Loading...
HomeMy WebLinkAboutAG-C-473 Murray, Smith & Associates AGREEMENT FOR PROFESSIONAL SERVICES AG-C-473 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 Murray, Smith & Associates, Inc. whose address is 1145 Broadway Plaza, Suite 1010, Tacoma, WA 98402, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 315t, 2016 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $104,000.00, which includes a Management Reserve Fund amount of $15,000.00. Paid per rates are attached in the fee schedule as shown on Exhibit B, which is attached hereto and by Agreement for Professional Services AG-C-473 December 21, 2015 Page 1 of 12 this reference made a part of this Agreement. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit C at the actual cost to the CONSULTANT plus 10%. Exhibit C is attached hereto and by this reference made a part of this Agreement. These charges may include, but are not limited to the following items: outside reproduction fees, courier fees, sub-consultant fees, and materials and supplies. The billing for non-salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4. 4. MANAGEMENT RESERVE FUND. The CITY has established a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services, and shall not exceed $15,000. 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. Agreement for Professional Services AG-C-473 December 21, 2015 Page 2 of 12 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. 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or acceptance of, nor payment for, any of the services shall be construed to operate as a Agreement for Professional Services AG-C-473 December 21, 2015 Page 3 of 12 waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 7. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any and all claims, injuries, damages, losses, or suits, including reasonable attorney fees, to the extent caused by the negligent acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the sole negligence of the CITY. CONSULTANT'S defense obligation shall not include the reimbursement of reasonable defense costs to the extent of CITY'S actual, proportional liability as determined by a court of law. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property which may arise Agreement for Professional Services AG-C-473 December 21, 2015 Page 4 of 12 from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. CONSULTANT shall obtain insurance of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be included as an additional insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the Agreement for Professional Services AG-C-473 December 21, 2015 Page 5 of 12 CONSULTANT had employees. However, the parties agree that a CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability, and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY. Any insurance, self insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by certified mail, return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A-:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at Agreement for Professional Services AG-C-473 December 21, 2015 Page 6 of 12 any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 10. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap. 11. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, • prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. 12. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. Agreement for Professional Services AG-C-473 December 21, 2015 Page 7 of 12 The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 13. TERMINATION OF AGREEMENT. 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 Agreement for Professional Services AG-C-473 December 21, 2015 Page 8of12 • the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS. 14.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 14.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 14.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. Agreement for Professional Services AG-C-473 December 21, 2015 Page 9 of 12 14.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 14.6. Should it become necessary to enforce any term or obligation of this Agreement, then all costs of enforcement including reasonable attorneys fees and expenses and court costs shall be paid to the substantially prevailing party. 14.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9. This Agreement shall be administered by Marshall Meyer 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 Murry, Smith, & Associates, Inc. Attn: Luis Barba Attn: Marshall Meyer 25 W Main Street 1145 Broadway Plaza, Suite. 1010 Auburn WA 98001 Tacoma, WA 98402 Phone: 253.931-4013 Phone: 253-627-1520 Fax: 253. 931-3053 Fax: 425-252-8853 E-mail: Ibarba @auburnwa.gov E-mail: Marshall.Meyer @msa-ep.com 14.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 14.9 or if to such other person designated by a party to Agreement for Professional Services AG-C-473 December 21, 2015 Page 10 of 12 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-473 December 21, 2015 Page 11 of 12 CITY OF AUBURN Lt. • •_ .. N.ncy Balls, Mayor Date ` 1:. ATTEST: Danielle E. Daskam, City Clerk APPR• • D AS TO FORM: 01 A Sas Le aniel B7Hei., ity Attorney Murray, Smith & Associates, Inc. BY: ‘--=— fI , Title: c266,cG 44R Auccnoir Federal Tax ID # 413 - 07085S S Agreement for Professional Services AG-C-473 December 21, 2015 Page 12 of 12 EXHIBIT A CITY OF AUBURN, WASHINGTON WEST HILL SPRINGS IMPROVEMENT PROJECT SCOPE OF WORK Introduction and Background The scope of services presented below details a work program for the design survey, limited geotechnical investigation and design of improvements to the City's West Hill Springs supply facility. The purpose of the work is to address comments noted in the Washington State Department of Health Office of Drinking Water's (DOH's) most recent sanitary survey as well as other various improvements identified by City staff. The scope of services for this work includes the following key elements: • Evaluate stability of slope along access road to the springs and prepare recommendations; • Prepare plans and specifications for a single bid package that includes work and materials to install City provided equipment, add new isolation valve to transmission main, improvements at the springs overflow line, and SCADA system upgrades to incorporate new equipment. Work Task Descriptions This scope of work is organized into eight work tasks. All tasks are listed as follows: Task 1 —Project Management Task 2—Data Collection and Site Survey Task 3— Geotechnical Investigation and Recommendation Task 4— Conceptual Design Development and Project Report Task 5 Design Task 6—SCADA System Design • Task 7—Bidding Support(as needed) Task 8— Construction Support(as needed) A detailed description of these work tasks is presented as follows: Task 1 -Project Management and Coordination This task provides for management of the project and coordination with the project team. Elements of this task will include: 1.1 Correspondence and Coordination with City-All communication will be coordinated through the City's Project Manager. Correspondence with the City Project Manager via phone conversations, in-person meetings and e-mail will include the communication of project decisions, project status, work activities, and issues requiring City input. It is anticipated that a bi-weekly meeting will be held with the MSA project manager attending during the course of the project. Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 1 of 11 West Hill Springs Improvements 1.2 Budget Review,Invoices and Progress Reports-MSA's Project Manager will monitor project costs and manage budget and billing tasks, including preparation and submission of monthly invoices and progress reports. 1.3 Kick-off Meeting-Prepare for and conduct project kick-off meeting with City staff and key team members to discuss project, review project schedule and discuss key elements of the project. 1.4 Quality Assurance/Quality Control(QA/QC) —Perform in-house quality assurance reviews of all deliverables. Assumptions: • MSA will prepare for and attend one (1) kick-off meeting. • One (1) MSA staff member will attend a bi-weekly coordination meeting through a 6 month project duration. • It is anticipated that design work will begin in December 2015 and be advertised for bids by May 2016. • Project will be advertised in one bid package. City Responsibilities: • Attend kick-off meeting and project coordination meetings. MSA Deliverables to City: • Correspondence, e-mails and meeting notes, delivered electronically. • Monthly billing statements and activity reports, delivered electronically. • Kick-off meeting agenda and minutes, delivered electronically. • Project coordination conference call notes, delivered electronically. Task 2— Data Gathering and Site Survey This task consists of data gathering and utility coordination work. Elements of this task will include: 2.1 Data Collection and Review- Work under this subtask includes gathering and reviewing all relevant data to complete the preliminary engineering tasks. A number of documents and reports will be requested and reviewed as part of this task, including record drawings, source production reports and O&M records. MSA will develop a formal "Request for Information" process and coordinate with the City during data collection to ensure all necessary information is gathered for the project. 2.2 Site Survey—A topographic survey will be prepared to use for the base map in design development. A private utility locating company will be retained to locate non-City- owned utilities at the site prior to the survey work being completed. The City will locate City-owned utilities at the site prior to survey work being completed. The Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 2 of 11 West Hill Springs Improvements survey will be formatted in the NAVD 88 and NAD 83/91 datums and prepared in an AutoCAD 2015 compatible format. 2.3 Utility Coordination and Analysis - Acquire utility system mapping from other non- City utilities. Compare received utility information and survey data, perform a utility inventory and identify potential utility conflicts. Assumptions: • Utility records will be provided by the City. • Private utility locating company will be used for non-City-owned utilities. • City will coordinate locating and marking City-owned utilities. • Survey will include the chlorination building site, access road leading to the Auburn Shooting Range, 15th St NW from Terrace Drive to R St NW and Terrace Drive from 15th St NW to approximately 200 feet south of 15th Street NW. • Potholing, if needed to determine the utility conflict analysis, will be completed within the management reserve for this project. City Responsibilities: • City to provide access to site for surveyors. • City to provide all available as-built documents for City facilities. MSA Deliverables to City: • Electronic copy of formal "Request for Information." • Design survey basemap in AutoCAD format. Task 3 —Geotechnical Services This task will provide geotechnical engineering services for the project including field investigations, laboratory testing, technical evaluation, and conceptual level slope mitigation options. This task includes the following elements: 3.1 Geotechnical Investigation and Recommendation A. Review Available Geotechnical Information: The MSA design team will search for available geotechnical data for the project site. This search will include a review of geologic maps, online geotechnical databases and the team's project library. B. Coordinate Field Work: A geologist and a geotechnical engineer will conduct a detailed reconnaissance of the steep slopes affecting the subject facility and its access. This reconnaissance shall include a detailed evaluation of existing slope features and the advancement of strategic hand explorations to facilitate identification of soil conditions along the slope. This effort shall be focused on evaluating the stability of the near surface soils along the existing steep slopes. C. Generate Boring Logs and Assign Laboratory Testing: Soil samples retrieved from explorations will be sealed in plastic bags and taken to the team's soil laboratory for Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 3 of 11 West Hill Springs Improvements further examination and testing. Selected soil samples will be tested to determine their engineering properties. These tests will include natural moisture content and grain size analysis. Soil information will be presented in summary boring logs that will be generated upon completion of our exploration program. D. Engineering Analysis: Based on the soil information obtained from subsurface explorations, conduct stability evaluations of the existing slopes. The results of these evaluations will be used to prioritize slope mitigations areas. Develop up to four(4) slope mitigation options for the site. E. •Reporting: The geotechnical and slope stability findings and recommendations will be presented in a draft geotechnical letter report. The draft report will be submitted to the City for comment. Upon receiving review comments, report will be finalized and stamped. Assumptions: • Field inspection work will take two (2) days to complete. • City will pay for any permit fees. • No contaminated soil or contaminated ground water is anticipated. • Preliminary and final design of any slope mitigation alternative will be completed outside of this contract. City Responsibilities: • Provide City owned utility locates for exploration program. • Provide access to site. • Provide review comments on draft geotechnical report. MSA Deliverables to City: • One (1) PDF file of the draft and final Geotechnical Report • One (1) hard copy of the original, stamped final Geotechnical Report Task 4—Conceptual Design Development and Project Report Under this task, conceptual design plans will be prepared for improvements desired at the facility and reviewed with the City to confirm the approach to improvements. The plans are anticipated to require three sheets and will consist of details and a site plan generated from existing record drawings and the design survey. This task also includes work required to complete and submit a Project Report to DOH for review and approval. Select improvements will consist of: o Install City provided vault hatch at o Update SCADA system spring o Install automatic isolation valve o Install isolation valve and sample port on o Install City provided water meter water main upstream of first water o Relocate water meter vault at site customer o Install screen or tideflex valve on spring o Install City provided chlorine residual overflow line for source water protection analyzer Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 4 of 11 West Hill Springs Improvements o Piping improvements as necessary to o Install EG receptacle plug at site accomplish other improvements 4.1 Conceptual Level Design - Using the project information obtained in Task 2, develop figures and conceptual level plans to the approximately 15 percent completion level outlining the proposed improvements for review with City staff. These drawings and figures will be used to determine the project elements and review any alternatives prior to preliminary design work. 4.2 Conceptual Design Review Meeting- The information developed in subtask 4.1 will be reviewed in a meeting with City and MSA staff MSA will document the meeting results in a written summary and submit to the City. 4.3 DOH Project Report—Prepare a project report meeting the requirements of DOH. The project report will be developed following the review meeting with City and MSA staff members to identify improvements that will be carried forward into design. The project report will include a description of the improvements as well as a figure depicting the general project overview. The Project Report will be submitted to DOH for review and comment. The MSA design team will coordinate with DOH to collect and respond to review comments. MSA will coordinate with City staff prior to submitting responses to DOH. Assumptions: • One (1)meeting will be required to review the conceptual design. Up to two (2) MSA staff will attend a meeting that is up to two (2) hours long. • The conceptual (15%) plans will include up to three (3) plan sheets. • The complete Project Contract Document package (front end, specifications, appendices, etc.) will not be prepared for the preliminary design phase. • One (1) round of DOH review comments are assumed. City Responsibilities: • Attend project meeting and provide input on conceptual design materials. • Complete review of the preliminary design drawings, engineer's opinion of probable construction cost and all supporting documentation with verbal or written comments within two (2)weeks of receipt. MSA Deliverables to City: • One (1) hard copy and a PDF copy of draft and final copy of DOH project report. • Conceptual design drawings and figures, it is anticipated that up to three (3)plan view drawings and/or figures will be prepared for this task. Drawings and figures will be submitted in PDF format. • Written conceptual design review meeting summary in PDF format. Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 5 of I 1 West Hill Springs Improvements Task 5 Design This task will produce plans, specifications and engineer's opinions of probable construction costs for the project with direction from the conceptual design work task. Design documents will be presented at the 30% and 90% completion level for review by the City. Final bid ready plans at the 100% completion level will incorporate all prior review comments and will be suitable for bidding. Elements of this task will include: 5.1 Plans, Specifications Review and Opinion of Cost(30% and 90%Design Completion • Level) A. The conceptual level design drawings will be revised and further developed to incorporate comments from the City's review of the preliminary design. Develop design plans and engineer's opinion of probable construction cost to approximately 30%and 90% design completion level. A preliminary list of drawings anticipated in the complete plan set is shown below; actual list may differ depending on final set of improvements to be designed. Drawings will be developed at 1-inch=20-feet scale or 1-inch= 5 feet scale, as appropriate, in AutoCAD electronic format. The drawings will be prepared and submitted to the City for review and comment. Drawing No. Description General G1 Cover Sheet, Vicinity Map, List of Drawings G2 General Notes G3 Legend and Abbreviations Civil Cl Site Improvements Plan C2 Water Main Plan and Profile C3 Meter Vault Plan and Details C4 Hatch and Building Improvements Plan C5 General Civil Details C6 Restoration Plan and Details Electrical El Electrical One-Line Diagram E2 Electrical Site and Building Plan E3 Electrical Details E4 Electrical Schedule B. MSA will prepare technical specifications and appendices to support the design and will include in the project Contract Documents. Specifications will be prepared based on the WSDOT 2016 Standard Specifications. The City's front end specifications will be reviewed to ensure consistency between technical specifications and contractual documents. Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 6 of 11 West Hill Springs Improvements C. An engineer's opinion of probable construction cost will be developed and will include a schedule of estimated quantities, unit prices, and total construction cost for the project. D. Submit 30% and 90% design package, including complete plan set, specifications, project schedule and engineer's opinion of probable construction cost, to the City for review and comment. 5.2 Final Bid Ready Plans and Review of Specifications A. The 90% design package will be revised and further developed to incorporate comments from the City's review of the 90% design. Develop design plans, project schedule and engineer's opinion of probable construction cost that are ready for bidding. Revise bid proposal quantities to reflect a bid-ready design package. B. The 99% design package, including City review comments on the 90% design package, will be submitted prior to bid advertisement. The City will review to confirm comments were addressed and that the bid documents are ready to advertise for public bidding. C. Submit stamped and signed bid-ready Contract Documents to City for • distribution. Assumptions: • MSA shall apply a Washington Professional Engineer's stamp with signature and date on the final bid-ready edition of the design plans and specifications. • City will take the lead in preparing permits and coordinating project elements with key stakeholders, including franchised utilities and public as affected by the project. • Review comments will be received in a complete, single submittal at each completion milestone. Multiple rounds of review comments on the same design completion submittal are not anticipated. • City to coordinate and submit bid-ready contract documents to Builders Exchange or similar service. • No Critical Areas Study is required. • MSA will use recent bid tabulation from City and MSA projects in preparing the Engineer's Opinion of Probable Construction Cost. • City standard construction details will be used and are available in an electronic format. • Bi-weekly meetings will be held with City and MSA staff during the project. Budget for these meetings are included in Task 1. • Project will consist of a single bid package. • Temporary Erosion Control Plan and Details will be developed by the construction contractor. Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 7 of 1 I West Hill Springs Improvements • Traffic Control Plan will be developed by the construction contractor. City Responsibilities: • Complete Owner level review of the documents at 30%, 90% and 99% design completion level with verbal or written comments. City review period for the submittal is two (2) weeks. • Provide electronic files, and periodic updates, of text, forms, schedules and other components of the contract documents, including preferred front-end sections. • City to provide AutoCAD drawings of standard details to be incorporated into the contract documents. • Although not anticipated, if necessary, City will take the lead in coordinating all State and Federal permits. • City to provide pictures, model numbers and dimensional information for City furnished materials to be installed by the construction contractor. • City to provide recent bid tabulations for water system construction projects. MSA Deliverables to City: • Submission for 30%, 90%, 99%, and bid-ready design packages include one (1) electronic copy in PDF format of plan set, specifications (also in MS Word), project schedule and engineer's opinion of probable construction cost. • Electronic copy of bid ready drawings in AutoCAD Civil 3D 2015 format. • One (1) hard copy, including 22" x 34"plans and electronic copies of bid ready contract documents. Plans will be printed on high quality coated paper. Electronic copies will be delivered in MS Word, MS Excel and PDF formats as appropriate. Task 6—SCADA System Design This task will update the SCADA system design to incorporate the new automatic isolation valve and chlorine residual analyzer. Specific subtasks include: 6.1 System Modifications—This subtask includes the following items. a. PLC Code and SCADA System Graphics Modifications - The team's Instrumentation and Control (I&C) Engineer will retrieve the current PLC program, and insert the control logic for the new isolation valve. The isolation valve will close based upon the readings of the new chlorine analyzer that is being added to the site. The PLC program will be saved and given back to the City of Auburn for their records. The control setpoints and alarms for the new chlorine analyzer and isolation valve will be added to the Wonderware SCADA system. The program file will be saved and archived for the city. A new City-provided 10-inch diameter mag flow meter will be set up by the MSA design team to match the current flow setup with a 0-2000 GPM range and a 100 gallon flow pulse so that the trending of flow is not disturbed or altered. Equipment will be installed by the construction contractor and programming will be completed by the team's I&C Engineer. Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 8 of 11 West Hill Springs Improvements b. Testing—PLC Code will be tested by the team's I&C Engineer. c. O&M Documentation—The MSA design team will develop an operational narrative for the new isolation valve as an addendum to the existing O&M to incorporate the new logic and field devices. The Control Panel drawings will be revised and redrafted. Both items will be included in an updated O&M manual. 6.2 Startup Services- Instrument Startup/Commissioning services at this site will be performed by the team's I&C Engineer, who will provide modifications as required during commissioning. Training on the Siemens mag meter will also be included on the same day. Assumptions: • New chlorine residual analyzer and mag meter will be provided by the City. • Existing control panel has capacity for additional analog input signal from Chlorine Residual Analyzer • New mag meter signal will replace the control panel input for the existing meter. • One (1) day of startup/training services will be provided. City Responsibilities: • Provide existing O&M manuals. • Provide access to existing I&C equipment and programming. MSA Deliverables to City: • Updated Wonderware programming. • Updated PLC Program. • Updated O&M Manuals in PDF format. • Updated SCADA drawings in AutoCAD format. Task 7—Optional Services-Bidding Support Optional services may be needed to deliver this project. This task has not been estimated as part of this scope of work, but $4,847.94 has been allocated in the Consultant Fee Determination for Task 7. This Task requires written authorization prior to proceeding. This task includes supporting the City on an as-needed basis in providing assistance during bidding of the project. Anticipated elements of this task include: 7.1 Bidder Inquiries and Addenda - Respond to questions from bidders, subcontractors, equipment suppliers and other vendors regarding the project, plans and specifications. Maintain a written record of communications during the bidding process. Prepare draft addenda for the City's use as necessary to clarify the contract documents. Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 9 of 11 West Hill Springs Improvements 7.2 Pre-bid Conference- Attend a pre-bid conference, if necessary, and provide support to the City for specific agenda items. Assumptions: • The City will take the lead in tasks associated with printing bid documents, document distribution, bid advertisement, addenda distribution, plan holder administration, bid evaluation, bid tabulation etc. • MSA's support services during bidding will be performed at the City's direction and up to the extent of the fee estimate for the Bidding Support task, unless otherwise approved in advance by the City through a budget amendment. • One (1) addendum is assumed. MSA Deliverables to City: • Draft addenda as required for the City's use and to distribute to plan holders. Task 8—Optional Services- Construction Support Optional services may be needed to deliver this project. This task has not been estimated as part of this scope of work,but $8,880.96 has been allocated in the Consultant Fee Determination for Task 8. This Task requires written authorization prior to proceeding. This task represents minimal involvement by MSA during construction in support of the City's on-site inspector and construction management staff. MSA's services will be provided on an as-needed basis and will be limited to incidental support and periodic collaboration with the City and the construction contractor, all at the direction of the City. Anticipated elements of this task will include: 8.1 Preconstruction Conference and Site Visit-At the request of the City, MSA will attend the preconstruction conference. MSA will be available to answer questions that may come up from the construction contractor or City staff. It is anticipate that City staff will prepare an agenda and run the meeting. 8.2 Submittals Review-At the request of the City, MSA will review and process technical submittals. MSA will consider and evaluate any alternatives or substitutions proposed by the contractor. MSA will also prepare and maintain a log of submittals reviewed, noting the date received, item submitted on, applicable specification section,resolution and current status. 8.3 Clarifications and Changes-At the request of the City, MSA will assist with issuing clarifications to the construction contractor and producing design changes if necessary. Assumptions: • MSA will not be involved in construction meetings, on-site inspection, and other construction administration/management activities not identified above. • For the purpose of developing this scope of work and associated fee estimate, four (4) submittals and three (3) clarifications and changes are anticipated. Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 10 of 11 West Hill Springs Improvements • Geotechnical monitoring and compaction testing services, if needed, will be provided by a firm retained by the City. • One (1) MSA staff member will attend the preconstruction conference. City staff will facilitate and run the preconstruction conference. • One (1) site visit is anticipated. City Responsibilities: • City will review all requests for information. • City will provide full-time on-site inspection and will take the lead in administrating and managing the construction contract and communicating with the construction contractor. MSA Deliverables to City: • Submittal review forms in response to contractor submittals • Written clarifications and design plan modifications, as requested Project Schedule It is anticipated that completing the work in tasks 1 — 6 described above will take approximately four(4) to five (5) months. Scope of Work MURRAY,SMITH&ASSOCIATES,INC. City of Auburn December 2015 Page 11 of 11 West Hill Springs Improvements EXHIBIT B Consultant Fee Determination - Summary Sheet (Specific Rates of Pay) Fee Schedule City of Auburn West Hill Springs (CP1417) Staff Salary Overhead @ Profit @ Rate Hourly Rate 198.83% 30%of Hourly Rate Per Hour Professional Engineer VII $51.75 $102.89 $15.53 $170.17 Principal Engineer V $77.63 $154.35 $23.29 $255.27 Engineering Designer II $28.36 $56.39 $8.51 $93.26 Technician III $31.59 $62.81 $9.48 $103.88 Administrative I $15.38 $30.58 14.61 $50.57 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Project Expenses: Expenses incurred in-house that are directly attributable to the project will be invoiced at actual cost. These expenses include the following: Mileage Current IRS Rate Postage and Delivery Services At Cost Printing and Reproduction At Cost Travel, Lodging and Subsistence At Cost Outside Services: Outside technical, professional and other services will be invoiced at actual cost plus 10 percent to cover administration and overhead. • • City of Auburn Murray,Smith&Associates, Inc. West Hill Springs Improvements Project December 2015 Engineers/Planners Page 1 G:\PDXBD\CllentsV.ubum,City of,WA\West Hill Springs Improvement Project 1-15 Scope and Fee\Fee Estimate 11.5-15.,ds • West mu Spriop Improvements Project CET of Auburn PROPOSED FEE ESTIMATE - d.�a r i5 `.k.L:r_d2£12iS4kPlABOa C1:A3SWICATIOrc(aouRB) _ 9Yi')@S[5d13TD11ATLO PLFbs Kdl � * +v`3"" m.nW mletlaO S� e1 a � ' l 3 "7"p $.�:, w rog T y'� , r 1 15 i `p• e.wvu..a Naraalon..$W =+n' We ,.....'' T.w ,Y .f 5365.1) 517617 $93.26 $1098 55037 el. .L '•'.x JcArFne aa. .+''Fla it satIq Tspn16 DROMCMDDIS 8080ga0AN=®SAWN ABS® ® OMR. Davey Omleel 9th'• OMiN ., SCApAtl4 .L vsu.w u..,a.«.v _.... Taal I-Fnetl Manama Tuk1.1-CSrye.MV se C.r ion with C9p 222 21 1 4,764.75 $ 195.00 3 496275 Tutu-)u}<la*.Lrwke ad Pe081m Satan 4 4 5 600.64 1 - 5 69068 Taal 13-Rkfeptheft 4 4 1 16 $ 2.447.51 $ - 1 2,44711 Tut IA-PAM 12 4 16 S. 3,743.93 1 - I 3,74393 Ma 18104wel 16 M S 0 6 64 S 11,637.14,$ - 3 - 5 - 1 - 3 19510 S 11,135.16 Tull-Data 6.171 led SW Survey TukLl-Dm CtlkS.a Wlein 1 2 4 - 7 1 965.63 S . 5 96663 TWU-Ste Sony 4 6 I 11 S 207123 5 6,641.60 $ • 5 1,719.13 Task 13-Map Comillsadm all 4.4 r 1 2 6 9 5 1,155.15 5 • 1 1,15515 Yoe 2&Sod 2 $ 16 6 6 0 5 4,195.1 S 6,443Y 5 - I - 5 - 3 - 3 18,863A1 Task 3-GMerbelnl Bovine TUt51-Gerecludadiwreelegla WRY 2 • 2 1 1 1,377.73 5 10,634.03 1 • 5 20,011.73 Tat 3S el 1 4 3 6 6 t S 1,377m $ - 1 16,9449 t - 5 . 9 . 1 10,01.73 74.64.CwnploJ Delp IhnIeptant lad 9r01u6 Rend DS0a Tultl-CUap-4MMp 2 6 12 20 2. 44 I 5,16967 1 - 0 5,169.67 Dal 42-Camper/DUpwln64wM64048 - 1 4 1 7 5 1241.79 5 - 1 1,24139 Tutu-DOH liefviRipon' 2 1 24 3 37 1 4261.73 1 - 1 4,161.77 let 4&Mau1 6 25 36 10 6 n 6 16,673.13 $ - S - 6 - 3 - 9 - 9 1667113 Talks' Detlp Tu111-le%enl H%Da1p NMI 2 24 60 60 144 1 16,42163 I 5,016.00 1 - I 21,43163 Tull2-H%a I BSI Italy Mom tad LMrw J.9Tapbtlw 4 6 16 1 36 1 4,705.56 1 39400 5 5,00536 7ul3Alwrl 6 32. 76 H 9 11 I 11,126611 1 • 5 - 5 611610 5 - t 39610 3 26.64611 Task'-SCADA S3i1®Daly Ta161-3}m NM/kAw 2 6 5 S 1,53136 1 5,155.15 5 - 5 6,636.71 Tutu-.Vany RS,ko 4 - 4 1 63063 $ 1,111.60 1 - $ 2,493.48 Task 4Suomi 2 18 6 5 6 1 9 2,21224 3 - 5 - 9 - 5 06735 5 - 1 926159 Tull-OpdMW Sa.ka-BWWi Sapport Talk 7.1-Mile L .Ma al AIMN 1 1 12 2 2 25 1 3,044.60 1 - 5 3,044.60 Tut 7.2-HrW Cayman 4 4 1 9 3 1,75234 I 51.00 S 1,10334 Thu 5 12 11 2 3 54 1 4.79434 3 - 9 . 3 - 9 . 1 51.80 $ 4,34734 Teaks-Optl.nI Sm*u-C.wNlelb Sapp.a Tuk61-l/aeuYUM fufaaiuYSY 1h 2 14 2 D 3 2,994 06 1 43.00 5 3,07.06 Taal]-blalvtl Rein 2 3 16 2 21 5 3,465.14 9 - 5 3,165.14 Teal 63-asphreu W Cinga 2 6 I 2 IS I 237976 9 - 5 2,371 76 29451994 6 11 H 5 6 44 1 8,33736 5 - 5 - 5 - , - 5 43.3 6 Ip6M ike,.S ! 1Haw.�f�".- 16H61i.5�. "eixel6ro tY„�T-v6n5.t :'.S91ro t J1{9tzbt 6'44 of Aline Panay,8x166 e.441ekw toe Wad III springs tonneaus 3144 Da 2015 9>pMl® Pip I rta0X.Ia aaa7 wrvw nrepyvegrl.1n9.werwfw eaww ll slfn EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at $0.485/mile or the current approved IRS rate. It is understood that all reimbursements are at cost and will be marked-up 10%. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and/or environmental consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts plus a 10% markup to cover the CONSULTANT'S additional overhead expense associated with the Subcontract. Exhibit C Agreement No. AG-C-473 Page 1 of 1 EXHIBIT D CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number (i.e.: progress payment# 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement# (i.e.: AG-C-115). • Project number(s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of-way, or construction) or task order number. • Direct salary (base salaries) • Indirect salary (benefits) • Direct non-salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract—total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15'". • For grant/special funded projects there might be other special information needed, reference the LAG manual. Exhibit D Agreement No.AG-C-473 Page 1 of 2 SAMPLE INVOICE City of Auburn Invoice#: 5222 25 West Main Progress Payment#: 2 " Auburn WA 98001 Invoice Date: February 10, 2002 Attn: Scott Nutter(Project Engineer) Project Name: Thomas Nelson Farm Agency Agreement#: AG-C-010 Project#: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourly Rate Amount Mike Jones, Principal in Charge 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processing 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal $ 749.00 Expenses (see attached documentation) Charges Multiplier Amount Mike Jones, Principal in Charge 20 miles x1.1 $ 7.59 Carla Maker,Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processing $ 29.00 x1.1 $ 31.90 Consultant Expenses Subtotal $ 72.49 Consultant Total: $ 821.49 SUB CONSULTANTS (see attached documentation) Subconsultant Hours Hourly Rate Amount ABC Environmental, Inc., Civil Engineer 10 $ 100.00 $ 1,000.00 Electrical Consulting, Electrical Engineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,000.00 Moving Company, Moving Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: $ 2,860,00 TOTAL DUE THIS INVOICE $ 3,681.49 CONTRACT BREAKDOWN Amount Total Invoiced % % Amount Task Authorized ,Prior Invoiced This Invoice To Date Expended : Completed Remaining Original Contract $22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF' 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note: MRF=Management Reserve Fund * Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Exhibit D Agreement No.AG-C-473 Page 2 of 2 4- pf CITY OF, *: AT T Nancy Backus, Mayor - WASHINGTON. 25 West Main Street * Auburn.WA 98001-4998 * www.auburnwa.gov * 253-931-3000 January 11, 2016 Marshall Meyer Murray, Smith and Associates, Inc. 1145 Broadway Plaza, Suite 1010 Tacoma, WA 98402 RE: Agreement No. AG-C-473 Project No. CP1417 West Hill Springs Improvements Agreement Execution and Notice to Proceed Dear Mr. Meyer: Enclosed is an executed copy of the above-referenced Agreement. This letter serves as your Notice to Proceed. The work authorized under this agreement shall not exceed $104,000.00 and has a completion date of December 31, 2016. For the City's tracking and record keeping purposes, please reference AG-C-473 and PROJECT No. CP1417 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 253-804-4013. Sincerely, / Luis Barba ��� Project Engineer Community Development & Public Works Dept. LB/ad/as Enclosure cc: Dani Daskam, City Clerk AG-C-473 Proj. No. CP1417 (File 2.20) coa.auburn.local\dept\Building\Consultants\AG-C-473 Murray, Smith&Asso.,West Hill Springs\AG-C- 473 NTP.doc AUBURN * MORE THAN YOU IMAGINED