Loading...
HomeMy WebLinkAboutAG-C-520 Agreement with Jacobs Engineering Group, Inc. 2020-2021 Local Street Pavement Reconstruction and Overlay Project AGREEMENT FOR PROFESSIONAL SERVICES AG-C-520 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Washington Municipal Corporation ("CITY") and JACOBS ENGINEERING GROUP, INC. whose address is 1100 112th Avenue NE, Suite 500, Bellevue, WA 98004, ("CONSULTANT.") In consideration of the covenants and conditions of this Agreement, the parties agree as follows: 1. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31, 2021 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 $490,484.00, which includes a Management Reserve Fund amount of $10,000.00. Consultant shall be paid per rates on the fee schedule shown on Exhibit B, which is attached hereto and by this Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 1 of 12 reference made a part of this Agreement. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. The CITY agrees to pay the CONSULTANT in accordance with the fee schedule (Exhibit B). 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 $490,484.00. The CONSULTANT shall be paid by the CITY for direct non-salary costs, per attached Exhibit C, at the actual cost to the CONSULTANT. 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, if a Management Reserve Fund has been established by this Agreement. 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-520 ENG-181, Revised 02/19 November 22, 2019 Page 2 of 12 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 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 Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 3 of 12 waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 7. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall 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, 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. Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 4 of 12 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 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. Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 5 of 12 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. 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 Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 6 of 12 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 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. Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 7 of 12 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. 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 Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 8 of 12 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. 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. Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 9 of 12 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. 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. Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 10 of 12 14.9. This Agreement shall be administered by Tim Hedges 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 Jacobs Engineering Group, Inc. Attn: Kim Truong Attn: Tim Hedges 25 W Main Street 1100 112th Avenue NE, Suite 500 Auburn WA 98001 Bellevue, WA 98004 Phone: 253-804-5059 Phone: 425-233-3327 E-mail: kbtruong@auburnwa.gov E-mail:tim.hedges@jacobs.com 14.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or 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. Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 11 of 12 CITY OF AUBURN • w it:141443 ancy : us, Mayor Date 'Z' t8 ' oq APPROVED AS TO FORM: I11 a, Steve Gross, y Attorney JACOBS ENGINEERING GROUP, INC. BY: Jeff D. Benson Title:Manager of Projects Federal Tax ID # 954081636 /2.-/ //AD( `7 Agreement for Professional Services AG-C-520 ENG-181, Revised 02/19 November 22, 2019 Page 12 of 12 EXHIBIT A SCOPE OF SERVICES During the term of this AGREEMENT, Jacobs Engineering Group, Inc. (CONSULTANT) will perform professional services for the CITY of Auburn (CITY) in connection with the following project: 2020-2021 Local Street Pavement Reconstruction and Overlay Project Reconstruction Street Segments: 2020 Work: I Street SE (East Main Street to 2nd Street SE), I Street SE (2nd Street SE to 4th Street SE), G Street SE (East Main Street to 2nd Street SE), and G Street SE (2nd Street SE to 4th Street SE). This group of reconstruction streets totals approximately 2,400 linear feet. 2021 Work (Optional): E Street SW (West Main Street to 3rd Street SW), F Street SW (West Main Street to 3rd St. SW), and 1St Street SW (E Street SW to F Street SW). This group of reconstruction streets totals approximately 1,800 linear feet. Overlay Street Segments: Riverwalk/Plateau group of streets Forest Ridge Drive (Z Street SE to Forest Ridge Drive), Alpine Street SE (Forest Ridge Drive to 26th Street SE), Alpine Place SE (Cul-de-Sac), Alpine Drive SE (Alpine Street SE to 26th Street SE), 26'h Place SE (Cul-de-Sac), 26th Street SE (Alpine Street SE to Dogwood Street SE), Alpine Street SE (26'h Street SE to 25'h Street SE), and 24'h Street SE (25'h Street SE to Dogwood Street SE. This group of overlay streets totals approximately 6,800 linear feet. Peasley Ridge/Canterburry group of streets S 318th Street (51st Avenue S to 53rd Place S), 51st Court S (Cul-de-Sac), S 318'h Place (52nd Avenue S to Cul-de-Sac), 52nd Avenue S (S 318th Place to Cul-de-Sac), 53rd Place S (S 318th Street to S 320'h Street), S 319th Street (53rd Place S to approximately 200 feet east), and S 320th Street (52nd Avenue S to 53rd Place S). This group of overlay streets totals approximately 2,800 linear feet. 1. PROJECT DESCRIPTION The work consists of providing conceptual design; intermediate design; final design; geotechnical engineering; support for SEPA Checklist and SWPPP; and preparation of construction plans, specifications, and estimates of probable construction cost for improvements including approximately 4,200 linear feet (0.80 mile) of residential street reconstruction (including Optional Work) and 10,200 linear feet (1.93 miles) of residential street overlay, associated storm drainage upgrades, and water main reconstruction where specified. The anticipated design is for improvements include the following: Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 1 of 18 Reconstruct G Street SE—E Main Street to 4th Street SE • Roadway/Channelization: Remove and replace existing roadway pavement and subgrade curb- to-curb with new HMA pavement and subgrade. Over-excavate, stabilize and replace existing sub-grade where necessary to mitigate existing settlement. Roughly maintain existing curb grades where feasible to avoid or minimize replacement of existing sidewalks, driveways, walkways and stairs. Regrade curb profiles where necessary to promote positive drainage. Avoid or minimize disturbances to existing retaining walls and significant trees at the back of sidewalk. Ensure that property match issues are clearly communicated to the CITY at an early point in the design. The roadway length is approximately 1,200 feet (0.23 mile). • Curb/Sidewalk/Driveway: Replace existing curb with new curb and gutter. Provide continuous and uniform curb/gutter grade along each side to ensure positive drainage of the new roadway. Maintain existing sidewalks and driveways where feasible. Identify and replace deteriorated sidewalks and driveways, where agreed by the CITY or where necessary due to vertical curb- grade adjustments, water service replacement, fire hydrants, settlement, and ADA compliance at curb ramp tie-ins. Replace existing curb ramps and associated sidewalk returns at up to 8 intersection quadrants (8 individual ramps anticipated) in accordance with State standards and details. • Drainage: Provide new surface-drainage collection and conveyance system for on-site storm drainage. Tie-into the existing drainage conveyance systems at or within approximately 50 feet of the project limits. Re-connect/maintain existing connections to off-site drains where applicable. • Water. Replace the existing water distribution main and connecting water services with new 8- inch water main, water services, fire hydrants, valves and fittings. Tie-into the existing water system at or within 50 feet of the project limits. Tie into existing residential service lines at-or- near the edge of right of way or back of sidewalk. • Sewer. No improvements are anticipated. Reconstruct I Street SE— E Main Street to 4th Street SE • Roadway/Channelization: Remove and replace existing roadway pavement and subgrade curb- to-curb with new HMA pavement and subgrade. Over-excavate, stabilize and replace existing sub-grade where necessary to mitigate existing settlement. Roughly maintain existing curb grades where feasible to avoid or minimize replacement of existing sidewalks, driveways, walkways and stairs. Regrade curb profiles where necessary to promote positive drainage. Avoid or minimize disturbances to existing retaining walls and significant trees at the back of sidewalk. Ensure that property match issues are clearly communicated to the CITY at an early point in the design. The roadway length is approximately 1,200 feet (0.23 mile). • Curb/Sidewalk/Driveway: Replace existing curb with new curb and gutter. Provide continuous and uniform curb/gutter grade along each side to ensure positive drainage of the new roadway. Minimize impacts to existing trees along the corridor where feasible. Maintain existing sidewalks and driveways where feasible. Identify and replace deteriorated sidewalks and driveways, where agreed by the CITY or where necessary due to vertical curb-grade adjustments, water service replacement, fire hydrants, settlement, and ADA compliance at curb ramp tie-ins. Replace existing curb ramps and associated sidewalk returns at up to 8 intersection quadrants (8 individual ramps anticipated) in accordance with State standards and details. • Drainage: Provide new surface-drainage collection and conveyance system for on-site storm drainage. Tie-into the existing drainage conveyance systems at or within approximately 50 feet of the project limits. Re-connect/maintain existing connections to off-site drains where applicable. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 2 of 18 ■ Water. Replace the existing water distribution main and connecting water services with new 12- inch water main, water services, fire hydrants, valves and fittings. Tie-into the existing water system at or within 50 feet of the project limits. Tie into existing residential service lines at-or- near the edge of right of way or back of sidewalk. • Sewer. No improvements are anticipated. Optional: Reconstruct E Street SW—W Main Street to 3`d Street SW • Roadway/Channelization: Remove and replace existing roadway pavement and subgrade curb- to-curb with new HMA pavement and subgrade. Over-excavate, stabilize and replace existing sub-grade where necessary to mitigate existing settlement. Roughly maintain existing curb grades where feasible to avoid or minimize replacement of existing sidewalks, driveways, and walkways. Regrade curb profiles where necessary to promote positive drainage. Avoid or minimize disturbances to significant trees at the back of sidewalk. Ensure that property match issues are clearly communicated to the CITY at an early point in the design. The roadway length is approximately 800 feet (0.15 mile). ■ Curb/Sidewalk/Driveway: Replace existing curb with new curb and gutter. Provide continuous and uniform curb/gutter grade along each side to ensure positive drainage of the new roadway. Minimize impacts to existing trees along the corridor where feasible. Maintain existing sidewalks and driveways where feasible. Identify and replace deteriorated sidewalks and driveways, where agreed by the CITY or where necessary due to vertical curb-grade adjustments, settlement, and ADA compliance at curb ramp tie-ins. Replace existing curb ramps and associated sidewalk returns at up to 4 intersection quadrants (4 individual ramps anticipated) in accordance with State standards and details. • Drainage: Provide new surface-drainage collection and conveyance system for on-site storm drainage. Tie-into the existing drainage conveyance systems at or within approximately 50 feet of the project limits. Re-connect/maintain existing connections to off-site drains where applicable. • Water. No improvements are anticipated. • Sewer. No improvements are anticipated. Optional: Reconstruct F Street SW—W Main Street to 3rd Street SW • Roadway/Channelization: Remove and replace existing roadway pavement and subgrade curb- to-curb with new HMA pavement and subgrade. Over-excavate, stabilize and replace existing sub-grade where necessary to mitigate existing settlement. Roughly maintain existing curb grades where feasible to avoid or minimize replacement of existing sidewalks, driveways, and walkways. Regrade curb profiles where necessary to promote positive drainage. Avoid or minimize disturbances to significant trees at the back of sidewalk. Ensure that property match issues are clearly communicated to the CITY at an early point in the design. The roadway length is approximately 800 feet (0.15 mile). • Curb/Sidewalk/Driveway: Replace existing curb with new curb and gutter. Provide continuous and uniform curb/gutter grade along each side to ensure positive drainage of the new roadway. Minimize impacts to existing trees along the corridor where feasible. Maintain existing sidewalks and driveways where feasible. Identify and replace deteriorated sidewalks and driveways, where agreed by the CITY or where necessary due to vertical curb-grade adjustments, settlement, and ADA compliance at curb ramp tie-ins. Replace existing curb ramps and associated sidewalk returns at up to 4 intersection quadrants (4 individual ramps anticipated) in accordance with State standards and details. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 3 of 18 ■ Drainage: Provide new surface-drainage collection and conveyance system for on-site storm drainage. Tie-into the existing drainage conveyance systems at or within approximately 50 feet of the project limits. Re-connect/maintain existing connections to off-site drains where applicable. ■ Water. No improvements are anticipated. • Sewer. No improvements are anticipated. Optional: Reconstruct 1st Street SW— E Street SW to F Street SW ■ Roadway/Channelization: Remove and replace existing roadway pavement and subgrade curb- to-curb with new HMA pavement and subgrade. Over-excavate, stabilize and replace existing sub-grade where necessary to mitigate existing settlement. Roughly maintain existing curb grades where feasible to avoid or minimize replacement of existing sidewalks, driveways, and walkways. Regrade curb profiles where necessary to promote positive drainage. Avoid or minimize disturbances to significant trees at the back of sidewalk. Ensure that property match issues are clearly communicated to the CITY at an early point in the design. The roadway length is approximately 200 feet (0.04 mile). ■ Curb/Sidewalk/Driveway: Replace existing curb with new curb and gutter. Provide continuous and uniform curb/gutter grade along each side to ensure positive drainage of the new roadway. Minimize impacts to existing trees along the corridor where feasible. Maintain existing sidewalks and driveways where feasible. Identify and replace deteriorated sidewalks and driveways, where agreed by the CITY or where necessary due to vertical curb-grade adjustments, settlement, and ADA compliance at curb ramp tie-ins. • Drainage: Provide new surface-drainage collection and conveyance system for on-site storm drainage. Tie-into the existing drainage conveyance systems at or within approximately 50 feet of the project limits. Re-connect/maintain existing connections to off-site drains where applicable. • Water. No improvements are anticipated. • Sewer. No improvements are anticipated. Overlay Riverwalk/Plateau group of streets • Roadway: Overlay existing roadway pavement from gutter to gutter with thin overlay (varies 1.5- inch thick at centerline to 1-inch thick at gutter). Evaluate existing pavement within overlay area and identify distressed pavement areas for full-depth replacement. Identify areas where grinding is recommended. Identify utility structures for adjustment to grade. The roadway length is approximately 6,800 feet (1.29 miles). • Curb/Sidewalk: Up to 22 new curb ramps and associated curb/sidewalk to be installed at 7 existing street intersections in accordance with CITY-adopted State standards and details. The maximum extent feasible distance for replacing existing sidewalks outside of the ramp areas is 15 feet measured along the adjoining face of curb. Existing driveway approaches will not be evaluated or improved for ADA compliance unless directly impacted by proposed improvements. Re-grading of existing driveways (if necessary) may be addressed as an optional service. • Water. Replace the existing water distribution main and connecting water services with new 8- inch water main, water services, fire hydrants, valves and fittings. Tie-into the existing water system at or within 50 feet of the project limits. Tie into existing residential service lines at-or- near the edge of right of way or back of sidewalk. Water main replacement work is limited to 24th Street SE, Alpine Street SE, Alpine Place SE, Alpine Drive SE, and 26th Place SE for a combined roadway distance of approximately 3,200 linear feet. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 4 of 18 Overlay Peasley Ridge/Canterburry group of streets ■ Roadway: Overlay existing roadway pavement from gutter to gutter with thin overlay (varies 1.5- inch thick at centerline to 1-inch thick at gutter). Evaluate existing pavement within overlay area and identify distressed pavement areas for full-depth replacement. Identify areas where grinding is recommended. Identify utility structures for adjustment to grade. The roadway length is approximately 2,800 feet (0.53 mile). • Curb/Sidewalk: Up to 45 new curb ramps and associated curb/sidewalk to be installed at 9 existing street intersections in accordance with CITY-adopted State standards and details. The maximum extent feasible distance for replacing existing sidewalks outside of the ramp areas is 15 feet measured along the adjoining face of curb. Existing driveway approaches will not be evaluated or improved for ADA compliance unless directly impacted by proposed improvements. Re-grading of existing driveways (if necessary) may be addressed as an optional service. 2. ASSUMPTIONS This scope of work is based on the following assumptions: a. Budget for the project scope is based on a project total design schedule of approximately 10 consecutive months (two design/construction packages); and total bidding-and-construction schedule of approximately 8 months (3 months of first construction season running concurrently with production of second design package); commencing with notice-to-proceed. b. Staff-hour estimates assume that two contract bid packages (containing separate bid schedules for roadway and utility items) will be prepared. c. Applicable CITY of Auburn and/or WSDOT Standard Plans will be included in the Contract Provisions. d. CONSULTANT reserves the opportunity to shift budget between work tasks and sub- consultants (excludes optional tasks). e. Analyses, design, plans, specifications, and estimates performed or prepared as part of this project will be in English units. f. CITY of Auburn drafting and plans preparation standards will be used. g. Pavement-and subgrade-thicknesses will generally be based on adopted CITY standards and typical details. Pavement and subgrade thicknesses will be reviewed by the CONSULTANT's geotechnical engineer to verify suitability of use with native soils. h. See "Items and Services to be Furnished by CITY" below. i. In providing opinions of cost and schedules for the project, the CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing infrastructure that may affect costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. The CONSULTANT therefore makes no warranty that the CITY's actual project costs or schedules will not vary from the CONSULTANT's opinions, analyses, projections, or estimates. j. All submittals shall be submitted electronically, and in specific instances in hard copy format. Draft reports and documents shall be submitted in Microsoft Word format. Final reports and documents shall be submitted in Microsoft Word format, PDF format, and in hard copy. Submittals for draft plans shall be in full sized PDF format. All final plans shall be submitted in AutoCAD.dwg format, full sized .PDF format and full size hard copy format on bond paper. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 5 of 18 3. ITEMS AND WORK TO BE FURNISHED BY CITY The CITY will provide the following items and services to the CONSULTANT which will facilitate the work to be undertaken for project. The following items will be furnished by the CITY: a. Topographic survey and base mapping as needed to support design. b. Any pertinent as built record drawings, plans, maintenance records, reports, and information on the current project, existing facilities, and on public works and/or private projects within the immediate vicinity. c. Up to date Contract Provisions (Specifications) "boilerplate"documents. d. Timely reviews of all work at mutually agreed upon times and consolidation of all review comments onto one review set prior to return to the CONSULTANT. e. Field review of proposed improvements with the CONSULTANT. f. Rights-of-entry upon all lands necessary for the performance of the work, including field reviews and geotechnical exploration; if necessary. g. Payment of applicable review and/or permit fees. h. Locate existing CITY-owned utilities (water and sewer). i. Coordinate and provide third party utility coordination including utility locating, as-built data collection, and utility potholing (if necessary); or through separate contract/amendment. j. Advertisement for bids. k. Environmental permit applications, if required. I. SEPA Checklist and Storm Water Pollution Prevention Plan (SWPPP), if necessary. m. Venues and coordination for public open house meetings, if necessary. n. CITY GIS files in AutoCAD format for use in preparing plans for overlay areas. o. Relocation-or construction-coordination with franchise utilities. p. Primary stakeholder coordination. q. CITY of Auburn electronic CAD standards and details, as required. r. Construction management and construction administration. 4. DESIGN CRITERIA. Reports prepared as part of this scope of work, to the extent feasible, will be developed in accordance with the latest edition and amendments to the following documents, as of the date this Agreement is signed: WSDOT Publications a. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), Standard Specifications for Road, Bridge and Municipal Construction: 2020 edition. b. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction c. WSDOT Design Manual AASHTO Publications d. A Policy on Geometric Design of Highways and Streets Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 6 of 18 CITY of Auburn Standards e. Engineering Design and Construction Standards - Current Edition f. Drafting Standards g. Surface Water Management Manual (SWMM) Other Standards and Publications h. FHWA and Washington State Department of Transportation, Manual on Uniform Traffic Control Devices (MUTCD) i. Washington State Regulations, Accessibility Design for All (ADA) j. American Water Works Association (AWWA) 5. WORK TASKS 5.1. Project Management and Coordination Project Management The CONSULTANT shall provide continuous project management and administration of services under this agreement. The CONSULTANT shall provide direction and review the work of the staff and sub-consultants during the course of the project. The CONSULTANT shall manage the schedule, scope, budget, and quality over the term of the Agreement. Current design budget status, as well as projections,will be developed. Any difference in the design and construction budget from the original contract amount will be brought promptly to the attention of the CITY's Project Manager prior to completing any work beyond the authorized contract amount. The CONSULTANT's Project Manager will maintain communication with the CITY's Project Manager, and the CONSULTANT's Project Team via meetings, telephone discussions, and e-mail as needed. The CONSULTANT's Project Manager will prepare and maintain project change list for significant items of work;and/or document such changes within monthly progress report. Project Schedule& Updates The CONSULTANT shall prepare and maintain a critical-path project schedule using MS Project to track progress of the deliverables. The project schedule will be based on the work plan and will identify major and support activities, and any significant work elements provided by the CITY. The CONSULTANT shall update the project schedule monthly (or as needed) to show progress and change. Monthly Progress Reports& Invoices Monthly progress reports will be submitted with invoices consistent with Exhibit D. The progress reports will summarize start, finish and percent complete for deliverable tasks during the billing period, percent complete of overall project elements, anticipated deliverable tasks for the next month, and significant items of change. The CONSULTANT shall summarize in the monthly progress reports any issues encountered and actions taken for their resolution, potential future delays, and issues/activities requiring CITY direction. Any elements that may impact project completion time and cost will be highlighted. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November, 2019 Exhibit A—Scope of Services Page 7 of 18 Monthly invoices for work completed to date will be submitted to the CITY. The invoices will summarize budget, expenditures and percent expended for deliverable tasks during the billing period, and percent expended of overall project elements. Invoices will be submitted with the monthly progress report and will follow the guidelines established by the CITY. Project Coordination Meetings Project coordination meetings will be conducted on an as-needed basis. The CONSULTANT's Project Manager and other team members as appropriate will be available to attend project coordination meetings. The CONSULTANT shall provide the CITY with an agenda for each meeting. Anticipated meetings,covering both 2020 and 2021 design packages, include the following: 1) Facilitate and attend Project Kickoff meeting at CITY of Auburn: (1 meeting) Assume meeting will be attended by Project Manager, Project Engineer, and Design Engineer. 2) Attend project coordination meetings during 30%design stage,and provide meeting notes: (2 meetings) Assume meeting will be attended by Project Manager and Project Engineer. 3) Attend formal-and-informal plan/document reviews at CITY of Auburn: (2 meetings including both design packages) Assume meetings will be attended by Project Manager, Project Engineer and Design Engineer. 4) Facilitate, attend, and document field review meeting with Auburn staff to assess condition of existing pavements,sidewalks,curbs, and other elements affecting design: (1 meeting) Assume meeting will be attended by Project Manager, Project Engineer, and Design Engineer. 5) Facilitate, attend, and document project over-the-shoulder review meetings at CITY of Auburn between 30%, 60%and 90%design stages: (4 meetings including both design packages) Assume meetings will be attended by Project Manager, Project Engineer, and Design Engineer. 6) Prepare public outreach material—color display boards, site specific plans, and or roll plots; and attend public meetings (up to 2 meetings attended by Project Manager and Project Engineer, and 1 mounted display board per project site). Deliverables: • Monthly Progress Reports and Invoice via Email and Mail • Project Change List maintained monthly • Project Schedule—baseline schedule and periodic updates • Attend Project Meetings— 12 meetings • Meeting Notes— 12 meetings • Public meeting materials—2 meetings 5.2. Quality Assurance Review The CONSULTANT shall implement quality assurance procedures to ensure that all project deliverables are subjected to CONSULTANT peer reviews prior to submittal to the CITY. These reviews shall be conducted under the direction of the CONSULTANT's Project Manager, and will focus on checking the major design elements with respect to adequacy of response to the specific design challenges, conformance to accepted design practices, and compliance with the CITY and Washington State standards. A quality assurance check shall be used to confirm that the design work and drawing presentation follows the CITY standards and that the work is of professional quality meeting the customary standard of care for the type of work in this locale. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 8 of 18 The CONSULTANT shall include with each submittal a response to the CITY's comments generated from the previous submittal,with an indication either directly on the redlined set or in memo form of the actions taken on each comment. The CONSULTANT shall verify all CITY comments on previous submittals have been addressed (or provide written response as to why the changes have not been made). The CONSULTANT shall return,with each submittal, any agency redlined comments from the previous submittal. Deliverables: • Quality Assurance Reviews • Response to Comments 5.3. Data Collection and Review The CITY will provide the CONSULTANT with all referenced items and services (listed in Work Element 3 above) pertaining to this project. The CONSULTANT shall review the following: a. Review CITY-provided survey and base mapping, as-built record drawings, plans, maintenance records, reports, and information on the current project, existing facilities, and on public works and/or private projects within the immediate vicinity. Communicate additional needs, if any. Key CONSULTANT project personnel shall visit the project site and familiarize themselves with the site conditions and data collected for the project. The CONSULTANT shall obtain photographs for design reference. The base maps will be field reviewed by the CONSULTANT and CITY to ensure complete representation of existing conditions. The CONSULTANT shall also field check the design to ensure the design fits the conditions in the field. After review of the above data, the CONSULTANT shall notify CITY of any additional information or clarification required. 5.4. Geotechnical Engineering The CONSULTANT shall provide the following geotechnical scope of services supporting design of I Street SE, G Street SE, E Street SW, and F Street SW (reconstruction streets only): a. Geotechnical Coordination. The subconsultant shall attend up to two (2) meetings with the CITY and design team to discuss geotechnical issues and recommendations. b. Site Reconnaissance and Field Preparation. The CONSULTANT shall visit the site to evaluate the pavement conditions, locate exploration locations and call in utility locates for drilling. c. Traffic Control. Traffic control shall be provided for drilling within the driving lanes in accordance with an approved traffic control plan and construction permit conditions. The CONSULTANT shall prepare a construction permit application and three traffic control plans, and submit them to the CITY for review, comment, and approval. The CITY will pay the permit fees directly. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 9 of 18 d. Field Exploration. The results of the site reconnaissance and visual pavement evaluations will determine the locations of field explorations. These explorations will be performed where mutually agreed with the CITY. Exploratory soils borings will be drilled to investigate the subgrade soils beneath the pavement. Up to 120 feet of drilling has been budgeted based on an estimated 6 borings drilled 15 to 20 feet deep. It is assumed that the drilling may take multiple days to complete, but will only result in one mobilization charge. e. Borings will be advanced with a hollow-stem auger, trailer-mounted drill rig operated by an independent firm working under subcontract. Throughout the drilling operation, soil samples will be obtained at 2 1/2- or 5-foot depth intervals by the Standard Penetration Test procedure (ASTM:D-1586) or similar method. After drilling, each hole will be backfilled with a mixture of soil cuttings and bentonite, and then the surface will be patched with asphalt or concrete. f. Up to 12 pavement cores have been budgeted at the overlay streets. The pavement thickness will be measured and subgrade soil condition will be checked. After coring, the surface will be patched with asphalt or concrete. g. Laboratory Testing. The CONSULTANT shall conduct a series of laboratory tests on selected soil samples obtained from the explorations in order to evaluate the engineering and index properties of the site soils. These tests will include moisture content, grain size distributions, and up to 4 California Bearing Ratio (CBR) tests, as deemed necessary and appropriate. h. Geologic Interpretation. The CONSULTANT shall research available geologic maps and nearby exploration logs; review laboratory test results; prepare boring logs; and prepare a site and exploration plan. i. Engineering Analysis. The CONSULTANT shall use projected traffic volumes provided by the CITY, exploration data, and laboratory test results to develop pavement design sections and verify that the CITY's standard pavement section will be adequate based on AASHTO pavement design methods. The CONSULTANT shall also provide conclusions and recommendations for utility construction, including shoring, and backfilling. j. Report Preparation. The CONSULTANT shall prepare Draft and Final Geotechnical Engineering Reports summarizing the findings, and providing recommendations for paving and subgrade mitigation (if necessary) for the reconstruction street segments. The report shall be finalized in response to comments provided by the project team. Deliverables: • Project Meetings (up to 2 meetings) • One site reconnaissance visit • Construction Permit and Traffic Control Plans • Borings—up to 120 vertical feet of drilling, based on 6 locations • Coring evaluation results based on up to 12 cores • Draft Geotechnical Report (1 Electronic PDF version) • Final Geotechnical Report—Sealed by a Professional Engineer licensed in Washington State (1 electronic pdf) Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 10 of 18 5.5. Environmental Support The CITY will prepare a SEPA Checklist and Stormwater Pollution Prevention Plan (SWPPP), if required. The CONSULTANT shall assist the CITY by calculating and providing approximate site disturbance areas and applicable construction quantities. Deliverables: • Estimated areas of disturbance for (each project site) • Approximate construction quantities (as applicable) 5.6. Utility Coordination The CITY will request utility as-builts from franchise utility agencies with underground or overhead facilities that may be affected by the project. The CITY will provide copies of the utility as-builts to the CONSULTANT. The CONSULTANT, at conclusion of 60%design, shall inform the CITY of potential conflicts and necessary modifications and/or relocations to existing public and private, overhead and underground utilities necessary to avoid conflicts with proposed improvements. The CITY will provide follow-on coordination of proposed improvements with the various public and private utilities to identify and resolve conflicts, including coordinating meetings with the utility companies, and coordinating or performing utility potholing where necessary. The CONSULTANT will review utility potholing information provided by the CITY, incorporate response to such information into final design of improvements, and confirm necessary modifications and/or relocations to existing utilities. The CITY will continue providing follow-on coordination of proposed improvements with the utilities to resolve conflicts with proposed improvements. 5.7. Conceptual Design (30%). Level of design sufficient to support the CITY's selection of preferred roadway, storm drainage, and water main design concepts and construction groupings for each roadway reconstruction segment and grouping of overlay streets; and sufficient to establish conceptual design quantities and estimates of probable construction costs for roadway segments identified in the PROJECT DESCRIPTION. a. The CONSULTANT shall prepare brief Design Criteria Memorandum (up to 4 pages) documenting project design standards and criteria which will be utilized for the project design. Incorporate response to comments from CITY staff. b. For each reconstruction segment, the CONSULTANT shall prepare up to two (2) conceptual horizontal roadway layouts (40-scale roll plot map) incorporating existing base mapping and proposed channelization, curb/gutter, existing sidewalk locations, intersection layout, storm drainage location, water main location, and basic dimensions to facilitate selection of a preferred concept by the City. c. For each reconstruction segment, show the existing centerline profile and prepare one (1) conceptual street centerline profile. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 11 of 18 d. The CONSULTANT shall prepare a brief Design Considerations Memorandum (up to 4 pages) describing design challenges which may be represented by the conceptual street reconstruction profile—particularly focused on how this may affect ability to closely match existing curb/sidewalk/planter/driveway conditions. e. For each reconstruction segment, the CONSULTANT shall prepare cross sections at 20 foot intervals, with a vertical exaggeration that illustrates the roadway edge condition where property match issues may arise. Display preliminary cut/fill limits on plan view roll plots. f. For each reconstruction segment, prepare typical section that shows roadway, drainage and utility features representing each street segment. g. For each overlay segment, visually inspect the roadway surface to identify locations and approximate areas of distressed pavement in need of full-depth replacement, locations of grinding, and areas where curb and/or sidewalk replacement may be necessary. h. Review concepts with CITY staff to select preferred concepts and any desired refinements and preferences. Refinements will be incorporated into the 30%design plans. i. Prepare 30%street plan and profile plan sheets showing preferred preliminary horizontal and vertical alignments of the street improvements and the following features: existing base mapping, proposed channelization, curb/gutter, curb ramp locations, existing sidewalk locations, intersection layout, storm drainage locations, water main locations, and basic dimensions. j. Prepare preliminary design quantities and estimate of probable construction costs representing each street reconstruction and overlay street grouping. k. Assume scale of 1"= 40' H; and 1" = 10' V on full-sized plans. Deliverables: • Draft and Final Design Criteria Memorandum (Electronic PDF) • Draft and Final Design Considerations Memorandum (Electronic PDF) • Conceptual roadway, drainage, and water main plan layouts (Up to two 40- scale roll plot map and electronic PDF for each street reconstruction segment) • Conceptual street profiles (one 40-scale roll plot map and electronic PDF for each street reconstruction segment) • Conceptual alignment cross-sections at 20 foot intervals (1 half sized plan sheet set, and electronic PDF for each street reconstruction segment) • 30% Plan Sheets including the following elements: o Typical sections sheets o Roadway plan and profile sheets o Drainage layout (on roadway plan sheets) o Water main layout (on roadway plan sheets) • Preliminary Estimates of Probable Construction Cost (Electronic PDF for each street segment) Responses to previous redlined comments (directly on the plans). Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November, 2019 Exhibit A—Scope of Services Page 12 of 18 5.8. Intermediate Design (60%). The CONSULTANT shall refine the selected 30% design concepts, incorporating response to comments from 30% CITY review. Provide additional horizontal and vertical design, detail, dimensions and elevations into the roadway/pavement, curb, intersection/curb ramp, sidewalk/driveway, channelization, traffic calming, storm drainage, and water main design elements. Refine estimated design quantities and probable construction costs. Provide list of anticipated bid items. 60% Plans shall include applicable general construction callouts and notes; station and offset calls for improvements. a. For each reconstruction segment, refine vertical roadway design to match proposed roadway edge condition to existing properties elevations and facilitate storm drainage concept. Generate DTM and prepare Civil 3D design cross-sections (20-foot intervals) showing existing and proposed roadway surfaces. To be submitted as a PDF (one cross section per sheet). b. For each reconstruction segment, prepare spreadsheet table and roll plot map detailing existing and proposed driveway slopes and elevations, and any anticipated driveway and/or sidewalk reconstruction resulting from roadway re-profiling. c. For each reconstruction segment, refine horizontal and vertical layout/elevations for storm drainage collection and conveyance systems. Storm drain pipe sizes are assumed to be 12-inch diameter, unless mutually agreed otherwise. It is mutually agreed that storm drainage hydrologic and hydraulic calculations will not be performed. d. Update Title Sheet and General Notes Sheet. e. Update Typical Sections and prepare Detail plan sheets including: asphalt pavement/subgrade design from Geotechnical Report; typical roadway sections;typical drainage sections and details; existing/proposed utility trench locations;traffic calming details; and "edge design"options. f. For each reconstruction segment, update 60% roadway plan and profile plan sheets including: construction centerline, stationing, bearings, and dimensions; centerline profile, flow line elevations, and slopes; areas of new and replaced curb, gutter, and sidewalk; intersection horizontal geometry; traffic calming devices; approximate cut/fill line locations; driveway locations; curb ramp horizontal layout; mail box locations; channelization; signing; and preliminary construction notes. Assume plan scale of 1" = 20' H; and 1" = 5' Von full-size sheets g. For each reconstruction segment, prepare 60%drainage plan and profile plan sheets including: construction centerline, stationing, bearings, and dimensions; centerline profile; representation of roadway reconstruction elements; storm drain catch basins, manholes, trunk lines, laterals, GE's, IE's, and slopes; vertical locations (where applicable) of existing sewer, storm, water, gas, and telephone crossings; and preliminary construction notes. Assume plan scale of 1" = 20' H; and 1" = 5' V on full-size sheets h. For each reconstruction segment, prepare 60% Site Preparation and TESC plan over plan sheets including: construction centerline, stationing, and bearings; representation of roadway and storm drainage reconstruction elements; pavement, sidewalk, and curb removal; approximate cut/fill line locations; locations of catch basin protection, stabilized construction entrances, and protective fencing; and preliminary construction notes. Assume plan scale of 1" = 40' H i. For each reconstruction segment, prepare 60%Water main plan and profile sheets including: construction centerline, stationing, bearings, and dimensions; roadway profile; water main plan and profile;valves; hydrants; residential side-service and meter box locations; and preliminary construction notes. Assume plan scale of 1"= 20' H; and 1" = 5' V on full size sheets. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November, 2019 Exhibit A—Scope of Services Page 13 of 18 j. For each reconstruction segment, prepare 60%water main details including: special connection details and call-outs; special fitting details and call-outs; and trench details. k. For each overlay segment, visually inspect the roadway surface to determine locations and areas of distressed pavement areas requiring full-depth replacement, and locations and areas where curb and/or sidewalk replacement are necessary. I. Prepare 60% overlay plans and typical roadway sections for each overlay segment showing overlay limits, grinding limits, new curb ramp types and locations, pavement repair locations, curb and sidewalk replacement locations, and construction notes. Overlay plans will utilize GIS mapping provided by the City. Stationing centerline and detailed dimensioning will not be provided on these sheets. m. Prepare listing of proposed Auburn and WSDOT standard details. n. Prepare 60% list of bid items, quantities, and estimate of probable construction costs. Assume miscellaneous and contingency cost items will be included at this stage. o. Prepare Draft Specifications and Special Provisions based on WSDOT Standard Specifications and Auburn Special Provisions. Identify Special Provision bid items. Deliverables: • 60% Alignment Cross Sections (Electronic PDF) • 60% Design Plans (Electronic PDF) o Cover sheet, legend, and general notes o Typical sections o Roadway and channelization plans o Drainage plans o Water plans o Site Preparation and TESC plans o Overlay plans and typical sections o Details • Draft Specifications and Special Provisions (MS Word with tracked changes) • 60% Bid Items and Estimate of Probable Construction Cost showing total costs, and specific estimates of each project street for each schedule of work(electronic .excel spreadsheet) • Spreadsheet of existing and proposed driveway slopes and elevations, and locations of anticipated driveway and/or sidewalk reconstruction. • Responses to previous redlined comments (directly on the plans). 5.9. Final Design PS&E(90%). Prepare construction-ready plans, details, bid items, quantities, special provisions, and estimate for detailed review by CITY staff. Incorporate response to comments from 60%CITY review. The design documents will be prepared to the level of competency presently maintained by practicing professionals in the field of transportation and utility engineering in Washington State. Design documents will include the following: a. Update Title Sheet, Index, General Notes, Legend, Symbols, and Abbreviations. (3 plan sheets anticipated for each of two construction packages) b. Update Typical Roadway Sections and Details. Prepare Landscaping Strip and Shoulder Tables detailing existing and proposed landscaping and shoulder slopes and elevations. Incorporate construction staging considerations into typical sections, if applicable. (4 plan sheets anticipated) c. Update Roadway and Channelization plan and profile sheets including all proposed elevations and construction notes. (8 plan sheets anticipated) Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November, 2019 Exhibit A—Scope of Services Page 14 of 18 d. Update Storm Drainage Plan and Profiles including all proposed elevations and construction notes. (8 plan sheets anticipated) e. Update Water plan and profile sheets including all notes, fitting call-outs, residential services, details and connection notes. (8 plan sheets anticipated) f. Update Site Preparation and TESC plan over plan sheets including all removals, cut/fill line locations, catch basin protection, construction entrances, protective fencing, and construction notes. (4 plan sheets anticipated) g. Prepare Intersection Detail Sheets, including curb return and curb ramp elevations for approximately 83 individual curb ramps (16 reconstruction plus 67 overlay). (8 plan sheets anticipated) h. Prepare Miscellaneous Roadway, Storm Drainage, Traffic Calming, and Edge Mitigation Details. (4 plan sheets anticipated) i. Prepare Driveway detail sheets including applicable driveway details and elevation tables of proposed driveway slopes and grades, and any proposed driveway and/or sidewalk reconstruction anticipated as a result of roadway re-profiling. (2 plan sheets anticipated) j. Update overlay plan sheets, typical sections, details, paving legend, and notes for each overlay street grouping. Overlay plans will utilize mapping provided by the City. Stationing centerline and detailed dimensioning will not be provided. (8 plan sheets anticipated) k. Prepare Proposal Bid Items in CITY standard format. (for each of two construction packages) I. Prepare Specifications and Special Provisions in CITY standard format. (for each of two construction packages) m. Calculate Final Bid Quantities for Proposal Bid Items. (for each of two construction packages) n. Prepare Estimate of Probable Construction Costs for Proposal Bid Items. (for each of two construction packages) o. Perform senior in-house 90% Quality Assurance and Constructability Review, and incorporate response to comments. Perform "plans-in-hand"field review. Document findings of review in "red-line"and/or written format. Deliverables: • 90% Design Plans (electronic PDF) • Spreadsheet and roll plot of existing and proposed driveway slopes and elevations, and anticipated driveway and/or sidewalk reconstruction. • 90% Contract Specifications and Special Provisions (electronic MS Word format with tracked changes) • 90% Proposal Bid Items and Estimate of Probable Construction Cost (electronic Microsoft Excel format) • Responses to previous redlined comments (directly on the plans). 5.10. Final Design PS&E(99%). a. Prepare Final Documents incorporating responses to 90% PS&E comments from CITY staff. b. Add CITY provided structure numbers to all new storm and water structures. Assume the number, format, and content of plan sheets will generally remain unchanged. c. Perform Senior in-house 99%Quality Assurance Review. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 15 of 18 d. Transmit 99% Design Plans, Project Specifications, Special Provisions, and Estimate of Probable Construction Cost to CITY for final review. Assume CITY's review at this stage is for the purpose of verifying that comments transmitted at 90%completion stage were incorporated into the 99%documents, as mutually agreed. "Additional"design comments will be minimal. Deliverables: • 99% Design Plans (electronic PDF) • 99% Contract Specifications and Special Provisions (1 electronic MS Word format with tracked changes) • 99% Proposal Items and Estimate of Probable Construction Cost (electronic Microsoft Excel format) • Responses to previous redlined comments (directly on the plans) 5.11. Final Bid Documents (100%). a. Prepare Final (Bid-ready) Construction Documents incorporating responses to 99% PS&E comments from CITY staff. Assume PS&E package is final at this stage and no "additional"comments will be generated. Comments are designed only to verify that response to 99%final comments were incorporated as mutually agreed. b. Transmit Final (sealed/stamped and signed) Full sized Design Plans, Contract Documents, and Estimate of Probable Construction Cost to CITY for reproduction and bid advertisement. c. The CITY will provide reproduction of Construction/Bid Documents, and will transmit 1 full-size and 2 half-size copies of plans to the CONSULTANT. Deliverables: • Final Plans (22-inch by 36-inch original on bond paper, sealed by a Professional Engineer licensed in Washington State, not photocopied, and electronically in AutoCAD 2018 format with all external references bound) • Final Contract Documents (Electronic PDF original sealed by a Professional Engineer licensed in Washington State and electronic files in Microsoft Word .DOC format) • Engineer's Estimate of Probable Construction Cost (Electronic PDF sealed by a Professional Engineer licensed in Washington State and electronically in CITY standard XLS format) • Quantity take off sheet (electronically in XLS format) 5.12. Assistance During Bidding (Optional') a. The CITY will advertise for bids and distribute bid sets to prospective bidders. b. (Optional') The CONSULTANT shall assist the CITY during the bid period to answer any questions that arise concerning the PS&E documents, and to assist the CITY in preparing any addenda required, as request by the City. Any questions that were a result of inadequacy or errors in the advertised contract plans, as provided by the CONSULTANT, shall be addressed by the CONSULTANT at no charge to the City. Assume up to 16 staff hours are budgeted to perform this task. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 16 of 18 c. (Optional*) The CONSULTANT shall prepare up to one (1) 4-to 6-page addendum if modifications to the contract documents are deemed warranted by CITY during the bidding process. The CONSULTANT shall address comments on any addenda that were a result of inadequacy or errors in the advertised contract plans, as provided by the CONSULTANT, at no charge to the City. Assume one 2-week bidding period. Deliverables: • (Optional*) Response to Bidder's Questions • (Optional*) Addenda (up to 1) 5.13. Construction Period Services (Optional*). a. (Optional*) Attend up to four (4) on-site meetings and/or special inspections to review and provide input on the progress of the construction work. Provide discussion with CITY staff and transmit notes documenting significant aspects of the project work, and any inconsistencies relative to the design documents. Assume visit will performed by Project Manager or Project Engineer. b. (Optional*) Respond to requests for information (RFI's) from the CITY during the course of construction. Transmit responses to the CITY in written and/or plan format. Assume up to 24 staff hours are budgeted to perform this task. Any information requests that were a result of inadequacy or errors in the advertised contract plans, as provided by the CONSULTANT, shall be addressed by the CONSULTANT at no charge to the City. c. (Optional*) Prepare and provide revised (stamped and signed) design and plan sheets in response to changes requested by the CITY during the course of construction. (Examples of such change may include adjustment of storm drainage around underground utilities, where their locations during design were unknown; alternative designs requested by the Contractor and agreed by the CITY; and other similar items.) Assume up to 32 staff hours are budgeted to perform this task. Any needed revisions that were a result of errors in the advertised contract plans, as provided by the CONSULTANT, shall be addressed by the CONSULTANT at no charge to the City. Deliverables: • (Optional*) Attendance at Meetings/Special Inspections—up to 4 meetings • (Optional*) Respond to RFI's—up to 24 hours (format as requested) • (Optional*) Provide Revised Plan Sheets—up to 32 hours (format as requested) 5.14. Project Closeout and As-builts a. Electronic Data Transfer. At the completion of construction, the CONSULTANT shall provide the CITY with electronic files of all design files, base maps, plans and similar contract documents. Documents will be provided in AutoCAD 2012 (.dwg format), PDF formats, Microsoft Word, or Microsoft Excel or as otherwise applicable. b. Archiving. At the completion of construction, the CONSULTANT shall archive all project files and maintain for a minimum of three years. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November, 2019 Exhibit A—Scope of Services Page 17 of 18 c. Prepare Record ("as-built") Drawings, and transmit (signed) Polypropylene originals and digital files to the CITY. Assume the CITY will provide inspector's reports and records, as required, and redlined markups of construction drawings. The CITY will provide the original Polypropylene drawings for CONSULTANT'S use in preparing record drawings.The CONSULTANT shall prepare both handwritten and electronic copies. Assume up to 80 staff hours are budgeted to perform this task. Deliverables: • Electronic Plans and Design Files • Prepare Record Drawings—up to 80 hours (1 full-size original signed bond paper and electronically in AutoCAD 2018 format with all external references bound) `Optional work items will not be conducted without verbal or written notice to proceed from the CITY. Agreement for Professional Services 2020-2021 Local Street Pavement Reconstruction and Overlay Project November,2019 Exhibit A—Scope of Services Page 18 of 18 0 0 o 0 0 0 0 0 0 0 0 0 O 0 O O 0 0 O O 0 O 0 0 0 O O 0 O V, Ni ON O O 01 tO N GO N W 0 O O O O O U 0 Nc m M a1 O N- V W O n -LID - 0.) LLr, N O V V 00 n 7 n o 7. 4, to 4,0 b9 4" H9 N kA b9 b9 Vi b4 69 kR b9 a ,- 0) r al C CL 0 O O 0 00 CO LO 00 U N N 0 00 N c - N a a a` = a c 0 a E E � LID N E a ,a a - QZ < tA w in r a 0 o U U • a JUm� co v (3 c a`, O 0 o c ro F • V,a) - L L'-' 111 M L 0 c 2 al T a 0 «+ a C 0 C aS w m m t0 LO LU 7 V LZ - d N O j ," m LA ro 129w C Cr; +„ a Csz O c V Lu w , Q a w = a) p T ro v c 0 m (� m .• oa v ro oo co00 k.0 LO LO CO v v � - a) w U C a a CO O c N a 2 0 X ro C F CL 0::, OM N M l0 LO LO N 00 v N V W 0)' u d ro el,A is, a 2 W W o a 1 o _0 .�•, a a w a O O O c-,2 o CO N CZ 0 d b9 FT o a ms T • ro O w o =,0 N vaq a V N o 0< Q ' LU rt Cii N c y O V Y t0 d O c 0 .i O fl 3 rca c 2 c m > E o z N vE n ° m C v w w v 3 � - a) v 0 u a a a = vi = . c c d s c c E v - N 01 a ms a c a a ,n v « o a E o `a ,,, v c c a c _c = O. L O > c 01 a) ,a+ 2 > u o N O U c y E v, a a c u a rt E .-, ^ u a E a 3 Q ¢ z o K c a) u a c 3 a 4, c a a U ro , a a o ms u 2 > _ o c c 3 c u O a ms ro y c o c aEi ° d p o ce ,a ,, v b E o O v a c o` a o 3 E m 3 ro y �' a W •a+ 0) c � a c E ,0 v a a a i ce N > ro m ro 3 ro c R a E E v o a a> a a, < a _ N Om v _o a c N v a o m a u T ro ' ro E ' on 2 o 0 -a 2 w o 2 c — o L.- " __ `, E w 0 o a, a b a i ,% .E- �"? -p a O U ii a c lo ii ," a N VI VI 0 a t c a 47 U c R a > a V1 a a N 2' TO a)T < va, C ro a d 2 Y Q > cc a Tij > a < a., c u Y u o v lis' v .+ a) _ u 2 = u 2 >. a O T GJ v E ro = ro y v O ro ro O ro v •= E E c o .o° v u v •o o E a 'o - a -o b a E ro ,n `o c a 30 N 0 a aL ro a w a a a` w S a a O E a 0' c U C 0 v o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N• 0 o O v co o 0 o 05 0 0 0 0 0 0 0 0 0 0 0 0) 0 O lO V N V N 00 00 0 Tr 0 N 0 0 00 0) V .. .- r U In V 0( 0 0 N 00 m m n 0 t0 0 Ln Ln 00 0 UiL N O N. m 7 v-' N. 0 m m71- N. m m .-. b9 b9 be enb9 be be b4 ,-42f1 b9 b9 b9 b9 4, b9 b9 1!1 b9 b' b9 O N N a1 r 01 r m d C n O V t0 N NJ 00 V O LC 7 M c0 V W 1,1 LC) V 7 N N a1 = I m a N w8a1 070 ro-0c E 17 QZQba w N vi O i 0 Luo ,° o 0 < a 0 < m 7 N U ,al 7 U v U be c v 0 — tim C t0 H O 0 0 i 0 Ln 7 V O 0 g b9 Lu 1 — C O - c row • 5 c m LL., b9 +/.7.�, O W N• .- w Om• 00 7 00 N N V l0 m O 0ol U b9 Q r^ —= T — Q m aJ c O /_R L a1 ._ O V .En o .- bN't V V V N V V 0) o c U be cc LU •L (1) I — Q) `/�U�.� a 0 Q) ( u Q1 a- 0 C '� C ER. a m N N V N N 0 W Tis 0 O c-,2 o 1 T . (O Lu 0 - Z � a � (0 0'0 . 1- N V N N N 3 v1 C (0 a< < v) 4..., v — ro T T . u N - = N c b a 0 v _ o v ar 7 • v k -6 a Y O O w v _ u O E O E Q o0 cc 0) Z v Z m H ` H " o`^ o a, 0 Y c Y U > m o (a 0 Y v o a ° 3 a -° 3 _ m aJ '^ w al - - aJ �^ p_ O u u F- u ro = c c '= 0 c N Q 0 c C u aJ Y 0 0 T — ro ro (0 ce ro � ro o1 ro ro •0 a 0 ro 00 Le > 9 a 7 E v a 7 E a) ar s s 0. v_, v_, Q v c v v1 m a Ln a c L.' u C D >. '' it 13.7_ a vl m N a 7 N 01 a, a, c w w 17 b ro ro c o o vt o 0 o til 0 .65 CU c _ ra i a ai '= a ^ v 0 d 0 v7 v 0 m _u U m ft v i v v u a i c u a i c u - — c 4, V1 C GJ N b 7 (a Vf N 7 m b E Cl, Q LA Q rt a, v z U vi . .`.. ro u . v s D LL C v R Cl.' o E 3 a > 3 3 0 3 > 3 3 y 3 3 0 a c m Q E 03 a! '- al aJ al - a/ a1 al a/ L 7 C 7 CL E 0 'i. a) v v a) v G al v v v v a v a, C (0 C TSS u10 cc cc cc O cc cc ae L7 cc ce W U 0 U N en M in t 0 • O OOOOO ' OOO 0OO O p 0O 0' 06 0 p 00 0 0 O N N lC W 00 m 00 O N.l0 l(f l0 lO • N )7,- 64 V06 lD U ll'f Ln 00 O I� O V oo ^ N LD V M O up to o T ^_ Ln V1 lG M m vj Lr1 l0 1� N -- _ co CO V V N O VI 4, I be b9 b9 N b9 b9 '- m b9 ^ 4, ^ N lc b9 sue b9 N O CO 4" H9 sue b3 b9 b9 V, b9 v, N 0) 4-- C) '- CO C a L o 0 l0 m m 0N N V l0 V l0 N l0 N O lD O O ate) Cr)0 N ^ ^ ^ m (0 ^ m up N L,l m N ^ to iTna El? 0_ E v o 0 E `° E to E - o m-o v I _ QZ < V> w N n 0 o �• oo 0 U b• o <71 U 7I- N co N N N vtV • a) O O N .�'• L~ O 00 00 Tr l0 N Co o V c m V' N 0o O c 2 4, >.. a) O C • C r3d • t V N N ^ l0 N o0 kn ,-- o N D c cn m lagW 4•-• O, N O, O • .= v F m• O V O t0 O l0 Q c u w 73- w Q- (f) D - >. ,_ ro N c O L L 3 a) O 0 .�6 0- u N V l0• 71- 7 V V N ^ O C U w K W C)) `V u 0) 0_ O • ro E O 'p C m N 7 N N l0 N N ro of �Lu I11 a 2 v y co (n I To O OV (I) c �0 L6 2O CZ U >- 03 O 0 �) w ao ro . -p V ^ ^ . ^ N V V N N V N N l0 a Q Q b9 d d V 01 7r5ro C C c O O 01 o c v v E t E alIV V i V w . C a/ Vt C O C C ns = C . • ro -6 C v O '1 O O a �O 'Ts ro c o • E . o v, V V -o -o -o -o - ro a ^ o ro v To ro a v • v v N c N c ro c ro °. 3 > m J o b y v N r kn o N o 0 rd a o Q, � o 7 In c o c o b v 0 0 -o E o �, C c To v a a) u v u c u ro v o C 0 v a ro - E rt o. E ro o U _ a ,; o w - ITS= .ro c U c .c c FI o ,T1ro ` ` v 0, 0 ro ro NE N p I O f cc w aoo w- N ro -oEa) a, c ' Y NC C 0c ceN C • '6!) E. . al C o o 0 C = .E o, = .E C 'c E ria 0) k a) a) .o v v v cd C a, Ln >- o o a), o a) - CO > > > u ro > > a`) ms - ° C E', ' C E m 0) ,,; a) a a) a, a) > Cl) a) > a 4 c o o -' 4 To o N .N E '-- o, c' , . T a, - o o -0 v a ro a ar a w ro v a-o a a C a ° ro > 0 6. (I) >_ -D " amici > O w E = 0 C u V 0 _ u o v ro E F H ce 6.0 o 0 o i = 'ro -a M o n o ro C o ax) C o E- Cl) -0 o 0 0 oU a i a -o C > V N V u C V v ._ -6 c m m m > T rt,, c > ro O. v 'Cl U ..+ Q'a) „, a) a) Cl) a) a, a) >.w i) ro Cl) Cl) i) w - N. 7, C - v, c a E O. c a o a a C - a a = C• a E a a a C > V Q al > V ._ a) a, a, a,'. o a) i, > `� v m Cl) (")(0 ,5) 0) Cl) Cl) �„ O v a) v v Cl) D _ cc c O ce c U 0 2 b7 w -o a o_ o w o_ a > 6 a 2 o_ o_ a 0 O O 0 O 0 0 0 0 0 0 0 O 0 O 0 O 0 0 O 0 V; 00 0 O ^ 61 al 0 , O O V 7 CO V O 00 0 Ol L W V (NI' ren O V m 0 U O h 00 lO V 00 cn O - O 0 V) t\ N 0) m O co Lc; 0) O _ _ V M 4, - 61 V 4 t0 us _ Ln coLc, N O Vi ' 49 b9 b9 bR V1 V1 VI b9 b9 bA 4N�9 b9 b9 VI b9 O N O .- CO a v, 0 o 1_ ttp 0 N.N M 0 N CO CO CO N N 0 00 V 0 NI 0 0 CO N CO CO N N 0 V V M S to Q a) 0 - a) C 0 a) c0. E - o m-o v ._ Q Z Q w n w Tr) 0 to aL >,p 0 o 0 u Q 0. O 'Cr CO N (0 N N u ra:j- Uv u b9 C a, O '.. t' N F 0 00 N N O l0 C, w 0 a) w ro rn,...1 - T a, 0 C .S d O LO (a V N l0 00 0 0 c m b9 W /�^`. V ^W` ..- `1 W OM O (0 7 LD V N NJ 0N lO O V lD l0 C W a, 61 V V w b9 Q U 2 ,.'":`0a .c O . 0 d N R V V V 0 7 V N N N c0 0 V' lD 7 b m 0) o c (.J w ^' K W V N 0 C 'p = E !L Om N N N V N N N N 7 N N a N 61 LLJ to W To 0 aw d O O " cam°,2 o0 O0. V+ I. V Y • (a w O _- . v a o (a ut 'p V N N N N V N N 7 N V N 3 . C i l0 a Q Q V1 l v 0.1 7L' - a, Cl., a., u a 2 v E o ro 0) i c .10 u C b vuNto a) Q O as 0 O a, a, 2 -a 7.3 N C V >' a) i 0 ro b a) , to a1 rt rt >. v11 E iii, 0 >. b 4-• rct a, u J a, L rt C axi C ut v, 73 b u a, -O In in a1 X 0 C v aEn:s!0) LILI ! v a, a,a, ro c t c c w. vi 'b r° v, v03 0 - 0N N .O b 3N a1 C c6 in ".� - 0 a) fC Y J C U 1 1` a N U 0 0 `a C E v 0 -a C ou °app v a. ° 0 0 ac, c a _c 'N o c a v o c b ° p N o ° o U > u U 0 a, m a v a, DI v v . 3 v u 0 in v v ro ami c a, b v ro c c « - cs c , - - v o - 0 b a+ ._ c o 01 3 ro a aJ C Q Q a N C fl_ c T 0 c 0 ' Q 6 t E ou v p °= u a u o to u - E CC E- uo ar - c < ro > c ^ a o v •0) m 'x roc rt c c u 'x c b O o \ v a, b a, v " _ \ a, -5 NN v F O - > a, O.0 0 0 a, o -o O o 'i • 0 a 0 «, 0 m u-b b >_ a! u N u u c u -0c m M a '6 2 o* a X tO ,n 'a O F- 0 1, i, 2 C U - a•L, 0 `, a, a, m i a, Oro N i a) 26 6' 0 0 > O, a, N -C O, l0 a rt 0 = = a0 a a = = a a E a s a0" E aM = Y a as = a E a a o` E 3 a a O 0 VI w -0 CL a aro w c_ a 2 n. a o o c c w .E d a a a 0 0 0 0 0 0 0 o O 0 o 0 O 0 0 0 0 0 O 0 0• 0 0 o o 0 0 0 0 0 O (O (0 CO N CO 0NI O W l0 co• Ni CO 7 O N O Ni O 0 O (O M m7 0 — 0 W 7 CO Ln •- O N N U Ln Ol O V o0 O 01 e0 O �_ �,-) O Ln 0 N O N N b9 N Ln b9 M coV, kA o b4 b4 b9 '-' 69 bA b9 O LO Vi VI b9 V, b9 b9 V1 b9 VI V, VI b9 (V , r 0) al .. d c v, O 7 V O N V V O^ N O V a' W ,..000 V O V O N N O V = V M • (0 N (0 - ^ - M - N M N CO c6 a a) • Ci: c 4' O N Ors ro E1:1 L • E -1:1Q Z Q w W rn v, O 0_ p 0 0 < aO < rn V ' V - N U ro 7, U 7 U c v ° 0 C .ro F N (0 (D N a, O) 0 al m m m V W [�' o w g 00 .... a' c .. a, C ro Lb W ( _ 7 N N CO V N � '°1m • - C W c a, 0 . • � a O - N V V' - N N NNi CO U W u W betN Q Oro a, C O L 3 v ._ 0 • 0 '0 .- O d N _ N CO CO ^ V N V La N V N ^ LO co N as ca Ln 0) O C U 00 d' W .17 Q) ..6-, N 0 CD CZ ) cC al Ea0 O C F N V N (0 V N N V N N N CL L 11.1 ri, LJ Lro 0 _ O.•.,_ 0- O o o C ;2 oO al U T . roW 0 Li., o (a V) 13 • 71- (O V O CO N N N N N N V N 7 U'< < N b4 d N m _ ro v v kn u o vi ro _ ro 9 •c -O 6) a, -O vi ra c O U T O > 0' O o al O N U d WH > O 'O Q C �O ro a N C ..O d W O c c ° ° a d u v; a, H ro a b -° v -c `° aa, '^ % c " E . 'x a'a. p) u' _c -O vi MI IT_ as ° c C d v u 0 3 0, C a, O C .- d rt °, U roft G./ C 0_ _ _ro 0 a .v v E E o o v, ro v a, c `J a m ro o d Q b ^ O C p • V a O p 0 o to . C .-4C = N T - 7 'O w=. c in aJ rd ro C ~ 7 ( ,, o 'as O — ro 0 6 0 a, c O v) E E c .m .o p. -p I`° p` E c b ro a, v vi v, b 0 ° - IA — c o as E al - -0 0 0 0_ (' c > a.,Ti E c - ; c 0) 0 0 0 ° v, c -0 0 0 E c O o f `" u u` -0 o c °' o ° rca b o\° ,C C C o\' V .- vt U C 3 > ° ro rt ._ S >, N 0 ro Z-, ro 0 -0 ft C O 0 a, ft u c ro N 0 0 ft N O ro rt - l0 LD O '- o as u . a, a, i a, T - (° u 3 C 0) 0) ro,_ • •. v v� o E a > > ^ 3 v n -0 C ro a, 0 a, ro 'E' -o O a, 13 (0 H a '- as a) c L al ro -o C O N os a b (°1, b a ro C«. a C E .., ., C 0 = 0) v, 3 a u ns as a .., a CC U v . '` v m - `^ ro Wi v .a Q Q ,_°d > C a oc U 0) v, UI 0 0 °" o a, \ a mac-, H\ id LL w ` v a, u e v .� ON H \ \ °' o ro 0 0 - o o -p v o 0 '%1 13' 0 13 ' (0 (O C W vi 10 C vi- p 10 ai 0 0- b El o a, v (0 a'O 0 O (OO (0O C (O0 0 G./ a d a, a, N c a, N a, 0 a, a, ro C 'O 00 > L a, a W L O a a, ro a, .-., a, EL a, . v a, v ro M s as a � a ro 0a3a O a a •, o E.c a as E a a m ',Fs a a) a) v a, -o v a i, a -O a '.J a) a 9 p c a s O .E� v a' a a a .� a CU C V CU N a a U �'o_ s a U ,n a MC- v a a �' ..1::.k. .t cc .= o_ o_ a � � , a a v a a a 00 • C 0 0o o 00000 O O O 0 O0 OO O O OD O O O • o0 • OO O cn Oh 00 - ,D V N N0 CO CO00 7 ,_U vl M O V N V w O0 N M v) M N O n V O O M N O b9 b9 b4 (N t., M — — W M N M VI VI b9 b9 ba ba b9 b0 b9 VI b4 O (0) CM a) ✓ 6) ✓ ro E a C u O 6 V C t0 N co LU 7 O0 t0 NO l0 W Cr co V O CO CO O a) o Ol — 71- 00 V N 7 N c0 M 00 — 7 — ifi = a a, • a, O a, E E Lc E -o is-o Cr QZQba . ro w rn VI O U O 0 0 L N U `� J U •,:rN N N V N c0 N U c a p o 0) •cu ro ~ O N l0 O Cr LU N CO CO CV 61 ro w M V N Q c 2 bq w v O C • �b a 0 N CO N N V CO N D c 00 b9 Lu c a, O V, . LTJ O NI O - M Cr N 00 lO LO CO w U b9 Q 0 ro a, c O 0 - • N LU 0 NV CO CO VO0_ N CYJ O c U v, cc w C 0 -, v ., O C '� ro E a O N V N CO N N 7 V V LU O c H rn ro �I11 a 2 LLI(n TO O _0 _ a,,_. a O O c �2 Loo CZ o a` w V >. . ro , 0 _Y 's v a o co ro ..,, "p . � N N LU N N O LU ._ N w N 6 c '- l0 d Q Q LCI V1 ',71' v ,y _ b ^ p ro - ',-Ki E 4- c _ D] c -6 61 E N Vf a, vi 61 c 61 l0 ro ,Ta p -0 p U in C J • E rt _ a, `� ro a, U O m U c p _ro c N Y ut c a vi ro ro — •- O . 0 -0 03 r0 p 7 'vi c N a - - Z 'p ro ut '^ > 3 0 -0 a, a) v E ro 0 Q o .� N Z c m 0 - c p ,n a� ro p i >, d 71 Le) Y c r ro _ 0 c v T `� �_ O N ai v,\ m • o _ ro 0 ro D u U o U 'o o v c U d H L o C) N' u v w z o 0 in .E C CO v o a E U a) U c » • c 1," �_ c v) E O Ot ro u u fG ro - ro vi '^ O u, .„, o U C v '� b z 0 = F ro a v CO Z a o c o a, ro w i ° Q1 '> 3 0'6 0 C C o -6 U o = 0 TD t `—� in j a 0 a31 a 'p a, W - ,°_' b C ro d _ U • O n o c F C E d ,0 .L N.p) ro "6 t6 ,,a Ul 4 O ro N c ro c C w e .O >` MI — U O ,n K N in ro .E N c < a - 'T (Ts o u, + ro 'r-t7 ro a ro a m a, E.E a, c In N N C N V 3 ° an c v .a 3 > o ro rt o _o o C L L_ - o U v rt a u c E -\ li w 61 N c 73 O_ ro ro a, Q.' v 0 v, .> U p N .E C c U 0 O C--1 -o y H v; F U ro _6 ro °E, - `2 a, 0 > O ) v w m CV n5N u«- a C' ro a C, 3 a, a, N a, % > o a, N a, - y 0 a, a, ro v ° E 6' ro v; ti ID ,to. ro °1 ro c - c 'I) ro crow rt w rt ns ro 0 8 - v, t° 2aETo, E a >, a a � a vO v a, v ° v� v v v v -�� vo� oTv a U O t/), = D a ) cC 0 C cc a va ro a a a a U a as OF Val 0 o o o o O oo OO O O O O O O O O O O o O O V; N. O co V V 7 CD �O 0• o O• V O CO O O N O• O O I� O N Ol n co m m O O CO 00 00 m V1 O1 O W `- u pl N ^ CO rn in N m m N i. m m l0 n O ON O W VI b9 N b9 W b9 b9 ^ b0 b9 N CO m ^ trt 1p N ✓i 69 kfl b9 b9 M b9 to �' 44, bq b9 N 0) Cd C d C V) 0 alO N O o0 N LU N O CO O V N l0 N CO O t° o V 00 CO N p ^ m N V ^ N N N Ln In m _ .-- a a d a O a c ._ c_ E E Lo E td < Z < V1 t^ w 0 O t ❑ o U `2JUm N V u C a O O •o �rowo� v LU ❑ w g w >, v C O .E11 ro ON R N LU N N N V N N m Ln bH L.1.1 C a O CU 0 („) ^W, ' cri - C a F 7 N 7 LU V Co O N E W a Q1(.J w R (NI V — .'•_ ❑ W b9 Q V) -c.. T O • a c o 0ro O a Ln N Co N N N V N V LU Ca LU N Om ^ V CO N N O) o c U w a' w C •i N 4r a , O C £'ff RN N N N NN N N LLJ co W To O _ 0 a O VO c - 2 o � O a` v v >, . 'XI ill o TC, ut "0 V N LU N N N LU 0 V ,4- = ut C `- Lc, d Q Q `n 4,1 iia v Y ro 00 -c O O to E c .E o v ai E E ro a a -p ro !t_'. ut a _ c a) _ 3 a) _ s C CO C 0 O 0 U ut o U V, a o U in a QC v. a _ro m ro o a ,_ o 'i a ro o 'i aa Z a -% O L^ > O > a) 01 > a a °1el 8 01 . -° t E U c a U < c < o c c < o N � n ro > a .6., ° 4-. o ro U 0 c c > v T L_ c ro a 0 rt a `- 0 ro a ,Yi, O ,-Tia _ ro a .- C.+ 0 O U 'p a a 0 .O^ a O_ U .O^ a as c) a ❑ 3 ❑ c U ,� U d a rt p d a ro o d a ro a E o U m � = E •v o E o c E4.7 c E �n _TD, Q1 C ut C) a) C in Ol C in 0O > O Z H ro N 0 0 c _o a ro w Cl a•_+ a ns w a it w in C ut - a ° ✓t 3 a -O c v, a -O U v, a 3 -0 0 V U ❑ «. .N U a U a c c N a U C C a U C C o c rt o c ro > d o '> o a = E Yo oro E Yo .2) ro _ ro ro b O a 0 ~ CO 0 o Vis a aJ O C L a c t '" >, N 00 V tad t0 rt b a m a E.E N U E o a E a c VI p a C a c aai 3 c - a) - ° `n ro ro a >❑ o c ❑ E ❑ 0 a ❑ E _ ❑ o In 'Q ted ro O a i3O •- .? OU a C - -0 C _0 O > 0 ro O C 0) > L' ro O C 0) > > p t E a v, m a rorn o 0 c U a rn o c U a mo - H U a a O a to a w ., d .p Li w to �, LU Lu Lr) 4_, d C a a s a ❑ v v v v a, ro v E `' m y E . E v ' E E C ro 0 L ro C a a W a a a U a a 0 C c U ro a a° ._ c 'U 0 a s O ._ c 'U Q O_ Q O Q v v 2 v �/ '! a a O 4., o rt fl.. c v O N N ti a a `1 O al N ti Q o C C U- C 0, a a roa a a U U- as UH cn ii a 0)a ccH ,o o a 0)a ceH e) atO O if; L i vi 0 0 0 0 0 0 0 0 0 0 o O o 0 O O - UI 14 M N .- - b9 4, Vi b9 b9 b9 b9 b9 b9 Hi b9 fR b9 N W Tr 0 op 4Pf a) d C vi M O 3 N N O V OV UD LO O - NCD O LO M o co - ^ N °� N. N N M 01 W l0 = rn ro a E C °. c O 0 a, E E LO 0 W E r° -o a-0 v _ QZ < LA w u' LU m .0 O CO i U 25 L0 � _ at a O < M N cc N L U ro U w d 1.9U c a o o O _ m F- . W N N N 01 L W u D o m w ^ N w w a0 >' N C 00LD C m W • NN N N LO N (.0 CO N LO N W W 4, 0) ^` M • VJC cu c 4! O N. �Iv . .- `. W OM 0o N N co LAN. N a c U w M .0 W 4, 0_ U Q Y r0 N C O i L a, o LD 0 -0 .ni �O d N 7 V N tD (.0 NI tD VD N CO O C ^` Q) ) O N. W C1"41 u m 2 O 01 to CU a0 a! s '� • M N N CO V N 7 m m m •_ a m H to V M M OC CC CC C 2 'si U) W_ TsO O a a o OC/) c2Op U vo ^ > CZ o ` va 'VI' V Q T y Ll, o CO 'B - 4.1 7 a O N. co 'O rdan 'a . 7 CO N V Cr N Lr, 3 7 0 c i O M N aQQ `^ w w u -4.-Z v c o v C -O b 0 ''i rd c . 6! O O V 0 5 O "v, o 'v, 4J a, '> v a a a 3 v Lr, o 0 0 0 ` d, c to a a C a c a v c 0 �, m v, rd v, b 'o "- C rd v, c m 'V = 'v C _E 'V d/ d cc a, a a, a G 01 u a a _c cn a, C - H E n E n o 0 > c >_c 0 .«.; O N a. u , u p ,„ `o `- rt O ami U ro o o r. a u ro 3 m i F- o a v;,o a ,_O 0 ro •v -0 a a,' Q = -p O O 0 O a, O O v O 9 U cc aJ v, rC ? = r m LL > O J E Ea v E V Ln cn - - p m Y c E d i E Y O c 'O - cn'O _0 w I m m a+ c - Ou N - Ou an w O N v, °; an c m re O y v, c _ v, C ,-t_ v, Z v a, v, ro ro H :e H O 01 d ',, N o 0"d"21 E c ro D a/ E N ' % = '. 3 U Ol- O! U rn- = o .z-, d sl- - -o Q O U F- al ar O c ru N c o b a) 3 p o a .5 N C v 1 LL y LL a,... E'� 1 a,.. E c 6 Q a U ° a ` a' U rr u ro O LUI IA o rc o . w ' v ro a, 0 c O ro ami ro o is a a C I • a ac a-D a a- a c v � rd �,, a v v � �. � ' m -O C ' m U O v 5 ii a EJ F- Ws a F- ro < Q a` 0 U Q a s o', a a w N M V It CO V" ? o N _o . rn 0 0 0 00000000000 60 Cr) O = vt VI V/ b4 b9 b9 VI 4"VI VI VI I"I"I" R ,- ,-- 0 o U m `v N o 1a4+ orn N N r 0) RS d C N 0 O N = ro a a) d .9_., OW f` m E :4E � E ° 75 E cu-0 LL E e. o QZ QkA t I• w a, W 0 In O 0 o ° o u Q a o Q m ..... a • O U rowU� _ °o Is.a 0aa'i 0 s c MI o CU 0) N w M 31) i_u Ln >, aJ O C C rt d • NiO En m ' b9 w U rn C Q) a rnV w v ° V, - LU a 2 i v C 0 o m Q,oa , e U w UJ 'C U -�. v o (jf aei ro E a o• o c F0)0)'''' 11 a` 4 v) In Wb O -0 .4...., a,F a 0 OU V) .c -,g o MUVI >- • rowo oO 73 . 73 a o0000000 , 00000000000000' 0 1 • b9 b9 b9 b9 b9 b9 LA N VI b4 b4 b9 b9 b9 b9 b4 to b9 b9 b9 kA I" M a Q Q '^b ,"V/ .A .0., C N 6! VI C 6+ CL x W N 6! ro .0 Y • V • 7 .0 E N m OAC 6) 3 N V, o - b ILI N a a+ O N c F' a a s y o c•-o • m o ro O ro a, of -l-I n -o C -IL 0o o x ro ro o , a b s r s s s t t r s s Rt f f LL d° V d H oci- r 0 0 0 0 „F., 0 0 0 0 0 0 0 V h 4. Wood Breakdown of Labor Costs Personnel and Hourly Rates Per Category cVti ,;\ aa e0\ Sia�° CcA c° .` y �° 5k (� c' Q. Task Description $195.00 $180.00 $160.00 $130.00 $115.00 $95.00 $75.00 Field Work Street Use Permit/Traffic Control Plan 8 HASP 1 4 Site Recon,Mark Borings,Utility Locate 14 Field Exploration(Drilling) 1 16 Research and Report Preparation Figures,Logs and Lab 8 8 Office Engineering and Analysis 3 14 Report Preparation 1 10 4 4 Consultation Called/Meetings/E-mails 3 4 Project Management 4 4 4 Subtotal 12 0 1 82 0 12 8 Total Labor Costs per Level $2,340 $0 $160 $10,660 $0 $1,140 $600 Total Labor Costs $14,900 Breakdown of Expenses \/J /' G°yam O" / Mileage 270 Miles $0.58 $156.60 Field Supplies 1 Each $25.00 $25.00 Lab Grain Size 6 Each $125.00 $750.00 Lab Moisture 6 Each $25.00 $150.00, California Bearing Ratio 4 Each $500.00 $2,000.00 Drilling Subcontractor 1 LS $ 8,452.50 $8,452.50 Private Locate 6 Per hr $80.00 $480.00 Traffic Control-Flagging 2 Day $700.00 $1,400.00 Traffic Plan 3 Each $100.00 $300.00 Coring Subcontractor 8 Per hr $ 160.00 $1,280.00 Markup @ 10% $1,499 Total Expenses $16,494 TOTAL COST ESTIMATE $31,394 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. 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. Exhibit C Agreement No. AG-C-520 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-520 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-520 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-520