HomeMy WebLinkAboutKennedy/Jenks Cons AG-C-226
.-
AGREEMENT FOR PROFESSIONAL SERVICES
AG-C-226
THIS AGREEMENT made and entered into by and between the CITY OF
AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to
as "CITY" and with KENNEDY/JENKS CONSULTANTS, INC. whose address is 711
Third Avenue, Suite 790, Seattle, WA 98104, hereinafter referred to as
"CONSULTANT" .
In consideration of the covenants and conditions of this Agreement, the parties
hereby agree as follows:
1. SCOPE OF WORK.
See Exhibit A, attached and by this reference made 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, 2004.
The established completion time shall not be extended because of any delays
attributable to the CONSULTANT, but may be extended by the CITY in the event of a
delay attributable to the CITY, or because of unavoidable delays caused by an act of
GOD or governmental actions or other conditions beyond the control of the
CONSULTANT. A prior supplemental Agreement issued by the CITY is required to
extend the established completion time.
3. COMPENSATION.
The total amount of the Agreement is not to exceed $44,723.00. Paid per rates
are attached in the fee schedule as shown on Exhibit S, which is attached and by this
reference made part of this Agreement.
---------------------------------------------
Agreement for Professional Services AG-C-226
February 9, 2004
Page 1 of]9
-------_.._~ ----_..~-----._-_..-----_...- . _.---_._--_..._~..-
The CONSULTANT shall be compensated for some direct non-salary costs from
overhead. These charges may include, but are not limited to the following items:
reproduction fees, communication fees, and other miscellaneous office
expenses. Mileage, drafting computer use, and drawing reproduction shall be
separately billed as shown in Exhibit C which is attached and by this reference made
part of this agreement. The billing for separately billed non-salary costs, directly
identifiable with the project, shall be submitted as an itemized listing of charges
supported by copies of the original bills, invoices, expense accounts and miscellaneous
supporting data retained by the CONSULTANT. Copies of the original supporting
documents shall be supplied to the CITY upon request. All above charges must be
necessary for the services provided under the Agreement.
In the event services are required beyond those specified in the Scope of Work,
and not included in the compensation listed in this Agreement, a contract modification
shall be negotiated and approved by the CITY prior to any effort being expended on
such services or work shall be authorized in writing under the Management Reserve
Fund as detailed in Section 4.
4. MANAGEMENT RESERVE FUND.
The CITY may establish a Management Reserve Fund to provide flexibility of
authorizing additional funds to the Agreement for allowable unforeseen costs, or
reimbursing the CONSULTANT for additional work beyond that already defined in this
Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT
expending any effort on such services, and shall not exceed $4,000. This fund may be
replenished in a subsequent supplemental agreement. Any changes requiring
additional costs in excess of the Management Reserve Fund shall be negotiated and
approved by the CITY prior to any effort being expended on such services.
---------------------------------------------
Agreement for Professional Services AG-C-226
February 9, 2004
Page20f 19
- .______..._n_____ ~
5. RESPONSIBILITY OF CONSULTANT.
The CONSULTANT shall be responsible for the professional quality, technical
accuracy, timely completion and the coordination of all studies, analysis, designs,
drawings, specifications, reports and other services performed by the CONSULTANT
under this Agreement. The CONSULTANT shall, without additional compensation,
correct or revise any errors or omissions in its plans, designs, drawings, specifications,
reports and other services required. The CONSULTANT shall perform its services to
conform to generally accepted professional engineering standards and the
requirements of the CITY.
Any approval by the CITY under this Agreement shall not in any way relieve the
CONSULTANT of responsibility for the technical accuracy and adequacy of its services.
Except as otherwise provided herein, neither the CITY'S review, approval or
acceptance of, nor payment for, any of the services shall be construed to operate as a
waiver of any rights under this Agreement or of any cause of action arising out of the
performance of this Agreement to the full extent of the law.
6. INDEMNIFICATION/HOLD HARMLESS.
The CONSULTANT shall indemnify and hold the CITY and its officers and
employees harmless from and shall process and defend at its own expense all claims,
demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S
negligence or breach of any of its obligations under this Agreement; provided that
nothing herein shall require the CONSULTANT to indemnify the CITY against and hold
harmless the CITY from claims, demands or suits based solely upon the conduct of the
CITY, their agents, officers and employees and provided further that if the claims or
suits are caused by or result from the concurrent negligence of (a) the CONSULTANT'S
agents or employees and (b) the CITY, their agents, officers and employees, this
---------------------------------------------
Agreement for Professional Services AG-C-226
February 9, 2004
Page 3 of 19
--- - ~ ....._-_._-~~_..- -------
indemnity provision with respect to (1) claims or suits based upon such negligence, (2)
the costs to the CITY of defending such claims and suits, etc. shall be valid and
enforceable only to the extent of the CONSULTANT'S negligence or the negligence of
the CONSULTANT'S agents or employees. The provisions of this section shall survive
the expiration or termination of this Agreement.
7. INDEPENDENT CONTRACTOR/ASSIGNMENT.
The parties agree and understand that the CONSULTANT is an independent
contractor and not the agent or employee of the CITY and that no liability shall attach to
the CITY by reason of entering into this Agreement except as otherwise provided
herein. The parties agree that this Agreement may not be assigned in whole or in part
without the written consent of the CITY.
8. INSURANCE.
CONSULTANT shall procure and maintain for the duration of this Agreement,
commercial general liability insurance against claims for injuries to persons or damage
to property which may arise from or in conjunction with services provided to the CITY by
the CONSULTANT, its agents, employees or subcontractors, under this Agreement.
The CONSULTANT agrees to provide commercial general liability insurance and shall
maintain liability limits of no less then ONE MILLION DOLLARS ($1,000,000) per
occurrence and ONE MILLION DOLLARS ($1,000,000) general aggregate. The
CONSULTANT shall also provide and maintain professional liability coverage in the
minimum liability limits of ONE MILLION DOLLARS ($1,000,000) per claim and TWO
MILLION DOLLARS ($2,000,000) aggregate.
The general liability coverage shall also provide that the CITY, its officers,
employees and agents are to be covered as additional insured as respects: Liability
arising out of the services or responsibilities performed by or under obligation of the
---------------------------------------------
Agreement for Professional Services AG-C-226
February 9, 2004
Page40f 19
--------
CONSULTANT under the terms of this Agreement, by the CONSULTANT, its
employees, agents and subcontractors.
Both the general liability and professional liability coverage shall provide that the
CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY,
its officials, employees and agents. Any insurance or self insurance maintained by the
CITY, its officials, employees or agents shall be excess to the CONSULTANT'S
insurance and shall not contribute with it. Each insurance policy required by this
section of the Agreement shall be endorsed to state that coverage shall not be
suspended, voided, or canceled except when thirty (30) days prior written notice has
been given to the CITY by certified mail return receipt requested. All insurance shall be
obtained from an insurance company authorized to do business in the State of
Washington. The CONSULTANT agrees to provide copies of the certificates of
insurance to the CITY specifying the coverage required by this section within 14 days of
the execution of this Agreement. The CITY reserves the right to require that complete,
certified copies of all required insurance policies be submitted to the CITY at any time.
The CITY will pay no progress payments under Section 3 until the CONSULTANT has
fully complied with this section.
9. NONDISCRIMINATION.
The CONSUL T ANT may not discriminate regarding any services or activities to
which this Agreement may apply directly or through contractual, hiring, or other
arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or
where there is the presence of any sensory, mental or physical handicap.
10. OWNERSHIP OF RECORDS AND DOCUMENTS.
The CONSULTANT agrees that any and all drawings, computer discs,
documents, records, books, specifications, reports, estimates, summaries and such
---------------------------------------------
Agreement for Professional Services AG-C-226
February 9, 2004
Page 5 of 19
.- -----.----..-
other information and materials as the CONSULTANT may have accumulated,
prepared or obtained as part of providing services under the terms of this Agreement by
the CONSULTANT, shall belong to and shall remain the property of the CITY OF
AUBURN. In addition, the CONSULTANT agrees to maintain all books and records
relating to its operation and concerning this Agreement for a period of six (6) years
following the date that this Agreement is expired or otherwise terminated. The
CONSULTANT further agrees that the CITY may inspect any and all documents held by
the CONSULTANT and relating to this Agreement upon good cause at any reasonable
time within the six (6) year period. The CONSULTANT also agrees to provide to the
CITY, at the CITY'S request, the originals of all drawings, documents, and items
specified in this Section and information compiled in providing services to the CITY
under the terms of this Agreement.
11. CERTIFICATION REGARDING DEBARMENT. SUSPENSION. AND
OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS.
The prospective primary participant certifies to the best of its knowledge and
belief, that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from covered transactions by any federal
department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of
or had a civil judgment rendered against them for commission or fraud or a
criminal offense in connection with obtaining, attempting to obtain, or
performing a public (federal, state, or local) transaction or contract under a
public transaction; violation of federal or state antitrust statues or commission
---------------------------------------------
Agreement for Professional Services AG-C-226
February 9, 2004
Page 6 of ]9
--~._-- ..--"--
of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (federal, state, or local) with commission of any of the
offenses enumerated in paragraph "(b)" of this certification; and
(d) Have not within a three-year period preceding this application/proposal had
one or more public transactions (federal, state, or local) terminated for cause
or default.
Where the prospective primary participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation
to this proposal.
12. TERMINATION OF AGREEMENT.
This Agreement may be terminated by either party upon twenty (20) days written
notice to the other party, and based upon any cause. In the event of termination due to
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.
13. GENERAL PROVISIONS.
---------------------------------------------
Agreement for Professional Services AG-C-226
February 9. 2004
Page 7 of 19
----..------------- --~"". ~__~___n ____
13.1. This Agreement shall be governed by the laws, regulations and ordinances
of the City of Auburn, the State of Washington, King County, and where applicable,
Federal laws.
13.2. All claims, disputes and other matters in question arising out of, or relating
to, this Agreement or the breach hereof, except with respect to claims which have been
waived, will be decided by a court of competent jurisdiction in King County, Washington.
Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall
proceed diligently with the performance of the services and obligations herein.
13.3. In the event that any dispute or conflict arises between the parties while
this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such
dispute or conflict, the CONSULTANT shall continue to make a good faith effort to
cooperate and continue work toward successful completion of assigned duties and
responsibilities.
13.4. The CITY and the CONSULTANT respectively bind themselves, their
partners, successors, assigns, and legal representatives to the other party to this
Agreement with respect to all covenants to this Agreement.
13.5. This Agreement represents the entire and integrated Agreement between
the CITY and the CONSULTANT and supersedes all prior negotiations, representations
or agreements either oral or written. This Agreement may be amended only by written
instrument signed by both the CITY and the CONSULTANT.
13.6. Should it become necessary to enforce any term or obligation of this
Agreement, then all costs of enforcement including reasonable attorneys fees and
expenses and court costs shall be paid to the substantially prevailing party.
13.7. The CONSULTANT agrees to comply with all local, state and federal laws
applicable to its performance as of the date of this Agreement.
---------------------------------------------
Agreement for Professional Services AG-C-226
February 9, 2004
Page 8 of 19
------ -.-....-.-----
13.8. If any provision of this Agreement is invalid or unenforceable, the
remaining provisions shall remain in force and effect.
13.9. This Agreement shall be administered by Thomas Peters, 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 Kennedy/Jenks Consultants
Attn: Jennifer Dvorak Attn: Thomas Peters
25 W Main Street 711 Third Avenue, Suite 790
Auburn WA 98001 Seattle, WA 98104
Phone: 253.804.5069 Phone: 206.652.4905
Fax: 253.931.3053 Fax: 206.652.4927
E-mail: jdvorak@cLauburn.wa.us E-mail: ThomasPeters@KennedyJenks.com
13.10. All notices or communications permitted or required to be given under
this Agreement shall be in writing and shall be delivered in person or deposited in the
United States mail, postage prepaid. Any such delivery shall be deemed to have been
duly given if mailed by certified mail, return receipt requested, and addressed to the
address for the party set forth in 13.9, or if to such other person designated by a party
to receive such notice. It is provided, however, that mailing such notices or
communications by certified mail, return receipt requested is an option, not a
requirement, unless specifically demanded or otherwise agreed.
Any party may change his, her, or its address by giving notice in writing, stating
his, her, or its new address, to any other party, all pursuant to the procedure set forth in
this section of the Agreement.
13.11. This Agreement may be executed in multiple counterparts, eacb 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-226
February 9, 2004
Page 9 of 19
- ----------- ~-- - - - -..------..-- ~-_._--._.._.~-
~~ ~
-=2-
Peter B Lew~
Date .)L
ATTEST:
~~fQ:~~
APPROVED AS TO FORM:
:N:j4J;N::TS
Title: V.'CL 'R-s;J&l!- ""'-
Federal Tax 10 # ~
REF. H:\FORMS\FE054 (6/03)
---------------------------------------------
Agreement for Professional Services AG-C~226
February 9. 2004
Page IOof 19
--,-..- -----~ -----
EXHIBIT "An
SCOPE OF WORK
PROJECT UNDERSTANDING
Well 58 is located in an undeveloped parcel of land within a residential area of
Lakeland Hills in Auburn, Washington, on 62nd Street SE just west of Lakeland Hills
Way (SW % NE % of Section 6, T.20N., R. 5 E. W.M. located approximately 1450 feet
West, 2250 South of the Northeast corner of Section 6). Another well, designated as
Well 5C, is located 50 feet south of Well 58 for the purposes of observation. The well
sites are situated within the Puyallup-White River watershed basin, WRIA 10.
Well 58 was constructed with three nested casing strings. The first, a 16-inch steel
casing, was advanced to a depth of 400 feet below ground surface (bgs), followed by a
12-inch casing advanced to 662 feet bgs, and finally a 1 O-inch casing advanced to 783
feet bgs pulled back to 740 feet bgs in order to expose a stainless steel screen.
Significant grading has occurred around the site, and distances below existing ground
level have not been verified. Pump test data indicates Well 58 could produce up to 600
gpm with approximately 190 feet of drawdown. The plumbness and alignment of this
well have not been established.
The City desires to house and equip Well 58 so as to serve the Lakeland Hills Area,
Zone 5 (approximately 700 feet HGL). Lakeland Hills Zone 5 is the City's highest
pressure zone, and storage is not currently available in this zone. Although the City
intends to construct a storage facility for this zone in the future, Well 58 facilities must
be designed to initially pump directly to distribution.
The challenges associated with this project require an initial evaluation of alternatives
prior to the development of final plans and specifications.
SCOPE OF SERVICES
Work under this scope will include investigation of existing conditions at Well 5B,
evaluation of the City's site requirements, and recommendation and development of the
most appropriate well pump station design given technical, operational, aesthetic, and
budgetary considerations. This will require a two-part analysis:
Task A: Information collection for existing conditions at Well 58, followed by a
technical memorandum recommending pump selection and/or storage/surge tank
options. The City will decide which alternative it will pursue from the information
provided.
Task 8: Detailed analysis and development of the option selected by the City
above, to include a public review and submittal of preliminary drawings.
Agreement for Professional Services AG-C-226
February 9, 2004
Page 11 of 19
. - ---------- -~..~-- - ---------
Additional surge control analysis, depending on the option selected by the City in
Task A above, may be conducted as part of final design. This work is unauthorized
until the City negotiates costs and gives written notice to the Consultant.
Both tasks shall incorporate project management, administration, city coordination
and quality control/quality assurance (QAlQC) as required to complete the tasks.
TASK A
. Conduct a plumbness and alignment test and down hole video observation to
assess the condition of Well 5B and suitability for a vertical turbine or
submersible pump. Verify existing well data and depths in relation to existing
grades.
. Analyze alternatives for direct pumping into distribution based upon technical
engineering limitations, cost, reliability, and operations and maintainability.
Comment on the need for surge modeling. The analysis will be limited to the
following options:
. Use of a surge/pressure tank.
. Use of a groundlevel storage facility with a skid mounted variable frequency
drive (VFD) booster pump system and pressure tank (if required).
. Conduct a topographic survey of the project site and local utilities affected by the
project in Washington State coordinate system North Zone and Vertical Datum
NAVD-88 (City of Auburn datum).
. Limits of survey will be the surrounding lines of occupation and surrounding
utilities as necessary to connect to water distribution, storm and sewer
systems.
. Perform soils analysis to include two (2), 15-foot borings.
. Attend one meeting with the City to discuss results of analyses. Incorporate
written and verbal comments into a final revised Technical Memorandum.
TASK A, CONSULTANT DELlVERABLES
1. Seven (7) 8 W' x 11" copies of a preliminary and final Technical Memorandum. The
Technical Memorandum will include:
0 Summary results of the plumbness and alignment tests, video
observations and geotechnical investigations.
0 Preliminary design calculations for sizing and cycling of pump
operations, surge and/or storage facilities for each alternative.
0 Estimated drainage and waste requirements for each alternative and
discussion of discharge release options.
Agreement for Professional Services AG-C-226
February 9, 2004
Page 12of]9
- ------- --_._--
0 Comparison of the order of magnitude of estimated construction costs
for each of the three alternatives.
0 Soils report identifying foundation design criteria.
0 Discussion of major architectural considerations for the well pump
building, roof and wall materials, and overall neighborhood
compatibility.
2. One (1) hard and electronic copy of all final subconsultant reports or
recommendations.
TASK B
. Recommend flow control and hydraulic protection for the station.
. Develop one architectural rendering of the proposed facilities and site
improvements for public coordination. Attend one public meeting to gather
public comments.
. Provide a written control strategy describing the proposed method of operation
for the well station and associated treatment facilities.
. Recommend steel piping pressure class(es) for pump station suction and
discharge.
. Prepare schematic level floor plan/elevation with mechanical layout and electrical
cabinet requirements, with one revision to accommodate input from City staff.
. Develop electrical service requirements including one-line diagrams and control
strategy with one revision to accommodate input from City staff.
. Determine standby emergency generator size.
. Attend one meeting with the City to discuss results of analyses. Incorporate
written and verbal comments into revised plans.
TASK B, CONSULTANT DELlVERABLES
1. Seven (7) sets of 11" X 17" planning level drawings in AutoCAD 2002 format for the
preferred alternative to include the following:
0 Preliminary site/civil plan, 1" = 20' with l' contour lines, easement
locations, utilities, entrance locations, etc.
0 Floor plan with electrical and mechanical layout, 1" = 20'
0 Building elevation and architectural rendering (excludes equipment
plan), 1" = 20'
0 Preliminary landscape plan, 1" = 20'
Agreement for Professional Services AG-C-226
February 9. 2004
Page 13 ofl9
- ----- ___._m_ ____ ____________._ --.----..--.....----. -.'-',.-
2. Seven (7) copies of engineer's estimate for probable costs based upon available
information developed in the Technical Memorandum.
3. One (1) electronic drawing file in AutoCAD 2002 format, including all external
reference files and any custom fonts and plot settings, for the final developed
drawings.
TASK A AND B CITY DELlVERABLES
1. Personnel to provide on-going support, information and answers to questions
related to the project.
2. Record drawings including GIS mapping data and developer plans for the location of
existing facilities at the project site including water, sewer and storm mains, valves,
fire hydrants, and service connections.
3. Distribution hydraulic modeling, as required, for the Consultant to recommend and
design pumping facilities.
4. Copy of technical analysis of storm drainage plan in the Lakeland Hills Area and
Storm Water Comprehensive Plan. No storm water modeling will be performed,
however City will comment on the storm water system's ability to handle the waste
flows from the well facility.
5. Easement and property descriptions.
6. Current pumping data and field pressures for the area, along with average and peak
demands (equivalent residential units, or ERU's).
ASSUMPTIONS
1. Pumping will be to a closed system.
2. On-site chlorine generation will be required.
3. Untreated well water being pumped to waste will discharge to the storm system. A
sewer connection may be required for floor drains and a bathroom, if required.
SERVICES NOT INCLUDED
The following design, bidding and construction phase services are outside the scope of
this agreement. In the event such services are requested, the scope and payment shall
be specified in a supplemental agreement:
1. Construction documents, including final plans and specifications.
2. Preparation of data and reports for the environmental applications to regulatory
agencies, as well as attendance at meetings and hearings concerning these
matters.
Agreement for Professional Services AG-C-226
February 9, 2004
Page 1401]9
~ --~-----~---,-. -- ------------ "---"-~'---""--"-'-
3. Permits or approvals from state or local agencies.
4. Support during construction for Requests for Information, submittals, weekly
meetings with the Contractor, etc.
5. Record drawing preparation including red lining mylars, updating electronic files,
review of operational and maintenance manuals, and training.
Agreement for Professional Services AG-C-226
February 9, 2004
Page 15 of 19
- ... -------------------.- -._------------- - -. ----..-.--_.. -.--..---
EXHIBIT "B"
FEE SCHEDULE
Peters Larsen Foray Crivel Robley Ray
Chona Peterson Direct
Project QAIOC Senior Senior Architect Design CADD Project Labo.
Manaaer Enaineer Desianer Electrical Structural Enqineer Desianer Admin Subtotal OVerhead Profit Tolal
$48.36 $51.48 $40.56 $4D.56 $39.00 $28.08 $31.20 $18.72
Hours Hours Hours Hours Hours Hours Ho'ffi Hours 210% 5%
TASK A
Pro'ect Mananement 8 8 $ 537 $ 1,127 $ 56 $ 1720
Meetinn /1\ and Site Visit/1\ 3 3 8 $ 491 $ 1,032 $ 52 $ 1,575
Well Plumbness, Alinnment and Video with SUB\
'2\ Pumninn Altematives & Drainane Waste Renuirements 1 6 1 22 2 $ 1,012 $ 2,126 $ 106 $ 3245
Cost comnarison of 2 altematives 1 2 6 $ 290 $ 60' $ 30 $ 930
General Architectural Considerations 2 2 $ 134 $ 282 $ 14 $ 430
Soils AnaJ\lsislFoundation Desian Criteria {with SUB\ 4 $ 162 $ 341 $ 17 $ 520
SurveIl (with SUB\ 2 $ 56 $ 118 $ 6 $ 180
QAlQC 1 4 $ 254 $ 534 $ 27 $ 815
.
TASK B
Pro"ect mananement 8 8 $ 537 $ 1,127 $ 56 $ 1,720
Meetinas 11 w/Citv and 1/ Publici 4 4 4 8 $ 743 $ 1559 $ 78 $ 2,380
Written Control Straten\! 1 2 8 1 $ 482 $ 1,012 $ 51 $ 1,545
1 Recommend Pumn Station Mechanical Elements 1 1 3 $ 173 $ 364 $ 18 $ 555
Schematics
Preliminarv Site/Civil 2 12 8 $ 668 $ 1,402 $ 70 $ 2140
Floor Plan and Enuinment favout 1 4 2 12 12 $ 1,003 $ 2,106 $ 105 $ 3215
Buildina Elevation/Architectural renderina 12 2 8 $ 774 $ 1,625 $ 81 $ 2,480
Preliminarv Landscaoina (wilt1 SUBl 4 2 $ 175 $ 367 $ 18 $ 560
Enaineers Estimate of Probable Cost 1 2 2 4 $ 323 $ 678 $ 34 $ 1035
QAlQC 1 4 29~'B6 $ 254 $ 534 $ 27 $ 815
.
..
II Total All Tasksl 30 I 8 I I 32 16 I 1$ 16,9431 $ 8471$ 25,8591
Subconsuttants:
Well Testing: Robinson and Noble $4,935
Soils: Zipper Zeman & Associates $2,958
Survey; ESM $3,255
Landscape: Tom Jones $1,900
Subconsultant Subtotal $13,048
5"1" SubconslJlant Mar1<u~ $652
Tolal Subconaultant Cost $13,700
Miscellaneous Expenses
CADD Station Use @ $121hr 32hrs $384
Mileage at $0.361mi 500mi $180
Drawing Reproduction Allow $600
Total Miscellaneous Costs $1,164
TOTAL AUTHORIZED ON CONTRACT $40,723
MANAGEMENT RESERVE FUNDS $4,000
Agreement for Professional Services AG-C-226 MAXIMUM AMOUNT PAYABLE $44,723
Page 160f 19
EXHIBIT "C"
DIRECT NON-SALARY REIMBURSABLE EXPENSES
. Drawing Reproduction Fees
. CADD Station Use at $12/hour
. Mileage at $0.36/mile
It is understood that all reimbursements are at cost plus 10% markup.
Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts
with other consultants for services such as surveying and/or soils testing, etc. If
approved, the CITY shall reimburse the CONSULTANT for the actual cost of the
subcontracts plus a 5% markup to cover the CONSULTANT'S additional overhead
expense associated with the Subcontract.
All other direct non-salary costs such as communications, reproduction fees, and other
miscellaneous office costs will not be billed and are recovered through the overhead
rate of 210%.
Agreement for Professional Services AG-C-226
February 9, 2004
Page 17 of 19
- "- --------------.-"--...-.-- - ..._-~--_.... ._-----
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-226).
. Project number(s) listed (i.e.: C324A).
. 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 flet an
amendment in place.
. Invoices for previous year are due by January 1S'h.
. For grant/special funded projects there might be other special information needed,
reference the LAG manual.
Agreement for Professional Services AG C 226
February 9, 2004
Page 18 of]9
--.--~ ---.---
SAMPLE INVOICE
City of Auburn Invoice #: 5222
25 West Main Progress Payment #: 2
Auburn W A 98001 Invoice Date: February 10, 2002
Attn: Scott Nutter (Project Engineer) Project Name: Thomas Nelson Farm
Agency Agreement #: AG-C-01 0 Project #: PR562
Engineering Services perlormed during the period of: January 2002
SAMPLE ENGINEERING, INC.
Personnel Hours Hourlv Rate Amount
Mike Jones, Principal in Charge I $40.00 $40.00
Carla Maker, Architect 5 $30.00 $150.00
Joe Smith. Word Processing 10 $20.00 $200.00
Consultant Personnel Sub Total: $390.00
Overhead (210%) $819.00
Profitl5%) $40.95
Total $1249.95
Exoenses (see attached documentation) Charaes Multiolier Total
Mileage ($0.36/mile): 20 miles x 1.05 $ 7.56
Orawina Printina: $29.00 x 1.05 $30.45
Consultant Expenses Sub Total: $38.01
Consultant Total: $1287.96
SUB CONSULTANTS
Subconsultant (see attached documentation) Hours Hourlv Rate Amoun\
ABC ENVIRONMENTAL, INC., Civil Engineer 10 $100.00 $1.000.00
ELECTRICAL CONSULTING, Electrical Engineer 5 $100.00 $ 500.00
MECHANICAL SOLUTIONS, Mechanical Engineer 10 $100.00 $1,000.00 MRF'
MOVING COMPANY. Movina Consullant 2 $100.00 $ 100.00
Subconsultant Sub Total: $2,600.00
x 1.05 Multiplier; $ 130.00
Subconsultant Total: $2,730.00
._.___._.._n_u____n_.._.._u____.._n_u_u..___.._.._u__._n_.._.._.___._.._.._u__._n_.._.__.._.._u____.._n_......_"_"_'__n_.._u_.__.._.._u__._n....__._.._u__._.._.._-.-..
~______u___u~____~___'f~!_~.!"p_U_~_T_H!~I!':IY<:>I_C_E___u~___m__~~~~O_l!:~~~__~__~~
CONTRACT BREAKDOWN
Amount Prior This Total Invoiced % % Amount
Task Authorized Invoiced Invoice To Date Expended Completed Remaining
Original
Contract$??,000,QO$1,02!i,OO $:3,()17:~15...... $4,04:2,96.. 20% 25% $17,957,04
MRF' $2,500.00 $0.00 $1,000.00 $1,000.00 40% 45%$1,500.06
TOTAL $24,500.00 $1,025.00 $4,017.96 $4,706.49 $19,457.04
Note: MRF=Management Reserve Fund
:I< Received a written authorization ufMRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00.
Agreement for Professional Services AG-C-226
February 9, 2004
Page 190f 19
,..--.-_..__._.. _.0_- ~__., ~___
Kennedy/Jenks Consultants
AMENDMENT #1 TO AGREEMENT # AG-C-226 BETWEEN
THE CITY OF AUBURN AND KENNEDY/JENKS CONSULTANTS, INC
RELATING TO C324A WELL 5B EXPANSION
THIS AMENDMENT is made and entered into this _ day of 2004,
by and between the CITY OF AUBURN, a municipal co~oration of the State of
Washington (hereinafter referred to as the 'CITY"), and ENNEDY/JENKS
CONSULTANTS, INC. (hereinafter referred to as the 'CONSUL T ANT"), as an
Amendment to the Agreement between the parties for AG-C-226 executed on the 15th
day of February 2004.
The changes to the agreement are described as follows:
1. CONTRACT TERM: There is no change to the date of termination.
2. SCOPE OF WORK: See Exhibit A, attached and by this reference made part of this
Agreement.
3. COMPENSATION: See Exhibit B, attached and by this reference made part of this
Agreement. The total amount authorized by this amendment for $173,421.00
increases the total authorized amount for this contract to $214,144.00. The
unauthorized Management Reserve Fund is increased by $13,000.00 for a total of
$17,000.00. The new Maximum Amount Payable is $231,144.00.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement
between the parties for AG-C-226 executed on the 15th day of February 2004, shall
remain unchanged, and in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the
day and year first above written.
KENNED IJENKS CONSULTANTS, INC. ~~
-......
..~. ..=.J
Peter B. Lewis, Mayor -l
--------------------------------
Amendment No.1 for Agreement No. AG-C-226
KENNEDY/JENKS CONSULTANTS, INC. ~
Page 1 of6
I
Kennedy/Jenks Consultants
ATTEST: (Optional) ATTEST:
By: lJaufdt~
,
Its: Danielle E. Daskam, Aubum City Clerk
Approved as to form (Optional):
Attomey for (Other Party) Damel B. . ,Auburn C rney
law
REF. H:\FORMSIFE054A (2104)
...-...--------
Amendment No.1 for Agreement No. AG-C-226
KENNEDY/JENKS CONSULTANTS, INC.
Page 2 of6
----.. I
EXHIBIT A - SCOPE OF WORK
PROJECT UNDERSTANDING
Several altematives were evaluated as part of preliminary investigations at the Well 58 site.
From this evaluation, design parameters were documented in a pre-design report. This next
work phase will further develop the collected information into a final construction document
package to City standards. The consultant will further supplement this package with bidding and
technical construction assistance: A 10-week design phase is anticipated from notice to
proceed to 100% plan and specification completion.
SCOPE OF SERVICES
Work under this scope will be divided among three tasks:
Task A: This task is limited to project management, scheduling coordination, administration,
and meetings associated with the deSign phase of the project This includes a 60% design
review meeting with City staff.
Task B: This task involves the preparation of plans and specifications. Approximately 34
drawings are anticipated and will be packaged with contract specifications. The design
elements for this task have been established in the pre-design report. The significant design
elements are as follow:
. 22 feet diameter by 16 feet tall treated water storage tank (35,200 gallons gross
capacity)
. 16 feet diameter by 11 feet tall backwash recovery tank (11,500 gallons gross capacity)
. 200 HP submersible well pump and non-enclosed, pit/ess well head
. 350 KW Emergency generator
. 500-gallon, double-wall diesel storage tank
. Electrical transformer
. 1400 square foot well building with bathroom and electrical room
. Iron and manganese filtration skid
. Sodium hypochlorite onsite generation system and 500 gallon solution storage tank
. Pressure booster pump skid
. Electrical panels and controls
. SCADA and PLC Programming will be the responsibility of the prime contractor.
However, S&B will be named in the specifications as the required programmer, without
exception. The Consultant will write the control description for inclusion in the
specifications, and review the contractor's telemetry submittals/shop drawings (prepared
by S&8) for adherence to the specifications and written control strategy.
AG-C-226 KENNEDY/JENKS CONSULTANTS,INC. Amencrnenl #1
Page 3 016
_....'"-'-"----~._._----_._-----_._------ I -.----
. Miscellaneous piping, valves, and instrumentation
. Site Civil elements including landscaping, driveway and parking pad, and sewer, water
and stormwater piping and connections. .
In accordance with the pre-design report, architectural building elevations were developed to
resemble the existing facilities at Wells NO.2 and 6. The proposed facility will be constructed of
split face CMU walls, wood with a standing seam metal roof.
TASK B, CONSULTANT DELlVERABLES:
1. Seven (7) sets of 11" X 17" drawings in AutoCAD 2002 for the 60% submittal.
2. Seven (7) sets of 24" x 36" drawings in AutoCAD 2002 for the 90% submittals.
3. Seven (7) sets of bound specifications for the 90% submittal.
4. One (1) electronic set of both plans and specifications for the 99% submittal.
5. Seven (7) copies of the engineer's estimate at 60% and 90% submittal for construction
costs.
6. One (1) set of final drawings and unbound specifications stamped by a registered engineer
in the State of Washington. Drawings will 24" x 36" and plotted on 4 mil mylar.
7. One (1) CD of electronic drawing files in AutoCAD 2002 format, including all extemal
reference files and any custom fonts and plot settings, for the final developed drawings.
Electronic drawings will meet APWA drawing standards. Specifications will be provided
electronically as MS Word files.
TASK C, SERVICES DURING CONSTRUCTION
Kennedy Jenks will provide services during construction, as required to support the City's
inspection and contract management team.
Bid Assistance: Consultant will provide bid assistance in the form of responding to contractor
questions during bidding, issuing addendums, and attending one site visit with City and
contractor representatives.
RFls and Field Inspection Support: Consultant will provide up to 25 written clarifications to the
contractor with respect to the plans and specifications. Consultant will provide limited
construction observation for the purposes of assisting with inspection of nontraditional elements
such as iron and manganese filters and onsite chlorine generator, and electrical equipment and
components. The soils sUbconsultant, Zipper Zieman and Associates, will be available at the
City's request, for observation of excavation at critical facilities. Consultant will attend the final
inspection and assist the City in developing a final punch list. Consultant will also provide start-
up assistance to include 40 hours for electrical and telemetry support, and 32 hours for
mechanical and treatment components.
AG-C-226 KENNEDY/JENKSCONSULTANTS, INC. Amenctnent#1
Page 4 of 6
-"-------- ,--.----------------------- ..... ------------ - .. ~~T---
. .
Shoo Drawinas: The consultant will review and approve shop drawings generated by the
contractor and suppliers. All submittals shall be coordinated through the City prior to delivery to
either the Consultant or contractor.
Record Drawinas: Consultant will prepare record drawings with information supplied by the
City's inspector. Consultant will conduct one field visit to clarify construction. Record drawings
will include red-lined, hand-drafted markups on existing mylars, and electronic record drawings
on CD in AutoCAD 2002. The electronic drawings will include all external reference files and
any custom fonts and plot settings.
Facilitv Maintenance and Ooerations Manual: The Consultant shall provide the City an
operational manual utilizing those equipment manuals provided by the Contractor at the
completion of construction.
REQUIRED CITY PARTICIPATION:
1. Review and comment on draft plans at the 60%, 90% and 99% level, and the draft
specifications at the 90% and 99% level.
2. Provide the Consultant standard City contract documents, general conditions and
supplemental conditions for inclusion in the specifications.
3. Provide the consultant with standard construction details (if available) for paving, sidewalks,
and watermain, storm and sewer pipeline and connections.
4. Provide construction management.
SERVICES NOT INCLUDED
The following services are outside the scope of this agreement In the event such services are
requested, the scope and payment shall be specified in a supplemental agreement:
1. Permits or approvals from state or local agencies.
2. Preparations related to the pre-bid conference or bid opening.
3. Field inspection services and specialty inspection services, such as concrete and metal
testing.
4. Conducting or attending construction meetings, or construction scheduling.
5. Preparing or approving change orders or payment requests.
6. Hydraulic surge analysis.
AG.c-226 KENNEDY/JENKS CONSULTANTS, INC. Amencment#1
Pagel of 6
,
-~~-- ---------------.----------- - -- ----- ------r--- --
EXHIBIT "B"
I FEE SCHEDULE
Peters Larsen Foray Clivel ROblev R"
Chon Ol...cl
Proj~ QAlQC S.nlor Senior Arehltaet O..lon D;~~~.r Project Labor
Mana .r En In..r Deslaner electrical Structural Enoln..r Admin Subto~1 OVlIrfl..d Profit Total
"'.36 $51.48 $040.56 $40.56 $39.00 $25.00 $30.50 $18.72
Hours Hours Hours Hours Hours Hours Hours Hours 201% 5%
TASK A. Prol;ct Admlnlst...tion
Pro"eetMana ement 36 24 -;- 2190 -;- 040402 330 6922
Mealin s . . . . .56 -;- ~. 6~
., 1''''lriik
TASK B - 0.;;:;'
P1 Process and Instrumentation Die ram 2 . 8 8 22 -;- 1454 2923 219 4597
O~ Procen and Instrumentation Die ram 2 . 8 8 22 -;- 1454 ,", 597
P3 Process and Instrumenlation Dia"ram 2 . 8 8 22 . 14541 t 2923 I. 219 4597
G1 TiUe Vicini'" ma" and DrawinnLisl 2 . . 1721. 346 I. 26 5<<
G2 Ablxevia!ions 3 . "I. 18. I. " 209
G3 Civil GeneralS mOOls 3 9 18' " 289
'" Pi 'n S mOOls Notes and SChedule 3 92 18. " 289
G5 S slemSchematic 3 -;- 92'" '" " 289
C1 Site Plan 2 . 8 -;- 425ft 8" I. "I. 1344
C2 Water S"~lem Details 1 . 10 " . 11931" 2397 i. 1791" 3769
C3 Erosion Control 1 2 . 335 872 " 1057
C1 Land'eII Plln1 Sub 2 00 101 . "8
L2 LandsCB Plan2 Sub 2 I. "I. 101 I. 81. 158
A1 FloorPlan Build;;-Oata and Finish SChadule 1 2 12 2 " 1379 I" '773 I. 2081t 4360
A2 Elev.tions 1 2 2 10 <81 968 72 1521
.3 Delails 1 2 12 2 . 1379 2773 20 .360
51 Noles 5 I. 1531" 307 I. 231. <82
52 conCl'et~neralnotn 5 I. 1531" 307 . 231. <82
53 CMUNotes.ndOetails 5 153 37 23 <82
50 PI.ns 1 8 10 " '" 1355 2723 2" ".
50 Elevations.ndDat'lls 1 8 10 " '" 1355r;- 2723 2" 4282
50 Eleva~ons and Details 1 8 10 " '" 1355 r-;- '7'3 . ,,,I. 4282
M1 PI'n 2 3 8 10 I. 7231" "" . 109!" 2256
M2 Sections.ndDetails . 8 12 32 . 17" . 3606 , '70 . 5670
M3 Sections.ndDet.il. . 8 12 32 '7" . 5670
M' HVAC PI.n .nd Plumbjn" 1 8 3 8 " 1 5 270. 202 4'52
M5 T.nkPI.n. 1 6 3 8 " 1345 7" 202 4252
M' Tank Section .ndDetails 1 6 3 8 " -;- 1345 2704 0 4252
E1 leend 5 -;- 153 -;- 307 23 <82
E2 Site Plan and Sin Ie line 2 16 2 " . 1512 . 3039 . 22' . 4779
E3 Sin leline.ndMCCElev.tions 2 18 2 " 1512 . 3039 . 228 . 4779
" Power Ii htand Bulldln Plan , 16 2 " 1512 309 228 4779
E5 Control ia rams 2 10 " -;- 9" 1837 138 2888
E6~i1s 8 " -;- 751 -;- 1510 113 2375
. 10 " . 50 . 2826 .;- 66791, '" 6930
II " '059 " 41391t 310 " ilill
',_i\UF4immbdhWm;mW\1;illihimm' i;;Wih1n!;i
TASK C -Con.truetlon M'n' .mant
;i~Assisl.nell . . 8 6 " 8 -;- '" 296' .661
RFlsandSu rtlns..........;ons . 8 16 12 " . 8 ;- 2507 -;- 5038 377 7922
Sh eo . 6 30 32 " 90 . 8 . "8 -;--150521, 11'>7 23668
Record rawin. 1 , 32 1174 2350 177 371
Sta"un 8 " " I~~ 5119 ~ 8"9
- ~.:
3% Co.t of Livin Inerell.e IInd SIIlIt' Ch.n es .lIowanCCl IIvm i004 to 2oo~\ 1808 . 2528
r Total All Taakl 85 <8 158 I 209 I 102 368 560 <8 . 52140 $ 104801 . 78471$ 181316
Subconlultanl.:
Soils: Zipper Zeman & Associ.l.. $1,500
l.ndtcape:LynnHom~
Subcon.ultantAubtot.1 $4,500
5% SubconsultantM.r1<:up $225
TotaISubconlull.nICo.t $4,125
MI....ll.n.ou.Expan...
CADD Slation Use@$12/hr 0 SO
Mileage.t$O.361mi 500 $180
Drawing Reproduction ~I~ $1200
TotaIMi.c:ella~ou.Coltl $1,310
E.tlmall'd o..llIn .nd eM F.. $173,421
M.n'lI.manl R...rva Fund 113,000
1$4,000 from Ph... IwiU.I.o be.vall.bl. forullj
TOTAL $118,421
AG-C_~<Ill KENNEDY JENKS CONSULTANTS, INC
P.ge8ol6 Amendm.nt,\
-----~,------~- -.--- -------- ------T----
. A ~. I (p. q
Kennedy/Jenks Consultants
AMENDMENT #1 TO AGREEMENT # AG-C-226 8ETWEEN
THE CITY OF AUBURN AND KENNEDY/JENKS CONSULTANTS, INC
RELATING TO C324A WELL 58 EXPANSION
THIS AMENDMENT is made and entered into this 13~ay of J { ~. 2004,
by and between the CITY OF AUBURN, a municipal corporation ~e of
Washington (hereinafter referred to as the "CITY"), and KENNEDY/JENKS
CONSULTANTS, INC. (hereinafter referred to as the "CONSULTANT"), as an
Amendmentto the Agreement between the parties for AG-C-226 executed iOn the 15th
day of February 2004.
The changes to the agreement are described as follows:
1. CONTRACT TERM: There is no change to the date of termination.
2. SCOPE OF WORK: See Exhibit A, attached and by this reference made part of this
Agreement.
3. COMPENSATION: See Exhibit e, attached and by this reference made part of this
Agreement. The total amount authorized by this amendment for $173,4:21.00
increases the total authorized amount for this contract to $214,144.00. The
unauthorized Management Reserve Fund is increased by $13,000.00 for a total of
$17,000.00. The new Maximum Amount Payable is $231,144.00.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement
between the parties for AG-C-226 executed on the 15th day of February 2004, shall
remain unchanged, and in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the
day and year first above written.
KENNEDY/JENKS CONSULTANTS,INC. W ~
~ ~ -
Peter e. Lewis, Mayor
----------------------
Amendment No.1 fO. r Agreement No. AG-C.226 ~
KENNEDY/JENKS CONSULTANTS, INC.
Page 1 of6
-~--_._-
KennedyjJenlks Consultants
ATTEST: (Optional) ATTEST:
By: )1zM t~
Its: Danielle E. Daskam, Auburn City Clerk
Approved as to form (Optional):
Attorney for (Other Party)
law
REF. H:\FORMS\FE054A (2104)
-------
Amendment No. 1 for Agreement No. AG-C-226
KENNEDY/JENKS.CONSULTANTS, INC.
Page 2 of6
~'-'-"--'._.,--_.._---_..__..- ---
'I
.
EXHIBIT A - SCOPE OF WORK
PROJECT UNDERSTANDING
Several alternatives were evaluated as part of preliminary investigations at the Well 58 site.
From this evaluation, design parameters were documented in a pre-design report. This next
work phase will further develop the collected information into a final construction dlocument
package to City standards. The consultant will further supplement this package with bidding and
technical construction assistance: A 10-week design phase is anticipated from n01tice to
proceed to 100% plan and specification completion.
SCOPE OF SERVICES
Work under this scope will be divided among three tasks:
Task A: This task is limited to project management, scheduling coordination, administration,
and meetings associated with the design phase of the project. This includes a 160% design
review meeting with City staff.
Task B: This task involves the preparation of plans and specifications. Approximately 34
drawings are anticipated and will be packaged with contract specifications. The design
elements for this task have been established in the pre-design report. The significant design
elements are as follow:
. 22 feet diameter by 16 feet tall treated water storage tank (35,200 gallons "ross
capacity)
. 16 feet diameter by 11 feet tall backwash recovery tank (11,500 gallons grclSS capacity)
. 200 HP submersible well pump and non-enclosed, pitless well head
. 350 W Emergency generator
. 500-gallon, double-wall diesel storage tank
. Electrical transformer
. 1400 square foot well building with bathroom ~nd electrical room
. Iron and manganese filtration skid
. Sodium hypochlorite onsite generation system and 500 gallon solution stor.age tank
. Pressure booster pump skid
. Electrical panels and controls
. SCADA and PLC Programming will be the responsibility of the prime contrc:lctor.
However, S&8 will be named in the specifications as the required programmer, without
exception. The Consultant will write the control description for inclusion in the
specifications, and review the contractor's telemetry submittals/shop drawings (prepared
by S&8) for adherence to the specifications and written control strategy.
AG-C-226 KENNEDY/JENKS CONSULTANTS,INC. Amencinent#1
Page 3 016
--'-','---"-'- _n_
. Miscellaneous piping, valves, and instrumentation
. Site Civil elements including landscaping, driveway and parking pad, and !ieWer, water
and stormwater piping and connections.
In accordance with the pre-design report, architectural building elevations were de,veloped to
resemble the existing facilities at Wells NO.2 and 6. The proposed facility will be 4:onstructed of
split face eMU walls, wood with a standing seam metal roof.
TASK B, CONSULTANT DELlVERABLES:
1. Seven (7) sets of 11" X 17" drawings in AutoCAD 2002 for the 60% submittal.
2. Seven (7) sets of 24" x 36" drawings in AutoCAD 2002 for the 90% submittals.
3. Seven (7) sets of bound specifications for the 90% submittal.
4. One (1) electronic set of both plans and specifications for the 99% submittal.
5. Seven (7) copies of the engineer's estimate at 60% and 90% submittal for construction
costs.
6. One (1) set of final drawings and unbound specifications stamped by a registered engineer
in the State of Washington. Drawings will 24" x 36" and plotted on 4 mil mylar.
7. One (1) CD of electronic drawing files in AutoCAD 2002 format, including all e,demal
reference files and any custom fonts and plot settings, for the final developed drawings.
Electronic drawings will meet APWA drawing standards. Specifications will be provided
electronically as MS Word files.
TASK C, SERVICES DURING CONSTRUCTION
Kennedy Jenks will provide services during construction, as required to support thlB City's
inspection and contract management team.
Bid Assistance: Consultant will provide bid assistance in the form of responding to contractor
questions during bidding, issuing addendums, and attending one site visit with City and
contractor representatives.
RFls and Field Inspection Support: Consultant will provide up to 25 written clarificcltions to the
contractor with respect to the plans and specifications. Consultant will provide limited
construction observation for the purposes of assisting with inspection of nontraditicmal elements
such as iron and manganese filters and onsite chlorine generator, and electrical equipment and
components. The soils subconsultant, Zipper Zieman and Associates, will be available at the
City's request, for observation of excavation at critical facilities. Consultant will att4and the final
inspection and assist the City in developing a final punch list. Consultant will also provide start-
up assistance to include 40 hours for electrical and telemetry support, and 32 hours for
mechanical and treatment components.
AG-C-226 KENNEDY/JENKS.CONSULTANTS, INC. Amenctnent #1
Page 4 of6
--- ----~-~-,---_....._".
,
. '
.
ShOD Drawinas: The consultant will review and approve shop drawings generated by the
contractor and suppliers. All submittals shall be coordinated through the City prior to delivery to
either the Consultant or contractor.
Record Drawinas: Consultant will prepare record drawings with information suppliE~d by the
City's inspector. Consultant will conduct one field visit to clarify construction. Record drawings
will include red-lined, hand-drafted markups on existing mylars, and electronic reo:>rd drawings
on CD in AutoCAD 2002. The electronic drawings will include all external referenc:e files and
any custom fonts and plot settings.
Facilitv Maintenance and ODerations Manual: The Consultant shall provide the City an
operational manual utilizing those equipment manuals provided by the Contractor at the
completion of construction.
REQUIRED CITY PARTICIPATION:
1. Review and comment on draft plans at the 60%, 90% and 99% level, and the draft
specifications at the 90% and 99% level.
2. Provide the Consultant standard City contract documents, general conditions cmd
supplemental conditions for inclusion in the specifications.
3. Provide the consultant with standard construction details (if available) for paving, sidewalks,
and watermain, storm and sewer pipeline and connections.
4. Provide construction management.
SERVICES NOT INCLUDED
The following services are outside the scope of this agreement. In the event such services are
requested, the scope and payment shall be specified in a supplemental agreement
1. Permits or approvals from state or local agencies.
2. Preparations related to the pre-bid conference or bid opening.
3. Field inspection services and specialty inspection services, such as concrete and metal
testing.
4. Conducting or attending construction meetings, or construction scheduling.
5. Preparing or approving change orders or payment requests.
6. Hydraulic surge analysis.
AG-C-226 KENNEDY/JENKS CONSULTANTS,INC. Amenanent #1
page.t of 6
S
~_"_'< . ~. _a_._.._"._..__._.___
. .
, EXHIBIT "B"
FEE SCHEDULE
Patera laraen FOr1lV Criv.1 Robl.v RIV
Chona DI...cl
Project QA/QC Senior Senior Arch",ct OHlgn CAOO ProJoct Labor
Mlnlaor EnalnHr Dellanor Eleclr1cll Slruclurol EnalnHr DOllanor Admin Sublalll Ovorhlld Profit Tolll
$48.38 $51.48 $40.58 140.58 139.00 125.00 130.50 118.72
Hours Houri Hours Houri HQurs Hours Houri Hours 201% ~%
TASK A - Proloct.ldmlnlllnllon
Prol"'" Monlnoment 38 24 1 21ll(] 1 440' . '30 · 8922
M.ltinn. 4 4 4 1 458 1 918 . 60 . 1"'0
TASK B . OHlon
Pl ProceSllnd JOlfn1mentation Oianram 2 4 8 8 22 S 1454 S 2923 1 219 I. 4597
P' Process snd Instrumontotion Dilnroril 2 4 8 8 22 S 1454 S 29" "9 I. 4"97
P3 Procell "nd Instrumenlltion Dllarom 2 4 8 8 22 . 1454 I 2.923 I 219 I. 4597
Gl TIU. VicinHv mon Ind Drowinn u.t 2 4 1 172 1 348 1 26 I . 544
IG' Abbrevlltlon. 3 . 92 $ 164 S 14 I . 289
G3 Civil G.neral Sumboll 3 S 92 S 1M S 14 I. '8'
G4 Plnlnn Sumbal. Not.. Ind Sch.dul. 3 S 92 S 164 S 14 I . 289
G5 ~v.l.m Sch.mltic 3 . 92 . 54 1 14 I . 'A'
Ct Silo Plln 2 4 6 S 425 S 854S 54 I. ,.....
C2 Wlt.r Su.t.m nellU. 1 4 10 24 $ 1193 $ 2397 S 179 I. 3789
C3 Ero.lon Control 1 2 6 1 335 1 872 S 50 I . 1057
1 LlndlCl~ Plln 1 ISub' 2 1 50 1 101 S 81. 156
L2 Llndoco"" Plln 2 ISub' 2 . 50 $ 101 . 8 I. 158
Al Floor PI.n Buildinn Doll ond Fini.h Schedul. 1 2 12 2 24 S 1379 S 2773 S '08 I. 4380
A2 Elevations 1 2 2 10 S 481 S 9681 72 I . 1521
A3 oellil. 1 2 12 2 24 S 1379 S 2.n3 $ 208 i . 4380
51 Notes 5 1 153 . 307 1 23 I 1 482
S2 Concrete nan.r. notes 5 S 153 S 307 1 23 I . 4A'
S3 CMU Not.. end ooteil. 5 S 153 S 307 $ 23 .. 48'
54 Plans 1 6 10 24 I. 1355 . 2723 . 204 S 4282
S4 Elevations and Details 1 8 10 24 Is 1355 1 2.723 1 204 . 4'A'
55 Elevations and Detail. 1 8 10 24 ' $ 1355 S 2.723 S '04 . 4'R'
Ml Plln 2 3 8 10 S 723 S 1454 . 109 . 2288
M2 Section. ond DeIlU. 4 8 12 32 ' S 1794 I 1 3806 I S '70 . 5070
M3 Section. and Detaits 4 8 12 32 1 1794 I 1 3608 I . 270 1 587n
M4 HVAC Plln Ind Plumb/nn 1 6 3 8 24 S 1345 I S 2704 I S 202 . 42"
M5 Tank Plans 1 6 3 8 24 $ 1345 I S 2704 Is ,n, . 4 '5'
Me Tin" Section Ind Dellil. 1 6 3 6 24 S 1345 I 1 270411 202 . 4 ..,
El L.....nd 5 S 153 IS 307 I 1 '3 . 48'
E2 Site Plln Ind Sinal. 'no 2 16 2 24 S 1.512 $ 3039' $ "8 . 477'
E3 Sinnl. I 'ne Ind MCC EIIV1IUon. 2 16 2 24 . 1510 S 3039 S 226 S 4n9
E4 Power li""lend Buildinn Plln 2 16 2 24 1 1512 S 3039 1 "0 4m
5 Control Dlln..._ 2 10 14 S 914 $ 1637 S 1'0 . , ORA
8 ""1111 8 14 I 1 751 $ 1510 S 113 I . ,.,.
S""'ifications 6 10 14 6 50 I 1 2826 1 5670 S 425 I 1 89""
lIic 40 I $ 2059 1 4139 S 3.n I . 6508
TASK C - Construction Mlnlaomenl
Bid A..i.llnco 4 4 6 8 14 2 8 S 1475 S 2965 1 222 I 1 4681
RFI. And Su"",," In.nactlon. 4 8 16 12 24 4 8 $ 2507 $ 5038 S 3n ! . 7922
Shon DrowI~' 4 6 3D 32 50 90 4 8 S 7469 I 15052 $ "'7 . '3 688
RICard DrowInn. 1 6 32 $ 1174 S 2.380 1 177 . 3712
SlIrlun 6 40 24 S 7 1 5119 $ 383 S 6049
'3% Co.1 of Uvina Increo.. Ind SlIff Chon"".lollawonce from 200410 2005' I I I I I I I I 600 I I 16081 I 120 I $ 2528'
, TOIII All Tasks 85 I 48 I 158 I 209 I 102 I 358 I 580 I 48 I I 52140 I I 104 801 I $ 7847 I I 187318 ,
Subconllultanta:
Soils: Zipper leman & AuOciate. $1,500
Lands..pe: Lllnn Hom ~
Subconlultant l5ubtoml $4,500
5% Subcon.ulls",' Mlri<up 1225
Toml Subconlultunt COlt . $4,728
Mllcellaneoul Elcpen...
CADD Slalion U.e II>> $121hr 0 10
Mllesg. It 10.381m1 500 1160
Drowing R.production 1~low 11.200
Toml MilcellaneoLlI Costa 11,310
Estlmolld Dellgn Ind CM FH $173,421
Management ReHrte Fund 113.ODD
($4,000 'rom Phaso' wllIllso be lvalllblo'or ....)
TOTAL 1188,421
AG-C-226 KENNEDY JENKS CONSULTANTS, INC.
Pa".eofe ArNndment'1
._.,-.,...~. "._~-
~ '
AMENDMENT #2 TO AGREEMENT NO. AG-C-226 BETWEEN
THE CITY OF AU6URN AND KENNEDY JENKS CONSULTANTS
RELATING TO PROJECT NO. C324A, WELL 56 EXPANSION
THIS AMENDMENT is made and entered into this.L day of Ft:b('vcdy ,
2005, by and between the CITY OF AUBURN, a municipal corporation of the State of
Washington (hereinafter referred to as the "CITY"), and Kennedy Jenks Consultants
(hereinafter referred to as the "CONSUL TANT"), as an Amendment to the Agreement
between the parties for AG-C-226 executed on the 15th day of February, 2004, and
amended by agreement dated the 13th day of July, 2004.
The changes to the agreement are described as follows:
1. CONTRACT TERM: The term of the Agreement for Professional Services is
extended to August 31, 2005.
2. SCOPE OF WORK: There is no change in the scope of work.
3. COMPENSATION: There is no change to the amount authorized in the original
agreement.
REMAINING TERMS UNCHANGED: That all other provisions of the Aglreement
between the parties for AG-C-226 executed on the 15th day of February, 2004, shall
remain unchanged, and in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the
day and year first above written.
KENNEDY JENKS CONSULTANTS CITY OF AUBURN
By: ~ ~'-~
Autho zed signature Peter B. Lewis, Mayor
--------------~--------------------------------------------------
Amendment NO.2 for Agreement No. AG-C-226
Kenndy Jenks Consultants
Page 1 of 2
----.-.. - --",-'-'-'--'~,,-
, .
-
ATTEST (Optional): ATTEST:
By: ~~m~
Its:
Approved as to form (Optional): ~
Attorney for (Other Party) ity .! orney
__________w______________________________________________________
Amendment No.2 lor Agreement No. AG-C-226
Kenndy Jenks Consultants
Page 2 012
A'51 "'9
AMENDMENT #3 TO AGREEMENT NO. AG-C-226 BETWEENI
THE CITY OF AUBURN AND KENNEDY JENKS CONSULTANTS
RELATING TO PROJECT NO. C324A, WEll5B EXPANSION
THIS AMENDMENT is made and entered into this ~ day of ~/A.-1I-<.._ ,
2005, by and between the CITY OF AUBURN, a municipal corporatio f the State of
Washington (hereinafter referred to as the "CITY"), and Kennedy Jenl<s Consultants
(hereinafter referred to as the "CONSUL TANT") , as an Amendment to the Agn3ement
between the parties for AG-C-226 executed on the 15th day of February, 2004, and
amended b~ agreement dated the 13th day of July, 2004, and amended by agreement
dated the 9 day of February, 2005.
The changes to the agreement are described as follows:
1. CONTRACT TERM: The term of the Agreement for Professional Services is
extended to September 30, 2005.
2. SCOPE OF WORK: Due to higher than anticipated requests for information and
submittals, the start-up and as-built funds originally budgeted in Amendment #1
were exhausted. This amendment shall include funds for these previously identified
tasks. The tasks remain unchanged.
3. COMPENSATION: The amount of this amendment is $11,761 as shown in Exhibit
"A" which by this reference is attached and made a part of the agreement. The total
contract amount is increased to a total of $242,905.00. There is no changEi to the
Management Reserve Funds.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement
between the parties for AG-C-226 executed on the 15th day of February, 2004, shall
remain unchanged, and in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the
day and year first above written.
KENNEDY JENKS CONSULTANTS CI~
By: ~ '-- . .;::;---:::~
A"tiA9"'t"~ Pol" B. :.,,;.~ M,yoc
----------------------------------------------------------------
Amendment NO.3 for Agreement No. AG-C-226
Kenndy Jenks Consultants
Page 1 of 3
_ __u~____. _____~,._,..______..._~__ ____.___..___ _________._. _ _
ATTEST (Optional): ATTEST:
By: ~~L!Jfl~k~
Its: Danielle E. Daskam, Auburn City Clerk
Approved as to form (Optional): Approved as to form:
Attorney for (Other Party) ~ I1J~~.Pv-: ~O/'
Danie . Heid, Auburn Ci y ~ttorney
~--------------------------------------------------------------
Amendment No.3 for Agreement No. AG-C-226
Kenndy Jenks Consultants
Page 2 of 3
_..___.___n_ ___ ~------~----_....-
EXHIBIT "A"
FEE SCHEDULE
Peters Larsen Foray Crivel Robley Ray
Chon Direct
Project QAlQC Senior Senior Architect Design CADD Project Labor
Mana r En ineer Desi oer Electrical Structural En ineer Desi ner Admin Subtotal Overhead Prof"rt Total
$48.36 $51.48 $40.56 $40.56 $39.00 $25.00 $30.50 $18.72
Hours Hours Hours Hours Hours Hours Hours Hours
1
TOTAL AMENDMENT #3 $ 11,761
I
AG-C-226 KENNEDY JENKS CONSULTANTS, INC
Page 3ot3 Amendment #3
A~ r~.7
AMENDMENT #4 TO AGREEMENT NO. AG-C-226 BETWE:EN
THE CITY OF AUBURN AND KENNEDY/JENKS CONSULTANTS
RELATING TO PROJECT NO. C324A, WELL 58 EXPANSION
THIS AMENDMENT is made and entered into this .:v:>1'"I day of ~ '
2005, by and between the CITY OF AUBURN, a municipal corporation of the State of
Washington (hereinafter referred to as the "CITY"), and Kennedy/Jenks Consultants
(hereinafter referred to as the "CONSULT ANT"), as an Amendment to the Agreement
between the parties for AG-C-226 executed on the 15th of February, 2004, and
amended by agreements dated the 13th of July, 2004, the 9th of February, 2005, and
the 16th of June, 2005.
The changes to the agreement are described as follows:
1. CONTRACT TERM: The term of the Agreement for Professional ServiGes is
extended to December 31,2005.
2. SCOPE OF WORK: There is no change in the scope of work.
3. COMPENSATION: There is no change to the amount authorized in the original
agreement.
. REMAINING TERMS UNCHANGED: That all other provisions of the A~~reement
between the parties for AG-C-226 executed on the 15th day of February, 2004, shall
remain unchanged, and in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the
day and year first above written.
KENNEDY/JENKS CONSULTANTS
~~
By: ~
Aut VI it.. .Jm~
----------------------------------------------------------
Amendment NO.4 for Agreement No. AG-C-226
Kenndy Jenks Consultants
Page 1 of 2
... ...-- .. _._~~-._...-.__..- ---- ~'--'-'---------
ATTEST (Optional): ATTEST:
By: ~~~Ierk
Its:
Approved as to form (Optional):
Attorney for (Other Party)
--------------------------------------------------
Amendment No.4 for Agreement No. AG-C-226
Kenndy Jenks Consultants
Page 2 of 2
"--~-'----~-----~----"_._-_.-
A3.llo.C)
AMENDMENT #5 TO AGREEMENT NO. AG-C-226 BETWE:EN
THE CITY OF AUBURN AND KENNEDY/JENKS CONSUL T~~NTS
RELATING TO PROJECT NO. C324A, WELL 5B EXPANSION
'" ~ Z-ce,;,
THIS AMENDMENT is made and entered into thiso<";"-- day of ^1,"2665,
by and between the CITY OF AUBURN, a municipal corporation of State of 'washington
(hereinafter referred to as the "CITY"), and Kennedy/Jenks Consultants (hereinafter referred
to as the "CONSUL TANT"), as an Amendment to the Agreement between the parties for AG-
C-226 executed on the 1Sthof February, 2004, and amended by agreements (jated the 13th
of July, 2004, the 9th of February, 200S, and the 16th of June, 200S.
The changes to the agreement are described as follows:
1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to
March 31,2006.
2. SCOPE OF WORK: There is no change in the scope of work.
3. COMPENSATION: There is no change to the amount authorized in the ori~Jinal
agreement.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between
the parties for AG-C-226 executed on the 1Sth day of February, 2004, shall remain
unchanged, and in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day
and year first above written.
KENNEDY/JENKS CONSULTANTS CI .-?
By: ~ '- <b--- -...---,
--~
~
Auth izeb signature
ATTEST (Optional): ATTEST:
By:
Its:
Approved as to form (Optional):
Attorney for (Other Party)
----- ----.. ------ --.. -- -- ------.. -- --- --- ------- ----- --------------...
Amendment No.4 for Agreement No. AG-C-226
Kenndy Jenks Consultants
Page 1 of 1
_.,.____..___u .__._--~^._-~- I
A3.ICo.Q
AMENDMENT #6 TO AGREEMENT NO. AG-C-226 BETWE:EN
THE CITY OF AUBURN AND KENNEDY/JENKS CONSUL Ti\NTS
RELATING TO PROJECT NO. C324A, WELL 5B EXPANSI'ON
THIS AMENDMENT is made and entered into this !J!!!. day of ~ ' 2006, by
and between the CITY OF AUBURN, a municipal corporation of the State of Washington
(hereinafter referred to as the "CITY"), and Kennedy/Jenks Consultants (hereinafter referred to as
the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-226
executed on the 15th of February, 2004, and amended by agreements dated the 1 ~lth of July,
2004, the 9th of February, 2005, the 16th of June, 2005, the 30th of September, 2005, and the 26th
of January, 2006.
The changes to the agreement are described as follows:
1. CONTRACT TERM: There is no change to the date of termination.
2. SCOPE OF WORK: Due to the required additional hours to research and identi1:y omissions in
the construction red line drawings, the record drawing (as-built) funds originally budgeted in
Amendment #1 were exhausted. This amendment shall include funds for this pr'9viously
identified task. The task remains unchanged.
3. COMPENSATION: The amount of this amendment is $2,550. The total contract amount is
increased to a total of $245,455.00.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the
parties for AG-C-226 executed on the 15th day of February, 2004, shall remain unchanged, and in
full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and
year first above written.
KENNEDY/JENKS CONSULTANTS
, L~
-
By: ---
ATTEST (Optional): ATTEST:
By: iJ~,=--
Its: Danielle E. Daskam, Auburn City Clerk
Approved as to form (Optional):
Attorney for (Other Party)
- ---- ---- - --- - -- - -- ---- ---.... -- ---- -- --.. -------- --------- ---- ----..
Amendment No.6 for Agreement No. AG-C-226
Kennedy/Jenks Consultants
Page 1 of 1
____,,_u.