Loading...
HomeMy WebLinkAboutAG-C-426 RH2 Engineering ORIGINAL&PAGE NO.10F,7 McEq 2012 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-426 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 RH2 Engineering, Inc., whose address is 621 Pacific Avenue, Suite 104, Tacoma, WA 98402, 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. The work identified by this Agreement is anticipated to be completed in the years 2012 and 2013. This Agreement shall terminate on December 31, 2013, and shall be amended by both parties for succeeding years as required to complete the work.. 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 CONSULTANT shall be paid by the CITY for completed services rendered under the approved Scope of Work identified in Exhibit A. Such payment shall be full .. .- Agreement for Professional Services AG-C-426 - -- - - - - - - - -Page 1 of 11 ORIGINAL 2-pAGENo. 7,0F SpAers compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. The CONSULTANT shall submit an itemized invoice to the CITY prior to payment, in a form similar to that attached as Exhibit D of this Agreement. Compensation for the work identified will be on a time and material basis. The total compensation for this Agreement shall not exceed $218,971.00, which includes a Management Reserve Fund amount of$40,000.00. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. The CITY agrees to pay the CONSULTANT in accordance with the fee schedule outlined in Exhibit C for work performed under this Agreement. Exhibit C is attached hereto and by this reference made a part of this Agreement. The CONSULTANT will not undertake any work or otherwise financially obligate the CITY in excess of said not-to-exceed amount without a duly executed Addendum issued by the CITY. Compensation shall include all CONSULTANT expenses including, but not limited to, direct salary, overhead, profit and direct non-salary. The CONSULTANT shall be paid by the CITY per Exhibit C. Direct non-salary costs may include, but are not limited to, the following items: reproduction fees, courier fees, mileage, 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 -------------------------------- . Agreement for.Professional Services AG-C-426 Page 2 of 11 ORIGINAL PAGE NO 3 OF3.PAGES 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 $40,000.00. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. 5. SUBCONTRACTING The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY. No permission for subcontracting shall create, between the CITY and subcontractor, any contract 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 exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. Agreement for Professional Services AG-C-426 Page 3 of 11 ORIGINAL. PAGE NO4 OF,kPAGES 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 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. 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. Agreement for Professional Services AG-C-426 Page 4 of 11 ORIGINALAPAGE N065 OF3(PAGES 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. 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 named as an 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. Agreement for Professional Services AG-C-426 Page 5of11 ORIGINAL PAGE NO CP OF3`P PAGES 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. 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. 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 or handicap. Agreement for Professional Services AG-C-426 Page 6of11 ORIGINALO1N PAGE NOT OF3PAGES 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: (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 Agreement for Professional Services AG-C-426 Page 7 of 11 ORIGINAL2,PAGENOO OFkPAGES 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. 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. Agreement for Professional Services AG-C-426 Page 8 of 11 ORIGINA1LPAGE NO I OF PAGES 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 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 Geoffrey Dillard, or designee, on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of Agreement for Professional Services AG-C-426 Page 9 of 11 ORIGINAL, PAGE NO i0 OF LPAGES 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 RH2 Engineering, Inc. Attn: Leah Dunsdon, P.E. Attn: Geoffrey Dillard, P.E. 25 W Main Street 621 Pacific Avenue, Suite 104 Auburn WA 98001 Tacoma, WA 98402 Phone: 253.931.4013 Phone: 425.951.5322 Fax: 253. 931.3053 Fax: 425.951.5323 E-mail: Idunsdon @auburnwa.gov E-mail: gdillard @rh2.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. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 14.11. This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. Agreement for Professional Services AG-C-426 Page 10 of 11 ORIGINAL2 PAGE NO 11 OF,30PAGES Peter B. ewis, Mayor Date NOV 9 2012 ATTEST: Aa_ , Danielle E. Daskam, City Clerk APPROVED AS TO FORM: Z 1 . . A_ . ►anie=. eid, C y A or -y RH2 Engineering, Inc. BY: ' V(�✓/h Title: J GC V 1'e=S)C./P11� Federal Tax ID # CH' I lnic14y3 Agreement for Professional Services AG-C-426 Page 11 of 11 ORIGINAL PAGE NO It?, OF,YLPAGES EXHIBIT A SCOPE OF WORK . . . . . Exhibit A . . Agreement No. AG-C-426 Page 1 of 1 ORIGINAIt9. PAGE NO P OFJD PAGES Exhibit A SCOPE OF WORK During the term of this Agreement, RI-I2 Engineering, Inc., (CONSULTANT) will perform professional services for the City of Auburn (CITY)in connection with the following project: Well 4 Emergency Power Improvements Project No. C512A PROJECT DESCRIPTION The CI'IY's Well 4 Emergency Power Improvements project is listed in the City of Auburn's 2009 Comprehensive IP'aterSyslem Plan and Well 4 is identified as the primary source of water for the south end of the CITY's water system. Currently, there is neither an emergency power generator nor an emergency power connection for the well. The well site is located adjacent to the Cedar Lane Park,and the well is housed in a concrete masonry unit (CMU) building. The existing well building consists of two rooms: the well pump room and the chlorine room. Well 4 currently utilizes gas chlorine for disinfection of the well. Liquid sodium hypochlorite will be designed to replace the gas chlorine system to improve safety and to be consistent with the type of chlorine treatment used at other water facilities. An engine generator (EG) will be provided for the facility, and based on early discussions with the CrlY, the CITY desires that the EG be located inside a CMU building along with the proposed chlorination system. The size of the rooms and the location for the proposed building will be determined during the preliminary design phase of this project. The new building is anticipated to be CMU block with standing rib metal roof,similar to the Crl'Y's newest water facilities,such as Academy Booster Pump Station and Lakeland Hills Booster Pump Station. The following Work Elements are included in this Scope of Work. 1. Project Management 2. Preliminary Design 3. Optional Services—Public Outreach Assistance 4. Site Survey 5. Permitting Assistance 6. Engineering Geology Investigation 7. Construction Documents for DOH 8. 30-Percent Plans, Specifications,and Estimates (PS&E) 9. 70-Percent PS&E 10. 95-Percent PS&E 11. 99-Percent PS&F, 12. Final Bid Documents(100-Percent PS&E) 13. Services During Bidding • 14. Construction Record Drawings • 15. Optional Services — Services During Construction (Requires amendment to authorize • additional funds.) C512A Exhibit A Page 1 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINAL? PAGE NON OOP PAGES DESIGN STANDARDS AND REFERENCES The following Design Standards and References are to be followed during the development of the project. • City of Auburn Design Standards (latest edition provided by the CITY). • City of Auburn Standard Details (latest edition provided by the CITY). • 2010 City of Auburn Standard Special Provisions (latest edition provided by the CYI'Y). • City of Auburn AutoCAD Standards(latest edition provided by the CITY). • 2010 Washington State Department of Transportation (WSDOT) Standard Specifications for Road,Bridge,and Municipal Construction. • City of Auburn's Surface Water Management Manual,November 2009 edition (SWMM). CONSULTANT will prepare drawings using AutoCAD®2012. AutoCAD Civil 3D will be used for the site design.Project schedules will be prepared using Microsoft Project®2003,spreadsheets in Microsoft Excel®2007,and text documents in Microsoft Word®2007. Plans will be prepared in accordance with the CITY's standards. Black and white plans will be used for review and bid documents. Full-sized plans will be provided on 22-inch by 34-inch plan sheets, and half-size on 11-inch by 17-inch plan sheets. Black and white Mylars will also be provided for wet signatures and used for bidding and record drawing purposes. ASSUMPTIONS 1. No federal money is involved; a National Environmental Policy Act (NEPA) permit or Endangered Species Act (ESA) permit is not required. The project may be funded with a Public Works 'Trust Fund Loan. It is assumed that the CITY will provide coordination and keep the necessary agencies and stakeholders updated regarding the Public Works Trust Fund Loan requirements. 2. The CITY will prepare a State Environmental Policy Act (SEPA) checklist with input from CONSULTANT. 3. Only standard building setbacks will be required; no additional requirements to meet property zoning/land use will be necessary. 4. CONSULTANT will provide information and documentation for an Administrative Use Permit. 5. Right-of-Way Permit and a Conditional Use Permit are not anticipated for this project. 6. The CITY will prepare and process the Clearing and Grading Permit if required. 7. The CITY will provide a consolidated set of the CITY's review comments to CONSULTANT. 8. CONSULTANT will provide up to three (3) potential locations for the proposed building at the existing site. It is assumed that the emergency generator/chlorine building will have two (2) rooms: the generator room and the chlorination room. The building will be single story, above grade with a concrete slab and foundation, CMU walls, and standing seam metal roofing similar to the CITY's newest water facilities. It is assumed that pipe supports will be addressed with standard details and that no special or custom support system will be .. ... ... required,.. The building will be sited with replacement of the.existing well house in mind. ... .. .. .. C512A Exhibit A Page 2 Well 4 Emergency Power Improvements Scope of Work 10/17/12 • ORIGINAL PAGE NO1_OF.'pPAGES • • 9. Horizontal datum will be NAD83/91 based on existing CITY survey control. Vertical datum will be based upon NAVD-88. 10. Optional services during construction are briefly outlined in Work Element 15 of this Scope of Work. Fees for this work element are not part of this authorization but can be added as an amendment should the CITY so desire. 11. The sheet layout described in the work elements below is preliminary and generated based on CONSULTANT'S experience in designing similar improvements.Each project is unique and the number of sheets required may vary depending on the CITY's preferences on appurtenances and site detailing. 12. CONSULTANT can rely on the accuracy and completeness of any data, information or materials furnished by the CITY. WORK ELEMENT 1—PROJECT MANAGEMENT Purpose CONSULTANT will manage the project work elements to control costs, maintain schedule, and provide quality deliverables appropriate to the goals and completion schedule established for the project. Subconsultants will report directly to CONSULTANT for project direction and management. CONSULTANT will maintain frequent client communications, including phone calls and emails, in addition to progress meetings. Tasks 1.1 CONSULTANT Project Team Management: Provide direction, coordination, and oversight to the CONSULTANT project team. Organize, manage, and coordinate disciplines and implement a quality assurance and quality control (QA/QC) program to complete this Scope of Work on schedule and in close coordination with CITY staff. 1.2 CONSULTANT Project Documentation: Document information generated during execution of the project and retain in project files. 1.3 Kick-off Meeting: Prepare for and attend a kick-off meeting with CITY staff to discuss the CITY's preferences for site layout and access, building details and appurtenances. CONSULTANT will work with the CITY to develop the agenda and facilitate the meeting. CONSULTANT will prepare and distribute the meeting notice, agenda, and meeting minutes. • 1.4 Monthly Invoices and Progress Reports: Prepare monthly invoices, budget status - summaries,updated progress reports,and progress scheduling coordination. 1.5 Coordination Meetings: Prepare for and attend coordination meetings with CITY staff. Each meeting will take approximately two (2) hours. Prepare meeting agendas and meeting minutes for the meetings.A total of three(3) coordination meetings are assumed in addition to the PS&E meetings described below. 1.5.1 30-percent-Percent PS&E Meeting: Prepare for and attend a 30-percent review meeting with the CITY. It is assumed this meeting will be approximately two (2) hours in duration. Prepare a meeting agenda and meeting minutes for the meeting. Maintain list of action items in an Excel spreadsheet. 1.5.2 70-Percent PS&E Meeting: Prepare for and attend a 70-percent review meeting with the CITY. It is assumed this meeting will be approximately two (2) C512A Exhibit A Page 3 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINALO PAGE NOI`Q OF3LPAGES hours in duration. Prepare a meeting agenda and meeting minutes for the meeting.Maintain list of action items in an Excel spreadsheet. 1.5.3 95-Percent PS&E Meeting: Prepare for and attend a 95-percent review meeting with the CITY. It is assumed this meeting will be approximately two (2) hours in duration. Prepare a meeting agenda and meeting minutes for the meeting. Maintain list of action items in an Excel spreadsheet. 1.5.4 99-Percent PS&E Meeting: Prepare for and attend a 99-percent review meeting with die CT1,Y. It is assumed this meeting will be approximately two(2) hours in duration. Prepare a meeting agenda and meeting minutes for the meeting.Maintain list of action items in an Excel spreadsheet. 1.6 Prepare and Update Project Schedule: CONSULTANT will create, maintain, and update a project design schedule. CONSULTANT will monitor,modify, and update the project schedule throughout the design phase on a monthly basis or as needed to determine potential impacts of proposed changes. CONSULTANT will adjust the duration, predecessor and successor relationships, constraints, linkages, deliverable descriptions and dates, reviews, percent completes, milestones, critical path, and task completion dates to reflect the current status of the project and any revisions made to this Scope of Work. CONSULTANT will not make substantial edits to the project schedule without the CITY's concurrence. Per the CITY, changes or delays to the schedule will not serve as sole justification for an increase in the budgeted level of effort. In addition, CONSULTANT will maintain and update a project construction schedule based on the current design elements up to the point that this project is bid. CONSULTANT Deliverables A. Meeting agendas. B. Meeting minutes. C. Action items spreadsheet. D. Initial project design and construction schedules, and schedule updates. E. Monthly invoices. F. Monthly progress reports included with invoices. WORK ELEMENT 2-PRELIMINARY DESIGN Purpose Prepare site design to locate the proposed Well 4 emergency generator and chlorination room and accommodate a future new building for the well when the CITY decides to reconstruct or expand the existing well building. Prepare a Project Report for submittal to DOH based on Washington Administrative Code (WAC) 246-290-110. Tasks 2.1 Design Criteria: Provide the CITY with design criteria options. Assist the CITY in choosing appurtenances and other design options based on compiled examples, sample drawings, and relative cost estimates as appropriate. Discuss the CITY's preferences and provide recommendations for building size, roof type,sound insulation,and site elements. 2.2 Existing Facilities Assessment: Visit the Well 4 site and review as-built records to determine the condition of the existing site, structural, electrical, and mechanical C512A Exhibit A Page 4 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINAL PAGE NOMOFt.PAGES infrastructure. Coordinate with the CITY's telemetry integrator regarding existing instrumentation and controls. 2.3 Electrical Load Analysis and Generator Size Verification: Using information gathered during the site visit and any other information made available by the CITY, perform an electrical load analysis to determine the electrical demand load and determine the required starting current for the existing well pump at the facility. Review the utility bills from the electrical power provider to gather information regarding average power consumption. Calculate and use generator sizing software to determine the required size of the generator. Prepare a technical memorandum for the CITY documenting the electrical load analysis and generator sizing calculations. 2.4 Emergency Power Generator and Electrical Distribution: Evaluate the existing electrical distribution system for integrating the proposed generator, automatic transfer switch, disconnect switch, pigtail connection, and chlorination system into the existing power distribution system. 2.5 Generator Fuel Storage: Determine generator fuel storage requirements. Identify locations on the site for locating the Eel tank. Coordinate with the CITY regarding fuel tank permitting requirements. 2.6 Telemetry and Control Systems: Identify available inputs and outputs at the telemetry panel for integrating signals from the proposed generator, automatic transfer switch, and chlorination system. The existing telemetry panel is in the process of being replaced. CONSULTANT will coordinate with the CITY's control system integrator for integrating the new signals into the new panel. 2.7 Chlorination System Data Review: Review the following information for Well 4. It is assumed the CITY will provide this information directly to CONSULTANT. • Existing flow data (rate and volume) for the proposed locations of treatment (instantaneous flow rates, average and peak day, average and peak month, and average year). • Existing historical chlorination dosages and usage information. • Existing chlorine gas operations and maintenance(O&M) cost information. • As-built records of the existing chlorination facility. • Information on existing hypochlorite feed equipment used and preferred by the CITY. 2.8 Chlorination System Sizing:Using the historical chlorination information provided by the CITY,size the proposed chlorination system. Contact two (2) manufacturers to obtain cost and sizing information for the chlorination feed equipment.The chlorination system will be sized to accommodate 2800 gallons per minute(gpm),or 4.0 million gallons per day MOD. 2.9 Engine Generator and Water Treatment Building Alternative: Prepare a preliminary site plan that identifies the proposed utility requirements, the building footprint, and the chemical injection scheme. Prepare a preliminary building layout, including the proposed mechanical, electrical and control,and minor building appurtenances. 2.10 Preliminary Cost Estimate: Estimate capital costs for the Well 4 improvements. C512A Exhibit A Page 5 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINAL PAGE NO 11 OF,21.P PAGES 2.11 Project Report: Summarize the data from Subtasks 2.1 through 2.10 and prepare a project report.The CITY will provide information documenting the need for the emergency power and chlorination improvements for the report. CITY-provided information will reference data from the City of Auburn's 2009 Comp rbensive IVa/er System Plan for the project as appropriate. The CITY will provide this information in a Word document format that can be directly combined with the CONSULTANT developed portions of the project report. CONSULTANT will provide the draft project report for CITY review. CONSULTANT will perform internal QA/QC review of the report;provide the project report to the CITY for stamping by a professional engineer. The CITY will submit the report to DOH. The CITY will respond to comments related to the information developed by the CITY with assistance from CONSULTANT on comments related to information developed by the CONSULTANT. CONSULTANT will revise the report and provide it to the CITY for stamping and resubmittal to DOH if needed. CONSULTANT Deliverables A. Completed design criteria checklist. B. Summary of the design criteria. C. One (1) electronic draft copy(PDF),one(1) electronic final copy (PDF) and three (3) comb bound hard copies of the project report for DOH for approval. D. Technical memorandum documenting the electrical load analysis and generator size verification. WORK ELEMENT 3—OPTIONAL SERVICES—PUBLIC OUTREACH ASSISTANCE Purpose Provide the CITY with information to convey the scope of this project to the neighboring property owners that may be affected by this project. The CITY will be taking the lead on this task and CONSULTANT will be providing support as requested by the CITY up to the level as provided for in this scope of work and fee estimate. Tasks 3.1 Project Presentation Information: Provide supportive documentation, drawings, and other public outreach materials as requested by the CITY and based on information and figures prepared under other Work Elements. 3.2 Public Meetings: CONSULTANT will provide graphics and attendance by the project manager for up to one (1) public meeting, or as support for providing public information. The CITY will secure the location, advertise, and prepare handouts, PowerPoint presentation, flyers,mailers,etc.,for the public meeting. CONSULTANT Deliverables A. Public outreach materials as requested by the CITY. B. Meeting attendance. C512A Exhibit A Page 6 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINAId _PAGE NO I=1 OF3LPAGES WORK ELEMENT 4—SITE SURVEY Purpose Establish the survey base map to complete the site design. Tasks 4.1 Existing Utilities: Coordinate the pre-marking of existing water mains, power, telephone, and other utilities with the CITY and utility locating companies.It is assumed that the CITY will contact the One-call service provider- utility markings are not included as an additional cost to this agreement. The CITY will obtain available record drawings from the utilities and provide diem to CONSULTANT. CONSULTANT will use the record drawings to verify utility locations, types, and sizes within the mapping limits. The surveyor will be responsible for ensuring that utility paint markings are in place prior to the commencement of the field survey. 4.2 Site Survey: Contract with a professional land surveyor (PLS) to provide horizontal and vertical survey control and topographic information including surface features,underground utilities, topography, roadway and utility alignments, rights-ofway, property lines, and easements. 4.3 Project Base Map: CONSULTANT will format the survey and prepare a site base map at an appropriate scale with 1-foot contour interval base map using the CPIY's standard symbols,line types, abbreviations, shading, hatching, and layers, that is adequate to support the design requirements and construction documents. CONSULTANT Deliverables A. Electronic copy of the site survey drawing in an AutoCAD file. B. Electronic copy(PDF) of PLS stamped survey drawing. C. One(1) full-size plan of the PLS stamped survey drawing. WORK ELEMENT 5-PERMITTING ASSISTANCE Purpose Assist the CITY with the preparation of the permits and design review coordination by outside agencies that are necessary for project approval. Tasks 5.1 SEPA: Assist the CITY with the preparation of a SEPA checklist, including providing information specific to this project. CONSULTANT will provide an example of a completed SEPA checklist for a similar project. 5.2 Building Permit: Prepare a CITY Building Permit application and supporting documentation as requested by the CTl'Y. Edit and resubmit one (1) time based on CITY Building Department comments. Respond to CITY and public comments on criteria aspects of the permit application. 5.3 Stormwatet Permit: Prepare materials necessary for stormwater management and drainage compliance Using documentation established in Work Element 7. 5.4 Groundwater Mitigation and Monitoring Plans: Assist the CITY with the preparation of groundwater mitigation and monitoring plans as required by CITY code. C512A Exhibit A Page 7 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINA°, PAGE NO2/0 PAGES 5.5 Administrative Use Permit: Assist the CITY in preparing the Administrative Use Permit application.CONSULTANT will provide plans as required by the permit. 5.6 State Department of Archaeology and Historic Preservations Historic and Cultural Resources Review: The Historic and Cultural Resources review will be required if the project is funded using a Public Works Trust Fund loan. The Historic and Cultural Resources review will consist of submittal of an EZ-1 form to the City. It is assumed that a detailed archeological review is not megnird and is therefore not'minded in this Scope. If them is a potential for cultural or historic resources impacts msultin from the project, or if additional mays are tegunrd following the EZ-1 submittal, an amendment to this Scope and Fee may be needed. CONSULTANT Deliverables A. Sample SEPA checklist from a similar project and project specific SEPA information. B. Building Permit application and one(1) re-submittal. C. Stormwater Permit application. D. Administrative Use Permit assistance. E. Historic&Cultural Resources Review Sheet—EZI WORK ELEMENT 6 -ENGINEERING GEOLOGY INVESTIGATION Purpose Collect and evaluate engineering geology data to complete the design. Tasks 6.1 Desk-top Geologic Evaluation: Evaluate the existing site geology based on available plat development as-builts or other CITY provided information, United States Geological Survey (USGS) maps, and maps and data from other public sources regarding the soil and geologic conditions of the site and vicinity. 6.2 On-site Engineering Geology Investigation: Perform a geotechnical investigation to observe, characterize,and record earth and groundwater conditions of the site, and identify potential geologic hazards and the level of risk they may present to the proposed building. CONSULTANT will direct and observe the excavation of test pits at the proposed building site to help determine and verify the location of existing native and fill materials that are critical to the design process. Three (3) test pits are assumed, and their locations will be included in the site survey. If field investigations reveal unanticipated geologic or hydrogeologic conditions that could have a significant impact on the design or construction of the building, additional exploration and authorization may be necessary. Test pits will be subcontracted to a licensed excavating contractor as direct costs. 6.3 Geotechnical Report: Prepare a geotechnical report that will include a summary of geological conditions and provide recommendations for the construction of the proposed building including recommendations for building foundation and trench stability for contractor shoring requirements. The report appendices will include a figure that identifies the test pit locations, test pit photographs, and significant surficial features from each test pit excavated. CONSULTANT Deliverables A. Three(3) hard copies of the geotechnical report,sealed by a Washington State licensed P.E. B. One(1) electronic copy(PDF) of the geotechnical report. C512A Exhibit A Page 8 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINAL.LPAGE NOCA 00 40 PAGES WORK ELEMENT 7—CONSTRUCTION DOCUMENTS FOR DOH Purpose Prepare construction documents for submittal to DOH based on\VAC 246-290-120. Tasks 7.1. Construction Documents: Prepare construction documents for DOH review based on 95-percent review of plans and technical specifications. Provide plans and technical specifications to the CITY for submittal to DOII for approval.Respond to and incorporate DOI-I comments into the plans and specifications,if necessary,to obtain DOH approval of final construction plans to permit construction of the project. CONSULTANT Deliverables A. Three (3) hard copies and one (1) electronic copy (PDF) of the project design plans and technical specifications at 95-percent PS&F, for DOII for approval. WORK ELEMENT S—30-PERCENT PS&E Purpose Prepare preliminary construction plans and a construction cost estimate for review by the CITY. Specifications will not be provided as part of this submittal. The design criteria developed during the preliminary design will be further expanded based on the CPITY's preferences established as part of Work Element 2. Work Element 8 will include the following. • Develop preliminary front end plans. • Develop preliminary site plans. • Develop preliminary utility plans. • Develop preliminary building structural plans. • Develop preliminary chlorination equipment mechanical plans. • Develop preliminary electrical plans. • Develop construction cost estimate. Tasks 8.1. Construction Plans: A building plan and elevation views will be developed to illustrate the building shape, size, elevations,geometry, and the location of the proposed building and its appurtenances. The site and utility plans will be developed further with specific details and callouts. Structural design will be performed to establish the building foundation and building structural design elements. Prepare the mechanical layout design of the chlorination feed equipment. 8.2. Engineer's Construction Cost Estimate: Prepare a 30-percent level construction cost estimate.The goal for engineer's construction cost estimate at 30-percent design will be plus or minus 30-percent of the average bid price. C512A Exhibit A Page 9 Well 4 Emergency Power Improvements Scope of Work 10/17/12 • ORIGINAL PAGE NOOF!°PAGES • • • • • • CONSULTANT Deliverables A. Ten (10) stapled hard copies and hvo (2) electronic versions (PDF and Excel) of the 30- percent construction cost estimate. B. Plans which will include (12 sheets): i. Cover Sheet/Vicinity Map/Drawing Index; ii. Legend and General Notes; i. Existing Site Plan and Temporary Erosion and Sedimentation Control(TESC); iv. Grading Plan; v. Proposed Utility Plan; vi. Proposed Site Plan; vii. Building Floor and Elevation Plan; viii. Chlorination Equipment Mechanical Plan; ix. Electrical Legend; x. One-line Diagram; xi. Electrical Site Plan;and xii. Telemetry Plans. C. The following number and size of copies of the plans will be provided: i. One (1) half-size color, unbound; one (1) half-size black and white, unbound; three (3) half-size black and white, bound; six (6)i half-size color, bound; one (1) full-size color, bound; one (1) full-size black and white, bound 30-percent construction plans. i. One (1) electronic copy of the AutoCAD files in DWF format. WORK ELEMENT 9—70-PERCENT PS&E Purpose Prepare 70-percent construction plans and an updated construction cost estimate for review by the CITY. Specifications will be provided with this submittal. The comments developed during the 30- • percent review process will be addressed. It is anticipated that the 70-percent review comments will be constrained to details that were developed subsequent to the 30-percent review submittal, or that were revised or unresolved during the 30-percent review process. Work Element 9 will include the following. • Incorporate the CITY's comments from 30-percent design review. • Develop 70-percent front end plans. • Develop 70-percent site plans and details. • Develop 70-percent utility plans and details • Develop 70-percent structural plans and details. . _• .. Develop 70-percent mechanical plans and details. .. ... • C512A Exhibit A Page 10 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINALa PAGE NQZ OF JP ,PAGES • Develop 70-percent electrical and telemetry plans and details. • Develop specifications. • Update the construction cost estimate. Tasks 9.1 Address Previous Review Comments: Prepare a technical memorandum for inclusion with the 70-percent submittal that describes how review comments and issues from the 30- percent plans were addressed. 9.2 Construction Plans: Incorporate 30-percent review comments from the CITY into the design plans and develop additional design plans and details. a. Develop site and utility plans to show the utility appurtenances such as isolation valves,chlorine injection lines,light poles, etc.Landscaping plans will show the layout of specific plant material with a suggested plant palette for the CITY's permitting process review. b. Prepare structural calculations for the building, including the design of all of the primary structural elements. Provide 70-percent design drawings including building elevations, foundation and floor plans, roof plan, building sections and structural details. c. Further detail the configuration of the mechanical and chlorination system equipment. Plans will include storage tank and metering pump selection, pipe sizes and materials, eye washes/safety showers, chemical injection piping runs, plumbing, hot water system, heating, ventilation, and dehumidification systems, laboratory equipment, and water quality analyzers. d. Further develop the design of the electrical and generator systems and telemetry modifications. Plans will include one-line diagram, electrical site plan, electrical plan for modifying the existing electrical distribution system, generator building electrical plan, chlorination system electrical plan, lighting and receptacle plans, generator and fuel tank installation details, electrical details,and telemetry plans. 9.3 Front-end and Technical Specifications: Develop the front-end (Division 0), general requirements Part 1 (Division 1), and technical specifications Part 2 (Division 2 through 9 WSDOT format) and technical specifications Part 3 (Division 1 through 17) specific to this project for equipment, materials, and construction tasks. Specification requirements will be based on design criteria determined during the preliminary design phase, current building codes, and subsequent discussions with the CITY. CONSULTANT will tailor the CITY- provided 2010 boiler plate Division 0 and special provisions Part 1 (Division 1) and technical specifications Part 2 (Division 2 through 9) for use on this project. a. Perform an in-house QA/QC review of the plans and specifications. The construction cost estimate will be updated based on current design development. b. Utilize the CITY's 2010 Division 0 front end documents and Division 1 special provisions and WSDOT format Division 2 through 9 to prepare the 70-percent specifications submittal. The 70-percent submittal will also include Divisions 1 through 17 (CSI format) as updated by CONSULTANT. It is assumed that the CITY-provided Division 0 and Division 1 through 9 documents will be in a format that can be readily tailored for use on this project with minimal word processing. CONSULTANT will utilize Microsoft Word to track all changeuinade to the Division C512A Exhibit A Page 11 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINALa_PAGE NOAOFkPAGES 0,Division 1 (Part 1) and Division 2 through 9 (Part 2).Divisions 1 through 17 of the modified CSI format (Part 3) will not have track changes shown for 70-percent submittal. c. Include Part 2, Division 2 through 9 as special provisions, as updated by CONSULTANT. CONSULTANT will use the CITY provided WSDOT format boilerplate provisions and will use track changes. d. Include Part 3 Division 1 through Division 17 as special provisions, as updated by CONSULTANT. CONSULTANT will use a modified Construction Specifications Institute(CSI) format for the technical specifications. 9.4 Engineer's Construction Cost Estimate: Prepare a 70-percent level probable construction cost estimate. The goal for the engineer's construction cost estimate at 70- percent design will be plus or minus 20-percent of the average bid price. CONSULTANT will prepare a 70-percent engineer's construction cost estimate using the CITY's standard bid items to reflect the expected construction costs for the project. The 70-percent estimate will reflect the pay items and quantities as developed at the 70-percent stage of the project. A 20-percent contingency pay item will be used at this stage of the project to address undetermined final quantities and final pay items level of completeness at the 70-percent level. CONSULTANT Deliverables A. Eleven (11) stapled hard copies and two (2) electronic versions (PDF and Excel) of the 70- percent construction cost estimate. B. One (1) electronic version (Microsoft Word) and one (1) electronic version (PDF) of the • 70-percent special provisions. C. Six (6)i unbound version (printed on double-sided sheets) of the 70-percent special provisions with all appendices. • D. CITY's original redline comments on previous submittal. E. Plans which will include (24 sheets): i. Cover Sheet; ii. General Information; i . Existing Site Plan; iv. Construction Site Plan; v. Utility Plan; vi. Site Plan; vii. Site Details; viii. Building Architectural Elevation; ix. Building Floor and Foundation Plan; x. Building Roof Plan; xi. Building Structural Sections; xii. Building Structural Details; xiii. Chlorination Equipment Mechanical Plan; C512A Exhibit A Page 12 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINAL42_PAGE NOQRS OFk PAGES xiv. Chlorination Equipment Mechanical Details; xv. Electrical Legend; xvi. One-line Diagram; xvii. Electrical Site Plan; xxiii. Well Building Electrical Plan; xix. Generator and Chlorination Building Electrical Plan; xx. Generator and Chlorination Building Lighting and Receptacle Plan; xxi. Generator and Fuel Tank Details; xxii. Electrical Details; xxiii. Electrical Schedules;and xxiv. Telemetry Plans. F. One (1) half-size color,unbound;one (1) half-size black and white, unbound; three(3) half- size black and white, bound; six (6) half-size color, bound; one (1) full-size color, bound; one(1) full-size black and white,bound 70-percent construction plans. G. One(1) electronic copy of the AutoCAD files in DWF format. WORK ELEMENT 10—95-PERCENT PS&E Purpose Prepare 95-percent construction plans and an updated construction cost estimate for review by the CITY. The comments developed during the 70-percent review process will be addressed. It is anticipated that 95-percent review comments will be constrained to details that were developed subsequent to the 70-percent review submittal, or that were revised or unresolved during the 70- percent review process. At the end of the 95-percent project design task, all details will be included in the plans and specifications. Work Element 10 will include the following items. • Incorporate the CITY's comments from 70-percent design review. • Develop 95-percent site and utility plans and details. • Develop 95-percent structural plans and details. • Develop 95-percent mechanical plans and details. • Develop 95-percent electrical and telemetry plans and details. • Develop 95-percent special provisions. • Update construction cost estimate. Tasks 10.1 Address Previous Review Comments: Prepare a technical memorandum for inclusion with the 95-percent submittal that describes how review comments and issues from the 70- percent plans were addressed. 10.2 Construction Plans: During the 95-percent project design, 70-percent review comments from the CITY will be incorporated into the design plans. Site, structural, mechanical, and C512A Exhibit A Page 13 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINAL`. PAGE NQaQOF3P PAGES electrical plans will be finalized. Preliminary details will be finalized and any outstanding minor details will be developed and finalized. At this point of the design, the submittal will include all of the plans in the bid documents and will be ready for permitting. 10.3 Front-end and Technical Specifications: Prepare 95-percent front end and technical specifications. Coordinate with the CITY on advertising dates, and bid opening date and time. 10.4 Engineer's Construction Cost Estimate: Prepare 95-percent level probable construction cost estimate. The goal for the engineer's construction cost estimate at 95-percent design will be plus or minus 15-percent of the average bid price. CONSULTANT Deliverables A. Eleven (11) stapled hard copies and two (2) electronic versions (PDF and Excel) of the 95- percent construction cost estimate. B. One (1) electronic version (Word with changes tracked) and one (1) electronic version (PDF with changes tracked) of the 95-percent special provisions. C. Six (6) unbound version (printed on double sided sheets with changes tracked) of the 95- percent special provisions with appendices. Changes shall be tracked in the entire document. In Part 3, changes since the previous submittal shall be tracked. D. CITY's original redline comments on previous submittal. E. Plans,which will include (24 sheets): i. Cover Sheet; ii. General Information; iii. Existing Site Plan; iv. Construction Site Plan; v. Utility Plan; vi. Site Plan; vii. Site Details; viii. Building Architectural Elevation; ix. Building Floor and Foundation Plan; x. Building Roof Plan; xi. Building Structural Sections; xii. Building Structural Details; xii. Chlorination Equipment Mechanical Plan; xiv. Chlorination Equipment Mechanical Details; xv. Electrical Legend; • xvi. One-line Diagram; • xvii. Electrical Site Plan; xvii. Well Building Electrical Plan; xix. Generator and Chlorination Building Electrical Plan; C512A Exhibit A Page 14 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINAL PAGE NOaTO9 ? PAGES xx. Generator and Chlorination Building Lighting and Receptacle Plan; xxi. Generator and Fuel Tank Details; xxti. Electrical Details; xxiii. Electrical Schedules;and xxiv. Telemetry Plans. F. One (1) half-size color,unbound;one(1) half-size black and white,unbound; three (3)half- size black and white, bound; six (6) half-size color, bound; one (1) hill-size color, bound; and two (2) hill-size black and white, bound 95-percent construction plans. G. One(1) electronic copy of the AutoCAD files in DWF format. WORK ELEMENT 11—99-PERCENT PS&E Purpose Incorporate the comments from the 95-percent review into the plans and specifications. Building permit comments will also be incorporated. Call-outs, notes, details and specifications will be back checked. A final in-house QA/QC review will be performed. Tasks 11.1 Final Review Plans and Specifications: Prepare final review set of plans and specifications for the CITY's review. 11.2 Engineer's Construction Cost Estimate: Prepare 99-percent level probable construction cost estimate. Goal for engineer's construction cost estimate at 99-percent design will be plus or minus 10-percent of the average bid price. CONSULTANT Deliverables A. Three (3) stapled hard copies and two (2) electronic versions (PDF and Excel) of the 99- percent construction cost estimate. B. One (1) electronic version (Word with changes tracked) of the 99-percent special provisions. C. Two (2) unbound version (printed on double sided sheets with track changes showing) of the 99-percent special provisions with all appendices. Changes shall be tracked in the entire document. In Part 3 changes since the previous submittal shall be tracked. D. One (1) unbound version (printed on double sided sheets without track changes showing) of the 99-percent special provisions with all appendices. E. CITY's original redline comments on previous submittal. F. One (1) half-size black and white, unbound; two (2) half-size black-and-white,bound; two (2) full-size black and white bound 99-percent construction plans. • G. One(1) electronic copy of the AutoCAD files in DWF format. • • C512A Exhibit A Page 15 Well 4 Emergency Power Improvements .•• Scope of Work 10/17/12 ORIGINALPAGE NQO101P PAGES WORK ELEMENT 12-FINAL BID DOCUMENTS(100-PERCENT PS&E) Purpose Incorporate the comments from the 99-percent review into the plans and specifications. A final in- house QA/QC review will be performed. By the end of this task, the plans and specifications will be ready for reproduction for bidding purposes. CONSULTANT will not make any further changes to the documents without approval of the CITY. 'Ibis effort is assumed as a minor effort to address minor plan and specification issues. Tasks 12.1 Final Bidding Documents: Address comments on the 99-percent PS&E and finalize the contract documents accordingly. The final project plans will include complete drawings with CONSULTANT's Professional Engineer (P.E.) stamps, dates, and signatures. The general provisions document with the CONSULTANT's P.E. stamps, dates and signatures will be complete and ready to use during bid advertisement. 12.2 Final Construction Cost Estimate: Prepare a final Engineer's Estimate of probable construction cost. CONSULTANT Deliverables A. One (1) unbound,camera ready,hard copy and one(1) electronic copy (PDF and Microsoft Word) of the Final Project Provisions. Project provisions to be sealed by a Washington State licensed P.E. B. One (1) hard copy, and one (1) electronic copy (PDF and Microsoft Excel) of the Final Engineer's Estimate.Engineer's Estimate to be sealed by a Washington State licensed P.E. C. One(1) hard copy of the backup calculations for the bid item quantities. D. CITY'S original redline comments on previous submittal. E. One (1) full-size (on 4 millimeter Mylar) black and white plans, one (1) electronic copy (AutoCAD DWG format with x-ref's bound), and one (1) color electronic copy (PDF) of the Final Project Drawings. Mylar plans to be sealed by a Washington State Licensed P.E. WORK ELEMENT 13-SERVICES DURING BIDDING Purpose Assist the CITY during the project bidding and contracting phase. It is assumed that the CITY will produce the bid documents, advertise the bid, distribute bid documents, maintain the master planholder's list, and conduct the bid opening. It is assumed that CONSULTANT will not attend the bid opening. Tasks 13.1 Bidder Questions: Respond to technical questions from bidders as requested by the CITY. Questions from bidders and responses from CONSUL'T'ANT will go through the CITY. 13.2 Addenda: Prepare and transmit two (2) addenda as requested by the CITY. Addendum production that results from CONSULTANT error or omission will not be compensated. 13.3 Bid tabulation: The CITY will prepare the bid tabulation. CONSULTANT will assist the CITY by checking the references of apparent low bidder as requested by the CITY. C512A Exhibit A Page 16 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINALa_PAGE NQA_OF312 PAGES CONSULTANT Deliverables A. Up to two(2) addenda. WORK ELEMENT 14—CONSTRUCTION RECORD DRAWINGS Purpose Prepare construction record drawings (CRD) for the project and transmit (stamped and signed) Mylar originals and digital files to the CITY. Tasks 14.1 Construction Record Drawings: Prepare hand drafted changes to the original Mylar drawings in red permanent ink and prepare electronic copies of the changes in AutoCAD 2012 format. CONSULTANT will submit electronic and hand drafted CRDs within four (4) weeks of receiving redline markups of construction drawings and original Mylar drawings form the CITY. Provided by the CITY A. Redlined markups of construction drawings. B. Original Mylar drawings for CONSULTANT's use in preparing record drawings. CONSULTANT Deliverables A. One(1) full size Mylar CRDs. B. One(1) CD with CAD drawings of CRD's in AutoCAD 2012 format with x-ref's bound. WORK ELEMENT 15—OPTIONAL SERVICES—SERVICES DURING CONSTRUCTION Optional Services may be needed in order to assist the CITY in completing the construction phase of this project. No funds have been allocated for Work Element 15. At the direction of the CITY,funds for this work element can be added via an amendment. Purpose Support the CITY staff during the construction phase for the Well 4 Emergency Power Improvements. CITY staff will provide overall construction management. CONSULTANT is available to provide additional technical assistance in the following areas on an hourly basis at the rates included in Exhibit C. • • Tasks 15.1 Pre-construction Meeting: Attend pre-construction meeting. 15.2 Submittal review: Review submittals within the time limits provided in the project specifications. 15.3 Requests for Information: Respond to RFIs. CONSULTANT will respond to requests for information (RFI) and provide design clarifications at the direction of the CTT'Y. Responding to RFIs and providing design clarifications will be accomplished on an on-call basis. RFI responses that result from CONSULTANT error or omission will not be compensated. C512A Exhibit A Page 17 Well 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINAL PAGE NO OF,P PAGES 15.4 Electrical and Automatic Control Factory and Field Testing: Provide qualified staff to observe the contractor's electrical and automatic control factory and field testing as set forth in the project specifications,as requested by the CITY. 15.5 Construction Observation and Inspection Assistance: Assist CITY staff with construction observation and inspection for the Well 4 Emergency Power Improvements project,as requested by the CPfY. 15.6 Testing and Startup: Attend the testing and startup of the facility.Testing and startup will be performed by the Contractor. C512A Exhibit A Page 18 WTI 4 Emergency Power Improvements Scope of Work 10/17/12 ORIGINALA PAGE a OFPAGES EXHIBIT B BUDGET Exhibit B Agreement No.AG-C-426 Page 1 of 1 ORIGINAL a, PAGE N0 •OF3ePAGES EXHIBIT B City of Auburn Well 4 Emergency Power Improvements Project No.C512A Estimate of Time and Expense Description !fin Total labor . Subconnullant E�P^�a Total Cost clan.tic a tan Task1 ProleetM.naeerront 1.1 Prceaaammonegpner1 12 3 2,180 S - - :2,190 12 Project 1.3 Ickoflneeag 1.4 Mont*Invoices and progress reports 12 $ '•....'2.158 $ "2,156 1.5 Cowdnafonnse0ngs 21 $ 3,395 $ 175 3,570 1.5.1 30-pmeMPSBErreeur0 '6 •: $ 1,078 $ - 19 1,097 132 70-pww8 P63Eneetiig B • 3 1,078 • 3 ' 10 1,097 138 95-pga,PSBE meeting 1.5.1 89-percaxPSSEnnang -6 $ 1,078 • 5 '18 - 1.097 1.6 Prepare and update prolectaobedub 10 $ : .1,771 . . . S .. 4,774 Subtotal 97 • 9 16,804 • ' $ 272 17,078 Task 2 KNi,Snary Donlon 2.1 Dasigr ailarh _2.g Em4gfavllin assessment $ " .''1,35e -. S -19 - '-1,375 22 Ele<trkai bad analysis anti enentoreeever&alion 1 $ -1,663 2.4 -- Energercy generator and ebcOksl 6a5Oution $ 1,008 - S • 1,008 2.5 OeneraW/*clearage $ 1,338 - 5 - 1,338 2.6 Tekmaby and control'villein $ 522 - S 522 2.7 CbbN,aIOnsyslem dal,r11"47, $ -4,390 2.8 Cbbriukon sysim sizing S `1,390 $ -:•.1,390 2.9 Eng,N generator andxalar Yaa5mrtb4Ongslerne0ve 1 $ 2,903 j - `. .2,003 110 Pninirv.ycoslee$mly -840 - S - .':"840 2.11 Pro c0ropn .1 .. 2,339 - S - '.2639 Subtotal 11 $ 16.81E - $ 18 16,532 Task 3 130na1 SeMCas Public Outreach Aesishnce -. 3.1 Project 3 $ 1,054 $ - f c 3 1,064 32 Put&aaloge __-- --- - 12 •1 •• 2,132 $ - 3 .19 $ :2,151 Subtotal 19 • : 3 2,119 $ : $ • "19 $ '- 3,207 Task4 slta SUmY '.. '" .. 4.1 &fling ulities 4 ' $ •.• 834 9 - - 5 -...19 $ --703 42 SW survey 10 • $ 1,880 $ ' 8,008 $ - 3 7880 43 Project base map 11 . 3 "1,871 $ 6 - $ 1,071 subtotal 25 $ 4,235 $ 8,000 $ " 19 $ ' 10,254 Task S Paminln9 Assistance "' " " " ' ' 5.1 SE-PA 7 • $ ' 1,102 $ 5.2 6ailkgpenil _..._. 31 3 $ 6.3 Sanmabr pemit 6.4 CrandaMroOOakon and=Marino pens '9 3 ' 1,542 $ - $ • 5 1,642 58 AAtiistrafrve use serail 5.8 OPTIONAL-Kabk&CuIral Resources ReJewStiest 19 3 '2,892 ' 3 - $ 2,991 Subtotal 97 $ 16,171 $ - $ - 3 15,171 Task6 Engineering 06ologyNVeetigation 6.1 Osek yaolppevebelion 8 3 1,062 $ - 3 ' - 3 1,062 62 On-e a ra c akg Reo109710w$00a50n 9 3 •1,690 3 2,000 $ "'19 $ -3,609 53 Geteduicsl Repan 19 3 2,964 3 - $ • 5 2,964 Subtotal 34 3 5,816 $ 2,000 3 19 $ 7,635 'Task7 Co0suaction Documents for OON 1 7.1 Cone/WOO documMS 17 3 2,515 I5 • $ - $ 2,515 1 Subtotal 17 $ 2,516 $ - 3 - 3 2,515 Tasks 30-prcent PSSE 8.1 Comlrrclbn pens 89 $ 15,084 $ - $ - 3 15,084 82 Engneers comku•ioncostestlate 6 S 1,002 5 - S - 3 1,002 Subtotal -98 $ 16.085 $ - $ • $ '' 18x58 Task 9 70-percent PSSE . . • 9.1 Ad*ess odious re'ewcomrenis 10 $ OO Cofabuc$on pm 98 FrontendandleeMiWspec8ka0ons 88 $ 8,624 $ - $ - $ 3,624 9.4 Egneefs cmalnwkon cost estimate Subtotal 273 $ 43,161 $ - $ • 3 43,164 • V *.,PY.Veaaelaw,aer spas/,rte tle_WO 4 Fuenmvrvr••••••.u_to-,trr.w ,mum.?a.wa ORIGINAL PAGE N045 OF3,PAGES Descdpllon Nounl Total Labor 6ubconaulunt '.�pense :TMal Coal Classification Task 10 aspsrc•nt PS&E - "" H, . --" .. 10.1 Adam pasvmnnevconnems _ 19 $ __ 3,215- 10.2 Comau6m pane 77 $ 13AY1 i - $ - 5 13012 10.3 Pramual and briRJlspedfeatom 104 Engineers c nslrc9on cosiestnek 4 $ 681 $ - S : S 661 Subtotal 154 $ :. 123,052 S • : - S - 1 23,052 Task 11 112-percent PUCE . .1..: 11.2 Final nr'scontr and ecosiasb,m $ .... $ - $ 11.1 Engineer's ibaLY'6n aaleaWmJ 4 $ .6399 $ � - 4 - $ 342 Subtotal 41 - $ `3098 $ '' • - S - { 8,692 Task 12 Find Old Dacunauls 1100-pnanl PSSE1 12.1 Final biMngdocwuMS 46 $ 7.112 i - S s 7,162 12.2 FkelcoMbucton costas&rtele 2 subtotal 44 $ 7,524 5 $ - 5 7,624 Subtotal Design Tasks I '1000 I$ 141053 I s L9oo I s Ioo I$ 1114os • Task 13 SaMas Durtn Bidding 13.1 E.ilde,pagans -- 9 $ .1,553 s 132 addenda 13.3 Bid Striation Subtotal 17 $ 2,715 i - - 5 - S 2,715 Task 14 Construction Record Drawings "' ' 14.1 CoMYUW nAeiorEDUW,gs 41 $ 6.151 - - $ - 6,851 Subtotal 41 _$ • 6.631 $s '. — $S - 3 2,631 Subtotal SOB and Construction Record Drawings Tasks I 61 I t - 9816 I t -I$ -I$ 5.566 PROJECT TOTAL 1 1,058 I$ 1711,621 I$ 8.000 I$ 360 I$ 178,971 :we0e 0Mawa.4R7011.4141.weeen..,.-w.,•Fnur-ar.........._u17.1n.. ,WI.xn 2.5u ORIGINALLPAGE NO3 1 OF3ta PAGES EXHIBIT C FEE SCHEDULE RH2 Charges: Charges for employees are determined by the hourly rates listed below. Charges for reimbursable expenses are specified below or in individual task order proposals. Labor Rates Labor Category Hourly Rate Range Professional IX $199.00 Professional VIII $199.00 Professional VII $191.00 Professional VI $177.00 Professional V _ $174.00 Professional IV $169.00 Professional III $168.00 Professional I I $165.00 Professional I $153.00 Technician IV $127.00 Technician III $119.00 Technician II $88.00 Technician I $83.00 Administrative V $118.00 Administrative IV $98.00 Administrative III $84.00 Administrative II $71.00 Administrative I $60.00 Expense Rates Expense Category Billing Rate Mileage current IRS rate Outside Services or Subconsultants Cost + 10% Outside Photocopies/Printing Cost + 10% Transportation by Public Carrier Cost + 10% Materials and Supplies Cost + 10% • Exhibit C Agreement No. AG-C-426 Page 1 of 1 ORIGINAL PAGE NO OF*PAGES PAGES EXHIBIT D 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-426). • Project number(s) listed (i.e.: C512A). • CITY'S project manager listed (i.e.: Leah Dunsdon). • 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). • Invoices for previous year are due by January 15t. .. Consultant Invoices .. Agreement No.AG-C-426 Page 1 of 2 ORIGINAQ PAGE NAP OF31 PAGES SAMPLE INVOICE City of Auburn Invoice#: 5222 25 West Main Progress Payment#: 2 Auburn WA 98001 Invoice Date: February 10, 2012 Attn: Leah Dunsdon, Project Engineer Project Name: Well 4 Emergency Power Improvements Agency Agreement#: AG-C-426 Project#: C512A Engineering Services performed during the period of: January 2012 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 1.0 $ 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 1/10/12 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No.AG-C-426 Page 2 of 2 CITY OF Au T t Peter B. Lewis, Mayor WASHINGTON Y 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253.931-3000 November 16, 2012 Edwin Halim RH2 Engineering, Inc. 621 Pacific Avenue, Suite 104 Tacoma, WA 98402 RE: Agreement No. AG-C-426 Project No. C512A, Well 4 Emergency Power Improvements Contract Execution and Notice to Proceed Dear Mr. Halim: Enclosed please find an executed copy of the above-referenced Agreement. This letter serves as your Notice to Proceed. The work authorized under this agreement shall not exceed $85,000.00 for 2012 and has a completion date of December 31, 2013. For the City's tracking and record keeping purposes, please reference AG-C-426 and PROJECT No. C512A 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 253-931-4013. Sincerely, Leah Dunsdon, P. E. Project Engineer Public Works Department LD/ja/cw Enclosure cc: Dani Daskam, City Clerk Leah Dunsdon, Project Engineer AG-C-426 C512A (File 2.20) AUBURN * MOR6 THAN YOU IMAGINED ORM&\PAGE NO.OF l PAGES AMENDMENT#1 TO AGREEMENT NO. AG-C-426 BETWEEN THE CITY OF AUBURN AND RH2 ENGINEERING, INC. RELATING TO PROJECT NO. C512A, WELL 4 EMERGENCY IMPROVEMENTS THIS AMENDMENT is made and entered into this / /day of > ` ' , 2013, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the"CITY"), and RH2 ENGINEERING, INC. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-426 executed on the 9th day of November 2012. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2014. 2, SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-426 executed on the 9`h day of November 2012, 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. RH2 ENGINEERING, INC. CITY OF `' i -N By: AE /lj ,/ // ,/ Authorize ign re P4ter B. Lewis, Mayor ATTEST (Optional): ATTEST: By: 1�C d"""� ��� Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr.'e+ :41101 1. orm: .�A . _ . Attorney for(Other Party) Daniel B. He's, Auburn Ci Atto ey Amendment No. 1 for Agreement No. AG-C-426 RH2 Engineering, Inc. Page 1 of 1 /� vvil otltaltdAL�jFA@Ebp. _LOF I p0gpEyg AMENDMENT #2 TO AGREEMENT NO. AG -C -426 BETWEEN THE CITY OF AUBURN AND RH2 ENGINEERING, INC. RELATING TO PROJECT NO. C512A, WELL 4 EMERGENCY POWER - IMPROVEMENTS THIS AMENDMENT is made and entered into this 5 day of, , 2014, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY "), and RH2 ENGINEERING, INC. (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -426 executed on the 91h day of November 2012 and amended by agreement dated the 19'h day of December. 2013. The changes to the agreement are described as follows: 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 -426 executed on the g`h day of November, 2012 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. RH2 ENGINEERING, INC. CITY OF AUBURN Authotii d si nature ancNT y Bdkds, Mayor ATTEST (Optional): ATTEST: By: " d /sty-a Its: DanDan elle E.E. Daskam, Auburn City Clerk Approved as to form (Optional): App ro ev d' s o� Attorney for (Other Party) Daniel B. Hei , Auburn City At rney - Amendment No. 2 for Agreement No. AG -C -426 RH2 Engineering Page 1 of 1 CITY Of WASH tNGTON December 12, 2014 Nancy Backus, Mayor 25 West Main Street * Auburn WA 98001 -4998 * www.aubumwa.gov * 253- 931 -3000 Edwin Halim RH2 Engineering, 22722 29`" Drive SE, Suite 210 Bothell, WA 98021 RE. Amendment No. 2 to Agreement for Professional Services, AG -C -426 Well 4 Emergency Improvements Dear Mr. Halim: Enclosed please find an executed copy of the above - referenced Amendment No 2. 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 -426 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 -5034. Sincerely, Seth Wickstrom, P.E. Project Engineer Community Development and SW /ja /mt Enclosure Public Works Department cc: Dani Daskam, City Clerk AG -C -426 C512A (2.20) AUBURN* MORE THAN YOU IMAGINf_D 4 3itpq 0WIMIAL 1 PAWNa 1 01F_�C,,AM C) 9.11 AMENDMENT #3 TO AGREEMENT NO. AG -C -426 BETWEEN THE CITY OF AUBURN AND RH2 ENGINEERING, INC. RELATING TO PROJECT NO. C512A, WELL 4 EMERGENCY POWER IMPROVEMENTS THIS AMENDMENT is made and entered into this 225l0day of '2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY "), and RH2 ENGINEERING, INC. (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -426 executed on the 9t' day of November 2012; amended by agreement dated the 19th day of December 2013 and amended by agreement dated the 5t' day of December 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: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $20,000. The total contract amount is increased to a total amount of $238,971.00. See Exhibit B, which is attached hereto and by this reference made part of this Amendment. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -426 executed on the 91h day of November 2012 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. RH2 ENGINEERING, INC. CITY OF AUBURN By: Lm 4a "'i/( Authorize ig ature Nancy Ba I s, ayor ATTEST (Optional): ATTEST: By: Mq e— Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Attorney for (Other Pa Amendment No. 3 for Agreement No. AG -C -426 RH2 Engineering, Inc. Paae 1 of 1 'JiiONAL I PAGE No.ZOr- "' s EXHIBIT A SCOPE OF WORK CITY OF AUBURN AG -C426, AMENDMENT NO. 3 CONSTRUCTION SERVICES FOR CITY OF AUBURN WELL 4 EMERGENCY POWER IMPROVEMENTS PROJECT NUMBER C512A WORK ELEMENT 15 — SERVICES DURING CONSTRUCTION RH2 Engineering, Inc., (RH2) shall provide the following additional services during construction for the Well 4 Emergency Power Improvements project RH2 will provide technical support to the City of Auburn (City) staff during the construction phase for the Well 4 Emergency Power Improvements project. City staff will provide overall construction management RH2 will provide limited additional technical assistance only as described in the following subtasks; Task 15.1— PRE- CONSTRUCTION MEETING RH2 will attend the pre - construction meeting. It is assumed the City will prepare the pre- construction meeting agenda and pre - construction meeting minutes. RI-12 will provide specific pre - construction meeting agenda items to the City a minimum of two (2) working days prior to the meeting. Tasks 15.2 — SUBMITTAL REVIEWS RH2 will review submittals within the time limits provided in the project specifications. All submittals and submittal - related communications will be directed through the City. Submittal review will be performed up to the amount budgeted in the attached Estimate of Time and Expense (Exhibit B). Effort will not exceed this budget amount without specific authori2adun from the City. Assumptions • The City will be responsible for receiving submittals from the contractor and disinbuting submittals to the appropriate parties for review. It is assumed the City will review the majonty of the submittals, other than the following: eleeineal and control equipment, emergency generator and fuel lank, dilution skid system, metering pump, cbemital piping, acoustical louver, dampers, and fans. • The City will be responsible far returning submittals to the contractor and for maintaining copies of the sabmittalr within the project file. • The budget for this task includes eight (8) hours for the review of alternate submittals. • The budget for this task is based on the submittals listed in the first bullet of these assantptions, and assumes that RH2 will review each submittal not more than twice fallowing for one ro- submittal by the eontrae'torf. Amendment No. 3 for Agreement No. AG -C 426 RH2 Engineering — Scope of Work Page 1 of 3 %RIGINAL I l=aces No. 3 oF�s Task 15.3 — REQUESTS FOR INFORMATION During the construction phase of the project, RH2 will respond to requests for information (RFIs) and provide design clarifications at the direction of the City. Responding to RFIs and providing design clarifications will be accomplished on an on -call basis up to the amount budgeted in the attached Exhibit B. This effort will not exceed the budgeted amount without specific authorization from the City. RH2 will work closely with the City to provide responses to the RFIs. Task 15.4 — ELECTRICAL AND AUTOMATIC CONTROL FIELD TESTING During the construction phase of the project, RH2 will provide engineering staff to observe the Contractor's electrical and automatic control field testing as set fords in the project specifications, as requested by the City. Testing observations will be provided on an on -call basis up to the amount budgeted in the attached Exhibit B. Effort will not exceed this budget amount without specific authorization from the City. Assumptions • All equipment will be installed, commissioned, programmed, and proof - tented by the rontrocior prior to the City requesting observation of the field tests. • Once observation offield testing is requested by the Ciy, the testing will be mripleted during normal working hours, and required observation time will not exceed a total offory (40) hours. • All testing reports will be prepared b}, the contractor at set forth in the project specifimtions. Task 15.5 — CONSTRUCTION OBSERVATION ASSISTANCE The City will provide general construction management, including review of pay requests and change orders and approval of contractual issues. The City's staff will have final acceptance authority on all issues related to quality of construction and cost issues. R112's technical services will be limited to providing one (1) structural observation for Intemational Building Code (IBC) compliance. For budgetary purposes, RH2 assumes the site visit will be approximately four (4) hours long. • One (1) site visit for structural observation to review the building diaphragm and walls prior to the installation of the ceiling. RH2 Deliverables • Final structural observation letter. Assumptions: • The City will sebedufe third party materials testing, including soil compaction and asphalt testing inspections. o The contractor will he responsible for scheduling all mmrete, rebar, welding, and mating special testing and inspections, and will notij the City of the testing scheduks. • The City will monitor the water main testing, inclnding pressure, fbishing, and disinfection procedure, and wid ml&d water samples for laboratory testing. City staff will he responsible for the chain of custody with regard to water quality sampling and delivery of those samples to the laboratory. • The City will prpare and process all project pay estimates. Amendment No. 3 for Agreement No. AG -C 426 RH2 Engineering — Scope of Work Page 2 of 3 %P1alNN _LPAOENO.'�JOF.PAGE3 • TIm City will noti6 RH2 on when to perform the structural observation. • The City will retain testing firms for special inspections. Special inspection sball be required for soil compaction, reinforced camrete, concrete masonry units (CMU), and water quality testing. • RH2 will not perform and is not responsible for any startap or related services of the overall facility, and RH2 will not perform and is not responsible for the overall gstem testing. It is assumed the City will inordinate, inspect witness, and approve all of the equipment during the overall facility startup. Exhibit B shows RH2's estimated fees to perform the work elements above based on the stated subtasks and assumptions. Effort will not exceed this budget amount without specific authorization from the City. The City expects that the level of RF12's effort required for technical services will vary depending on construction progression and availability of City staff. The City may determine that RH2's observation services are not required during working days, depending on the availability of City staff and the construction activities taking place. It is anticipated that the City will not require RH2's observation services during weekend and after -hours construction activities. However, if weekend or after -hours observation is requested of RH2 by the City, and that effort exceeds the level of effort budgeted in Exhibit B, than adjustments to the attached Exhibit B will be made by mutual agreement between the City and RH2.. BUDGET SUMMARY: The budget for this amendment is detailed in Exhibit B. Amendment No. 3 for Agreement No. AG -C 426 RH2 Engineering — Scope of Work Page 3 of 3 VRIONML EXHIBIT B City of Auburn Amendment No. 4 Well 4 Emergency Power Improvements Services During Construction Project No. C51%A Estimate of Time and Expense Task 15 Total Total Description Total Labor Total Cos Hours Expense Task 15 15.3 Respond to Requests for Information 28 s- 4,768 . $ 4,768 Derform Electrical and Automatic Control Field Testi 40 s 6,864 -S S 50 $ 6,914 15.5 Pro�lde Construction Observation Assistance 5 s 853 s 91 $ 944 CITY OF .* €� Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov *253-931-3000 December 31, 2014 Edwin Halim RH2 Engineering, 22722 29th Drive SE, Suite 210 Bothell, WA 98021 RE: Amendment No. 3 to Agreement for Professional Services, AG-C-426 Well 4 Emergency Improvements Dear Mr. Halim: Enclosed please find an executed copy of the above-referenced Amendment No 3. This amendment supplements the scope of work as detailed in Exhibit A and includes additional compensation in the amount of$20,000.00, for a total agreement amount of $238,971.00. For the City's tracking and record keeping purposes, please reference AG-C-426 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 253-804-5034. Sincerelyy,,� Seth Wickstrom, P.E. Project Engineer Community Development and Public Works Department /ad/mt Enclosure cc: Dani Daskam, City Clerk AG-C-426 C512A (2.20) AUBURN * MORE THAN YOU IMAGINED CITY Or_ =Y..- -';,, •4¼11S€FRN AGENDA BILL APPROVAL FORM WASHINGTON Agenda Subject: Date: Public Works Project No. C512A October 25, 2012 Department: Attachments: Budget Impact: Public Works Consultant Scope Summary $0 Budget Status Sheet Vicinity Map Administrative Recommendation: Council grant permission to enter into Consultant Agreement No. AG-C-426 with RH2 Engineering for Engineering and Construction Services for Project No. C512A, Well 4 Emergency Power Improvements. Background Summary: The purpose of this project is to provide emergency power and upgrade the chlorination system at the City's Well 4 water facility. Providing a diesel generator for emergency power will ensure that one of the City's primary sources of water will continue to operate in the event electrical power is lost. Upgrading the chlorination system from the existing gas chlorination system to a liquid hypochlorite solution will increase operator safety and improve operations by providing a chlorination system similar to other City water sources. It is anticipated that design will occur from November 2012 to October 2013. Construction is anticipated to be between January and July 2014. City staff has selected RH2 Engineering to provide design and construction support services for the above-referenced project, including survey, engineering design and construction support services. The anticipated consultant cost for this agreement is $218,971. The estimated total cost for this project is $1 ,240,759. A project budget contingency of $2,500 remains in the 430 Water fund for 2012. A budget adjustment may be required in 2014 to fund construction of the project. Reviewed by Council Committees: Public Works CA.E AUBURN * MORE THAN YOU IMAGINED Page 54 of 597 Councilmember: Wagner Staff: Dowdy Meeting Date: November 5, 2012 Item Number: CA.E • CA.E AUBURN * MORE THAN YOU IMAGINED Page 55 of 597 C512A — Well 4 Emergency Power Improvements Project Summary Scope for Engineering Design and Construction Services This Scope of Work is for the Well 4 Emergency Power Improvements Project. This scope includes survey and base mapping, preliminary engineering, environmental documentation and permitting, geotechnical engineering, and final design (including plans, specifications, and estimates). Project Description The City's Well 4 Emergency Power Improvements project will provide emergency power and upgrade the chlorination system at the City's Well 4 water facility. Providing a diesel generator for emergency power will ensure that one of the City's primary sources of water will continue to operate in the event electrical power is lost. Upgrading the chlorination system from the existing gas chlorination system to a liquid hypochlorite solution will increase operator safety and improve operations by providing a chlorination system similar to other City water sources. Task 1: Project Management This task will be continuous throughout the project duration. It will include the work necessary to set up and plan the entire project and establish project-specific procedures, including communication, meetings, preparing and updating the project schedule, and overall project coordination with the City and project team. Task 2: Preliminary Design This task will prepare a project report as required by the Department of Health (DOH) and prepare a preliminary site design to locate the proposed emergency generator and chlorination room. The preliminary design effort will include evaluating and selecting design options, including building size, roof type, sound insulation and site elements. This task includes modifying the design concept based on City, DOH and stakeholder input. Documentation of the Preliminary Design task will include the preparation of the DOH project report, a summary of the design criteria, and a technical memorandum documenting the electrical load analysis and generator size verification. Task 3: Optional Services—Public Outreach Assistance This task provides the City with supportive documentation, drawings, and other public outreach materials as requested by the City. The task also includes attendance at one public meeting. Task 4: Site Survey This task involves field surveying within the project limits, collecting existing topographic features and producing a project basemap to be used in design. Task 5: Permitting Assistance The purpose of the Permitting Assistance Task is to ensure that the project complies with all applicable requirements of the Washington State Environmental Policy Act (SEPA), and that the regulatory permits and approvals required to construct the project are identified and secured, all within a timeframe that will allow the project to proceed on schedule. C512A-WELL4 EMERGENCY POWER IMPROVEMENTS PROJECT CONSULTANT SCOPE OF WORK SUMMARY CA.E PAGE 1 OF 2 Page 56 of 597 Task 6: Engineering Geology Investigation This scope of work covers geotechnical engineering services needed to support development of contract documents. Task 7: Construction Documents for the Department of Health This task includes the construction document submittals to the Department of Health as required to obtain DOH approval to construct the project. Task 8: 30-Percent Plans, Specifications and Estimate This task will progress the major design elements to an overall 30% level, including contract drawings and an engineer's construction cost estimate. Tasks 9 - 12: 70%, 95%, 99% and Final Plans, Specifications and Estimate These final design tasks progress the design from 30% level to preparing the 70% contract documents for review, the 95% contract documents for review, a 99% check set of the contract documents and 100% (bid ready) contract documents. The contract documents include the contract drawings, the specifications and the engineer's construction cost estimate. Task 13: Services During Bidding As requested by the City, the Consultant will provide assistance to the City during the advertisement and award of the project as follows: • Response to Technical Bidder questions • Development of Technical Addendums Task 14: Construction Record Drawings The Consultant will prepare Construction Record Drawings for the project. Task 15: Optional Services -Services During Construction No funds are allocated to this task at this time. At the direction of the City, funds may be added via an amendment. As requested by the City, the Consultant will provide assistance to the City during construction of the project as follows: • Attendance at the pre-construction meeting • Review submittals • Provide written responses to Contractor's Requests for Information • Construction observation and inspection assistance • Testing and startup Total Consultant Agreement (not to exceed) = $218,971 C512A-WELL 4 EMERGENCY POWER IMPROVEMENTS PROJECT CONSULTANT SCOPE OF WORK SUMMARY PAGE2OF2 CA.E Page 57 of 597 BUDGET STATUS SHEET _. Project No: C512A Project Title: Well 4 Emergency Power Improvements Project Manager: Leah Dunsdon . 0 Initiation/Consultant Agreement Initiation Date: Q Permision to Advertise Date:October 19,2012 Advertisement Date: 0 Contract Award Award Date: Q Change Order Approval 0 Contract Final Acceptance The"Future Years"column indicates the projected amount to be requested in future budgets. Funds Budgeted (Funds Available) Funding Prior Years 2012 2013 Future Total • 430 Fund-Water 7,138 100,000 640,000 747,138 Total 7,138 100,000 640,000 0 747,138 Estimated Cost (Funds Needed) Activity Prior Years _ 2012 2013 Future Total Design Engineering-City Costs 7,138 12,500 48,000 67,638 Design Engineering-Consultant Costs 85,000 133,971 218,971 Construction Estimate 721,000 721,000 Project Contingency(15%) 108,150 108,150 Construction Engineering-City Costs 62,500 62,500 _ Construction Engineering-Consultant Costs _ 62,500 62,500 Total 7,138 97,500 181,971 954,150 1,240,759 430 Water Budget Status Prior Years 2012 2013 Future Total '430 Funds Budgeted(230,000) (7,138) (100,000) (640,000) 0 (747,138) 430 Funds Needed 7,138 97,500 181,971 954,150 1,240,759 '430 Fund Project Contingency() 0 _ (2,500) (458,029)_ 0 0 430 Funds Required 0 0 0 954,150 493,621 (#)in the Budget Status Sections indicates Money the City has available. CHC iEROJ\C512A-Well 4 Emergency Power\Budget\C512A Budget Status Sheet.xls Page 5S,jgf 597 C_ w GIa SE kir 1 B BLINOTON /4 7th � 7th S_ 8th ST SE x cn 8th STS F `STATE 9thtl 9th `" COVE ' NWy Loth ST ° n m PARK WELL 1 fe 11th SE o ® � YMCA IP 12th ST •E PROJECT ism SE ,9 d SC 14th SE W °�U LOCATION pa rzi 15th SE 1 w III 18th SE vEi N 1.11 111 17th ST SE or ni EI a rg �� C E1 0 - E. ESP( t &. MUCKLESHOOT �� 21st o m SOUTk °o 22nd ST SE CASINO 22nd Sf SE O L., 0 23rd ti ST SE 23rd ��;, ,•�� A net 8 24th ST _• 24th ST SE '= Id • . ;:. .� 25th 25th ST SE d .,J3` '� � . CEDAR Td r Bonier 26TH sr Sr 8 T SE �e- ST SE x M G e r.Rr ;7 .4 = 27th ST SE PARK ®� a K �,n Q „ ,,1� .. o28th1 8 , ST a n� CITY 49t.' 9th ST ' S c ll " 6 ,' • _ C smt . Hz t � AUBURN C H FARM c) FARM WELL 3A/3B , a 111 a ST SE w STUCK N MOIL o z ■ II 111 IS li �, Sh�� P 37th ST SE •r14 DPL RIVE w L41st C512A: WELL 4 VICINITY MAP A"T`°F- *��n �T EMERGENCY POWER JULY 2012 L" `1`1UBUINRN IMPROVEMENTS PROJECT NOTTOSCALE glr CA.E Page 59 of 59 CITYOF AUBUR ` N ancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001- 4998 * www.auburnwa -gov * 253 -931 -3000 December 1, 2015 Edwin Halim RH2 Engineering 621 Pacific Avenue Tacoma, WA 98402 RE: Amendment No. 4 to Agreement for Professional Services, AG -C -426 Project No. C512A, Well 4 Emergency Power Improvements Dear Mr. Halim: Enclosed please find an executed copy of the above - referenced Amendment No. 4. This amendment is for a time extension only. This amendment extends the term of the agreement to December 31, 2016. For the City's tracking and record keeping purposes, please reference AG -C -426 and Project No. C512A 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 -5034. Sincerely, Seth Wickstrom Project Engineer Community Development & Public Works Department JA/as Enclosure cc: Dani Daskam, City Clerk Seth Wickstrom, Project Engineer AG -C -426 C512A (2.20) AUBURN * iMORE -1-1-IAN YOU IMAGINED 1 ORIGINAL PAGE • }--°FJ—woes AMENDMENT #4 TO AGREEMENT NO. AG-C-426 BETWEEN THE CITY OF AUBURN AND RH2 ENGINEERING, INC. RELATING TO PROJECT NO. C512A, WELL 4 EMERGENCY POWER IMPROVEMENTS THIS AMENDMENT is made and entered into this / 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 RH2 ENGINEERING, INC. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C- 426 executed on the 9TH day of November 2012, and amended by agreements dated the 19th day of December 2013, the 5th day of December 2014 and the 29th day of December 2015. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2016. . 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 and subsequent amendments. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-426 executed on the 9th day of November 2012 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. RH2 ENGINEERING, INC.// CITY OF AUBURN By: A k Authorize ign re Igncy BV Mayor ATTEST (Optional): ATTEST: By: / J3 Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr. -d as to fo .__ Attorney for (Other Party) I H sA'trn Cit 'r torn- Amendment No. 4 for Agreement No. AG-C-426 RH2 Engineering, Inc. Page 1 of 1 CPAINALL PAGE NO.k_OF_LR.38rS 0 L.3 AMENDMENT #5 TO AGREEMENT NO. AG-C-426 BETWEEN i1 34(0'9 THE CITY OF AUBURN AND RH2 ENGINEERING, INC. RELATING TO PROJECT NO. C512A, WELL 4 EMERGENCY POWER IMPROVEMENTS THIS AMENDMENT is made and entered into this day of atittet , 2016, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and RH2 ENGINEERING, INC. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-426 executed on the 9th day of November 2012, and amended by agreements dated the 19th day of December 2013, the 5th day of December 2014; the 29`h day of December 2014 and the 1s` day of December 2015. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $7,600. The total contract amount is increased to $246,571.00. See Exhibit B, which is attached hereto and by this reference made part of this Amendment. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-426 executed on the 9'h day of November 2012 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. RH2 ENGINEERING, INC.. CITY OF AUBURN ill a,/ Authoriz ign ,ure Nn� cy Backayor ATTEST (Optional): ATTEST: By: 2e-tan, Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approv- as t. fop Attorney for (Other Party) ore. Heid, T ub'w City Attorney Amendment No. 5 for Agreement No. AG-C-426 RH2 Engineering, Inc. Page 1 of 1 ORIENAL wWENO.?of 3 PAatg Exhibit A Additional Scope of Services AG-C-426 Page 1 of 1 EXHIBIT A ADDITIONAL SCOPE OF SERVICES City of Auburn Well 4 Emergency Power Improvements Project No. C512A RH2 Engineering, Inc. 1. REVISED SCOPE OF PROJECT The City of Auburn ("City") has identified the need for additional work beyond the original scope of Agreement No. AG-C-426. These additional improvements consist mainly of the following: During the construction services, the City requested RH2 Engineering, Inc., (RH2) to provide responses to additional RFIs and perform additional field testing and troubleshoot existing electrical equipment. 2. SCOPE OF SERVICES and TASKS The Consultant shall provide additional services according to the following tasks: A. Work Element 15.2—Submittal Review Additional review and respond to Contractor Submittals were requested by the City. B. Work Element 15.3— Respond to Requests for Information Additional responses to Request for Information were requested by the City. C. Work Element 15.4— Electrical and Automatic Control Field Testing Additional field testing and troubleshooting of existing electrical equipment that were outside the original scope of work. 3. PROJECTED SCHEDULE Additional services will be included in the schedule for the original scope. 4. FEE The total fee to perform the revised scope of the project is not to exceed $7,600. END OF EXHIBIT A CRINNAL 2 PAGE no. 3 of 3 mats EXHIBIT B City of Auburn Amendment No. 6 Well 4 Emergency Power Improvements Services During Construction -Additional Services Project No. C512A Estimate of Time and Expense Total Description Total LaborTotal cost Hours Expense . Classification Task 15 15.2 Review and respond to Contractor Submittals 15.3 Respond to Requests for Information :IS $ ,` 2;511'.. $: %",$ •;;;'2,511 15.4 Perform Additional Field Testing and Troubleshoot Pump Electrical Components 15 $ 2,511r $ : 67 $ ip.2,578 Subtotal 45 , $ 7,533_-$ ' " 67._ $ ,57,600