Loading...
HomeMy WebLinkAboutDMJM Harris (formerly Entranco Inc) AG-C-228 CZ1.1ro1 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-228 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, Entranco, Inc. whose address is 10900 NE 8th Street, Suite 300, Bellevue, Washington, 98004-4405, 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. The work identified by this Agreement is anticipated to be completed in the years 2004 and 2005. This Agreement shall terminate on December 31, 2004, and shall be amended by both parties for succeeding years as required to complete the work. 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 CONSULTANT shall be paid by the CITY for completed services rendered under the approved Scope of Work identified in Exhibit A. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, Agreement for Professional Services AG-C-228 April 16, 2004 Page 1 of 12 - ----~_.,-,-,. - ---_._._-_._-~~-----------_.._--_.--,._". supplies, equipment and incidentals necessary to complete the work. The CONSULTANT shall submit an itemized invoice to the CITY prior to payment, in a form similar to that attached as Exhibit C of this Agreement. Compensation for the work identified will be on a time and material basis, not to exceed the following totals for the current year and succeeding years combined. Design & Bidding Phase $ 386,000.00 Construction & Project Closeout Phase $ 63,000.00 Total Authorized Compensation $ 449,000.00 Compensation for work performed shall be based on the Schedule Ciutlined in Exhibit B of this Agreement. Exhibit B is attached hereto and by reference made a part of this Agreement. Compensation to be paid to the CONSULTANT for authorized work in succeeding years will be contingent upon availability of funds. Compensation shall include all consultant expenses including, but not limited to, overhead, profit and direct non-salary. The CONSULTANT shall be paid by the CITY for direct non-salary cost, per Exhibit B, at the actual cost to the CONSULTANT plus 5%. These charges may include, but are not limited to the following items: reproduction fees, communication fees, and mileage. The billing for non-salary cost, 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 effol1 being Agreement for Professional Services AG.C-228 April 16, 2004 Page 2 of 12 - - -----..--------..".- .__u_ - ~---- ~- 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 f1eixibility 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 $25,000. 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. 5. SUBCONTRACTING. The AGENCY permits subcontracts for those items of work necessary for the completion of the project. The CONSU L T ANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the AGENCY. No permission for subcontracting shall create, between the AGENCY and subcontractor, any contractor 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 exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, Agreement for Professional Services AG-C-228 April 16, 2004 Page 3 of 12 - - ----.-...-..-.--.-._..___....__._._.___.__~ n' ~_ .__~ --....-.. drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any 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 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, 7. 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 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 Agreement for Professional Services AG.C-228 April 16, 2004 Page 4 of 12 - ~ the CONSULTANT'S agents or employees. 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 herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, 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 covera~le 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 CONSULTANT under the terms of this Agreement, by the CONSULTANT, its employees, agents and subcontractors, Agreement for Professional Services AG-C-228 April 16, 2004 Page 5 of 12 - -~---.- ----.-.' 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 CONSUL.TANT has fully complied with this section, 10. NONDISCRIMINATION. The CONSULTANT 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. 11. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and 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 Agreement for Professional Services AG-C-228 April 16, 2004 Page 6 of 12 -- "-.- - ----...- 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 (13) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY, the Inspector General of the United States Department of Commerce, the Economic Development Administration, the Comptroller General of the United States, or any of their duly authorized representatives shall have access to any documents, books, papers, and records of the CONSULTANT which are directly pertinent to the Agreement, for the purpose of making and audit, examination, excerpts, and transcriptions 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 Agreemsint. "Reuse by the CITY of any of the drawings, computer disks, documents, records, books, specifications, reports, estimates, summaries and such other information and materials on any other unrelated project without the written permission of the CONSULTANT shall be at the CITY'S sole risk," 12. 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; Agreement for Professional Services AG-C-22B April 16, 2004 Page 7 of 12 .- -- .--..-.-..--.-.- (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 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. 13. 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 Agreement for Professional Services AG-C-228 April 16, 2004 Page 8 of 12 - ___________'___m______________ .".__._.,_,,_.....___...- _...______ -.--. may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process, 14. GENERAL PROVISIONS. 14,1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws, 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement 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. 14,3, 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, 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, Agreement for Professional Services AG-C-228 April 16, 2004 Page 9 of 12 - -.--. .---.-------..- . "---------------- - -----~...--._._...- 14.6. 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, 14,7, The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14,8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9. This Agreement shall be administered by Dennis Cearns, 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 Entranco, Inc. Attn: William S, Helbig, P.E. Attn: Tim Hedges, P.E. 25 W Main Street 10900 NE 8th Street, Suite 300 Auburn, WA 98001 Bellevue, WA 98004 Phone: 253,288.3142 Phone: 425.454,5600 Fax: 253,931.3053 Fax: 425,454,0220 E-mail: whelbig @cLauburn.wa,us E-mail: thedges@entranco,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 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 14.9, 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. Agreement for Professional Services AG.C-228 April 16, 2004 Page 10 of 12 - -------...-------...--- ---~ 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. 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-228 April 16, 2004 Page 11 of 12 - n -----_.,~- ____..___.. u_____ CITY OF AUBURN ~~~ Peter B Lewis, Mayor Date Lll~k+ ATTEST: APPROVED AS TO FORM: Entranco, Inc. BY: ..... Title: Senior Vice PresidenVBranch Mqr. Federal Tax 10 # File: H:\ConsultantslAgreements\2004IAGC228 Agreement (Entranco).doc REF: H:\FORMS\FE054 (6/03) Agreement for Professional Services AG-C-228 April 16, 2004 Page 12 of 12 - ____.._._...___.____u._____ - - ----- -'----"- EXHIBIT A SCOPE OF SERVICES During the term of this AGREEMENT, Entranco, Inc. (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the followin~1 project: Project C326A C STREET SW ROADWAY IMPROVEMENTS Ellingson Road to 15th Street SW 1. PROJECT DESCRIPTION The work consists of providing conceptual design; final design; topographic surveying; geotechnical engineering; and preparation of construction plans, specifications, and estimate of probable construction cost for a total for approximately 8,700 linear feet of roadway widening improvements. The anticipated improvements generally include overlay of existinll pavement; roadway widening to accomplish two new lanes of traffic/pavement; storm drainage collection, conveyance, and control; and signal improvements including two new signals, two existing signal modifications, and traffic signal interconnect throughout the project limits, The work being considered consists of two primary design segments: Segment A - "Southern Segment" constitutes approximately the southern 2,.900 linear feet of improvements from Ellingson Road running northward, Design plans for this segment of roadway have been previously completed by Safeway, Inc. and am considered to be approximately 70% complete by the CITY. Work to be completed for this segment generally includes re-design of the storm drainage conveyance system to incorporate additional roadway area from Segment Bto the north, design of signal modifications and improvements at Ellingson Road and the entrance to the Safeway site, preparation of final design details, and "re-packaging" of the design documents for consistency with CITY bidding and construction requirements. Segment B - "Northern Segment" constitutes approximately the northern 5,800 linear feet of improvements running northward up to 15'" Street SW. No previous design has been undertaken for this segment. Work to be undertaken and completed for this s€'gment generally includes conceptual design, final design, and preparation of construction documents for roadway widening, pavement overlay, storm drainage improvements, and design of signal modifications and improvements at 1S'h Street SW and the entrance to the GSA site. It is anticipated that one set of construction documents (plans, specifications, and t3stimate) will be prepared encompassing all work for Segments A and B above. Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 1 of 14 - __ ______._n u~ ---..--- 2. RELATED STUDIES AND PLANS Related studies include: . Pavement Evaluation, C Street SW from Ellingson Road to SR-18, Kleinfelder, June 24,2002 . Rnal Geotechnical Engineering Report - Safeway Distribution Facility, Kleinfelder, January 15, 2003 . C Street Improvement Drawings (FAC03-Q011) - Latest Edition, W&H Pacific . GDESC Design Report - Safeway Distribution Facility, W &H Pacific . Lakeland Hills Forcemain Replacement Plans, King County DNR . Traffic Impact Analysis - Safeway Distribution Center, Heffron Transportation 3. ASSUMPTIONS This scope of work is based on the following assumptions: a. Budget for the project scope is based on a project design schedule of ~i months commencing notice-to-proceed, b. Man-hour estimates assume that one contract bid package will be prepared representing all work items associated with the project. c. Applicable City of Auburn and/or WSDOT Standard Plans may be included in the Contract Provisions. d. CONSULTANT reserves the opportunity to shift budget between work tasks. e. Analyses, design, plans, specifications, and estimates performed or prElpared as part of this project will be in English units. f. APWA and City of Auburn Drafting Standards will be used. g. No additional traffic analyses will be required. h. C Street will be closed to through traffic during construction; local traffic: will be provided for. i. See "Items and Services to be Furnished by City" below. 4. ITEMS AND SERVICES 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 CONSULTANT is entitled to rely upon the accuracy and completeness of the data furnished by the CITY: a. b, Any pertinent record drawings, plans, reports, and information on the current project and on public works and/or private projects within the immediate vicinity. c. Current roadway/storm drainage/frontage design plans, traffic report, and drainage report prepared for Safeway site improvements (electronic format if available). d, Current plans for sanitary sewer improvements (electronic format if available). e. Current plans for water system improvements (electronic format if available). f. Conceptual layout and location of ingress/egress improvements at SafeiWay and GSA sites. g. Horizontal and vertical survey datum and control points established within and adjacent the project limits. h. Plans for future trail system, if available. i. Contract Provisions (Specifications) "boilerplate". Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 2 of 14 - _.._.~-------- --.-' ~----_.._~-- j. 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. k. Field review of proposed improvements with the CONSULTANT. I. Rights-of-entry upon all lands necessary for the performance of the wOlrk, including field reviews, soil exploration and surveying m, Payment of all review and/or permit fees. n. Listing of all known utilities and/or companies with the project limits. 0, Painted utility locates for underground utilities. p, Advertisement for bids and payment of associated costs. q. Right-of-way acquisition. r. Locations of existing and proposed right-of-way. s. Public involvement coordination. t. Review and submittals of various forms/applications to appropriate regulatory agencies. u. Environmental documentation and permit applications v, Utility Coordination w. As-built utility drawings, if available x. Electronic CAD standard details y. Conceptual traffic signal layout at Ellingson Road z. AL TA Surveys, if available 5. DESIGN CRITERIA. Reports prepared as part of this scope of work, to thel extent feasible, shall 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, 2002 edition and applicable Amendments b. WSDOT/APWA Standard Plans for Roads, Bridge, and Municipal Construction c. Design Manual d. Plans Preparation Manual e. Construction Manual AASHTO Publications f. A Policy on Geometric Design of Highways and Streets City of Auburn Standards g. Design and Construction Standards h. Drafting Standards Other Publications i. FHWA and Washington State Department of Transportation, Manua.l on Uniform Traffic Control Devices (MUTCD) j. Washington State Regulations, Accessibility Design for All (ADA) k. Requirements for Approved Construction Projects, Ninth Edition (April 2000), US Department of Commerce Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 3 of 14 - ._-_.._._~.- ---_._.~ ___M 6. WORK TASKS 6.1. 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 subconsultants during the course of the project. The CONSULTANT shall manage the schedule, scope, budget, and quality OVE,r 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 to the attention of the CITY's Project Manager. The CONSULTANTs Project Manager will maintain periodic communication wilth the CITY's Project Manager and the CONSULTANTs Project Team via informal meetings, telephone discussions, electronic mail, and fax. Prepare and maintain action item and project change lists for significant items of work. Project Work Plan The CONSULTANT shall prepare a Project Work Plan that will clearly communicate the conduct and expectations of the project to all direct participants (the Project TElam). The Project Work Plan will include: . A statement of the project mission, vision and goals for the project, as well as roles and responsibilities for development of the design; . A project team definition that defines roles and responsibilities of the key tElam members; . A Communication Plan outlining the process to be used to coordinate and communicate project issues to the Project Team and defining reporting, documentation and communication protocols; . A QAlQC Plan outlining the methods and schedule for identifying CITY and CONSULTANT expectations, quality periormance measures, deliverable format, design and drafting standards, and senior review of deliverables; and . A baseline project schedule as defined below. The CONSULTANT shall prepare a preliminary draft of the Project Work Plan for review by the CITY's Project Manager and incorporate any comments into a final draft PlrOject Work Plan. Project Schedule & Updates Upon consultation with the CITY, the CONSULTANT shall prepare and maintain a project schedule using MS Project 2000 to track progress of the deliverable,s. The project schedule shall be based on the work plan and shall show major and support activities. Key milestones/deliverables are: 1, CONSULTANT Notice to Proceed: April 20, 2004 2. Submit 30% Documents May 21, 2004 3. Submit 95% Plans Specifications and Estimate June 25, 2004 4, Submit 99% Plans, Specifications July 16, 2004 5. Submit Final Plans, Specifications and Estimate July 30, 2004 Agreement for Professional Services AG.C-228 April 16, 2004 Exhibit A Page 4 of 14 - ---------- ----------.-- ___n__ ---- The duration of the reviews by the CITY and by others is given in the project schedule. The deliverable submittal dates and the AGREEMENT completion date are based on timely reviews of deliverables by the CITY. The baseline project schedule will include a one (1) week CITY review period for the following PS&E submittals. Funding agency reviews will be performed concurrent with CITY review. The schedule timing and sequencing in this contract is subject to adjustment by the CITY. Any adjustment in the schedule shall be coordinated between the CITY and the CONSULTANT. No modifications shall be made to the schedule without prior written approval from the CITY. The CONSULTANT shall develop strategies/recommendations for keeping the project on schedule and within budget, if changes are required. The CONSULTANT shall update the project schedule monthly to clearly indicate progress and changes. Monthly Progress Reports & Invoices Monthly progress reports shall be submitted with invoices. The progress mports shall summarize start, finish and percent complete for deliverable tasks during the billing period, percent complete of overall project elements, and anticipated delivmable tasks for the next month, The CONSULTANT shall also summarize in the monthly progress reports problems 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 shall be highlighted. The CONSULTANT shall prepare a list of potential commitments and design decisions for the design file that may be necessary for the design and/or construction of this project. Monthly invoices for work completed to date shall be submitted to the CITY. The invoices shall summarize budget, expenditures and percent expended for deliverable tasks during the billing period. and percent expended of overall project elements. Invoices shall be submitted with the monthly progress report and follow the guidelines presented in Exhibit C, Project Coordination Meetings Project coordination meetings shall be conducted on a regular, weekly basis, ThEl CONSULTANTs Project Manager and other team members as appropriate shall be available to attend project coordination meetings. Project progress, project risks, potential changes, schedule impacts, cost issues, and regulatory issues may be discussed. The CONSULTANT shall provide the CITY with an agenda for each progress meeting. The CONSULTANT shall be responsible for preparing a summary of key issUEls and action items for all meetings and shall supply the CITY with a copy of the summary. The CONSULTANT shall prepare for, attend, and document up to twelve (12) projElct progress meetings with the CITY. Deliverables: Project Work Plan (1 copy) Monthly Progress Reports Action Items List updated weekly Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 5 of 14 - - "--_...~...__...__._- ___u__~. __ __.__m_____.._ __n_.___.....__.........__ Project Schedule - baseline schedule and monthly updates Progress Meetings - 12 meetings 6.2. Quality Assurance Review The CONSULTANT shall implement quality assurance procedures to ensure that all project deliverables are subjected to in-house peer reviews prior to submittal to the CITY. These reviews will be conducted under the direction of the CONSULTANT's Project Quality Assurance Manager and 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 wilth the CITY's 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. 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 6.3. Data Collection & Review The CITY shall provide the CONSULTANT with all available data pertainin!l to this project, including: . Available CITY-owned utility information; . Available As-built drawings . Available existing right-of-way information; . Other items to be provided by CITY as defined above. Key CONSULTANT project personnel shall visit the project site and familialrize themselves with the site conditions and data collected for the project, The CONSULTANT shall obtain photographs for design reference. The base maps shall be field checked by the CONSULTANT to ensure complete and accurate repmsentation of existing conditions. The CONSULTANT shall also field check the design to assure the design fits the conditions in the field. The CONSULTANT will attend up to six (6) site review visits. After data review above, notify Agency of any additional information or clarification required. 6.4. Surveying and Base Mapping. Set intermediate horizontal and vertical control; perform topographical survey; and develop base maps within project ri9ht-of-way (approximate gO-foot width) between Ellingson Road and 15th Street SIN, including the area up to, and including, the first railroad spur along the GSA frontage, Also, provide topographic survey and base mapping for a distance of 150 feElt in all Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 6 of 14 - _____,_.. ._.0'______.___ --_.__._-------_._--_..~ --~- --..- directions within Agency right-of-way at Ellingson Road, 15th Street SW, and designated GSA access location. Field Surveying a. Review horizontal and vertical survey control and datum provided by the Agency. b. Establish temporary intermediate survey control points within the projeGt limits, Locate visible aboveground property monumentation, existing right-of-way, and centerline monuments. Horizontal and vertical datum provided by the Agency will be used. c. Conduct initial topographic survey locating roadway crown, edge of pavement, and utility poles. d. Conduct final topographic survey (gO-foot approximate width), locating adjacent above-ground structures, fences, driveways, above-ground utilities, curbs, sidewalks, other street improvements, striping, trees and shrubs, signs, "painted" utility locates, and major breaks in grade. e. Perform field measure-downs for storm drainage structures and sanitary sewer structures within the limits of new topographic survey. Base Mapping f. Prepare 1"=20' scale base maps using field survey data above and existing record drawings provided by Agency and utility companies. To the extent practical, the base maps will show planimetric features including known underground and overhead utilities. Deliverables: 1"=20' scale Base Maps (hard copy and electronic format) Electronic Digital Terrain Model Copies of Field Books and Measure-downs (1 copy) 6.5. Geotechnical Engineering Data Review a. Review existing geotechncial data and assumptions with the Agency to discuss level of concurrence with previous pavement design recommendations and traffic data assumptions. Field Exploration b. Perform infiltration tests at up to 10 locations in accordance with King County Design Manual requirements. The CONSULTANT will provide backhoe and operator. CONSULTANT shall obtain construction permit for work in right-of-way, c. Perform up to 11 soils borings to a depth of up to 30 feet as follows: . 5 borings at approximate signal pole locations at the entrances to the Safeway Distribution Facility; the GSA, and the intersection of C Street and Ellingson Road, . 6 borings in areas where the roadway will be widened. Laboratory Testing d. Perform geotechnical laboratory testing to fill in data gaps from the existing geotechnical data. The testing program will include moisture content, grain-size distribution, and CBR testing. Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 7 of 14 - - ~..~_.- Engineering Analyses. Perform engineering analyses that in combination with the results of the fieldwork and laboratory testing programs will serve as the basis for design and construction recommendations. Design recommendations will include the following: e. Site preparation and grading including evaluation of the suitability of on-site soils for use as fill, gradation criteria for imported fill soils, and placement and compaction criteria of on-site and imported soils, f. Fieldwork performance for dry and wet weather conditions, g. Support of pavements. h. I nfiltration rates. i. Temporary and permanent site drainage and erosion control measures, j. Signal pole design criteria based on Washington State Department of Transportation (WSDOT) procedures. k. Asphaltic concrete pavement structural sections for those areas requiring new pavement. Geotechnical Report I. Prepare a Preliminary Geotechnical Design Memorandum based on thE~ existing geotechnical data and the anticipated final design concept. The purpose of this preliminary design memorandum is to provide the design team with sufficient geotechnical information to commence design efforts. m. Prepare a Draft Geotechnical Report that compiles the existing and new geotechnical information into one report. n. Prepare a Final Geotechnical Report that incorporates responses to design team and Agency comments. Deliverables: Preliminary Geotechnical Design Memorandum (2 copies) Draft Geotechnical Report (2 copies) Final Geotechnical Report (1 bound copy, 1 unbound copy) 6.6. Utility Coordination The CITY shall prepare and send a notice containing the scope and schedule of the project, and include project plans, to all public and private utility agencies with underground or overhead facilities that may be affected by the project. Thel CITY shall provide coordination of proposed improvements with the various public and private utilities to resolve conflicts and facilitate permitting. Utility coordination meetings shall be the responsibility of the CITY. All aspects of coordination of the work required under this AGREEMENT with outside agemcies, groups, or individuals shall receive advance approval by the CITY. 6.7. Preliminary Design (30%). Document design criteria; develop and document preliminary roadway and drainage design alternatives; prepare estimates of probable construction cost; and recommend alternative for selection by Agency. The Agency will select a preferred design alternative. Design Criteria a, Develop roadway, storm drainage, and signal design criteria to be used on the project. Prepare Draft and Final Design Criteria Technical Memorandum. Coordinate with Agency to incorporate Agency's comments. Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 8 of 14 - ---..."-.----.. . .-- -----..-----------,----., --,-_.__...~-_...- . --."--'--.-. -..----- Roadway Alignment b. Segment A - Review and incorporate roadway alignment, design cross section(s), and channelization provided by the Agency. c. Segment B - Meet with Agency and discuss probable alternatives for roadway horizontal alignment, cross section, and channelization design. d. Segment B - Prepare the preferred roadway alternative including horizontal alignment, typical roadway cross section, channelization, and "edge" tmatment. Consider impacts to existing and future utilities, existing roadway cross section, railroad crossing, GSA access, future trail location, and project storm drainage design, Prepare conceptual quantities and estimates of probable construction cost to facilitate relative cost comparison, Storm Drainage e. Segment A - Review current storm drainage design and storm drainage report provided by the Agency for roadway storm drainage design proposed by Safeway development. f. Segment A - Prepare preliminary re-design of underground storm drainage conveyance from roadway to Safeway pond - maximize north-reaching capability of underground system. The intent is to convey as much Segment B storm drainage to the south as is feasible. The "current" drainage collection concept will not be modified. g. Perform preliminary storm drainage runoff calculations for existing and proposed roadway runoff. Ascertain the total area of roadway storm drainage which may be controlled by the Safeway pond. Document preliminary storm drainage calculations in Storm Drainage Alternatives Comparison Memorandum (see below). h. Segment B - Meet with Agency and discuss probable alternatives for storm drainage collection, conveyance, and control (detention/infiltration). i. Segment B - Prepare up to three storm drainage alternatives incorporating various combinations of collection, conveyance, treatment, and control, Consider impacts to existing and future utilities, proposed roadway cross section, and future trail location. Prepare conceptual quantities and estimates of probable construction cost to facilitate relative cost comparison. j. Prepare Draft Storm Drainage Alternatives Comparison Memorandum documenting advantages and disadvantages represented by each storm drainage de'sign alternative, Prepare preliminary design team recommendation for prefe,rred alternative. k. Meet with Agency and discuss findings of conceptual storm drainage alternatives analysis. Document Agency comments. I. The Agency will select a Preferred Storm Drainage Alternative, m, Prepare Final Storm Drainage Alternatives Comparison Memorandum documenting selection of the Preferred Storm Drainage Alternative. Traffic Signals n. Review available traffic data and reports provided by Agency. Inform Agency of any additional traffic data needs. o. Perform field review of existing traffic signals at Ellingson Road and 15'" Street SW. Document existing configuration and operation. p, Meet with Agency to discuss and determine traffic signal design and intl3rconnect requirements and preferences. Field review "representative" signal system designated by the Agency, Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 9 of 14 - -_..__-.-_--~.__. ------- --.- q. Prepare Draft and Final Traffic Signal Design Memorandum documenting Agency requirements and incorporating Agency's comments. r. Prepare conceptual plan layout for new traffic signal components at Safeway and GSA properties, and traffic signal modifications at Ellingson Road and '15th Street SW. Prepare estimates of probable construction cost for each signal location and signal interconnect. Preliminary Plans and Estimate s. Prepare Preliminary Plans documenting preferred roadway, storm drainage, and traffic signal designs. Plans will include the following elements: . Roadway horizontal alignment and stationing. . Topographic survey and right-of-way. . Overall profile of existing roadway. . Typical roadway cross sections. . Roadway channelization, edge of pavement, shoulders, and driveways. . Traffic signal layouts and power source locations (not including wiring diagrams). . Storm drainage plan layout (ditches, pipes, catch basins, infiltration" etc.) labeling preliminary pipe slopes, sizes, and flow directions. . Typical details for storm drainage treatment and control components. \. Prepare preliminary quantities and Estimate of Probable Construction Cost. Deliverables: Draft and Final Design Criteria Technical Memorandum (2 copies) Draft and Final Storm Drainage Alternatives Comparison Melmorandum (2 copies) Draft and Final Traffic Signal Design Memorandum (2 copies) Preliminary Roadway, Storm Drainage, and Signal Plans (2 copies) Preliminary Estimate of Probable Construction Cost (2 copie!s, electronic copy) 6.8. Final Construction Documents (95%, 99% and Final Design). Prepare 95%, 99% and final design plans, specifications, details, and estimate of probable construction cost (95% only) for roadway, storm drainage, and signal system improvements. Final Design a. Finalize typical roadway sections, b. Finalize horizontal and vertical roadway alignment. c. Finalize channelization and signing. d. Finalize storm drainage design. Storm system design calculations will be included in a brief Storm Drainage Design Summary Memorandum, which will be submitted at the 95% complete stage. e. Finalize traffic signal system and interconnect design (including wiring diagrams). Plans Preparation f. Prepare plans with such provisions and in such detail as to permit convlenient layout in the field for construction and other purposes, The plans will be prepared to the level of competency presently maintained by practicing professionals in the field of transportation engineering in the Puget Sound Region g. Plans will include details for the construction of the proposed improvements including new cement curb, gutter, storm system modifications, and utility adjustments. h. Plans will consist of the following: Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 10 of 14 - ------- ..-..------.- . Title Sheet including project title and number, sheet index, and Age,ncy officials, . Standard Legend and Symbols. . Site Preparation and Grading Plans. . Typical Roadway Sections and Edge Conditions . Roadway and storm drainage plan sheets including existing base mapping, centerline of construction, right-of-way, roadway crown, proposed intersection locations, dimensions, cut/fill slope and edge adjustments, construc:tion notes, and other information mutually agreed upon by CONSULTANT and Agency. . Roadway Profiles, Sections and Details . Paving Plans and Details . Storm Drainage System Plans . Channelization and signing plan sheets including existing base mapping, proposed channelization, signing, and dimensions. . Special Details . Traffic Signal Plans and Wiring Diagrams. i. Plans will be in such detail as to permit the development of an estimate, of quantities for the pertinent items of work to be performed in the construction of thl3 project. j, Prepare plans in ink or equivalent on 22" x 34" mylar sheets. k, The scales to be used, the lettering, and general delineation of the plans will be such as will provide legible reproduction when the plans are reduced to one-fourth of their original size (50 percent reduction), I. The horizontal scale for the plan sheets will be '" = 20'. m. The vertical scale for the plan sheets will be 1" = 2'. Deliverables: 95% Design Plans (2 full-size, 5 half-size copies) Storm Drainage Design Summary Memorandum (2 copies) 99% Design Plans (2 full-size, 5 half-size copies) Final Design Plans (1 full-size original mylar, electronic AutoCAD 2002 files) Contract Provisions n. Prepare Contract Provisions ("Specifications") for the project. These will include Special Provisions for the items of work which are not covered by the 2002 WSDOT/APWA Standard Specifications, including and Agency General Requirements, and bid and contract forms. The Agency will furnish examples of the Contract Documents, Deliverables: 95% Contract Provisions (5 copies) 99% Contract Provisions (5 copies) Final Contract Provisions (1 original unbound, electronic MSWord files) Estimate of Probable Construction Cost o. Calculate quantities. p. Prepare estimate of probable construction costs based upon the approved construction plans, bid item quantities, and current unit bid prices. It is mutually agreed that any cost estimate provided by CONSUL TANT will be on a basis of experience and judgment, but since the CONSUL T ANT has no control over Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 11 of 14 - - --- - ---.-.'.----.--.------,----- - -------.-----.. "-- market conditions or bidding procedures, the CONSUL TANT cannot w,~rrant that bids or ultimate construction cost will not vary from these cost estimates. Deliverables: 95% Estimate of Probable Construction Cost (5 copies) Final Engineer's Estimate (electronic MSExcel files) Submittals & Review Meetings. The CONSULTANT shall prepare PS&E submittals to the CITY for review. The. CONSULTANT shall participate in review meetings with the CITY following each submittal, as defined below. Following each meeting, the CITY shall provide to the CONSUL.TANT their formal review comments, The CITY may consolidate their comments into a sin91e set of plans and special provisions to the extent possible, so as to facilitate the CONSULT AI'lTS response, If CITY comments are not consolidated into a single set, the CITY shall be resPQnsible for coordinating and resolving any conflicts or discrepancies between multiple comments. The CONSULTANT shall modify the plans and special provisions to incorporate CITY review comments, or otherwise resolve such comments, at which point the submittal shall be considered to be 100% complete. 95% and 99% Submittals The CONSULTANT shall submit two (2) full size and five (5) half size plan and specification sets for the 95% and 99% submittals, which shall be the complete PS&E and shall include all drawings, quantities, the specification package, the Engineer's Estimate and pmliminary critical path schedule for construction. Final PS&E Submittal The CONSULTANT shall submit one (1) full-size (on 4 mil mylar) plan sets and original unbound specification sets for the final PS&E, which shall include all drawings complete, the CONSULTANT's stamp, date and signature, the quantities complete, the specifications package ready to advertise for bid, the final Engineer's estimate of probable construction cost and preliminary critical path schedule for construction. The CONSULTANT shall make no further changes to the documents without approval of the CITY. The CITY shall sign and date the drawing, The CONSULTANT shall prepare for, attend, and document up to two (2) revilew meetings with the CITY following submittal of the 95% and 99% packages. The CONSULTANT shall incorporate CITY comments into the following submittal package. The CONSULTANT shall prepare a response matrix or memo clearly showing how CITY's comments were incorporated into the revised plans. Deliverables: Submittal review meetings Response to Agency's Comments 6.9. Construction Schedule The CONSULTANT shall prepare a construction schedule in CPM format using Microsoft Project. Provide three copies of a draft schedule for the CITY to r,eview. Incorporate all comments and prepare a final construction schedule. Provide one hard copy and digital files to the CITY. 6.10. Assistance During Bidding Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 12 of 14 - ."'~,.__.._-_._-,--- - -...- -'~' ._,.__._----------_.~.- ----- --.. The CITY will advertise for bids and distribute plan and specification sets to prospective bidders. 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. The CONSULTANT shall prepare up to two - five- page addenda if modifications to the contract documents are deemed warranted by CITY during the bidding process. The CONSULTANT shall attend a pre-bid conference to assist the CITY in responding to questions raised by prospective bidders. CONSULTANT shall also review bids for accuracy and prepare a bid summary tabulation, if requested by the CITY. Deliverables: Prebid Conference Response to Bidder's Questions Addenda (2) Bid Tabulation, if requested 6.11. Construction Period Services. Office Engineering The CONSULTANT shall provide office engineering support services durin9 a construction period not to exceed ten (10) months as requested by the CITY. CONSULTANT services may include: 1. Attend the preconstruction conference and assist the CITY as necessary ill the following: . Preparing and distributing notices . Preparing agenda . Preparing and distributing minutes of the meeting. 2. Attend up to ten (10) periodic on-site construction meetings. 3. Attend special inspections on-site up to ten (10). 4. Research contract documents and prepare written and oral responses to questions regarding the intent of the contract documents. 5. Review shop drawings, samples, test reports, and other data submitted by the Contractor for compliance with the information required by the contract documents. The CONSULTANT will assist the CITY with the review of the Contractor's sch,3dule for contract compliance, Deliverables: Attendance at Preconstruction Conference On-site Construction Meetings - 10 budgeted On-site Special Inspections - 10 budgeted Responses to Requests for Information Shop Drawing/Submittal Review 6.12. Project Closeout Closeout Meeting At the completion of construction, the CITY and CONSULTANT shall condLlct a review of the design and construction and the performance of the CONSULTANT, tho technical quality of the design work, the management and communication of the projl3ct manager Agreement for Professional Services AG-C.228 April 16, 2004 Exhibit A Page 13 of 14 - ----_.-...- ~ .--- and team, and compliance with the schedule and budget. The review shall result in a summary of "lessons learned" and form a basis for continuous improvement of both the CITY and CONSULTANT. Electronic Data Transfer At the completion of construction, the CONSULTANT shall provide the CITY with electronic files of design files, base maps, plans and other contract documonts. All drawings shall be provided in AutoCAD 2002 format. Archiving At the completion of construction, the CONSULTANT shall archive all projeict files, Archives shall be made available at the request of the CITY or funding agency for review for a period of six years following completion of construction. Record Drawings The CONSULTANT shall provide record drawings per City of Auburn requirements, The CITY shall provide inspector's reports and records, as required, and redlined markups of construction drawings. The CITY shall provide the original mylar drawings for CONSULTANT'S use in preparing record drawings. The CONSULTANT shall prepare both handwritten and electronic copies. Preliminary Submittal: The CONSULTANT shall provide two sets of full size prints to the CITY, Final Submittal: The CONSULTANT shall provide the original mylars with handwritten markups and digital files (AutoCAD 2002 format) as final Record Drawings, Deliverables: Closeout Meeting Record Drawings (original mylars and electronic files) Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit A Page 14 of 14 - -~.__._------_..- -------.--- -~.- ---....-- EXHIBIT B FEE SCHEDULE ENTRANCO, INC. CHARGES: Charges for employees are determined by the hourly rates listed below and include all costs for direct salary, overhead and profit. Charges for reimbursable Elxpenses are specified below. Personnel Labor Rates Labor Category Hourly Rate Labor Category Hourly Rate Staff Support $53.00 Survey Manager $165.00 Technical Support $68.00 Survey Crew (2-Person) $135.00 Project Assistant $74.00 Survey Crew (3-Person) $185.00 Graphic Illustrator $82.00 Engineering Technician $97.00 Lead Technical Support $85.00 Environmental Field Scientist $82.00 CADD Technician $69.00 Engineer/Scientist $89.00 Senior CADO Technician $78.00 Staff Engineer/Scientist $94.00 CADD Technician/Designer $95.00 Design Engineer/Scientist $105.00 Designer $95.00 Resident Manager/Senior ~i160.00 Technical Manager Senior Designer $100.00 Resident Engineer 1 $107.00 Technical Manager $89.00 Resident Engineer 2 ~i140,OO Construction Inspector $77.00 Project Engineer/Scientist ~i110.00 Senior Construction Inspector $88.00 Sr. Project Engineer/Scientist $115,00 Construction Inspector 111 $93.00 Project Manager/ $133.00 Engineer/Scientist Technician Trainee $63.00 Project Manager 1 $142,00 Survey Technician I $53.00 Project Manager 2 $154.00 Survey Technician 11 $65.00 Project Manager 3 ~;165.00 Field Survey Specialist $85.00 Project Manager 4 $180.00 Survey - Office, Senior $80.00 Principal/Project Manager $190.00 Survey - Office Lead $110.00 EXDense Rates Expense Category Billing Rate Mileage $0.375/mile Internal Pay Items Cost Outside Photocopies/Printing Cost + 5% Transportation by Pubiic Carrier Cost + 5% Outside Services or Subconsultants Cost + 5% Outside Materials and Supplies Cost + 5% Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit B Page 1 of 1 - -----~-----_._..__.._._,-- --- --.-., - .- ------ EXHIBIT C 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-228), . Project number(s) listed (I.e.: C326A), . 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 EIre to inform consultants as to what is required for break down information and if backup inlormation 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 !~et an amendment in place. . Invoices for previous year are due by January 10'h. . For granVspecial funded projects there might be other special information needed, Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit C Page 1 of 1 - _._._--- ----_.._------_..__.__._~--_._.__.~--_._--_._._-----~ SAMPLE INVOICE City of Auburn Invoice #: 5222 25 West Main Progress Payment #: 2 Auburn WA 98001 Invoice Date: February 10, 2002 Attn: Bill Helbig (Sr. Project Engineer) Project Name: C St SW Hoadway Agency Agreement #: AG-C-Ol0 Project #: C326A Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourlv Rate Amount Mike Jones, Principal in Charge 1 $125.00 $125.00 Carla Maker, Architect 5 $ 72.00 $144.00 Joe Smith, Word Processino 10 $ 48.00 $480.00 Consultant Personnel Sub Total: $749.00 Exoenses (see attached documentation) Charoes Multiolier Total Mileage ($0.375/mile): 20 miles $ 7.59 Communications: $30.00 xU $33.00 Printino: $29.00 xU $31.90 Consultant Expenses Sub Total: $72.49 Consultant Total: ~t821.49 SUB CONSULTANTS Subconsultant (see attached documentation) Hours Hourlv Rate Amount ABC ENVIRONMENTAL, INC., Civil Engineer 10 $100.00 $1,000.00 ELECTRICAL CONSULTING, Electrical Engineer 5 $100.00 $ 500.00 MECHANICAL SOLUTIONS, Mechanical Engineer 10 $100.00 $1,000.00 MRF* MOVING COMPANY, Movino Consultant 2 $100.00 $ 100.012 Subconsultant Sub Total: $2,600.00 x 1.1 Multiplier: $ 260.00 Subconsultant Total: $2,860.0l~ n_n_.._n_u_n_"'_"_n_.._n_n_u_u_"_"_n_n_n_n____n_.._.'_'._n____n_,,_u_"_.._n_.._n____n_'.____.._n____"_n_n_.._n_.._n_"_"_n_n____n_"_"_"_n_.._n_.. n___..__n__n__.._._n__n_n_.._.._.._n_!.Q.!~I::P~!O_!!:I!~_.I~.yQI~~_.._.._n__n__.._.._..__n_~!~~!.~l~_.._._..__n_n__ CONTRACT BREAKDOWN Amount Prior This Total Invoiced % % Amount Task Authorized Invoiced Invoice To Date Expended Completed Remaining Original <::Q~!rac!__~?~,QQ9,QQ__11!Q??-'-9_9_____g~1l1,~~ .___~;3Z9f:),~~__ ._?.9~/~__ .??,?,o___J1111~~;3,?1_ MRF* $2,500.00 $0.00 $1,000.00 $1,000.00 40% 45% $1,500.00 TOTAL $24,500,00 $1,025.00 $3,681.49 $4,706.49 $19,793.51 Note: MRF;Management Reserve Fund * Received a written authorization of MRF on 1/10101 for Mechanical Engineer task In the amount of $2,000.00. Agreement for Professional Services AG-C-228 April 16, 2004 Exhibit C Page 1 of 1 - ".-._--- .----.- __0..- AMENDMENT # 1 AGREEMENT FOR PROFESSIONAL SERVICES AG-C -228 Relating To Project C326A - C Street SW Roadway Improvements THIS AMENDMENT is made and entered into this 2nd day of November 2004, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and ENTRANCO, INC. (hereinafter referred to as the "CONSUL TANT") , as an Amendment to the Agreement between the parties for Professional Services executed on the 20th day of April 2004. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31,2005. 2. SCOPE OF WORK: The scope of work is amended to include the following tasks: See Exhibit A attached and by this reference made part of this AgreemEint. 3. COMPENSATION: The amount of this amendment is $82,500 for the Design and Bidding Phase of the project. The total contract amount is increased to a total of $556,500, including a Management Reserve Fund of $25,000. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for Professional Services executed on the 20th day of April 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 fi bove written. ENTRANCO, IN1 ~ BY:V~ s, Mayor Date 11- fo-04 Title: {.EO': Pft-<:,;),,,,,.}- ~T: ~~ ~Oj~ ~ Da . Ie E. Daskam, City Clerk RM: Amendment #1 Agreement for Professional Services AG-C-228 ENTRANCO, INC. Page 1 of 1 - -----"._-~ ------------ -----..._- ..---...--.-..-- EXHIBIT A AMENDMENT # 1 AGREEMENT FOR PROFESSIONAL SERVICES AG-C -228. During the term of this AGREEMENT, Entranco, Inc. (CONSULTANT) shall perform the following additional professional services for the City of Auburn (CITY) in connection with the following project: Project C326A C STREET SW ROADWAY IMPROVEMENTS Ellingson Road to 15th Street SW 1. ADDITIONAL SCOPE OF SERVICES The scope of the project design and construction documents (Plans, Speci1ications, and Estimate) will be modified to incorporate the following additional improvements and changes: GSA Truck Access - (Approximate Sta. 107+50) - Access will be modified as follows: . The traffic signal will be removed. . The traffic island will be removed. . The southbound C Street right-turn lane will be removed. . The GSA right-turn onto southbound C Street will continue to have t~le truck turning radius and taper. . The northbound C Street acceleration lane will be eliminated and replaced with two-way left-turn lane. . The GSA access will be stop sign controlled - northbound and southbound through movements will not be stopped. GSA TenantlVendor Access - (Approximate Sta. 128+00) - Access will bl3 added as follows: . A new intersection will be added with traffic signal control. Traffic signal control will be as per the current GSA Truck Access design, with only slight modifications to geometry. . Turning radii will be based on commuter traffic and small delivery truc;k access. . A traffic island will be included. . There will be no southbound C Street right-turn lane. . Northbound C Street curb and gutter through the intersection location to contain improvements within right-of-way. Amendment #1 Agreement for Professional Services AG-C-228 Exhibit A Page 1 of2 - _.....~.-. . 0 There will be no northbound C Street acceleration lane - this lane will instead be a general purpose lane (two northbound lanes) until the left turn only at 15th Street. 0 The GSA access will consist of two 12-foot out-bound lanes, and onEl 24-foot in- bound lane. GSA Driveway Access - (Approximate Sta. 139+50) - Access will be modified as follows: 0 Driveway access will be limited to right-in and right-out only. Left turn movements will be eliminated by the use of C-curbing and traffic pylons. Other related design and plan modifications - the following modifications are also be anticipated as a result of the above access modifications: 0 Modify channelization and signing from approx. Sta. 97+00 to north project limits (5,050 feet). 0 Add intersection design sheet. 0 Shift horizontal alignment centerline as needed - update alignment plan. 0 Modify overlay depths as needed. 0 Revise paving plans. 0 Modify vertical alignment as needed to facilitate drainage at new curb lines. 0 Modify storm drainage collection points, pipe locations, and infiltration locations as needed. 0 Update storm drainage calculations and summary memo. 0 Modify alignment templates, cross sections, and typical sections. 0 Modify signal plan and pole foundation design to new location. 0 Update sheet and details numbering. 0 Modify geotechnical recommendations, if needed. 0 Re-run earthwork quantities. 0 Update roadway, signal, and drainage quantities. 0 Update Engineer's Estimate of probable construction cost. 0 Update construction schedule. 0 Perform supplemental Quality Assurance Review. Deliverables - The following supplemental deliverables are anticipated: 0 Supplemental project management, coordination, and meetings 0 Updated Construction Schedule 0 Preliminary Supplemental Channelization and Signal Layout for review 0 Supplemental Quality Assurance Review 0 Updated 99% Plans, Quantities, and Estimate for Contract B Amendment #1 Agreement for Professional Services AG-C-228 Exhibit A Page 2 of2 - -......'...++. - '+.--- DMJM HARRIS AECOM DMJM Harris 10900 NE 8th Street, Suite 300, Bellevue W A 98004-4405 T 425.454.5600 F 425.454.0220 www.dmjmharris.com August29,2005 Bill Helbig City of Auburn 25 W Main Street Auburn, WA 98001 Reference: 1-10-04062 C STREET SW RDWY IMPROVEMENTS You may have previously received notification from the U.S. Bankruptcy Court that Entranco has filed a petition for reorganization. This letter is to inform you that, as part of that reorganization, Entranco has agreed to sell substantially all of its assets to DMJM Harris. The sale agreement provides that DMJM Harris will assume most of Entranco's projects and hire most of its employees, DMJM Harris is the flagship transportation company of AECOM Technology Corporation, a $2 billion global leader, recently ranked #1 in Transportation in the 2005 ENR Rankings. AECOM is an employee-owned company with over 19,000 employees worldwide. DMJM Harris has offices throughout the U.S. We are excited about being able to offer greater resources to continue to meet your professional service needs. As DMJM Harris, we look forward to continuing to meet our client's challenging infrastructure needs. Consistent with the notice and assignment provisions of the above referenced contract(s), Entranco and DMJM Harris seek your concurrence in transferring responsibility for this contract from Entranco to DMJM Harris, Please be assured that with this assignment DMJM Harris will assume all of Entranco's rights and responsibilities under the contract and will be bound by all of its terms, covenants, conditions, and provisions. Please indicate your consent to this transfer by having an authorized representative sign the enclosed copy of this letter where indicated and return it to my attention in the enclosed prepaid envelope. Upon your approval and pursuant to this letter, the above agreement(s) will be deemed assigned, effective August 27, 2005. We wish to thank you in advance for your cooperation in this matter. Please call us if you have any questions or' require additional information. Sincerely, Entranco DMJM Harris n~Ld~ J~-J!lf lJ'~~'1 Dennis J. earns Richard Wolsfeld President and CEO Executive Vice President Name: Title: . Le~ M~r Date: ~,"l . 5 ~ A"'3.It. "" AMENDMENT #2 TO AGREEMENT NO. AG-C-228 BETWEEN THE CITY OF AUBURN AND DMJM+HARRIS, INC., RELATING TO PROJECT NO. C326A, C STREET SW ROADWAY IMPROVEMENTS THIS AMENDMENT is made and entered into this 3D" 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 DMJM+Harris, Inc., (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-228 executed on the 20th of April, 2004, and amended by agreement dated the 10th of November, 2004. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to June 30, 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 original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-228 executed on the 20th day of April, 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. DMJM+HARRIS, INC. By: p~ ,tw- ~~ Dennis J. Cear. s, V.P., NW Region Mgr. ATTEST (Optional): ATTEST: By: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Attorney for (Other Party) ----------------------------------------------------------------- Amendment NO.2 for Agreement No. AG-C-228 DMJM+Harris, Inc. Page 1 of 1 ~._-----. I A3.16'1 AMENDMENT #3 TO AGREEMENT NO. AG-C-228 BETWEEN THE CITY OF AUBURN AND DMJM/HARRIS, INC., RELATING TO PROJECT NO. C326A, C STREET SW ROADWAY IMPROVEMENTS THIS AMENDMENT is made and entered into this d- '7 t1-day Of~ ' 2006, by and between the CITY OF AUBURN, a municipal corporation of th State of Washington (hereinafter referred to as the "CITY"), and DMJM/Harris, Inc., (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-228 executed on the 20th of April, 2004, and amended by agreement dated the 10th of November, 2004, and amended by agreement dated the 30th of December 2005. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31,2006. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSA TION: There is no change to the amount authorized in the orliginal agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-228 executed on the 20th day of April, 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. DMJM/HARRIS, INC. ~--2 By: Authorized signature Peter B. Lewis, Mayor ATTEST (Optional): ATTEST: By: JOaJ:;&.tAuL- Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Attorney for (Other Party) ~-- ------------...-------------------------------..-------.....----------- Amendment NO.3 for Agreement No. AG-C-228 DMJM/Harris, Inc. Page 1 of 1 .,.,,, " ,._,_...~-