Loading...
HomeMy WebLinkAboutAG-C-466 CH2M HILL, Inc D 41.1 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Agreement Number: AGC466 Firm/Organization Legal Name (do not use dba's): CH2M HILL, Inc. Address Federal Aid Number 1100 112th AVE NE, STE 500, Bellevue, WA 98004 STPUL-1090(009) UBI Number • Federal TIN or SSN Number 601-482-400 59-0918189 Execution Date Completion Date 12/31/2016 1099 Form Required Federal Participation ❑ Yes El No 0 Yes No Project Title Project CP1415: West Main Street Multi-Modal Corridor& ITS Improvements Description of Work The Project includes survey and base mapping, preliminary engineering, environmental documentation and permitting, and final design (including plans, specifications, and estimates) related to West Main Street Multi-Modal Corridor& ITS Improvements. • • • ❑ Yes Q No DBE Participation Total Amount Authorized: $637,969.06 0 Yes Q No MBE Participation Management Reserve Fund: $Oli Yes El No WBE Participation Maximum Amount Payable: $637.969.06 ❑ Yes • El No SBE Participation Index of Exhibits Exhibit A Scope of Work Exhibit B DBE Participation Exhibit C Preparation and Delivery of Electronic Engineering and Other Data Exhibit D Prime Consultant Cost Computations Exhibit E Sub-consultant Cost Computations Exhibit F Title VI Assurances Exhibit G Certification Documents Exhibit H Liability Insurance Increase Exhibit I Alleged Consultant Design Error Procedures Exhibit J Consultant Claim Procedures Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 1 of 14 Revised 4/10/2019 THIS AGREEMENT, made and entered into as shown in the "Execution Date" box on page one (1) of this AGREEMENT, between the City of Auburn hereinafter called the "AGENCY," and the "Firm / Organization Name" referenced on page one (1) of this AGREEMENT, hereinafter called the "CONSULTANT." WHEREAS, the AGENCY desires to accomplish the work referenced in "Description of Work" on page one (1) of this AGREEMENT and hereafter called the"SERVICES;" and does not have sufficient staff to meet the required commitment and therefore deems it advisable and desirable to engage the assistance of a CONSULTANT to provide the necessary SERVICES; and WHEREAS, the CONSULTANT represents that they comply with the Washington State Statutes relating to professional registration, if applicable, and has signified a willingness to furnish consulting services to the AGENCY. NOW, THEREFORE, in consideration of the terms, conditions, covenants, and performance contained herein, or attached and incorporated and made a part hereof, the parties hereto agree as follows: I. General Description of Work The work under this AGREEMENT shall consist of the above-described SERVICES as herein defined, and necessary to accomplish the completed work for this project. The CONSULTANT shall furnish all services, labor, and related equipment and, if applicable, sub-consultants and subcontractors necessary to conduct and complete the SERVICES as designated elsewhere in this AGREEMENT. II. General Scope of Work The Scope of Work and projected level of effort required for these SERVICES is described in Exhibit"A" attached hereto and by this reference made a part of this AGREEMENT. The General Scope of Work was developed utilizing performance based contracting methodologies. Ill. General Requirements All aspects of coordination of the work of this AGREEMENT with outside agencies, groups, or individuals shall receive advance approval by the AGENCY. Necessary contacts and meetings with agencies, groups, and/or individuals shall be coordinated through the AGENCY. The CONSULTANT shall attend coordination, progress, and presentation meetings with the AGENCY and/or such State, Federal, Community, City, or County officials, groups or individuals as may be requested by the AGENCY. The AGENCY will provide the CONSULTANT sufficient notice prior to meetings requiring CONSULTANT participation. The minimum required hours or days' notice shall be agreed to between the AGENCY and the CONSULTANT and shown in Exhibit "A." The CONSULTANT shall prepare a monthly progress report, in a form approved by the AGENCY, which will outline in written and graphical form the various phases and the order of performance of the SERVICES in sufficient detail so that the progress of the SERVICES can easily be evaluated. The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations, and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 2 of 14 Revised 4/10/2015 • Participation for Disadvantaged Business Enterprises (DBE) or Small Business Enterprises (SBE), if required, per 49 CFR Part 26, shall be shown on the heading of this AGREEMENT. If DBE firms are utilized at the commencement of this AGREEMENT, the amounts authorized to each firm and their certification number will be shown on Exhibit "B" attached hereto and by this reference made part of this AGREEMENT. If the Prime CONSULTANT is a DBE certified firm they must comply with the Commercial Useful Function (CUF) regulation outlined in the AGENCY's"DBE Program Participation Plan" and perform a minimum of 30% of the total amount of this AGREEMENT. It is recommended, but not required, that non-DBE Prime CONSULTANTS perform a minimum of 30% of the total amount of this AGREEMENT. The CONSULTANT, on a monthly basis, is required to submit DBE Participation of the amounts paid to all DBE firms invoiced for this AGREEMENT. All Reports, PS&E materials, and other data furnished to the CONSULTANT by the AGENCY shall be returned. All electronic files, prepared by the CONSULTANT, must meet the requirements as outlined in Exhibit "C — Preparation and Delivery of Electronic Engineering and other Data." All designs, drawings, specifications, documents, and other work products, including all electronic files, prepared by the CONSULTANT prior to completion or termination of this AGREEMENT are instruments of service for these SERVICES, and are the property of the AGENCY. Reuse by the AGENCY or by others, acting through or on behalf of the AGENCY of any such instruments of service, not occurring as a part of this SERVICE, shall be without liability or legal exposure to the CONSULTANT. Any and all notices or requests required under this AGREEMENT shall be made in writing and sent to the other party by (i) certified mail, return receipt requested, or(ii) by email or facsimile, to the address set forth below: If to AGENCY: If to CONSULTANT: Name: Jacob Swecting Name: Stephanie Forman Agency: City of Auburn Agency: CH2M HILL, Inc. Address: 25 West Main Street Address: 1100 112th AVE NE, STE 500 City: Auburn State: WA Zip: 98001 City: Bellevue State: WA Zip: 98004 Email: jsweeting @auburnwa.gov Email: sforman@ch2m.com Phone: 253.804.3118 Phone: 425.233.3267 Facsimile: Facsimile: 425.468.3100 IV. Time for Beginning and Completion The CONSULTANT shall not begin any work under the terms of this AGREEMENT until authorized in writing by the AGENCY. All work under this AGREEMENT shall be completed by the date shown in the heading of this AGREEMENT titled "Completion Date." The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the AGENCY in the event of a delay attributable to the AGENCY, or because of unavoidable delays caused by an act of GOD, governmental actions, or other conditions beyond the control of the CONSULTANT. A prior supplemental AGREEMENT issued by the AGENCY is required to extend the established completion time. Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 3 of 14 Revised 4/10/2015 V. Payment Provisions The CONSULTANT shall be paid by the AGENCY for completed SERVICES rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for SERVICES performed or SERVICES rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete SERVICES, specified in Section II, "Scope of Work". The CONSULTANT shall conform to all applicable portions of 48 CFR Part 31 (www.ecfr.gov). The estimate in support of the Cost Plus Fixed Fee amount is attached hereto as Exhibits "D" and "E" and by this reference made part of this AGREEMENT. A. Actual Costs: Payment for all consulting services for this PROJECT shall be on the basis of the CONSULTANT'S actual cost plus a fixed fee. The actual cost shall include direct salary cost, indirect cost rate, and direct non-salary costs. 1. Direct (RAW) Labor Costs: The Direct (RAW) Labor Cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this AGREEMENT. The CONSULTANT shall maintain support data to verify the direct salary costs billed to the AGENCY. 2. Indirect Cost Rate (ICR) Costs: ICR Costs are those costs, other than direct costs, which are included as such on the books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the ICR rates shown in attached Exhibits "D" and "E" of this AGREEMENT. Total ICR payment shall be based on Actual Costs. The AGENCY agrees to reimburse the CONSULTANT the actual ICR costs verified by audit, up to the Maximum Total Amount Payable, authorized under this AGREEMENT, when accumulated with all other Actual Costs. A summary of the CONSULTANT'S cost estimate and the ICR percentage is shown in Exhibits"D" and "E", attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT (prime and all sub-consultants) will submit to the AGENCY within six (6) months after the end of each firm's fiscal year, an ICR schedule in the format required by the AGENCY(cost category, dollar expenditures, etc.) for the purpose of adjusting the ICR rate for billings received and paid during the fiscal year represented by the ICR schedule. It shall also be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's ICR cost to reflect the actual rate. The ICR schedule will be sent to Email: ConsultantRates @wsdot.wa.gov. Failure to supply this information by either the prime CONSULTANT or any of their sub-consultants shall cause the AGENCY to withhold payment of the billed ICR costs until such time as the required information is received and an overhead rate for billing purposes is approved. The AGENCY's Project Manager and/or the Federal Government may perform an audit of the CONSULTANT'S books and records at any time during regular business hours to determine the actual ICR rate, if they so desire. 3. Direct Non-Salary Costs: Direct Non-Salary Costs will be reimbursed at the Actual Cost to the CONSULTANT. These charges may include, but are not limited to, the following items: travel, printing, long distance telephone, supplies, computer charges and fees of sub-consultants. Air or train travel will be reimbursed only to economy class levels unless otherwise approved by the AGENCY. The CONSULTANT shall comply with the rules and regulations regarding travel costs (excluding air, train, and rental car costs) in accordance with WSDOT's Accounting Manual M 13-82, Chapter 10—Travel Rules and Procedures, and revisions thereto. Air, train, and rental car costs shall be reimbursed in accordance with 48 Code of Federal Regulations (CFR) Part 31.205-46 "Travel Costs." The billing for Direct Non-Salary Costs shall include an itemized listing of the charges directly identifiable with the PROJECT. The CONSULTANT shall maintain the original supporting documents in their office. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 4 of 14 Revised 4/10/2015 4. Fixed Fee: The Fixed Fee, which represents the CONSULTANT'S profit, is shown in attached Exhibits"D" and"E" of this AGREEMENT. This fee is based on the Scope of Work defined in this AGREEMENT and the estimated person-hours required to perform the stated Scope of Work. In the event the CONSULTANT enters into a supplemental AGREEMENT for additional work, the supplemental AGREEMENT may include provisions for the added costs and an appropriate additional fee. The Fixed Fee will be prorated and paid monthly in proportion to the percentage of work completed by the CONSULTANT and reported in the Monthly Progress Reports accompanying the billings. Any portion of the Fixed Fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX entitled "Termination of Agreement." 5. Management Reserve Fund (MRF): The AGENCY may desire to establish MRF to provide the Agreement Administrator with the flexibility to authorize 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 and shall not exceed the lesser of$100,000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the MRF is shown in the heading of this AGREEMENT. This fund may not be replenished. Any changes requiring additional costs in excess of the MRF shall be made in accordance with Section XIII, "Changes of Work." 6. Maximum Total Amount Payable: The Maximum Total Amount Payable by the AGENCY to the CONSULTANT under this AGREEMENT shall not exceed the amount shown in the heading of this AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, and the MRF. The Maximum Total Amount Payable does not include payment for Extra Work as stipulated in Section XIII, "Changes of Work." No minimum amount payable is guaranteed under this AGREEMENT. B. Monthly Progress Payments: The CONSULTANT may submit billings to the AGENCY for reimbursement of Actual Costs plus the ICR and calculated fee on a monthly basis during the progress of the work. Such billings shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, "General Requirements" of this AGREEMENT. The billings will be supported by an itemized listing for each item including Direct (RAW) Labor, Direct Non-Salary, and allowable ICR Costs to which will be added the prorated Fixed Fee. To provide a means of verifying the billed Direct (RAW) Labor costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These interviews may consist of recording the names, titles, Direct (RAW) Labor rates, and present duties of those employees performing work on the PROJECT at the time of the interview. C. Final Payment: Final Payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent, if applicable, upon receipt of all PS&E, plans, maps, notes, reports, electronic data and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such Final Payment by the CONSULTANT shall constitute a release of all claims for payment, which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said Final Payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit; all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within thirty (30) calendar days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. The CONSULTANT has twenty (20)working days after receipt of the final POST AUDIT to begin the appeal process to the AGENCY for audit findings. Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 5 of 14 Revised 4/1012015 D. Inspection of Cost Records: The CONSULTANT and their sub-consultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of six (6)years after receipt of final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim or audit arising out of, in connection with, or related to this AGREEMENT is initiated before the expiration of the six (6) year period, the cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. An interim or post audit may be performed on this AGREEMENT. The audit, if any, will be performed by the State Auditor, WSDOT's Internal Audit Office and/or at the request of the AGENCY's Project Manager. VI. Sub-Contracting The AGENCY permits subcontracts for those items of SERVICES as shown in Exhibit "A" attached hereto and by this reference made part of this AGREEMENT. The CONSULTANT shall not subcontract for the performance of any SERVICE under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and sub-consultant, any contract or any other relationship. • Compensation for this sub-consultant SERVICES shall be based on the cost factors shown on Exhibit "E" attached hereto and by this reference made part of this AGREEMENT. The SERVICES of the sub-consultant shall not exceed its maximum amount payable identified in each sub- consultant cost estimate unless a prior written approval has been issued by the AGENCY. All reimbursable direct labor, indirect cost rate, direct non-salary costs and fixed fee costs for the sub-consultant shall be negotiated and substantiated in accordance with section V "Payment Provisions" herein and shall be memorialized in a final written acknowledgement between the parties. All subcontracts shall contain all applicable provisions of this AGREEMENT, and the CONSULTANT shall require each sub-consultant or subcontractor, of any tier, to abide by the terms and conditions of this AGREEMENT. With respect to sub-consultant payment, the CONSULTANT shall comply with all applicable sections of the STATE's Prompt Payment laws as set forth in RCW 39.04.250 and RCW 39.76.011. The CONSULTANT, sub-recipient, or sub-consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this AGREEMENT. The CONSULTANT shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the CONSULTANT to carry out these requirements is a material breach of this AGREEMENT, which may result in the termination of this AGREEMENT or such other remedy as the recipient deems appropriate. VII. Employment and Organizational Conflict of Interest The CONSULTANT warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gift, or any other consideration;contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the AGENCY shall have the right to annul this AGREEMENT without liability or, in its discretion, to deduct from this AGREEMENT price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Any and all employees of the CONSULTANT or other persons while engaged in the performance of any work or services required of the CONSULTANT under this AGREEMENT, shall be considered employees of the CONSULTANT only and not of the AGENCY, and any and all claims that may arise under any Workmen's Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 6 of 14 Revised 4/10/2015 Compensation Act on behalf of said employees or other persons while so engaged, and any and all claims made by a third party as a consequence of any act or omission on the part of the CONSULTANT's employees or other persons while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full- or part-time basis, or other basis, during the period of this AGREEMENT, any professional or technical personnel who are, or have been, at any time during the period of this AGREEMENT, in the employ of the United States Department of Transportation or the AGENCY, except regularly retired employees, without written consent of the public employer of such person if he/she will be working on this AGREEMENT for the CONSULTANT. VIII. Nondiscrimination During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, sub-consultants, subcontractors and successors in interest, agrees to comply with the following laws and regulations: • Title VT of the Civil Rights Act of 1964 • Civil Rights Restoration Act of 1987 (42 U.S.C. Chapter 21 Subchapter V § 2000d (Public Law 100-259) through 2000d-4a) • American with Disabilities Act of 1990 • Federal-aid Highway Act of 1973 (42 U.S.C. Chapter 126 § 12101 et. seq.) (23 U.S.C. Chapter 3 § 324) • 23 CFR Part 200 • Rehabilitation Act of 1973 • 49 CFR Part 21 (29 U.S.C. Chapter 16 Subchapter V § 794) 49 CFR Part 26 •• Age Discrimination Act of 1975 RCW 49.60.180 •(42 U.S.C. Chapter 76 § 6101 et. seq.) In relation to Title VI of the Civil Rights Act of 1964, the CONSULTANT is bound by the provisions of Exhibit "F" attached hereto and by this reference made part of this AGREEMENT, and shall include the attached Exhibit "F" in every sub-contract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. IX. Termination of Agreement The right is reserved by the AGENCY to terminate this AGREEMENT at any time with or without cause upon ten (10) days written notice to the CONSULTANT. In the event this AGREEMENT is terminated by the AGENCY, other than for default on the part of the CONSULTANT, a final payment shall be made to the CONSULTANT for actual hours charged and any appropriate fixed fee percentage at the time of termination of this AGREEMENT, plus any direct non-salary costs incurred up to the time of termination of this AGREEMENT. No payment shall be made for any SERVICES completed after ten (10) days following receipt by the CONSULTANT of the notice to terminate. If the accumulated payment made to the CONSULTANT prior to Notice of Termination exceeds the total amount that would be due when computed as set forth in paragraph two (2) of this section, then no final payment shall be due and the CONSULTANT shall immediately reimburse the AGENCY for any excess paid. If the services of the CONSULTANT are terminated by the AGENCY for default on the part of the CONSULTANT, the above formula for payment shall not apply. In the event of a termination for default, the amount to be paid to the CONSULTANT shall be determined by the AGENCY with consideration given to the actual costs incurred by the CONSULTANT in performing SERVICES to the date of termination, the amount of SERVICES originally required which was satisfactorily completed to Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 7 of 14 . Revised 411012015 date of termination, whether that SERVICE is in a form or a type which is usable to the AGENCY at the time of termination, the cost to the AGENCY of employing another firm to complete the SERVICES required and the time which may be required to do so, and other factors which affect the value to the AGENCY of the SERVICES performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount, which would have been made using the formula set forth in paragraph two (2) of this section. If it is determined for any reason that the CONSULTANT was not in default or that the CONSULTANT's failure to perform is without the CONSULTANT's or its employee's fault or negligence, the termination shall be deemed to be a termination for the convenience of the AGENCY. In such an event, the CONSULTANT would be reimbursed for actual costs and appropriate fixed fee percentage in accordance with the termination for other than default clauses listed previously. The CONSULTANT shall, within 15 days, notify the AGENCY in writing, in the event of the death of any member, partner, or officer of the CONSULTANT or the death or change of any of the CONSULTANT's supervisory and/or other key personnel assigned to the project or disaffiliation of any principally involved CONSULTANT employee. The CONSULTANT shall also notify the AGENCY, in writing, in the event of the sale or transfer of 50% or more of the beneficial ownership of the CONSULTANT within 15 days of such sale or transfer occurring. The CONSULTANT shall continue to be obligated to complete the SERVICES under the terms of this AGREEMENT unless the AGENCY chooses to terminate this AGREEMENT for convenience or chooses to renegotiate any term(s) of this AGREEMENT. If termination for convenience occurs, final payment will be made to the CONSULTANT as set forth in the second and third paragraphs of this section. Payment for any part of the SERVICES by the AGENCY shall not constitute a waiver by the AGENCY of any remedies of any type it may have against the CONSULTANT for any breach of this AGREEMENT by the CONSULTANT, or for failure of the CONSULTANT to perform SERVICES required of it by the AGENCY. Forbearance of any rights under the AGREEMENT will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the CONSULTANT. X. Changes of Work The CONSULTANT shall make such changes and revisions in the completed work of this AGREEMENT as necessary to correct errors appearing therein, without additional compensation thereof. Should the AGENCY find it desirable for its own purposes to have previously satisfactorily completed SERVICES or parts thereof changed or revised, the CONSULTANT shall make such revisions as directed by the AGENCY. This work shall be considered as Extra Work and will be paid for as herein provided under section XI I I "Extra Work." XI. Disputes Any disputed issue not resolved pursuant to the terms of this AGREEMENT shall be submitted in writing within 10 days to the Director of Public Works or AGENCY Engineer, whose decision in the matter shall be final and binding on the parties of this AGREEMENT; provided however, that if an action is brought challenging the Director of Public Works or AGENCY Engineer's decision, that decision shall be subject to judicial review. If the parties to this AGREEMENT mutually agree, disputes concerning alleged design errors will be conducted under the procedures found in Exhibit "J". In the event that either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this AGREEMENT, this action shall be initiated in the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. The parties hereto agree that all questions shall be resolved by application of Washington law and that the parties have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The CONSULTANT hereby consents to the personal jurisdiction of the Superior Court of the State of Washington, situated in the county in which the AGENCY is located. Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 8 of 14 Revised 4/10/2015 XII. Legal Relations The CONSULTANT, any sub-consultants, and the AGENCY shall comply with all Federal, State, and local laws, rules, codes, regulations and all AGENCY policies and directives, applicable to the work to be performed under this AGREEMENT. This AGREEMENT shall be interpreted and construed in accordance with the laws of the State of Washington. The CONSULTANT shall defend, indemnify, and hold The State of Washington (STATE) and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the negligence of, or the breach of any obligation under this AGREEMENT by, the CONSULTANT or the CONSULTANT's agents, employees, sub consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable; provided that nothing herein shall require a CONSULTANT to defend or indemnify the STATE and the AGENCY and their officers and employees against and hold harmless the STATE and the AGENCY and their officers and employees from claims, demands or suits based solely upon the negligence of, or breach of any obligation under this AGREEMENT by the STATE and the AGENCY, their agents, officers, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the STATE and/or the AGENCY may be legally liable; and provided further that if the claims or suits are caused by or result from the concurrent negligence of(a) the CONSULTANT or the CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT is legally liable, and (b)the STATE and/or AGENCY, their agents, officers, employees, sub-consultants, subcontractors and or vendors, of any tier, or any other persons for whom the STATE and or AGENCY may be legally liable, the defense and indemnity obligation shall be valid and enforceable only to the extent of the CONSULTANT's negligence or the negligence of the CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. This provision shall be included in any AGREEMENT between CONSULTANT and any sub-consultant, subcontractor and vendor, of any tier. The CONSULTANT shall also defend, indemnify, and hold the STATE and the AGENCY and their officers and employees harmless from all claims, demands, or suits at law or equity arising in whole or in part from the alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions by the CONSULTANT or the CONSULTANT's agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable, in performance of the Work under this AGREEMENT or arising out of any use in connection with the AGREEMENT of methods, processes, designs, information or other items furnished or communicated to STATE and/or the AGENCY, their agents, officers and employees pursuant to the AGREEMENT; provided that this indemnity shall not apply to any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade secrets, patents, proprietary information, know-how, copyright rights or inventions resulting from STATE and/or AGENCY's, their agents', officers' and employees' failure to comply with specific written instructions regarding use provided to STATE and/or AGENCY, their agents, officers and employees by the CONSULTANT, its agents, employees, sub-consultants, subcontractors or vendors, of any tier, or any other persons for whom the CONSULTANT may be legally liable. The CONSULTANT's relation to the AGENCY shall be at all times as an independent contractor. Notwithstanding any determination by the Executive Ethics Board or other tribunal, the AGENCY may, in its sole discretion, by written notice to the CONSULTANT terminate this AGREEMENT if it is found after due notice and examination by the AGENCY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or any similar statute involving the CONSULTANT in the procurement of, or performance under, this AGREEMENT. The CONSULTANT specifically assumes potential liability for actions brought by the CONSULTANT's own employees or its agents against the STATE and /or the AGENCY and, solely for the purpose of this indemnification and defense, the CONSULTANT specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated between the Parties. Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 9 of 14 Revised 4/10/2015 Unless otherwise specified in this AGREEMENT, the AGENCY shall be responsible for administration of construction contracts, if any, on the project. Subject to the processing of a new sole source, or an acceptable supplemental AGREEMENT, the CONSULTANT shall provide On-Call assistance to the AGENCY during contract administration. By providing such assistance, the CONSULTANT shall assume no responsibility for: proper construction techniques,job site safety, or any construction contractor's failure to perform its work in accordance with the contract documents. The CONSULTANT shall obtain and keep in force during the terms of this AGREEMENT, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the STATE. B. Commercial general liability insurance written under ISO Form CG 00 01 12 04 or its equivalent with minimum limits of one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000.00) in the aggregate for each policy period. C. Business auto liability insurance written under 1S0 Form CG 00 01 10 01 or equivalent providing coverage for any "Auto" (Symbol 1) used in an amount not less than a one million dollar($1,000,000.00) combined single limit for each occurrence. Excepting the Worker's Compensation Insurance and any Professional Liability Insurance, the STATE and AGENCY, their officers, employees, and agents will be named on all policies of CONSULTANT and any sub- consultant and/or subcontractor as an additional insured (the "Als"), with no restrictions or limitations concerning products and completed operations coverage. This coverage shall be primary coverage and non-contributory and any coverage maintained by the Als shall be excess over, and shall not contribute with, the additional insured coverage required hereunder. The CONSULTANT's and the sub-consultant's and/or subcontractor's insurer shall waive any and all rights of subrogation against the Als. The CONSULTANT shall furnish the AGENCY with verification of insurance and endorsements required by this AGREEMENT. The AGENCY reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The CONSULTANT shall submit a verification of insurance as outlined above within fourteen (14) days of the execution of this AGREEMENT to: Name: Jacob Sweeting Agency: City of Auburn Address: 25 West Main Street City: Auburn State: WA Zip: 98001 Email: jsweeting @auburnwa.gov Phone: 253.804.3118 Facsimile: No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the AGENCY. The CONSULTANT's professional liability to the AGENCY, including that which may arise in reference to section IX "Termination of Agreement" of this AGREEMENT, shall be limited to the accumulative amount of the authorized AGREEMENT amount or one million dollars ($1,000,000.00), whichever is greater, unless the limit of liability is increased by the AGENCY pursuant to Exhibit H. In no case shall the CONSULTANT's professional liability to third parties be limited in any way. Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 10 of 14 Revised 4/10/2015 The parties enter into this AGREEMENT for the sole benefit of the parties, and to the exclusion of any third party, and no third party beneficiary is intended or created by the execution of this AGREEMENT. The AGENCY will pay no progress payments under section V "Payment Provisions" until the CONSULTANT has fully complied with this section. This remedy is not exclusive; and the AGENCY may take such other action as is available to it under other provisions of this AGREEMENT, or otherwise in law. XIII. Extra Work A. The AGENCY may at any time, by written order, make changes within the general scope of this AGREEMENT in the SERVICES to be performed. B. If any such change causes an increase or decrease in the estimated cost of, or the time required for, performance of any part of the SERVICES under this AGREEMENT, whether or not changed by the order, or otherwise affects any other terms and conditions of this AGREEMENT, the AGENCY shall make an equitable adjustment in the: (1) maximum amount payable; (2) delivery or completion schedule, or both; and (3) other affected terms and shall modify this AGREEMENT accordingly. C. The CONSULTANT must submit any "request for equitable adjustment," hereafter referred to as"CLAIM," under this clause within thirty (30)days from the date of receipt of the written order. However, if the AGENCY decides that the facts justify it, the AGENCY may receive and act upon a CLAIM submitted before final payment of this AGREEMENT. D. Failure to agree to any adjustment shall be a dispute under the section XI "Disputes" clause. However, nothing in this clause shall excuse the CONSULTANT from proceeding with the AGREEMENT as changed. E. Notwithstanding the terms and conditions of paragraphs (A.) and (B.) above, the maximum amount payable for this AGREEMENT, shall not be increased or considered to be increased except by specific written supplement to this AGREEMENT. XIV. Endorsement of Plans If applicable, the CONSULTANT shall place their endorsement on all plans, estimates, or any other engineering data furnished by them. XV. Federal Review The Federal Highway Administration shall have the right to participate in the review or examination of the SERVICES in progress. XVI. Certification of the Consultant and the Agency Attached hereto as Exhibit "G-1(a and b)" are the Certifications of the CONSULTANT and the AGENCY, Exhibit "G-2" Certification Regarding Debarment, Suspension and Other Responsibility Matters -Primary Covered Transactions, Exhibit"G-3" Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying and Exhibit"G-4" Certificate of Current Cost or Pricing Data. Exhibit"G-3" is required only in AGREEMENT's over one hundred thousand dollars ($100,000.00) and Exhibit"G-4" is required only in AGREEMENT's over five hundred thousand dollars ($500,000.00.) These Exhibits must be executed by the CONSULTANT, and submitted with the master AGREEMENT, and returned to the AGENCY at the address listed in section III "General Requirements" prior to its performance of any SERVICES under this AGREEMENT. Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 11 of 14 Revised 4/10/2015 XVII. Complete Agreement This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as a supplement to this AGREEMENT. XVIII. Execution and Acceptance This AGREEMENT may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The CONSULTANT does hereby ratify and adopt all statements, representations, warranties, covenants, and AGREEMENT's contained in the proposal, and the supporting material submitted by the CONSULTANT, and does hereby accept this AGREEMENT and agrees to all of the terms and conditions thereof, XIX. Protection of Confidential Information The CONSULTANT acknowledges that some of the material and information that may come into its possession or knowledge in connection with this AGREEMENT or its performance may consist of information that is exempt from disclosure to the public or other unauthorized persons under either chapter 42.56 RCW or other local, state or federal statutes ("State's Confidential Information"). The"State's Confidential Information" includes, but is not limited to, names, addresses, Social Security numbers, e-mail addresses, telephone numbers, financial profiles, credit card information, driver's license numbers, medical data, law enforcement records (or any other information identifiable to an individual), STATE and AGENCY source code or object code, STATE and AGENCY security data, non-public Specifications, STATE and AGENCY non-publicly available data, proprietary software, State security data, or information which may jeopardize any part of the project that relates to any of these types of information. The CONSULTANT agrees to hold the State's Confidential Information in strictest confidence and not to make use of the State's Confidential Information for any purpose other than the performance of this AGREEMENT, to release it only to authorized employees, sub-consultants or subcontractors requiring such information for the purposes of carrying out this AGREEMENT, and not to release, divulge, publish, transfer, sell, disclose, or otherwise make it known to any other party without the AGENCY's express written consent or as provided by law. The CONSULTANT agrees to release such information or material only to employees, sub-consultants or subcontractors who have signed a nondisclosure AGREEMENT, the terms of which have been previously approved by the AGENCY. The CONSULTANT agrees to implement physical, electronic, and managerial safeguards to prevent unauthorized access to the State's Confidential Information. Immediately upon expiration or termination of this AGREEMENT, the CONSULTANT shall, at the AGENCY's option: (i) certify to the AGENCY that the CONSULTANT has destroyed all of the State's Confidential Information; or(ii) returned all of the State's Confidential Information to the AGENCY; or(iii) take whatever other steps the AGENCY requires of the CONSULTANT to protect the State's Confidential Information. As required under Executive Order 00-03, the CONSULTANT shall maintain a log documenting the following: the State's Confidential Information received in the performance of this AGREEMENT; the purpose(s)for which the State's Confidential Information was received; who received, maintained and used the State's Confidential Information; and the final disposition of the State's Confidential Information. The CONSULTANT's records shall be subject to inspection, review, or audit upon reasonable notice from the AGENCY. The AGENCY reserves the right to monitor, audit, or investigate the use of the State's Confidential Information collected, used, or acquired by the CONSULTANT through this AGREEMENT. The monitoring, auditing, or investigating may include, but is not limited to, salting databases. Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 12 of 14 Revised 4/10/2015 tabulations, computations, summaries, inventories, and writings regarding conferences, conversations or telephone conversations, and any and all other taped, recorded, written, printed or typed matters of any kind or description; every copy of the foregoing whether or not the original is in the possession, custody, or control of the CONSULTANT, and every copy of any of the foregoing, whether or not such copy is a copy identical to an original, or whether or not such copy contains any commentary or notation whatsoever that does not appear on the original. For purposes of this AGREEMENT, "ESI" means any and all computer data or electronic recorded media of any kind, including "Native Files", that are stored in any medium from which it can be retrieved and examined, either directly or after translation into a reasonably useable form. ESI may include information and/or documentation stored in various software programs such as: Email, Outlook, Word, Excel, Access, Publisher, PowerPoint, Adobe Acrobat, SQL databases, or any other software or electronic communication programs or databases that the CONSULTANT may use in the performance of its operations. ESI may be located on network servers, backup tapes, smart phones, thumb drives, CDs, DVDs, floppy disks, work computers, cell phones, laptops or any other electronic device that CONSULTANT uses in the performance of its Work or SERVICES hereunder, including any personal devices used by the CONSULTANT or any sub-consultant at home. "Native files" are a subset of ESl and refer to the electronic format of the application in which such ESI is normally created, viewed, and/or modified. The CONSULTANT shall include this section XX "Records Maintenance" in every subcontract it enters into in relation to this AGREEMENT and bind the sub-consultant to its terms, unless expressly agreed to otherwise in writing by the AGENCY prior to the execution of such subcontract. In witness whereof, the parties hereto have executed this AGREEMENT as of the day and year shown in the "Execution Date" box on page one (1) of this AGREEMENT. CH2M HILL, Inc: LA , Qf May 7, 2015 Signature Roger J. Mason, Vice President Date >r ra et.Gk_ ,y MAY 18 2015 Signature /� Date Any modification, change, or reformation of this AGREEMENT shall require approval as to form by the Office of the Attorney General. Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 14 of 14 Revised 4/10/2015 Violation of this section by the CONSULTANT or its sub-consultants or subcontractors may result in termination of this AGREEMENT and demand for return of all State's Confidential Information, monetary damages, or penalties. It is understood and acknowledged that the CONSULTANT may provide the AGENCY with information which is proprietary and/or confidential during the term of this AGREEMENT. The parties agree to maintain the confidentiality of such information during the term of this AGREEMENT and afterwards. All materials containing such proprietary and/or confidential information shall be clearly identified and marked as"Confidential" and shall be returned to the disclosing party at the conclusion of the SERVICES under this AGREEMENT. The CONSULTANT shall provide the AGENCY with a list of all information and materials it considers confidential and/or proprietary in nature: (a) at the commencement of the term of this AGREEMENT; or (b) as soon as such confidential or proprietary material is developed. "Proprietary and/or confidential information" is not meant to include any information which, at the time of its disclosure: (i) is already known to the other party; (ii) is rightfully disclosed to one of the parties by a third party that is not acting as an agent or representative for the other party; (iii) is independently developed by or for the other party; (iv) is publicly known; or (v) is generally utilized by unaffiliated third parties engaged in the same business or businesses as the CONSULTANT. The parties also acknowledge that the AGENCY is subject to Washington State and federal public disclosure laws. As such, the AGENCY shall maintain the confidentiality of all such information marked proprietary and/ or confidential or otherwise exempt, unless such disclosure is required under applicable state or federal law. If a public disclosure request is made to view materials identified as"Proprietary and/or confidential information" or otherwise exempt information, the AGENCY will notify the CONSULTANT of the request and of the date that such records will be released to the requester unless the CONSULTANT obtains a court order from a court of competent jurisdiction enjoining that disclosure. If the CONSULTANT fails to obtain the court order enjoining disclosure, the AGENCY will release the requested information on the date specified. The CONSULTANT agrees to notify the sub-consultant of any AGENCY communication regarding disclosure that may include a sub-consultant's proprietary and/or confidential information. The CONSULTANT notification to the sub-consultant will include the date that such records will be released by the AGENCY to the requester and state that unless the sub-consultant obtains a court order from a court of competent jurisdiction enjoining that disclosure the AGENCY will release the requested information. If the CONSULTANT and/or sub-consultant fail to obtain a court order or other judicial relief enjoining the AGENCY by the release date, the CONSULTANT shall waive and release and shall hold harmless and indemnify the AGENCY from all claims of actual or alleged damages, liabilities, or costs associated with the AGENCY's said disclosure of sub-consultants' information. XX. Records Maintenance During the progress of the Work and SERVICES provided hereunder and for a period of not less than six (6) years from the date of final payment to the CONSULTANT, the CONSULTANT shall keep, retain and maintain all "documents" pertaining to the SERVICES provided pursuant to this AGREEMENT. Copies of all "documents" pertaining to the SERVICES provided hereunder shall be made available for review at the CONSULTANT's place of business during normal working hours. If any litigation, claim or audit is commenced, the CONSULTANT shall cooperate with AGENCY and assist in the production of all such documents. "Documents" shall be retained until all litigation, claims or audit findings have been resolved even though such litigation, claim or audit continues past the six (6) year retention period. For purposes of this AGREEMENT, "documents" means every writing or record of every type and description, including electronically stored information ("ESI"), that is in the possession, control, or custody of the CONSULTANT, including, without limitation, any and all correspondences, contracts,AGREEMENT 's, appraisals, plans, designs, data, surveys, maps, spreadsheets, memoranda, stenographic or handwritten notes, reports, records, telegrams, schedules, diaries, notebooks, logbooks, invoices, accounting records, work sheets, charts, notes, drafts, scribblings, recordings, visual displays, photographs, minutes of meetings, Agreement Number: AGC466 Local Agency A&E Professional Services Cost Plus Fixed Fee Consultant Agreement Page 13 of 14 Revised 4/10/2015 AG-C-466 Exhibit A Scope of Work Introduction During the term of this AGREEMENT, CH2M HILL, Inc. (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the following project: Project CP1415 West Main Street Multi-Modal Corridor & ITS Improvements This Scope of Work is for the West Main Street Multi-Modal Corridor and ITS Improvements Project (Project).This scope includes survey and base mapping, preliminary engineering, environmental documentation and permitting, and final design (including plans, specifications, and estimates). The following Design Standards and References(as of execution of the agreement) are to be followed during the development of the project. If changes to the Design Standards and References occur after project work starts, except as noted in the list below where updated standards are currently in process, resulting in needed revisions to any deliverable,CONSULTANT may seek additional compensation to bring deliverables in-line with updated Design Standards and References. • City of Auburn Design Standards (latest edition provided by the City, updates are underway and expected to be completed by the end of 2015). • City of Auburn Standard Details (latest edition provided by the City). • 2016 City of Auburn Standard Special Provisions. • City of Auburn Surface Water Management Manual (latest edition provided by the City). • City of Auburn AutoCAD Standards(latest edition provided by the City, updates are underway and expected to be completed by the end of 2015). • 2016 Washington State Department of Transportation (WSDOT) Standard Specifications for Road, Bridge, and Municipal Construction. • WSDOT Local Agency Guidelines(LAG). • Manual on Uniform Traffic Control Devices for Streets and Highways(latest edition). • A Policy on Geometric Design of Highways and Streets (i.e. AASHTO 'Green Book') (latest edition). • American Water Works Association (AWWA) D100-05 (latest edition). • WSDOT Standard Plans as required (latest edition). • PROWAG, 2011 • Current edition of ITE Standards • Federal ITS Architecture, latest edition • IES RP-8, latest edition • NEC 2015 The plans and special provisions shall be prepared in accordance with the City's standards. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE I OF 48 CP1415 Project Description West Main Street Multi-Modal Corridor and ITS Improvements - Project CP1415 West Main Street Corridor Improvements The purpose of the Project is to repurpose the existing West Main Street corridor and construct Intelligent Transportation System (ITS) improvements to serve Auburn's designated Regional Growth Center. Roadway improvements include converting the existing four-lane West Main Street roadway section to a three-lane section including a center two-way left-turn lane with new bike lanes, rebuilding the existing roadway pavement, new sidewalks(including low impact development designs), new LED street lighting, and streetscape improvements between West Valley Highway(WVH) and the Interurban Trail. There are no wet utility improvements anticipated to be included in this Project, except for modifications to the existing storm drainage system necessary for the roadway improvements. Coordination with King County Metro Sewer will also be needed as they have an improvement project planned for 2016 construction within the project limits. This project will be funded by multiple funding sources including a federal grant. ITS Improvements The work consists of providing preliminary and final ITS design and preparation of construction plans, specifications, and estimate of probable construction cost.The anticipated improvements generally include the following, but may be expanded based on funding availability, and is anticipated to be constructed in a single phase: • ITS improvements include the installation of fiber optic cable from C Street NW and West Main Street, then west along West Main Street to WVH,then south along WVH to 15th Street SW, then east along 15th Street SW to C Street SW,then north along C Street SW to the City of Auburn Maintenance and Operations located at 1305 C Street SW. • Installation of up to 5 pan/tilt/zoom traffic cameras located at existing signalized intersections,within the project area described above. • Trenching and or directional drilling and restoration including replacing existing curb/sidewalk where required. Preliminary locations are along W Valley Hwy N,just south of the intersection with the EB SR-18 on/off ramps • Addition of conduit and junction boxes within the project area to account for future variable message signage installation. The list of proposed fiber connections to signals and possible camera installations is listed below: WSDOT Signals o W Valley Hwy S and EB SR-18 on/off Ramps o W Valley Hwy S and WB SR-18 on/off Ramps o C St SW and EB SR-18 on/off Ramps o C St SW and WB SR-18 on/off Ramps o 15`h St SW and SB SR-167 on/off Ramps AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 2 OF 48 CP1415 o 15th St SW and NB SR-167 on/off Ramps City of Auburn Signals o C St NW and W Main St o W Valley Hwy N and W Main St o W Valley Hwy S and Peasley Canyon Rd S o W Valley Hwy S and 15`h St SW o 15th St SW and 0 St o 15th St SW and Market St o 15th St SW and Industry Drive SW o 15th St SW and Perimeter Rd o 15`hStSW and CStSW In addition to the intersections listed above fiber optic connectivity will be designed to enter and terminate at the City of Auburn Maintenance and Operations building. Assumptions The following general assumptions have been made in developing the Scope of Work and Budget for the Project. Additional detail has been included in the task descriptions contained in the remainder of the Scope of Work. General Assumptions 1. The AGREEMENT has an anticipated start date of May 1, 2015, and is expected to be completed by May 30, 2016. CONSULTANT'S ability to meet the completion date is contingent upon timely receipt of information from the CITY and others and provided the scope proceeds as outlined and within the timeframe above. 2. The improvements for West Main Street will be generally centered on the existing roadway centerline, which will result in approximate equal widening on the north and south sides of the roadway for pedestrian facility enhancements. Large retaining walls are not anticipated as part of the design effort; minor block walls may be required due to special grading circumstances. Existing curb and gutter locations will remain in the existing location. 3. Unless otherwise specified herein, the CITY is responsible for securing and paying for any permits that may be needed. 4. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the project, the CONSULTANT will have no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that might affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that might materially affect the ultimate project cost or schedule. The CONSULTANT, therefore, will not warranty that the actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT'S opinions, analyses, projections, or estimates. 5. In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total Project cost and/or execution. These conditions and cost/execution effects are not the responsibility of CONSULTANT. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 3 OF 48 CP1415 6. Drawings will be produced using MicroStation V8i® and will be submitted in AutoCAD 2015 format, following City of Auburn Standards. The CONSULTANT shall be responsible for resolving any conversion issues and ensuring that submitted electronic files adhere to CITY standards. 7. Unless otherwise noted, all project deliverables are items that are to be submitted by the CONSULTANT to the CITY. Unless otherwise directed by the CITY, the CONSULTANT will first prepare a draft version of the deliverable and submit it for review and comment. The CONSULTANT shall address any comments, make revisions, and re-submit the final version, except for plan submittals for which the CONSULTANT will submit revisions with the next planned submittal. The CITY will provide one consolidated set of CITY review comments to the CONSULTANT. 8. Man-hour estimates assume that one contract bid package will be prepared representing all work items associated with the project. 9. While at the project site, CONSULTANT is not responsible for the health and safety of others, other than CONSULTANT'S own personnel and is not responsible for those duties that belong to the CITY and/or other entities, and do not relieve the CITY and/or other entity of their obligations, duties,and responsibilities. 10. The CITY will provide to CONSULTANT all data in the CITY's possession relating to CONSULTANT's services on the Project. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by the CITY only to the extent directed by the CITY. 11. The standard of care applicable to CONSULTANT's Services will be the degree of skill and diligence normally employed by professional engineers or CONSULTANTs performing the same or similar Services at the time . said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. 12. Analyses, design, plans, specifications, and estimates performed or prepared, as part of this project will be in English units. • • AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 4 OF 48 CP1415 • TASK 1 1 . Project Management This task will be continuous throughout the Project duration,which is assumed to be 14 months. It will include the work necessary to set up and plan the Project and establish project-specific procedures, including communication, quality control (QC), overall Project coordination with the CITY and Project team, and Project closeout. Components of this work include planning the Project, chartering the Project team, endorsing the plan, executing the Project, managing change, and closing the Project. 1 .1 . Schedule Development The CONSULTANT will prepare a baseline Project schedule within 10 business days of contract execution that substantiates milestone dates.The baseline Project schedule will serve as a guide for scheduling the detailed work and will include a work breakdown structure (WBS)that identifies the design activities, durations, and connectivity with other activities and reviews. The CONSULTANT will provide one electronic copy of the Project schedule to the CITY for review and approval. The CONSULTANT will baseline the Project schedule when it is approved by the CITY. Schedule update information is included in Task 1.3. Deliverable(s): • Draft and final baseline schedule(one electronic copy- MS Project 2013) 1 .2. Scope and Budget Management • The CONSULTANT will provide overall Project administration and management for the duration of the Project. For budgeting purposes,the Project duration will be 14 months. The CONSULTANT will manage the Project scope and budget. Significant changes will be reported to the CITY as they occur and in monthly Project management team meetings and/or progress reports.This task will help monitor scope and costs, and to propose corrective actions. Current financial status as well as projections of cost to complete the work outlined in this scope will be provided to the CITY monthly. 1 .3. Schedule Management The CONSULTANT will submit schedule updates to the CITY as needed.Any modifications to the schedule will be agreed to and approved by the CONSULTANT and the CITY. For budgeting purposes, it is assumed that schedule updates will be prepared whenever significant schedule changes occur. 1 .4. Progress Reporting and Invoicing The CONSULTANT will prepare and submit invoices and supporting documentation in accordance with the LAG Manual and per the sample invoice included as Attachment 2 of Exhibit A-1. Not more than monthly,the CONSULTANT will review and incorporate CONSULTANT invoices with the invoices. The CONSULTANT will prepare and submit progress reports that qualitatively describe the work accomplished during the billing period, including the status of individual tasks, meetings attended, CONSULTANT work and action or information needed from the CITY. Progress reports will be submitted to the CITY with the invoice. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 5 OF 48 CP1415 Deliverable(s): • Invoices(one electronic copy—pdf and one hard copy) • Progress reports including budget status(one electronic copy—pdf and one hard copy) • Schedule updates(one electronic copy—MS Project 2013) 1 .5. Subconsultant Management The CONSULTANT will provide supervision of and coordination with sub-consultants to provide integration of the work. 1 .6. Project Team Meetings The CONSULTANT will have internal project coordination meetings throughout the duration of the Project. Team meetings take place on a biweekly basis throughout the duration of the Project; unless the Project is in a CITY review phase and team meetings are not warranted. It is anticipated that the Project PM and design task leads will attend the meetings to provide coordination issues and status updates. CITY staff will attend the project team meetings between the 30%and 90% submittals, on an as needed basis to resolve questions, comments,to assist in development of the 90% plans. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 6 OF 48 CP1415 TASK 2 2. Survey and Mapping This task involves field surveying to establish horizontal and vertical control within the Project limits on West Main Street,collecting existing topographic features and producing a Project basemap and Digital Terrain Model (DTM) to be used in preliminary design, and conducting additional survey work to supplement the basemap and DTM as needed for final design. Mapping for the ITS components of the Project per the Project Description shall utilize existing basemaps provided by the CITY, existing GIS data and aerial mapping utilizing Google Earth Pro. Assumptions: • Unless otherwise specified,the CITY will secure rights of entry for private properties to be surveyed within the defined Project limits, prior to the commencement of field survey work. • Survey methods and equipment shall conform to accepted standards and practices for the professional land • survey discipline. Additional standards include the following: • The minimum closure standard for horizontal survey control for this Project shall be per the Federal Geographic Data Committee's Geospatial Positioning Accuracy Standards, Part 4: Second Order, Class II - 1:20,000. • The minimum elevation closure standard for vertical control for this Project shall be per the Federal Geographic Data Committee's Geospatial Positioning Accuracy Standards, Part 4:Third Order. • Vertical datum is NAVD 1988. Horizontal datum for this Project will be Washington State Plane Coordinate System, North Zone, NAD 83/91. Grid coordinates will be adjusted to ground values. Units shall be US Survey Feet. • Wetland delineations are not included in scope and may be added by amendment. • The CONSULTANT provides only basic traffic control for the survey operation. Additional traffic control, such as TMA vehicles and/or a Traffic Control Plan, if requested by the CITY, will be an additional expense. 2.1 . Survey and Construction Control The CONSULTANT will establish horizontal and vertical control points along the corridor and within the Project limits described below under subtask 2.2. Up to six(6) permanent control points will be established and made available for the CITY's use during construction.The CONSULTANT will recover, field survey, and calculate positions for monuments and control points within the Project limits, using the Washington State plane coordinate system. Conventional and/or GPS surveying methods will be used on this Project. Deliverable(s): • Survey and construction control plans, copies of survey field notes, ASCII file of control points. 2.2. Base Mapping The CONSULTANT will utilize Terrestrial LiDAR and conventional surveying methods to collect feature data along the Project corridor and develop the Project base map. The limits of survey will be along West Main Street, from the intersection at West Valley Highway to the intersection at H Street NW.The CONSULTANT will also provide AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 7 OF 48 CP141S 100 feet of survey measured from the centerline of West Main Street along the following cross streets to the north or south: Lund Road, Western Avenue, Clay Street NW,and the Interurban Trail. Between the easterly edge of the SR 167 overpass and West Valley Highway, as well as between 135 feet east of Western Avenue and H Street NW field surveys will be limited to the full roadway width and up to 15 feet past the back of existing sidewalk.Within the remainder of the Project limits, mapping limits will include the full right of way limits widths to the north and south. The CONSULTANT will prepare a 1"=20' topographic base map and digital terrain model (DTM)of the Project, within the limits described above.The base map will include building faces, building corners, signs,trees with sizes noted, curbs, sidewalks,culverts,valves, hydrants, meters, manholes, catch basins,vaults, utility poles, signal and illumination poles and other surface features (junction boxes and traffic controller service cabinets)within the Project limits as described above. One-foot contours will be generated from the DTM. Field survey shall establish existing pavement surface elevations on West Main Street, West Valley Highway, Lund Road, Western Avenue, Clay Street NW, and the Interurban Trail within the limits described above. Profiles of the existing roadway surface will be surveyed along the curb lines/edge of pavement and along the crown line.The existing roadway surface will also be surveyed along the widening tie-in points at 25 foot intervals. • The CONSULTANT will utilize One-Call locate service to perform subsurface utility marking where possible prior to field survey. The CONSULTANT will perform field survey to locate utility paint marks at approximately 50-ft intervals and angles points for marked sub-surface utilities.The CONSULTANT will also locate surface features (valves, manholes,catch basins,junction boxes,vaults)to delineate the utilities. Irrigation systems will not be included.The CONSULTANT will prepare a utility base map from this information. The CONSULTANT will locate utility paint marks and surface utility features within the Project limits as described above. The CONSULTANT will perform field observations (measure-downs) of existing storm drain catch basins and manholes to determine the approximate size,type (i.e. brick, concrete), and general condition of the structures to confirm suitability for continued use.The approximate size and location of storm drainage pipes will be documented and included in the Project topographic basemap. Measure-downs will be performed at sewer manholes within the Project area. Measurements will be made from the surface,and no structures or confined spaces will be entered for the purposes of these field observations.The CONSULTANT will obtain As-Built utility drawings for sub-surface utilities within the Project limits, and will use these drawings to perform quality checks against the field located utility paint markings and supplement the utility basemap as needed—including but not limited to pipe sizes,types,and invert elevations. Utility Potholing will be performed on this Project, as described in Task 8.6.3.The CONSULTANT will perform surveying after completion of the potholing task to obtain the final pothole locations.The utility and pothole information will be included in the Project basemap. The budget assumes that no more than 10 potholes will be surveyed under this task. Geotechnical explorations/borings will be performed on this Project, as described in Task 9. The CONSULTANT will perform surveying after completion of the Geotechnical work to obtain the surveyed locations of any test pits/borings.The Geotechnical locations surveyed under this task will be included in the Project basemap.The budget assumes that no more than 2 test pits and 4 boring locations will be surveyed under this task. As part of the preliminary ITS and Traffic Signal Design, as described in Task 3.4,the CONSULTANT will provide support to provide that GIS mapping used for design will be spatially referenced to the overall Project basemapping.To complete this task,the CONSULTANT will utilize GPS to survey up to 4 points of reference at each intersection were GIS mapping is being used for design.The budget for this task assumes no more than 16 intersections will be surveyed under this task. Deliverable(s): • 1"=20' Design basemapping in AutoCAD 2015 format AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 8 OF 48 CP1415 • Digital Terrain Model (DTM), saved in AutoCAD drawing(dwg)format. 2.3. Supplemental Surveys It is assumed that during the design phase, some level of supplemental survey may be necessary as the design progresses. The CONSULTANT will perform supplemental surveys as needed for purposes such as private property match/conforms, locating additional utility features, structures and elevations, or to obtain features requiring more definition for design purposes. The budget assumes one crew day for supplemental surveys. 2.4. Right of Way Field Surveys 2.4.1. Right of Way Field Surveys The CONSULTANT will perform field surveys to locate controlling section corners, plat monuments, street right of way monuments, and property corners to facilitate calculations for section and sub-section lines, parcel lines, and street centerline and right of way lines. Field surveys related to right of way will be performed by, or under the direction of a CFED Certified Surveyor. Monuments or corners to be located and field surveyed will include the following: • Section Corners • Centerline monuments on West Main Street, West Valley Highway, Lund Road, Western Avenue, Clay Street NW, and the Interurban Trail located within the Project limits 2.4.2. Records Research and Right of Way Calculations The CONSULTANT will establish the existing right of way and centerlines within the Project limits as described above unless noted otherwise for the following streets: • Auburn West Main Street: centerline will be calculated for the entire Project limits, right of way will be calculated only east of the SR 167 overpass • Lund Road • Western Avenue • Clay Street NW • H Street NW The CONSULTANT shall calculate and establish right of way lines using assessor maps and recorded plats and surveys. Individual parcel lines will be shown for informational purposes only and will be compiled from available GIS sources. It is anticipated that no new easements, and/or additional right-of-way acquisitions will be needed for this Project, and therefore individual title reports will not be required. During the course of this Project, should additional right-of-way and/or easement needs arise, additional scoping will be required to cover those tasks and it will be the responsibility of the CITY to provide the CONSULTANT with title reports and supporting documentation.The CONSULTANT will not prepare Permits to Destroy for any monuments that may be disturbed during construction; it will be the responsibility of the construction surveyor to prepare such permits. Deliverable(s): • Right of way calculations and supporting documentation in PDF format • AutoCAD 2015 file of existing right of way lines and centerlines AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 9 OF 48 CP1415 TASK 3 • 3. 15% Conceptual Design This purpose of this task is to update the existing information under the Conceptual West Main Street Corridor Improvement Plan and set the project footprint and potential impacts.The CONSULTANT will review the Conceptual West Main Street Corridor Improvement Plan and update to reflect current project knowledge, current design standards, input from third parties, and CITY-requested changes since the time of the original concept plan.This work will be used to support the review and confirmation of the preferred project alternative to be developed further during 15% Design. Task 3, Conceptual Design,will advance the design to establish the concepts for roadway improvements, basic channelization, ITS, and drainage layout.This task will progress the major design elements to 15% level, and perform specific activities to support this design level. Budget level quantity takeoffs will be performed for each discipline under this task,which will be compiled in Task 11 Cost Estimating. Design coordination meetings to support the 15%design efforts are included in Task 6 Agency,Stakeholder, and Community Coordination. It is assumed that no major retaining walls are included in the scope of the project. Minor block walls may be • included if needed at special grading circumstances,and anticipated locations for minor walls will be identified as part of the 15%design effort. It is assumed that no WSDOT Channelization Plans for Approval are included in the scope of the project. 3.1 . Initial Project Basemap The CONSULTANT will develop an existing basemap that includes all work associated with Task 2 except supplemental survey work which includes utility potholing, utility measure downs, and geotechnical boring locations. Deliverable(s): • Initial Project Basemap Plot 1" =20' scale 3.2. Roadway Design 3.2.1. Traffic Analysis The CONSULTANT will review the traffic operations analysis provided by the CITY so that the lane configuration, and turn bays are properly sized. The CONSULTANT will confirm review findings and recommendations with the CITY. 3.2.2. Conceptual Roadway Design Once the topography and right-of-way survey has been performed and right-of-way centerlines and parcel fines are established in Task 2,the CONSULTANT will refine the horizontal and vertical alignments to establish the basic project footprint (pavement edges, curb lines, and sidewalk limits)for other disciplines to begin advancing design to the 15% level. The CONSULTANT will develop 15%Roadway design that include the following elements: Typical Roadway Sections(15%) AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 10 OF 48 CP1415 The CONSULTANT will prepare preliminary Typical Roadway Section Plans not to scale (NTS)for West Main Street. The sections will denote roadway and sidewalk widths and materials. Preliminary Design Submittal Roll Plots(15%) The CONSULTANT will prepare Preliminary Project Design Plot at 1"=20' scale.The plot will show dimensions for roadway outlines and sidewalks. The Plans will also show the construction centerline, curb returns,tapers, intersection layouts, proposed driveway access, pedestrian ramps, and other pertinent surface features,which are typically shown at the preliminary phase.A preliminary layout of property limits will be developed and shown in the form of cut/fill lines and property reconstruction limits. Right of way lines will be shown and although not anticipated, right of way needs will be identified on the 15%Design Project Plot. Deliverable(s): • 15% Roadway Sections to be shown on the 15% Design Project Plot • 15% Design Project Plot 1" = 20' scale 3.3. Conceptual Stormwater Engineering This task covers development of a conceptual stormwater analysis and a conceptual stormwater plan with development, evaluation, and selection of potential runoff treatment and flow control facility locations. 3.3.1. Conceptual Drainage Design The CONSULTANT will perform impervious area calculations as part of the 15%design to validate assumptions. Based on the assumptions listed below,the existing storm drainage structures and conveyance systems will be utilized. Therefore,the existing storm drain network will be shown on the 15% basemap. Assumptions: • Any stormwater modeling required for the Project will be done by the CITY's on-call stormwater modeling consultant.The CITY will provide the modeling results to the CONSULTANT. • The proposed roadway design will transform an existing lane into a landscaped median section,which will reduce the amount of existing Pollutant Generating Impervious Surfaces(PGIS). • Any new sidewalks will be pervious concrete sidewalks which will compensate for the additional widening due to the parking at the Auburn Environmental Park. • Based on these assumptions, there will be no net increase in PGIS and impervious surfaces;therefore, no detention/water quality treatments are included in this Project. 3.4. Conceptual Traffic Signal and Illumination Assumptions: • It is assumed geotechnical investigations will be performed by the CONSULTANT for determining the depth of foundations required for luminaires installed on this project. • This project does not include separate poles for the future VMS. It is assumed most CCTV poles will be located at existing signalized intersections. It is assumed only junction boxes will be located for future VMS sites and not foundations or structures. • Directional drilling/boring will be utilized when undergrounding of conduit is required. Aerial splice boxes will be utilized for transitions between aerial lines to controller connections. • Overhead Utility and Right of Way coordination will be provided by the CITY. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 11 OF 48 CP1415 • Applicable CITY and/or WSDOT Standard Plans may be included in the Contract Provisions. • Signal controllers and cabinets will remain as-is. This project Scope of Work will provide fiber connection to each of the controllers and video system,where applicable, to the intersection listed in the Project Description. • Specific locations of equipment and placement of junction boxes will not be located based on a construction centerline. Locations will need to be based on CITY GIS coordinate system or left for field fit. • Plans will be prepared using AutoCAD 2015. Items and Services to be Furnished by CITY: The CITY will provide the following items and services to the CONSULTANT which will facilitate the work to be undertaken for project. • Labor for field verification of existing controller hookups and connections. • Coordination with PSE for utility franchising and agreements. • Right of Way coordination, if necessary. • Bucket truck and personnel for confirmation of video camera and photo log for proposed locations at the height and location requested for each location. • Electronic and hard copy of the Auburn ITS Phase 1 and lb plans, specials, and estimate. Copy of contractor bids on Auburn ITS Phase 1 and lb construction. • List of specific parts ordered on state contract as part of this scope of work. • Provide the state a Public Interest Finding(PIF) letter listing all proprietary items used on this project. • Any pertinent record drawings, plans, reports, and information on the current project and on public works and/or private projects within the immediate vicinity. • Completed basemaps from previous projects in AutoCAD and hard-copy format, if any, for the project area. • Electronic Aerial Base map legend, symbols, contours,and abbreviations if available for the project area. • Electronic Basemapping and existing as-builts along the corridors and at intersections with conduit and junction box connections if available. • Field review of proposed improvements with the CONSULTANT. • Coordination with King County Metro regarding Transit Signal Priority(TSP)for this scope of work, if necessary. 3.4.1. Data Collection and Review The CITY will provide the CONSULTANT with all referenced material pertaining to this project referenced in Section 3.4. The CONSULTANT will review the following: 1.1.1 Review CITY-provided basemaps in field. Assess additional survey/base mapping needs. 1.1.2 Review CITY-provided aerial mapping. Key CONSULTANT project personnel will visit the project site and familiarize themselves with the site conditions and data collected for the project. The CONSULTANT will obtain photographs for design reference. The base maps will be field checked by the CONSULTANT and CITY to confirm complete and accurate representation of AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 12 OF 48 CP1415 existing conditions. The CONSULTANT will also field check the design to assure the design fits the conditions in the field. After review of the above data,the CONSULTANT will notify CITY of any additional information or clarification required. Deliverable(s): • Request/notification for additional information and/or clarifications. 3.4.2. Conceptual Roadway and Pedestrian Illumination Design The CONSULTANT will not prepare a conceptual level roadway and pedestrian illumination design. Illumination design will be prepared as part of the 30%design package and will be based on the conceptual roadway footprint. 3.4.3. Conceptual Rectangular Rapid Flashing Beacon (RRFB) Locations This scope of work includes identifying the feasibility of the Project's RRFB's at the following locations: a) West Main Street,just east of E Street SW b) West Main Street,just east of the Interurban Trail c) West Main Street, near or at the trailhead of the Auburn Environmental Park (AEP) The CONSULTANT will show the conceptual RRFB locations on the 15% Design Project Plot. 3.4.4. Conceptual ITS Design The CONSULTANT will prepare a conceptual level ITS design layout as part of the 15% design package. The CONSULTANT will work with the CITY to determine the general layout and configuration for the preferred ITS concept, and to facilitate 30%and final design. The CONSULTANT will prepare Conceptual ITS Project Design Plot(s) at 1"=20' scale.The plot(s) will show preliminary conduit, curb lines, sidewalk and existing ITS element locations. GIS Right of way and roadway center lines will be shown. Deliverable: • 15% ITS Design Project Plot(s) at 1"=20' scale 3.5. 15% Conceptual Design Package The 15%Design Package will be submitted to the CITY at the 15% Design Review meeting. Project discipline leads including, survey, roadway, drainage and traffic will discuss the 15%design with the CITY,where CITY feedback regarding footprint and design direction will be given. The submittal will include the following Deliverable(s): Deliverable(s): • Initial Project Basemap Plot (1 full size pdf); 1 full size plot at 20 scale. • 15% Design Project Plot including 15% Roadway Sections(1 full size pdf); 1 full size plot at 20 scale. • 15% ITS Design Project Plot (1 full size pdf); 1 full size plot at 20 scale. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 13 OF 48 CP1415 TASK 4 4. 30% Preliminary Design The preliminary design task progresses the design from 15%conceptual level to preparing the 30%contract drawings for review.See Attachment 1 for sheet list by Discipline. In addition to preparing the contract drawings, the CONSULTANT will maintain design documentation including design calculations;as well as draft technical memorandums as described herein. Quantity take-offs will be performed for each discipline under this task and for the final submittal, quantity take-offs will align with the final bid items,to be compiled in Task 11 Cost Estimating. Assumptions: • The level of effort and fee estimate for this task is based on the number of sheets for each discipline as shown in the sheet list provided in Attachment 1.The sheet list was prepared based on the CONSULTANT's current knowledge of the project scope and anticipated work elements. The CONSULTANT shall consult with the CITY prior to developing any sheets if the actual number of required sheets varies from the original sheet count estimate. If the CITY and the CONSULTANT concur that total number of sheets required to detail the project exceeds the original estimate,the budget for this task may be amended. • Unless otherwise noted or directed by the CITY,the CONSULTANT will prepare plan view sheets at a 1"= 20' scale and profile sheets at a vertical scale of 1"=5'. 4.1 . General The CONSULTANT will prepare the contract drawings in accordance with the City of Auburn Design Standards (2015), City of Auburn Standard Specifications (2016),and WSDOT/APWA Standard Specifications 2016 The CONSULTANT will prepare a cover sheet and an index of drawings.The index of drawings will include all sheets predicted to be submitted as part of the 90%design package,even though all sheets may not be included in the 30%design submittal. The CONSULTANT will prepare general notes, abbreviations, and symbols sheet. These shall be prepared consistent with the drawing format and sheet layout provided by the CITY. A summary of quantities depicting bid items quantities will not be included in the plan set. Deliverable(s): • 30%General Sheets—Cover/Index/Vicinity Map; General Notes/Abbreviations/Symbols 4.2. Survey Control and Right of Way The CONSULTANT will prepare a Survey Control and Right of Way Plans that describes the horizontal and vertical control for the project and identify the existing right of way along West Main Street. Vertical datum is NAVD 1988, horizontal datum for this project will be per Washington State Plane Coordinate System, North Zone, NAD 83/91, and units shall be US Survey Feet as described in Task 2 of this Scope of Work. The CONSULTANT will prepare Survey Control and Right of Way Plans that show the existing right of way only. The project does not require additional right of way, as such, the plans will not indicate acquisitions, including fee simple (full and partial), permanent easements or temporary construction easements/permits. In the event right of way acquisition is necessary an amendment will be needed to add these elements to the right of way plans. The Survey Control and Right of Way Plans shall be signed and sealed by a registered Professional Engineer or Land Surveyor. Deliverable(s): AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 14 OF 48 CP1415 • 30%Survey Control and Right of Way Plans 4.3. Site Prep and Temporary Erosion and Sedimentation Control The CONSULTANT will define the preliminary site prep and demolition activities, including items to be abandoned, salvaged, recycled or removed, and identify facilities that need to be protected during construction. Site Prep plans will include surface feature items, such as pavements(by type), sidewalk, curbs, walls, building structures and foundations and miscellaneous structures. Demolition for utilities, drainage features, signing, signalization and illumination will not be included in these drawings and will be shown on the relevant discipline drawings. Temporary Erosion Control measures for the project will be shown on the Site Prep and TESC Plans. The CONSULTANT will prepare preliminary temporary erosion control details which show erosion and sedimentation controls measures to be used for this project. Deliverable(s): • 30%Site Prep and Temporary Erosion Control Plans 4.4. Street and Storm Design 4.4.1. Preliminary Roadway Design Based on CITY review comments, the CONSULTANT will revise the 15%roadway design and progress the roadway layout to the 30% level. As necessary,the CONSULTANT will refine the horizontal and vertical alignments to refine the project footprint(pavement edges,curb lines,and sidewalk limits). 4.4.2. Preliminary Stormwater Engineering This task covers the refinement of the conceptual level stormwater analysis and a stormwater plan with development, evaluation, and selection of runoff treatment and flow control facilities to be carried forward into 30%design. The following tasks will be performed in accordance with the City of Auburn Stormwater Management Manual SWMM for developing the stormwater management design for the Project: 4.4.2.1. Drainage Memo The CONSULTANT will collect and review available data concerning drainage issues. Sources of data are data from the CITY's stormwater management staff, GIS and Stormwater Comprehensive Plan. The CITY will provide drainage system information in GIS format and available record drawing information of existing storm sewers, culverts, stormwater management facilities, or related planning information in the vicinity of the site. It is anticipated that up to two(2)field visits with two (2) CONSULTANT staff will occur as part of this sub-task.The CONSULTANT will prepare a memo that summarize changes in impervious surfaces revisions and describes the proposed stormwater features in the preliminary design, for CITY review. CITY review comments on the Stormwater Memo will be incorporated into the 30%drawings. Assumptions: • The existing storm drainage system has a life expectancy of greater than 30 years; and will remain in service for this project. • The CITY will provide assurance of the storm drainage system condition. Deliverable(s): • 1 pdf electronic copy of Stormwater Memo up to 4 pages in length AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 15 OF 48 CP1415 4.4.3. Street and Storm Plans and Profiles The CONSULTANT will prepare plans and details for the gravity stormwater design, including plan views of Stormwater pipes structures, connections to the existing systems and nonstandard drainage details.These system layouts will include catch basin and manhole locations, and the details required to describe the stormwater design. Stormwater profiles will include new profiles for the gravity storm drains as required within the project limits. Pipe elevations on inverts, size, length, and type as well as stormwater structures will be included. Existing and proposed utility crossings will be depicted based on pothole data and utility profiles. The CONSULTANT will run an analysis for pipe sizing and inlet spacing. Roadway modifications will show dimensions for roadway outlines and sidewalks.The plans will also show curb returns,tapers, intersection layouts, proposed driveway access, and surface features. Deliverable(s): • 30%Street and Storm Plan and Profile Sheets 4.4.4. Roadway Sections Roadway sections will be developed for West Main Street denoting roadway widths, sidewalks, medians, landscaping, pavement design, and traffic lanes. Deliverable(s): • 30% Roadway Section Sheets 4.4.5. Striping and Signing Plans The CONSULTANT will prepare plans for the roadway striping along West Main Street. Limits of channelization will match paving limits and extend beyond paving limits to match extent of channelization modified due to construction staging and temporary traffic control. The design will be per CITY standards. Signing will not be included as part of the 30%design. Deliverable(s): • 30% Striping and Signing Plans 4.5. Utility Design Assumptions: This scope does not include the under-grounding of overhead utilities. Non-CITY Utilities Include: • • Puget Sound Energy—Distribution Power • Puget Sound Energy—Transmission Power • Puget Sound Energy- Natural Gas • Comcast—Cable TV/ Fiber Optics • Century Link Telephone • King County—Sanitary Sewer CITY Utilities Include: AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 16 OF 48 CP1416 • City of Auburn -Water and Sanitary Sewer • City of Auburn—Telecommunication System As part of the 30%design,the existing utility purveyor's as-built drawings will be obtained and checked for discrepancies against the Project basemap. No utility designs or relocations will be designed or shown by the CONSULTANT on the 30% Design Project Plot. 4.6. Preliminary Traffic Signal and Illumination 4.6.1. Preliminary Roadway and Pedestrian Illumination Design The CONSULTANT will prepare preliminary illumination design plans as part of the 30% design package. This scope of work includes the work to prepare the design for the illumination system within the project limits. The CONSULTANT will develop the illumination design for the contract PS&E. The illumination design will include new roadway and pedestrian level lighting on West Main Street. The CONSULTANT will: • Review the available as-built plans and field conditions to determine if other electrical items will be impacted by the proposed reconstruction and prepare a memorandum which, documents the results of the investigation. • Prepare a Preliminary Illumination Memorandum and conduct an illumination analysis using AGI 32 software to evaluate the required location, type and position of the new illumination system along West Main Street. • Evaluate the electrical service requirements for the new illumination system and adjacent existing traffic signals and determine type of new electrical service equipment required on this project. Prepare service applications for any new services. Assumptions: • CONSULTANT will attend up to two (2) meetings with power utility and the CITY. • Illumination design will be in accordance with CITY standards and the IES RP-8. • Illumination poles and luminaires will be decorative per project Urban Design Selections Memorandum. Unique, specialized design architectural lighting is not included in this scope of services. • New service cabinets will be required for the illumination on West Main Street. • All luminaires on the project will be LED. Illumination design will be based on the width of the roadway and potential for placing luminaires on the outside along the corridor segment. The CONSULTANT will work with the CITY to determine the general layout and configuration, type of light fixture(s)for the roadway lighting to be used on this project, and model photometrics that match the chosen fixture. The CONSULTANT will provide preliminary lighting designs that show spacing of luminaires for each option meeting lighting requirements. Preliminary design will show the lane configuration, type of luminaire configuration, spacing between luminaires, and the light level results. 30%Illumination Plans will indicate luminaire and cabinet locations. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 17 OF 48 CP141S Deliverable(s): • Preliminary Illumination Memo including lighting level result plans in electronic PDF format. • 30% Illumination Plans 4.6.2. Preliminary Rectangular Rapid Flashing Beacon (RRFB) Electrical Design This scope of work includes the work to prepare the design for the electrical design of RRFBs at the following locations: d) West Main Street,just east of E Street SW e) West Main Street,just east of the Interurban Trail f) West Main Street, near or at the trailhead of the Auburn Environmental Park(AEP) Two RRFB systems will be powered by the existing electrical circuit available just east of E Street SW and just east of the Interurban Trail. The RRFB system at or near the trailhead of the AEP will consist of up to four (4) RRFB assemblies. The RRFB systems just east of E Street SW and just east of the Interurban Trail will consist of two (2) RRFB assemblies. The RRFB system at or near the trailhead of the AEP will be powered from an electrical circuit designed to tie-in with the new service designed as part of the new roadway illumination system Assumptions: • The flat work, curb ramps, median cuts and channelization and auxiliary signage design will be provided by the CONSULTANT The CONSULTANT will provide preliminary RRFB designs that show locations of RRFB for each location meeting MUTCD and electrical requirements. 4.6.3. Preliminary ITS Design Based on CITY comments on the 15%designs submittal,the CONSULTANT will refine the preliminary ITS design layouts to the preferred ITS design layout as part of the 30%design package, and facilitate final design. The CONSULTANT will prepare brief Design Criteria Memorandum (4 to 6 pages)documenting project design standards and criteria which will be utilized for the project design. Items included as part of this memorandum are listed below: • Confirmation of salvaged items • Confirmation of the connection points. • Fiber routing • Confirm the number of cameras and location of which existing intersections these are installed. • CCTV camera details, attachment details, mountings, and base plate. • Clarify type of fiber(brand and performance specs) • Confirm state ordered items • Confirm proprietary items • Splice Cases(type, performance,future capacity) • Utility Vaults (types, specs,when used) Coordinate with the CITY to provide photo and video of proposed camera locations. CITY will provide personnel and bucket truck for this confirmation. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 18 OF 48 CP1415 Field Data Collection: CONSULTANT will facilitate, attend, and document interactive field review meeting with CITY staff to assess condition of existing signal conduit, aerial connections to signal controllers, curbs, and other elements affecting design: (up to 8 meetings summarized below) Field meetings will be used to confirm design elements to be included in the final design plans,junction box locations, controller connection points,categorizing junction boxes, conduit, and wiring at affected intersections. Field meetings will be attended by(1)CITY staff member and(2)CONSULTANT staff members(Project Engineer and Design Engineer). • 1 meeting at Auburn M&O facility to confirm access and termination in building • 1 meeting south of WVH and EB SR-18 ramps to confirm conduit pathway. • 2 meetings at WSDOT interchange intersections to discuss connectivity process and routing. • 1 meeting near the intersection of Perimeter Rd and 15th St SW to determine the re-routing of Aerial to underground conduit. • 1 meeting at the intersection of West Main Street and C Street NW to how to tie in to the existing fiber interconnect running to City Hall. • Up to 2 meetings at remaining intersections to determine connectivity and pathway. The CONSULTANT will prepare Preliminary ITS Project Design Plot(s) at 1"=20' scale.The plot(s) will show preliminary conduit, aerial connections to signal controllers, curb lines, sidewalk and existing ITS element locations. GIS Right of way and roadway center lines will be shown. Deliverable: • Preliminary ITS Design Criteria Memorandum in one electronic PDF format. • 30%Traffic Communications, ITS&Signal Corridor Plans 4.7. Preliminary Landscape Design Assumptions: This scope does not include project specific landscaping and urban design elements. The CONSULTANT will show street tree spacing on the Street and Storm Plan sheets as well as vegetated median locations on the typical roadway sections. Street tree locations will be based on sight distance needs as well as the CITY's standard spacing requirements. Landscape plans will not be submitted as part of the 30%Design Package. Irrigation design or plans are not included in this project. 4.8. Preliminary Pavement Design CONSULTANT shall provide labor,equipment, materials, field reconnaissance, pavement coring, laboratory testing, and project reports.As an optional task(Task 13) and based on field investigations Falling Weight Deflectometer(FWD) deflection testing may be performed to determine insitu subgrade strength to support rehabilitation design. The pavement design for the project will include the analysis and design of one full depth reconstruction section and one rehabilitation section if the option is exercised.The purpose of the pavement design is to determine a recommended thickness for a new pavement reconstruction section and pavement AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 19 OF 48 CP1415 thicknesses for an optional rehabilitation.The work related to completing the pavement designs will be conducted in accordance with the latest edition of the City of Auburn Design Standards manual. 4.8.1. Pavement Design CONSULTANT shall request available record drawings from previous construction within the project corridor limits and on WVH. Provided record drawings will be reviewed to determine existing pavement layers and thicknesses. Following review of documents a site walk through will be scheduled with CITY Maintenance and Operations staff. The purpose of the visit will be to view and discuss existing pavement condition based on the as-built record review,visible areas of distress and to make a determination if optional FWD testing to support rehabilitation should be completed.The site visit will be scheduled in advance of geotechnical exploration work to inform the location of preferred pavement coring and borings for use in pavement analysis. CONSULTANT shall analyze traffic volume data and classification breakdowns provided by the CITY to estimate the equivalent signal axle loads(ESALS) over the design period. CONSULTANT shall prepare an analysis of an asphalt concrete (AC) pavement section for the roadway elements of the proposed project requiring new pavement.The analysis shall consist of three pavement designs: 1. New pavement design for reconstruction 2. Optional Inlay/Overlay pavement design for rehabilitation CONSULTANT shall prepare a Pavement Design Technical Memorandum providing a summary of the traffic information,field testing, and a discussion of the recommended pavement sections and material specifications. Assumption(s): • CITY will provide traffic data including volumes and vehicle classification breakdown. • Pavement coring and geotechnical boring will be conducted under Task 8. • Obtain soil design information. Lab testing for California Bearing Ratio (CBR)will be performed. In place resilient modulus testing will only be performed as related to the optional FWD testing. • Cores samples taken verify the existing materials and depths. • Design procedures will follow the City of Auburn Design Standards and the 1993 American Association of State Highway and Transportation Officials(AASHTO) Guide for the Design of Pavement Structures. • If the rehabilitation design option is included rehabilitation design will be based on the FWD data collected and laboratory tests to determine the existing pavements structural capacity. • A life cycle cost analysis will not be conducted. Deliverable(s): • Preliminary Pavement Design Memorandum 4.9. 30% Design Package At the 30% review, 15%comments will be resolved and addressed. CONSULTANT will prepare the 30% Design Package submittal which will include the following deliverables in a single comprehensive plan set. These deliverables will have a narrowed version of the construction notes for CITY reviewer reference/guidance. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 20 OF 48 CP1415 Deliverable(s): • 30% Plans (10 half size hard copies, 1 pdf copy) • 30%outline of technical specifications (as described in Task 10) • 30%Opinion of Cost(as described in Task 11)' • 1 pdf electronic copy of Stormwater Memo • Preliminary ITS Design Criteria Memorandum in electronic PDF format • Preliminary Illumination Memo including lighting level result plans in electronic PDF format • Preliminary Pavement Design Memorandum • AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 21 OF 48 CP1415 Task 5 • 5. Environmental Documentation The purpose of the Environmental Documentation Task is to confirm that the project complies with requirements of the National Environmental Policy Act (NEPA) and of the Washington State Environmental Policy Act(SEPA), and that the regulatory permits and approvals required to construct the project are identified. Assumptions for Environmental Documentation The following assumptions apply to Task 4 in its entirety. Assumptions specific to each subtask are included within the subtask descriptions below. • The work performed under this task will comply with NEPA, SEPA,the current versions (as of execution of this Agreement)of the WSDOT Environmental Procedures Manual and of the WSDOT Local Agency Guidelines (LAG) Manual. • Pending determination early in the project, it is assumed that the project will be classified as Class II in compliance with EPM Chapter 411. As Class II,the project will require a NEPA Documented Categorical Exclusion (DCE) consisting of a completed DOT Form 140-100 EF, Local Agency Environmental Classification Summary (ECS). • The project is not categorically exempt from SEPA threshold determination under WAC 197-11-800 and will require completion of a SEPA Environmental Checklist (WAC 197-11-960) or equivalent NEPA adoption leading to a presumptive Determination of Non-Significance (DNS). This scope does not include the preparation of a SEPA Checklist and it is assumed the CITY will adopt the NEPA DCE to satisfy SEPA requirements. • Investigation, analysis,and supplemental documentation beyond publicly available information will be performed only for resources for which existing information is not sufficient to determine the probable level of environmental impact or those that are not identified as part of this scope. • Work performed under Task 4 will provide analyses,text, and graphics necessary to finalize the ECS documentation. • It is assumed that the project work is located within existing right-of-way and does not require any property acquisitions. • If work is required outside of the existing right-of-way, a supplement to this agreement will be prepared and the CITY will provide updated property ownership information from assessor maps and will obtain rights-of- entry to allow site-specific environmental impact assessments. • CITY to provide wetland mapping at Auburn's Environmental Park on the north side of West Main Street. • CITY to provide floodplain mapping in the area on West Main Street between West Valley Highway and the SR 167 overpass. • Because the project is located in a developed urbanized environment, it is assumed that an assessment of vegetation and wildlife resources and impacts will not be required. In addition, it is assumed the project does not result in any temporary or permanent impacts to wetlands,critical areas, endangered species, or parks and recreation facilities located in the project area,therefore an assessment or supporting documentation will not be required. If the project has any temporary or permanent impacts, a scope and budget amendment will be required. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 22 OF 48 CP1415 • Preparation of permit applications are anticipated for the ITS component of this project. Two permits are included in the scope of work: 1)WSDOT utility permit for one overpass crossing on West Main Street over SR 167, and 2) Union Pacific Railroad utility permit for one crossing on West Main Street. Any other permits will require a scope and budget amendment. • The Stormwater Pollution Prevention Plan (SWPPP) will be prepared by the CONSULTANT and provided to the CITY.The SWPPP will be prepared under Task 7. • Basic GIS mapping for use in the analysis will be completed as part of preliminary design tasks under this scope of work. • The CONSULTANT with the CITY will attend an initial meeting with WSDOT to discuss and confirm the environmental documentation required for the project.This meeting will be attended by two (2) CONSULTANT staff.This is budgeted under Task 5.1.2. • The CONSULTANT with the CITY will attend meetings with WSDOT and/or FHWA to receive comments on draft work products. Up to two(2) at two (2) hours each for two (2) CONSULTANT staff. This is budgeted under Task 5.1.2. • The schedule assumes the CITY, WSDOT, and FHWA will provide 3-week reviews for all products. • The CITY will be responsible for reproduction and distribution of the NEPA DCE documentation. • All consultation with regulatory agency representatives, stakeholders, or other outside organizations and individuals will be approved, arranged, and led by the CITY. 5.1 . NEPA Documented Categorical Exclusion Assumptions: • This task is contingent on the determination that the project is Class II. • The DCE will consist of the completed ECS and additional information to support the DCE. Additional information may include the Area of Potential Effects graphics, letters from the Tribe, and any supplemental information if required to complete the ECS. Approach: Information used to revise and complete the ECS will be based on, and supported by the meeting with WSDOT Local Programs and additional information to support the DCE. The CONSULTANT will confirm that the ECS contains current information to indicate the NEPA approaches for environmental review and documentation. The CONSULTANT will submit a first draft of the ECS for review and comment by the CITY. Following this review, the CONSULTANT will incorporate revisions responsive to the reviewers' comments and submit the revised ECS to the CITY for submittal to WSDOT. After WSDOT review the CONSULTANT will update the ECS for submittal to FWHA for review, if required. Deliverable(s): • Draft ECS for CITY review in electronic PDF format • Draft ECS for WSDOT review in electronic PDF format • Final ECS in electronic PDF format 5.2. Supporting NEPA Documentation Assumptions: AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 23 OF 48 CP1415 • Supporting documentation for the NEPA DCE documentation will consist of technical memorandums(TMs). For budgeting purposes, it is assumed that only(1)TMs will be prepared given the location of the project and the potential for impacts. If additional supporting documentation is required a scope and budget amendment will be required. • Work performed will be based on publicly available information, supplemented as needed by site-specific information from the project study area.Topics not required to complete the NEPA DCE documentation will not be addressed. • Topics to be covered by the TMs will be determined on the basis of guidance received during the Local Programs Office consultation (Task 5.1.2). It is assumed that resource components requiring analysis beyond routine information updates will be limited to the following: 5.2.1. Cultural Resources The CONSULTANT will conduct the National Historic Preservation Act Section 106 Cultural Resources Survey. Work will consist of the following tasks to comply with Section 106: The CONSULTANT will prepare a draft Area of Potential Effects (APE) with proposed project elements superimposed for review and approval by WSDOT. WSDOT will submit the APE to the State Historic Preservation Officer(SHPO)at Department of Archaeology and Historic Preservation (DAHP)seeking"concurrence" with the APE. Up to two (2) base maps to support the APE will be provided by the CONSULTANT. The CONSULTANT will conduct a site records and literature search at the DAHP and at other libraries, agencies, and historical societies/museums.The objective of the research is to develop an understanding of the historical context, land use patterns, and previously identified sites within the APE.The CONSULTANT will conduct a pedestrian reconnaissance survey of the APE. These steps will be combined and documented in a single discipline report titled "Cultural Resources Report." WSDOT will submit this report to the SHPO seeking"concurrence"with WSDOT's determinations of eligibility and effect. Assumptions: • WSDOT will conduct all government-to-government consultation with agencies, local governments, and tribal governments. No meetings between the CONSULTANT, WSDOT, agencies and local governments(SHPO, DAHP; etc.) will be required. • The project area is primarily within areas of previous ground disturbance, and no subsurface testing will be required for the project. If subsurface testing is required, an amendment will be prepared to cover additional work. • No built environment properties will require survey and architectural surveys will not be required as part of the task. If historic property inventory forms are required, a scope and budget adjustment will be prepared to cover additional cost. • It is assumed that no Traditional Cultural Properties (TCPs)will be present within the APE and the report will not document or deal with TCPs. • This scope of work does not include the provision of technical and supporting documentation associated with historic properties. • The CITY will send the APE letter to WSDOT. Deliverable(s): AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 24 OF 48 CP1415 • An electronic copy(in pdf format) of the draft APE letter for CITY review. • An electronic copy(in pdf format) of the final APE letter for submittal to WSDOT. • An electronic copy (in pdf format) of the draft Cultural Resources report. • An electronic and three(3) bound paper copies of the final Cultural Resources report. 5.3. Environmental Commitments The CONSULTANT will develop and maintain a list of environmental commitments resulting from the environmental documentation tasks.This list will be updated and submitted to the CITY to assist in tracking and managing the project's environmental commitments. Deliverable(s): • List of environmental commitments in electronic format (Microsoft Word), along with one hard copy,to be updated and resubmitted to the CITY. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 25 OF 48 CP1415 TASK 6 6. Agency, Stakeholder, and Community Coordination This task consolidates agency, stakeholder,Tribal, and public consultation and coordination required for the design process and for compliance with NEPA and SEPA. Work to be performed under this task also includes general administrative coordination with the key project review agencies and affected utility companies, as well as coordination to obtain engineering review and approval of project technical work.This work is for coordination with the Preliminary Design and final PS&E levels of design completion. 6.1 . Stakeholder and Agency Coordination The CONSULTANT will coordinate the preparation and review of the project design work with CITY staff and . applicable review agencies and stakeholders at the 30%, 90%, 100% levels of design completion. The CONSULTANT will provide copies of technical documentation to facilitate agency and stakeholder review and approval of the proposed project solutions.The CONSULTANT will submit the draft design information at milestone deliverables to the applicable review agencies and stakeholders for review and comment.The CONSULTANT will respond and adjudicate agency and stakeholder review comments and incorporate revisions. The CONSULTANT will assist the CITY to schedule,coordinate, and support project briefings and outreach to local, state,and federal elected officials and agency representatives,to identify key issues of concern to elected officials and agencies to be resolved, build support for the project through resolution of key issues, and to coordinate construction activities with operations of other agencies. 6.1.1. City Coordination This task provides for coordination of technical issues with CITY staff and the coordination and resolution of review comments. Five (5) meetings at the City of Auburn for two (2) CONSULTANT staff are assumed. 6.1.2.WSDOT/FHWA Coordination The CONSULTANT will be responsible for coordinating, supporting, and attending meetings between project staff and WSDOT/FHWA representatives, including scheduling, preparing meeting materials, and summarizing meeting discussion, issues, and follow-up activities. Local Programs Coordination The CONSULTANT will attend an initial meeting with WSDOT/FHWA to discuss and determine the environmental documentation for the project. During or shortly following this consultation, the CITY,WSDOT, and FHWA will confirm the environmental classification of the project. The meeting will be attended by two (2)CONSULTANT staff. The CONSULTANT will attend two follow-up meetings with WSDOT and/or FHWA to receive comments on draft work products. Up to two (2) meetings are assumed at two (2) hours each for two (2) CONSULTANT staff. Approach: Per LAG Manual Section 24.2 and EPM Section 410.05(10), the CONSULTANT will meet with the CITY, the WSDOT Local Programs Office, FHWA, and possibly other agencies, as determined by the CITY,to accomplish the following: • Confirm graphically the approximate study area that is under consideration. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 26 OF 48 CP1415 • Confirm the environmental documentation category of the project. • Confirm what resource topics should receive emphasis in the updated Environmental Impacts Technical Memorandum. • Determine any additional work necessary to complete the DCE, and establish a Negotiated Timeframe for completing the DCE and SEPA documentation. • Confirm permit requirements for the project. The CONSULTANT will summarize the meeting in a memorandum to the CITY. 6.1.3. Property Owners The CONSULTANT will support the CITY as requested in coordination efforts with Property Owners. The CONSULTANT will assist the CITY with preparing exhibits and graphics as requested to support community coordination. Assumptions: • The CITY will coordinate any meetings required with Property Owners. • This Scope of Work assumes the CONSULTANT will not attend any meetings with Property Owners. Deliverables for Task 5.1.4: Up to (4) property interface figures are assumed that the CONSULTANT will prepare. 6.1.4. Utilities Coordination The CONSULTANT will coordinate with utility companies within the project area to identify utilities that require relocation.The CONSULTANT will provide utility companies with project plans and information.The utility companies are responsible for developing designs that are compatible with the roadway design. The CONSULTANT will provide comments to the utility companies noting areas of concern regarding incompatibility with the project design. 6.1.5. WSDOT Design Coordination The CONSULTANT will be responsible for coordinating,supporting, and attending meetings between project staff and WSDOT representatives, including scheduling, preparing meeting materials, and summarizing meeting discussion,issues, and follow-up activities. The CONSULTANT will attend meetings with WSDOT to receive comments on draft work products and to develop support for project utility crossing solutions. Up to three (3) meetings are assumed for two (2) CONSULTANT staff. 6.2. Community Coordination 6.2.1. Community Coordination The CONSULTANT will assist the CITY with preparing exhibits and graphics as requested to support community coordination. Assumptions: AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 27 OF 48 CP1415 • The CITY will coordinate any community outreach meetings required for the project. • This Scope of Work assumes the CONSULTANT will not attend any community outreach meeting. Deliverable(s): • Exhibit boards as requested to support community, agency, and stakeholder meetings.Three exhibit board are assumed. • AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 28 OF 48 CP1415 TASK 7 7. Right of Way Assumptions: • The CITY obtained Federal funding for CP1415 (West Main Street Corridor Improvements). • It is assumed that no Right of Way acquisition is required for work on the Project. If ROW acquisitions are determined to be required as part of the project, it will require a future amendment and will be completed in accordance with the Federal Uniform Relocation Assistance and Real Property Acquisitions Policies Act(URA), WSDOT's Local Agency Guidelines manual—Section 25 (Right of Way Procedures), and the CITY's WSDOT approved Right of Way Acquisition procedures, dated 9-30-2003, updated 6-3-2010. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 29 OF 48 CP1415 TASK 8 8. Contract Drawings This final design task progresses the design from 30% level to preparing the 90%contract drawings for review,the contract 100%check-set drawings for review, and 100% (bid ready) contract drawings. See Attachment 1 for sheet list by Discipline. In addition to preparing the contract drawings,the CONSULTANT will maintain design documentation including design calculations. Quantity take-offs will be performed for each discipline under this task and for the final submittal, quantity take-offs will align with the final bid items,to be compiled in Task 11, Cost Estimating. Assumptions: • The level of effort and fee estimate for this task is based on the number of sheets for each discipline as shown in the sheet list provided in Attachment 1.The sheet list was prepared based on the CONSULTANT'S current knowledge of the project scope and anticipated work elements. The CONSULTANT shall consult with the CITY prior to developing any sheets if the actual number of required sheets varies from the original sheet count estimate. If the CITY and the CONSULTANT concur that total number of sheets required to detail the project exceeds the original estimate,the budget for this task may be amended. • Unless otherwise noted or directed by the CITY,the CONSULTANT will prepare plan view sheets at a 1"= 20' scale and profile sheets at 1"=5'. 8.1 . General The CONSULTANT will prepare the contract drawings in accordance with the City of Auburn Design Standards (2015), City of Auburn Standard Specifications(2016),and WSDOT/APWA Standard Specifications 2016 The CONSULTANT will prepare a cover sheet and an index of drawings.The CONSULTANT will prepare general notes, abbreviations, and symbols sheet. These shall be prepared consistent with the drawing format and sheet layout provided by the CITY. A summary of quantities depicting bid items quantities will not be included in the plan set. Deliverable(s): • 90%, 100%General Sheets 8.2. Survey Control and Right of Way The CONSULTANT will prepare a Survey Control and Right of Way Plans that describes the horizontal and vertical control for the project and identify the existing right of way along West Main Street. Vertical datum is NAVD 1988, horizontal datum for this project will be per Washington State Plane Coordinate System, North Zone, NAD 83/91, and units shall be US Survey Feet as described in Task 2 of this Scope of Work. The CONSULTANT will prepare Survey Control and Right of Way Plans that show the existing right of way only. The project does not require additional right of way, as such,the plans will not indicate acquisitions, including fee simple (full and partial), permanent easements or temporary construction easements/permits. In the event right of way acquisition is necessary an amendment will be needed to add these elements to the right of way plans. The Survey Control and Right of Way Plans shall be signed and sealed by a registered Professional Engineer or Land Surveyor. Deliverable(s): AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 30 OF 48 CP1415 • 90%, 100%Survey Control and Right of Way Plans 8.3. Site Prep and Temporary Erosion and Sedimentation Control The CONSULTANT will define the site prep and demolition activities, including items to be abandoned, salvaged, recycled or removed, and identify facilities that need to be protected during construction. Site Prep plans will include surface feature items, such as pavements (by type), sidewalk, curbs,walls, building structures and foundations and miscellaneous structures. Demolition for utilities, drainage features, signing, striping, signalization and illumination will not be included in these drawings and will be shown on the relevant discipline drawings. Temporary Erosion Control measures for the project will be shown on the Site Prep and TESC Plans. The CONSULTANT will prepare temporary erosion control details which show erosion and sedimentation controls measures to be used for this project. Deliverable(s): • 90%, 100%Site Prep and Temporary Erosion Control Plans and Details • 90%, 100% Erosion Control Details 8.4. Street and Storm Design 8.4.1. Street and Storm Plans and Profiles The CONSULTANT will prepare plans and details for the gravity stormwater design, including plan views of Stormwater pipes structures,connections to the existing systems, and nonstandard drainage details.These system layouts will include catch basin and manhole locations, and the details required to describe the stormwater facilities. Stormwater profiles will include profiles for the gravity storm drains required within the project limits. Pipe elevations on inverts, size, length, and type as well as stormwater structures will be included. Existing and proposed utility crossings will be depicted based on pothole data and utility profiles. Roadway modifications will show dimensions for roadway outlines and sidewalks. The plans will also show curb returns,tapers, intersection layouts,proposed driveway access, and surface features.The plans will show the proposed grades of the centerline, left and right flow lines along the center median (where median is present), and left and right roadway flow lines, at 50 foot intervals, grade breaks, point of curvature (PC), point of tangent (PT), and angle points. Property conform limits will be developed and shown in the form of cut-and-fill lines and property reconstruction limits.The CONSULTANT will perform property interface design to existing terrain, including driveway grading, and identify retaining wall location and grading to match existing. Property interface design will be shown on the Paving and Grading plans. Deliverable(s): • 90%, 100%Street and Storm Plan and Profile Sheets • 90%, 100% Paving and Drainage Detail Sheets • Final Pavement Design Memorandum in one electronic PDF format submitted at 90%. 8.4.2. Roadway Sections Roadway sections will be developed for West Main Street denoting roadway widths, sidewalks, medians, landscaping, pavement design, and traffic lanes. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 31 OF 48 CP1415 Deliverable(s): • 90%, 100% Roadway Section Sheets 8.4.3. Intersection Grading Intersections in the project area will be prepared at 1 inch = 10 feet scale showing curb return alignment data for each leg of the intersection including tables with gutter elevations at PC, PT, quarter points; grades, radius and length of curve. Grading design for curb ramps will be depicted on the Intersection Grading Plans meeting the requirements of 2005 PROWAG. Deliverable(s): • 90%, 100%Intersection Grading Plans 8.5. Stormwater SWPPP This task involves preparation of stormwater SWPPP. Stormwater design will comply with the City of Auburn SWMM. 8.5.1. Construction Stormwater Pollution Prevention Plans (SWPPP) CONSULTANT will prepare a draft SWPPP describing the control of erosion and sediment control strategy for the construction phase of the project. The draft SWPPP will include the TESC plans.The SWPPP will be incorporated into the contract specifications; be adopted, modified and updated by the Contractor during construction.The SWPPP will be prepared meeting the requirements of the COA SWMM and the DOE General Construction Stormwater Permit.The draft SWPPP will be prepared with the 90% PS&E submittal, and submitted separately for reviews. Final SWPPP based on CITY comments of the draft SWPPP will be incorporated into the 100%check-set specification submittal.The CONSULTANT will prepare information for the Notice of Intent(N01) Construction Stormwater General Permit Application: The CONSULTANT will coordinate with the CITY to confirm compliance with notice requirements of the NOI.The CITY will be responsible for advertisement of the NOl. Assumptions: • It is anticipated that the projects may impact the wetland buffer temporarily during construction of the project. As such, related protection measures are assumed and will be included in the SWPPP documentation. • The CITY will provide drainage system information in GIS format and any available record drawing information of existing facilities in the vicinity of the sites. 8.6. Utility Potholing Assumptions: • A right of entry permit for subsurface explorations in the WSDOT right of way is not required. A CITY construction permit is required for subsurface explorations within the roadway. The CONSULTANT will coordinate the subsurface explorations with the survey work so they occur concurrently. • Utility adjustments are not anticipated for this project. If City owned utility design is needed, an amendment to this contract will be added. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 32 OF 48 CP1415 8.6.1. Utility Potholing Pothole locations will be determined during the design phase and coordinated with the various utility owners. These critical locations will include locations where proposed utilities cross existing utilities that will remain. Documentation will consist of pothole location shown on plan drawings with additional information in tabular form.Tabular information will include utility type, size, location, depth and additional detail as determined. It is assumed that the respective owners of the utilities will pay the City of Auburn permit fee directly and that a construction permit, including Traffic Control Plans, will be required by the CITY to perform this work. Potholing will be performed by the respective owners of the utilities. Deliverables: • 90%, 100%Street and Storm plans will include pothole locations and a Pothole Data table 8.7. Traffic Plans 8.7.1. Striping and Signing Plans The CONSULTANT will prepare plans for the roadway striping and signing. Limits of channelization will match paving limits and extend beyond paving limits to match extent of channelization modified due to construction staging and temporary traffic control. The design will be per CITY and MUTCD standards. Deliverable(s): • 90%, 100%Striping and Signing Plans • 90%, 100%Striping and Signing Details 8.7.2. Illumination Plans The CONSULTANT will prepare the illumination plans and details in accordance with the CITY standards, CITY guidelines and the MUTCD. The CONSULTANT will submit to the CITY a set of illumination plans showing proposed locations for the new illumination, wiring diagrams, and electrical hardware. The CONSULTANT will prepare quantity takeoffs,tabulations, and backup calculations for this work based on the CITY standards. The CONSULTANT will coordinate with CITY staff to receive comments on each plan submittal and respond to each set of comments. WSDOT standard design tables will be used for luminaire foundation designs. After coordination with the CITY and with Puget Sound Energy to determine relocated utility pole/light locations (as specified in Task 5), the CONSULTANT shall model photometric to match the chosen fixture. The CONSULTANT will provide the CONSULTANT with the illumination layout, design, and construction notes. The CONSULTANT will have a licensed Washington State Professional Engineer stamp the Illumination Plans for the Illumination Design. Deliverable(s): • 90%, 100%Illumination Plans • 90%, 100%Illumination Details 8.7.3. Rectangular Rapid Flashing Beacon (RRFB) Electrical Design This scope of work includes the work to prepare the design for the electrical design of RRFBs at the following locations: g) West Main Street,just east of E Street SW AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 33 OF 48 CP1415 h) West Main Street,just east of the Interurban Trail i) West Main Street, near or at the trailhead of the Auburn Environmental Park(AEP) The CONSULTANT will provide the CONSULTANT with the RRFB layout, design, construction notes and details. The CONSULTANT will have a licensed Washington State Professional Engineer stamp the RRFB Plans. 8.7.4.Traffic Signal Loop Plans for West Main Street The CONSULTANT will prepare a traffic signal loop plan in accordance with the CITY standards, CITY guidelines and the MUTCD. The CONSULTANT will submit to the CITY a set of traffic signal plans showing proposed locations for the new bicycle loop locations at the intersection of West Main Street and WVH, wiring diagrams, and electrical hardware. The CONSULTANT will prepare quantity takeoffs,tabulations, and backup calculations for this work based on the CITY standards. The CONSULTANT will coordinate with CITY staff to receive comments on each plan submittal and respond to each set of comments. Deliverable(s): • 90%, 100%Traffic Signal Loop Plans 8.7.5. ITS, Signal Interconnect, and City Telecommunication Systems The CONSULTANT's design will be based on the previous phase of design plans, and incorporate any CITY comments or responses to comments. The CONSULTANT will prepare typical ITS and fiber detail sheets, CCTV cabinet layout and camera mounting details, a trench restoration detail, ITS junction box and ITS vault details, fiber splice and storage details,traffic signal controller and CCTV schematic plans,fiber communication plans,fiber splice details, ITS plan sheets, intersection blow-up details, and a facility plan sheet. Plans showing aerial fiber optic runs will be plan/plan stacked sheets whenever possible. Calculations for plan sheets are based on a corridor length of 3.6 miles (19,000 ft). Deliverable(s): • • 90%, 100% ITS,Signal Interconnect, and City Telecommunication Systems • ITS Design Criteria Memorandum in one electronic PDF format submitted at 90%. 8.8. Landscape Design Landscape design will be based on the CITY's standard street tree layout, or the Landscape and Urban Design Selection Memorandum in Option Task 15 should the CITY add this scope of work to the Project. The plans will be prepared to include the type, location and quantity of plant material for the streetscape. Landscaping will be depicted on the Landscaping and Urban Design Plan and Detail Sheets. Detail sheets will be prepared that include details for items such as planting diagrams, and details. Deliverable(s): • 90%, 100% Landscaping Design Plans • 90%, 100%Landscaping Design Details 8.9. Submittals (90%, 100% Check-Set, 100% Bid-Ready) For each submittal (90%, 100%)the CONSULTANT and CONSULTANT(s)will assemble the plans into a single comprehensive plan set. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 34 OF 48 CP1415 8.9.1. 90% Submittal At the 90% review, 30%comments will be resolved and addressed. Deliverable(s): • 90% Plans(1 full size hardcopy, 16 half size hard copies, 1 pdf copy) • 90% draft special provisions and contract specifications (as described in Task 10) • 90%Opinion of Cost (as described in Task 11) 8.9.2. 100% Check-Set Submittal At the 100%review, 90%comments will be resolved and addressed.The purpose of this submittal is for the CITY to check that all comments have been addressed prior to final printing of the bid-ready documents. The 100% check-set submittal will be provided to the CITY in electronic version only. Deliverable(s): • 100% Plans(1 electronic pdf copy) • 100%draft special provisions and contract specifications (as described in Task 10) • 100%Opinion of Cost(as described in Task 11) 8.9.3. 100% Submittal Any 100%Check-Set comments will be resolved and addressed. Plans, Special Provision and Contract Specifications, and Engineer's Estimate will all be stamped and signed by Washington State Professional Engineer(s) for the engineering disciplines. Deliverable(s): • 100%Plans(1 fullsize (22x36)4mil Polypro Set with wet signatures and seals) • Final Special Provisions and Contract Specifications(as described in Task 9)(1 complete and un-bound set of specifications double sided with wet signatures and seals) • One(1) Final Engineer's Estimate (as described in Task 10) • One (1) CD with final AutoCAD Drawings in AutoCAD 2015 format (with x-ref files bound to each drawing file), final specifications in Word and PDF format, and final Engineer's Estimate in PDF and Excel format AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 35 OF 48 Cp1415 TASK 9 9. Geotechnical Engineering This scope of work covers geotechnical engineering services needed to support development of contract documents for the construction of potential infiltration facilities, luminaire poles,and pavement design on West Main Street. The geotechnical work includes geotechnical field reconnaissance and subsurface exploration to determine the depth to groundwater, strength of near surface materials, and approximate infiltration suitability. Assumptions: General geotechnical issues and assumptions for the project are discussed below. • This scope of work does not include an environmental assessment or exploration to define contamination; the site is assumed to be free of soil and groundwater contamination • The extent of the subsurface exploration program to be implemented will be reviewed and discussed with the CITY to obtain CITY endorsement that the appropriate level of subsurface exploration is performed to reasonably manage project risks. • Per the City of Auburn Surface Water Management Manual,ASTM Gradation Testing will be the method for determining long term infiltration rates for sizing infiltration facilities. • The CITY will provide right of entry agreements from property owner(s) for test pit excavations at the infiltration sites if work is required on private property. It is not anticipated that work will be required on private property. • The CONSULTANT will obtain all permits for work with the right of way including geotechnical drilling, the CITY will pay for the CITY permit fees directly. • Soil samples will not be retained past the final completion of the Geotechnical Data Report. • The locations of test pits will be determined by measuring with a hand level and tape from existing surveyed features,such as manhole covers, catch basins, etc. • Cultural resource monitoring is not required. • There are no major retaining walls on the project. Minor block retaining walls may be needed, but no specific geotechnical explorations will be required for these currently undefined minor walls. • Widely spaced borings for infiltration design will be used for luminaire pole design if the locations approximately match. If the pole locations are not known early enough for exploration planning, luminaire pole foundation design will be based on the depth of existing neighboring pole foundations lengths and existing boring information; if this information is not available within 100 feet of the proposed foundations,the design will be based on the assumption of a drained angle of friction equal to 26 degrees. • Numbers and depths of borings are provided for initial budgeting purposes only. The actual boring number and depths will be reduced if uniform conditions appear to be present,or may be increased (upon approval by the CITY) if complex subsurface conditions are encountered or the complexity of design features warrants. The time and cost required for subsurface explorations is highly dependent upon site conditions as well and intangibles, such as access difficulty, right-of-entry limitations,traffic control limitations, and utility conflicts. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 36 OF 48 CP1415 • Up to two (2) borings at an average depth of 30 feet deep and up to two (2) borings extending up to 50 feet deep through the SR 167 fill are assumed. Piezometers will be installed in two of the borings. Up to seven (7) Hollow stem auger borings with standard penetration test sampling to 10' deep at approximately 600' spacing are anticipated outside of the SR 167 embankment to determine subsurface characteristics. Piezometers will be installed in up to 3 of the borings. Up to four(4) shallow test pits will be excavated in a proposed parking area outside of the SR 167 embankment area to develop the pavement design. Infiltration tests will be conducted in 2 of the test pits. • New piping is not planned, so there will be no testing of corrosion-related soil properties. If minor drainage changes do occur,the potential for encountering groundwater in the excavations will be evaluated by straight line connection of water levels noted in the borings. The relative difficulty of dewatering will be estimated based on correlations of permeability with grain size in nearby borings. • It is assumed that the CITY will provide monthly piezometer readings to the CONSULTANT. • Lane closures are assumed for the borings drilled on West Main Street. Traffic control equipment and flaggers are assumed to be needed for borings and test work along West Main Street. Traffic control, flaggers and signage needed for geotechnical explorations will be provided by the CONSULTANT. • In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration,and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, underground conditions may occur that could affect total PROJECT cost and/or execution.The full extent of the subsurface exploration program to be implemented will be reviewed and discussed with the CITY to obtain CITY endorsement that the appropriate level of subsurface exploration is performed to reasonably manage project risks. 9.1 . Subsurface Exploration and Geotechnical Data The CONSULTANT will perform a review of available subsurface information, site reconnaissance,subsurface exploration,and laboratory testing to produce information for preliminary geotechnical design of the project elements. • Obtain and review existing subsurface information provided by the CITY, available through the GeoMapNW web site, and from published geologic maps. • Obtain and review existing subsurface information provided by WSDOT. • Perform a site reconnaissance after the drainage infiltration facilities have been determined and mark approximate locations of borings and test pits • Prepare for the exploration, including developing subcontracts for test pit excavation and developing a field health and safety plan. • The subsurface exploration will consist of up to 18 geotechnical exploration locations as described in the assumptions section above. • Two infiltration tests for the pervious pavement design. • Laboratory testing for grain size, Atterberg Limits,consolidation properties, and California Bearing Ratio (CBR) are anticipated. A geotechnical engineer or engineering geologist will be provided during test hole drilling and test pit excavation to: • Visually classify soils following ASTM methods AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 37 OF 48 CP1415 • Record blow counts during SPT's • Collect and store samples of soil for laboratory testing and classification • 9.2. Geotechnical Analysis and Recommendations The CONSULTANT will perform engineering studies to provide geotechnical design recommendations for soil infiltration rates, material compatibility (related to filtration), subgrade treatment or embankment reconstruction prior to repaving, and luminaire foundation design.The geotechnical studies will include: • Review of observable existing and available geologic and geotechnical information • Estimation of an average and likely range of stormwater infiltration rates for the site based on infiltration tests and grain size analyses of samples and visual classification of material from explorations, per the City of Auburn Surface Water Management Manual ASTM Gradation Testing method for determining long term infiltration rates. The CONSULTANT will prepare a Geotechnical Data Report containing a map of the exploration locations, boring and test pit logs, laboratory test results, a brief description of the published geology, and exploration methods. The report is intended to depict subsurface conditions and to be included as an appendix to the design bid documents. The CONSULTANT will also document geotechnical design recommendations based on the studies listed above in a Geotechnical Recommendations Technical Memorandum. Both the Geotechnical Data Report and the Geotechnical Recommendations Technical Memorandum will be stamped and signed by Washington State Professional Engineer. Deliverables: • Draft and Final Geotechnical Data Report in electronic PDF version. • Draft and Final Geotechnical Recommendations Technical Memorandum in electronic PDF version. • AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 38 OF 48 CP1415 TASK 10 10. Specifications The CONSULTANT will use the WSDOT/APWA 2016 Standard Specifications in preparing the contract documents and the CITY's standard special provisions as applicable to the project design. The CONSULTANT will assemble the contract provisions including contract documents, special provisions and appendices for the project. A contract specifications outline will be prepared for the 30% design submittal,with specification sections included beginning with the 90%design submittal.A sample boilerplate provisions will be provided by the CITY. Deliverable(s): • Outline specifications with the 30%submittal (one electronic copy in PDF) • Project specifications with the 90%(one electronic copy in PDF), 100%check-set (one electronic copy in PDF), and 100% bid-ready submittals(as described in Task 8.9) AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 39 OF 48 CP1415 TASK 11 11 . Cost Estimating • Assumptions: • Cost opinions in the 15%,30%,90%, and 100%design submittals will follow the practices set for by the Association for the Advancement of Cost Estimating(AACE), Recommended Practice No. 17R-97. Budget-level cost estimates will include contingency factors as defined by the AACE document to account for project uncertainties that cannot be explicitly accounted for at the project's various engineering stages. • The 15%cost opinion will be based on the CITY provided cost estimate that was used to procure the CITY's grant. The CITY will provide all assumptions and back-up information related to the grant estimate for the CONSULTANT to verify against the 15%conceptual level design. • Cost Opinions at the 30%,90%and 100%submittals shall include specification references. The 30%estimate • with specification section references will serve as the specification outline. • 30%, 90%and 100%Cost Opinions will list all project bid items. • All bid item backup information will be included in the 90%and 100%Cost Opinions. • 90%and 100% Cost Opinions will be submitted in the Bid Proposal Form format. 11 .1 . Quantities The CONSULTANT will compile quantities from all disciplines for the project into a single summary of quantities sheet.The CONSULTANT will estimate roadway excavation quantities per the CITY's special provisions and the WSDOT Standard Specifications.The CONSULTANT will provide the CITY with the roadway cross sections and calculation notes used to estimate the roadway excavation in PDF format at the 90% design and final design levels.The CONSULTANT will provide the CITY with calculation and measurement notes for the other estimated quantities at each design level. 11 .2. Opinion of Cost The CONSULTANT will prepare an engineer's opinion of cost for the project at the 15%, 30%, 90%, 100% levels of completion.The opinions of cost will be prepared using bid items with documented unit costs, lump-sum prices, and back up.The opinions of cost will be submitted in hard copy and PDF Format and the final opinion of cost will also be submitted in Excel format meeting the CITY's standard format.The final opinion of cost will be stamped and signed by a CONSULTANT team professional licensed in the State of Washington. Deliverable(s): • One 30%design level estimate in electronic PDF format. • One 90%design level estimate in electronic PDF format. • One 100%check-set design level estimate in electronic PDF format. • One final 100% bid-ready design level estimate in electronic PDF and one hard copy format. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 40 OF 48 CP1415 • TASK 12—OPTIONAL TASK 12. Traffic Control Plans Traffic Control Plans for work related to SR 167 may be implemented on this project. This work has been estimated as part of this work in the CONSULTANT Fee Determination for Task 12. This Task requires a supplement to this agreement prior to proceeding. 12.1 . Additional Basemapping Additional survey and basemapping will be required to complete the traffic control work. The CONSULTANT will utilize existing GIS, aerial, and WSDOT photogrammetry basemapping to support the traffic control design.The CONSULTANT will prepare a compiled basemap for use in developing the traffic control plans. 12.2. Traffic Control Plans The CONSULTANT will update the project drawings and design to incorporate traffic control and detour plans that may be needed for WSDOT permitting work associated with SR 167 mainline. The following discipline plans will be added or updated: General Sheets, Traffic Control Plans. Project quantities and estimate will be updated. Traffic control plans design will be based on WSDOT K plans or City Standard Details (if available). This task includes coordination with WSDOT. The CONSULTANT will coordinate with WSDOT to confirm the proposed traffic control design is consistent and compatible with WSDOT's traffic control standards. This will be accomplished through meetings and correspondence with WSDOT, The CONSULTANT and the CITY. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 41 OF 48 CP1415 TASK 13—OPTIONAL TASK 13. Non-Destructive Pavement Testing Additional pavement testing for work related to reconstructing the pavement on West Main Street may be implemented on this project. This work has been estimated as part of this work in the CONSULTANT Fee Determination for Task 13. This Task requires a supplement to this agreement prior to proceeding. 13. 1 . Additional FWD Testing Based on the results of the field walk through and discussions with CITY staff,CONSULTANT shall conduct Falling Weight Deflectometer(FWD) deflection testing. During the field reconnaissance the CONSULTANT shall mark the areas to be tested,observe the condition of the pavement surface along the length of the project and assess the temporary traffic control needs to be used during exploratory borings and FWD testing: Shallow(maximum depth of 5 feet) boring explorations will be conducted in the area of the proposed pavement widening. Up to a total of 6 borings will be performed. At each boring, a push tube sample of the upper subgrade soils will be obtained, bulk samples will be retrieved for laboratory testing and the subgrade soils will be logged by a project engineer. • Laboratory testing will be performed on the subgrade soil samples retrieved from the shallow borings. The anticipated laboratory tests consist of the following: o Classification of the aggregate base and subgrade soils, as necessary to support the field classification. o Atterberg limit to characterize the plasticity of the soils o Unit weight determinations for upper subgrade zone o Standard Proctor and Modified Proctor compaction curves for 6 samples (total) o Resilient Modulus test of 4 samples compacted to Standard Proctor density and Resilient Modulus test of 4 samples compacted to Modified Proctor density Deliverable(s): Incorporate data and results of tests in deliverable for Task 4.8. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 42 OF 48 CP1415 TASK 14—OPTIONAL TASK 14. Signal Timing & Coordination Plans Additional work related to providing signal timing plans for 13 of the project intersections may be implemented on this project. This work has been estimated as part of this work in the CONSULTANT Fee Determination for Task 14. This Task requires a supplement to this agreement prior to proceeding. 14.1 . Signal Timing Plans a) Attend meeting with signal technician and other City of Auburn traffic operations staff to understand needs as they relate to signal timing. Assume meeting will be attended by Project Manager or Project Engineer. b) Prepare signal timing and coordination plans for up to 13 intersections and up to three time of day plans per intersection. Assumes counts and Synchro model are available to the CONSULTANT from the CITY. c) The limits of the timing and coordination plans are • along West Valley Highway(Main St to Peasley), • 15`h St SW (WVH to Perimeter), and • C St SW(Main St to 15th St SW). Deliverable(s): Timing plans input by CONSULTANT into CITY's central system or marked up timing cards delivered to the CITY for • CITY staff to input into system. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 43 OF 48 CP1415 • TASK 15-OPTIONAL TASK 15. Landscaping & Urban Design Enhancements Additional work related to providing enhanced urban design and landscaping may be implemented on this project. This work has been estimated as part of this work in the CONSULTANT Fee Determination for Task 15. This Task requires a supplement to this agreement prior to proceeding. 15.1 . 30% Preliminary Landscape and Urban Design Enhancements • Scope includes a landscape and urban design memorandum for the enhancement of landscape and hardscape and furnishings for the West Main Street Corridor.This work will provided as part of the beginning of the 90%design phase. Subtasks include: • Prepare Landscape and Urban Design Selection Memorandum in electronic PDF format including text, sketches and photos illustrating design concepts and maintenance recommendations/assumptions. • Visit site. • Meet with City of Auburn (1). • Meet with Team (1). • Prepare 30%Quantities and Opinion of Cost(support for cost estimate prepared by others). • Prepare 30%Specifications Outline for enhanced soil, planting, and furnishings. Deliverable(s): • Landscape and Urban Design Selection Memorandum in electronic PDF format. (6-8 pages) • 30%Quantities and Opinion of Cost information for cost estimate by others. • 30%Specifications Outline enhanced soil, planting, and furnishings. 15.2. Final Landscape and Urban Design Enhancements Scope includes support for the enhancement landscape and urban design along the corridor on roadway plans by others, and the preparation of additional landscape and urban design sheets based on enhancements at both the Interurban Trail and the Auburn Environmental Park entrance. Subtasks include: • Meet with City of Auburn (1) • Meet with Team (2) • Prepare of redlines of enhanced landscape and urban design to be provided to CH2M for inclusion in roadway plans including pavement scoring and/or special paving,tree spacing and selection,street furniture layout,tree soil augmentation (structural soil or tree soil cells). • Prepare of enhanced landscape plans for areas adjacent to Interurban Trail and the Auburn Environmental Park entrance. • Prepare details of pavement scoring and special pavement, soil preparation,tree planting, tree soil augmentation and site furnishings. • Prepare 90%and 100%Quantities and Opinion of Cost (support for cost estimate prepared by others) • Prepare 90 and 100%Specifications Outline for enhanced soil, planting, and furnishings. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 44 OF 48 CP1415 Deliverable(s): • 90%, 100% Landscaping and Urban Enhanced Area Plans (3 Sheets at 1" = 10') • 90%, 100% Details for Landscaping and Urban Enhancement(3 Sheets at 1" = 10') • 90%, 100% Quantities and Opinion of Cost for cost estimate prepared by others. • 90%,.100%WSDOT enhanced specials for planting, soil preparation, tree soil augmentation, and plant establishment. AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 45 OF 48 CP1415 TASK 16—OPTIONAL TASK 16. Services During Bidding Additional services related to in-depth pavement testing for work related to Services During Bidding may be implemented on this project. This work has been estimated as part of this work in the CONSULTANT Fee Determination for Task 14. This Task requires a supplement to this agreement prior to proceeding. 16.1 . Services During Bidding CONSULTANT will provide services during the bid period. Services shall include preparation of addenda and supporting plan, specification, quantity changes, preparation of responses to bidder questions and review of bids. In regards to reviewing contractor's bids, CONSULTANT shall identify and recommend rejection of any and all bids that are either non-responsive or non-responsible and shall otherwise assist the CITY in selecting the contractor who submitted the lowest responsive and responsible bid. The CITY is responsible for selection of the contractor. Deliverable(s): • Up to 2 addenda will be prepared. • • AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 46 OF 48 CP1415 ATTACHMENT 1 Sheet List by Discipline Figure A-1 Sheet list(CP1415) 30%Design 90%&100%Design Drawing Title No.of Sheets No.of Sheets Comments General Plans Cover sheet and Index 1 1 Sheet Map 1 1 General Notes,Legend,Abbreviations 1 1 Survey Control,Alignment and Right of Way Plans 8 8 Site Prep&TESC Plans&Details Site Prep&TESC Plans 8 8 Site Prep&TESC Notes 1 1 Erosion Control Details 2 Roadway and Utilities Roadway Sections 3 3 Paving and Drainage Plans&Profiles 8 8 Paving and Grading Details 3 Intersection Grading Plans 3 3 Intersections Curb Ramp Grading Plans 3 3 Intersections Drainage Profiles and Details 2 2 Traffic Signing and Striping Plans 8 8 Signing and Striping Details 2 Illumination Plans 8 8 Illumination Details 2 Traffic Signal Loop Plans 1 1 intersection Traffic Communications,ITS&Signal Corridor Plans 10 10 Traffic Intersection Plan Sheets 16 16 Traffic Facility Plan Sheet 1 Traffic Details 12 Landscaping Landscaping Plan 8 8 Landscaping Details 3 TOTAL 83 115 AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 47 OF 48 CP1415 • ATTACHMENT 2 Sample Invoice City of Auburn Invoice#: 5222 25 West Main Progress Payment#: 2 Auburn WA 98001 Invoice Date: June 10, 2011 Attn: Kim Truong, Project Engineer Project Name: West Main Street, Corridor& ITS Improvements AGENCY AGREEMENT#: AG-C-466 PROJECT#: CP1415 Engineering Services performed during the period of: May 2015 SAMPLE ENGINEERING, INC. —Task 1.1 Personnel Hours Hourly Rate Amount Mike Jones, Principal in Charge 2 $ 125.00 $ 250.00 Joe Smith, Word Processing 3 $ 48.00 $ 144.00 • Expenses(see attached documentation) Charges Multiplier Amount Mike Jones, Principal in Charge 20 MILES $0.50/MILE $ 10.00 Task 1.1 Total: $ 404.00 SAMPLE ENGINEERING, INC. —Task 1.2 Personnel Hours Hourly Rate Amount Mike Jones, Principal in Charge 1 $ 125.00 $ 125.00 Carla Maker, Architect 3 $ 72.00 $ 216.00 CONSULTANT-see attached Hours Hourly Rate Amount documentation ABC Environmental, Inc., Civil Engineer 16 $ 100.00 $ 1,600.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,000.00 Expenses (see attached documentation) Charges Multiplier Amount Quality R Us Printing Services $ 69.09 X1.1 $ 76.00 Task 1.2 Total: $ 3,017.00 TOTAL DUE THIS INVOICE $ 3,421.00 CONTRACT BREAKDOWN Amount PRIOR Total Invoiced % % Amount Task Authorized INVOICED This Invoice To Date Expended Completed Remaining Original Contract Task 1.1 $5,000.00 $ 505.25 $ 404.00 $ 909.25 18% 18% $4,090.75 Original Contract Task 1.2 $17,000.00 $ 519.75 $ 2,017.00 $ 2,536.75 15% 16% $14,463.251 Total Original Contract $22,000.00 $ 1,025.00 $ 2,421.00 $ 3,446.49 16% 17% $18,553.51.51 MRF' $2,000.00 $0.00 $ 1,000.00 $ 1,0000.00 50% 55% 1,000.00 TOTAL $ 24,000.00 $ 1,025.00 $ 3,421.00 $ 4,446.00 $19,554.001 Note: MRF=Management Reserve Fund Received a written authorization of MRF on 1/10/11 for Mechanical Engineer task in the amount of$2,000.00. • AG-C-466 EXHIBIT A SCOPE OF WORK PAGE 48 OF 48 CP1415 Exhibit B DBE Participation Not applicable. Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit B Page 1 of 1 Revised 10/30/2014 Exhibit C Preparation and Delivery of Electronic Engineering and Other Data In this Exhibit the agency, as applicable, is to provide a description of the format and standards the consultant is to use in preparing electronic files for transmission to the agency. The format and standards to be provided may include, but are not limited to, the following: I. Surveying, Roadway Design & Plans Preparation Section A. Survey Data See attached scope of work. B. Roadway Design Files See attached scope of work. C. Computer Aided Drafting Files See attached scope of work. Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit C Page 1 of 4 Revised 10/30/2014 D. Specify the Agency's Right to Review Product with the Consultant Sec attached scope of work. E. Specify the Electronic Deliverables to Be Provided to the Agency See attached scope of work. F. Specify What Agency Furnished Services and Information Is to Be Provided See attached scope of work. Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit C Page 2 of 4 Revised 10/30/2014 • II. Any Other Electronic Files to Be Provided See attached scope of work. • • III. Methods to Electronically Exchange Data See attached scope of work. • WSDOT Form 140-089 EF Exhibit C Page 3 of 4 Revised 10/30/2014 • A. Agency Software Suite See attached scope of work. B. Electronic Messaging System See attached scope of work. C. File Transfers Format See attached scope of work. WSDOT Form 140-089 EF Exhibit C Page 4 of 4 • Revised 10/30/2014 (0ON. b v Nr 0 ((Oq (c00 a 0 0 is of N- aiv o0) nvuorn 0) 0 n o r CO CO L) a) CO n n 0) CD c O CO 0) r CO O N N N (O c0 CO D) 'C ir N.: n n nm c0O W C) c � \ o o \ o e a CO co d' cO r N CO CO co CO ^ {'7 C O? n c0 O U l`0 �' t0.) V NOOM44 . > a O S . 69 E9 E09 fA 69 69 CO t9 to <9 f9 L (pp 0 0 0 CO 0 0 Cr, CO 0 0 0 V 4.3 O O O N C O 00 n n 0 0 0 0O N o N- p al 0 0 0 V O) O O N al Q) CO CO (O CO 7 0) N CO 0 0 CO N . orn Cr) n CO on N OD a Ora N N v �n ui 66 0 Nc v (. ai ni C N r r y N O. u• Eft V> W Efi (» cA f9 CA 69 c9 (9 4 fA fA EFL) ED kA 1A W Y 0000 0 O r O O C N CO N O) 01— c9 C c! 0 0 0 0 O OCOCD 0 co 0 0O C O c0 c a Oi06 ci ' N • CD CO n -D C O C to 0OnCO O CO c0 0 Y 0 N 0 E- E CO . 0CDCOCO N- an CO O 0 c0 0. 5 0 a 4,Jo• > C r r r- V N (O N O O O7 m W � ,> O A o O n W C7 _ N E u e- £ — 7 „'• ww 0 : CO FCO M 69 69 f9 0 E9 0 (9 !A E9 cf) S W = ¢ tl) 6 10 CO mUnv0 non mm N ` ` • ` COn c0 ,c/- LO. CO a) CO 0d' N 7 C 0 O ' O O c 0 O c O ' N N O N .0 O a u0 .0 ' CO N V O CO CO N- N- CO CND M " co N N N N N N< R c o N J r N O r M as o • v ' 2 el N i., mL _ U V O Ca 69 V) 69 69 c9 0 69 f9 c9 (9 S o r C 4) O .a . J rn CD 2 m xc a C O) 0 r N r co O CO O N r N CO w -. _.I M c � U Or a U U 0 . a m m c .o a d O. 0 u U Z' d Z (I) E R C C m o 0 a O Z U o :os so. .x 2 Inn c c d 1,2..m e O rn a E o y O F. .y .y 7 C Z o .. m o.o ci o a m rn O) .� E a O D c W m C c 2 2'a te a C Y T N c0 C C 7 E U o 2 g . = Ea) 3 - •c ,� E c 0Q - O d c >.O 0 L a n 0 d U a c ` .O. 'o W c0 (5 x N c o o '> O L c o d a w w W �- 7 N 0 C O)- O O) O. O O O O. 0 r M W ¢ O: U 0 W U H H CD cCO I- _ 4#. U N Y C y r N C) '7 10 b n co a) O ' (� O . A ¢ U H ! 2 ; Q /;! w;: =108, 0 o9 e ;: : ;,N_,! 2222 ruff::! 2-220 . l5= 422 C• \ : 0 : ) } 2, \ / , ; _� e 3 00 0,0 w2# 2 \ ; , _ !!_ _ _ : ` ) I ) R) \ \ ! _ / % , ! ! 2 330 1 ` - _ \ \ d ] } % ! 232555235 ! .21 }/ / r ( ®{!! h : z w _ _ « ) \ _ ears = - - - : , ! 1 . : : ! ! ; S ! 9 Q 3326: ! ; ! / _ /) I225222!! #^ \} . / S / / {/ } }/ {/ ! ] / / ! ) ! •- / / } / ! _ ! :g 1111 ! ciaaa via a .? B _ ° Fc2Rm 552 , SmM0 m 1 ,- U ` 22 '1 a r O n a L' . '. O - e- 0 0 U U F f tF -i I • F.p r r, O O O 0 0 0 2 w r 0 O �"- �n' 9G3; a m NM 0 nt2e rnevm iO m n mm n mmmd Om u 991 z v m m r N F 1 2i o 0 0 U p O O O 3 N O• O 1 mW Fs �- 0 2- 0 ry n,_mm ,_ tV N 0 h W wm L e a 0 0 O n n °m N 0 o a � F' r m °' e9 ' O O`,2"' 0 m n °om v.cc 0020 eo n n n E _ 0 o N v w F. � 0 ry m m N 0,▪ 00 0L o F.r m W m m 0 0 0 m 4 00 w W w 1 P'21I ne N m ., n mm c 32 aga c w'- Ft!^' n n e 0 0 e a e m a a a a e v e' n n a 00 0 1 o e a o a 2 _E LE -2 N a E 2 n 5 f" _ [ D F 5i _ m £ > A E .. _ fi b o - `0 " ! m ° o E d ¢ E ? a 1 a8 B 8 8 E w p U a 8N s 8 uo - „ m a N q 22 P q 20, - F A ¢ o_3 1 s E m a a s w @ o o A e 8 y s 8 9 e E ° S o f s ' c s E m ' .22 ; E d 5 s l ° E 2 P o -n 3 O ¢ u x _ _ � O m m q O N O; ¢ V j c 2 U w WU0 U2 <0 f / 0 / /1 !\ \ . , 9 / e . § r„' 1 , , . \0 ` 0 / § � ! _° /` \ < � \ ;§;c / \ _ wa 0 0 ! \\ I L' } : / �g § \0I-}f =:E ! / 2� n ! 222 �\ § cn a. sbe:: °/ °4 ! /w ! / !2! !d ~ " 0 I . }, _\ !/ § \/}3 I. ,\ _-\ ! \ � \ \ 1 . ƒ . : { 0 } ° • \ = ! \\2 , \ }\ Exhibit D Consultant Fee Determination-Summary Sheet Project CP1415:West Main Street Corridor&ITS Improvements CH2MHill Employee or Category Hrs. x Rate = Cost Quality Manager 143 $ 94.12 $ 13,459.16 Project Manager 226 $ 71.40 $ 16,136 40 Senior Engineer 118 $ 80.38 $ 9,484.84 Project Engineer 430 $ 58.86 $ 25,309.80 Task Engineer 745 $ 52.16 $ 38,859.20 Design Engineer 258 $ 37.68 $ 9,721.44 Designer 543 $ 35.05 $ 19,032.15 Survey Lead 120 $ 45.34 $ 5,440.80 CAD Survey 60 $ 29.42 $ 1,765.20 CAD Tech 900 S 42.16 $ 37,944.00 Survey Tech 50 $ 26.69 $ 1,334.50 Office 90 $ 33.60 $ 3,024.00 Total Hrs. 3,683 $ 181,511.49 Direct Salary Cost $ 181,511.49 Overhead Cost ® 107,07% of Direct Labor $- 194,344.35 Net Fee @ 32.0% of Direct Labor § 58,083.68 • Total Overhead&Net Fee Cost $ 252,428.03 Direct Salary Cost $ 433,939.52 Direct Expenses Unit Cost Reproduction Cost Each Full Size Copies $2.00 $3,000.00 Reprographics $10.00 $180.00 Priority Habitat Maps $60.00 $60.00 Auto Rental/Gasoline $780.00 GPS Equipment Recoveries 2 $206 /day $412.00 Field Equipment Consumable $100.00 Data Logger 2 $124 /Each $248.00 Mail/Deliveries/etc. . $1,200.00 Mileage $0.565 /Mile $475.73 Parking $15 $60.00 PerDiem $0 /day $70.00 Survey Truck 29 $57 /day $1,653.00 Smart Pole TPS 16 $167 /day $2,672.00 Smart Pole GPS 6 $166 /day $996.00 Digital Level 1 $44 /day $44.00 3D Laser Scanner 9 $1,000 /day $9,000.00 Survey Supplies 10 $25 $250.00 Traffic Control-Regular 96 $32 /hr $3,072.00 Traffic Control-Overtime 24 $48 /hr $1,152.00 Sign&Barricade Rental 6 $100 /day $600.00 Sub-Total Direct Expenses $26,024.73 Subcontracts DKS $139,669.00 HWA GeoSciences . $4,400.00 Signature Surveying $11,600.00 APS Utility Locating $3,000.00 Gregory Drilling $19,335.81 Sub-Total Subcontracts $178,004.81 Subtotal Direct Expenses $204,029.54 Total Fee $637,969.06 Management Reserve(to be authorized by the CITY) $0.00 TOTAL Including Management Reserve $637,969.06 AG-C-466 Exhibit D Consultant Fee Determination Page 5 of 5 CP1415 CAW/Der E Exhibit E OK5 Associates CH2M Hill/City of Auburn Fee Estimate for Engineering Services Project C1415 West Main Street Multi-Modal Corridor and ITS Improvements DK5 Associates Prepared 4/21/15 Position Principal I Pmlect Prolecl Anociav Aeabtam CAD Intern Admen Engineer Manager Engineer Engineer Engineer Dnlener Direct Hourly Bate $61.30 $55.60 54425 13425 53050 12925 $7200 $2800 Overhead 177.10% Billing Bate $18685 $16947 $134.88 I$104.40 1 $9297 1 $89.16 I $6706 I $85.35 Fee 10% 11 erelecleeangene, 1.1 Wee.ye CeoMnen 4 12 tin are BUrnelrumvemem 12 1.3 seeds'wmsenra 10 1.4 Pmnre®rtepaagammooy 10 go 1.5 Sutmmalad Mamgrmsre 18 nepo Team Slnnm 30 ., .r ti .e ,ter- _ msi45maz 76 $12,0391 1e%e^r.ceMal Dead .•.� 3.1 imE6 PRktr Pa,mue ]2 Reader vwrgi 32.1 Binh 322 Connpa remexaresn 3 3 OrP Fur smrnealae evmeaam9 3.3.1 cane nra presage Pnn 34 C88C8861.1 Truffle son,a nl1888868n 3.4.1 d°Caeaenamnen", a an 20 34.2 ^"nn.ry novoearam Peaenn cm name onegn 2 4 3 43 Ca"aptualRecia'9nnr Repel Flashing Beacon Elrn'allmmn 2 344 cartaetuI TSaesgn 4 24 10 3.5 Isx Ceare•oal oe,gn Pelage r•, y;2r;'� x - 'Mg alml 104 $11,6701 4 s0%PSnennary oaug - Ie' " 4.6 Pree.nnary Franc Signal and Illwntnalion 46.1 Preemw Iau am Presses umna1"Orson 8 30 30 10 4.6.2 Preen°ry R• e9eir woe fleshing Beam,Darwl owes 4 11 4 1 463 Pmm91ry isDews 4 ]0 76 64 40 I l+I 4,T nee rylamwRe1611 $49n 4.6 Peeenmry wemem aeries S 461 morn/" 41 s%oegn Package 8 19 22 360 $43,8501 6 steer slakeha nand eumunnytwre nxm 6.1 s a c ad Andre meeeen 6.11 urym•mm8 6.1.2 %saainFelWACmwamn 6.1.3 P'cnM 6.1.4 Innmeacocromm� .' fi15 e"AW1 c°°>°t`^ 12 6.2 mnnete m mbn 62.1 cnmmunayCpymbn 4 736ve36w — 16 1 $2,7121 8.7 Tnrce1'4ns 6.2.1 simPkil and slgry Pun' 67 2 'amiss Puna 1 8 30 48 6 22 20 near 67.2 ie.mywr Rape sect.;reset rlaspal Fleuwleeyn 4 B 24 -. j e>_4 mmr some LOP)Pmmex we win Street � 2 6 20 10 u 6],5 iis,spnllreenwnee,anacoe Teammmumamn 5rvtenre 2 28 74 84 40 453 I $51,4951 10 Seearcmane 2 16 40 8 .I r. _ .. .Tarty tDiabl 66 $9,3161 11 Can[rtmmg 1 20 20 20 i 11 1 a'x"°use 112 a monomnu 1 l .... _ •Taet..T•tal 61 $8,057 Subtotal Person Noun 10 I 226 320 350 6 160 54 10 Subtotal Person Fees $1,868 I $38,301 $43,161 $36,539 $558 f$14,265 $3,621 $853 1156 i$139,167, EXPENSES Travel-Parking and Mileage $300 Reproduction $200 TOTAL COST(Labor a Overhead•Expenses r Fee) $139,667 14 na krvrge<ggremm�Pdn.roe tin Tnn �h :..s 141 s 5i9,n Omvq wn 2 12 48 56 80 44 i I TIe$W Tt .. .,..... 242 $25,1161 16 emen DumgetleirglWlonl Ta,El .. 161 s servers wring Hdm9 1 10 24 ID - - 45 I _$6,0101 Exhibit F Title VI Assurances During the performance of this AGREEMENT, the CONSULTANT, for itself, its assignees, and successors in interest agrees as follows: 1. Compliance with Regulations: The CONSULTANT shall comply with the Regulations relative to non- discrimination in federally assisted programs of the AGENCY, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the "REGULATIONS"), which are herein incorporated by reference and made a part of this AGREEMENT. 2. Non-discrimination: The CONSULTANT, with regard to the work performed during this AGREEMENT, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub-consultants, including procurement of materials and leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when this AGREEMENT covers a program set forth in Appendix B of the REGULATIONS. 3. Solicitations for Sub-consultants, Including Procurement of Materials and Equipment: In all solicitations • either by competitive bidding or negotiations made by the CONSULTANT for work to be performed under a sub-contract, including procurement of materials or leases of equipment, each potential sub- consultant or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this AGREEMENT and the REGULATIONS relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports: The CONSULTANT shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the AGENCY, the STATE, or the Federal Highway Administration (FHWA) to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a CONSULTANT is in the exclusive possession of another who fails or refuses to furnish this information, the CONSULTANT shall so certify to the AGENCY, the STATE, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the CONSULTANT's non-compliance with the non- discrimination provisions of this AGREEMENT, the AGENCY shall impose such AGREEMENT sanctions as it, the STATE, or the FHWA may determine to be appropriate, including, but not limited to: • Withholding of payments to the CONSULTANT under this AGREEMENT until the CONSULTANT complies, and/or; • Cancellation, termination, or suspension of this AGREEMENT, in whole or in part. 6. Incorporation of Provisions: The CONSULTANT shall include the provisions of paragraphs (1) through (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto. The CONSULTANT shall take such action with respect to any sub-consultant or procurement as the STATE, the AGENCY, or FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a sub-consultant or supplier as a result of such direction, the CONSULTANT may request the AGENCY enter into such litigation to protect the interests of the STATE and/or the AGENCY and, in addition, the CONSULTANT may request the United States enter into such litigation to protect the interests of the United States. Agreement Number: AGC466 WSDOT Form 740-089 EF Exhibit F Page 1 oft Revised 10/30/2014 • Exhibit G Certification Documents • Exhibit G-1(a) Certification of Consultant Exhibit C-1(b) Certification of Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying Exhibit C-4 Certificate of Current Cost or Pricing Data Agreement Number: WSDOT Form 140-089 EF Exhibit G Page 1 of 1 Revised 10/30/2014 Exhibit G-1(a) Certification of Consultant I hereby certify that I am the and duly authorized representative of the firm of CH2M HILL, Inc. whose address is 1 100 112th AVE NE, STE 500, Bellevue, WA 98004 and that neither the above firm nor I have: a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above CONSULTANT) to solicit or secure this AGREEMENT; b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this AGREEMENT; or c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above CONSULTANT) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this AGREEMENT; except as hereby expressly stated (if any); I acknowledge that this certificate is to be furnished to the City of Auburn and the Federal Highway Administration, U.S. Department of Transportation in connection with this AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. CH2M HILL, Inc. Consultant(Firm Name) Cik May 7, 2015 Signature(Authorized Official Tof Consultan h- Date Roger J Mason, Vice President • Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit G Page 1 of 1 Revised 10/30/2014 • Exhibit G-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters - Primary Covered Transactions I. 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 (3)year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of 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 anti-trust 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 (1)(b) of this certification; and D. Have not within a three(3)year period preceding this application/proposal had one or more public transactions (Federal, State and local) terminated for cause or default. II. 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. CH2M HILL, Inc. Consultant(Fir Name) (/// r"---___ May 7, 2015 Signature(Authorized Official of Consultant) Date Roger J. Mason, Vice President Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit G Page 1 off Revised 10/30/2014 Exhibit G-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, a officer or employee of Congress, or any employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative AGREEMENT, and the extension, continuation, renewal, amendment, or modification of Federal contract, grant, loan or cooperative AGREEMENT. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative AGREEMENT, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00, and not more than $100,000.00, for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier sub-contracts, which exceed $100,000, and that all such sub-recipients shall certify and disclose accordingly. CH2M HILL, Inc. Consultant(Firm Name) May 7, 2015 Signature(Authorized Offcial of Consultant) Date Roger J. Mason,Vice President • Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit G Page 1 of 1 Revised 10/30/2014 Exhibit G-4 Certificate of Current Cost or Pricing Data This is to certify that, to the best of my knowledge and belief, the cost or pricing data(as defined in section 2.101 of the Federal Acquisition Regulation (FAR) and required under FAR subsection 15.403-4) submitted, either actually or by specific identification in writing, to the Contracting Officer or to the Contracting Officer's representative in support of Project CP1415: West Main Multi-Corridor * are accurate, complete, and current as of This certification includes the cost or pricing data supporting any advance AGREEMENT's and forward pricing rate AGREEMENT's between the offer or and the Government that are part of the proposal. Firm: CH2M HILL, Inc. ( 1 Vice President Signature w Roger J. Mason Title Date of Execution***: May 7, 2015 'Identity the proposal.quotation,request for pricing adjustment,or other submission involved,giving the appropriate identifying number(e.g. project title.) "Insert the day,month,and year,when price negotiations were concluded and price AGREEMENT was reached. "'Insert the day, month,and year,of signing,which should be as close as practicable to the date when the price negotiations were concluded and the contract price was agreed to. Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit G Page 1 of 1 Revised 10/30/2014 Exhibit H Liability Insurance Increase To Be Used Only If Insurance Requirements Are Increased • The professional liability limit of the CONSULTANT to the AGENCY identified in Section XIII, Legal Relations and Insurance of this Agreement is amended to $N/A The CONSULTANT shall provide Professional Liability insurance with minimum per occurrence limits in the amount of$N/A Such insurance coverage shall be evidenced by one of the following methods: • • Certificate of Insurance. • Self-insurance through an irrevocable Letter of Credit from a qualified financial institution. Self-insurance through documentation of a separate fund established exclusively for the payment of professional liability claims, including claim amounts already reserved against the fund, safeguards established for payment from the fund, a copy of the latest annual financial statements, and disclosure of the investment portfolio for those funds. Should the minimum Professional Liability insurance limit required by the AGENCY as specified above exceed $1 million per occurrence or the value of the contract, whichever is greater, then justification shall be submitted to the Federal Highway Administration (FHWA) for approval to increase the minimum insurance limit. If FHWA approval is obtained, the AGENCY may, at its own cost, reimburse the CONSULTANT for the additional professional liability insurance required. Notes: Cost of added insurance requirements: $N/A • Include all costs, fee increase, premiums. • This cost shall not be billed against an FHWA funded project. • For final contracts, include this exhibit. Agreement Number: AGC466 • WSDOT Form 140-089 EF Exhibit H Page 1 of 1 Revised 10/30/2014 Exhibit I Alleged Consultant Design Error Procedures The purpose of this exhibit is to establish a procedure to determine if a consultant's alleged design error is of a nature that exceeds the accepted standard of care. In addition, it will establish a uniform method for the resolution and/or cost recovery procedures in those instances where the agency believes it has suffered some material damage due to the alleged error by the consultant. Step 1 Potential Consultant Design Error(s) is Identified by Agency's Project Manager At the first indication of potential consultant design error(s), the first step in the process is for the Agency's project manager to notify the Director of Public Works or Agency Engineer regarding the potential design error(s). For federally funded projects, the Region Local Programs Engineer should be informed and involved in these procedures. (Note: The Director of Public Works or Agency Engineer may appoint an agency staff person other than the project manager, who has not been as directly involved in the project, to be responsible for the remaining steps in these procedures.) Step 2 Project Manager Documents the Alleged Consultant Design Error(s) After discussion of the alleged design error(s) and the magnitude of the alleged error(s), and with the Director of Public Works or Agency Engineer's concurrence, the project manager obtains more detailed documentation than is normally required on the project. Examples include: all decisions and descriptions of work; photographs, records of labor, materials and equipment. Step 3 Contact the Consultant Regarding the Alleged Design Error(s) If it is determined that there is a need to proceed further, the next step in the process is for the project manager to contact the consultant regarding the alleged design error(s) and the magnitude of the alleged error(s). The project manager and other appropriate agency staff should represent the agency and the consultant should be represented by their project manger and any personnel (including sub-consultants) deemed appropriate for the alleged design error(s) issue. Step 4 Attempt to Resolve Alleged Design Error with Consultant After the meeting(s)with the consultant have been completed regarding the consultant's alleged design error(s), there are three possible scenarios: • it is determined via mutual agreement that there is not a consultant design error(s). If this is the case, then the process will not proceed beyond this point. • It is determined via mutual agreement that a consultant design error(s) occurred. If this is the case, then the Director of Public Works or Agency Engineer, or their representatives, negotiate a settlement with the consultant. The settlement would be paid to the agency or the amount would be reduced from the consultant's agreement with the agency for the services on the project in which the design error took place. The agency is to provide LP, through the Region Local Programs Engineer, a summary of the settlement for review and to make adjustments, if any, as to how the settlement affects federal reimbursements. No further action is required. • There is not a mutual agreement regarding the alleged consultant design error(s). The consultant may request that the alleged design error(s)issue be forwarded to the Director of Public Works or Agency Engineer for review. If the Director of Public Works or Agency Engineer, after review with their legal counsel, is not able to reach mutual agreement with the consultant, proceed to Step 5. Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit I Page 1 of 2 Revised 10/30/2014 Step 5 Forward Documents to Local Programs For federally funded projects all available information, including costs, should be forwarded through the Region Local Programs Engineer to LP for their review and consultation with the FHWA. LP will meet with representatives of the agency and the consultant to review the alleged design error(s), and attempt to find a resolution to the issue. If necessary, LP will request assistance from the Attorney General's Office . for legal interpretation. LP will also identify how the alleged error(s) affects eligibility of project costs for federal reimbursement. • If mutual agreement is reached, the agency and consultant adjust the scope of work and costs to reflect the agreed upon resolution. LP, in consultation with FHWA, will identify the amount of federal participation in the agreed upon resolution of the issue. • If mutual agreement is not reached, the agency and consultant may seek settlement by arbitration or by litigation. • • Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit 1 Page 2 of 2 Revised 10/30/2014 Exhibit J Consultant Claim Procedures The purpose of this exhibit is to describe a procedure regarding claim(s) on a consultant agreement. The following procedures should only be utilized on consultant claims greater than $1,000. If the consultant's claim(s) are a total of$1,000 or less, it would not be cost effective to proceed through the outlined steps. It is suggested that the Director of Public Works or Agency Engineer negotiate a fair and reasonable price for the consultant's claim(s) that total $1,000 or less. • This exhibit will outline the procedures to be followed by the consultant and the agency to consider a potential claim by the consultant. Step 1 Consultant Files a Claim with the Agency Project Manager • If the consultant determines that they were requested to perform additional services that were outside of the agreement's scope of work, they may be entitled to a claim. The first step that must be completed is the request for consideration of the claim to the Agency's project manager. The consultant's claim must outline the following: • Summation of hours by classification for each firm that is included in the claim; • Any correspondence that directed the consultant to perform the additional work; • Timeframe of the additional work that was outside of the project scope; • Summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; and • Explanation as to why the consultant believes the additional work was outside of the agreement scope of work. Step 2 Review by Agency Personnel Regarding the Consultant's Claim for Additional Compensation After the consultant has completed step 1, the next step in the process is to forward the request to the Agency's project manager. The project manager will review the consultant's claim and will met with the Director of Public Works or Agency Engineer to determine if the Agency agrees with the claim. If the FHWA is participating in the project's funding, forward a copy of the consultant's claim and the Agency's recommendation for federal participation in the claim to the WSDOT Local Programs through the Region Local Programs Engineer. If the claim is not eligible for federal participation, payment will need to be from agency funds. If the Agency project manager, Director of Public Works or Agency Engineer, WSDOT Local Programs (if applicable), and FHWA(if applicable) agree with the consultant's claim, send a request memo, including backup documentation to the consultant to either supplement the agreement, or create a new agreement for the claim. After the request has been approved, the Agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. No further action in needed regarding the claim procedures. If the Agency does not agree with the consultant's claim, proceed to step 3 of the procedures. Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit J Page 1 oft Revised 10/30/2014 Step 3 Preparation of Support Documentation Regarding Consultant's Claim(s) If the Agency does not agree with the consultant's claim, the project manager shall prepare a summary for the Director of Public Works or Agency Engineer that included the following: • Copy of information supplied by the consultant regarding the claim; • Agency's summation of hours by classification for each firm that should be included in the claim; • Any correspondence that directed the consultant to perform the additional work; • • Agency's summary of direct labor dollars, overhead costs, profit and reimbursable costs associated with the additional work; • Explanation regarding those areas in which the Agency does/does not agree with the consultant's claim(s); • Explanation to describe what has been instituted to preclude future consultant claim(s); and • Recommendations to resolve the claim. Step 4 Director of Public Works or Agency Engineer Reviews Consultant Claim and Agency Documentation The Director of Pubic Works or Agency Engineer shall review and administratively approve or disapprove the claim, or portions thereof, which may include getting Agency Council or Commission approval (as appropriate to agency dispute resolution procedures). If the project involves federal participation, obtain concurrence from WSDOT Local Programs and FHWA regarding final settlement of the claim. If the claim is not eligible for federal participation, payment will need to be from agency funds. Step 5 Informing Consultant of Decision Regarding the Claim The Director of Public Works or Agency Engineer shall notify On writing) the consultant of their final decision regarding the consultant's claim(s). Include the final dollar amount of the accepted claim(s) and rationale utilized for the decision. • Step 6 Preparation of Supplement or New Agreement for the Consultant's Claim(s) The agency shall write the supplement and/or new agreement and pay the consultant the amount of the claim. Inform the consultant that the final payment for the agreement is subject to audit. Agreement Number: AGC466 WSDOT Form 140-089 EF Exhibit J Page 2 of 2 Revised 10/30/2014