Loading...
HomeMy WebLinkAboutAG-C-503 CP1516 Auburn Airport Runway Extension o H a,z AuBuRN- * * CITY OF * NancyBackus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 November 19, 2018 Matt Rogers Century West Engineering Corp. 1020 Emkay Drive#100 Bend, OR 97702 RE: Agreement No. AG-C-503 Project No. CP1516, Auburn Airport Runway Extension Agreement Execution and Notice to Proceed Dear Mr. Rogers: Enclosed please find an executed copy of the above-referenced Agreement. This letter serves as your Notice to Proceed. The work authorized under this agreement shall not exceed $329,484.65 and has a completion date of December 31, 2019. For the City's tracking and record keeping purposes, please reference AG-C-503 and Project No. CP1516 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 \al_ rom, P.E. r`''L'Project Engineer Public Works Department SW/ad/as Enclosure cc: Shawn Campbell, City Clerk CP1516 ENG-170,Revised 10/18 A 1'OUBUN * MORE THAN YOU IMAGINED AGREEMENT FOR PROFESSIONAL SERVICES AG-C-503 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Washington Municipal Corporation (the "CITY") and CENTURY WEST ENGINEERING CORPORATION, an Oregon corporation (the "CONSULTANT" and collectively, the "PARTIES"). RECITALS: 1. The City operates a municipal airport, which is need of a runway extension to better serve the public; and 2. The Consultant has the necessary subject matter expertise for the runway extension including a specialty in engineering design, permitting, and bidding support services; and 3. The City wishes to obtain Consultant's services and Consultant is willing to provide those services as provided for in this Agreement. In consideration of the covenants and conditions of this Agreement, the parties agree as follows: 1. SCOPE OF WORK. The City will provide the Consultant, on a project basis, individual task assignments set forth in Exhibit A for work related to the extension of Runway 16-34 at the Auburn Municipal Airport. The task assignments in Exhibit A describe the work to be completed, completion dates, and compensation amounts. Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 1 of 14 2. TERM. The Consultant will not begin any work under this Agreement until authorized in writing by the City. All work under this Agreement shall be completed by December 31, 2019 and can be amended by both parties for succeeding years. The established completion time will 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 conditions beyond the control of the Consultant. A supplemental Agreement to extend the established completion time must be signed by the Parties before the original completion date. 3. COMPENSATION. The total compensation for this Agreement is not to exceed $329,484.65. The Consultant will be paid by the City for completed services rendered under each approved individual task assignment and at the rate set forth in Exhibit B. This payment will be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. The Consultant will shall submit an itemized bill to the City prior to payment and within thirty (30) days of the work performed, services rendered, or purchase of materials, supplies, equipment, and incidental expenses. An example of an itemized invoice is attached in Exhibit C. If services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification must be negotiated and approved by the City prior to any effort being expended on those services. The Consultant will be reimbursed by the City for direct non-salary costs, provided in Exhibit C, at the actual cost to the Consultant. All direct non-salary costs Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 2 of 14 must be necessary for the services under this Agreement and be authorized under 48 CFR part 31. Within thirty (30) days of incurring direct non-salary costs, the Consultant will provide the City with an invoice. . The Consultant will provide copies of the original supporting documents on request. All above charges must be necessary for the services provided under the Agreement. 4. SUBCONTRACTING. The Consultant will not subcontract for the performance of any work under this Agreement without prior written permission of the CITY. No permission for subcontracting will create, between the City and subcontractor, any contract or any other relationship. Compensation for any sub-consultant 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 sub-consultant will be substantiated in the same manner as outlined in Section 3. All subcontracts must contain all applicable provisions of this Agreement. e 5. RESPONSIBILITY OF CONSULTANT. The Consultant is responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and any other services performed by the Consultant under this Agreement. The Consultant will, without additional compensation, correct or revise any negligent errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services as required by the City. The Consultant will perform its services to conform to generally-accepted professional engineering standards and the requirements of the City. Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 3 of 14 Any approval by the City under this Agreement does not in any way relieve the Consultant of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided in this Agreement, the City's review, approval, or acceptance of, or payment for, any of the services will be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 6. INDEMNIFICATION/HOLD HARMLESS. The Consultant will defend, indemnify and hold the City, its officers, officials, volunteers, and employees harmless from all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries or damages caused by the sole negligence of the City. If a court of competent jurisdiction determines that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, under this Agreement will be only to the extent of the Consultant's negligence. The Consultant specifically and expressly agrees that this indemnification includes 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. 7. 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 Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 4 of 14 the City by reason of entering into this Agreement except as otherwise provided in this Agreement. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the City. 8. INSURANCE. The Consultant will procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Consultant will 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 will 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 Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 5 of 14 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 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: a. The Consultant's Automobile Liability and Commercial General Liability insurance coverage shall be primary insurance as respects the City. Any insurance, self- insurance, or insurance pool coverage maintained by the City will be excess of the Consultant's insurance and will not contribute with it. b. The Consultant will provide the city with written notice of any policy cancellation within two business days of their receipt of such notice. 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 will 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, Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 6 of 14 before commencement of the work. The City reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The City will not be obligated to pay progress payments under Section 3 until the Consultant has fully complied with this section. Failure on the part of the Consultant to maintain the insurance as required will constitute a material breach of contract. The City may, after giving five business days' notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew insurance and pay any and all premiums for that insurance. If the Consultant does not repay the premiums on request of the City, the City will offset those costs against funds due the Consultant from the City. The City will be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Consultant, T, irrespective of whether such limits maintained by the Consultant are greater than those required by this contract or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by the Consultant. 9. NONDISCRIMINATION. The Consultant will 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 disability. 10. OWNERSHIP OF RECORDS AND DOCUMENTS. The Consultant agrees that 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 Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 7 of 14 providing services under the terms of this Agreement by the Consultant, will shall belong to and will remain the property of the City. 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 and to allow the City to inspect all documents held by the Consultant and relating to this Agreement upon good cause at any reasonable time within the 6 year period. 11. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The Consultant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three (3)-year period preceding the effective date of this Agreement 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 Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 8 of 14 (d) Have not within a three-year period preceding the effective date of this Agreement had one or more public transactions (federal, state, or local) terminated for cause or default. 12. TERMINATION OF AGREEMENT. (a) Termination for Convenience - The City may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the City, the Consultant must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the City all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Consultant under this contract, whether complete or partially complete. The City agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. The CITY further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. (b) Termination for Default - Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 9 of 14 The terminating party must provide the breaching party seven (7) days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. (c) Termination for Cause by the City- The City may terminate this Agreement in whole or in part, for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by City approved extension; 2. Make adequate progress so as to endanger satisfactory performance of the Project; or 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the City all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Consultant under this contract, whether complete or partially complete. The City agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. The City further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 10 of 14 If, after finalization of the termination action, the City determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the City issued the termination for the convenience of the City. a) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the City: 1. Defaults on its obligations under this Agreement; 2. Fails to make payment to the Consultant in accordance with the terms of this Agreement; 3. Suspends the Project for more than one hundred and eighty (180) days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, the City agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If the City and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the City's breach of the contract. In the event of termination due to the City's breach, the Consultant is entitled to invoice the City and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. The City agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 11 of 14 13. GENERAL PROVISIONS. 13.1. 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. 13.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. 13.3. If 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 will continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 13.4. 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. 13.5. 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. 13.6. All costs of enforcement, including reasonable attorney's fees, expenses and court costs shall be paid to the substantially prevailing party. 13.7. The Consultant agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 13.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 12 of 14 13.9. This Agreement shall be administered by Matt Rogers 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: 4 City of Auburn Century West Engineering Corp. Attn: Seth Wickstrom , Attn: Matt Rogers 25 W Main Streit 1020 SW Emkay Drive, #100 Auburn WA 98001 Bend, OR 97702 Phone: 253-804-5034 Phone: 541-322-8962 E-mail: swickstrom@auburnwa.gov E-mail: wrogers@centurywest.com 13.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or sent by regular United States mail, postage prepaid. Any party may change their address by giving notice in writing to any other party. 13.11. 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. 14. FEDERAL PROVISIONS. Mandatory federal contract provisions in Exhibit "D" are incorporated and part of this Agreement. Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8, 2018 Page 13 of 14 CITY OF AUBURN ancy Bac k, Mayor Date 1.0 - .it APPROVED AS TO FORM: � t �1 Steve Gross, ity Attorney CENTURY WEST ENGINEERING CORP. BY: Joe os / k, President Federal Tax ID # 93-0584951 Agreement for Professional Services AG-C-503 ENG-181, Revised 9/18 November 8,2018 Page 14 of 14 ��/WESTTU RY ENGINEERING EXHIBIT A Scope of Work Engineering Design Services Auburn Municipal Airport Runway 16-34 Extension Final Design Original— September 14, 2018 Revision 1 —September 21, 2018 Revision 2 — October 5, 2018 Revision 3 — October 10, 2018 Revision 4— October 15, 2018 Revision 5 — October 17, 2018 Revision 6— October 18, 2018 Revision 7— October 25, 2018 Revision 8 — November 5, 2018 GENERAL The general scope of work is to provide engineering design, permitting, and bidding support services for the proposed Runway 16-34 extension at the Auburn Municipal Airport (Airport). This scope of work details activities and work elements needed to incorporate pre-design decisions and criteria into the final design of the project. The outcome of this effort will result in a set of bidding documents used to solicit bids for construction of the improvements. An environmental study for this project has been conducted under a separate scope of work. This earlier effort established the general project limits, provided a conceptual design, identified impacts, and established design criteria to be developed and detailed further in the final design phase. During an on-site meeting with the FAA, City Staff, and Century West Engineering took place on July 17, 2018, FAA approved the runway extension that includes a 200 ft extension to the north of the existing Runway 16 threshold and a 241 ft extension to the south of the existing Runway 34 threshold, with the implementation of declared distances and displaced thresholds. The runway length will be 3,841 ft. Refer to meeting minutes dated August 1, 2018. Final design of the project will include the following work items: 1. Construction of Runway 16 extension (200' x 75')Actual construction length may vary slightly. Scope of Work—Auburn Runway Extension 1 H:\PROTCP1516-Airport Runway Enhnncement\l.00 Agreements-C ontractslConsukant Agreement\Design\Final Exhibit A Scope of Work rev8.docx CE 1%. WESTTU RY ENGINEERING 2. Construction of Runway 34 extension (241' x 75'). Actual construction length may vary slightly. 3. Construction of new, displaced threshold pavement markings on each runway end; 4. Construct pavement markings for taxiways impacted by construction; 5. Relocate the existing connector Taxiway G (as identified in the approved Airport Layout Plan) to the new Runway 16 edge of pavement to allow access from Taxiway A, rename to Taxiway A5 using FAA naming convention; 6. Relocate the existing connector Taxiway C to the new Runway 34 edge of pavement to allow access from Taxiway A, rename to Taxiway Al using FM naming convention; 7. Rename existing Taxiway D, Taxiway E, and Taxiway F using FAA naming convention (A2, A3, and A4). 8. Regrade Runway 16-34 Runway Safety Area (RSA) and Object Free Area (OFA) to the extent of the existing property limits (note: regarding of the RSA/OFA beyond the existing fence south of the Airport is not included with this scope and will be included as a separate future project); 9. Construction of blast fences on each runway end. It is assumed the Runway 34 blast fence will be located in its ultimate location with the proposed 2018 Park and Ride property acquisition. It assumed the Runway 16 blast fence will be located in its ultimate location assuming the full runway 16 build out. 10.Reconfigure Detention Pond "I" and Detention Pond "H" [as shown on the Runway Extension Environmental Assessment (2017) and Airport Master Plan (2015)] to accommodate stormwater as required by Department of Ecology 2014 Stormwater Management Manual for Western Washington and the supplemental requirements of the City of Auburn(COA) Supplemental Manual. Redesign the existing netting system to prevent water fowl from entering the detention pond; 11.Construct pavement underdrains for new pavement areas; 12.Construct surface drainage structures as required to maintain existing surface drainage patterns; 13.Perform geotechnical investigation to determine site and soil conditions, infiltration rates, rates and pavement design; Scope of Work—Auburn Runway Extension 2 1i:\PROACP1516-Airport Runway Enhancement\1.DD Agreements-Contracts\Consultant Agreement\Design\Final Exhibit A Scope of Work rev8.docx CE 1%. WESTTURY ENGINEERING 14.Replace, install new, and/or relocate existing taxiway lights impacted by the construction; 15.Construct runway threshold lights to accommodate the use of a displaced threshold on Runway 16; 16.Construct runway threshold lights to accommodate the use of a displaced threshold on Runway 34; 17.Determine if the existing runway edge light spacing and Runway End Identifier Lights (REILs) will need to be relocated and/or replaced based on threshold location and age of equipment; 18.Construct Distance Remaining signs on each runway end to reflect the declared distances (approx. 6 signs). 19.Construct electrical room modifications needed for the Constant Current Regulator replacement and associated NEC code updates, as required; and 20.Replace airfield guidance signs impacted by construction (approx. 6 signs). Final design work is anticipated to begin in November 2018. Bids to construct the work are anticipated to be opened in Spring 2019, with construction anticipated for Summer 2019. Century West Engineering (CWEC) the prime consultant is being supported by HWA Geosciences (HWA), Elcon Associates (Elcon), and Parametrix for geotechnical, electrical engineering services, and surveying/environmental, respectively. Task roles within Task 2, 4, and 7 are identified between prime and subconsultant firms. If not otherwise flagged all tasks will be performed by Century West Engineering. DESIGN CRITERIA. Plans and reports prepared as part of this scope of work will be developed in accordance with the latest edition and amendments to the following documents, as of the date this Agreement is signed: FAA Publications a. AC 150/5300-13A—Airport Design b. AC 150/5340-30J — Design and Installation Details for Airport Visual Aids c. AC 150/5340-1 L— Standards for Airport Markings d. AC 150/5370-1 OG —Standards for Specifying Construction of Airports e. Other Applicable Advisory Circulars as of the date of this scope. Scope of Work—Auburn Runway Extension 3 H:\PROI\CPt516-Airport Runway Enhancement\1.00 Agreements-Contracts\Consultant Agreement\Desiga\1 final Exhibit A Scope of Work revg.docx W STTURY ENGINEERING WSDOT Publications a. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), Standard Specifications for Road, Bridge and Municipal Construction: 2018 edition (As Applicable). b. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction (As Applicable) CITY of Auburn Standards c. Engineering Design and Construction Standards - Current Edition (As Applicable) d. Drafting Standards e. Surface Water Management Manual (SWMM) Services to be performed are as follows: TASK 1 — PROJECT MANAGEMENT a) Coordinate with FAA and the City in the development of the project. b) Permit coordination throughout the design process. Consultant will coordinate with the City and appropriate agencies to ensure required permits are obtained. c) Carry out project administration including, but not limited to monitoring design and project schedules, coordination of project with the City and FAA, monitoring and reporting technical and budget issues to the City and FAA, preparation of monthly consultant invoices for submittal to the City. Activity in the final design phase is expected to occur over an 6-month period, an allowance of 4-hours per month is assumed for this activity. d) Organize and attend weekly coordination calls with the City Project Manager. The Consultant's Project Engineer OR Project Manager will participate in these weekly calls. Calls are expected to occur over a 5-month period. e) Attend monthly 1-hour coordination meetings with the City via telephone conference call.The Consultant will provide a call-in number.The Senior Associate Engineer, Associate Engineer, and Project Engineer will attend the meeting. The monthly coordination meetings will occur over the duration of the project, expected over a 6-month period. Scope of Work—Auburn Runway Extension 4 HtPR01\CP 1516-Airport Runway Enhancement\1.00 Agreements-Contracts\Consultant Agreement\Design\Final Exhibit A Scope of Work rev8.docx CE 1%. WESTTURY ENGINEERING f) Attend a pre-design meeting with the City and FAA via telephone conference call. The Consultant will provide a call-in number. The Consultant will prepare an agenda and meeting minutes. g) Attend up to 2 project review meetings and/or site visits at the airport to review project status, confirm design parameters, conduct airport project coordination and design review. Prepare an agenda and meeting minutes for each meeting. It is assumed that each meeting will be 2 hours in duration, and will be attended by a maximum of 2 staff members of the Consultant. h) Coordinate project team, subconsultants and administer subconsultant contracts. Provide detailed scope of work with figures to subconsultants for subconsultant cost proposals. i) Provide a project schedule to the City and FAA. Up to 3 revisions are anticipated. j) Conduct in-house quality control for each element of design. It is assumed the Principal Engineer will perform QA/QC at the 60%, 90%, and 100% submittals. k) Prepare Construction Grant application and associated sketches. The City will prepare and submit all forms to the FAA. The Consultant will provide the CIP Data Sheet as well as any other sketch required for the grant application. I) Assist the City in the administration of FAA and/or other funding programs. m) Prepare FAA form 7460 for submittal to FAA, for general construction. n) Prepare Strategic Event Notification forms for submittal to FAA. Up to (2) submittals are assumed. Deliverables: • Monthly Progress Reports and Invoice via Email and Mail • Project schedule and schedule updates in MS Project and PDF • Weekly Check In Meeting Minutes • CIP Data Sheet for grant application • FAA Form 7460 • Strategic Event Notification forms TASK 2— GEOTECHNICAL INVESTIGATION (HWA) Scope of Work—Auburn Runway Extension 5 H:\PROACP1516-Airport Runway Rnhencement\1 AO Agreements-Contracts\Consultant Agreement\Dcsign\Pinal Exhibit A Scope of Work revS.docx 1%WESTTURY ENGINEERING a) Geotechnical subconsultant coordination —This work assumes a one-day site visit with the Geotechnical Subconsultant to coordinate the work. (CWEC) b) Runway closure coordination— Century West will coordinate appropriate NOTAMs with City staff for temporary runway closures for geotechnical investigation work. The closure is anticipated to be for up to two (2) days, during daylight hours. A strategic event form is not anticipated due to the runway not being closed for a continuous 24-hour period. City/Airport will provided runway closure crosses and sand bags. c) Geotechnical tasks. (HWA): i. Obtain from the City and review all existing geotechnical and pavement section information. ii. Attend a project kick-off meeting onsite. iii. Plan the field work program and conduct a visit to the site to mark the locations of the test pits and cores and arrange for utility locates with an appropriate Location subcontractor. iv. Excavate a minimum of 3 test pits or borings 6 total)within each runway extension area consisting of; one beyond the existing runway and taxiway pavement, and one within the center of each proposed runway extension. To properly assess subgrade conditions, we anticipate test pit depths of about 8 to 10 feet will be required. Conduct in-place density tests in the upper 4 feet of subgrade at each test pit location to assess soil moisture and density. Bulk samples of subgrade soils will also be collected at each location for laboratory testing. HWA will arrange for a backhoe and operator to perform the test pit excavations. The test pits will be backfilled with excavated spoils tamped into place using the bucket of the excavator. Hence, these zones will consist of loose material and will likely settle slightly at the ground surface. Restoration of landscaping, sod, lawn, etc. is not included in this scope of work. v. Conduct infiltration testing to assess site potential for infiltration of storm water. Up to five (5) tests will be performed: two (2) beyond the Runway 34 end, one (1) beyond the Runway 16 end, and two (2) in Detention Pond I. Testing will be conducted in accordance with the methodology outlined in the 2014 WDOE Surface Water Management Manual. PIT sites will be prepared by an excavation subcontractor under subcontract to HWA. Water will be supplied by a rented water truck. Tests are expected to take at least 1 day each. Upon completion, the pits will be backfilled using the methods described above for test pits. Scope of Work—Auburn Runway Extension 6 H:\PROACP1516-Airport Runway Enhancement\I.00 Agreements-Contracts\Consultant ABroement\Design\Pinol Exhibit A Scope of Work rev8.docx C 41. WEST ENGINEERING vi. Determine seasonal ground water levels using a piezometer for each basin (2 locations). It is assumed the groundwater monitoring will begin after notice to proceed is issued and continue through February 2019. The data obtained during this time period will be utilized to determine the seasonal high water table and be used in the design of the project. vii. Core the existing pavement at the location of each existing runway terminus (north and south) and each proposed new taxiway terminus (a total of 4 cores). All cores will be 6 inches in diameter to facilitate hand hole excavations to assess subsurface conditions and obtain soil samples. Core holes will be backfilled with crushed gravel and patched at the surface using quick set concrete or Aquaphalt. viii. Perform laboratory testing in general accordance with appropriate American Society for Testing Materials (ASTM)standards, including, natural moisture content, grain size analyses, Atterberg Limits, moisture/density relationship (Proctor), and California Bearing Ratio (CBR). ix. Evaluate data derived from the subsurface investigation and laboratory testing program. Make recommendations to determine if the existing native soil will be suitable for trench backfill. x. Prepare a draft geotechnical engineering report summarizing the results of our investigation, laboratory testing, and analyses. HWA will provide recommendations for subgrade preparation, recommend CBR values for pavement design, and long-term design infiltration rates, as appropriate. xi. Upon receipt of review comments prepare a final geotechnical engineering report. d) Review geotechnical report and provide comments for draft report. (CWEC) Deliverables: • Draft geotechnical report (PDF format) • Final Geotechnical Data Report—Sealed by a Professional Engineer licensed in Washington State TASK 3 — DESIGN SURVEYING (Parametrix) Scope of Work—Auburn Runway Extension 7 H:\PROJ\CPI516-Airport Runway Enhancement\1.00 Agreements-Contracta\Conaultant Agreeawm\Design\Final Exhibit A Scope of Work rev8.docx 1%. WESTTURY • ENGINEERING a. Establish horizontal (NAD 83/91) and vertical control (NAVD 88)for survey work at the airport. Establish one benchmark for elevation control and a minimum of two additional points for horizontal control. b. Conduct a topographic survey of the following areas: • The survey shall tie the RW 16-34 centerline and identify its endpoints, locate runway end monuments, if any. • Survey the area adjacent Pond F (as Identified on the Airport Master Plan) The survey shall extend from the existing surveyed limits south to encompass Pond F and west to the fence line, including the storm drain identified on the existing survey approximately 1 ft west of the fence line. The survey area is approximately 600 ft x 150 ft. • Survey the area adjacent the pond west of Runway 34. The survey shall extend from the existing surveyed limits north to the pond west of Runway 34 and west to the fence line, including the storm drain identified on the existing survey approximately 1 ft west of the fence line. The survey area is approximately 650 ft x 150 ft. Survey data, off of pavement surfaces, shall be collected at cross sections on a 25' (maximum) interval or a 25' (maximum) grid as appropriate. The survey map shall locate the airport property line; however, this is not a boundary survey. The topographic survey shall show existing ditches, swales, drainage structures, fences, buildings, gravel areas, utilities, test pits, pavement core locations, NAVAIDS and other structures or surface features within the survey limits. c. Contact the utility notification ("one call") center to request utility locates within the survey limits. d. Utilize as-builts provided by the City for stormwater inventory. Coordinate the location of FAA-owned facilities through the airport as required. Scope of Work—Auburn Runway Extension 8 ]i:'PROJCP1516-Airport Runway Enhancomcnt\I00 Agrcom nts-Contracts\Consultant Agroomant\Dcsign\Final Exhibit A Scopo of Work rcvB.docx WESTTU RY ENGINEERING e. Using the data collected from survey develop a digital terrain model of the area surveyed. f. Develop a contour map at a scale of 1"=50' for use in the design. The contour interval shall be 0.5 feet. g. Elevations for drainage structures shall be accurate to 0.01 feet and natural ground elevations shall be accurate to 0.10 feet TASK 4— ELECTRICAL INVESTIGATION (Elcon) a) Perform electrical system assessment. Perform an electrical assessment to determine systems capacity and updating needs to accommodate project improvements. (Elcon): • Perform onsite field investigation. • Review systems functionality and need for updating. • Perform review of records investigation. • Identify recommended project improvement elements; any alternative options; and decision points. i. Prepare assessment summary report that includes: • Summary of conditions and recommendations of improvements • Summary of alternative options and decision points • Summary of systems assessment planning level estimates ii. Review electrical assessment summary report and provide comments for draft report. (CWEC) iii. Attend coordination meeting with City regarding findings. Meeting will be attended by the project manager and the electrical engineer at the City offices. Consultant will develop exhibits for use during the meeting. Consultant will prepare agenda and meeting minutes. (CWEC, Elcon) iv. Conduct phone coordination meeting with the FAA to review final list of project improvement elements. (CWEC) Scope of Work—Auburn Runway Extension 9 H:U'ROACPl516-Airport Runway Enhancement\1.00 Agrcements-Contracts\Consukant Agreement\Design\Ptoal Exhibit A Scope of Work revg.docx ���WESTTURY ENGINEERING v. Based on the assessment, update and finalize the list of items to be included within the scope of this project. (CWEC) b) Prepare electrical design and development of plans, specifications and details for construction of new or relocated electrical items. This effort includes design document submittals for 60%, 90%, and 100% final documents. (Elcon) Electrical components of the project include: • Relocation of existing lights based on threshold placement • Conduct integrity testing of MIRL home run as part of initial assessment. Make recommendation for replacement, if necessary. Replace MIRL home run if integrity testing determines replacement is necessary. • Install, relocate, or replace existing elevated taxiway edge lights on impacted taxiways. • Replace the Constant Current Regulator (CCR), if required. • Construct electrical room modifications as needed for the CCR replacement and associated NEC code updates. • Install new distance remaining signs for Runway 16 declared distances (3 signs) • Install new distance remaining signs for Runway 34 declared distances (3 signs) • Install new, lighted guidance signs for connect taxiways (approx. 5 signs) • Upgrade/modify existing power and control, as required. • Relocation or replacement of all existing runway edge lights to maintain standard spacing (if required). • Assess existing Runway 16 and Runway 34 REILs and provide recommendations to replace or salvage the existing equipment. c) Provide electrical Bidding Assistance: Provide bidding support services relating to the electrical design for the proposed improvements. Electrical design bidding support services will be performed by Elcon Scope of Work—Auburn Runway Extension 10 H:\PROl\CP1516-Airport Runway Enhancement11.00 Agreements-Contracts\Consultant Agreement\Dcaign\final Exhibit A Scapa of Work rov8.docx WES TURY ENGINEERING Associates (subconsultant to CWEC). Electrical bidding support services includes responding to bidding questions, assisting with addenda. Deliverables: • Assessment summary report (PDF) TASK 5- STORMWATER SITE PLAN A Stormwater Site Plan will be prepared for the proposed Runway 16-34 extension based on the requirements of the Department of Ecology 2014 Stormwater Management Manual for Western Washington and the supplemental requirements of the City of Aubum(COA) Supplemental Manual. a) The Associate Engineer and Senior Project Engineer will attend a meeting at the City to discuss stormwater requirements. b) Perform a site analysis using existing documents and reports, and evaluation of existing site conditions. c) Perform a qualitative off-site analysis for Basin I (northern portion of Airport) that includes the elements identified in the COA Supplemental Manual Vol 1,Appendix J Checklist. d) Perform a quantitative off-site analysis for Basin 0 (southern portion of Airport) that includes the elements identified in the COA Supplemental Manual Vol 1, Appendix J Checklist. e) Using the findings of the site analysis and guidance of the regulating documents determine the applicable minimum requirements for this project. f) Prepare a preliminary design of the permanent stormwater system including conveyance, water quality features, and control/retention elements. This effort includes system design for two separate basins as identified in the Airport Master Plan (2015) and Drainage Inventory (2011). • Basin 0 -Water quality and flow control systems design development and analysis which includes the area south of the T-Hangar Rows, South Apron, and approximately 600 ft of Runway 16-34 • Basin I - Water quality and flow control systems design development and analysis which includes the remaining north part of the Airport not identified in Basin O. Scope of Work-Auburn Runway Extension 11 H:\PROJ\CP 1516-Airport Runway Enhancement\1.00 Agrecmonts-Contracts\Coosukant Agrecmont\Dcsign\Final Exhibit A Scope of Work rev8.docx CENTURY WEST ENGINEERING g) Prepare a draft Construction Stormwater Pollution Prevention Plan (SWPPP) per State of Washington Department of Ecology requirements to be included with the bid documents. Final plan will be completed by the Construction Contractor as a part of the bidding documents. City will pay for all fees and facilitate the public advertisement. h) Prepare a draft Stormwater Site Plan report and submit to the City for review. Provide draft via email in PDF format.. i) Coordinate and address review comments and incorporate changes into draft report. j) Prepare a final Stormwater Site Plan report and submit to the City for approval. Provided report via email in PDF format. k) Prepare a draft General Industrial Stormwater Pollution Prevention Plan (SWPPP) update per State of Washington Department of Ecology requirements for the industrial areas offsite. Draft to be provided in Word format and distributed via email. I) Prepare a final General Industrial Stormwater Pollution Prevention Plan (SWPPP) update per State of Washington Department of Ecology requirements for the industrial areas offsite. Deliverables: • Draft Stormwater Site Plan (MS Word format) • Final Stormwater Site Plan (MS Word format and PDF) • Draft Construction Stormwater Pollution Prevention Plan (MS Word format) • Draft General Industrial Stormwater Pollution Prevention Plan (MS Word format) TASK 6 — PERMITTING (CWE & Parametrix) a) Coordination with City permit review team and provide additional information, modifications and corrections to plans, to address City permit review comments/issues. b) City will prepare SEPA permit application for submittal to City for construction of the improvements. City to pay all application fees and costs and will serve as the Lead Agency. Consultant will not assist in SEPA permit application. Scope of Work—Auburn Runway Extension 12 H:1PRO7\CP1516-Airport Runway Enhancement\1.00 Agreements-Contracts\Consultant Agreement\Dcsign'Final Exhibit A Scope of Work rcvh.docx / WESTTURY ENGINEERING c) The Consultant will prepare the City of Auburn Civil Site Improvement Submittal Packet for submittal to the City for construction of the improvements which includes the City's Civil Application for a Grading Permit, Storm Permit. City to pay all application fees and costs. d) The Consultant will prepare the Construction Stormwater General Permit application (NOI) for submittal to the State of Washington Department of Ecology. City to pay all application fees and costs. e) The Consultant will prepare City Grading permit application and plans. City to pay all application fees and costs. f) Determine if Floodplain Development Permit will be needed. Current FEMA floodplain maps show no floodplains within airport property, however it is anticipated these maps will be updated sometime in 2019 and show floodplains located in the northwest corner of the airport property. Assumptions All work will be done outside of the floodplain or new FEMA Floodplain maps will not be instituted before work is constructed in a future floodplain. If it is determined that a Floodplain Development Permit is needed additional scope and budget will be necessary for permitting. g) Perform wetland reconnaissance of Detention Pond "I" and Detention Pond "H" (Parametrix). i. Parametrix will conduct a wetland reconnaissance within the project area, specifically at and adjacent to Detention Pond "I" and Detention Pond "H", to determine if wetland presence/conditions have changed from those found in the wetland investigations conducted at the airport in 2015 and 2016. Parametrix will provide a brief technical memorandum (no more than 2 to 3 pages) related to the wetland reconnaissance findings. Parametrix will also provide limited support for agency coordination strategy for permitting related to the Detention Pond I and Detention Pond "H", as needed. Assumptions Stormwater Pond I will not be regulated as a jurisdictional water by the US Army Corps of Engineers. A Section 404 Permit (and associated JARPA) will not be required. Scope of Work—Auburn Runway Extension 13 H:\PROI CP1516-Airport Runway Enhancement\1.00 Agrcements-Contracts\Consultant Agreement\Desigo\Fmoi Exhibit A Scope of Work rev8.docx CENTURY WEST ENGINEERING Detention Pond "I" and Detention Pond "H"will not be regulated as a critical area by the City and a Critical Area Report will not be required. If Detention Pond "I" and Detention Pond "H" are determined to be under Corps jurisdiction and/or City Critical Area Ordinance jurisdiction, additional scope and budget will be necessary for permitting. TASK 7 — RUNWAY CONFIGURATION CONCEPT a) Consultant will develop up to three (3) exhibits that will be submitted to the FAA to confirm the approved runway extension limits, use of declared distances, runway lighting, and taxiway configuration. b) Consultant will coordinate a conference call to discuss the runway configuration with the FAA and City. Agenda and meeting minutes will be distributed. Deliverables: • Up to (3) 11"x17" PDFs of Runway Configuration Concept TASK 8 — DETENTION POND COVER (TBD) a) Consultant will develop up to two (2)alternatives and concept exhibits for detention pond covering to be reviewed with the City. Detention pond covering for this scope is assumed to be a netting system similar to existing pond covering. b) Consultant shall attend a meeting at the City to discuss the preferred detention pond cover configuration (CWEC) c) Consultant will design the selected detention pond cover system. Pond cover system design is assumed to consist of a suspended netting system similar in nature to the existing system. This scope assumes design for only one pond (reconfigured existing pond at north end of airfield). Should additional ponds be required resulting from drainage design requirements, design efforts for covering of additional stormwater facilities would be included in a subsequent contract scope amendment. d) Review detention pond covering system design and provide comments to subconsultant. (CWEC) Deliverables: Scope of Work—Auburn Runway Extension 14 11\PRO7\CPI516-Airport Runway Enhancement\1.00 Agrocmonts-Contracts\Consultant Agreement\Design\Final Exhibit A Scope of Work rov8.docx 1%. WESTTURY ENGINEERING • Two (2) alternatives and concept exhibits for detention pond covering TASK 9— 60% DESIGN a) Incorporate runway configuration concept (Task 7)design comments from the City and FAA and respond as necessary to requests for additional information. b) Review past mapping, plans, documents, and other available information pertaining to the project. c) Prepare Title, legend, Site and Survey Control Plan, and general notes sheets (2 sheets) d) Prepare a pavement section design for the new runway and taxiway pavement. The basis of the pavement section design will be light aircraft (12,500 lbs design). Aircraft fleet information will be taken from forecasts developed in the Airport's 2015 Airport Master Plan. (2 sheets) e) Fully develop and finalize the preliminary plan and profile for the Runway 16-34 centerline, which was developed in the Environmental Assessment. (2 sheets) f) Fully develop and finalize the preliminary plan and profile for each new connector taxiway connection to Runway 16-34 which was developed in the Environmental Assessment. (2 sheets) g) Fully develop and finalize the typical cross section and develop final cross sections for Runway 16-34 and each connector taxiway. Prepare cross section sheets for use during construction. (4 sheets) h) Prepare preliminary site paving and grading plans based on the final runway profile and cross sections. Paving and grading plans will show contours at a 0.2' interval and will show transitions and connections to existing taxiways and other paved surfaces that are to remain in place. Regrade Runway 16-34 Runway Safety Area (RSA) and Object Free Area (OFA) to the extent of the project limits (note: regarding of the RSA/OFA beyond the existing fence south of the Airport is not included with the scope and will be included as a separate project) (2 sheets) i) Make recommendations and prepare a 60% level design for surface and subsurface drainage of the project area. Prepare pavement underdrain plans and surface drainage plans. Drainage features may include inlets, pipes, underdrains, ditches, swales, manholes and other appurtenances to provide site drainage. This effort furthers the design detailing of the parameters developed in Task 5. (2 sheets) Scope of Work—Auburn Runway Extension 15 H:\PRO]\CP1516-Airport Runway Enhancement\1.00 Agreements-Contracts\Consultant Agreemment\Design\Final Exhibit A Scope of Work rev8.docx CENTURY 04. WEST ENGINEER ING j) Perform design layout of runway/taxiway lighting fixtures and signage, electrical cable/conduit routing, and other miscellaneous associated electrical infrastructure layout. This effort also includes identifying system components to be demolished and/or removed. Layout to be performed by CWEC to support electrical design performed by subconsultant Elcon in Task 4. (3 sheets) k) Review subconsultant electrical design documents and incorporate into 60% design documents. (2 sheets) I) Prepare preliminary demolition and pavement removal plans to depict civil, marking and electrical items scheduled for removal, replacement or adjustment. Demolition plans will be prepared for the following (3 sheets): • Runway 16 threshold • Runway 34 threshold • Connector taxiway connections • Miscellaneous utility revisions or adjustments • Detention Pond I covering • Existing threshold light relocation m) Prepare preliminary erosion control plan and details for construction. (2 sheets) n) Prepare preliminary pavement marking plans for the improvements. Marking plans include (2 sheets): • Displaced threshold markings for Runway 16 • Displaced threshold markings for Runway 34 • Connector taxiway markings o) Prepare typical sections, paving, drainage details and miscellaneous details required for construction. (6 sheets) p) Prepare blast fence configuration and location at each runway end ). (1 sheets) Scope of Work—Auburn Runway Extension 16 R:\PRO]\CP1516-Airport Runway Enhancement 11.00 Agrcomonts-Contracts\Consultant Agreement\Design\Final Exhibit A Scope of Work revS.docx ' JJCEN WEST ENGINEER ING q) Prepare a preliminary construction phasing and safety plan and recommendations. Safety plan is to be reviewed by the FAA and Airport staff. Solicit comments and incorporate into final form for approval by FAA. (8 sheets) r) Prepare final construction phasing/safety/work area plan drawings to be incorporated into the construction plan set. (8 sheets, revised from Task 8.q.) s) Prepare preliminary quantity and construction cost estimates for the project using City's standard Engineer's Estimate template. t) Prepare preliminary(60%)plans for City review. The plan set is expected to consist of approximately 43 drawings. 11"x17" PDF plans will be distributed via email. The 60% review by the City will consist of plans only and not specifications or the design report. City review time is anticipated to be (2) weeks. u) Attend a 60% review meeting with the City to discuss plans and costs at the airport. Up to 2 consultant staff shall attend the meeting. Prepare an agenda and meeting minutes for the meeting. v) Submit preliminary(60%)plans for FAA review. The plan set is expected to consist of approximately 43 drawings. 11"x17" PDF plans will be distributed via email. The 60% review by the FAA will consist of plans only and not specifications or the design report. FAA review time is anticipated to be (2) weeks. Deliverables: • 60% Design Plans (PDF) • Preliminary quantity and construction costs estimates (MS Excel and PDF) • Response to City's and FAA comments on Runway Configuration Concept (Task 6) (Bluebeam Format) TASK 10 —90%/Permit Submittal DESIGN a) Incorporate 60% design comments from the City and respond as necessary to requests for additional information. b) The associate engineer and senior project engineer will make 1 site visit and inspection when the project is approximately 75% complete. c) Prepare revised quantity and construction cost estimates for the project. d) Prepare an engineer's design report to the established FAA requirements. Scope of Work—Auburn Runway Extension 17 H:\PROTCPI516-Airport Runway Enhancement\1.00 Agreements-Contracts\Consultant Agreement\Design\Pinal Exhibit A Scope of Work rev8.docx WEESNTTU RY ENGINEERING e) Prepare preliminary (90%) plans. The plan set is expected to consist of approximately 41 drawings. f) Prepare preliminary (90%) bidding documents and technical specifications per FAA and City standards. g) Distribute preliminary plans, bidding documents, technical specifications, cost estimate, and design report to the City. PDF Plans (11"x17")and specifications will be submitted via Email. City review time is anticipated to be (2) weeks. h) Attend a 90% review meeting with the City to discuss comments at the airport. Up to 2 consultant staff shall attend the meeting. Prepare an agenda and meeting minutes for the meeting. i) Revise bidding documents to incorporate City comments on the 90% plan set. j) Submit 90% plans, PDF format, to the City reviewers for grading and storm permits. k) Submit 90% plans, specifications, cost estimate, and design report to the FAA for review and comment. Provide one hard copy to be sent to the FAA. City shall receive electronic PDFs of documents submitted to FAA. Anticipate 3-week FAA review time. Deliverables: • 90% Plans • 90% Specifications • 90% Cost Estimate • 90% Engineer's Design Report TASK 11 — 100% DESIGN a) Incorporate 90% design comments and respond as necessary to requests for additional information. b) Incorporate Electrical 90% changes subconsultant electrical design documents and incorporate into 100% design documents. Scope of Work—Auburn Runway Extension 18 H:\PROJ\CP1516-Airport Runway Enhoncomont\1.00 Agreements-Contracts\Consultant Agreement\Design\Final Exhibit A Scope of Work rovg.docx 1% CE . WESTTURY ENGINEERING c) Provide final design drawings d) Develop final specifications using Advisory Circular 150/5370-10(latest edition), Standards for Specifying Construction of Airports and applicable City specifications. e) Complete final quantity calculations and prepare an Engineer's detailed estimate of construction costs for the project using City's standard Engineer's Estimate template. f) Submit final construction documents to City for review and approval prior to sending to FAA. Documents will be in PDF format. g) Submit final construction documents to FAA for review and approval. h) Provide 1 set of contract construction documents (contract manual and full size drawings) for bidding. City will scan copies of plans and specifications and distribute to FAA and Consultant. Deliverables: • (1) full size, signed, hard copy of plans (City) • • (1) hard copies of specifications (City) • CAD files of plans (AutoCAD 2018) • (1) CD/DVD/USB (format determined by City) with deliverables (City) TASK 12 — BIDDING SERVICES a) Provide an advertisement for the public bidding of the project using City boilerplate. The City shall send the Invitation to Bid to media outlets for advertisement, and pay advertising fee. b) City shall provide project coordination with the FAA throughout the bidding period. Consultant will not assist with this task. c) Assist in answering questions from potential bidders and technical questions during the bidding process. d) Assist in preparing addenda as necessary to clarify bid documents. Scope of Work—Auburn Runway Extension 19 H:\PROACP1516-Airport Runway Enhancement\1.00 Agreements-Contracts\Consultant Agreement\Design\Final Exhibit A Scope of Work rov8docx 1••• WESTTURY ENGINEERING e) Organize, attend, and conduct a pre-bid conference at the Airport. The senior project engineer will attend the meeting. Prepare an agenda and meeting minutes. f) City shall conduct the bid opening and send bid results to the Consultant for review and analysis. The Consultant will not attend the bid opening. g) Analyze bids and make a recommendation to the City and FAA for award of bid. Deliverables: • Recommendation of Award Letter (PDF format) • Addenda (as required) • Pre-construction meeting minutes and sign-in sheet TASK 13 — CONSTRUCTION ADMINSITRATION AND OBSERVATION Construction administration and observation services are not included. These services will be performed under a separate agreement. Scope of Work—Auburn Runway Extension 20 H:\PRO]\CPI5 lb-Airport Runway Enhancement\1.00 Agreements-Contracts\Consultant Agrccment\Design\Final Exhibit A Scope of Work rov8.docx EXHIBIT B FEE SCHEDULE PROJECT TITLE: AUBURN MUNICIPAL AIRPORT-RUNWAY 16-34 EXTENSION CLIENT: CITY OF AUBURN JOB NUMBER: 12446.007.01 SENIOR SENIOR PRINCIPAL ASSOC. ASSOC. PROJ PROD AIRPORT ENOR ENOR ENOR MNOR ENOR PLANNER HIT CLER. TOTAL PROJECT TASK PROJECT TASK $252.04 $217.54 $202.83 $166.87 $123.09 $170.52 $104.55 $78.01 I-IRS COST COST DESIGN SERVICES Task 1-Protect Management $32,452.64 a FAA and City Coordination 4 4 8 $1,159.48 b Permit Coordintion 4 4 8 $1,159.48 c Project Administration(4 hrs/mo,6 months) 10 10 4 24 $4,009.04 d Weakly Coordination Celle with City PM(4/mo,5 months) 10 10 20 $2,898.70 e Monthly Coordination Calls with City Staff(6 months) 6 6 8 20 $3,506.22 f Pre-Design Conference Call 1 2 3 $448.83 g Project Review Meetings/Site Visits 8 10 18 $2,564.96 It Project Team&Subconsultant Coordination 8 16 8 8 40 $5,900.64 i Provide Project Schedule(Up to 3 alternatives) 4 4 $492.00 j QA/QC 40 40 $8,113.20 k CIP Data Sheet for Grant Application I 1 5104.55 I Grant Funding Admiolan:Mon 4 4 8 $804.04 m Form 7460 2 8 10 $1,082.40 n Strategio Event Form.(Up to 2) 2 2 $209.10 Task 2-Geotechnical Investigation $2,598.58 a Geotechnical Investigation Site Visit 10 10 $1,230.00 b NOTAM Coordination 2 2 $209.10 c Geoteclmlaal Tasks Included as a Subconsultant below. d Geotechnical Report Review/Comments 4 4 8 $1,159.48 Task 3-Design Surveying $0.00 e-g Design Survey Included as a Subconsultant below. Task 4-Electrical Investigation $3,324.28 a Electrical Assessment Report 4 8 16 28 $3,324.28 b Electrical Design Included as a Subeensuhant below. c Elcotrieal Bidding Support Included as a Subcoosubant below. Task 5-Stormwator Sits Plan $28,489.76 a Stormwatcr Requirement Meeting 4 4 8 $1,159.48 b Site Analysis 2 A 10 $1,317.74 c Qualitative off-site analysis(Basin I) 4 16 8 4 32 $3,783.92 d Quantitative off-site analysis(Basin 0) 4 40 16 8 68 $7,884.36 is Determine Minimum Requirements fir Project 1 I $123.00 f ProWnioaey Design of Pennant Stemmata System 4 8 8 20 $2,487.88 g Draft SWPPP 4 16 16 36 $4,308.28 h Stormwater Site-Plan 4 8 12 $1,651.48 i Incorporate Review Comments 16 16 $1,968.00 j Final Stormwater Site Plan 2 4 6 $825.74 k Draft GencralIndustrial SWPPP 8 8 16 $1,820.40 I Final General Industrial SWPPP 4 4 8 $1,159.48 Task 6-Permi(((ng $5,225.04 a City Permit Review Coordination 4 4 4 12 $1,577.68 b SOPA Permit(Work by City) Work Performed by City 0 $0.00 o Civil Site Improvement Submittal Packet 4 8 8 20 $2,487.88 d Construction Stomtwater General Permit Application 4 4 $667.48 is City Grading Permit Included in Civil Site Improvement Submittal Packet 0 $0.00 f Determhation of Floodplain Development Permit Requirements 4 4 $492.00 g Wetland Recomiaaanoe Included as a Suboonsultant below. Task 7-Runway Configuration Concept $4,313.86 a Submit Draft Drawings for FAA Review/Comment 4 4 24 32 $3,858.76 b Incorporate Comments,Submit Final Drawings 2 2 4 $455.10 Task 8-Detention Pond Cover $11,876.08 a Detention Pond Cover Concepts 2 810 $1,170.14 b Cover Concept Meeting 4 4 $667.48 o Cover Design(Tonka below) 0 $0.00 o.l Coordination with Consultant 4 4 $667.48 c.2 Design of System 4 12 16 32 $3,816.28 0.3 Internal QA/QC of Detention Pond Cover 24 24 $5,220.96 d Review Detention Pond Covering System 2 2 $333.74 Task 9-60%Design $63,050.40 a Incorporate Runway Configuration Concept Design 8 8 $984.00 b Review Past Information 2 2 4 $579.74 Prepare Tido,Legend,Silo&Survey Control and Note e Sheer(2 Sheets) 2 16 18 $1,918.80 d Prepare Pavement Section(2 Shoots) 2 4 4 8 18 $2,499.96 c Prepare Runway 16-34 Plan&Profile(2 Shoots) 4 16 8 28 $3,471.88 f Prepare Connector Taxiway Plan&Profile(2 Sheets) 8 16 8 32 $4,139.36 g Prepare Cross Sections(4 Sheets) 4 32 36 $3,837.60 h Prepare Silo Paving&Grading Plan(2 Sheets) 8 16 8 32 $4,139.36 i Surface&Subsurface Drainage(2 Shear) A 16 8 32 $4,139.36 J Light&Slgnego Plan(3 Sheds) 4 16 8 28 $3,471.88 k Review Subconsultant Electrical Plan(2 Sheets) 4 8 12 $1,651.48 1 Prepare Demolition Plan(3 Sheets) 4 8 16 28 $3,324.28 Page 1 of 2 EXHIBIT B FEE SCHEDULE m Prepare Erosion Control Plan(2 Sheets) 4 16 8 28 $3,471.88 n Prepapro Pavement Marking Plan(2 Sheets) 2 6 S 16 $1,908.14 o Typical Section,Paving&Drainage Details(6 Sheets) 4 12 24 40 $4,652.68 p Blast Fence Configuration(1 Sheet) 2 4 16 22 $2,498.54 Prepare Draft Construction Safety and Phasing Plan(8 q Sheets) 4 16 60 80 $8,908.48 Prepare Final Construction Safety and Phasing Plan(8 r Sheets) 4 4 8 16 $1,995.88 a Prepare Preliminary Quantity&Cost Estimate 4 16 8 28 $3,471.88 t Prepare 60%Plans for City Review 1 1 $166.87 u Attend 60%Review Meeting at City 4 8 12 $1,651.48 v Submit 60%Plans for FAA Review 1 1 $166.87 Task 10-90%/Permit Submittal Design $59,606.19 u Incorporate 60%Design Conmenta 8 8 16 $1,820.40 b 75%Site Visit 4 8 12 $1,795.32 o Revised Quantity&Construction Cost Estimate 2 8 8 18 $2,154.14 d Prepare Engineer's Design Report 6 16 16 8 48 $5,599.84 e Prepare 90%Plans 40 120 120 280 $33,980.80 Prepare 90%Bidding Documents&Technical f Specifications 8 16 24 8 56 $7,986.32 g Distribute Bid Documents to City 1 1 $166.87 h Attend 90%Review Meeting with City 4 8 12 $1,651.48 i Revise Bidding Documents to Incorporate City Comments 8 24 8 40 $4,117.28 J Submit 90%Plana for City Permitting 1 1 5166.87 k Submit 90%Bid Documents to FAA I 1 $166.87 Teak 11-100%Design $20,028.59 a Incorporate 90%Design Comments 0 8 16 $2,318.96 is Incorporate Electrical Documents in Final 8 6 $984.00 c Provide Final Design Drawings 18 20 40 8 86 $10,269.74 d Develop Final Tehnical and City Specifications 4 8 4 16 $1,963.52 o Prepare Final Quantity&Construction Cost Estimate 8 8 16 32 $3,991.76 f Submit Final Bid Documents for City Review 1 1 $166.87 g Submit Final Bid Documents for FAA Approval I I $166.87 h Provide Final Bid Documents to City for Distribution 1 1 $166.87 Task 12•Bidding Services $7,383.88 a Provide Advertisement 2 2 $246.00 b FAA Coordination(NIC) Work Performed by City 0 $0.00 c Answer Technical Questions 8 8 16 $2,318.96 d Prepare Addenda(as needed) 2 8 S 8 26 $3,659.44 o Pre-Bid Meeting 4 4 $667.48 f Bid Opening(NIC) Work Performed by City 0 $0.00 l;Bid Analysis 4 4 $492.00 Labor Subtotal Hours 4 38 69 334 713 4 631 64 1857 $238,349.30 $238,349.30 Labor Subtotal Coat $1,008.16 $8,266.52 $13,995.27 $55,734.58 $87,699.00 $682.08 $65,971.05 $4,992.64 EXPENSES: Coat Ground R.T. Travel: Per Unit Tripe Days Miles Markup Vehicle Mileage 50.545 9 70 1.0 $343.35 Meals $30.00 13 1.0 $390.00 Mise expenses: MISC $1,000.00 POSTAGE $250.00 PRINTING $250.00 FIELD SUPPLIES $500.00 Sub-Consultants: 1.Geotechnical Subconaultant-HWA $39,158.00 1.0 $39,158.00 2.Electrioal Subconenitant-Elcoa $32,043.00 1.0 $32,043.00 3.Survey&Wetland Reconaiesance-Parasnctrtx $17,201.00 1.0 $17,201.00 Subtotal-Expenses $2,733.35 Subtotal-Subooneultants $88,402.00 Total- DESIGN&BIDDING SERVICES $329,484.65 Page 2 of 2 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 the actual cost of the Consultant. Subcontracts: The C Consultant, at the City's, request will enter into subcontracts with other consultants, such as appraisers and/or environmental consultants, etc. If the City approves of the subcontract, the City will reimburse the Consultant T for the actual cost of the subcontracts to cover the Consultant's additional overhead expense associated with the subcontract. CONSULTANT INVOICES Consultant invoices should contain the following information: • Be provided on Consultant's professional 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). • List the 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) Exhibit C Agreement No.AG-C-503 Page 1 of 3 • 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 Consultant 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 15tH • For grant/special funded projects there might be other special information needed, reference the LAG manual. • Exhibit C Agreement No.AG-C-503 Page 2 of 3 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 C Agreement No.AG-C-503 Page 3 of 3 EXHIBIT D FEDERAL PROVISIONS All references made herein to "contractor", "bidder", and "offeror" shall pertain to the Consultant T. All references made herein to "subcontractor" shall pertain to any and all subconsultants under contract with the Consultant. All references made herein to "sponsor" and "owner" shall pertain to the City. ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the Consultant T or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Consultant written notice that describes the nature of the breach and corrective actions the Consultant must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner's notice will identify a specific date by which the Consultant must correct the breach. Owner may proceed with termination of the contract if the Consultant fails to correct the breach by the deadline indicated in the Owner's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. GENERAL CIVIL RIGHTS PROVISIONS The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. Exhibit D Agreement No.AG-C-503 Page 1 of 11 COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS During the performance of this contract, the Contractor,for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non-discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials Exhibit C Agreement No.AG-C-503 Page 2 of 3 and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES During the performance of this contract, the Contractor,for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor")agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally-assisted programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 (49 USC§471, Section 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal- aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990,which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC §§ 12131 – 12189) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with Exhibit C Agreement No.AG-C-503 Page 3 of 3 disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC 1681 et seq). CLEAN AIR AND WATER POLLUTION CONTROL Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC § 740-7671q) and the Federal Water Pollution Control Act as amended (33 USC § 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1)of this clause, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. Exhibit C Agreement No.AG-C-503 Page 4 of 3 The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause. 4. Subcontractors. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offerer/Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. DISADVANTAGED BUSINESS ENTERPRISE Contract Assurance (§ 26.13) — The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; Exhibit C Agreement No.AG-C-503 Page 5 of 3 3) Liquidated damages; and/or 4) Disqualifying the Contractor from future bidding as non-responsible. Prompt Payment (§26.29)—The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than ten days from the receipt of each payment the prime contractor receives from the CITY. The prime contractor agrees further to return retainage payments to each subcontractor within ten days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the CITY. This clause applies to both DBE and non-DBE subcontractors. TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving", (10/1/2009) and DOT Order 3902.10, "Text Messaging While Driving", (12/30/2009), the Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subg rant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding $3,500 that involve driving a motor vehicle in performance of work activities associated with the project. ENERGY CONSERVATION REQUIREMENTS Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC 6201 et seq). EQUAL OPPORTUNITY CLAUSE During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. Exhibit C Agreement No. AG-C-503 Page 6 of 3 (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. Exhibit C Agreement No. AG-C-503 Page 7 of 3 11111111111w— The Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor—Wage and Hour Division. TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror— 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The Exhibit C Agreement No.AG-C-503 Page 8 of 3 knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. CERTIFICATION REGARDING LOBBYING The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Exhibit C Agreement No.AG-C-503 Page9of3 PROHIBITION OF SEGREGATED FACILITIES (a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor—Occupational Safety and Health Administration. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The applicant must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1) The applicant represents that it is ( ) is not( V)a corporation that has any unpaid Federal tax liability that has been assessed,for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Exhibit C Agreement No.AG-C-503 Page 10 of 3 2) The applicant represents that it is ( ) is not ( ✓ ) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty- four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. Exhibit C Agreement No.AG-C-503 Page 11 of 3 THE CITY OF AUBURN AND CENTURY WEST ENGINEERING CORPORATION AMENDMENT TO AGREEMENT FOR SERVICES AG-C-503 RELATING TO PROJECT NO. CP1516, AUBURN AIRPORT RUNWAY EXTENSIONEX� THS AMENDMENT TO THE AGREEMENT is made and entered into this� ted-ay day of 0C-�� , 2019, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Century West Engineering Corporation (hereinafter referred to as the "PROVIDER"). The City and Provider agree to amend the Agreement AG-C-503 executed on the 16th day of November 2018. 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, 2021" 2. SCOPE OF SERVICES: See Amended Exhibit A, which is attached hereto and by this reference made part of this Amendment. The Provider shall perform the services as an independent contractor and shall not be deemed, by virtue of this Agreement and the performance thereof, to have entered into any partnership, joint venture, employment or other relationship with the City. 3. COMPENSATION: The amount of this amendment is $325,385.28. As total compensation for the Provider's performance of the services provided based on this Amended Agreement, the City shall pay the Provider fees and costs not-to-exceed $654,869.90. See Amended Exhibit B, which is attached hereto and by this reference made part of this Agreement. REMAINING TERMS UNCHANGED: All other provisions of the Agreement between the parties for AG-C-503 executed on the 16th day of November 2018, 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. CENTURY WEST ENGINEERING CORPORATION CITY OF AUBURN By: Auto z d signature ancy Bac *Mayor )o5' M-1- Y2 - A P/�t3ID - Approved as to form (Optional): Approv-• as to form: 0/1)0A -‘11/4 Attorney for (Other Party) Steve Gross,Au ••''- ity Attorney N> Amendment No. 1 for Agreement No. AG-C-503 Century West Engineering Corporation ENG-182, Revised 10/18 Page 1 of 1 v1//CENTURY WEST ENGINEER ING AMENDED EXHIBIT A Scope of Work City of Auburn Auburn Municipal Airport Runway 16-34 Extension—Construction Management Services Original – July 1, 2019 Revision 1 – July 9, 2019 Revision 2 – July 11, 2019 Revision 3 – July 12, 2019 Revision 4 – July 30, 2019 GENERAL The general scope of work is to provide construction management and project closeout support services for the proposed Runway 16-34 extension at the Auburn Municipal Airport which is managed by the City of Auburn (City). This scope of work details activities and work elements needed to transition from the bid documents, through construction, and project and grant closeout. An environmental study for this project has been conducted under a separate scope of work. This earlier effort established the general project limits, provided a conceptual design, identified impacts, and established design criteria that were developed and detailed further in the final design phase. The previous phase for this project was for final design and bidding services with bidding anticipated in July 2019. The current scope is for services to implement construction in 2020. The contract construction duration established with the bid documents is 79 calendar days (75 calendar days for Runway 16-34 extension construction and 4 days for the pavement marking removal and restriping of Runway 16-34). Services to be performed are as'follows: TASK 1 – PROJECT MANAGEMENT a) Develop and coordinate construction management work scope with City and FAA. Provide City with documents for Independent Fee Estimate. b) Assist City with scope and fee Record of Negotiations documentation. c) Carry out project administration including, but not limited to monitoring design and project schedules, coordination of project with the City and FAA, monitoring and AMENDED EXHIBIT A Amended No. 1 for Agreement No. AG-C-503 Century West Engineering Corporation Page 1 of 9 CENTURY Wff WEST ENGINEERING reporting technical and budget issues to the City, and preparation of monthly consultant invoices for submittal to the City. Activity in the construction phase is expected to occur over a 6-month period. The 6-month period is assumed to include 1 month for coordinating the construction contract and pre-construction coordination; 1 month for reviewing submittals; 2.5 months for construction period; and 1.5 months for post-construction closeout coordination period. An allowance of 4-hours per month is assumed for this activity. d) Provide ongoing construction AIP grant application coordination. The AIP construction grant was prepared under the previous engineering design services scope and contract. This task provides support services for ongoing coordination as necessary in securing the AIP construction grant including, but not limited to, conference calls and grant application resubmittal, as required, to secure the grant. e) Participate in monthly coordination calls with Airport and City staff to discuss the project. The Associate Engineer and Project Manager will participate in the calls. Century West will provide a conference call-in number, agenda, and meeting minutes. Monthly meetings are assumed to occur over a 12-month period starting after the project is awarded (estimated August 2019)through construction closeout (estimated July 2020). f) Provide ongoing construction FAA strategic events coordination for airfield construction closures. The FAA strategic events forms were prepared under the previous engineering services scope and contract. This task provides support services for ongoing coordination as necessary to coordinate any ongoing construction schedule adjustments that may alter the previously submitted strategic events forms. g) The City shall perform all grant reporting associated with the Project. The Engineer will not assist in this effort. h) Perform and assist the Airport with DBE contract participation reporting. It is anticipated the DBE annual report will be performed for FY19 and FY20. Century West will provide the information for the City to fill out and upload to FAA's Civil Rights Connect website. i) Coordinate project team, including subconsultants and administer subconsultant contracts. Provide detailed scope of work, with figures, to subconsultants for subconsultant cost proposals. j) Provide on-going project coordination to facilitate scheduling of the flight check for the new REIL installation. This effort includes up to two site visits by Resident AMENDED EXHIBIT A Amended No. 1 for Agreement No. AG-C-503 Century West Engineering Corporation Page 2 of 9 ;il/CENTURY WEST ENGINEER ING Engineer to assist in flight check coordination. The reimbursable agreement will be established as part of efforts during the Construction Management & Inspection Services timeline. Deliverables: • Contract scope and fee (PDF) • Documents for Independent Fee Estimate Review (PDF) • Strategic event form updates (as needed) (PDF) • FAA quarterly and annual reporting forms (PDF) • Annual DBE reports (uploaded online) TASK 2 — CONSTRUCTION MANAGEMENT & INSPECTION SERVICES a) Assemble Operations & Maintenance (O&M) Manual for the proposed detention chambers. The original design scope of work assumed the existing detention ponds would be expanded to provide stormwater capacity. The decision was made to proceed with underground detention in June 2019. As a result, the O&M manual required by the Stormwater Site Plan did not originally account for this level of effort for the underground detention chambers. Items to be prepared by Century West in the O&M Manual are outlined below: • Narrative • 11x17 map of site • Responsible party, where O&M manual will be kept • Description of stormwater facilities • Description of maintenance tasks and frequency • Sample maintenance logs The O&M Manual will be prepared at the conclusion of construction to included relevant information on the installed detention system. b) Organize, conduct and attend a pre-construction conference. The Project Manager and a Resident Engineer will attend the meeting. Prepare an agenda and meeting notes for the meeting. This meeting will be held on-site at the Airport Office. c) Prepare and submit weekly inspection reports to the FAA and the City. Twelve (12) weekly reports are anticipated for this project. d) Provide on-site Resident Engineer coordination/observation during the project construction period. On-site activities include coordinating, observing and reviewing contractor work for conformance with the contract documents, making field measurements, preparation of a daily field report, preparation of a daily safety AMENDED EXHIBIT A Amended No. 1 for Agreement No. AG-C-503 Century West Engineering Corporation Page 3 of 9 ,//CENTURY WEST ENGINEERING inspection checklist, photographic documentation, addressing field questions, monitoring construction progress, conducting wage rate interviews, and field verification of construction quantities. Consultant will provide verified quantities and material backup documentation to the City to create the Pay Request; the consultant will not prepare the pay request to send to the Contractor. Activities related to this task are expected to occur over an 11-week period. During 60 calendar days of the project, the Contractor will be allowed to perform work associated with the runway lighting reconstruction (Work Area 4). Work hours within Work Area 4 are restricted from 5:00 pm to 10:00 am beginning Sunday nights and concluding Friday mornings. During this time, work may be concurrent on either of the runway extension portions of work. As a result, the Resident Engineer will conduct electrical inspection in the evenings and mornings and conduct inspection on the runway extension work during the days. For the remaining two weeks of construction, the Resident Engineer will conduct full time inspection of the runway extension work. The number of hours for this task are based on the following assumptions (including travel time): • Work Area 4 Inspection (9 weeks) at 70 hours/week • All other Work Areas (2 weeks) at 60 hours/week • Runway Pavement Marking Work (4 days) at 12 hours/day. The actual amount of time for on-site observation is dependent on the Contractor's work plan and schedule. The Airport and Engineer agree to adjust this level of effort if necessary due to a contractor's schedule that requires more effort than the assumed allowances. It is assumed the Resident Engineer will remain in Auburn weekly with an allowance of five (5) nights of lodging per week for 11 weeks. e) Stormwater inspection. Consultant will perform the following tasks associated with stormwater inspection: • Review and approve final SWPPP • Collect Temporary Erosion and Sediment Control (TESC) reports from Contractor to be included with weekly reports • Collect Discharge Monitoring Report (DMR) from Contractor to be included with weekly reports and verify the Contractor has submitted the reports to the Washington State Department of Ecology • Verify and provide documentation to the City that the contractors Erosion and Sediment Control Lead is certified . AMENDED EXHIBIT A Amended No. 1 for Agreement No. AG-C-503 Century West Engineering Corporation Page 4 of 9 v CENTURY • ///W ST ENGINEERING f) Collect "Local Agency Monthly Reporting of Amounts Credited as DBE Participation"forms from the contractor on a monthly basis during construction and provide copies to the City. g) Provide off-site observer in resolving and coordinating technical issues beyond the capability of what can be prepared or addressed in the field. Activities related to this task are expected to occur over a 11-week period, with an allowance of 10 hours per week assumed for this effort. h) Provide Project Manager coordination of the Resident Engineer, off-site engineering support staff, and sub-consultants. The Project Manager's effort is assumed to be performed off-site and include 10 hours/week over a 11-week period. i) Electrical Support: Provide electrical engineering construction support services for improvements being made as part of the project construction contract. This effort will be performed by Elcon Associates (electrical engineering sub-consultant to Century West Engineering). For budget purposes, this effort is assumed to include: • Pre-construction meeting attendance • Submittal review • Six (6) field visits (as necessary) to assist in addressing construction questions • One (1) field visit to perform a substantial completion inspection of the completed electrical improvements • One (1) field visit to perform a final completion inspection of the completed electrical improvements • An allowance of 2 hours per week for 9 weeks, of off-site coordination to respond to technical questions, request for information (RFI) responses, and/or change order development assistance • Electrical record drawing updates j) Conduct weekly construction coordination meetings with the Contractor and the Airport. The Project Manager, as needed, and Resident Engineer will attend each meeting. The Electrical Engineer (Elcon) will attend up to six (6) meetings. Activities related to this task are expected to occur over a 11-week period. The Resident Engineer's time for this task is inclusive in Task 2, Item f. The Electrical Engineer's time for this task is inclusive in Task 2, Item i. This task covers meeting attendance by the Project Manager. k) Answer questions (RFIs), provide clarifications, and prepare change orders. AMENDED EXHIBIT A Amended No. 1 for Agreement No. AG-C-503 Century West Engineering Corporation Page 5 of 9 LCENTURY /W S ENGINEERING Activities related to this task are expected to occur over a 11-week period, an allowance of 4 hours per week is assumed for this effort. I) Coordinate required closures and Notice(s) to Airmen ("NOTAM's") with the Airport, users, and tenants. m) Conduct quality assurance testing. Provide testing personnel and equipment necessary to perform quality assurance testing, including: • Asphalt paving testing to FAA (P-403 specifications) requirements. • Asphalt testing is based on two mobilizations (one for each runway end) and estimated asphalt tonnage is approximately 1,100 tons; • These assumptions form the basis for materials testing on the project. Actual effort may vary depending on how the construction work is phased and executed. Additional testing, if required, will be conducted as extra work under an amendment of this scope if necessary. n) Review submittals and shop drawings. An allowance of 32 hours is assumed for this task. o) Review Contractor payroll records, and coordinate and reconcile with the Contractor on any issues. Prepare documentation and provide to the Airport including project closeout coordination with the Washington State Department of Revenue, Department of Labor and Industries, and Employment Security Department. Activities related to this task are expected to occur over a 11-week period, an allowance 6 hours per week is assumed for this effort. p) Conduct an inspection at substantial completion with the City and Contractor. Century West will prepare a punch list and submit to the Contractor. The Project Manager, Resident Engineer, and Electrical Engineer will attend the punch list walk through. The City will issue the substantial completion notice to the Contractor. q) Conduct a final completion inspection with the City and Contractor. The Project Manager and Electrical Engineer will attend. The City will issue physical completion notice to the Contractor. r) Prepare update markups for 5010 information and submit to FAA. AMENDED EXHIBIT A Amended No. 1 for Agreement No. AG-C-503 Century West Engineering Corporation Page 6 of 9 �� CENTURY WWEST ENGINEERING s) Prepare "Record" drawings on electronic media (AutoCAD and Adobe PDFs) for the City and FAA. An allowance of 1 hour per Civil Sheet is assumed for this effort (46 sheets). t) Prepare the final Engineer's Report to the established FAA requirements within Engineering Guidance 2013-12, items 1 and 4. Effort includes coordinating and closing out Reimbursable Agreement for FAA flight check. u) Prepare pen and ink construction updates to the following sheets of the Airport Layout Plan: • Sheet 2 —Airport Data Sheet • Sheet 3 — Airport Layout Plan • Sheet 6 —Airport Airspace Plan (FAR Part 77) • Sheet 7 — Runway 16 RPZ and Inner Approach Plan and Profile • Sheet 8 — Runway 34 RPZ and Inner Approach Plan and Profile • Sheet 9 — Runway 16 Approach Plan and Profile • Sheet 10 — Runway 34 Approach Plan and Profile • Sheet 12 — Exhibit A Airport Property Map (if completed within the timeline of this project) Updates to the sheets will include the construction improvements within this project, as well as revising the plans based on the upcoming portion of the Park-n-Ride Property Acquisition (AIP # -025), if completed at the time of this work. Century West will prepare draft sheet updates for Airport and FAA review. Century West will incorporate draft comments into final ALP set for signatures. Three (3)full-size copies will be printed and mailed for signature by the Airport. The Engineer will then mail the hard copies for FAA signature. One copy will be retained for the FAA; one copy will be retained for the City, and one copy will be retained for Engineer's project files. v) Assist the Airport with the A-133 annual audit including finding appropriate project files and answering questions, as required. w) Warranty Inspection site visit. The Project Manager will attend a warranty inspection site visit approximately one month before warranty expiration to identify any items to be submitted to the Contractor for warranty issues. Document will be submitted via email to the City (PDF format). Deliverables: • Weekly meeting agendas and minutes • Pre-construction meeting agenda and meeting minutes (PDF) AMENDED EXHIBIT A Amended No. 1 for Agreement No. AG-C-503 Century West Engineering Corporation Page 7 of 9 CENTURY �1K WEST ENGINEERING • Daily and weekly observation and progress reports (PDF) to be delivered weekly to the City via email and include DMRs, TESC weekly reports, safety checklist, photos, and wage interviews (as required). • Request-for-Information and Change Order Documentation as necessary (PDF) • Submittal review/response documentation (PDF) • Contractor payroll record review documentation and copies of Certified Payroll Documents (PDF) • Contractor pay estimate quantities and backup (PDF) to be delivered monthly 3 days after the monthly cutoff day. • DBE monthly reports from the contractor (PDF) • Substantial completion punch list (PDF) • 5010 Airport Master Record markup documentation (PDF) • Closeout documentation report (1 hardcopy for FAA; 1 PDF copy for Airport) • Record drawings (PDF & CAD) • ALP sheets 2, 3, 6, 7, 8, 9, 10 & 12 construction update (1 hardcopy to Airport; 1 hardcopy to FAA • Warranty Inspection Punch List and Documentation (PDF) • Operations & Maintenance Manual for the Underground Detention System. • Material Testing results TASK 3 — AGIS SERVICES a) Coordinate AGIS submittals with the FAA. Century West will oversee and review deliverables for submittal to FAA AGIS Portal. Work is assumed to occur over a 6- month period. An allowance of 8 hours per month is allocated to this task. b) Perform AGIS As Built survey of the proposed improvements (Quantum Spatial). See attached Exhibit Al. ASSUMPTIONS/EXCLUSIONS • No additional environmental work is assumed based on the Finding of No Significant Impact for the Environmental Assessment, dated January 2017. PROJECT SCHEDULE AMENDED EXHIBIT A Amended No. 1 for Agreement No. AG-C-503 Century West Engineering Corporation Page 8 of 9 1 CENTURY WEST ENGINEERING The general anticipated project schedule is as follows: • July 2019 — Bid • July 2019 — Bid Opening • Fall 2019— FAA Grant Award, Execute Contract with Contractor, Submittal Review • Spring 2020 — Construction • Summer 2020 —AGIS Work • Winter 2020 — Project Closeout AMENDED EXHIBIT A Amended No. 1 for Agreement No. AG-C-503 Century West Engineering Corporation Page 9 of 9 ' ' • • AMENDED EXHIBIT B PROJECT TITLE: AUBURN MUNICIPAL AIRPORT-RUNWAY 16-34 EXTENSION CLIENT: CITY OF AUBURN JOB NUMBER: 12446.007.02 SENIOR SENIOR I1IT/ PRINCIPAL ASSOC. ASSOC. PROJ PROJ RESIDENT Estimated 2020 Rates.See"Fee Calculation"Tab. ENGR ENGR ENGR MNGR ENGR ENGINEER CLER. TOTAL PROJECT TASK PROJECT TASK $265.68 5229.32 S208.36 $173.40 SI37.80 5110.21 S95.25 HRS COST COST CONSTRUCTION MANAGEMENT SERVICES Task I•Project Management 532,259.10 a Negotiate Scope&Fee and Provide IFli Documents 4 4 16 2 26 54,944.90 b Record of Negotiations Documents 24 6 $898.00 c Project Administration 10 10 4 24 $4,198.60 d Grant Coordination 4 12 8 24 $4,016.64 e Monthly Coordination Calls 12 12 12 36 $5,724.12 I Strategic Event Form 2 2 2 6 $812.90 g Grant Reporting(Quarterly&Annual) City will pertonnn this work. 0 $0.00 h DBE Participation Reporting 24 2 8 $1,088.50 i Administer Project Subconsultants 4 16 16 8 44 56574.64 j Flight Cheek Coordination(up to 2 site visits) 4 24 28 $4,000.80 Task 2-Construction Management&Inspection $220.597.38 a Assemble O&M Manual 8 16 8 32 $4,354.00 b Attend Precon 14 12 2 28 53,940.62 c Weekly FAA Inspection Reports 4 12 4 20 $2,72820 d Resident Engineer Inspection 798 798 $87,947.58 e Stormwater Inspection 4 16 4 24 53,279.40 f Collect DBE Reporting 2 2 5275.60 g Off-site Field Assistance during Construction 110 110 515,158.00 h Project Manager Coordination during Construction 110 110 519,074.00 i Electrical Engineering Support Including as a Subconsultant Below j Weekly Construction Meetings 176 176 530,518.40 k Answer RFIs and Issue Change Orders 2 4 16 16 6 44 $6.915.50 1 Coordinate NOTAMs 4 8 12 51,796.00 in Quality Assurance Testing(Asphalt) Including as a Subconsultant Below n Submittal Review 16 16 32 54,979.20 Review Contractor Payroll&Coordination with o Agencies on Wages Paid 16 24 24 2 66 $8,917.14 p Substantial Completion Site Visit 12 12 24 53.403.32 y Final Completion Site Visit 12 12 52,080.80 r Update Form 5010 26 8 $1,173.60 s Prepare Record Drawings 2 8 36 46 $5416.76 t Prepare Final Construction Report 2 16 40 8 66 $9,465.12 u ALP Sheet Set Revisions(8 Sheets) 8 24 4 36 $4,413.24 v Audit Assistance 4 8 2 14 $1 986.50 w Warranty Inspection Site Visit 16 16 S2,774.40 -Task 3-AGES Survey 57468.80 a AGIS Coordination 24 24 48 $7,468.80 b As Built AGIS Survey Included as a Subconsultant below. Labor Subtotal(lours 6 4 36 540 364 906 70 1926 5260325.28 5260,325.28 Labor Subtotal Cost $1.594.08 $917.28 $7,500.96 593,636.00 550,15920 $99,85026 $6,667.50 EXPENSES: Cost Travel: Per Unit Months Days Markup Rental Car-Onsite Inspector(3 Months) $2,000.00 3 LO $6,000.00 Meals $50.00 77 I f) $3,850.00 Ilotcl $189.00 61 1.0 $11,529.00 Rental Car-Project Manager 5125.00 18 .1.1) $2,250.00 Misc.expenses: MISC&POSTAGE 5250.00 FIELD SUPPLIES $500.00 Sub-Consultants: I. Electrical Subconsultant-Elcon $12,136.00 1.0 $12,136.00 2.Asphalt Testing-FI WA $5,045.00 1.0 $5,045.00 3.As Built ALIS-Quantum Spatial 523,500.00 1.0 523,500.00 Subtotal-Expenses $24,379.00 Subtotal-Subconsultants 540,681.00 Total- CONSTRUC'T'ION MANAGEMENT SERVICES 5325,385.28 AMENDED EXIIIBIT B Amendment No.I for Agreement No.AG-C-503 Century West Engineering Corporation Page 1 of 1