (not included in 30% submittal) ❑ Site Preparation Plans (1" = 20' / 7 sheets) including the following: o TESC measures o Preliminary limits of curb, sidewalk and pavement removal o Utility removal/relocations and abandonment o TESC Details o Roadway Plan and Profiles (1" = 20' /7 sheets) including the following: o Road Alignment o Lane width o Curb and sidewalk replacement. o Roadway centerline profile u Storm drainage plan and profiles (1" = 20'/ 7 sheets) o Storm drain main alignment. o Storm laterals and CB placement o Storm main profile (lateral profiles not included in 30%) ❑ Infiltration Pond Expansion Plans (1" = 20' /2 sheets) o Grading Plan. o Cross sections showing existing and proposed grades, both directions. Agreement for Professional Services AG-425 AWS Flooding Improvement-Phase 11 KPG Exhibit A 10 of 14 8/22/2013 Exhibit A o Details for inlet pipe and modifications to outlet structure. ❑ Signal Plans for 171h Street SE &A Street SE (1"=20' / 1 Sheet) o Loop replacement o Wire notes are not included in 30% Submittal ❑ Channelization and Signing Plans (1" = 20' /4 sheets) o Lane width, stop bars, and cross walks will be shown detailed station locations will not be shown. ❑ Landscape Restoration Plans & Details (4 sheets) o Plans showing in-kind replacement of disturbed landscape areas. o Details not included in 30% submittal. 8.2 The Consultant shall prepare a preliminary design level construction cost opinion showing proposed pay items and method of measurement meeting the City Standard Specifications Task 8 Deliverables: • One (1) 'A-size unbound, seven (7) %-size bound of the 30% Construction plans. • One (1) electronic copy of the AutoCAD files for the 30% design. • One (1) hard copy, and two (2) electronic version (PDF and Excel) of the 30% Engineer's Estimate of Probable Cost. TASK 9-FINAL DESIGN The Consultant shall prepare Final Plans, Specifications and Estimates for review and approval by the City based on City comments received from the previous design submittal. Plans shall be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details and WSDOT standard plans will be supplemented with project specific details as required. Final bid documents will be signed by a licensed professional engineer in the State of Washington and include the following plan sheets. ❑ Cover Sheet(1 sheet) ❑ General Sheet -Abbreviations, Legend, Index and Survey Data (1 sheet) ❑ Typical Roadway Cross Sections (1 sheet) o showing section widths, pavement surfacing depth and material call outs. ❑ Roadway Details (1 sheet) ❑ Drainage Details (2 sheets) ❑ Site Preparation Plans (1" =20' /7 sheets) including the following: o TESC measures o Limits of curb, sidewalk and pavement removal Agreement for Professional Services AG-425 AWS Flooding Improvement-Phase II KPG Exhibit A 11 of 14 8/2212013 Exhibit A o Utility removal/relocations and abandonment ❑ Roadway Plan and Profiles (V = 20' /7 sheets) including the following: o Road Alignment o Lane width o Curb and sidewalk replacement. o Roadway centerline profile ❑ Storm drainage plan and profiles (1" = 20' / 7 sheets) o Storm drain main alignment. o Storm laterals and CB placement o Storm main and lateral profiles. ❑ Infiltration Pond Expansion Plans (1" = 20' /2 sheets) o Grading Plan. o Cross sections showing existing and proposed grades, both directions. o Details for inlet pipe and modifications to outlet structure. ❑ Signal Plans for 17th Street SE &A Street SE (1"=20' /2 Sheets) o Loop replacement. o Wire notes. ❑ Channelization and Signing Plans (1" = 20' /4 sheets) o Lane width, stop bars, and cross walks with station and offset. ❑ Landscape Restoration Plans & Details (4 sheets) o Plans showing in-kind replacement of disturbed landscape areas. o Planting details and plant schedule. 9.1 The Consultant shall prepare 60% complete drawings of the project. The 60% submittal will include responses to all comments received from the 30% review 9.2 The Consultant shall prepare 90% complete drawings of the project. The 90% submittal will include responses to all comments received from the 60% review 9.3 The Consultant will prepare 100% Final Plans for review and approval by the City A final check plot will be provided prior to printing final mylars. 9.4 The Consultant will calculate quantities and prepare construction cost opinions in support of the 60%, 90%, and Final Plans. 9.5 The Consultant will prepare 60%, 90%, and Final specifications for review and approval by the City Specifications will be based on 2012 WSDOT Standard Specifications, using contract boilerplate and general special provisions provided by the City Task 9 Deliverables: 60% and 90% Submittals • One (1) %rsize unbound, seven (7) %-size bound of the Construction plans. • One (1) electronic copy of the AutoCAD files(proposed cad lines) Agreement for Professional Services AG-425 AWS Flooding Improvement— Phase II KPG Exhibit A 12 of 14 8/22/2013 Exhibit A • One (1) hard copy, and two (2) electronic version (PDF and Excel) of the Engineer's Estimate of Probable Cost. • One (1) electronic version (Word with all changes tracked) of the Special Provisions and seven (7) hard copies (with all changes tracked). • One (1) hard copy with a summary of responses to the previous submittal. 100% Submittal • One (1) full size set of original drawings will be in City Standard 4 mil mylar copy format, unbound. Drawing borders will be set to City Standard to accommodate half size 11 x 17 inch drawings. Sealed by an engineer/architect licensed in Washington State as appropriate. • One (1) set of Bid Document specifications, unbound hard copy and one electronic copy in .pdf and Word format. Sealed by an engineer/architect licensed in Washington State as appropriate. • One (1) final cost estimate sealed by an engineer licensed in Washington State and excel file. • One (1) hard copy with a summary of responses to the 90% submittal. • One (1) excel and hard copy of final quantity calculations. • One (1) Engineer's certification sealed by an Engineer licensed in Washington State that the project was designed per the intent of the Contract and comply with all applicable laws. Task 9 Assumptions: • City policy does not require ADA upgrades of curb ramps, driveway, sidewalks, or signal equipment unless the feature is directly impacted by construction. Roadway paving, adjacent repairs to sidewalk, or signal modifications do not trigger these upgrades and a comprehensive review of ADA compliance is not required with this project. • King County will repair the south half of the roadway, including base course, paving to within 2-inches of finished grade, and repair of mis-aligned curbs. This project includes only curb and pavement repairs associated with the installation of storm laterals and catch basins on 1 the south side of the road. • Final paving will include overlay of only the south side of the road to match King County reconstruction of the north half of the roadway Additional Services The City may require additional services of the Consultant in order to advance the project corridor through final design, bidding and/or construction. This work may include items identified in the current task authorizations as well other items, which may include, but are not necessarily limited to Agreement for Professional Services AG-425 AWS Flooding Improvement— Phase II KPG Exhibit A 13 of 14 8/22/2013 the following: • Right of way and easement research and/or acquisition • Providing bid period assistance • Providing construction phase support • Preparation of 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 ACAD drawings of the project. Task 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 Task Assumptions: • 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. These services will be authorized under a future contract supplement if necessary At the time these services are required, the Consultant shall provide a detailed scope of work and an estimate of costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. 1 Agreement for Professional Services AG-425 AWS Flooding Improvement— Phase II KPG Exhibit A 14 of 14 8/22/2013 EXHIBIT B HOUR AND FEE ESTIMATE � Project City of Auburn IC City Auburn Way South Flooding Improvement Phase II ,',,.,asap,"A/G.44.,,,,e July 8,2013 • Civil aa -meenng • Labor Hour Estimate Total Fee 'Project 'Senior 1 'Project 'Designer 'CAD I 'Survey I 'Office Task Description Manager Engr/Sury Engr/Sury Engr/Sury Technician Crew I Admin $ 178.98 $ 145.83�1 S 129 95 $ 112 71 $ 8221 I$ 13988 i$ 68 30 Fee Task 1 Management/Coordination/Administration 1.1 Management and administration(8 months) 16 I 8 0 1 0 1 i I 1 $ 5,091.12 1.2 Prepare monthly progress reports 4 4 0 1 0 $ 1,829.63 1.3 Review background documents I 2 8 8 I 0 I $ 2,564.20 1.4 Prepare and attend meetings with City Staff(8) 16 16 8 I o 1 �I $ 6,236.60 1.5 Conduct regular team meetings 4 4 i 4 1 4 1 $ 2,269.89 1.6 Provide QA/QC reviews and meetings(4) 8 I 8 I 0 0 $ 2,598.51 1.7 Prepare project schedule and updates 4 I 4 0 0 I $ 1,584.44 Reimbursable expenses see breakdown for details I I ! $ 300.00 Task Totals 54 I 52 I 20 4 I I e $ 22,454.40 Task 2 Survey and Base Mapping 2.1 Perform tied survey and prepare top maps 0 4 12 I 60 0 BO 0 5 22,349.65 2.2 Field verify base maps for accuracy 0 4 4 0 8 0 0 $ 1,760.80 Reimbursable expenses-see breakdown fcr details $ 150.00 Task Totals 0 8 16 I 80 8 I 80 ' 0 5 24,260.$ Task 3-Geotechnical Exploration 31 Coordination for Geotechnical Services 2 8 I 0 0 8 I 0 2 $ 2,314.90 Reimbursable expenses-see breakdown her details r $ 24,890.00 Task Total I 2 I 8 0 0 8 I 0 I 2 $ 27,204.90 Task 4-Public Involvement 4.1 Prepare displays for community open house meetings(1) 0 i 0 ■ 4 0 4 I 0 0 $ 848.63 Reimbursable expenses see breakdown for details r r I $ 25.00 Task Totals 0 0 i 4 I 0 I 4 I 0 I 0 S 87383 Task 5-Utility and Stakeholder Coordination 81 KC Wastewater Coordination Meetings(1) 2 1 0 4 0 2 I 0 I 1 $ 1.108.47 5 2 PSE Gas Coordination 0 I 2 4 0 4 I 0 I $ 1,206.59 5.3 Utility Coordination and pothole plans 2 i 4 B 0 16 1 0 1 $ 8362.53 5 4 BNSF Coordination Meetings(1) 3 3 0 I 0 4 I 0 1 $ 1,369.58 Reimbursable expenses see oreakdown for details 1 1 I $ 150.00 Task Total I 7 i 9 I 16 I 0 I 26 I 0 4 $ 7 197.17 Task 6-Storm Water Design 6.1 Coordination meetings with City modeler(2) I 4 16 8 0 8 ' 0 1 4 $ 5.01189 6.2 Prepare Stormwater Site Plan I 2 16 40 16 24 I 0 8 $ 12.195.98_ Reimbursable expenses-see breakdown for details I I i I $ 50.00 Task Total I 6 32 I 48 16 _ 32 i 0 I 12 $ 17,257.68 8/22/2D13 EXHIBIT B HOUR AND FEE ESTIMATE /'•� Project: City of Auburn Ki0 Auburn Way South Flooding Improvement Phase II ia„m oapa hneet re July 8,2013 • o.n Engines • 4. Labor Hour Estimate Total Fee 'Project 'Senior I 'Project 'Designer 'CAD 'Survey 'Office Task Description Marager Engr/Sury l Engr/Sury I Engr/Sury Technician Crew Admin $ 178 99 S 145.83 I $ 129 95 $ 112.71 5 62 21 $ 139,68 $ 66 30 Fee Task 7 Permitting 7.1 Prepare SEPA Checklist I 2 4 8 i 8 4 I 0 4 $ 3,476 59 7.2 Prepare Nouce of Intent(NOI)and draft SWPPP 0 4 0 0 2 0 2 $ 860,34 Reimbursable expenses see breakdown for details I $ 25.00 Task Total ; 2 8 I 8 I 8 I 6 I 0 1 6 $ 4,381.94 Task 8 Preliminary Design e_1prepare 30%plans I 16 1 40 60 80 120 I 0 . 8 $ 35,90634 8.3 Prepare preliminary design level costestima:e 2 ! 4 B I 4 4 0 0 $ 2.760,56 Reimbursable expenses see breakdown for details I I $ 600,00 Task Total 18 1 44 68 1 84 I 124 I 0 8 I $ 39,266.89 Task 9 Final Design 9.1 Pre•are 50%•fans i 24 40 60 I 80 8 $ 23.999.59 9.2 Prepare 90%plans 40 60 80 120 8 _$ 34.474.49 9.3 Prepare 100%Final plans and final check print . 24 24 32 I 40 ( I 16 $ 16,006.49 9.4 Caloquans and prepare cost estimates(6054,90%,100%) 1 5 12 24 I 12 ! 0 $ 7,199.84 9.5 Prepare soeciflabons(60%,90%.100%) 24 40 16 0 24 $ 13,524.25 Reimbursable expenses see breakdown for details I $ 1.750.00 Task Total 8 118 I 176 I 212 252 I 56 I $ 96 954.66 Total Di sot Salary Costs $ 76,840.86 Total Ove head @ 145.78% $ 112,018.61 Total fixed Fee @ 30% $ 23,052.26 Total Reimbursable Expanses $ 27,940.00 Total Estimated Fee: $ 239,851.72 Hourly rates are based on the following, Direct Salary Costs(OM $ 64.90 $ 52.58 $ 47.12 $ 40.87 $ 29 81 $ 50 72 5 24,04 Overhead @145.78%of DSC $ 94.51 $ 77.09 $ 58.69 $ 59.58 $ 4346 $ 7394 S 3505 145 78% Fixed Fee @ 30%o&DSC 3 19.47 S 15.86 $ 14 14 5 12.26 it 5.94 $ 1522 $ 7 21 30.00% Total Labor Rate`$ 776.98 I S 145.83 I $ 129 95 I $ 112.71 I $ 82.21 I S 139881 $ 563G 8/22/2013 HOUR AND FEE ESTIMATE EXHIBIT B 141.131 • Arrhnmture L„naivil E gi c orit,g Project: City of Auburn . c��a vPSi�«r.„R . Auburn Way South Flooding Improvement Phase II July 8,2013 Reimbursable Breakdown Cost Task 1 Management/Coordination/Administration Mileage $ 200.00 Reproduction $ _ 100.00 Total $ 300.00 Task 2 Survey and Base Mapping Mileage $ 50.00 Reproduction $ 100.00 Total $ 150.00 Task 3 Geotochnical Exploration Mileage Reproduction GeoDesign Geotechnlcal Services $ 24,890.00 Total $ 24,890.00 Task 4 Public Involvement Mileage $ - Reproduction $__ 2500 Total $ 25.00 Task 5 Utility and Stakeholder Coordination Mileage S 100 00 Reproduction $ 50.00 Total $ 150.00 Task 6 Storm Water Design Mileage Reproduction $ 50.00 Total $ 50.00 Task 7 Permitting Mileage Reproduction $ .__ 25.00 Total $ 25.00 Task 8 Preliminary Design Mileage $ 200.00 Reproduction $ _ _ 400,00 Total $ 600.00 Task 9 Final Design Mileage $ _ 250,00 Reproduction $ 1,500.00 Total $ 1,750.00 Subtotal: S 27,940.00 Reimbursable Markup(0%): $ F Total Reimbursable Costs: $ 27,940.00 8/22/2013 HOUR AND FEE ESTIMATE EXHIBIT B Ts Am Project: City of Auburn r • e Landscape mNmctwc Auburn Way South Flooding Improvement-Phase II • _-��=^n�^==�^a July 8, 2013 Auburn Wa South Floodin. Improvement Phase Ii Task 1 Management/Coordination/Administration $ 22,454.40 Task 2 Survey and Base Mapping $ 24,260.45 Task 3 Geotechnical Exploration $ 27,204.90 Task 4 Public Involvement $ 873.63 Task 5 Utility and Stakeholder Coordination $ 7,197 17 Task 6 Storm Water Design $ 17,257.68 Task 7 Permitting $ 4,381.94 Task 8 Preliminary Design $ 39,266.89 Task 9 Final Design $ 96,954.66 Total Estimated Fee $ 239,851.72 8/22/2013 * CITY OF ATBT T �T Nancy Backus, Mayor AUBURN ` `O 25 West Main Street* Auburn WA 98001-4998 *www.aubunwa.gov * 253-931-3000 March 18, 2014 Nelson Davis KPG, Inc. 753 9th Avenue North Seattle, WA 98109 RE: Agreement No. AG-C-425 Project No. CP1202, Auburn Way South Flooding Improvements, Phase II Dear Mr. Davis: This letter is to inform you that the term of the above-referenced Agreement for Professional Services has expired on February 28, 2014 as is being closed at this time. Our records indicate that we processed the final payment for this agreement on January 16, 2014 for invoice #127913 in the amount of $65,202.39. Thank you for your firm's professional services in work related to the Auburn Way South Flooding Improvements, Phase II project. If you should have any questions, feel free to give me a call at 253.804.3118. Since ely, Jac b Sw eting, P.E. Senior Project Engineer Community Development & Public Works Department JS/ad/mh cc: City Clerk AG-C-425 CP1202 AUBURN * MORE THAN YOU IMAGINED