Loading...
HomeMy WebLinkAboutAgreement AG-C-518 Sewer Pump Station Electricl Improvements related to Project CP1812 CITY OF �$ Nancy Backus,Mayor • WASHINGTON 25 West Main Street *Auburn WA 98001-4998 *www.auburnwa.gov* 253-931-3000 October 10, 2019 Mr. Randy Raymond, P.E. Parametrix, Inc. 1019 39th Ave. SE, Suite 100 Puyallup, WA 98374 RE: Agreement No. AG-C-518 Project No. CP1812, Sewer Pump Station Electrical Improvements Agreement Execution and Notice to Proceed Dear Mr. Raymond: 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 $255,213.00 including a management reserve fund of $20,000.00 and has a completion date of December 31, 2020. For the City's tracking and record keeping purposes, please reference AG-C-518 and. Project No. CP1812 on all correspondence and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5063. Sincerely, � 1 eff Bender, P.E. Project Engineer Public Works Department J B/mt/as Enclosure cc: Shawn Campbell, City Clerk AG-C-518 ENG-170,Revised 12/18 Au BuRN # MORE THAN YOU IMAGINED AGREEMENT FOR PROFESSIONAL SERVICES AG-C-518 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Washington Municipal Corporation ("CITY") and PARAMETRIX, INC. whose address is 1019 39th Ave. SE, Suite 100, Puyallup, WA 98374, ("CONSULTANT.") In consideration of the covenants and conditions of this Agreement, the parties agree as follows: 1. SCOPE OF WORK. See Exhibit A. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31, 2020 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by conditions beyond the control of the CONSULTANT. A supplemental Agreement to extend the established completion time must be signed before original completion date. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $255,213.00, which includes a Management Reserve Fund amount of$20,000.00. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9,2019 Page 1 of 11 of this Agreement. Invoices will be paid based on the rates in the attached fee schedule (Exhibit B) . The CONSULTANT shall be paid by the CITY for direct non-salary costs, per attached Exhibit E, at the actual cost to the CONSULTANT plus 10%. These charges may include, but are not limited to the following items: outside reproduction fees, courier fees, subconsultant fees, and materials and supplies. The billing for non-salary costs that are directly identifiable to the project, shall be submitted as an itemized listing of charges. Copies of the original supporting documents shall be supplied to the CITY upon request. 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 or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4. 4. MANAGEMENT RESERVE FUND. The Management Reserve Fund established in Section 3 of this Agreement, if any, has been established to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services and shall not exceed the amount established in Section 3 of this Agreement. 5. SUBCONTRACTING. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY. No permission for Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9, 2019 Page 2 of 11 subcontracting shall create, between the CITY and subcontractor, any contract or any other relationship. Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT is responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any negligent errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided in this Agreement, neither the CITY'S review, approval, or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 7. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any and all claims, injuries, Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9,2019 Page 3 of 11 damages, losses, or suits, including attorney fees, arising out of or resulting from the 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. Should a court of competent jurisdiction determine 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 shall 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. 8. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided 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. 9. INSURANCE. CONSULTANT shall 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. Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9, 2019 Page 4 of 11 CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. CONSULTANT shall obtain insurance of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be included as an additional insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9, 2019 Page 5 of 11 CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANTS 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 shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT shall provide the Public Entity 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 shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9, 2019 Page 6 of 11 Failure on the part of the CONSULTANT to maintain the insurance as required shall 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. If the CONSULTANT maintains higher insurance limits than the minimums shown above, the CITY shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the CONSULTANT, 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. 10. 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 handicap. 11. 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 providing services under the terms of this Agreement by the Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9, 2019 Page 7 of 11 CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT shall 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 six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. 12. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. 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-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; Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9, 2019 Page 8 of 11 (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local)with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding the effective date of this Agreement had one or more public transactions (federal, state, or local) terminated for cause or default. 13. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party on twenty (20)days written notice to the other party. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2)deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS. 14.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9,2019 Page 9 of 11 14.3. 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 shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 14.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 14.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 14.6. All costs of enforcement, including reasonable attorney's fees, expenses and court costs shall be paid to the substantially prevailing party. 14.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9. This Agreement shall be administered by Randy Raymond on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn Parametrix, Inc. Attn: Jeffrey Bender P.E. Attn: Randy Raymond 25 W Main Street 1019 39th Ave. SE, Suite 100 Auburn WA 98001 Puyallup, WA 98374 Phone: 253.804.5063 Phone: 253.604.6653 E-mail: jbender@auburnwa.gov E-mail: rraymond@parametrix.com Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9,2019 Page 10 of 11 14.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or sent by regular United States mail, postage prepaid. Any party may change their address by giving notice in writing to any other party. 14.11. This Agreement may be executed in multiple counterparts, each of which { shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. CITY OF AUBURN iv ancy B. s, Mayor Date l '4' 1 tk APPROVED AS TO FORM: C9 .N .---.)-,,y,,..4,_c ,--- Steveeross, City Attorney PARAMETRIX, INC. BY: Ai C Al Titl-. Aosioiv AlifIvhGcA.. Federal Tax ID #91-0914810 Agreement for Professional Services AG-C-518 ENG-181, Revised 02/19 September 9, 2019 Page 11 of 11 EXHIBIT A SCOPE OF WORK Exhibit A Agreement No.AG-C-518 Page 1 of 1 EXHIBIT A —SCOPE OF WORK City of Auburn CP1812 Sewer Pump Station Electrical Improvements August, 2019 PROJECT OVERVIEW The City of Auburn(City)desires to make electrical and controls improvements to 13 existing sewer pump stations. The pump stations and improvements are listed in Task 03 below. This scope of work includes services for field investigation, design, bidding support, programming, and systems integration in support of this project. GENERAL ASSUMPTIONS The following assumptions apply to this entire scope of work.Any deviations from these assumptions may require an amendment to the portion of the scope and budget that is impacted by changes: • The total Project Duration will not exceed 15 months from the Notice to Proceed date. • A single set of bid documents will be generated for all pump stations,and the project will be publicly bid as a single construction contract. • Plans,Specifications,and Estimates will be provided by Parametrix(Consultant)in City Standard formats using City templates where available. City Standard WSDOT specifications will be modified as appropriate to the project and supplemented with technical specifications in CSI format. • Pump Station control panel design for this project will rely on the City Sewer Pump Station Control Panel Standards.This project does not include detailed design of control panels covered by the City Standard. • The City will be the lead inspector and construction manager for the project. The Consultant will provide the following services: PHASE 1 —PUMP STATION ELECTRICAL IMPROVEMENTS TASK 01 Project Management and Meetings Objective Monitor and manage scope, schedule,and budget, and periodically meet with the project team and City to review project status. Scope of Work 216-1931-858 City of Auburn August,2019 Pump Station Electrical Improvements 1 Activities • Manage and direct the Consultant project design team. • Provide routine internal project management and communications(scope,schedule,budget, invoicing,etc.). • Prepare and submit progress reports and progress billings. • Schedule,prepare for,attend,and document the Project Kickoff Meeting(Meeting Dl). Assumptions • The Project Kickoff Meeting will be conducted at the City and will include up to two Consultant Staff for up to 4 hours each,including travel time. Deliverables • Project Schedule(Electronic only,Microsoft Project format). • Monthly progress reports, including a progress letter and invoice complying with City of Auburn format requirements. TASK 02 Site Visits/Data Collection Objective Collect and review existing documentation for all pump stations and conduct a site visit to each station to gather data to support detailed design. Activities • The City will provide available known documentation of all existing pump stations to the Consultant.Prior to scheduling site visits,the Consultant will review the available information to help inform the site visits. • Up to five days will be spent performing site visits to all pump stations included in the project. (Meeting D2)to allow for site measurements and review of the existing pump station electrical and controls systems. Assumptions • The City will provide available record drawings and other available data regarding the current layout and operation of the existing pump stations within one week of Notice to Proceed for this Task Order. • For budgeting purposes,it is assumed that the pump station site visits will include one Consultant Staff for up to 40 hours, including travel time. • Consultant will provide confined space entry equipment for Consultant Personnel. Scope of Work 216-1931458 City of Auburn August,2019 Pump Station Electrical Improvements 2 • Appropriate City staff will be available to provide site access,attend site visits,and assist with confined space entry with reasonable notice. Site visits will be scheduled in full-day increments. • No survey will be performed for this project,and no site plans will be provided. Deliverables • None-Site findings will be incorporated in the design deliverables. TASK 03 Design The design tasks for this project have been budgeted assuming the following improvements at the following Pump Stations: PUMP REPLACE GO/NO OTHER IMPROVEMENTS STATION DRY GO WELL PANEL PANEL 86 Street X X Area 19 X X Auburn 40 X X Dogwood X X Ellingson X F Street X X Replace Dry Well outlet with GFI,Install VFDs North Tapps X X Peasley Ridge X X Replace Dry Well outlet with GFI Rainier Ridge X Add Dry Well disconnects and separate HMI, Correct intrinsic safety wiring Riverside X X Terrace View X X Valley X X Meadows Verdana X Modify MCC to reduce arc flash hazard Scope of Work 216-1931-858 City of Auburn August,2019 Pump Station Electrical Improvements 3 An anticipated sheet list for these improvements is attached as Exhibit D. The design will reference the City's Sewer Pump Station Panel Standards for dry well control panel design, and the full text and drawings for these Standards will be included as an appendix to the specification document. The design will be based on use of the Allen-Bradley PanelView Plus 7 HMI, Model No. 2711P- B7C22D9P, in the new dry well panels. The design will include modifications to provide for continuous operation of the dry well ventilation fans at all stations listed above and installation of a go/no-go alarm at all stations listed above except Ellingson and Verdana to comply with NFPA 820-9.2.4(2016)requirements. 03.01 30% Design Objective Based on the information collected in Task 02,prepare 30%draft design for the project. Activities • The Consultant will develop 30%WSDOT specifications,a CSI specification list,30%draft design drawings,and preliminary Engineers Opinion of Probable Construction Cost(EOPCC) for the project.The 30%draft design will be sufficient to communicate the design concept for review by the City. • The Consultant will perform internal Quality Control review of the 30%deliverable package prior to submittal to the City. • The Consultant will perform one round of minor revisions to the Pump Station Control Panel Standards to address changes requested by the City. • 30%Design Review Meeting(Meeting D3)-The Consultant will attend the 30%design review meeting to resolve any design issues discovered during the documentation review and site visits,review the 30%draft design with the City, and document comments to be addressed as design moves forward. Assumptions • Photographs taken during the site visits will be used as design background for existing equipment and electrical panels; detailed drawings of the existing pump stations,electrical panels,and equipment will not be developed as part of this project. • The existing motor starters will be replaced in-kind in all pump stations except F Street as part of this project. • The 30%submittal sheets will be stamped by a professional engineer licensed in the State of Washington,but will not be signed or dated. • The 30%Design Review Meeting will be conducted at the City and will include up to two Consultant Staff for up to 4 hours each,including travel time. Scope of Work 216-1931-858 City of Auburn August,2019 Pump Station Electrical Improvements 4 • Any comments made on the 30%draft design will be addressed in the 60%Design task. Deliverables • 30%Draft Drawings,as listed in Exhibit D(electronic only,PDF format). • 30%WSDOT specifications(electronic only,Word format). • Anticipated CSI Specification List(electronic only,PDF and Word format). • Revised Sewer Pump Station Control Panel Standards(electronic only,PDF,Word,and AutoCAD formats as applicable). 03.02 60% Design Objective Continue adding detail to the 30%draft design, address comments from the 30%design review meeting, and begin draft CSI specifications. Activities • The Consultant will develop draft CSI specifications to supplement the City's Special Provisions,60%draft design drawings,and updated Engineers Opinion of Probable Construction Cost(EOPCC)for the project. • The Consultant will provide electrical,instrumentation,and controls specifications in 5-digit CSI format.Measurement and Payment sections for bid items described in the CSI specifications will be provided by the Consultant in WSDOT Division 8. • The Consultant will perform internal Quality Control review of the 60%deliverable package prior to submittal to the City. • 60%Design Review Meeting(Meeting D4)-The Consultant will attend the 60%design review meeting to review the 60%draft design with the City,and document comments to be addressed as design moves forward. Assumptions • The City will provide maximum allowable shutdown times for each pump station for Consultant's use in creating sequencing and bypass pumping specifications. • The 60%submittal sheets will be stamped by a professional engineer licensed in the State of Washington, but will not be signed or dated. • • The 60%Design Review Meeting will be conducted at the City and will include up to two Consultant Staff for up to 4 hours each, including travel time. • Any comments made on the 60%draft design will be addressed in the 90%Design task. Deliverables • Comment response log addressing the 30%review comments(Electronic only,Excel format). Scope of Work 216-1931-858 City ofAuburn August,2019 Pump Station Electrical Improvements 5 • 60%Draft Drawings,as listed in Exhibit D(electronic only,PDF format). • 60%Draft CSI and WSDOT specifications(electronic only,PDF and Word format). • 60%EOPCC(electronic only,PDF and Excel format). 03.03 90% Design Objective Complete 90%near-final plans,specifications, and cost opinion for the project. Activities • The Consultant will develop 90%near-final specifications,plans,and EOPCC for the project. Comments received on the 60%draft design will be addressed in the 90%deliverables. • The Consultant will perform internal Quality Control review of the 90%deliverable package prior to submittal to the City. • 90%Design Review Meeting(Meeting D5)-The Consultant will attend the 90%design review meeting to review the 90%design with the City and document comments to be addressed as design moves forward. Assumptions • The 90%submittal sheets will be stamped by a professional engineer licensed in the State of Washington,but will not be signed or dated. • The 90%design review meeting will be conducted at the City of Auburn and will include up to two Consultant Staff for up to 4 hours each,including travel time. • Any comments made on the 90%submittal will be addressed in the Final Design submittal. Deliverables • Comment response log addressing the 60%review comments(Electronic only,Excel format). • 90%Plans as described in Exhibit D(electronic only,PDF format). • 90%Specifications(electronic only,PDF and Word format). • 90%EOPCC(electronic only,PDF and Excel format). 03.04 Final Bid Documents Objective Complete bid ready Final plans,specifications,and cost opinion for the project. Activities Scope of Work 216-1931-858 City ofAuburn August,2019 Pump Station Electrical Improvements 6 • The Consultant will develop Final plans,specifications,and EOPCC for the project.Comments received on the 90%Check Set will be addressed in the Final Documents. • The Consultant will perform internal Quality Control review of the Final Bid Documents prior to submittal to the City. Assumptions • There will be no additional comments from the City on the final documents;all City comments will be provided at the 90%review. • The Final Bid Documents will be stamped and signed by a professional engineer licensed in the State of Washington. Deliverables • Comment response log addressing the 90%review comments(Electronic only,Excel format). • Final Plans as described in Exhibit D.One set full size(22 x 34 inch)drawings on bond paper, electronic(PDF and AutoCAD formats) • Final Specifications(electronic only,PDF and Word format). • Final EOPCC(electronic only,PDF and Excel format). TASK 04 Bid Support Objective Assist the City as needed in the bidding process up to the hour limit identified in Exhibit B. Activities • The Consultant will assist the City in responding to bidder inquiries as needed. Assumptions • The Consultant will provide up to 4 bid clarifications and 2 addenda for the project. • The City will be responsible for advertising the project,posting bid documents,and maintaining the planholder list. • The City will issue and distribute any and all bid clarifications and addenda for the project. • The City will prepare the bid tabulation for the project. Deliverables • Responses to bidder inquiries in appropriate electronic format. Scope of Work 216-1931-858 City of Auburn August,2019 Pump Station Electrical Improvements 7 TASK 05 Construction Support 05.01 Submittal and RFI Review Objective Provide support for the review of contractor submittals and RFIs. Activities • The Consultant will review contractor submittals and RFIs as requested by the City,up to the hour limit identified in Exhibit B. Assumptions • Electrical materials and equipment will be provided by the contractor as one conformed submittal.I&C equipment will be provided by the contractor as one conformed submittal. Review of two resubmittals is assumed for these large conformed submittals. • The City will transmit all submittal comments and RFI responses to the Contractor. Deliverables • Submittal review comments in electronic(Bluebeam)format. 05.02 Construction Observation Objective As needed, assist the City with construction observation as requested by the City, up to the hour limit identified in Exhibit B. The observation is intended to monitor the Contractor's electrical and controls related construction activities to verify that work takes place in accordance with the contract documents. Activities • The Consultant will provide up to six construction observation site visits during the construction phase of the work. • Photograph construction progress as appropriate. • Identify and notify City of issues noted with the construction. Assumptions • Each visit is limited to one Consultant personnel for a total of 4 hours including travel time and documentation. • The construction observation is intended to supplement,but not take the place of,the City's construction inspection efforts. Scope of Work 216-1931-858 City of Auburn August,2019 Pump Station Electrical Improvements 8 • The Consultant's inspection is for compliance with the contract documents, and does not replace or supersede required electrical compliance inspection by the Washington Department of Labor and Industries. Deliverables • Field reports for each site visit,including site photos as appropriate, in electronic PDF format. 05.03 Programming and Systems Integration Objective Provide programming for the new HMIs at each pump station,as well as system Startup and Commissioning assistance. Activities • The Consultant will attend the Preconstruction Conference(Meeting Cl)for the project to discuss programming and coordination. • The Consultant will attend one other on-site meeting(Meeting C2)to coordinate programming and systems integration prior to startup of the pump stations. • For each pump station,the Consultant will copy the existing HMI program from the main control panel to the dry well panel, add function key functionality,make any site-specific changes, install programming,and test the dry well HMI programming. • The Consultant will develop,install,and test PLC,HMI, and SCADA system programming for the addition of VFDs at the F Street Pump Station. Assumptions • The Preconstruction Conference will be conducted at the City of Auburn and will include up to three Consultant Staff for up to 4 hours each, including travel time. • The Construction Coordination meeting will be conducted at the City of Auburn and will include one Consultant Staff for up to 4 hours including travel time. • Scheduling by the Contractor for programming and testing will be in accordance with the specifications. • The Contractor will develop a startup and testing plan for review by the Consultant under Phase 2,Task 01. • All contractor mechanical and electrical work related to process equipment and function will be verified as complete and tested as operational in hand/local mode prior to the commencement of Consultant program installation. • City staff and the contractor will be present during any functional and operational testing and will include their participation from an operational standpoint. Scope of Work 216-1931-858 City of Auburn August,2019 Pump Station Electrical Improvements 9 • The control panels will be fully tested,with complete testing documentation,by the panel shop. The testing documentation will be reviewed and approved by the Consultant under Phase 2, Task 01. • The SCADA system will be made available to the Consultant for programming with reasonable notice. • Dry well HMI programming will be based on use of the Allen-Bradley PanelView Plus 7 HMI, Model No. 2711P-B7C22D9P,with a screen pixel resolution of 640 x 480 VGA,and will include all screens and capabilities from the above-ground main control panel HMIs. • The City will provide a single list of desired function-key functions that will be consistent across all stations.This scope does not include adding this functionality to the existing main control panel HMIs. • The project Contractor will be required to deliver all dry well PanelView HMIs to the Consultant for programming prior to installation in the dry well control panels.This requirement will be included in the project specifications. • Go/no-go alarms will be added to the SCADA system such that alarms will appear on the Alarm Summary and in WIN911.No modifications of individual pump station screens will be made for these alarms. • The prime contractor will serve as a single point of contact for programming coordination for all pump stations. • Startup and commissioning assistance will be provided as needed up to the budget limit identified in Exhibit D. Deliverables • HMI Programs • SCADA go/no-go alarm programming • PLC,HMI,and SCADA system programs for the addition of VFDs at the F Street Pump Station. Table 1 Project Meetings Meeting Number Meeting Name Design Services D1 Project Kickoff Meeting D2 Data Collection Site Visits D3 30%Draft Design Review Meeting D4 60%Design Review Meeting D5 90%Design Review Meeting Scope of Work 216-1931-858 City of Auburn August,2019 Pump Station Electrical Improvements 10 Table 1 Project Meetings Meeting Number Meeting Name Construction Services Cl Pre-Construction Meeting C2 Construction Phase Coordination Meeting Table 2 Project Deliverables Design Services Deliverable Name Project Schedule Monthly Progress Reports/Invoices Panel Standards Update 30%Draft Design 30%Comment Response Sheet 60%Draft Design 60%Comment Response Sheet 90%Draft Design 90%Comment Response Sheet Final Bid Documents Responses to Bidder Inquiries Construction Services Deliverable Name Submittal/RFI Review Comments HMI Programs SCADA Go/No-go Alarm Programming F Street PS VFD Programming Scope of Work 216-1931-858 City ofAuburn August,2019 Pump Station Electrical Improvements I1 • EXHIBIT B Budget The total compensation for this Task Order shall not exceed$235,213.00 as outlined in the attached budget spreadsheet(Exhibit Bl). Scope of Work 216-1931-858 City of Auburn August,2019 Pump Station Electrical Improvements 1 • Client Qty of Auburn Projent.Pump Station Elecalol improvements Project 90:9994931-999 € 8 cd 3 L 15 m a $ �3 63 8e a� 324 E> 24'3 `$ 3 '_ 2 c — = _ v c .,» c u 0 t m z i 4 a •-. -F. as � X m x` ` 4w Burdened Rate. $24020 0120.00 $160130 $105.00 $235.00 $150-00 $125.00 $235.00 $120.00 Task. .SubTask Description ' tabor Dollars tabor Mours 01 Project Management and MeetNo $22,38020 68 28 8 8 4 24 Project Management 55480.00 60 20 8 8 24 _ Kickoff Meeting(D1) $1,90000 8 4 4 02 Site Vista/Data Collection $14,14000 64 2 52 8 2 Data Collection and Review $4,74000 24 2 40 8 2 Site Visits(D2) $9,400.00 40 40 03 Design 5151,778-90 932 86 52 12 161 107 430 44 3.01 30560etign Standards Update $4,820.00 28 4 4 8 12 Drawings $32,860.00 ' 224 4 40 180 CP Spec list $71000 3 1 2 WSOOT Specs $1,92000 8 8 EOPCC 52,08000 11 1 4 6 OC 52$1000 12 4 8 Review Meetirg(D3) $1503.00 8 4 4 3.02 60%Design Drawings 028,20420 196 4 24 24 144 Specs $15R3000 84 12 24 24 24 Go/90 Go Panels $5,780.00 36 12 6 0 10 Update EOPCC $770,00 4 2 2 OC 56.640.00 28 12 • 16 Review Meeting(134) 51,9013.00 8 4 4 3.03 50%088500 Drawings 32082500 144 4 16 24 100 Specs 38,12000 48 8 16 8 16 Update EOPCC $770.00 4 2 2 OC $5,66000 24 8 16 flevkw Meeting(DS) $1,900.00 8 4 q 3.04 Rod Bid Document Drawings $6,880.00 32 8 24 Specs 52,380.00 14 2 8 4 Update EOPCC $385.00 2 1 1 OC $1,420.00 6 2 4 04 Bid Support $5,760.00 32 4 4 12 12 Clarifications/Addenda 55,760.00 32 4 4 12 12 OS Construction Support 550,881320 282 10 136 76 50 4 4 5.0I Submittal Review $11,880.00 64 4 24 32 4 Rfl Rmporses 35,56000 32 2 8 18 4 5.02 eerawedono>uernu4n Site Visits 55,640.00 24 24 3.03 Progmmrri>g and Systems IntegyoOon Preto sopallon Conference(C1) 52,540.00 12 4 4 4 Construction Coordlnatlon Meeting(C2) $640.00 4 4 Office Programming $9,03000 60 60 Startup and Commissioning Asslstanm $14,960.00 86 70 16 Labor Totals: 3233.875.00 1,378 126 64 190 8 305 115 486 44 90 Tow= 3233.875.00 $30,24020 $7,660.00 $24,000.00 $840,00 571,675,00 524,71840 564,75020 $1034020 55,600.00 Other Diect Eepenses - M5ea8e-$058/m0e $628.00 Mise Eime sses(Includes Confined Space EOdpment)' $70000 Other Meet Expenses Toast $1,338.00 ProJectTotal $235,213.00 EXHIBIT C Schedule Days are working days.Schedule dates indicate delivery from the Consultant to the City by close of business on the last day of the stated duration. City Provide Existing PS Documentation 10 days following NTP Review Documents,Schedule and Perform Site Visits 30 days following Receipt of Documentation Submit 30%Deliverable Package 25 days following Completion of Site Visits Submit 60%Deliverable Package 45 days following Review of 30%Draft Design Submit 90%Deliverable Package 30 days following Review of 60%Draft Design Submit Final Deliverable Package 14 days following Receipt of 90%Comments Scope of Work 216-1931-858 City of Auburn August,2019 Pump Station Electrical Improvements 2 EXHIBIT D PUMP STATION ELECTRICAL IMPROVEMENTS ANTICIPATED DRAWINGS Dwg Type Description 30% 60% 90%/FInal G1 Cover Sheet/Overall Vicinity Map X X X G2 Site Map(Showing all 13 locations) X X X El Electrical Legend and Abbreviations X X X E2 8th Street PS Demolition _ X X E3 8th Street PS Details X X X E4 Area 19 PS Demolition X X E5 Area 19 PS Details X X X _ E6 Auburn 40 PS Demolition X X E7 Auburn 40 PS Details X X X E8 Dogwood PS Demolition X X E9 Dogwood PS Details X X X E10 Ellingson PS Demolition X X E11 Ellingson PS Details X X X E12 F Street PS Demolition X X E13 F Street PS Details X X X E14 F Street PS VFD Details X X X E15 North Tapps PS Demolition X X E16 North Tapps PS Details X X X E17 Peasely Ridge Demolition X X E18 Peasely Ridge PS Details X X X E19 Rainier Ridge PS Demolition X X E20 Rainier Ridge PS Details X X X E21 Rainier Ridge PS Details 2 X _ X X E22 Riverside PS Demolition X X E23 Riverside PS Details X X X E24 Terrace View PS Demolition X X E25 Terrace View PS Details X X X E26 Valley Meadows PS Demolition X X E27 Valley Meadows PS Details X X X E28. Verdana PS Demolition X X E29 Verdana PS Details X X X _ E30 Verdana PS MCC Details X X X E31 Typical PS Interconnect Diagram X X X E32 Conduit and Cable Schedules X E33 Conduit and Cable Schedules X E34 Conduit and Cable Schedules X E35 Conduit and Cable Schedules X E36 Panel Elevations X X E37 Electrical Sections and Details X _ E38 Electrical Sections and Details X E39 Electrical Sections and Details X E40 Electrical Sections and Details(Go/No-Go) X X EXHIBIT E DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at$0.485/mile or the current approved IRS rate. It is understood that all reimbursements are at cost and will be marked-up 10%. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and/or environmental consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts plus a 10% markup to cover the CONSULTANT'S additional overhead expense associated with the Subcontract. Exhibit E Agreement No.AG-C-518 Page 1 of 1 PARAMETRIX, INC. IN-HOUSE EQUIPMENT GOVERNMENT(FAR COMPLIANT) RATES Effective April 2019 } Equipment Item Rate Category Mileage Vehicle Mileage for Employee Travel Current IRS Rate Rate per mile date of travel * Per Diem Meals and Lodging for Employee Travel NTE Current GSA Rate Rate per day date/place of travel * Survey Equipment and Vehicles Survey/Scanner Equipment and Vehicles $155 per day plus Current IRS Rate per mile date of travel * Drone Drone $327/per day All other direct costs such as parking,transportation fares, postage,delivery,reproduction costs,equipment rental and supplies will be billed at cost without markup. *See wwvv.irs.gov for current mileage rate. See www.qsa.qov for current per diem rates Parametrix, Inc. In-House Equipment- Government Rates (Revised January 1, 2017) (Subject to annual adjustments) CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number(i.e.: progress payment# 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement# (i.e.: AG-C-115). • Project number(s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of-way, or construction) or task order number. • Direct salary(base salaries) • Indirect salary (benefits) • Direct non-salary(i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non-salary(overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract— total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January15tn. • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-518 Page 1 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 Amount Rate 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 Charge Multiplier Amount documentation) s 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 Amount Rate ABC Environmental, Inc., Civil 10 $100.00 $ 1,000.00 Engineer Electrical Consulting, Electrical 5 $100.00 500.00 Engineer Mechanical Solutions, Mechanical 10 $100.00 MRF1,000.00 Engineer Moving Company, Moving 2 $ 50.00 100.00 Consultant Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: $2,860,00 Consultant Invoices Agreement No.AG-C-518 Page 2 of 3 TOTAL DUE THIS INVOICE $ 3,681.49 CONTRACT BREAKDOWN Amount Total % % Amount Task Authorize Prior This Invoiced To Expended Completed Remainin d Invoiced Invoice Date g Original Contract $ $1,025.00 $2,681.49 $3,706.49 20% 25% $ 18,293.5 22,000.00 1 MRF* 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 1,500.00 TOTAL $ $1,025.00 $3,681.49 $4,706.49 $ 19,793.5 24,500.00 1 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. Consultant Invoices Agreement No.AG-C-518 Page 3 of 3