Loading...
HomeMy WebLinkAboutAG-C-517 with Carollo Engineers CP1916 Academy Pump Station 1 Replacement AGREEMENT FOR PROFESSIONAL SERVICES AG-C-517 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Washington Municipal Corporation ("CITY") and CAROLLO ENGINEERS, INC. whose address is 1218 Third Avenue, Suite 1600, Seattle, WA 98101, ("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 CITY agrees to pay the CONSULTANT in accordance with the fee schedule (Exhibit B) The compensation to be paid to the CONSULTANT shall not exceed $150,000.00 for the year 2019. Compensation to be paid to the CONSULTANT for authorized work in succeeding years will be contingent upon Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 1 of 13 r availability of funds. The CONSULTANT will not undertake any work or otherwise financially obligate the CITY in excess of this not-to-exceed amount without prior written authorization. The total compensation for this Agreement shall not exceed $634,969.00, which includes a Management Reserve Fund amount of$40,000.00. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. The CONSULTANT shall be paid by the CITY for direct non-salary costs, per attached Exhibit C, 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) Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 2 of 13 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 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, by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of Washington, and the requirements of the CITY. Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 3 of 13 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. The CITY shall furnish the CONSULTANT available studies, reports and other data pertinent to the CONSULTANT's services; obtain or authorize the CONSULTANT to obtain or provide additional reports and data as required; furnish to the CONSULTANT services of others required for the performance of the CONSULTANT's services hereunder, and the CONSULTANT shall be entitled to use and rely upon all such information and services provided by the CITY or others in performing the CONSULTANT's services under this Agreement. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, the CONSULTANT has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, the CONSULTANT makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from the CONSULTANT's opinions, analyses, projections, or estimates. Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 4 of 13 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, damages, losses, or suits, including attorney fees, to the extent caused by the negligent acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the sole negligence of the CITY. 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 CONSULTANTS 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. The CONSULTANT shall not be responsible for warranties, guarantees, fitness for a particular purpose, breach of fiduciary duty, loss of anticipated profits or for economic, incidental or consequential damages to the CITY or any third party arising out of breach of contract, termination, or for any other reason whatsoever. Additionally, the CONSULTANT shall not be responsible for acts and decisions of third parties, including governmental agencies, other than the CONSULTANT's subconsultants, that impact project completion and/or success. Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 5 of 13 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. 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 Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 6 of 13 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 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 shall be excess of the CONSULTANT'S insurance and shall not contribute with it. Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 7 of 13 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. 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 Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 8 of 13 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 CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. Documents, including drawings and specifications, prepared by the CONSULTANT pursuant to this Agreement are not intended or represented to be suitable for reuse by the CITY or others for this Project or on any other project. Any reuse of completed documents or use of partially completed documents without written verification or concurrence by the CONSULTANT for the specific purpose intended will be at the CITY's sole risk and without liability or legal exposure to the CONSULTANT. 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, Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 9 of 13 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; (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. Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 10 of 13 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. 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. Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 11 of 13 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 Lara Kammereck 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 Carollo Engineers, Inc. Attn: Jeffrey Bender, P.E. Attn: Lara Kammereck, PE, PMP 25 W Main Street 1218 Third Avenue, Suite 1600 Auburn WA 98001 Seattle, WA 98101 Phone: 253-804-5063 Phone: 253-538-5157 E-mail: jbender@auburnwa.gov E-mail: Lkammereck@carollo.com Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 12 of 13 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. 14.12. The services to be performed by the CONSULTANT are intended solely for the benefit of the CITY. No person or entity not a signatory to this Agreement shall be entitled to rely on the CONSULTANT's performance of its services hereunder, and no right to assert a claim against the CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of the CONSULTANT's services hereunder. CITY OF AUBURN , ,, /(2 i.y . . - Nancy Ba(4 s,�M�ay�r t� Date ' ROVED AS TC j : S ross, City Attorney CAROLLO ENGINEERS, INC. BY: L Gt.IAA VVV,Atzi , Lara Kamm-reck, V BY: LeoPii,t,_ ,Brian atson, Seni.,f P ' '"7-r wP Federal Tax ID # 86-0899222 Agreement for Professional Services AG-C-517 ENG-181, Revised 02/19 August 22, 2019 Page 13 of 13 EXHIBIT A SCOPE OF WORK EXHIBIT A SCOPE OF SERVICES ACADEMY PUMP STATION 1 REPLACEMENT CITY OF AUBURN CITY PROJECT NO. CP1916 The City of Auburn (City) has retained Carollo Engineers (Consultant) to provide the preliminary and final design, bidding services, and construction support for the Academy Pump Station 1 Replacement project. The Academy Service Area is served by two pump stations, Academy Pump Station 1 (PS 1) and Academy Pump Station 2 (PS 2). Both pump stations are supplied by Reservoir No. 1 in the Valley Service Area with a hydraulic grade line (HGL) elevation of 288 feet. The pump stations convey water approximately 2 miles through a 14-inch diameter ductile iron transmission main to fill Reservoirs 8A and 8B located in the Academy Service Area (HGL = 531 feet). Two of the City's largest customers, the Muckleshoot Indian Tribe (MIT) Casino and Auburn Adventist Academy Church, are served off the transmission main. The Academy PS 1 is aging and in need of complete replacement. Academy PS 2 requires upgrades including the addition of variable frequency drives (VFDs), new motor controls, and other miscellaneous improvements. The City desires the existing PS 2 be expanded to include a new PS 1 room with hatches in the roof to remove the pumps and motors and an area for storage. Adjacent to the new PS 1 room would be a new electrical room to house the new electrical equipment for all PS 2 and PS 1 pumps. Ideally, PS 2, PS 1, and the electrical room would be located in one structure and separated via walls with doors where operators can walk from room to room without exiting the building. The City would also like to evaluate the possibility of installing hatches in the roof of the existing PS 2 structure for pulling pumps and motors. A new standby generator located outdoors will also be required to power the new facility in the event of a utility power outage. A brief alternatives analysis as part of preliminary design will be conducted to evaluate the feasibility of the desired improvements and various options and cost implications to meet the City's vision and budget for the upgraded facility. The alternatives analysis will identify the preferred improvements for the upgraded facility and be developed through final design and bidding in this Scope of Services. Construction support services (as needed) will be provided in a future scope of services. SCOPE OF SERVICES SUMMARY The Academy PS 1 Replacement project will be completed in two phases: • Phase 1 — Preliminary Design, Final Design, and Bidding Services. • Phase 2 — Construction Services (future). This Scope of Services provides for Phase 1 — Preliminary Design, Final Design, and Bidding Services. This Scope of Services is divided into the following tasks: Task 100 — Project Management Task 200 — Data Collection and Review Task 300 — Preliminary Design Task 400 — Final Design Task 500 — Permitting Support Task 600— Bid Support CP-1916 Scope of Services 1 August 20, 2019 EXHIBIT A Phase 2 —Construction Services (as needed) will be scoped and completed near the completion of Phase 1. General Project Assumptions for all tasks in this Scope of Services are included below. Assumptions specific to each task are included at the end of each task. General Project Assumptions 1. Carollo Engineers and its subconsultants will be referred to as "Consultant" in this document. 2. The City of Auburn, Washington and its staff will be referred to as "City" in this document. 3. All deliverables are provided in electronic PDF format, unless otherwise indicated. Final deliverables will be "wet" signed and/or digitally signed in accordance with the Washington Administrative Code (WAC). 4. Consultant shall complete the services required hereunder in accordance with the prevailing engineering standard of care by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of Washington. 5. The City shall furnish the Consultant available studies, reports and other data pertinent to the Consultant's services; obtain or authorize the Consultant to obtain or provide additional reports and data as required; furnish to the Consultant services of others required for the performance of the Consultant's services hereunder, and the Consultant shall be entitled to use and rely upon all such information and services provided by the City or others in performing the Consultant's services under this Agreement. 6. Opinions of probable costs will be based on the level of project definition and expected accuracy range as defined by the American Association of Cost Engineers (AACE) International. 7. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, the Consultant has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, the Consultant makes no warranty that the City's actual project costs, financial aspects, economic feasibility, or schedules will not vary from the Consultant's opinions, analyses, projections, or estimates. 8. The City shall arrange for access to and make all provisions for the Consultant to enter upon public and private property as required for the Consultant to perform services hereunder. 9. The project will use Washington State Department of Transportation (WSDOT) (current City version) Standard Specifications for Road, Bridge, and Municipal Construction. 10. Specifications will include City standard, "front end" legal and general requirements, and technical special provisions in WSDOT/APWA format (Divisions 0 through 9). CP-1916 Scope of Services 2 August 20, 2019 EXHIBIT A 11. Supplemental technical specifications required for the project work will be Consultant standard, Construction Specifications Institute (CSI) formatted specifications (5-digit or 6-digit, division system). 12. The City will provide AutoCAD templates illustrating City standards for Consultant use. Drawings will be produced in 2D AutoCAD software (City current version). 13. City review comments for deliverables will be received and noted in the original file (e.g., Bluebeam, Word, etc.). Consultant will respond to City review comments in same original file. The original file including City comments and Consultant responses will serve as the Record of Comment for each deliverable. 14. Hour durations for meetings, workshops, and site visits in this Scope of Services are based on estimated time on-site. Allowances for travel time, as appropriate, are accounted for in the budget in Exhibit B. An anticipated project schedule is included at the end of this Scope of Services. PHASE 1 SCOPE OF SERVICES TASK 100 — PROJECT MANAGEMENT The purpose of this task is to manage and coordinate engineering and related services required for project completion in accordance with the schedule, budget, and quality expectations that are established. Task 100 includes the following subtasks: Subtask 110 — Project Management Plan • • Prepare a Project Management Plan (PMP) document that describes project roles and responsibilities, lists contact information for the project team, describes communication protocols, quality management, and includes the scope of services, schedule, and budget. Project schedule will be updated on a monthly, or as needed, basis throughout the project to reflect current progress. Subtask 120 — Project Monitoring and Reporting • Manage the project team to track time and budget, work elements accomplished, work items planned for the next period, manpower, scope changes, and time and budget needed to complete this Scope of Services. • Prepare monthly project status reports that compare work accomplished with schedule activities and compare expenditures with task budgets, and submit reports to the City's Project Manager with monthly invoices. Document expenditures on a task basis, and show hours by project personnel and other direct expenses related to work. Reports will also include an Earned Value report that shows numerical earned value based on project deliverable progress. Reports and invoicing will be formatted in a manner that it is acceptable to the City. • Monthly Project Status Reporting: Consultant will participate in a monthly conference with City's Project Manager to discuss project status, action items, and recent decisions. Subtask 130 — Quality Management • Manage and execute quality control procedures for all deliverables. CP-1916 Scope of Services 3 August 20, 2019 EXHIBIT A • Develop and maintain a Decision Log to record key decisions made by the City and others during the project to document the evolution of the design. • Develop and maintain an Action Log to record action items required by the City and Consultant. • Manage Record of Comments to track City review comments and Consultant's responses for all project deliverables. Assumptions 1. Total project duration for Phase 1 — Preliminary Design, Final Design, and Bidding Services is assumed to be 14 months. Meetings 1. Monthly Project Status Reporting via phone. City Deliverables 1. Review and comment on PMP. Deliverables 1. Draft and final PMP. 2. Monthly invoices and progress reports. 3. Monthly Action and Decision Logs in Excel format. 4. Project schedules. 5. Email summary of Monthly Project Status Reporting meetings. TASK 200 — DATA COLLECTION AND REVIEW The purpose of this task is conduct a kickoff meeting and site visit, request and review existing data, and perform geotechnical site investigations and analyses. Task 200 includes the following subtasks: Subtask 210 — Kickoff, Data Collection, and Review • Kickoff Meeting and Site Visit: Organize and lead Kickoff Meeting to review scope and schedule, team member roles and responsibilities, establish communication protocols and invoicing procedures, and identify overall project goals and challenges. Following Kickoff Meeting, attend Site Visit with Engineering and Maintenance and Operation (M&O) staff to review existing facilities. • Submit data request(s) for existing project documentation to support defining existing conditions. Documentation may include, but is not limited to: related reports, record drawings, City standards (contract documents and standard details), facility pump time/flow records, standard operating procedures (SOPs), and other M&O records. Review all received materials. • Review project base mapping provided by the City. Submit base mapping modifications and/or additional survey requests to the City for updating. Subtask 220 —Geotechnical Review, Investigation, and Testing • Conduct a geotechnical field investigation and laboratory testing to support design and construction of the proposed improvements. Efforts include: CP-1916 Scope of Services 4 August 20; 2019 EXHIBIT A o Review available geotechnical reports and published geologic data that include the site and the surrounding area. o Contact the Washington Utilities Coordinating Council's "One Call" service to locate utilities in the project area and subcontract a private utility-locating service. o Explore subsurface soil and groundwater conditions at the site by advancing three (3) borings between 20 and 40 feet (ft) below ground surface (bgs) using a truck-mounted drill rig, owned and operated by a subcontracted driller. It is assumed that one 40-ft boring and up to two 20-ft borings will be advanced adjacent to the proposed pump station and pipelines. Samples will be collected at 2%-ft intervals. o Install one open standpipe piezometer in the soil boring adjacent to the proposed pump house structure. Install one pressure transducer in the boring and monitor site groundwater levels for one (1) month. o Complete a slug test in the piezometer to determine an estimate of hydraulic conductivity if/when groundwater is encountered. o Perform geotechnical laboratory index testing, including gradation (sieve and hydrometer analysis) and moisture content determinations on select samples obtained from the borings. Subtask 230 —Geotechnical Analysis and Reporting • Prepare a Geotechnical Engineering Technical Memorandum (TM) to summarize the results of the field investigation, laboratory testing, and geotechnical analysis along with geotechnical engineering conclusions and recommendations for the proposed improvements. The technical memorandum will include: o Discussion of the anticipated near-surface soil and groundwater conditions. o Results of laboratory testing performed on select samples collected from the borings. o Results of the slug test and grain size data to support dewatering design. o Recommendations for earthwork and grading, including temporary excavations, subgrade preparation, a discussion of potential dewatering methods, the reuse of onsite materials, and structural fill, and trench backfill placement and compaction criteria. o Recommendations for lateral earth pressures for use in design of underground structures (i.e., pump house, vaults) and temporary shoring. o A discussion of uplift concerns for buried structures below the groundwater table and recommendations for resisting uplift. o Recommendations for shallow foundation support, including allowable soil- bearing pressure and settlement, as needed. o Geotechnical seismic design information in general accordance with the 2015 International Building Code. o A discussion of potential seismic risks at the site, including soil liquefaction, lateral spreading, and surface fault rupture. Assumptions 1. City will provide project base mapping for design use in AutoCAD format and will provide any additional surveying, utility verification, utility potholing, and base mapping updates required to facilitate preliminary and final design. 2. Kickoff Meeting and Site Visit is estimated to be three (3) hours in duration. Up to three (3) Consultants will attend. CP-1916 Scope of Services 5 August 20, 2019 EXHIBIT A 3. Geotechnical investigations to be conducted following selection of a preferred alternative. 4. Geotechnical field explorations can be completed on weekdays during daylight hours (i.e., no weekend and/or night drilling will be required). 5. Glacially consolidated, non-liquefiable soils will be encountered within the proposed drill depths (consistent with the mapped geology). If unusually deep, loose, or unsuitable soils are encountered in the explorations, additional budget may be requested for additional drilling depth and/or borings. • 6. Decommissioning of the piezometer per regulatory requirements will be a condition of the Contract performed by the Contractor for the proposed improvements during construction. 7. Soil samples will be drummed and disposed of by the drilling subcontractor (assuming environmental constituents are not identified). Costs for disposal of contaminated soil is not included. 8. Geotechnical Engineering TM will be included in the Basis of Design Report in Task 400 — Basis of Design. Meetings 1. Kickoff Meeting and Site Visit. City Deliverables 1. Project documentation, including base mapping (and updates if necessary) in AutoCAD format. 2. Review and comment on draft Geotechnical Engineering TM. Deliverables 1. Data requests. 2. Meeting agenda, minutes, and handout materials as appropriate. 3. Draft and final Geotechnical Engineering TM. TASK 300 — PRELIMINARY DESIGN The purpose of this task is to identify and define design criteria, perform a brief alternatives analysis, and document and develop the preferred alternative to a 30 percent design completion level. Task 300 includes the following subtasks: Subtask 310 — Identify Design Criteria • Design Criteria Matrix: Identify level of service and baseline design criteria based on industry standards, and other City booster pump stations and operational preferences. Summarize in a draft matrix format for City review and comment. • Research and coordinate with local utility companies to determine electrical power and communications support requirements. • Coordinate with the City to review and update the draft Design Criteria Matrix and make recommendations for criteria that best fit the needs of the project. The draft Design Criteria Matrix will serve as the baseline criteria for evaluation of alternatives. The final Design Criteria Matrix will be developed in Subtask 330 — Finalize Basis of Design Criteria. CP-1916 Scope of Services 6 August 20, 2019 EXHIBIT A Subtask 320—Alternatives Analysis • Perform preliminary engineering analyses (i.e., approximately 10 percent level of design completion) to evaluate up to three (3) variations/alternatives of the desired improvements. The desired improvements generally include expanding the existing PS 2 structure to include a new PS 1 pump room and electrical room, with each room separated via walls with doors. Variations to the desired improvements are anticipated to include different quantities of pumps and/or different room orientations; however, the goal of one common structure will remain. • Evaluate existing electrical service to the site and coordinate with Puget Sound Energy (PSE) to determine upgrade requirements. The existing transformer is City owned and the City would like a PSE maintained transformer onsite as part of the upgrades, with their existing City owned transformer to remain for backup. Evaluate different alternatives available for each variation of the desired improvements. • Structural Condition Assessment Site Visit: attend site visit to assess structural condition of existing PS 2 building to support seismic and building code upgrade recommendations. • Prepare a structural/seismic evaluation to support conceptual design of required improvements for the building retrofit. • Develop figures in Bluebeam (no AutoCAD) illustrating the three (3) variations of the desired improvements. Submit to the City for review and comment. Update figures based on City comments. • Develop preliminary opinions of probable construction cost for each variation. • Develop a matrix summarizing each variation of the desired improvements (e.g. advantages, disadvantages, cost, configuration, etc.) for discussion purposes. Submit matrix to the City three (3) working days prior to Alternative Selection Workshop for City review and meeting preparation. • Perform internal QA/QC of alternatives analysis materials developed prior to presenting to the City. • Alternative Selection Workshop: Present and discuss matrix of each variation with the City and select a preferred alternative for design. Subtask 330 — Finalize Basis of Design Criteria • Basis of Design Workshop: Meet with the City to update the draft Design Criteria Matrix established in Subtask 310 — Identify Design Criteria to a level of detail required for final design. Identify preferred manufacturers for equipment and piping appurtenances, electrical, instrumentation, and control standards and preferences, piping materials and restraint preferences, special procurement methods, specific design details, etc. • Finalize Design Criteria Matrix. Subtask 340 — Basis of Design Report and 30 Percent Plans • Basis of Design Report: summarize alternatives analysis and basis of design criteria for the preferred alternative in a report including 30 percent design level plans, preliminary opinions of probable construction cost, project schedule, and specifications table of contents. Submit draft Basis of Design Report three (3) working days prior to the Basis of Design Report Meeting for City review and meeting preparation. • Perform internal QA/QC of draft Basis of Design Report prior to presenting to the City. CP-1916 Scope of Services 7 August 20, 2019 EXHIBIT A • Basis of Design Report Meeting: Present and discuss draft Basis of Design Report with the City and answer initial questions. • Incorporate City review comments and finalize Basis of Design Report: Assumptions • 1. Budget is based on the Preliminary Drawing List included as Attachment 1 to Exhibit A. The Preliminary Drawing List developed assumes the upgrades include expanding existing PS 2 structure to include a new PS 1 pump room and electrical room, each room separated via walls with doors. Anticipated drawings included for the 30 percent design deliverable are marked on Attachment 1 accordingly. 2. Hydraulic modeling will not be performed to verify system demands. This effort is included in a separate scope of services. 3. Structural Condition Assessment Site Visit is estimated to be two (2) hours in duration. Up to two (2) Consultants will attend. 4. Alternative Selection Workshop is estimated to be two.(2) hours in duration. Up to three (3) Consultants will attend. 5. Basis of Design Workshop is estimated to be two (2) hours in duration. Up to three (3) Consultants will attend. 6. Basis of Design Report Meeting is estimated to be three (3) hours in duration. Up to three (3) Consultants will attend. Meetings 1. Structural Condition Assessment Site Visit. 2. Alternative Selection Workshop. 3. Basis of Design Workshop. 4. Basis of Design Report Meeting. City Deliverables 1. Review and comment on draft Design Criteria Matrix. 2. Review and comment on figures of each variation of the desired improvements. 3. Participate and select a preferred alternative for design at the Alternative Selection Workshop. 4. Review and comment on draft Basis of Design Report. Deliverables 1. Draft and final Design Criteria Matrix. 2. Draft and final Basis of Design Report. 3. Meeting agenda, minutes, and handout materials as appropriate. CP-1916 Scope of Services 8 August 20, 2019 EXHIBIT A TASK 400 — FINAL DESIGN The purpose of this task is to develop plans, specifications, and opinions of probable construction cost for bidding and construction of the preferred improvements. Subtask 410 —60% Design Package • At the start of 60 percent design, conduct preliminary surge analysis on the pumping configuration and transmission main alignment to simulate pump station shutdown, power failure, and startup events. Surge protection measures (e.g., special valves, bladder tank, etc.) will be incorporated into the design as deemed necessary. Summarize analyses and findings in a draft Surge Analysis Technical Memorandum. • Prepare 60 percent design package including CSI technical specifications, plans, and opinions of probable construction cost for City review. Submit design package three (3) working days prior to the 60 Percent Design Workshop for City review and meeting preparation. • 60 Percent Design Workshop: Present and facilitate a design workshop to brief the City on elements of the design and answer initial questions. Subtask 420 —90% Design Package • Respond to and incorporate 60 percent deliverable City review comments. • Conduct final surge analysis near 90 percent design completion. Summarize analyses and findings in a final Surge Analysis Technical Memorandum. • Prepare 90 percent design package including City front end legal and general requirements, technical special provisions, CSI technical specifications, plans, and opinions of probable construction cost for City review. Submit design package three (3) working days prior to the 90 Percent Design Workshop for City review and meeting preparation. • 90 Percent Design Workshop: Present and facilitate a design workshop to brief the City on elements of the design and answer initial questions. Subtask 430 — Internal QA/QC. • Perform internal QA/QC reviews at 60 percent and 90 percent levels of design by senior level engineers not directly involved with the design. Subtask 440 — Permitting Review Package • Respond to and incorporate 90 percent deliverable City review comments. • Prepare signed and sealed (if required) specifications, plans, and structural calculations for permitting (e.g. Department of Health, Building Department) review and approval. Subtask 450 — Contract Document Bid Package • Respond to and incorporate permitting and any final City review comments. • Prepare final signed and sealed, bid-ready specifications, plans and engineer's opinion of probable construction cost. CP-1916 Scope of Services 9 August 20, 2019 EXHIBIT A Assumptions 1. Budget is based on the Preliminary Drawing List included as Attachment 1 to Exhibit A. The Preliminary Drawing List developed assumes the upgrades include expanding existing PS 2 structure to include a new PS 1 pump room and separate electrical room. Anticipated drawings included for the 60 percent and 90 percent design deliverables are marked on Attachment 1 accordingly. 2. The upgraded pump station will not include restroom facilities. 3. Final engineer's opinion of probable construction cost will be formatted to directly correlate with the final Bid Schedule. 4. The City will provide design guidelines for instrumentation and controls design. 5. The Consultant's instrumentation design will supplement the City-provided guidelines, resulting in a contractor-designed instrumentation system and will be based on inclusion of the following elements: a. Control Strategies b. Instruments c. System panels and enclosures d. PLC Hardware requirements e. Wireless Communication (if applicable) f. PLC Software requirements g. Instrument Schedules h. Input/Output (I/O) List i. Testing, Calibration, Commissioning 6. The City's sole source Programmer (Parametrix) will assist with the instrumentation and controls system design based on the City's guidelines and the Consultant's specifications. 7. 60 Percent Design Workshop is estimated to be three (3) hours in duration. Up to three (3) Consultants will attend. 8. 90 Percent Design Workshop is estimated to be three (3) hours in duration. Up to three (3) Consultants will attend. Meetings 1. 60 Percent Design Workshop. 2. 90 Percent Design Workshop. City Deliverables 1. Review and comment on draft Surge Analysis Technical Memorandum. 2. Design guidelines for instrumentation and controls design. 3. Current City front end legal and general requirements and technical special provisions. 4. 60 percent, 90 percent, and permit review design package review comments. Deliverables 1. Draft and final Surge Analysis Technical Memorandum. 2. 60 percent and 90 percent complete plans (full and half size), specifications, and cost opinion. 3. Permit review package - plans, specifications, structural calculations. CP-1916 Scope of Services 10 August 20, 2019 EXHIBIT A 4. Final bid-ready plans (full size) and specifications stamped and signed by the engineers of record and final cost opinion. TASK 500 — PERMITTING SUPPORT The purpose of this task is to provide permitting assistance to the City through project bidding. Task 500 includes the following subtasks: Subtask 510 — City Permitting • Provide technical documentation to support permitting that will be completed by the City including the SEPA checklist, building permit, and/or other permitting required for the project. Subtask 520 — Department of Health Project Report • Prepare a Project Report in accordance with Washington State's Department of Health (DOH) Water System Design Manual (current version) for review and approval. Assumptions 1. The City will prepare all permit applications using technical information provided by the Consultant. 2. The City will respond to all permit applications questions and obtain permit. 3. The City will pay all permit fees. 4. Plans, specifications, and calculations preparation for permitting submittals is included in Task 400 - Subtask 440. Meetings 1. None. City Deliverables 1. Review and comment on draft DOH Project Report. 2. Prepare and submit permit applications and DOH Project Report. Deliverables 1. Draft and final DOH Project Report. 2. Technical documentation required for permits. TASK 600 — BID SUPPORT The purpose of this task is to assist the City during bidding and award process on an as needed basis. It is assumed the City will lead this task with the Consultant providing technical support as outlined below. Task 600 includes the following efforts: • Attend Pre-bid Walkthrough. • Assist the City with responses to prospective bidder's questions during the bidding period. CP-1916 Scope of Services 11 August 20, 2019 EXHIBIT A • Assist the City with the preparation of up to two (2) addenda (as needed). Assumptions 1. The Pre-bid Walkthrough will be conducted at the project site and will include up to three (3) consultant staff for up to 2 hours each. 2. Up to two (2) total bid clarifications and/or addenda will be provided. 3. City will lead bidding effort and will submit all documentation required for bidding to standard bidding services. The Consultant will not be required to reproduce bid sets to be distributed to prospective bidders. 4. The City will be responsible for the creation and maintenance of the bidder's list, managing questions during bidding, and distributing any required information, including addenda and/or clarifications. Meetings 1. Pre-bid Walkthrough. City Deliverables 1. Summary of bids in Excel or PDF format. Deliverables 1. Addenda (as needed). PROJECT SCHEDULE The preliminary project milestones are listed below; a detailed schedule will be developed after notice to proceed and before the kickoff meeting. The project budget is based on, and assumes that the efforts associated with this Scope of Services will be completed within 14 months from notice to proceed. Preliminary Project Milestones: Anticipated NTP August 2019 Complete Preliminary Design December 2019 Complete Final Design August 2020 Advertise for Construction September 2020 ATTACHMENTS • 1 — Preliminary Drawing List CP-1916 Scope of Services 12 August 20, 2019 EXHIBIT A -ATTACHMENT 1 City of Auburn Academy Pump Station 1 Replacement City Project No.CP1916 Preliminary Drawing List 8/20/2019 Anticipated to be included for Sheet Drawing Title No. No. 30% 60% 90% GENERAL 1 G01 COVER SHEET X X X 2 G02 DRAWING LIST AND ABBREVIATIONS X X X 3 G03 SYMBOLS AND LEGENDS X X 4 G04 GENERAL NOTES,DESIGN CRITERIA,AND SYSTEM SCHEMATIC X X X 5 G05 KEY MAP,ACCESS,STAGING,AND SURVEY NOTES AND CONTROL X X 6 G06 CONSTRUCTION SEQUENCING X TYPICAL DETAILS 7 TA01 TYPICAL DETAILS-ARCHITECTURAL-1 X X 8 TA02 TYPICAL DETAILS-ARCHITECTURAL-2 X X 9 TA03 TYPICAL DETAILS-ARCHITECTURAL-3 X X 10 TC01 TYPICAL DETAILS-CIVIL X X 11 TH01 TYPICAL DETAILS-HVAC X X 12 TMO1 TYPICAL DETAILS-MECHANICAL X X 13 TP01 TYPICAL DETAILS-PIPING-1 X X 14 TP02 TYPICAL DETAILS-PIPING-2 X X 15 TP03 TYPICAL DETAILS-PIPING-3 X 16 TP04 TYPICAL DETAILS-PIPING-4 X 17 TS01 TYPICAL DETAILS-STRUCTURAL-1 X X 18 TS02 TYPICAL DETAILS-STRUCTURAL-2 X X 19 TS03 TYPICAL DETAILS-STRUCTURAL-3 X X 20 TSO4 TYPICAL DETAILS-STRUCTURAL-4 X 21 TS05 TYPICAL DETAILS-STRUCTURAL-5 X CIVIL 22 C01 EXISTING SITE AND TESC PLAN X X X 23 CO2 DEMOLITION PLAN X X X 24 CO3 SITE AND YARD PIPING PLAN X X X 25 C04 GRADING,DRAINAGE,AND PAVING PLAN X X 26 C05 YARD PIPING PROFILES X X 27 C06 CIVIL SECTIONS AND DETAILS-1 X X 28 C07 CIVIL SECTIONS AND DETAILS-2 X STRUCTURAL 29 SA01 ARCHITECTURAL FLOOR PLAN X X 30 SA02 ARCHITECTURAL ROOF PLAN X X 31 SA03 ARCHITECTURAL EXTERIOR ELEVATIONS X X 32 SA04 ARCHITECTURAL SCHEDULES AND DETAILS X X 33 S01 GENERAL STRUCTURAL NOTES X X 34 SO2 FOUNDATION PLAN X X 35 S03 FLOOR PLAN X X X 36 SO4 ROOF PLAN X X 37 S05 SECTIONS AND DETAILS-1 X X 38 S06 SECTIONS AND DETAILS-2 X X 39 S07 SECTIONS AND DETAILS-3 X X 40 S08 SECTIONS AND DETAILS-4 X MECHANICAL 41 MO1 FLOOR PLAN X X X 42 M02 SECTIONS AND DETAILS-1 X X X 43 M03 SECTIONS AND DETAILS-2 X X Page 1 EXHIBIT A-ATTACHMENT 1 City of Auburn Academy Pump Station 1 Replacement City Project No.CP1916 Preliminary Drawing List 8/20/2019 Anticipated to be included for Sheet Drawing Title • 30% 60% 90% No. No. HEATING,VENTILATION,AND AIR CONDITIONING 44 H01 GENERAL NOTES,ABBREVIATIONS,AND SYMBOLS X X 45 I-102 FLOOR PLAN X X 46 H03 AIRFLOW SCHEMATIC X X ELECTRICAL,INSTRUMENTATION,AND CONTROL 47 E01 SYMBOLDS AND LEGEND X X 48 E02 ELECTRICAL DEMOLITION X X 49 E03 DETAILS-1 X X 50 E04 DETAILS-2 X X 51 E05 DETAILS-3 X 52 E06 AREA PLAN X 53 E07 ELECTRICAL SITE PLAN X X X 54 E08 ELECTRICAL BUILDING PLAN-EI&C X X 55 E09 ELECTRICAL BUILDING PLAN-LIGHTING X X 56 El0 ONELINE DIAGRAM X X X 57 Ell EQUIPMENT ELEVATIONS X X 58 E12 LOAD CALCS AND SCHEDULES X X 59 E13 CONDUIT SCHEDULES X X 60 E14 P&ID SYMBOLS X X 61 E15 P&ID-1 X X X 62 E16 P&ID-2 X X X 63 E17 P&ID-3 X X 64 E18 P&ID-4 X X 65 E19 CONTROL PANEL DETAILS X X 66 E20 WIRE DIAGRAMS-1 X 67 E21 WIRE DIAGRAMS-2 X 68 E22 WIRE DIAGRAMS-3 X 69 E23 WIRE DIAGRAMS-4 X SUM 13 56 69 Page 2 EXHIBIT B FEE SCHEDULE Exhibit B Agreement No. AG-C-517 Page 1 of 2 EXHIBIT B City of Auburn Academy Pump Station 1 Replacement City Project No.CP1916 8/20/2019 Level of Effort Estimate i Subconsultants Project Role Follett c^ninPerino, Landau Total Caro - Rate Category ;CE/Hour Cost 1�ff SIG, ID. W,i-,S 12.00 Task Description Description • 100 PROJECT MANAGEMENT 2,520 $ 39,' O 60 /Z-s 110-Project Management Plan I 384 $ 5; 120-Project Monitoring and Reporting I 1,944 $ 30, S 130-Quality Management I 192 $ 3, i..3 SC-4.i9k, 200 DATA COLLECTION AND REVIEW 528 $ 8 210-Kickoff,Data Collection,and Review 372 $ 5 NOT 0 I/JL.L . � 220-Geotechnical Review,Investigation,and Testing 36 $ 230-Geotechnical Analysis and Reporting 120 $ 300 PRELIMINARY DESIGN 3,936 $ 5' 310-Identify Design Criteria 204 $ i 320-Alternatives Analysis 1,392 $ 1 330-Finalize Basis of Design Criteria I 228 $ ' 340-Basis of Design Report and 30 Percent Plans j 2,112 $ 400 FINAL DESIGN 22,524 $ 3 410-60%Design Package 11,244 $ 1 420-90%Design Package 6,936 $ 1u-i,,„0 W } 430-Internal QA/QC 1,968 $ 38,144 , F 440-Permitting Review Package 1,524 $ 22,614 $ 6,134 $ 28,748 450-Contract Document Bid Package 852 $ 12,432 $ 5,180 $ 17,612 500 PERMITTING SUPPORT 840 $ 12,480 $ 725 $ - $ 13,205 510-City Permitting { 432 $ 6,272 $ 725 $ 6,997 520-Department of Health Project Report I 408 $ 6,208 $ 6,208 600 BID SUPPORT 648 $ 9,640 $ 2,390 $ - $ 12,030 Miscellaneous Bid Support I 648 $ 9,640 $ 2,390 $ 12,030 SUBCONSULTANT MARKUP $ 11,334 $ 11,334 Total Project Hours , Total Project Cost 30,996 $ 481,626 $ 88,685 $ 24,658 $ 594,969 Exhibit B-Budget.xlsx:Budget Date Printed:8/20/2019 EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at $0.485/mile or the current approved IRS rate. It is understood that all reimbursements are at cost and will be marked-up 10%. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and/or environmental consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts plus a 10% markup to cover the CONSULTANT'S additional overhead expense associated with the Subcontract. Exhibit C Agreement No. AG-C-517 Page 1 of 2 CAROLLO ENGINEERS, INC. FEE SCHEDULE As of January 1, 2019 Hourly Rate Engineers/Scientists Assistant Professional $134.00 Professional 152.00 Project Professional 176.00 Lead Project Professional 196.00 Senior Professional 228.00 Technicians Technicians 120.00 Senior Technicians 145.00 Support Staff Document Processing /Clerical 96.00 Project Equipment Communication Expense 12.00 (PECE) Per DL Hour Other Direct Expenses Travel and Subsistence at cost Mileage at IRS Reimbursement Rate Effective January 1, 2019 Subconsultant cost + 10% Other Direct Cost cost + 10% Expert Witness Rate x 2.0 This fee schedule is subject to annual revisions due to labor 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 January 15tH • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-517 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-517 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. Exhibit C Agreement No. AG-C-517 Page 3 of 3 THE CITY OF AUBURN AND CAROLLO ENGINEERS, INC. AMENDMENT TO AGREEMENT FOR SERVICES AG-C-517 RELATING TO PROJECT NO. CP1916, ACADEMY PUMP STATION 1 REPLACEMENT THIS AMENDMENT TO THE AGREEMENT is made and entered into by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and CAROLLO ENGINEERS, INC. (hereinafter referred to as the "PROVIDER"). The City and Provider agree to amend the Agreement AG-C-517 executed on the fourth day of October 2019. 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. REMAINING TERMS UNCHANGED: All other provisions of the Agreement between the parties for AG-C-517 executed on the fourth day of October 2019, 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. CAROLLO ENGINEERS, INC. CITY OF AUBURN BY: LC&AD—. 1(4.mtkiv.1, LI} , ' .. _=:� -I.. Lara R. Kammereck, Vice President ancy Bac A, Mayor Date: 11/18/2020 Date: ' • Approved as to form (Optional): Approved as to form: Attorney for(Other Party) Kendra Comeau, City Attorney Amendment No. 1 for Agreement No. AG-C-517 Carollo Engineers, Inc. ENG-182, Revised 10/20 Page 1 of 1