Loading...
HomeMy WebLinkAboutAG-C-455, CP1316 Brown & Caldwell IncA 3 wl a0ly AGREEMENT FOR PROFESSIONAL SERVICES AG -C -455 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 Brown and Caldwell, Inc., whose address is 701 Pike St, Suite 1200, Seattle WA 98101, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by June 30, 2015 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $53,089.00, which includes a Management Reserve Fund amount of $5,000.00. Expenditure of Agreement for Professional Services AG -C -455 October 22ntl, 2014 Page 1 of 12 r 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 Consulting services per rates are attached in the fee schedule as shown on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. The CONSULTANT shall be paid by the CITY for direct non -salary cost, per attached Exhibit C, at the actual cost to the CONSULTANT plus 3 %. Exhibit C is attached hereto and by this reference made a part of this Agreement. These charges may include, but are not limited to the following items: outside reproduction fees, courier fees, subconsultant fees, and materials and supplies. The billing for non -salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4. 4. MANAGEMENT RESERVE FUND. The CITY has established 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 Agreement for Professional Services AG -C -455 October 22 n' 2014 Page 2 of 12 expending any effort on such services, and shall not exceed $5,000.00. 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 any other relationship. Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement in accordance with applicable standards of care for professional services. 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. Agreement for Professional Services AG -C -455 October 22ntl 2014 Page 3 of 12 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, to the extent arising out of or resulting from the negligent acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the negligence of the CITY. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE. Agreement for Professional Services AG -C -455 October 22ntl 2014 Page 4 of 12 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 included as an additional insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. Agreement for Professional Services AG -C -455 October 22n' 2014 Page 5 of 12 c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability, and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY. Any insurance, self insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by mail. 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 Agreement for Professional Services AG -C -455 October 22ntl 2014 Page 6 of 12 section, before commencement of the work. The CITY reserves the right to require that copies of all required insurance policies (with proprietary infromation redacted) 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, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap. 11. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN after payment to CONSULTANT. 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. Agreement for Professional Services AG -C -455 October 22nd 2014 Page 7 of 12 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 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. Agreement for Professional Services AG -C -455 October 22ntl 2014 Page 8 of 12 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. 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. Agreement for Professional Services AG -C-455 October 220° 2014 Page 9 of 12 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 Ian Sutton on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn Attn: Joel Chalmers 25 W Main Street Auburn WA 98001 Phone: 253.804.5063 Fax: 253.931.3053 E -mail: jhalmers@auburnwa.gov Brown & Caldwell Attn: Ian Sutton 701 Pike Street, Suite 1200 Seattle, WA, 98101 Phone: 206.749.2221 Fax: 206.749.2200 E -mail: isutton @brwncald.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 Agreement for Professional Services AG -C -455 October 22otl 2014 Page 10 of 12 United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 13.9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 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 -455 October 22' 2014 Page 11 of 12 CITY OF AUBURN .�.. N [p !_ .I . MM M or P ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: aniel B. Heid, City Attorney title: Ina" ag1'4q L— N9INe-Cf Federal Tax ID #9 4 - l y Ll G 3 L1Co Agreement for Professional Services AG -C -455 October 22nd 2014 Page 12 of 12 EXHIBIT A SCOPE OF WORK Exhibit A Agreement No. AG -C -455 EXHIBIT A SCOPE OF WORK Duringthe term of this Agreement, Brown and Caldwell (Consultant) will perform professional services for the City of Auburn (City) in connection with the following project: Project No. CP1316 East Ridge Manor Storm Drainage Improvement Project Sideslope Pipeline and Pond Preliminary Design Project-Description The Consultant scope of work (SOW) includes developing a preliminary design to accommodate additional inflows to the existing Wicklund Pond on SE 2931a Street, Auburn, WA 98092. Additional flows are based on modeling performed by the City to rerouted drainage from adjacent neighborhood to the Wicklund Pond. Currently, Wicklund Pond drains through an outlet structure that discharges to the slope to the south. The outflow is conveyed in an open channel ditch, down the slope, to an existing pond atthe Auburn Golf Course. The golf course pond discharges through some localized infrastructure to a ditch that outlets to the Green River. The intent of the complete project is to prevent erosion that the Wicklund Pond discharge may cause to the slope, and to control discharge quantities to the golf course pond outlet ditch such that current ditch hydrology is preserved. The scope of the preliminary design task includes the following: • Develop revised design parameters for the existing Wicklund Pond outflow structure to accommodate discharge of the additional flows being routed to the pond. • Develop design parameters for the installation of a sideslope pipeline from the existing Wicklund Pond outlet to the Auburn Golf Course, including an energy dissipation structure at the base of the slope. • Develop design parameters for a new pond on the golf course at the base of the slope to provide additional storage capacity, including outlet flow control requirements. The preliminary design will include hydraulic modeling and geotechnical investigation. The preliminary design will be utilized as a basis of design for the subsequent detailed design. Detailed design is not part of this SOW and will be completed by the City. Project Tasks This project will consist of the following tasks: 1. Project Management 2. Geotechnical Services 3. Hydrologic and Hydraulic Modeling 4, Preliminary Design Task 1: Project Management Objective Consultant will efficiently and effectively manage the work. 9/25/2014 Page 1 of 5 Exhibit A: Scope of Services Activities /Approach The Consultant project manager will coordinate project aspects with the City project manager throughout the design. The Consultant project manager will also manage the Consultant staff, budget, and schedule during the course of the work. The Consultant project manager will ensure that quality control (QC) is performed throughout the project, including peer and senior review for technical and qualitative aspects of the project. Project Schedule The anticipated duration of this project will be approximately 3 months from the receipt of the notice to proceed (NTP). Maintaining this schedule will provide for preliminary design completion in early winter 2014. Deliverables The following deliverables /work products will be produced under Task 1. 1. Monthly project status reports, electronic PDF copy and one hard copy 2. Monthly invoices, electronic PDF copy and one hard copy 3. Meeting Notes, electronic MS Word format Task 2: Geotechnical Services Objective Consultant will complete a geotechnical investigation of the project site and provide ongoing geotechnical services in support of the preliminary design. Activities /Approach Task 2 includes the following activities: 1. A review will be performed of existing geologic and geotechnical information provided by the City. Any additional existing geologic and geotechnical information in the vicinity of the project and known to the Consultant will also be considered. 2. Consultant will complete an initial site reconnaissance to observe conditions which could include unstable ground, springs and seeps, soil exposures, erosion, and vegetational indicators of geologic conditions. The initial reconnaissance will be followed by a formulation and discussion of the opportunities and limitations of the proposed pipeline corridor in relation to the pipeline, anchoring locations, and pond location. 3. Based on the initial site reconnaissance and alternatives discussion, a subsurface exploration will be planned and performed by the Consultant. The exploration will include two borings. Index testing, including water contents, Atterberg limits, and grain -size analysis, will be performed in the Shannon & Wilson laboratory. 4. Consultant will complete geotechnical engineering analyses and prepare a geotechnical report that will include a description of the geologic conditions, and recommendations on alignment, control of seepage and slope stability, sideslope pipeline design criteria, and pond excavation slopes. The sideslope pipeline design criteria with include anchor type, anchor spacing, and embedment. Deliverables The following dellverables /work products will be produced under Task 2. 1. Draft geotechnical report (electronic PDF copy) 9/25/2014 Page 2 of 5 Exhibit A: Scope of Services 2. Final geotechnical report sealed by a geotechnical engineer licensed in the State of Washington (electronic PDF copy, one original hard copy,) Assumptions n Task 2 will be performed under the following assumptions: 1. It is anticipated that two 20 -foot deep borings will be performed for the project. It is assumed that a small tracked or pull- behind drill rig may be necessary to perform this work and that the drill cuttings will be non - contaminated and can be left on site. 2. All geotechnical work performed will be on City property and will not require additional permits. 3. Areas disturbed will not require restoration. 4. The City will provide existing geologic and geotechnical information. Task 3: Hydrologic and Hydraulic Modeling Objective Consultant will complete hydraulic modeling for the project. Activitles /Approach This task includes modeling to develop the following design parameters. • Sizing of existing Wicklund Pond outlet control structure modifications • Sizing of the new sideslope conveyance pipeline • Sizing of the new golf course pond • Sizing of the outlet control structure for the new golf course pond • Sizing of the drainage infrastructure from the new golf course pond to the existing downstream infrastructure that discharges to the tributary to the Green River. Consultant will develop an EPA -SWMM hydraulic model to size the various project components. Initial parameters include the following: 1. The new pond outlet control structure configurations and volumes will be sized to control a 25 -year event, without discharge to the emergency overflow discharge, by modifying the Baseline conditions hydrologic and hydraulic SWMM model (thereby creating the Alternative model). The overflow structures will be designed to convey the 100 -year event without causing flooding at the ponds. 2. The Alternative model will be used to size the Wicklund Pond outlet orifice to control a 25- year event given the increase in inflows from the newly connected 19 -acre offsite area. The outlet structure will also be evaluated for the 100 -year event, ensuring overflow capacity. 3. The Alternative model will be compared against the Baseline model to ensure that the peak flow in the downstream line is not increased by the new pond discharge. The pond size and outlet structure configuration will be modified until it meets this flow requirement. 4. If the available footprint or the new pond exceeds the minimum required size of the new pond, Consultant will determine the amount of additional storage capacity available within the footprint which can provide increased control of downstream flooding. 9/25/2014 Page 3 of 5 Exhibit A: Scope of Services 5. The Alternative model will be used to size the new sideslope pipeline between Wicklund Pond and the new pond for the 100 -year event. 6. Design parameters will be in accordance with the City of Auburn Surface Water Management Manual (SWMM) November 2009. If a 25 -year event, or 100 -year level of service, at the new pond cannot be met given the available area for the pond, modifications to the outlet structures at the East Hill Vista and Wicklund Ponds as well as modifications to the Wicklund Pond geometry may be assessed to further optimize the existing system in order to reduce the required storage volume at the new pond. This work has not been included in the SOW and can be added if the situation arises. Dellverables The following dellverables /work products will be produced under Task 3. Deliverables will be included with the Task 4 deliverables. 1. Modeling results will be used during preparation of hydraulic calculations included in Task 4: Preliminary Design and included in the Preliminary Design Report (PDR). 2. Model files, if requested by the City. Assumptions Task 3 will be performed under the following assumptions: 1. The hydrologic model will not be calibrated to observed flow measurements because no flow measurements are available. The Baseline model hydrology has been adjusted to match established drainage concerns at the existing golf course pond when the model was originally built to Baseline conditions. 2. The existing hydrologic model will not be adjusted. 3. Downstream conveyance capacity can accommodate the 100 -year event and will not be verified. Task 4: Preliminary Design Objective Consultant will prepare the PDR for the revised Wicklund Pond outlet structure, sideslope pipeline and new golf course pond for use in development of the subsequent detailed design. Activities /Approach The Consultant will prepare a, draft and final, that provides design criteria for the improvements summarized below: 1. Modifications to the existing Wicklund Pond outlet control structure. 2. New sideslope conveyance pipeline between existing Wicklund Pond and the new golf course pond with a new connection provided at the existing Wicklund Pond outfall. 3. New golf course pond to receive flows from the existing Wicklund Pond 4. New golf course outlet control structure and connection to the existing downstream drainage system. 5. Hydraulic connection between the new and existing golf course ponds to allow for optional filling of the existing pond. 6. Design criteria will be in accordance with the SWMM. 9/2512014 Page 4 of 5 Exhibit A: Scope of Services The PDR will include conceptual design plans, a planning level estimate of probable construction costs, a design and anticipated construction schedule, and a description of applicable design standards and modeling results. The plans will include an overall site plan showing the general layout and extent of the work; plan and profile sheets showing layout and elevations of the piping and structures; section and detail drawings for major facilities that show critical dimensions, materials of construction, and component sizing. Deliverables The following deliverables /work products will be produced under Task 4. 1. Draft Preliminary Design Report (electronic Word and PDF copies) 2. Final Preliminary Design Report sealed by an engineer licensed in the State of Washington (electronic PDF copy, one original hard copy,) 3. Final Preliminary Design Drawings (electronic AutoCAD 2012 format) Assumptions Task 4 will be performed under the following assumptions: 1. There will be no more than 5 drawing sheets developed. Project Assumptions This SOW is based on the following assumptions: 1. Budget estimated for the project scope is based on a preliminary design schedule of approximately 3 months commencing with NTP. 2. Preparation of specifications is not required. 3. A cultural resources site assessment is not required. 4. Site assessment will be based on existing field surveys and topographic mapping provided by the City. Additional Consultant survey support services are not required. 5. A hydrogeologlcal evaluation Is not required assuming there will be no change In the flow regime. 6. Regulatory and public meetings are not required. 7. Electronic deliverables will be provided in the following formats: Microsoft (MS) Word 2010, MS Excel 2010, and AutoCAD 2012. 8. A planning level cost estimate for perspective construction costs will be prepared in accordance with the AACE criteria for a Class 4 estimate. 9. The geotechnical initial site reconnaissance will be the project kick -off meeting. 10. Any pertinent record drawings, plans, photos, reports, and information on the Wicklund Pond construction, existing facilities, and on public works and /or private projects within the immediate vicinity will be provided by the City. 11. The City will provide topographic survey including locate and mapping of all underground utilities, existing easements and property boundaries, plat maps along the existing and proposed pond outfalls and conveyance /tributary alignment in AutoCAD 2012 format. 12. The City will provide consolidated review comments with a maximum 2 week review cycle. 13. The City will obtain rights -of -entry upon all lands necessary for the performance of the work, including field reviews, downstream analysis, and geotechnical exploration. 14. The City will be responsible for all easements and permitting. 15. The City will coordinate and /or perform any utility locates required in areas of the proposed borings and /or test pits. 9/25/2014 Page 6 of 5 Exhibit A: Scope of Services EXHIBIT B BUDGET & FEE SCHEDULE Exhibit B Agreement No. AG -C -455 001 Vmpcl Wnapemant 12 5 a o 2 2 o a c o 0 23 S1,06 0 so {D $0 so 61,106 002 Genecnmcel smites a 0 a o + o a 0 2 o a 14 S2,210 61ao $100 616m 316,296 $16,665 $19,094 003 Rydrelo9lc and NyereoOc Modeling e 0 w 3 0 o 0 a a 0 0 62 $1.032 so so $o so so $7.082 006 Preliminary De31on 2B z 10 o a o 2 10 33 z 1a 139 $181606 50 so $o 30 $0 S1e,e96 GRAND TOTAL de 3 24 1 10 S 2 10 37 2 I6 263 331,20. SIM $100 $16,296 $16,296 31 A$ $+6,a36 Naurs eN Dolars art..ndM 10 11.1dV ri le numEal. To1a1 Evpense Etlnn Intlanes a 6uMvnsuXanl markup of 3% Brown Aw) Caldwell Brown and Caldwell Auburn East Ridge Manor Storm Drainage Improvement Project Detailed Indlvidual Hourly Rates 91512014 Exhibit B - Fee Schedule NOTES Subconsultant markup of 3% Overhead Rate and APC $ per hour obtained from 2013 Brown and Caldwell Government Audited Statements (available on request) APC is Associated Project Costs Name Title 2014 Raw Rate Overhead Fee Billing Rate before APC 2013 -2014 Billing Rate with APC SEATTLE 178.40% 30.00% $6.36 Sutton Ian K Principal Engineer $50,97 90.93 15.29 $157.19 $163.55 Dickerson,Jessica L Project Analyst III $28.37 50.61 8.51 $87.49 $93.85 Robinson,Brent J Engineer ll $31.46 56.12 9.44 $97.02 $103.38 Twenter Ha es J Princlipal Engineer $48.30 86.17 14.49 $148.96 $155.32 Paulson Joel R Supervising Engineer $55.22 98.51 16.57 $170.30 $176.66 Fo ,CameA Accountant 1 $22.45 40.05 6.74 $69.24 $75.60 Draheim,Daniel P Technical Writer $29.26 52.20 8.78 $90.24 $96,60 Mobley,William R Principal Designer $44.16 78.78 13.25 $136.19 $142.55 Wood,Kirsten D Engineer II $29.47 52.57 8.84 . $90.89 $97.25 Matthews James L Vice President $67.05 119.62 20.12 $206.76 $213.14 Dummer CatherineA JPrinclpal Engineer $50.09 89.36 15.03 $154.48 $160.84 EXHIBIT C DIRECT NON - SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at $0.485 1mile or the current approved IRS rate. It is understood that all reimbursements are at cost and will be marked -up 3 %. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and /or environmental consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts plus a 3% markup to cover the CONSULTANT'S additional overhead expense associated with the Subcontract. Exhibit C Agreement No. AG -C -455 Page 1 of 1 CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and /or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement # (i.e.: AG -C -115). • Project number(s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.! design, right -of -way, or construction) or task order number. • Direct salary (base salaries) • Indirect salary (benefits) • Direct non - salary (i.e.: mileage, reproduction fees (i.e.. printing, copying), communication fees (i.e., telephone), supplies, computer charges, subconsultants), indirect non -salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract — total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 150. For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG -C -455 Page 1 of 2 City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter (Project Engineer) Agency Agreement #: AG -C -010 SAMPLE INVOICE Invoice #: 5222 Progress Payment #: 2 Invoice Date: February 10, 2002 Project Name: Thomas Nelson Farm Project #: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourly Rate Amount Mike Jones, Principal in Charge 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00. Joe Smith, Word Processing 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal 10 $ $ 749.00 Expenses see attached documentation Charges Multiplier Amount Mike Jones, Principal in Char a 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 10 $ $ 72.49 Consultant Total: 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 25% 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,000.00 Moving Company, Moving Consultant 2 $ 50.00 1 $ 1,025.00 100.00 Subconsultant Subtotal $ 19,793.51 $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: TOTAL DUE THIS CONTRACT BREAKDOWN 821.49 $ 2,860,00 .49 Task Amount Authorized Prior Invoiced This Invoice Total Invoiced To Dale % Expended I % Completed Amount Remainin Original Contract $22,000.00 $ 1,025.00 1 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF' 2,500.00 0.00 1,000.00 10000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 1 $ 1,025.00 1 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note: MRF= Management Reserve Fund * Received a written authorization of MRF on 1110101 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG -C -455 Page 2 of 2 ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYYI 111.1 5/31/2015 10/24/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW- THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the poliey(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsomont(s). PRODUCER Luckion Companies CONTACT 444 W. 47th SUCCI. SUIIC 900 NO Kansas City MO 64112 -1906 We. Ea: INC, NCI: EMAIL (816)960 -9000 ADDRESS: INSURERS AFFORDING COVERAGE NAIC9 INSURERA: Hartford Fire Insurance Compariv 19682 INSURED BROWN AND CALDWELL INSURERS: 1382587 AND It S' W1IOLLY OWNED SUBSIDIARIES m$URERC: Harlfurd Insurance Cu of the Midwest 37478 AND AFFILIATES INSURER D: 5 000 201 NORTH CIVIC DRIVE. SUITE 115 WALNUT CREEK CA 94596 INSURER E: INSURER F $ 2,000,000 COVERAGES " CERTIFICATE NUMBER: 13172373 REVISION NUMBER: NXYXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR rypE OF INSURANCE ADO INSD SUBR WVD POLICY NUMBER POLICY EFF IMNvDOYYYYJ POLICY EXP (MMODNYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y N 37CSEQU 1172 5/31/2014 513112015 EACH OCCURRENCE DAMAGE (Ea RENTED enw) S 2,000 000 CLAIMS MADE 1XI OCCUR MED EXP M one erson 5 000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE S 4000000 POLICY F JECDT FX] LOC PRODUCTS - COMP/OP AGG 3 4000000 $ OTHER I A AUTOMOBILE LIABILITY N N 37CSEQU 1 173 5/31/2014 5/312015 CU =dent) $ 00 -000 A BODILY INJURY (Per person) 3 xxxxxxx ANY AUTO ALL OWNED SCHEDULED AUTOS BODILY INJURY Per amdentl 3 xxxxxxX PROPERTY DAMAGE $ 3:XXXXaa i HIRED AUTOS �' NON OMED AUTOS S XXXXXXX UMBRELLA LIAB OCCUR NO] APPLICABLE EACH OCCURRENCE 3 xxxxxix AGGREGATE $ i{Xxxxxx EXCESSLIAa CLAIMS -MADE DED RETENTIONS IS Nxxxxxx C A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIESECUTWE YIN OFFICERIMEMBER E %CLUDEOT N❑ (Mandatory In NH) NIA N 37WNQU 1170 37WBRQU 1171 5/31/2014 5/312014 5/31/2015 5/312015 STATUTE ER E.L. EACH ACCIDENT $ 1 000000 E.L. DISEASE - EA EMPLOYEE $ ).000OOO n gs, desonne waer DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 3 1 O 000 B PROFESSIONAL N N LDUTAW00412 5/31/2014 5/31/2015 $ 1,000,000 PER CLAIM& LIABILITY AGGREGATE DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IALORD 101, AtltlitlorMl Remarks $ctletlule, maY be anacnetl It more apace la required) RE: EAST RIDGE NIANOR S'IORAI DRAINAGE INIPROVEbIENT PROJECT SIDFSLOVF. PIPELINE AND POND PRELIMINARY DESIGN, CLIEN: COKI'RACI NUMBER: AG -C -455, BC SID: 53295. CITY OF AUBURN IS AUDI'1'IONAL INSURED ON A PRIMARY AND NON- CONTRIBU I ORY COVERAGE BASIS AS RESPECTS GENERAL LIABILITY CO TRACE FOR THIS PROJECT. INSURANCE SHOWN APPLIES ONLY TO EXTENT OF %%'BITTEN CONTRACT AND SUBJECT TO THE TER \IS AND CONDITIONS OF TI IE POIJCY. THIRTY DAPS NOTICE OF CANCELLATION Bl''THE INSURER WILL BE PRO V IDFD TO THE CFRJn FJCA'I F HOLDER W I'I'H RF"SPF"CT TO'IHE GENERAL" AUTO_ PROFESSIONAL. LIABILITY AND WORKERS CO, %IPFNSA HON POLICIES. 13172373 AU13-16 CITY 01' AUBURN COMMUNITY DEVELOPMENT & PUBLIC WORKS DEL' I AT'FN: JOANNE ANDERSEN 25 \VES I" MAIN STREET AUBURN WA 98001 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. /�? "47'z & C) 19RA -2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Policy Number: 37CSEQU1172 Policy Term: 5/31/2014 to 5/3112015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT OR AGREEMENT - OPTION II This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organization(s): Designated Project(s) or Location(s) of Covered Operations: ALL ALL Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule above with whom you agreed in a written contract or written agreement to provide insurance such as is afforded under this policy, but only to the extent that such person or organization is liable for "bodily injury", 'property damage" or "personal and advertising injury" caused by: Your acts or omissions or the acts or omissions of those acting on your behalf: a. In the performance of your ongoing operations for such additional insured at the project(s) or location(s) designated in the Schedule; b. In connection with your premises owned by or rented to you and shown in the Schedule; or C. In connection with "your work' for the additional insured at the project(s) or location(s) designated in the Schedule and included within the "products- completed operations hazard ", but only if: (1) The written contract or agreement requires you to provide such coverage to such additional insured at the project(s) or location(s) designated in the Schedule; and (2) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products- completed operations hazard ". 2. The acts or omissions of the additional insured in connection with their general supervision of your operations at the projects or locations designated in the Schedule. B. The insurance afforded to these additional insureds applies only if the "bodily injury' or "property damage' occurs, or the "personal and advertising injury' offense is committed: 1. During the policy period; and 2. Subsequent to the execution of such written contract or written agreement; and 3. Prior to the expiration of the period of time that the written contract or written agreement requires such insurance be provided to the additional insured. Attachment Code: D465358 Ccrlificatc ID: 13172373 C. With respect to the insurance afforded to the additional insureds under this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional architectural, engineering or surveying services by or for you, including: 1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or specifications; and 2. Supervisory, inspection, architectural or engineering activities. D. Limits of Insurance With respect to insurance provided to the additional insured shown in the Schedule, Paragraph 8. How Limits of Insurance Apply To Additional Insureds in Section III - Limits of Insurance does not apply E. Duties Of Additional Insureds In The Event Of Occurrence, Offense, Claim Or Suit The Duties Condition in Section IV - Conditions is replaced by the following and applies to the additional insured shown in the Schedule, Notice Of Occurrence Or Offense The additional insured must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include. a. How, when and where the "occurrence" or offense took place; b. The names and addresses of any injured persons and witnesses; and C. The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. Notice Of Claim If -a claim is made or "suit is brought" against the additional insured, the additional insured must: a. Immediately record the specifics of the claim or "suit" and the date received, and b. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. 3. Assistance And Cooperation Of The Insured The additional insured must a. Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit ", b. Authorize us to obtain records and other information; c. Cooperate with us in the investigation or settlement of the claim or defense against the "suit ", and d. Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. 4. Obligations At The Additional Insureds Own Cost No additional insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 5. Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to the additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. Attachment Code: D465358 Certificate I D: 13172373 However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non - contributory with the additional insured's own insurance. G. Knowledge Of An Occurrence, Offense, Claim Or Suit Paragraphs 1. and 2. apply to the additional insured only when such "occurrence ", offense, claim or "suit" is known to: a. The additional insured that is an individual; b. Any partner, if the additional insured is a partnership, C. Any manager, if the additional insured is a limited liability company; d. Any "executive officer" or insurance manager, if the additional insured is a corporation, e. Any trustee, if the additional insured is a trust; or f. Any elected or appointed official, if the additional insured is a political subdivision or public entity. F. Other Insurance With respect to insurance provided to the additional insured shown in the Schedule, the Other Insurance Condition Section IV - Conditions is replaced by the following: Primary Insurance a. Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary we will share with all that other insurance by the method described in 3. below. b. Primary And Non - Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non - contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs a. and b. do not apply to other insurance to which the additional insured has been added as an additional insured or to other insurance described in paragraph 2. below. 2. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: a. Your Work That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work ", b. Premises Rented to You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; C. Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner, d. Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I - Coverage A - Bodily Injury And Property Damage Liability; e. Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of "property damage" to borrowed equipment or the use of elevators to the extent not subject to Exclusion j. of Section I - Coverage A - Bodily Injury Or Property Damage Liability; or f. When You Are Added As An Additional Insured To Other Insurance Altachmeni Code: D465358 Ceitilicaie ID: 13172373 That is any other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend against that "suit ". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: a. The total amount that all such other insurance would pay for the loss in the absence of this insurance; and b. The total of all deductible and self- insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. 3. Method of Sharing If all other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurers share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. Auachment Code: D465358 . Certificate ID: 13172373 � • C 04 `6 .\ AMENDMENT #1 TO AGREEMENT NO. AG-C-455 BETWEEN THE CITY OF AUBURN AND BROWN & CALDWELL, RELATING TO PROJECT NO. CP1316, EAST RIDGE MANOR STORM DRAINAGE IMPROVEMENT PROJECT THIS AMENDMENT is made and entered into this,-23iday , 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Brown and Caldwell, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-455 executed on the 30th day of October 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: 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-455 executed on the 30th day of October 2014 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. BROWN AND CALDWELL, INC. CITY OF AUBURN BY: 6..I . . .6. a Authorized signatu9- a ancy BacA., ayor ATTEST (Optional): ATTEST: (� By: kafAcsiCs_ Its: Danielle E. Daskam, Auburn City Clerk ' Approved as to form (Optional): App . ed as to faits' I �. girl Attorney for (Other Party) Dan rJ!.. s uburnrfi Vttorney Amendment No. 1 for Agreement No. AG-C-455 Brown and Caldwell, Inc. Page 1 of 1 ti EXHIBIT A SCOPE OF WORK During the term of this Agreement, Brown and Caldwell (Consultant)will perform professional services for the City of Auburn (City) in connection with the following project: . Project No.CP1316 East Ridge Manor Storm Drainage Improvement Project Sideslope Pipeline and Pond Preliminary Design Amendment 1 Amendment No. 1 provides for replacement engineering services during design of the East Ridge Manor Storm Drainage Improvement project. This amendment replaces the remaining work that was not completed from the original scope of work within all Tasks of the consultant scope of services from agreement AG-C-455.The replacement work to Tasks 1 and 2 is shown below.The terms of the original agreement and the accompanying budget and fee schedule remain the same. If remaining tasks from the original scope of work are requested to be completed, then another amendment with additional budget will have to be agreed upon unless the work fits within the established Management Reserve Fund. Project Description Portions of the Original Consultant scope of work (SOW)for AG-C-455 have been completed as summarized in the January 8, 2015 Auburn East Ridge Manor: Storm Drainage Improvements Project Update memorandum. Work primarily consisted of the onsite geotechnical investigate, including portions of the geotechnical report, and the hydrologic and hydraulic modeling associated with Tasks 2 and 3, respectively. Based on the previous investigation and modeling results and potential limitations at the golf course site, additional work is necessary to determine feasible stormwater management options and solutions for the project. Based on the plan to redirect the Outfall 311-YY60 flows to the existing Wicklund Pond on SE 293rd Street, Auburn, WA 98092, the City would like to investigate the option of increasing the Wicklund Pond depth to manage a portion of the new flows without direct pass through discharge to Outfall 311-YY148. It is expected that adding capacity to the existing pond will be able to manage a portion of the additional volume; however, the remaining additional flow will need to be managed by other means. The City would additionally like to preliminarily investigate the potential to discharge stormwater to the slope to promote infiltration through dispersal by the incorporation of a level spreader, or other method. The revised SOW for stormwater management alternatives includes the following: • Provide additional geotechnical investigation at the Wicklund Pond location. • Provide additional visual geotechnical investigation at potential on slope stormwater discharge and infiltration locations. This SOW replaces the remaining work to be performed under the original contract SOW with Tasks 1 and 2 listed below. 3/12/2015 Page 1 of 3 Exhibit A: Scope of Services Task 1: Project Management Objective Consultant will efficiently and effectively manage the work. Activities/Approach The Consultant project manager will coordinate project aspects with the City project manager throughout the work. The Consultant project manager will also manage the Consultant staff, budget, and schedule during the course of the work. The Consultant project manager will ensure that quality control (QC) is performed during the work, including peer and senior review for technical and qualitative aspects of the work. Project Schedule The anticipated duration of the work will be approximately 4 months from the receipt of the notice to proceed (NTP)with draft results prepared within 3 months. Maintaining this schedule will provide draft analysis completion within June 2015. Deliverables 1. Shall be the same as the original contract SOW Task 1 Deliverables. Task 2: Geotechnical Services Objective Consultant will complete a geotechnical investigation of the Wicklund Pond site, install a standpipe well, provide 2 months of bi-weekly water level monitoring, and incorporate the results into a Geotechnical Report along with the geotechnical results associated with the original Contract. Consultant will also perform a site reconnaissance of the potential level spreader locations and provide recommendations based on visual observations. Activities/Approach Task 2 includes the following activities: 1. A subsurface exploration will be planned and performed by the Consultant. The exploration will include one boring at the Wicklund Pond location, approximately 30 feet in depth, and installation of a standpipe well. Index testing, including water contents, Atterberg limits, and grain-size analysis, will be performed in the Shannon &Wilson laboratory. 2. Monitor groundwater level of the new well on a bi-weekly basis for a duration of 2 months. 3. Complete an initial site reconnaissance to observe conditions which could include unstable ground,springs and seeps,soil exposures, erosion, and vegetational indicators of geologic conditions at up to two potential level spreader locations. The initial reconnaissance will be followed by a formulation and discussion of the opportunities and limitations of the proposed stormwater discharge and infiltration. 4. Consultant will complete geotechnical engineering analyses and prepare a geotechnical report that will include a description of the geologic conditions, and recommendations on alignment, control of seepage and slope stability, sideslope pipeline design criteria, flow spreader, and pond excavation slopes or retaining walls. The sideslope pipeline design criteria will include anchor type, anchor spacing, and embedment. 3/12/2015 Page 2 of 3 Exhibit A: Scope of Services Deliverables The following deliverables/work products will be produced under Task 2. 1. Draft geotechnical report(electronic PDF copy) 2. Final geotechnical report sealed by a geotechnical engineer licensed in the State of Washington (electronic PDF copy, one original hard copy,) Assumptions Task 2 will be performed under the following assumptions: 1. It is anticipated that one 30-foot deep boring and well will be installed for the project. It is assumed that a trucked drill rig will be necessary to perform this work and that the drill cuttings will be non-contaminated. 2. All geotechnical work performed will be on City property and will not require additional right of entry.The City will notify the adjacent property owners prior to the investigation.There will be a construction permit obtained by the Consultant prior to work beginning. 3. Areas disturbed will not require restoration. 4. The Consultant will be responsible for decommissioning the well after groundwater level observations have been completed. Project Assumptions This SOW is based on the following assumptions: 1. Budget estimated for the work is based on a schedule of approximately 4 months commencing with NTP. 2. Site assessment will be based on existing field surveys and topographic mapping provided by the City. Additional Consultant survey support services are not required. 3. A hydrogeological evaluation is not required assuming there will be no change in the flow regime. 4. Regulatory and public meetings are not required. 5. Electronic deliverables will be provided in the following formats: Microsoft(MS)Word 2010, MS Excel 2010, and AutoCAD 2013 6. Any pertinent record drawings, plans, photos, reports, and information on the Wicklund Pond construction, existing facilities, and on public works and/or private projects within the immediate vicinity will be provided by the City. 7. The City will provide topographic survey including locate and mapping of all underground utilities, existing easements and property boundaries, plat maps along the existing and proposed pond outfalls and conveyance/tributary alignment in AutoCAD 2013 format. 8. The City will provide consolidated review comments with a maximum 2 week review cycle. 9. The City will obtain rights-of-entry upon all lands necessary for the performance of the work, including field reviews,downstream analysis, and geotechnical exploration. 10.The City will be responsible for all easements and permitting. 11. If additional modeling for a revised Wicklund Pond configuration is necessary as a result of this work and/or if investigative work of a level spreader option is necessary then an additional amendment may be issued by the City for this work, unless this work could be covered under the existing remaining Management Reserve Fund. 3/12/2015 Page 3 of 3 Exhibit A. Scope of Services /� �,. \\v 6\ o y �.\ AMENDMENT #1 TO AGREEMENT NO. AG -C-455 BETWEEN THE CITY OF AUBURN AND BROWN & CALDWELL, RELATING TO PROJECT NO. CP1316, EAST RIDGE MANOR STORM DRAINAGE IMPROVEMENT PROJECT THIS AMENDMENT is made and entered into this day of Me_,� , 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY "), and Brown and Caldwell, Inc. (hereinafter referred to as the "CONSULTANT "), as an Amendment to the Agreement between the parties for AG -C -455 executed on the 301h day of October 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: 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 -455 executed on the 30`h day of October 2014 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. BROWN AND CALDWELL, INC. By: Authorized signatu ATTEST (Optional): By: Its: Approved as to form (Optional): Attorney for (Other Party) Amendment No. 1 for Agreement No. AG -C -455 Brown and Caldwell, Inc Page 1 of 1 CITY OF AUBURN ancy Bacl ayor ATTEST: ka"" � Danielle E. Daskam, Auburn City Clerk EXHIBIT A SCOPE OF WORK During the term of this Agreement, Brown and Caldwell (Consultant) will perform professional services for the City of Auburn (City) in connection with the following project: Project No. CP1316 East Ridge Manor Storm Drainage Improvement Project Sideslope Pipeline and Pond Preliminary Design Amendment 1 Amendment No. 1 provides for replacement engineering services during design of the East Ridge Manor Storm Drainage Improvement project. This amendment replaces the remaining work that was not completed from the original scope of work within all Tasks of the consultant scope of services from agreement AG- C-455. The replacement work to Tasks 1 and 2 is shown below. The terms of the original agreement and the accompanying budget and fee schedule remain the same. If remaining tasks from the original scope of work are requested to be completed, then another amendment with additional budget will have to be agreed upon unless the work fits within the established Management Reserve Fund. Project Description Portions of the Original Consultant scope of work (SOW) for AG -0-455 have been completed as summarized in the January 8, 2015 Auburn East Ridge Manor: Storm Drainage Improvements Project Update memorandum. Work primarily consisted of the onsite geotechnical investigate, including portions of the geotechnical report, and the hydrologic and hydraulic modeling associated with Tasks 2 and 3, respectively. Based on the previous investigation and modeling results and potential limitations at the golf course site, additional work is necessary to determine feasible stormwater management options and solutions for the project. Based on the plan to redirect the Outfall 311 -YY60 flows to the existing Wicklund Pond on SE 293rd Street, Auburn, WA 98092, the City would like to investigate the option of increasing the Wicklund Pond depth to manage a portion of the new flows without direct pass through discharge to Outfall 311- YY148. It is expected that adding capacity to the existing pond will be able to manage a portion of the additional volume; however, the remaining additional flow will need to be managed by other means. The City would additionally like to preliminarily investigate the potential to discharge stormwater to the slope to promote infiltration through dispersal by the incorporation of a level spreader, or other method. The revised SOW for stormwater management alternatives includes the following • Provide additional geotechnical investigation at the Wicklund Pond location. • Provide additional visual geotechnical investigation at potential on slope stormwater discharge and infiltration locations. This SOW replaces the remaining work to be performed under the original contract SOW with Tasks 1 and 2 listed below. 3/12/2015 Page 1 of 3 Exhibit A: Scope of Services Task 1: Project Management Objective Consultant will efficiently and effectively manage the work. Activities /Approach The Consultant project manager will coordinate project aspects with the City project manager throughout the work. The Consultant project manager will also manage the Consultant staff, budget, and schedule during the course of the work. The Consultant project manager will ensure that quality control (QC) is performed during the work, including peer and senior review for technical and qualitative aspects of the work. Project Schedule The anticipated duration of the work will be approximately 4 months from the receipt of the notice to proceed (NTP) with draft results prepared within 3 months. Maintaining this schedule will provide draft analysis completion within June 2015. Deliverables 1. Shall be the same as the original contract SOW Task 1 Deliverables. Task 2: Geotechnical Services Objective Consultant will complete a geotechnical investigation of the Wicklund Pond site, install a standpipe well, provide 2 months of bi- weekly water level monitoring, and incorporate the results into a Geotechnical Report along with the geotechnical results associated with the original Contract. Consultant will also perform a site reconnaissance of the potential level spreader locations and provide recommendations based on visual observations. Activities /Approach Task 2 includes the following activities: 1. A subsurface exploration will be planned and performed by the Consultant. The exploration will include one boring at the Wicklund Pond location, approximately 30 feet in depth, and installation of a standpipe well. Index testing, including water contents, Atterberg limits, and grain -size analysis, will be performed in the Shannon & Wilson laboratory. 2. Monitor groundwater level of the new well on a bi- weekly basis for a duration of 2 months. 3. Complete an initial site reconnaissance to observe conditions which could include unstable ground, springs and seeps, soil exposures, erosion, and vegetational indicators of geologic conditions at up to two potential level spreader locations. The initial reconnaissance will be followed by a formulation and discussion of the opportunities and limitations of the proposed stormwater discharge and infiltration. 4. Consultant will complete geotechnical engineering analyses and prepare a geotechnical report that will include a description of the geologic conditions, and recommendations on alignment, control of seepage and slope stability, sideslope pipeline design criteria, flow spreader, and pond excavation slopes or retaining walls. The sideslope pipeline design criteria will include anchor type, anchor spacing, and embedment. 3/12/2015 Page 2 of 3 Exhibit A: Scope of Services Deliverables The following deliverables /work products will be produced under Task 2. 1. Draft geotechnical report (electronic PDF copy) 2. Final geotechnical report sealed by a geotechnical engineer licensed in the State of Washington (electronic PDF copy, one original hard copy,) Assumptions Task 2 will be performed under the following assumptions: 1. It is anticipated that one 30 -foot deep boring and well will be installed for the project. It is assumed that a trucked drill rig will be necessary to perform this work and that the drill cuttings will be non-contaminated. 2. All geotechnical work performed will be on City property and will not require additional right of entry. The City will notify the adjacent property owners prior to the investigation. There will be a construction permit obtained by the Consultant prior to work beginning. 3. Areas disturbed will not require restoration. 4. The Consultant will be responsible for decommissioning the well after groundwater level observations have been completed. Project Assumptions This SOW is based on the following assumptions: 1. Budget estimated for the work is based on a schedule of approximately 4 months commencing with NTP. 2. Site assessment will be based on existing field surveys and topographic mapping provided by the City. Additional Consultant survey support services are not required. 3. A hydrogeological evaluation is not required assuming there will be no change in the flow regime. 4. Regulatory and public meetings are not required. 5. Electronic deliverables will be provided in the following formats: Microsoft (MS) Word 2010, MS Excel 2010, and AutoCAD 2013 6. Any pertinent record drawings, plans, photos, reports, and information on the Wicklund Pond construction, existing facilities, and on public works and /or private projects within the immediate vicinity will be provided by the City. 7. The City will provide topographic survey including locate and mapping of all underground utilities, existing easements and property boundaries, plat maps along the existing and proposed pond outfalls and conveyance /tributary alignment in AutoCAD 2013 format. 8. The City will provide consolidated review comments with a maximum 2 week review cycle. 9. The City will obtain rights -of -entry upon all lands necessary for the performance of the work, including field reviews, downstream analysis, and geotechnical exploration. 10. The City will be responsible for all easements and permitting. 11. If additional modeling for a revised Wicklund Pond configuration is necessary as a result of this work and /or if investigative work of a level spreader option is necessary then an additional amendment may be issued by the City for this work, unless this work could be covered under the existing remaining Management Reserve Fund. 3/12/2015 Page 3 of 3 Exhibit A. Scope of Services AMENDMENT #2 TO AGREEMENT NO. AG -C455 BETWEEN THE CITY OF AUBURN AND BROWN & CALDWELL RELATING TO PROJECT NO. CP1316, EAST RIDGE MANOR STORM DRAINAGE IMPROVEMENT PROJECT THIS AMENDMENT is made and entered into this _t day of 7U ht- 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY "), and Brown and Caldwell, Inc. (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -455 executed on the 30'" day of October 2014, and amended by agreement dated 23rtl day of March 2015. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 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 and subsequent amendments. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -455 executed on the 301" day of October 2014 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. BROWN AND CALDELL, INC. CITY OF AUBURN By: I Authorized signature Nancy Ba 1 U4 Mayor ATTEST (Optional). ATTEST: By: / `C�kz�) _� Its. Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approved as to form: Attorney for (Other Party) D el B., Heid, Auburn City Att rney Amendment No. 2 for Agreement No. AG -C -455 BROWN AND CALDWELL, INC. Paoe 1 of 1 CITY OF ' ADBURN Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001 -4998 * www.aubuinwa.gov * 253 -931 -3000 June 30, 2015 Ian Sutton Brown & Caldwell 701 Pike Street, Suite 1200 Seattle, WA 98101 RE: Amendment No. 2 to Agreement for Professional Services, AG -C -455 Project No. CP1316, East Ridge Manor Storm Drainage Improvement Project Notice to Proceed Dear Mr. Sutton. 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 -455 and Project No. CP1316 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 -5063. Sincerely, Q CJ" Joel Chalmers, P.E. Project Engineer Community Development & Public Works Department JC /cw /mm Enclosure cc: Dan! Daskam, City Clerk (copy letter only) AG -C -455 OP1316 (2.20) AUBURN* MORE THAN YOU IMAGINED AMENDMENT#3 TO AGREEMENT NO. AG-C-455 BETWEEN THE CITY OF AUBURN AND BROWN AND CALDWELL, INC. RELATING TO PROJECT NO. CP1316, EAST RIDGE MANOR STORM DRAINAGE IMPROVEMENT PROJECT, THIS AMENDMENT is made and entered into this /S1>t day of_ZOQL , 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and BROWN AND CALDWELL, Inc. (hereinafter referred to as the "CONSULTANT', as an Amendment to the Agreement between the parties for AG-C-455 executed on the 30T day of October 2014, and amended by agreements dated the 23rd day of March 2015 and the 30th day of June 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-455 executed on the 30th day of October 2014 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. BROWN AND CALDWELL, INC. CITY OF AUBURN IA By: 41 Author', -d signature Nancy Ba'y,u- , Mayor ATTEST (Optional): ATTEST: Its: Danielle E. Daskam, Auburn City Clerk • Approved as to form (Optional): Appro - ' as form: tro, A $11 Attorney for (Other Party) Da ir :. Aubur'Cit"tto ey Amendment No. 3 for Agreement No. AG-C-455 Brown and Caldwell, Inc. Page 1 of 1 CITY OF _* -s * Nancy Backus, Mayor �;- WASHINGTON 25 West Main Street *Auburn WA 98001-4998* www.auburnwa.gov * 253-931-3000 December 17, 2015 Ron Bard Brown & Caldwell 701 Pike Street, Suite 1200 Seattle, WA 98101 RE: Amendment No. 3 to Agreement for Professional Services, AG-C-455 Project No. CP1316, East Ridge Manor Storm Drainage Improvement Project Dear Mr. Sutton: Enclosed is an executed copy of the above-referenced Amendment No. 3. 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-455 and Project No. CP1316 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 253-876-1989. Sincerely, tea , Shannon Howard, E.I.T Civil Engineer- Utilities Community Development & Public Works Department JC/cw/as Enclosure cc: Dani Daskam, City Clerk AG-C-455 CP1316 (2.20) AUBURN * MORE THAN YOU IMAGINED