Loading...
HomeMy WebLinkAboutAG-C-450 Brown and Caldwell, Inc4 S, I co.l AGREEMENT FOR PROFESSIONAL SERVICES AG -C-450 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY" and Brown and Caldwell, Inc., whose address is 701 Pike St, Suite 1200, Seattle, WA 98101, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows. 1. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY All work under this Agreement shall be completed by June 30th, 2015 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the reasonable control of the CONSULTANT A prior supplemental Agreement issued by the CITY is required to extend the established completion time 3. COMPENSATION. The CONSULTANT shall be paid by the CITY for completed services rendered under the approved Scope of Work identified in Exhibit A. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, Agreement for Professional Services AG -C-450 March 20", 2014 Page 1 of 12 In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4 4. MANAGEMENT RESERVE FUND. The CITY has established a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services, and shall not exceed $45,000 00 This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. 5. SUBCONTRACTING. The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY No permission for subcontracting shall create, between the CITY and subcontractor, any contract or any other relationship Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3 All subcontracts shall contain all applicable provisions of this AGREEMENT Agreement for Professional Services AG -C -450 March 201h, 2014 Page 3 of 12 under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. INDEPENDENT CONTRACTOR /ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY 9. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity below- CONSULTANT shall obtain insurance of the types and in the amounts described a. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing Agreement for Professional Services AG -C -450 March 20'h, 2014 Page 5 of 12 coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by regular mail. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A- VII The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that copies of all required insurance policies (with proprietary information redacted) be submitted to the CITY at any time The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 10. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap 11. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared Agreement for Professional Services AG -C-450 March 20`", 2014 Page 7 of 12 (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification, and (d) Have not within a three -year period preceding this application /proposal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 13. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS. 14 1 This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. Agreement for Professional Services AG -C -450 March 201", 2014 Page 9 of 12 14 9 This Agreement shall be administered by Joel Paulson on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses City of Auburn Attn. Seth Wickstrom 25 W Main Street Auburn WA 98001 Phone 253 931 -3010 Fax: 253 931 -3053 E -mail: sickstrom@auburnwa.gov Brown and Caldwell, Inc. Attn. Joel Paulson 701 Pike St, Suite 1200 Seattle, WA 98101 Phone 206 - 749 -2300 Fax: 206 - 749 -2200 E -mail: jpaulson @brwncald.com 14 10 Ali notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 14 9 or if to such other person designated by a party to receive such notice It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 14 11 This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party Agreement for Professional Services AG -C -450 March 201", 2014 Page 11 of 12 CITY OF AUBURN ancy Ba , Mayor Date MAR 81 2014 ATTEST /Z G �lJ�✓ anielle E. Daskam, City Clerk APPROVED AS TO FORM: M Caldwell, Inc. 1o1Z tl,8sr�tk-Tp— Federal Tax ID # + M(05LJ O Agreement for Professional Services AG -C-450 March 2d', 2014 Page 12 of 12 EXHIBIT A SCOPE OF WORK Exhibit A Agreement No. AG -C -450 EXHIBIT A SCOPE OF WORK During the term of this Agreement, the Consultant (Brown and Caldwell [BC]) will perform professional services for the City of Auburn (City) in connection with the following project: Project No. CP1320 Maintenance and Operations Storm Drainage Improvement Project 1305 C Street SW Auburn, WA 98001 Project Description The Scope of Work (SOW) consists of the Consultant developing detailed design documents at the 30 %, 60 %, 95 %, and 99% design levels for review; geotechnical site investigation; permit preparation support; preparation of bid documents including construction plans, specifications, and estimate (PS &E) of probable construction cost; bid support services; and services during construction for construction of the proposed storm drainage and decant facility improvements to the City's Maintenance and Operations (M &0) Facility The City previously developed a conceptual design of the proposed improvements, with help from the Consultant and others. The design and construction is funded through the Washington State Department of Ecology (Ecology) FY 2012 Stormwater Grant Program (Grant). This project will improve the City's stormwater quality by constructing new stormwater facilities to improve the water quality of site discharge through infiltration and detention, and to restore the site's natural hydrology to the extent possible. This project includes modifications to the existing site drainage infrastructure to direct as much site flow as possible through the new stormwater facilities. In general, stormwater will be conveyed through three facilities (1, 2, and 4; see Attachment A) to promote maximum infiltration. Runoff that is not infiltrated will be detained in facility 3 before being discharged into the offsite downstream system. In addition to the stormwater improvements, this project includes regrading and paving of the currently unpaved storage yard and design of a new decant building and minor modifications to the existing building. Paving the remaining unpaved portion of the site will reduce amount of sediment available for track -out and runoff The new building and modifications will provide the City with the additional capacity needed to improve the current decant operation. Project Tasks This project will consist of the following tasks: 1. Project Management 2. Meetings and Workshops 3. Quality Assurance /Quality Control 4. Geotechnical Services 5. Hydrologic and Hydraulic Modeling 6. Permitting 7 Detailed Design 8. 0 &M Plan and QAP 9. Bid Support Services (Optional) 10. Construction Support Services 3/20/2014 Page 1 of 19 Exhibit A. Scope of Services 14 City of Auburn standard details in electronic computer -aided design (CAD) format, as required. 15. Construction management and construction administration. Design Criteria Documents prepared as part of this SOW, to the extent feasible, will be developed in accordance with the latest edition and amendments to the documents listed below, as of the date this Agreement is signed. WSDOT Publications 1. Washington State Department of Transportation (WSDOT) /American Public Works Association (APWA), Standard Specifications for Road, Bridge, and Municipal Construction: 2014 edition 2. WSDOT /APWA Standard Plans for Road, Bridge, and Municipal Construction 3. WSDOT Design Manual City of Auburn Standards 1. Engineering Design and Construction Standards: current edition 2. CAD Standards 3. Surface Water Management Manual (SWMM): current edition 4 2014 City of Auburn Special Provisions (boilerplate) Other Standards and Publications 1. International Building Code (IBC), 2012 edition 2. Stormwater Management Manual for Western Washington (Ecology), 2005 edition 3. American Water Works Association (AWWA) 4 Low Impact Development Technical Guidance Manual for Puget Sound, December 2012 Task 1. Project Management The Consultant project manager will manage the staff, budget, and schedule during the course of the design. The Consultant project manager will ensure that quality control (QC) is performed throughout the project, including peer and senior review for technical and qualitative aspects of the project. The Consultant project manager will coordinate biweekly conference calls or project status updates with the City project manager during the design phase of the project. Project Schedule The project is scheduled for the design phase to be completed in late summer 2014, with construction commencing in fall 2014 and with construction and all project - related activities complete by June 30, 2015, to meet the Ecology Grant requirements. The Consultant will prepare and maintain a critical -path project schedule using MS Project to track progress of the project and deliverables. The project schedule will be based on the work plan and will identify major and support activities, and any significant work elements provided by the City The Consultant project manager will update the project schedule periodically to show progress and change. Monthly Progress Reports and Invoices An invoice and summary of work by task will be prepared monthly 3/20/2014 Page 3 of 19 Exhibit A. Scope of Services 1. Project kickoff meeting with City staff to explain project roles and responsibilities to team members and establish communication and buy -off protocols. The kick -off meeting will be attended by two Consultant staff (the Consultant project manager and one engineer) 2. Internal project kickoff meeting with the balance of the design team including subconsultants to explain project roles and responsibilities to team members and establish communication and buy-off protocols. 3. Conduct 1 -hour monthly team meetings to discuss current activities, track progress, and identify issues. A summary of key issues discussed, decisions made, action items, and required responses will be prepared and distributed. The Consultant will participate in design review workshops with the City at the 30 %, 60 %, and 95% stages of detailed design. The purpose of these workshops will be for the Consultant to present the design package and receive the City's review comments on the changes that have been made since the previous design. As part of the design review process the Consultant will create and maintain an Action Item List and Decision Log tracking critical decisions made during the design coordination meetings and workshops. The design review workshops will be conducted as follows: 1. Workshop to review the contents of the 30% Design package to the City The 30% Design workshop will be attended by two Consultant staff (the Consultant project manager and one engineer). 2. Workshop to review the contents of the 60% Design package to the City The 60% Design workshop will be attended by two Consultant staff (the Consultant project manager and one engineer). 3. Workshop to review the contents of the 95% Design package to the City The 95% Design workshop will be attended by the Consultant project manager Assumptions Task 2 will be performed under the following assumptions: 1. N/A Deliverables The following deliverables /work products will be produced under Task 2: 1. Meeting notes for meetings attended by Consultant and City staff, in MS Word format 2. Action Item List and Decision Log, in MS Excel format 3. Written response to City review comments, in electronic PDF format Task 3. Quality Assurance /Quality Control Objective The PMP developed under Task 1 will establish quality assurance (QA) design procedures. Quality control (QC) reviews for this project include those listed below Activities /Approach Task 3 includes the following activities: 1. Design discipline review 2. Technical editor review 3. Subconsultant product review 4. Independent senior manager review 5. Independent calculation checks 6. Monthly office management reviews 3/20/2014 Page 5 of 19 Exhibit A Scope of Services 10. Provide seismic design criteria per 2012 IBC. 11. Review and comment on the geotechnical aspects of the construction specifications. 12. Refine groundwater mounding analysis based on gathered information for each stormwater facility Information Provided by City 1. The City will coordinate and /or perform utility locate in areas of the proposed borings and test pits. 2. The City will survey the locations of all test pits and borings upon completion of the geotechnical investigation. Assumptions Task 4 will be performed under the following assumptions: 1. The drilling subcontractor and other related subcontractor personnel will be selected, hired, and paid by the Geotechnical Subconsultant. 2. Drill cuttings are not contaminated and will be spread on -site near location of the boring or at an on -site location selected by the City 3. Soil sampling will be in accordance with American Society of Testing and Materials (ASTM) International D 1586 (Standard Penetration Test procedure). 4. Field exploration will be performed during normal business hours. 5. Soil samples will be disposed of 30 days after the date of the final report. Deliverables The following deliverables /work products will be produced under Task 4 1. Draft geotechnical report (2 hard copies) 2. Final geotechnical report sealed by a geotechnical engineer licensed in the State of Washington (1 original hard copy, 1 electronic PDF copy) 3. Drawing and specification review comment letter Task 5. Hydrologic and Hydraulic Modeling This task includes work necessary to refine and finalize the facility modeling. This work includes subbasin delineation, updating assumptions based on the project geotechnical investigations and survey mapping, and evaluation of the existing drainage system including the downstream system. The updated model will affect the following designs: sizing of stormwater facilities, drainage system modifications required to route site flows through the new facilities, and sizing of the new site discharge pipe. This task also includes responding to and incorporating comments received from Ecology on the predesign report. Assumptions Task 5 will be performed under the following assumptions 1. Subbasin delineation will be done in CAD using the survey information provided by the City 2. Evaluation of the existing drainage system will be based on the above - mentioned survey files along with any as -built drawings provided by the City. 3. Conveyance system design and sizing will be based on City of Auburn SWMM standards. Deliverables The following deliverables /work products will be produced under Task 5: 3/20/2014 Page 7 of 19 Exhibit A. Scope of Services 3. The 95% Design Plans will contain sufficient information for the building and grading permit applications. The Consultant will not be required to modify the design documents solely for the purpose of the permit application. 4 The City will lead SWPPP updates (if required), and figures will be,based on the 60% Design Plans. 5. The Predesign Report as submitted to Ecology will be used as the Engineering Report that is required by King County for the Wastewater Discharge permit application. 6. Any permitting fees will be paid by the City 7 This task does not include any revisions based on permitting agency comments following final submittals. Deliverables The following deliverables /work products will be produced under Task 6: 1. One draft submittal (PDF format) and one final submittal (PDF format) of the Stormwater Site Plan 2. One draft submittal (PDF format) and one final submittal (one hard copy and one PDF file) of the CSWPPP 3. Electronic (PDF or JPG) files of updated figures for the M &O Facility SWPPP 4 One draft submittal (PDF format) and one final submittal (three hard copies and one PDF file) of the Wastewater Discharge permit application and attachments Task 7. Detailed Design The Consultant will prepare design packages for the improvements described above in the Project Description and summarized here: • A new decant building (building) adjacent to the existing decant building • Minor modifications to the existing decant building • Up to four new stormwater facilities (facilities) to improve water quality • Modifications to the existing site drainage infrastructure • Paving currently unpaved yard areas on the west and north side of the site • Minor overflow modifications to the existing stormwater facility near the main site entrance Detailed design packages will include design plans, technical specifications, and estimate of probable construction costs. The building design will include associated site improvements (e.g., grading, paving restoration, utility relocation, etc.). Building design will also confirm decant building sizing based on anticipated weights /volumes of materials to be received and assumptions of holding time in the bins. The facility design will include evaluation of the existing drainage system, design of system modifications to redirect flows to the stormwater facilities, stormwater facility sizing, outlet control design, site grading and pavement design, temporary and permanent erosion control, and planting. The plans will include a cover sheet; an overall site plan showing the general layout and extent of the work; plan sheets showing layout and elevations of the piping, structures, and equipment for each component of the work; and applicable design details. The plans will show dimensions, materials of construction, and component sizing. Project technical specifications will be prepared using a combination of City, WSDOT Special Provisions, and Construction Specifications Institute (CSI) formats. 3/20/2014 Page 9 of 19 Exhibit A Scope of Services design with a pre- engineered building vendor The Architect will prepare two building elevations, one with a center column and one without, for review by the design team and City 2. The City will select its preferred building layout following 30% review 3. Prepare electrical one -line diagram for the decant building electrical service modifications. Site Design Prepare Civil drawings for each of the facilities including preliminary layout, sizing, and routing, for the site discharge alignment. The site discharge will be through a new line that will be installed north of the existing system and south of the adjacent properties' north property line. The new line alignment will require construction through the adjacent property A total of 23 drawings are anticipated to be included in the 30% Submittal as follows: General (2 Sheets): Cover Sheet, Vicinity Map and Sheet Index (1 Sheet) Legend, Abbreviations, Survey Datum, Horizontal Control and General Notes (1 Sheet) Civil (16 Sheets): Overall Site Plan (1 Sheet at 1" = 40') Drainage Facility Grading Plans (5 Sheets at 1" = 20') Drainage Profiles and Sections (6 sheets) Discharge Pipe Plan and Profile (1 Sheet) Yard Piping Plan (1 Sheet at 1" = 40') Paving Plan (2 Sheets at 1" = 20') Architectural (1 Sheet): Decant Building Elevations (1 Sheet) Structural (4 Sheets): Foundation Plan with Long Span Pre - Engineered Frame Option (1 Sheet) Foundation Plan with Added Column Option (1 Sheet) Roof Plan with Long Span Pre - Engineered Frame Option (1 Sheet) Roof Plan with Added Column Option (1 Sheet) Electrical (2 Sheets): Building Plan (1 Sheet) One -Line Diagram and Schedules (1 Sheet) Specifications, Bid Items, and Construction Costs 1. Prepare a list of proposed bid items, quantities, and estimate of probable construction costs based on WSDOT Standard Specifications and Auburn Special Provisions. Identify Special Provisions for bid items, if any QA /QC Perform QA /QC design review per Task 3. Information Provided by City The City will provide the following information: 3/2012014 Page 11 of 19 Exhibit A Scope of Services Decant Building Elevations (1 Sheet) Decant Building Sections and Details (1 sheet) Structural (6 Sheets): General Notes (1 Sheet) General Notes - Special Inspections (1 Sheet) Foundation Plan (1 Sheet) Roof Plan (1 Sheet) Foundation Sections and Details (1 Sheet) Steel Framing Sections and Details (1 Sheet) Electrical (7 Sheets): Standard Symbols (1 Sheet) Abbreviations and Legend (2 Sheets) Electrical Details (1 Sheet) Site Plan (1 Sheet) Building Plan (1 Sheet) One -Line Diagram and Schedules (1 Sheet) Specifications, Bid Items, and Construction Costs 1. Prepare 60% level Special Provisions in City standard format (Div 0 through 9 and Appendices) showing changes made to City standard format. 2. Calculate Bid Quantities for Proposal Bid Items 3. Prepare 60% level Estimate of Probable Construction Costs for Proposal Bid Items 4. Prepare 60% level Architectural, Structural, and Electrical CSI format specifications 5. Perform QA /QC design review per Task 3 Deliverables The following deliverables /work products will be produced under Subtask 7.2: 1. 'Eight half -size hard copies, one full size hard copy and electronic PDF copy of design plans 2. Six hard copies, electronic PDF and MS Word (with track changes) copy of the project specifications 3. Eight hard copies, electronic PDF and MS Excel copy of the construction cost estimate 4 Electronic copy of the AutoCAD files in DWF format Subtask 7.3. 95% Final Design The 95% submittal will include all items from the 60% Design submittal with all City review comments received at or following the 60% Design review workshop and all Ecology review comments resolved. All architectural, structural, electrical, and civil plans, specifications and estimates will be finalized. Decant Building Design 1. Prepare 95% level decant building Architectural elevations, sections, and details 2. Prepare 95% Structural drawings, including structural notes; decant building plans, sections, and details; and site retaining wall sections and details 3/20/2014 Page 13 of 19 Exhibit A Scope of Services 3. 99% Engineer's Estimate (electronic MS Excel format) Subtask 7.5. Final Bid Documents The Final Bid Documents submittal will include all items from the 99% submittal with all City review comments received at or following the 99% design review workshop addressed. 1. Prepare Final (Bid- ready) Construction Documents incorporating responses to 99% PS &E comments from City staff 2. Transmit Final (sealed /stamped and signed) Design Plans, Contract Documents, and Estimate of Probable Construction Cost to City for reproduction and bid advertisement. 3. The City will provide reproduction of Construction /Bid Documents, and will transmit one full - size and two half -size copies of plans to the Consultant. Assumptions Subtask 7.5 will be performed under the following assumptions: 1. There is no additional City review following this stage. 2. No additional comments will be generated at this stage. Comments are designed only to verify that responses to 99% final comments were incorporated as mutually agreed. 3. It is mutually agreed that any cost estimate provided by the Consultant will be on a basis of experience and judgment, but because the Consultant has no control over market conditions or bidding procedures, the Consultant cannot warrant that bids or ultimate construction cost will not vary from these cost estimates. Deliverables The following deliverables /work products will be produced under Subtask 7.5: 1. Final Plans (24 -by -36 -inch original on 4- mil'Mylar, sealed by a Professional Engineer licensed in Washington State, not photocopied, and electronically in AutoCAD 2012 format with all external references bound) 2. Final Contract Documents (one camera -ready original sealed by a Professional Engineer licensed in Washington State and electronic files in both PDF and Word formats) 3. Engineer's Estimate (one camera -ready original sealed by a Professional Engineer licensed in Washington State and electronically in both City standard Excel format and PDF) 4 Quantity takeoff sheet (electronically in Excel format) Task 8. 0 &M Plan and QAP The documents to be prepared under this task will assist the City in complying with requirements of the Ecology Grant. The documents include an 0 &M Plan and a Construction Quality Assurance Plan (QAP). This task does not include preparation of any other grant- related documents, such as the Project Completion Form or Completion Report. The Consultant will prepare an 0 &M Plan for the M &0 Facility, including a system description and operation procedures for the decant building and the site's stormwater management features. The 0 &M Plan will use the same format as the M &0 Facility's existing 0 &M Plan, incorporating new elements as needed. The Consultant will also prepare a detailed Construction QAP for submittal to Ecology prior to the start of construction, in compliance with Grant requirements. The selected contractor will update the final QAP to include their construction schedule and contact list of supervising staff 3/20/2014 Page 15 of 19 Exhibit A Scope of Services 1. The City will be the lead for all negotiations with utilities and adjoining property owners regarding construction. Deliverables The following deliverables /work products will be produced under Task 9: 1. Electronic (PDF) submittals for the addenda 2. Bid evaluation comments Task 10 Construction Support Services Objective Assist the City throughout the construction of the project. The City will determine how much involvement it would like the Consultant to have during the construction period. Services noted as Not Optional will be at the City's request to the extent that the proposed budget allows. Services noted as Optional are not included in the proposed budget. These services will not be conducted without written request from the City Additional budget will be authorized by the City to support these services utilizing the Management Reserve Fund if needed. Preconstruction Meeting (Not Optional) Attend Preconstruction Conference at the City of Auburn. Review meeting notes prepared by the City and provide comments, if any Construction Meetings (Optional) Attend up to one on -site construction meeting per month to review and provide input on the progress of the construction activities. Prepare and provide a site observation report documenting items discussed with City staff and observations on significant construction activity and any inconsistencies relative to the design documents. Submittal Review (Not Optional) Review submittals, as requested by the City This includes technical review only and assumes one resubmittal per discipline; submittals as part of Div 0 have not been included. This assumes the following: 1. Electrical will review a single Division 16000 submittal (i.e., multiple commodity item submittals will not be reviewed) and support for other submittals. 2. Architectural will review up to two submittals at 4 hours per submittal. 3. Structural will review up to 10 submittals consisting of concrete materials, miscellaneous metals, pre- engineered building, and testing reports at 4 hours per submittal. Requests for Information (RFIs) (Optional) Respond to RFIs as requested by the City during the course of construction. Transmit responses to the City in written and /or plan format. Change Orders (Optional) Review change proposals and develop required information for change orders (COs) involving the technical content of the design. If work under this task requires a design modification, the Consultant will prepare necessary drawings (stamped and signed) and supporting information. Deliverables include responses to COs, drawings, specifications, and cost estimates. 3/20/2014 Page 17 of 19 Exhibit A Scope of Services The following deliverables /work products will Optional tasks: 1. RFI responses 2. CO documents 3. Site visit observation reports be produced under Task 10 upon approval of 3/20/2014 Page 19 of 19 Exhibit A. Scope of Services EXHIBIT B BUDGET Exhibit B Agreement No. AG -C -450 010 Project Management 170 46 8 0 0 0 120 120 37,130 001 Project Management 164 40 8 0 0 0 120 120 35,406 002 PMP/ FWSP 6 6 - 0 0 0 0 0 1,724 020 Meetings and Workshops 26 8 - 0 0 0 250 260 15,168 030 QAIQC 22 18 - 0 0 0 0 0 15,763 040 Geotechnical Services - - - I 29,500 0 29,500 29,500 30,385 30,385 050 Hydrologic & Hydraulic Modeling 4 - - 0 0 0 0 0 8,014 060 Permitting 6 6 - 0 0 0 0 0 22,660 070 Detailed Design 52 18 - 1 0 16,500 16,500 16,500 16,995 239,944 001 Civil 48 16 - 0 0 0 0 0 124,445 002 Architectural- KPG - - - 0 16,500 16,500 16,500 16,995 16,995 003 Structural - - - 0 0 0 0 0 50,247 004 Electrical - - - 0 0 0 0 0 22,818 005 Cost Estimate 4 2 - 0 0 0 0 0 25,439 080 O &M Plan and OAP 4 - - 0 0 0 0 0 13,473 090 Bid Support Services (Optional) - - - 0 0 0 0 0 0 100 Construction Support 8 2 - 0 1,650 1,650 1,900 1,950 20,498 001 Pre - Construction Meeting 4 - - 0 0 0 250 250 962 002 Submittal Review - - - 0 600 600 600 618 7,104 003 Record Drawing - - - 0 1,050 1,050 1,050 1,082 10,974 004 Close Out 4 2 - 0 0 0 0 0 1,458 GRAND TOTAL 292 98 8 29,500 18,150 47,650 48,270 49,700 403,035 Hours and Dollars are rounded to nearest whole number EXHIBIT C FEE SCHEDULE ** Capped Rate Labor Rates Expense Rates Expense Category Billing Rate 2014 Raw Current IRS rate Outside Services or Subconsultants Billing Rate 2013 -2014 Name Title Rate Overhead Fee before APC Billing Rate with APC SEATTLE 180.08% 30.00% $6.72 Anderson, Gary Managing $6495 11696 1949 $20140 $208.12 En ineer Bergdolt, David Managing $6734 121 27 20.20 $20881 $215.53 Engineer Brittain, Bryan Supervising $4906 88.35 1472 $152.13 $158.85 Designer Gordon, Donald Supervising $5644 101 64 16.93 $17501 $181 73 Construction Engineer Lambert, Adam CAD Operator II $21 17 38.12 6.35 $65.64 $72.36 Lau, Chun Supervising $5997 10799 1799 $18595 $192.67 Engineer Mantz, Robert Principal Engineer $58.86 10600 1766 $182.51 $189.23 Matthews, James Vice President $6705 12074 2012 $20791 $214.63 Mazzotti, Gino Engineer III $3089 5563 9.27 $95.78 $102.50 Melton, Erin Project Analyst $3313 5966 994 $102.73 $10945 Manager I Neal, Amy Principal Engineer $4549 81 92 1365 $141 06 $14778 On , Hue Principal Designer $40.32 72.61 12.10 $12502 $131 74 Paulson, Joel Supervising $55.22 9944 1657 $171.23 $17795 Engineer Rundall, John ** Managing $8000 14406 2400 $18000 $18672 Engineer Saltanovitz, Katherine Senior Engineer $41 81 7529 12.54 $12964 $13636 Tanner, Steven Designer $32.09 5779 963 $9950 $106.22 Twenter, Justin Principal Engineer $48.30 8698 1449 1 $14977 $15649 ** Capped Rate Labor Rates Expense Rates Expense Category Billing Rate Mileage Current IRS rate Outside Services or Subconsultants Cost + 3% Transportation by Public Carrier Cost + 3% Exhibit C Agreement No AG -C -450 Page 1 of 1 City of Auburn 25 West Main Auburn WA 98001 Attn. Scott Nutter (Project Engineer) Agency Agreement # AG -C -010 SAMPLE INVOICE Invoice # 5222 Progress Payment # 2 Invoice Date. February 10, 2002 Project Name' Thomas Nelson Farm Project # PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourly Rate Amount Mike Jones, Principal in Charge 1 $ 12500 $ 12500 Carla Maker, Architect 5 $ 7200 $ 14400 Joe Smith, Word Processing 10 $ 48.00 $ 48000 Consultant Personnel_ Subtotal 10 $ $ 749.00 Expenses see attached documentation Charges Multi lier Amount Mike Jones, Principal in Charge 20 miles x1 1 $ 759 Carla Maker, Architect $ 30 00 x1 1 $ 3300 Joe Smith, Word Processing $ 29.00 x1 1 $ 31.90 Consultant Expenses Subtotal 10 $ $ 72.49 Consultant Total: SUB CONSULTANTS (see attached documentation) Subconsultant Hours Hourly Rate Amount ABC Environmental, Inc, Civil Engineer 10 $ 100.00 $ 1,000A0 Electrical Consulting, Electrical Engineer 5 $ 100.00 25% 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,00000 Moving Company, Moving Consultant 2 $ 50.00 $ 1,025.00 10000 Subconsultant Subtotal $ 19,793.51 $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: TOTAL DUE THIS INVOICE CONTRACT BREAKDOWN $ 821 49 $ 2,860,00 $ 3,681 49 Task Amount Authorized Prior Invoiced This Invoice Total invoiced To Date % Expend d % Completed Amount I Remaining Original Contract $ 22,000.00 $ 1,025 00 $ 2,681 49 $ 3,70649 20% 25% $ 18,293 51 MRF* 2,500.00 0.00 1,00000 1,0000 00 40% 45% 1,50000 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note. MRF= Management Reserve Fund * Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Exhibit D Agreement No AG -C -450 Page 2 of 2 CITY OF * AUBURN Nancy Backus,Mayor. WASH I NGTTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov *253-931-3000 April 14, 2014 Joel Paulson Brown and Caldwell, Inc. 701 Pike Street, Suite 1200 Seattle, WA 98101 RE: Agreement No. AG-C-450 Project No. CP1320, Maintenance and Operation Storm Drainage Improvement Project Notice to Proceed Dear Mr. Paulson: Regarding Agreement No. AG-C-450, we received the certificate of insurance and this letter serves as your Notice to Proceed. The work authorized under this agreement shall not exceed $448,035.00 and has a completion date of June 30, 2015. For the City's tracking and record keeping purposes, please reference AG-C-450 and Project No. CP1320 on all correspondence and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5034. Sincerely, Seth Wickstrom Project Engineer Community Development & Public Works Department SW/ja/mh cc: Dani Daskam, City Clerk AG-C-450 CP1320 (File 2.20) AUBURN * MORE TI-IAN YOU IMAGINED 0 L\ q 2, .Ilc GI AMENDMENT #1 TO AGREEMENT NO. AG-C-450 BETWEEN THE CITY OF AUBURN AND BROWN & CALDWELL RELATING TO PROJECT NO. CP1320, M & 0 STORM DRAINAGE IMPROVEMENTS THIS AMENDMENT is made and entered into this \S'day of _„ z_ , 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and BROWN & CALDWELL (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-450 executed on the 31st day of March, 2014. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2015. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-450 executed on the 31st day of March, 2014 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. BROWN CALDWELL CITY OF AUBURN By: 6l Pt' Authorized signature N.ncy Backu ayor ATTEST (Optional): ATTEST: By: _ Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approved as to form: 1 Attorney for (Other Party) Daniel :. -'., Auburn City Attorney Amendment No. 1 for Agreement No. AG-C-450 Brown & Caldwell Page 1 of 1 CITY OF * ++ AUBUR N Nancy Backus, Mayor WAS H I NGi 1 ON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 February 17, 2016 Ron Bard Brown & Caldwell, Inc. 701 Pike Street, Suite 1200 Seattle, WA 98101 RE: Agreement for Professional Services, AG-C-450 Project No. CP1320, M & 0 Storm Drainage Improvement Dear Mr. Bard: This letter is to inform you that the above-referenced Agreement for Professional Services is being closed at this time. Our records indicate that we processed the final payment for this agreement on February 3, 2016 for invoice #14258270 in the amount of $338.74. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by March 1, 2016. Thank you for your firm's professional services. If you should have any questions, please call me at 253.804.5034. Sincerely, Seth Wickstrom, P.E. Project Engineer Community Development & Public Works Department SW/cw/mm cc: City Clerk AG-C-450 CP1320 — File 2.20 AUBURN * MORE THAN YOU IMAGINED