Loading...
HomeMy WebLinkAboutParametrix Inc AG-C-231 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-231 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, Parametrix, Inc. whose address is 1231 Fryar Avenue, Sumner, Washington 98390, 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 terminatEI on December 31, 2004, and shall be amended by both parties for succeeding ye,ars 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 nsndered 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-231 Purametrix July 15, 2004 Page 1 of 11 - supplies, equipment and incidentals necessary to complete the work. The CONSULTANT shall submit an itemized invoice to the CITY prior to paymenlt, containing the information noted on Exhibit B of this Agreement. Compensation for the work identified will be on a time and material basis including labor (direct labor plus overhead at 185% of direct labor and fee at 23.0% of direct labor) and expenses, not to exceed $ 598,460.00 for the current year and succeeding years combined. 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 outside direct project costs, at the actual cost to the CONSULTANT plus 15%. These charges may include, but are not limited to the following items: outside reproduction fees, communication fees, transportation by a public carrier, outside services or subconsultants, outside materials and supplies, and mileage. Intemal non-salary costs shall be paid at cost and mileage shall be paid at $0.375 per mile. The billin!l for 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 iaccounts 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 contriact 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. Agreement for Professional Services AG-C-231 Pal'ametrix July 15, 2004 Pa!le20f 11 - 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 CONSULT .tINT expending any effort on such services, and shall not exceed $35,000. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the Management Reserve Fund shall be negotislted 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 CONSULTANT 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, te,chnical accuracy, timely completion and the coordination of all studies, analysis, desi!~ns, 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, Agreement for Professional Services AG-C-231 Parametrix July 15, 2004 Page 3 of 11 - " ------ ,--...- - -_._--~ 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 oplsrate 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 I 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; providecl 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 clclims 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 negli!lenCe, (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. Agreement for Professional Services AG-C-231 Parametrix July 15, 2004 Pa~le 4 of 11 - 8. INDEPENDENT CONTRACTOR I ASSIGNMENT. The parties agree and understand that the CONSULTANT is an indep,endent contractor and not the agent or employee of the CITY and that no liability sha,1I 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 Agre,ement, commercial general liability insurance against claims for injuries to persons 0Ir 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 officE~rs, 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. 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 Agreemenf for Professional Services AG-C-231 Parametrix July 15, 2004 Page 5 of 11 - - --------- 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 tie 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 insuran,ce shall be obtained from an insurance company authorized to do business in the State IJf 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. 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 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 Agreement for Professional Services AG.C-231 Pal"ametrix July 15, 2004 Palle 6 of 11 - CONSULTANT further agrees that the CITY, the Inspector General of the Unlited 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, thet 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. Reuse by the CITY of any of the drawings, computer disks, documents, records, books, specifications, reports, estimates, summaries and such other informatlion 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 TRANSACTIOI~S. 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, ,Jr performing a public (federal, state, or local) transaction or contract lUndeI' a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; Agreement for Professional Services AG-C-231 Parametrix July 15, 2004 Page 7 of 11 - ------- (c) Are not presently indicted for or otherwise criminally or civilly charg<ed by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(bY' 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 may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS. 14.1. This Agreement shall be govemed by the laws, regulations and ordinances of the City of Aubum, 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. Agreement for Professional Services AG-C-231 Par,ametrix July 15, 2004 Pagle 8 of 11 - 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 ef1'ort to cooperate and continue work toward successful completion of assigned dutiels 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, repmsentations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 14.6. Should it become necessary to enforce any term or obligation o'f this Agreement, then all costs of enforcement including reasonable attomeys 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 Michael Ollivant P.E. ()n 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 s,erved on or mailed to the following addresses: Agreement for Professional Services AG-C-231 Parametrix July 15, 2004 Page90f 11 - -- -- City of Auburn Parametrix, Inc. Attn: Jeff Roscoe, P.E. Attn: Michael Ollivant, P.E. 25 W Main Street 1231 Fryar Avenue Aubum, WA 98001 Sumner, WA 98390 Phone: 253.931.4008 Phone: 253.863.5128 Fax: 253.931.3053 Fax: 253.863.0946 E-mail: jroscoe@cLaubum.wa.us E-mail: Mollivant@Pararnetrix.com 14.10. All notices or communications permitted or required to be givel1 under this Agreement shall be in writing and shall be delivered in person or depositlsd in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, retum receipt requested, and addressee! to the address for the party set forth in 14.9, or if to such other person designated tlY a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, retum 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. 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-231 Parnmetrix July 15, 2004 Page 10 of 11 - BURN ~~ / ~. -=----7 Peter B Lewis, MaYOr Date l \'2'25 t, L( ATTEST: ~tM:u~-d~- Dani Ie E. Daskam, City Clerk 0 Parametrix, Inc. BY~ Dan McReynolds Interim Office Principal <:1'-& . Federal Tax 10 # -r/7,/'1 File: H:\ConsultantslAgreements\2004IAGC231 Agreement (Parametrix).doc REF: H:\FORMS\FE054 (6/03) Agreement for Professional Services AG-C-231 P arametrix July 15, 2004 Page 11 of 11 - -- EXHIBIT A SCOPE OF SERVICES During the term of this AGREEMENT, Parametrix, Inc. (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the following project: Project C9056 AUBURN WAY SOUTH SEWER IMPROVEMENTS PROJECT DESCRIPTION The work consists of the preparation of Construction Documents for the replacement of an existing gravity sanitary sewer conveyance line from the eastern Auburn city limits to the intersection of K Street SE and 17th Street SE. The conveyance line route has been established and is shown in the attached Figure 1. Services to be provided will include: . Project management. . Limited Coordination with stakeholders (as directed by the City of Auburn). . Assembly and generation of background information, including: Assisting the City of Auburn with computer modeling for purposes of sizing the conveyance line. Preparing a base map of the project route to include aerial mapping, 'field survey, and transfer of record drawing information onto the base map. Conducting a geotechnical evaluation. . Development of four separate Construction Document packages (plans and specifications) for replacement of approximately 22,000 linear feet (aggreglate total) of sanitary sewer conveyance line, including: Contract 1 - Auburn Way South starting at the east city limits for approximately 5,000 feet. Contract 2 - Academy Drive and 32nd Street between Academy and Auburn Way South. Contract 3 - Auburn Way South starting at the termination of Contract 1 to the intersection of Auburn Way South and Riverwalk Drive. Contract 4 - K Street, 2151 Street SE, Howard Road, and Riverwalk Drive, PRELIMINARY PROJECT SCHEDULE CONSULTANT will make every reasonable effort to complete Tasks 1 through 7 within 12 months after Notice to Proceed. This schedule assumes a 1-week period of time for the City's review of the 50 percent, 90 percent, and 99 percent submittals for each of the Contlract Documents. Exhibit A Agreemenf for Professional Services AG-C-231 Pal'ametrix July 15, 2004 Pane 1 of 7 - --..., WORK TASKS Task 1 - Project Management GoaL' Provide management for design of the Auburn Way South sewer conveyance line. Work includes understanding and communicating CITY expectations with the Project Team and keeping the CITY apprised of the status of the project. Approach: 0 CONSULTANT will prepare an internal Work Plan containing the scope, re,quirements, and expectations for the project. The Work Plan will also contain communication information for project contacts, City of Auburn Standards, and quality control measures to be used throughout the project. 0 CONSULTANT will provide a Draft Work Plan for review by the CITY's Projllct Manager and incorporate any comments into a Final Work Plan. 0 CONSULTANT will conduct an internal staff kick-off meeting. The time and place of the meeting will be provided to the CITY's Project Manager for attendance at the CITY's discretion. The kick-off meeting will include the CONSULTANTS engineerin~1 and CADD staff. 0 CONSULTANT will provide to the CITY, at a minimum, Monthly Status Reports (letters) with each invoice. The Monthly Status Reports will summarize work completed within the invoice period, as well as a discussion of anticipated project and schedule elements for the next invoice period. The Monthly Status Reports will also summari,~e problems encountered and actions taken for their resolution, potential schedule impacts, and issues/activities requiring CITY direction. 0 CONSULTANT will conduct a monthly internal review of the consulting budget using Microsoft Project. 0 CONSULTANT will attend monthly Progress Meetings at the Auburn City Hall. 0 CONSULTANT shall prepare and maintain a Project Schedule using Microsclft Project to track overall project progress. The Project Schedule shall be updated on a monthly basis to reflect overall project implementation. Assumptions: Progress Meetings, Monthly Status Reports, Project Schedule maintenance, and budget review will be conducted over a 12-month timeframe. LJe/i/lerobles. . Internal: Work plan distributed to the project team. External: Monthly status reports (letters). Attendance at an estimated 12 monthly client meetings, including providing a verbal overview of the status report. Task 2 - Coordination with Stakeholders GoaL' Understand and document key stakeholder expectations prior to beginning thEl design process. Provide ongoing coordination and project status. Approach: The CITY shall be responsible for stakeholder coordination and documenting stakeholder expectations for this project. The CITY will conduct initial stakeholder meetings in advance of the design efforts to minimize rework in the design process. The CONSULTANT will assist the CITY in a supporting role limited to the time allocated to this task. The CONSULTANT will also be responsible for direct coordination with the Washington State Department of Transportation (WSDOT) for approval of the traffic control plans for Auburn Way South, limited to the time allocated to this task. Exhibit A Agreement for Professional Services AG-C-231 Par,~metrix July 15, 2004 Page 2 of 7 - LJeliverobles: . Assistance to the city as required for the establishment and documentation of stakeholders expectations. . Senior traffic engineers time to coordinate with WSDOT, on the review of traffic control plans and the impact construction will have on State Route 164 (Auburn Way South). Task 3 - Assemble/Generate Background Information GoaL' Assemble/generate background information needed to prepare detailed design drawings along the project route as shown in the attached Figure 1 . Approach: Modeling - . CONSULTANT will assist the CITY in calculating the size of the sanitary sewer conveyance lines using MOUSE software and the engineering criteria and assumptions included in the system analysis completed by Roth Hill. The basis of desi!ln and pipe size shall meet the minimum conveyance capacities as outlined in Exhibit A of the "Auburn Muckleshoot Indian Tribe Sanitary Sewer Agreement (AWS Sanitary Sewer Conveyance System)". Project Base Map - . CONSULTANT will produce a planimetric AutoCAD map with a scale of 1 inch = 20 feet with 1-foot contours using a combination of field survey and aerial photography along the conveyance line route extending beyond the road surfacing to approximately the right-of- way limits. . Field survey will include mapping utility marks painted on the surface and recording inverts of manholes, inverts of catch basins, and depthS to top of water valves. . Mapping along Riverwalk Drive (approximately 2,700 feet) will be malPped using conventional field surveying techniques due to tree cover along the route,. Mapping along this portion of the route will be extended to the tree line on each side of the road surfacing and may not extend to the limits of right-of-way. . Aerial mapping (planimetric) at 1 inch = 20 feet will also be generated perp,endicular to the pipeline route at each intersection. The aerial mapping will extend 500 feet each side of the centerline for purposes of traffic control design. Topographic: and utility information will not be included in this mapping effort. Aerial mapping on this project will be completed by DeGross Aerial Mapping. . CONSULTANT will coordinate with "One Call" for locating utilities along the project corridor. Should the utility companies decline providing utility locations for the design phase of the project, the CONSULTANT will request assistance from the CITY. The CONSULTANT may utilize the services of APS Location Service for utility locates if One Call declines the CITY's request for locates. . CONSULTANT will review utility record drawings from the CITY (record information supplied by the City) and other utility purveyors that have improvements parallel to and crossing the proposed conveyance line alignment and place information on the CONSULTANT base maps. Information that is not gathered through field surveying will be transferred to the CONSULTANT base map. . CONSULTANT will convert electronic files of CTE design drawings into base drawings for development of Contracts 1 and 2. Geotechnical Evaluation - . CONSULTANT's subconsultant, AMEC, will conduct a geotechnical investigation of the site that will characterize soil conditions to a depth of 20 feet using 18 borings for establishing subsurface soil conditions, and the feasibility of re-use of soil, together with Exhibit A Agreement for Professional Services AG-C-231 Pammetrix July 15, 2004 Page 3 of 7 - -- -- determining the local groundwater depth using six observation wells for dewatering and drainage design purposes. . A more detailed description of the geotechnical work is included in Attachment A. A sSIImp/ions: . The CITY will provide an electronic AutoCad copy of the latest version of the CTE design drawings and a paper copy of the latest geotechnical evaluation. It is assumed that the base map used by CTE and the geotechnical evaluation is complete. . The CITY will provide paper copies of all available record drawings for sanitary sewer, potable water, storm drainage, underground illumination, and underground electrical and controls for traffic signals. . The CITY will provide assistance of a their modeler and the use of their sanitary sewer computer model for purposes of determining conveyance line size based upon the revised wastewater flows generated by the Muckleshoot Indian Tribe. . Other utility purveyors (such as natural gas, telecommunications, electric power, and cable television) will provide record drawings at no charge, or limited printing fees. . Catch basins and valve boxes will be free of debris to the pipe invert or valve for purposes of recording a measurement. Deliverables: . CONSULTANT will provide a stamped and sealed letter summarizing results of the modeling effort. . Three draft copies of a base map incorporating existing base map and desilgn features previously completed by CTE for CITY review. . Electronic copy of the completed base map for Auburn records. . A geotechnical engineering report describing subsurface conditions at the location of the soil borings (18) and groundwater conditions at the location of the observation wells (6). Report shall be submitted 1 unbound, 2 bound originals and an electronic copy to the CITY. Task 4 - Contract 1 - Auburn Way South from City Limits to Academy Drive GoaL' Prepare contract documents (plans, specifications, and engineer's estimate of probable cost) for replacement of approximately 5,000 feet of existing sanitary sewer conveyance line on Auburn Way South. Contract documents will include sanitary sewer plan and profile sheets, traffic control plans, and detail sheets necessary to define the work to the Contractor. Approach: . Predesign - CONSULTANT will establish a conveyance line location and preliminary traffic control measures along the pipeline route. CONSULTANT will review the line location and the traffic control approach with the City prior to proceeding on the design aspect. For those portions of the contract that were previously CTE drawings, CONSULTANT will confirm the location of the pipeline route, revise the line size consistent with the sizing calculations completed under Task 3, and provide preliminary traffic control measures. CONSULTANT will also provide an engineer's estimate of probable cost. . Contract Documents - CONSULTANT will prepare contract plans and specifications based upon the CITY's standards and format. . Review Process - CONSULTANT will submit draft contract documents to the CITY at the following milestones: . 50 Percent Submittal - Draft contract plans for pipeline construction, including plan and profile sheets; traffic control plans; and key detail sheets. Cover sheets, general notes, Exhibit A Agreemenf for Professional Services AG-C-231 Pammetrix July 15, 2004 Pag,e 4 of 7 - and standard details may be provided at this time but at a minimum will be provided with the 90 percent submittal. . 90 Percent Submittal - Contract plans incorporating comments provided by the CITY from the 50 percent submittal and draft contract specifications. . 99 Percent Submittal - Contract plans incorporating comments provided by the CITY from earlier submittals and contract specifications incorporating comments from the 90 percent submittal. Assumptions: . Contract documents will be completed by the end of February 2005 in anticipation of the 2005 construction season. . The CTE design is complete except for revision of the line size and corresponding details. . The CITY will return review comments within 1 week after receipt of submittal from CONSULTANT. . The CITY will provide standard contractual requirements for inclusion into the specifications or CONSULTANT will provide contractual requirements from a similar project. . CONSULTANT design services will terminate after the City has verified that review comments have been incorporated into the 99 percent submittal. The CITY will conduct the bid and award process, including issuing addenda, unless CONSULTANT is authorized to provide additional services. Deliverables: . 50 Percent Submittal- CONSULTANT will provide 10 copies of one-half size (11x17) contract plans. . 90 Percent Submittal - CONSULTANT will provide 5 copies of one-half size (11 x17) contract plans and 5 full size plans and draft contract specifications. . 99 Percent Submittal - CONSULTANT will provide 1 paper copy of contract plans (half size) and specifications for review by the CITY. . After final approval from the CITY, the CONSULTANT will provide one camera ready copy of the half size plans (on bond paper, sealed, and signed) and full size (Mylars) contract plans and one camera ready copy of the contract specifications, together with the associated electronic files. . CITY shall provide electronic boilerplate for the specifications and standards to be used by the Consultant. . It is anticipated that the CONSULTANT will produce approximately 22 plan and profile sheets, traffic control sheets, and detail sheets for this portion of the project. Task 5 - Contract 2 - Academy Drive and 32nd Street .5E Goal: Revise and expand previously prepared contract documents (plans, specifications, and engineer's estimate of probable cost) by CTE for replacement of approximately 4,500 feet of existing sanitary sewer conveyance line on Academy Drive and 32nd Street. Contrac:t documents will include revising sanitary sewer plan and profile sheets to reflect a lar!Jer diameter sanitary sewer conveyance line, expanding the contract documents to include traffic control plans, and using the CTE detail sheets or adding detail sheets as necessary to define the work to the Contractor. Approach: . Predesign - CONSULTANT will review a conveyance line location included in the CTE design and develop preliminary traffic control measures along the pipllline route. CONSULTANT will review the line location and the traffic control approach with the CITY Exhibit A Agreement for Professional Services AG-C-231 Pammetrix July 15, 2004 Page 5 of 7 - prior to proceeding on the design aspect. CONSULTANT will also provide an engineer's estimate of probable cost. . Contract Documents - CONSULTANT will revise the CTE contract plans, prepare contract plans for traffic control, and prepare specifications using CITY standards. . Review Process - The review process shall be the same as outlined in Task 4. Assumptions: . Same as outlined in Task 4. Deliverables: . Same as outlined in Task 4. . It is anticipated that CONSULTANT will produce approximately 16 plan and profile sheets, traffic control sheets, and detail sheets for this portion of the project. Task 6 - Contract 3 - Auburn Way South Starting at the Termination of Contrac:t 1 to the Intersection of Auburn Way South and Riverwalk Drive Goal: Prepare contract documents (plans, specifications, and engineer's estimate of probable cost) for replacement of approximately 5,000 feet of existing sanitary sewer conveyance line on Auburn Way South. Contract documents will include sanitary sewer plan and profile sheets, traffic control plans, and detail sheets necessary to define the work to the Contractor, Approach: . Predesi9n - CONSULTANT will establish a conveyance line location and size (consistent with Task 3) and preliminary traffic control measures along the pipeline route. CONSULTANT will review the line location and the traffic control approach with the CITY prior to proceeding on the design aspect. CONSULTANT will also provide an engineer's estimate of probable cost. . Contract Documents - CONSULTANT will prepare contract plans and specifications based upon the CITY's standards and format. . Review Process - Same as Task 4. Assumptions: . Contract documents will be completed by the end of June 2005 in anticipation of the 2006 construction season. . The CITY will return review comments within 1 week after receipt of submittal from CONSULTANT. . The CITY will provide standard contractual requirements for inclusion into the specifications or CONSULTANT will provide contractual requirements from a similar project. . CONSULTANT design services will terminate after the CITY has verified that review comments have been incorporated into the 99 percent submittal. The CITY will conduct the bid and award process, including issuing addenda, unless CONSULTANT is authorized to provide additional services. Deliverables: . Same as Tasks 4. . It is anticipated that the CONSULTANT will produce approximately 22 plan and profile sheets, traffic control sheets, and detail sheets for this portion of the project. Exhibit A Agreement for Professional Services AG-C-231 Pammetrix July 15, 2004 Page 6 of 7 - ~-_.- Task 7 - Contract 4 - K Street, Howard Road, and Riverwalk Drive Goal: Prepare contract documents (plans, specifications, and engineer's estimate of probable cost) for replacement of approximately 7,300 feet of existing sanitary sewer conveyance line on K Street, Howard Road, and Riverwalk Drive. Contract documents will include sanitary sewer plan and profile sheets, traffic control plans, and detail sheets necessary to define the work to the Contractor. Approach: . Predesign - CONSULTANT will establish a conveyance line 10catiol1 and size (consistent with Task 3) and preliminary traffic control measures along the pipeline route. CONSULTANT will review the line location and the traffic control approach with the CITY prior to proceeding with the design. CONSULTANT will also provide an engineer's estimate of probable cost. . Contract Documents - CONSULTANT will prepare contract plans and specifications based upon the CITY's standards and format. . Review Process - Same as Task 4. Assumptions: . Same as Task 6 Deliverab/es: . Same as Task 4. . It is anticipated that CONSULTANT will produce approximately 24 plan and profile sheets, traffic control sheets, and detail sheets for this portion of the project. Exhibit A Agreement for Professional Services AG-C-231 Parametrix July 15, 2004 Palle 7 of 7 - , ,.... w a: ::::> CJ u.. I ! I -- ~ ~ - ~ Attachment A amec~'~~ Proposal for the Geotechnical Evaluation April 29, 2004 91P-17465 Parametrix, Inc. P.O. Box 460 Sumner, Washington 98390 Attention: Mr. Rick Hermes, P.E. Subject: Proposal for Geotechnical Engineering Evaluation Auburn Way South Sewer Extension Auburn, Washington Dear Rick: At your request, AMEC Earth & Environmental, Inc. (AMEC) is pleased to submit this proposal to conduct a geotechnical engineering evaluation for the above-referenced project. The contents of this proposal are based on schematic layouts and verbal information supplied by you, and on our knowledge of subsurface conditions in the site vicinity. SITE AND PROJECT DESCRIPTION The sewer alignment is along K Street SE, 21't Street SE, Howard Road, Riverwalk Drive SE, Auburn Way Sand 32nd Street SE, in Auburn, Washington, a distance of approximately 22,000 feet. Improvement plans call for constructing a new 24-inch gravity sanitary sewer main with manholes. Typically, planned invert depths are about 10 to 12 feet along the alignment, but as deep as 16 feet at the intersection of Riverwalk Drive and Auburn Way South. The roadway will be restored by asphalt patching after installation of the pipeline. GEOTECHNICAL SCOPE OF WORK Based on our understanding of the project and on our expectation of subsurface conditions at the site, we infer that our evaluation will need to address the following: . Characterizing soil conditions to a depth of 20 feet, for establishin~1 subsurface soil conditions, and the feasibility of re-use of soil; . Determining the local groundwater depth, for dewatering and drainage design purposes. AMEc Earth & Environmental, Inc. 11335 N.E. 122'" Way, Suite 100 Kirkland, Washington USA 98034 Tel (425) 820-4669 Fax (425) 821-3914 WWW.amec.com S :\0 1_ Markeling\02 _ Proposalsl 17000\ 17 465 Parametl'ixlPROPOSAL L1r .doc .- -..---. >~~ amec:11 Parametrix, inc. 919-17465 April 29, 2004 Page 2 To address these geotechnical issues, we propose a scope of work consisting of a field exploration, laboratory testing, geotechnical engineering analyses, and report preparation. Our specific tasks are described in the following sections. This scope of work does not include environmental sampling and testing in the event that contaminated soils are encountered, but we could provide these services if requested. Geotechnical Field Exploration We propose to explore surface and subsurface conditions by advancing 18 borings at strategic locations across the site. Specifically, we will advance one boring approximately every 1,000 feet along the low-lying valley and sloping ground up to the intersection of Auburn Way south. To the south of this intersection, the terrain is fairly flat-lying, and we will provide borings every 1,500 feet along the alignment. We tentatively estimate that exploration depths on the order of 20 feet below existing grades will be adequate to characterize soil and groundwatElr conditions. However, if the actual thickness of unfavorable soils is found to be significantly greater than anticipated, additional exploration depths might be necessary; in this event, we will notify you before continuing with our exploration. We assume we will core through asphalt and provide a concrete patch at most locations, and that some of the borings will be made through the roadway shoulder, or grass areas. In order to assess post-drilling groundwater levels at the site, we will install observation wells in 6 of our 3 boreholes. Our specific field exploration procedures and components are described in the paragraphs below. Reconnaissance: an AMEC geologist or geotechnical engineer, who will walk the site to observe surface conditions, will perform our site reconnaissance. The purpose of this reconnaissance will be to collect information regarding any features that could affect the proposed development. We will record our observations by means of notes, sketches, andlor photographs. Borinas: Our borings will be advanced with a hollow-stem auger, using a truck-mounted drill rig operated by an independent firm working under subcontract to AMEC. Throughout the drilling operation, soil samples will be obtained at 2%- or 5-foot depth intervals by drivin~l split-spoon samplers in accordance with the Standard Penetration Test procedure (ASTM:D-1586) or similar method. Where soft or loose soils are encountered, additional sampllls might be obtained by pushing Shelby tube samplers. An experienced geologist or geotechnical engineer from our office will continuously observe the borings, log the subsurface conditions, collect representative soil samples, and transport all samples to our laboratory for further visual examination and testing. After drilling, each borehole will be backfilled with a mixture of soil cuttings and bentonite, and then the surface will be patched with concrete or asphalt (where appropriate). ObseNation Wells: Our observation wells will consist of 2-inch-diameter PVC pipElS extending approximately 15 to 20 feet below the ground surface, with a finely slotted section near the bottom. A flush-mounted steel monument will be installed at each well. Over a period of 2 weeks after installation, we will measure the groundwater level in each well on 2 occasions. If desired, we can extend our monitoring program in order to determine the magnitude of seasonai groundwater fluctuations. S:\Ol_Marketing\02_Proposals\17000\17465 Paramelrix\PROPOSAL L1r.doc - - -~. 6~ l il am'e .]1 Paramelrix, Inc. 919-17465 April 29, 2004 Page 3 Field Coordination: Before drilling, we will request the local utility locating service to mark any underground utilities at each exploration location, but additional assistance from City of Auburn might be needed to identify all underground utilities. Upon arrival at the site, we assume that our equipment and crew will be given ready access to the work locations and that any necessary permits or rights-of-entry will have been obtained in advance by City of Auburn. During our field exploration, we will minimize disruption of residences and other ongoing business activities at the site. Traffic Control: We assume that no traffic control will be required along most of the alignment. We will work with our traffic control subcontractor to develop traffic control plans for each of the proposed boring setups. We anticipate traffic control signage and flaggers will be needed along most of the alignment. Site Restoration: We will exercise due care while working at the site, but it should be realized that some surface disturbance is unavoidable. Such disturbance could include tirls rutting, soil mounds, bare spots, slight subsidence, and/or soft areas. Although we perform glsneral clean- up and restoration tasks before leaving the site, complete restoration of these disturbed areas is not included in our scope of work. Geotechnical Laboratory Testing We propose to conduct a series of geotechnical laboratory tests on selected soil samples obtained from our explorations in order to evaluate the engineering and index properties of the site soils. These tests will likely include moisture content determinations, grain size analyses, and possibly Atterberg limit determinations if fine-grained soils are encountered. We normally store all samples for about 30 days after testing has been completed and then discard them, unless prior arrangements are made for longer-term storage. Geotechnical Analysis We will review our previous report as well as published geologic maps of the area. We will then analyze all field exploration data, laboratory test data, and develop conclusions and recommendations concerning the geotechnical aspects of the project. Geotechnical Report Preparation After analyzing the site conditions, we will prepare a Geotechnical Engineering R,sport for the project. Our report will include the following speCific items: . Site plan showing approximate exploration locations on a base map supplied to us; . Descriptive logs of our subsurface explorations; . Results of our field and laboratory tests; . Description of surface, soil, groundwater, and seismic conditions: 5;\01_ Marketing\02_Proposals\ 17000\ 17 465 Paramellix\PROPOSAL Llr .doc - - . "" /~! amecY Parametrix, Inc. 919-17465 April29,2004 Page 4 . Recommendations for site preparation; . Discussion of temporary dewatering requirements: . Discussion of trench excavation, temporary sloping and shoring requirements; . Conclusions regarding pipe foundation, overexcavation and bedding requirements; . Recommendations for trench backfill placement and compaction, including feasibility of re-use of onsite soils for trench backfill; . Estimated settlements of pipeline, manholes and trench backfill; . Recommendations for pavement restoration; . Recommendations for construction monitoring; . Explanation of report limitations; and . Recommendations for further geotechnical study, if warranted. Unless you request otherwise, we will submit three final (signed and stamped) copies of our geotechnical report. COST AND SCHEDULE Using these rates, we estimate that we can complete the aforementioned scope of work on a time and expense basis within the budget shown below. If adverse conditions arise during our evaluation, we will inform you as soon as possible and will perform no work beyond the authorized scope without your approval. Post-report services such as plan reviews, meetings, supplemental analyses, or construction monitoring would be billed on an hourly basis in addition to this budget. Basic Scope Item Cost Drilling subcontract (18 borings with 6 wells).................................................................... $11 ,275 Traffic control subcontract.................................................................................................. $5,881 Concrete coring subcontract ............................................................ .......................... ........... $920 Field engineering and transportation .................................................... ...................... ........ $5,020 Laboratory testing.............................................................................................................. $1 ,890 Geotechnical research, analysis, and report preparation ................................................. $11 ,792 Total ............................................................................................................................. $36.778 Upon receiving authorization to proceed with our evaluation, we can likely begin our fieldwork within one week, contingent on subcontractor availability. The fieldwork will require about 1 week, lab testing will require about 2 weeks, and report preparation will require approximately 3 weeks. Consequently, we will submit our draft report about 5 to 6 weeks after your authorization. To accelerate the design process, we can also provide verbal design information as our analyses progress. CLOSURE We appreciate the opportunity to submit this proposal, and we look forward to serving your geotechnical needs. For your convenience, we have submitted two copies of this proposal S:\01_Mar1<eting\02_Proposals\17000\17465 ParamelrixlPROPOSAl Ur.doc - - ---------- . amlec5J Parametrix, Inc. 919-17465 April 29, 2004 Page 5 letter. Our services can be authorized by having an appropriate representative sign and return one copy to us. Alternatively, you may append one copy to your standard subconsultant agreement or purchase order. Please understand that the authorizing organization assumes ultimate responsibility for payment of our services. If you have any questions or need additional information, please do not hesitate to call. Sincerely, Authorized by, AMEC Earth & Environmental, Inc. Parametrix, Inc. Signature and Date Name and Title Enclosure: AMEC Earth & Environmental, Inc. Standard Terms and Conditions Estimated Fee Summary 5:\01_ Marketing\02 _Proposals\ 11000\ 17 465 Paramelrilt\PROPOSAl ltr .doc - EXHIBIT B CONSULTANT INVOICES Consultant invoices should contain the following information: . Be on consultant letterhead. . Include a cover letter stating the status of each task. This should include items completed and percent completed during the billing period. . Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). . Invoice date. . Period of time invoice covers. . Auburn Consultant Agreement # AG-C-231. . Project number - C9056. . Addressed to the CITY's project manager: Jeff Roscoe. . The hour(s) per person broken down by task(s) along with type of work done (I.e.: design, right-of-way, or construction) or task order number. . Labor rates (including overhead and fee) . Independent listing of direct non-salary costs (I.e.: mileage, reproduction fees (LEi.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants) that are not included in the overhead currently being paid. 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 the 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). Added 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) if utilized prior to getting an amendment to the contract in place. . Invoices for previous year are due by January 10th. Exhibit B Agreement for Professional Services AG-C-231 ParSlmetrix July 15, 2004 Pagl~ 1 of 1 - ------------ A3 '''7' AMENDMENT # 1 TO AGREEMENT # AG-C-231 BETWEEN THE CITY OF AUBURN AND PARAMETIX, INC. RELATING TO PROJECT NO. C9056 AUBURN WAY SOUTH SANITARY SEWER REPLACEMENT THIS AMENDMENT is made and entered into this ~ay of ~I 200.t., by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Parametrix Inc. (hereinafter referred to as the "CONSULT ANT"), as an Amendment to the Agreement between the parties for engineering services under AG-C-231 executed on the 28th 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 December 31, 2005. 2. SCOPE OF WORK: The scope of work is amended to include the following tasks: .:. Phase 1 - Amendment to Aubum Way South Sewer Improvements as outlined in Parametrix's letter dated October 6, 2004, to Mr. Jeff Roscoe from Mr. Mike Ollivant (attached as Exhibit A) impacting the following Tasks: . Task 03 - Assemble / Generate Background Information . Task 04 - Contract 1 - Auburn Way South from City Limits to Academy Drive . Task 05 - Contract 2 - Academy Drive and 32nd Street SE .:. Phase 2 - Additional Engineering Services as outlined in the Project Management Plans, attached as Exhibits Band C, both dated October 2004: . Task 01 - Sherwood Gardens Apartments Drainage Revision . Task 02 - Academy Water Service Area Rezone (PA-101) 3. COMPENSATION: The amount of this amendment is $56,847.00, of this amount $41,733.00 is associated with the amendments noted as Phase 1 and $15,114.00 is associated with the amendments noted as Phase 2. The total contract amount is increased to a total of $655,307.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-231 executed on the 28th day of July 2004, shall remain unchanged, and in full force and effect. --------------------------------------------------~----------------- Amendment NO.1 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 1 of 2 -- .~.~.~---- -~--_._.__._-_.._-_._--_..._-- ~._- ----"..., IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. PARAMETRIX, INC. -- W ~ , Pete B. Lewis, Mayor A nEST: ~ll)~ Danielle E. Daskam City Clerk APPROVE AS TO FORM: ) APPROVED AS TO FORM: / , !J / / 1 icer C-.- C:\Documents and SettingslOLLlVMIKILocal SettingslTemplAmendment 1 City of Auburn form111904.DOC -...--------------------------------------------------------------- Amendment NO.1 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 2 of 2 ~----_."..._..- -- -- --------..., - ~--_.._------..------._.-.-.._.--...._. C'J FilE EXHIBIT A ~.7r ENGINEERING. PI.ANN1NG . eNVIRONMENTAL SCIENCE5 t:!31 FRYAR ;\VE..h./UE, PO BOX 460 SUMNER. WASHINGTON 98390-l516 T. 253 . 363 . 51~3 E :53 . 863 . 09",6 www.param<::trlx.'om October 6, 2004 P!YlX No. 216-1931-013 (01/01) Mr. Jeff Roscoe, P.E. City of Auburn 25 West Main Auburn, WA 98001-4998 Re: Out of Scope Work Approval Dear Jeff: As discussed, Parametrix requests that the City of Auburn approve completion of work on the Auburn Way South Sanitary Sewer Conveyance Line that is not currently included within the scope of work or project budget including: Task 03 - Assemble I Generate Background Information . It was assumed that the base map used by CTE was complete. During review of the underground utilities, it was determined that not all underground utilities were noted on the CTE drawings. It was requested that Parametrix resurvey all existing underground utilities based upon paint marks placed in the field by City staff and locate services. This information will be included within the Parametrix base map drawings. Items of work include establishing local control and providing field survey of utility paint marks along the alignment of the CTE drawings (11 plan profile sheets) and where appropriate measure downs in sanitary sewer manholes, catch basins, and critical water valves. The cost to perform this additional work is $12,045. Task 04 - Contract 1- Auburn Way South From City Limits to Academy Drive . It was assumed that the CTE design drawings were complete except for revisions to the line size and corresponding details. It was assumed that three of the CTE plan profile drawings would be used in this contract. Upon review of the drawings, it was determined that the horizontal position of the sanitary sewer would need to be reestablished to accommodate a larger line size and avoid existing underground utilities. It was requested that Parametrix redesign the three CTE plan and profile sheets to reflect all existing utilities and a larger line size, The cost to perform this additional work is $6,668. Task 05 - Contract 2 - Academy Drive and 32nd Street SE . SiIDllar to Contract 1, it was assumed that Parametrix would be using eight of the CTE plan and profile sheets within the contract, with the only modifications being line size and corresponding details. It was requested that Parametrix redesign the eight CTE plan and profile sheets to reflect all existing utilities and a larger line size. The cost to perform this additional work is $23,020. -....-..-.- ---"'_'-'-~---'--_..---,....._-- ---_._~--.-.---.......__.~ Mr. Jeff Roscoe. P .E. October 6, 2004 Page 2 The total cost for additional work is estimated at $41,733. Parametrix requests that the work be completed under the Management Reserve Fund as detailed in Section 4 of the Contract. We understand that the Management Reserve Fund is limited to $35,000. ParametrLx will strive to complete this extra work within the original contract and the limits of the Management Reserve Fund, with the understanding that an amendment to the agreement may be needed. We do request the City's approval of this work consistent with Section 4 of the agreement. If you have any questions or comments, please feel free to call. Very truly yours, P ARAMETRIX .. --~ Mic el T. Ollivant, P.E. W aterlW astewater Division Manager MTO:nkd - ------------..---...-. n__ ____.._.~.___ -------- - --~.__.- - EXHIBIT B SHERMAN OAKS APARTMENTS DRAINAGE Project Number Account Number 432.00.590.1 00.65 INITIAL PROJECT MANAGEMENT PLAN October 2004 Program Manager: Tim Carlaw Project Manager: Jeff Roscoe Approvals: Storm Utility Engineer Date Sewer Utility Engineer Date Utilities Engineer Date Senior Project Engineer Date C:\DOCUME-I IstillhellLOCALS-1 ITemplStorm IPMP.doc 11118104 ..- -----_._._~----"---_.._--~-_.__..._------ - - - --..... ._---....-~._-_._--- ---- INITIAL PROJECT MANAGEMENT PLAN Proiect Purpose: Eliminate the collection and ponding of storm water along Elm Street SE and eliminate the conveyance of storm water collected along the public right of way through a private storm water conveyance system. Backqround Information: Sherman Oaks Apartments built a conveyance system that would convey storm water from the intersection of Elm Street SE and Auburn Way South, south through their development and into the White River. The curb line is unable to convey storm water to the catch basins located along AWS and ponding of water occurs along the east side of Elm Street. Proiect Scope: Survey the area to verify proper grades exist for rerouting the drainage conveyance system. Install a new CB to collect ponding water. Install new drainage conveyance pipe along AWS and disconnect public roadway drainage from the Sherman Oaks drainage system. Proiect Budqet: 2005 - Proiect Schedule: Construction is to be complefe by with the replacement of the sanitary Sewer line along AWS. Stakeholders: Sherman Oaks Apartments and the storm water utility. Permitsl Approval: Not sure will have the consultant engineer verify this situation. Implementation Strateqies & Qualitv Control: A Project Management Plan will be required for the work. Therefore the following stl'ategies will be employed for coordination and quality control: 1. The Project Manager will be responsible for the detailed planning, coordination, and implementation required in support of the work. 2. The Project Manager will be responsible in working with the consultant for the Auburn Way South Sewer Project, Parametrix Inc. in developing a scope of work and amending the current contract to incorporate this project. 3. The Project Manager will be responsible for identifying and procuring the resources necessary to complete the work, inciuding technical review and coordination with the Utilities Engineer and the Storm Water Division. 4. The Project Manager, Jeff Roscoe will coordinate the progress of the project with the program coordinator, Tim Carlaw, throughout the life of the project. In addition, the Project Manager will update the Program coordinator once a month with the current: a) Schedule b) Scope deviations. c) Budget status. (Budget updates are available once a month) d) Other significant project issues. 5. Team meetings will be heid on a regular basis as required. Billinq Procedures: Billing will be separated to the storm water account set up for this project. Approvals/Siqnoff's: None I'equired at this time. Attachments: Figure detailing area and a possible alignment for correcting the situation C:\DOCUME-I \stillheiILOCALS-1 \TemplStorm IPMP.doc 11/18/04 -'---.-.- - -- -------------.------.--- ------..---". -" '-',-- --~-- EXHIBIT C ACADEMY SERVICE AREA REZONE (PZ-1 01) Project Number C8036 Account Number 430.00.590.100.65 INITIAL PROJECT MANAGEMENT PLAN October 2004 Program Manager: Tim Osborne, P.E. Project Manager: Jeff Roscoe, P.E. Approvals: Water Utility Engineer Date Sewer Utility Engineer Date Utilities Engineer Date Senior Project Engineer Date C:IDOCUME-llstillheiILOCALS-IITemplAcademy Rezone IPMP.doc 11/18/04 -....--. ~,._._..~._-------- ... ...-...----.----.----.-......-.......----.-.-- INITIAL PROJECT MANAGEMENT PLAN Proiect Purpose: The purpose of the project, as described in the 2001 Comprehensive Water Plan for capital improvement project PZ-1 01, is to divide the Academy Service area into two distinct pressure zones. This improvement would eliminate the need for the existing eight pressure reducing stations and would greatly simplify operation of the existing distribution system by providing a range of service pressures that conform to Auburn water utility criteria. Backaround Information: The Academy Service Area is located along SR 164 on the Enumclaw Plateau, east of the south end of the Valley Service Area. The Academy Service Area is served by water pumped from Reservoir 1. The system was constructed in the early 1960s and is the City's third largest service area, based on consumption. The nominal hydraulic grade line (HGL) of the Academy Pressure Zone is 530 feet, which is maintained by the two Academy storage reservoirs operating together. Ground elevations in the Academy Pressure Zone vary from 160 to 468 feet. The service area includes six additional sub-zones to serve areas that would experience high pressures if served directly from the 530 HGL. Severai of the sub-zones are served by a pair of pressure reducing vaives in a single station. Other sub-zones are served by multiple pressure reducing valves (PRV) in a two multiple station. The current layout of the Academy Service area is complex and requires operation and maintenance of numerous pressure reducing stations. Below is a table showing the existing water pressure zones: Existing Water Pressure Zones Zone Nominal High Minimum Low Maximum HGL Ground Stalic Ground Static Elevation Pressure Elevation Pressure Academy Pressure Zone 530 468 27 160 97 Janssen's Addition Sub-Zone 569 460 45 339 98 Academy Polar Street Sub-Zone 484 334 65 300 80 Academy Clearwater Apts. Sub-Zone 482 335 64 300 79 Academy Fir Sub-Zone 470 315 67 270 87 Academy Chinook Elementary Sub-Zone 457 315 61 310 64 Academy Hemlock Sub-Zone 431 320 48 267 71 Academy River Walk Sub-Zone 385 320 28 160 97 In addition to the reduced pressure zones, a small boosted sub-zone. Janssen's Addition sub-zone (HGL 569), has been created to provide adequate pressure to a local area of higher ground elevations. Rearrangement of the pressure zones in the Academy Service Area, as recommended in the Comprehensive Water Plan, would significantly simplify service and operations in the area. C\DOCUME-l \stillhei\LOCALS-l \Temp\Academy Rezone IPMP.doc 11/18/04 - - --... --~ ~~-- ~~-_.__._..--..._----- ---- Proiect Scope: Academy Service Area. Area Pressure Rezone (PZ.101) The proposed project includes construction of facilities to develop a total of four pressure zones. Two large pressure zones would be developed, one serving the western portion of the Academy Service Area with a HGL of 445 feet, the other serving the eastern, higher elevation portion of Academy Service Area, directly from the existing Academy Reservoirs, with a HGL of 530 feet. Developing these two large pressure zones will reduce the number of pressure reducing stations the City maintains and greatly simplify operation of the existing Academy distribution system. In addition to the two major pressure zones, two smaller zones will serve the highest and lowest elevation areas with HGLs of 560 feet and 350 feet, respectively. Each of the four pressure zones will serve customers located within the elevations shown below in Table 10-2. The location and layout of the pressure reducing valves are shown in Figure 10-4 and Table 10-1, which are attached. Table 10-2 Proposed Academy Service Elevations Zone HGL Service Elevation Academy Boosted Zone 560 405-530 Academy Zone 530 530 355-405 Academy Zone 445 445 260-355 Academy Zone 350 350 260-Valley Pressure Zone The Academy service Area rezone will require installation of (3) three new pressure reducing stations (refer to Figure 10-6 and Table 10-1), removal of (8) eight existing pressure reducing stations (refer to Figure 5-3 and Table 10-1) adjustment of an existing pressure reducing valve (PRV) setting and transfer of customer service lines. The changes required in each zone are described in following paragraphs. Academy 530 Zone-The reconfigured 530 zone will be supplied by the existing 14- inch pipeline in Academy Way South, after conversion from distribution to transmission from the Academy booster pump station to the 530 zone and reservoirs. Academy 445 Zone-The recommended rezone includes two new pressure reducing stations, the eastern and western stations. The eastern station (new 1114-1) is located along Auburn Way South on the 1 O-inch water distribution line at an elevation of about 355 feet. The western station (new 1011-3) should be supplied from the 14-inch transmission pipeline feeding the Academy Reservoirs. PRY 1011- 3 will be located on the 10-inch distribution pipeline originating from the Academy Pump Station (in the vicinity of the Academy Pump Station where the 14-inch transmission pipeline and the 1 O-inch distribution pipelines are parallel along Auburn C:\DOCUME-l IstillheiILOCALS-1 ITemplAcademy Rezone IPMP.doc 11118104 -...-.--- ..~..~-_._---_...- ------.---~. . ....__..~ Way South). PRY 1011-3 will be the primary supply to the new 445 pressure zone, PRY 1114-1 will be secondary. Academy 350 Zone-Development at the west end of the Academy service area created the need to establish a new lower pressure zone, HGL of 350 feet, serving the transition from the Academy 445 pressure zone to the Valley service area. The zone currently exists as a small, fragmented part of the River Walk development, served by existing PRY 1111-1. A new PRY (1011-4) along Auburn Way South near Reservoir 1 will be required as a secondary supply to this area (from the 445 pressure zone) to meet the City's service criteria. Each of the pressure reducing stations for the Academy rezone project will be duplex stations including a 2-inch and an 8-inch PRY (Auburn Public Works Standard Details Water-11 A, 11 B & 11 C). After completion of rezone, the following PRVs should be removed: 1012-1,1012-2,1012-3,1013-1,1013-2,1013-3,1013-4 and 1013-5 (Table 10-1). Any service or distribution system connections from the 14- inch supply pipeline in the 445 pressure zone area should be relocated to the 10-inch distribution pipeline. Miscellaneous connections to appropriate pipes will need to be made. Some services may need to be transferred to the other line. Proiect Budaet: 2005 - $25,000 is budgeted to support design (including in-house personnel required to support design) and $125,000 is estimated to complete construction. Proiect Schedule: Construction complete by the end of 2005. Stakeholders: Auburn Water Utility and Academy water service area customers. Permits/Approval; SEPA checklist? Implementation Strateaies & Qualitv Control: A Project Management Plan will be required for the work. Therefore the following strategies will be employed for coordination and quality control: 1. The Project Manager will be responsible for the detailed planning, coordination, and implementation required in support of the work. 2. The Project Manager will be responsible in working with the consultant for the Auburn Way South Sewer Project, Parametrix Inc. in developing a scope of work and amending the current contract to incorporate this project. CIDOCUME-I \stillhei\LOCALS-l \Temp\Academy Rezone IPMP.doc 11/18/04 - - ----------~~_._-'-~-_.._._.._--_.-._--,._-------_._----- -.-- 3. The Project Manager will be responsible for identifying and procuring the resources necessary to complete the work, including technical review and coordination with the Utilities Engineer and the Water Division. 4. The Project Manager, Jeff Roscoe, P.E. will coordinate the progress of the project with the program coordinator, Tim Osborne, P.E., throughout the life of the project. In addition, the Project Manager will update the Program coordinator once a month with the current: a) Schedule b) Scope deviations. c) Budget status. (Budget updates are available once a month) d) Other significant project issues. 2. Team meetings will be held on a regular basis as required. Billing Procedures: Billing will be to the account set up by the Construction Assistant, Contracts, for this project. Approvals/Sianoff's: None required at this time. Attachments: (A) Figure 5-3 Existing Hydraulic Profile (B) Figure 10-4 Recommended Improvements (C) Figure 10-6 Future System Hydraulic Profile (D) Table 10-1 Recommended Pressure Reducing Stations References: Draft 2001 Comprehensive Water Plan C:IDOCUME-I IstillheIILOCALS-1 ITemplAcademy Rezone lPMP.doc 11118/04 _ M.____ -. ----.-.--------.--------.- - --.. '. . -~--~_..._--_.__.__._---_..~._--_. ------- .-.- A3 fb.9 AMENDMENT # 2 TO AGREEMENT # AG-C-231 BETWEEN THE CITY OF AUBURN AND PARAMETIX, INC. RELATING TO PROJECT NO. C9056 AUBURN WAY SOUTH SANITARY SEWER REPLACEMENT .i' THIS AMENDMENT is made and entered into this M 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 Parametrix I c. (hereinafter referred to as the "CONSUL TANT"), as an Amendment to the Agreement between the parties for engineering services under AG-C-231 executed on the 28th day of July 2004. The changes to the agreement are described as follows: 1. OONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK: Exhibit A, attached herein and by this reference made a part of this Agreement amends the agreement to include the following: .:. Task 08 - Survey Staking Related to Phase 1 Construction . Administration . Traffic Control for Construction Staking . Construction Survey Staking 3. COMPENSATION: The amount of this amendment is $38,200.00. The total contract amount is increased to a total of $693,507.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-231 executed on the 28th day of July 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. CITY OF AUBURN ~ MAY 3 1 2005 Date ~~------------------------------------------------------------------ Amendment NO.2 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 1 of2 ----- CITY OF AUBURN (continued) ATTEST: APPROVED AS TO FORM: Danielle E. Daskam City Clerk " Parametrix, Inc. ~\st-; 5~oS Date Office Principal ATTEST: , ~~ I :~y" 0 DOCi "'fLA+ / AltuJ ichael Ollivant I v Project Manager -------------------------------------------------------------------- Amendment NO.2 for Agreement No, AG-C-231 PARAMETRIX, INC. Page 2 of2 ..'__._m_ ----~._. , EXHIBIT A SCOPE OF WORK AG-C-231 Amendment No.2 AUBURN WAY SOUTH SEWER - PHASE 1 PROJECT NO. C9056 CONTRACT NO. 05-06 Prepared for City of Auburn 15 West Main Street Auburn, W A 98001-4998 Prepared by Parametrix, Inc. 1231 Fryar Avenue Sumner, WA 98390-1516 (253) 863-5128 www.parametrix.com --- .--..... ----._---- --~---- ---'.-- ---~_.- , EXHIBIT A AG-C-231 Amendment No.2 Auburn Way South Sewer - Phase 1 City of Auburn Project No. C9056 Contract No. 05-06 TASK 8 - SURVEY STAKING RELATED TO PHASE 1 CONSTRUCTION Administration Mea~'urable Objective Project coordination and communication with client. Approach Work under this task includes time to administer and coordinate the various project elements that will be ongoing throughout the survey construction staking tasks. Work will include coordination and establishing lines of communications between the City and Parametrix together with monitoring of the survey staking agreement with the City. Assumptions Administration of this agreement shall be no longer then 125 consecutive working days, during the summer of2005. Deliverables Correspondence with the City and monitoring of this agreement shall be covered under this Section. Administration Fees: Total = $2,400.00 Traffic Control for Construction Staking Measurable Objective Parametrix will utilize a certified traffic control company to provide a sufficient safe zone for construction staking. Approach The project specifications manual requires that all work along Auburn Way South be completed during the hours of 9 p.m. and 5 a.m.. The contractor shall maintain a lighted work zone along Auburn Way South of no more than 150 feet. Because surveyors will be working as far as 1,500 linear feet ahead of the contractor, as construction progresses, the safety zone provided by the contractor will be insufficient for surveying activities. Instead, Parametrix proposes that all of the survey staking occur during daylight hours, when no road closures will be required. Tt is anticipated that all survey stakes will be set in the "field side" Exhibit A to Amendment No.1 for Agreement AG-C-23/ May /7, 2005 Parametrix Inc. 2/6-/93/-809 Page 1 0[4 C9056 , - -' -.._- EXHIBIT A away from the road. A certified traffic control company will be subcontracted to provide a safe working environment for construction staking. Traffic will only be stopped or detoured for construction staking if staking is required in the roadway surfaces. Assumptions . Construction surveying activities will be conducted during daylight hours between the hours of 8 a.m. and 6 p.m. . At those times when construction staking may be required along Auburn Way South between the hours of 9 p.m. and 5 a.m., the City shall request the contractor to provide sufficient lighting, certified flaggers, and road closures if needed. . This estimate does not include budget for any traffic control plan/permit that may be required by the City of Auburn. Deliverables Safety signs, roadside safety cones, certified flaggers. Traffic Control for Construction Staking Fees: Total = $6,300.00 Construction Survey Staking Measurable Task Objective Parametrix will provide to the City/Engineer survey construction staking. Approach This Scope of Services is based on the engineering plans prepared by Parametrix titled "City of Auburn, Auburn Way South - Phase 1, Project No. C9056, Contract No. 05-06, dated April 8, 2005, and will be referenced as "IMPROVEMENT" plans herein. Effort under this task will include the following: . Project Coordination: Work under this task includes time to administer and coordinate the various project elements and will be ongoing throughout all contractor and client phases of the project. Work includes coordination and correspondence with the project manager, City, and the contractor, and on-site meetings with contractor as required. . Horizontal and Vertical Control: Parametrix survey crews will verify horizontal and vertical control in the field and establish additional control where needed to assist in construction and stake out. . Existing Monument Ties: This task includes survey ties to reference all existing road centerline monuments that will be removed or damaged during construction, establishing reference positions in the field outside ofthe work/construction area for future Exhibit A to Amendment No. liar AgreementAG-C_23/ May J 7, 2005 Parametrix Inc. 2/6-/93/-8IJ9 Page 2 of4 C9056 ---.-.-- -. EXHIBIT A replacement. Exhibits will be made and filed with the Washington State Department of Natural Resources (DNR) for record purposes. Once road construction is complete, new monument positions will be staked with 2-foot crossing positions for the placement of a new monument. New monuments will be set from the reference positions by the contractor. Upon completion of setting new monument locations, Parametrix will punch said monuments for an exact position location. The monument exhibits will then be updated for filing with the DNR. . Sanitary Sewer Staking: This effort includes a one-time staking of proposed sanitary sewer structures (41 structures) as shown on IMPROVEMENT plans. The center of structure with double offsets will be staked and include the connecting invert pipe grades. Sanitary sewer vertical main line stakes will be set from the downstream manhole at 15 feet and 25 feet, then every 100 feet there after. Side sewer mainline tees will be staked as referenced in the IMPROVEMENT plans. Approximately 200 stakes. Cut sheets will be provided. . Finish Roadway Staking: Includes a one-time offset staking of centerline sub-grade, approximately 4,000 linear feet of grade stakes for 32nd and Academy at 50-foot stations. Each station will be a single-grade stake referenced to sub-grade. Where road centerline curves having a radius ofless then 1,000 feet the centerline grade stakes will be increased to every 25 feet. Approximately 100 stakes. Cut sheets will be provided. Assumptions . Right of entry will be provided by the City for those areas on private property requiring construction staking. . This Scope of Services includes tasks typically required for road improvements of this type. However, there may be tasks that arise from various agency inspectors, engineers, and/or contractors that cannot be anticipated. If approved for staking, those instances will be billed according to the original agreement. The City/Engineer will approve "extra surveying services" prior to Parametrix performing the work. . Any staking requests not associated with the items outlined above will be considered extra surveying services. . Parametrix will provide the City with survey staking request forms, and in return, the City will provide written requests for survey staking to Parametrix 48 business hours in advance when possible. . Each survey request for construction staking will constitute a minimum of 6 hours of fieldwork. IfParametrix believes that a survey request is under the minimum 6 hours it shall be brought to the City's attention prior to responding to the request. . One designated person from the City will make all the requests for construction staking. Exhibit A to Amendment No. 210r Agreement AG-C-231 May /7, 2005 Parametrix Inc. 2/6-/93/-809 Page 3 of4 C9056 --.-- -r EXHIBIT A . It is assumed that all tasks defined herein will be completed by April 1, 2006. Should the construction extend past April I , 2006 or require more than 120 working days, the City will meet with Parametrix to discuss the revised schedule and any additional fees. . Parametrix will only be responsible for the perpetuation of those property comers and monuments shown in the IMPROVEMENT PLANS as being disturbed due to construction activities. If the Contractor or City inspectors identify other property comers or monuments that are not identified on the IMPROVEMENT PLANS and that require perpetuation, the City will notify Parametrix within 48 business hours of removal. . Cut sheets will be provided to the City and/or Contractor within 24 hours of the staking of each task requiring cut sheets. . This scope and budget was prepared assuming that construction staking will be provided to the contractor as described in the contract special provisions. Staking req uests received from the contractor beyond those provided for in the construction documents are not included in the enclosed budget. These requests will not be performed unless approved by the City. . All construction-staking items listed above will be staked one time only. Any requests for additional staking of the same feature will be considered a restake and must be noted as such on invoices and approved by the City. Requests for restakes will be billed on time and material (1' &M) according to the original agreement. Deliverables Work sheets, field staking, and cut sheets as noted above. Construction Survey Staking Fees: Total = $29,500 TOTAL FEES FOR TASK 8- SURVEY STAKING FOR PHASE 1 CONSTRUCTION Administration: $ 2,400.00 Traffic Control for Construction Staking: $ 6,300.00 Construction Survey Staking: $ 29,500.00 Total: $ 38,200.00 Exhibit A to Amendment No. lfar Agreement AG-C-231 May 17, 2005 Parametrix Inc. 216-1931-809 Page 40f4 C9056 - ..-.... A"3.ICo Cj AMENDMENT # 3 TO AGREEMENT # AG-C-231 BETWEEN THE CITY OF AUBURN AND PARAMETIX, INC. RELATING TO PROJECT NO. C9056 AUBURN WAY SOUTH SANITARY SEWER REPLACEMENT THIS AMENDMENT is made and entered into this ~.v~ay of .L ~ 2005, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Parametrix Inc. (hereinafter referred to as the "CONSUL T ANT"), as an Amendment to the Agreement between the parties for engineering services under AG-C-231 executed on the 28th day of July 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: Exhibit A, attached herein and by this referencE~ made a part of this Agreement amends the agreement to include the following: . Amendment to Phase 04 - Construction Staking - (attached as Exhibit A): . Task 04 - Survey of Howard Road . Determining right-of-way limits of Howard Road within the two curve section lying in the northwest quarter of Section 29, Township 21 N, Range 5 E. 3. COMPENSATION: The amount of this amendment is $3,580.00. The total contract amount is increased to a total of $697,087.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-231 executed on the 28th day of July 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. CITY OF AUBURN ~6~r- Date -------------------------------------------------------------------- Amendment NO.3 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 1 of 2 -"'._'-~" . ...--..---.....-- --+--_.,-,,~._-------~.__.-_........_.__._-, --'-~ - -- ---",-",--- - City of Auburn (continued) ATTEST: ~~~ Da lie E. Daskam City Clerk Parametrix, Inc. ~vC 'lJ l.t-JO) Ellen Watson Date Office Principal ATTEST: Michael Ollivant Project Manager -------------------------------------------------------------------- Amendment No.3 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 2 of 2 -------~.__.._,_._.._..._---_._..__._-- -.-.-..--' ~--- - -------- - ---..-..-.---..--------..--- -- EXHIBIT A SCOPE OF WORK AG-C-231 Amendment No.3 AUBURN WAY SOUTH SEWER- PHASE 11 PROJECT NO. C9056 CONTRACT NO. 05-06 Prepared for City of Auburn 15 West Main Street Auburn, WA 98001-4998 Prepared by Parametrix, Inc. 1231 Fryar Avenue Sumner, WA 98390-1516 (253) 863-5128 www.parametrix.com -_..- .- .~.~- -- " . -". ~,~_..~.._-~_.._-..- ....,...-..---.+..- -+~-'.'-"....-' ~----------------.----'--- --- EXHIBIT A SCOPE OF WORK AG-C-231 Amendment No.3 Auburn Way South Sewer - Phase 1 City of Auburn Project No. C9056 Contract No. 05-06 PHASE 04 - CONSTRUCTION STAKING Task 04 - Survey of Howard Road ADMINISTRATION Objective Determine right-of-way limits of Howard Road within the two curve section lying in the northwest quarter of Section 29, Township 21 N, Range 5 E. Approach . Establish horizontal control on existing monuments controlling the centerline of the Blbove- described road. . Locate existing pavement edge along the northerly portion of said road. . Locate existing sanitary manholes within the above-described area. . Prepare exhibit drawing showing sanitary sewer line (existing) in relationship with the newly defined right-of-way. Deliverables Prepare exhibit drawing. Administration Fees: Total :: $3,580.00 Exhibit A to An/em/ment No. 31ar Agreement AG-C-231 5j!plember 9, 2005 Paramelrix Inc. 216-1931-809 Page 2 of2 C9056 -- . _.."--_..__._._---,_..---".._.._~.."-~._-".~--- .__..~~-_._._-~--_._...._---_.__._..- -- '-f . ". !HZ-6Z 3N . ~ ~ .-..,....." ........ <M"-""_F> ~ <~~,. "" I ~ -} " ~~<u7> M'''' 'Il'.,(,' ~ ..,,- '.. 'J ~~. .. '. --r- ~ !- ~ ~aril1', .. - l":';. ~~"'. .II "il .il -il"':~ .il .iI, ~I... ..'\~. .,~"" ~:: : ,., ii , i' ,,~~~~ o:\:~ _, -i .~~ ' Ii. ~ I sl ~ , ,,~~ !{ · . ~.-.. . . . ". . . 10~ ...oJ u; ,. "7u, ~~ U ~ U ~ i ~ ~ '-.fiJ'r'-'LW'--~,~~~ r. -.rm-, 1.0 r ~ i .~ -..- .. ~~~ .., ~ _, : --::-:::"'~ ~ · \.\ .J~JI~ a~15 .1'. p~I, p~~' 1J1~ jl~3t~" ......, I', '" '11 'I 'l'.lf~l' 'l1l t ~ ~ - \. -ill'.. [;. , ,,5~ . I . . I ~, ~. ,....... .... ... ..... '. II -! jI "r. I t \ 'I.:? ~ "\ -,.- in ',."., '';'!l... c..... ". I ", I!, ~ C\r? ~.~I(') I~/'~ J~J!g\ ~.~ I>~ " t~ ..,~\". ! if .~.II JI:..~ '\l ~';I: i I' -''!>Z. N --b:~,'Ut'" "~r\\ ~ ,,',"\. ul ~~. I." .\. "eo: ~ -~''',:,' . ~.....",~. ""'t' ":;;'!.+~~. "~ ,Ii.l~; r~j. ;'11,d~ ur~l! ())...J r '~I ~. J ~""'i'i;t':ft~ ~.< ~ ." g r./:J,f V l;a ~; c( ! ~ <'. .._~_____ _ "" .,..,., ~ "~,. !.~ .... "\ <.) 0 .. ~ C~_. '" , . .~, II I. ....... C\J Vl '. JI JI; JI ";:"" ........ ~ ....~,\ 1 ~ . ~f.I t. ':':'If'~ i ~~,' u~ , -- I.~... J · \\ ~ ....'!' k;l ~ "I' 'I', 1 7,,', I,. ~ >: .......;~ ~ ....'l. , ~- 8 II ,I -..0: ....1 ' .... ~::> L. i""ffi"i .:s' : I ~ ~.\\ .Y ~ .....'" <t :w, · J" ~ ..$ftll. ;,,,,,~~,, ~7 U, ^ ~: ~> ~ , " ~..~ "..,.. Ii. ~ tZ,!t' Cff~.1 :~:~~.~\\.~ ~\\~'" :"-~I ~t~~"~i'~"itll ~U.~ ~ ... '""~~~ I, ::'" "', .\., ~ . \\ . .p../ .;';" :j,' ,'11'11 '; II ! .d ~ ~ 'Y:!'O I---- l\; '1 ~~ a', i " z . ,......... ... \'\ "' '\0.'- if: I .IfIil"~' ., ,," <f .~, '...: u ~ ~ ~ l~ '. ~ ~.... ....' g; -~I~" all II~" oiot" - - f :E~ Oll: ,,'\ ...>=>....... '- ~~ .)c,.'. """'~." 'i. ,~.[ -.11 !1I w<( '" ~ \... .t ~.. ~ ~ ~... ~ ~l:<1" ~ ~IA,j:/ t'i. \' ... 'I i~ ~~ t. '.: .. \. ~ 'v't"" ... ~ J' . ~j /p- .~ · U; i z >- ~ '1~'''' ", ~.' . .'.' / . Il.i-t '-.".,,- Lr.J t: l.. ~\"" , .... -a. \. \: ~ I!. - .J:.-. .' 'la!1 ~a . Q <.> I ..'-....j ~ ~\\.... '" '!,.~ l ~1K~~ x' il. ';l"..~..~ '; .. .1/. ~ \; 'I.~ ~.... \l .Po":.:;;:' ';' '1'" ! ~ 'If:. ..... ..~. '1.\ ,..... .. ,\ ,,"'!'"-wr. II II .. ~ . ~~ .~...... f. . to \\ t .e" ~\\ J: _ ~ f!: ~ Jj: . .~ ';. .~I''V~ l \\ ." ~~\ . _. fi'-:... "'J' i. t~ 'l' i J. . .. ' " '11. ~..... \I io\. '~1.1 . I! 0 j" J" d I ~. ~ '" ;...> WI ::" tI II ~I I .. . .' ; e.~ \t '\"'1 ,."" _ _,~ . 'f ~ \\ ~. ~ . ~..- ~ ;::>_ ~~ I . . · I · · ~. \1 I - -,.:.......""o:--..::i:."......,,<-.}-.-'!, . ,I A j ..!. · ~ ....),\., "J, 'to <U'. ~ Lll i~ "'.. 'I.'''' ,. I'.' I' 11,~'i, 11;1 ~~, .,,-=... r.-... 2 ~4'. I~ .......... -\....j~_~ D." ~~<<; a p. ~. I ftjl~ · '. ,y/" . I'V~ · ...2.~ \\ ~~... ~ l, I ~ '~~~ a-l ... ...... " ..'" ~ ~. ",-... '.\..~~!:i :I \:.. ~ ..... . - \.'\,. -..... /, /' 1....1' h. .. \\ ~~ "'~ : ~ ~b'''''''.b' ~ ..~~ . ~.. l ~ >) , . ~\ '\. : 15 a ~w I)' · \\ "i-\\ ,,~ .... ~I' ~~> lll,r/~j , v' t-/" ~"" \;~ ~ h...~ 10.~":~ l' r?/ II 1/ '1 \ '/ ~':"" "'f~>~ ~... : t I el L'''-P'''"",-, >l 0 /" . "l ~ 1 _ _ ~ 'I Illl' :"'-~r ~ :!!><S"~ 3Z=- _ , ..... llllS ~tot_ "'i~~1lY ~ V;Y.~~ .... "'~.. !III .... M~ ~:.. ".., .. ",,' ~'\ __ ~:y~ ~ )1 ~ ) ~I~~'. · ""~ II II "~:1 ~\:t" !! I. ..v...... /.J. ~ .IS ~ \:\ ~\\. it"\' !l!_ ~ ~~ '("' 1'\.", j;P'-:e-~... ..... n"" __ l!~ ~.~ c."',, _ ~ f)-,., ~ ~~ pr~~ ~''':''..\ ~ ~ ~ ..~I..~ O.....p~ -~ ~-~ ..~~1 III - ..)). t:..~ III t: lot ~ :t t:> -.0 ~U Jw~~,\ :\\ t ~iI\ t; \\' ~~I ~\. ~ ~ ~ ~~ 1__.... .... OeS"" ~ <8 ~ r- D~, .!. ,,', -' 1 f2' . l!'::: \.', It '" J. I\. -- t~ '" A ~ -Mil 2 ~ .1; \:i: ... .,. ..ON ~ ~ ~.. , _ ~ '\]. II ; \\1 ,,"" 'l\ . 1 ~...- - "'l\~' '. : I., ~ ~o Z . ~'llir ~l~.~ f=l ~lIA!l~~ .,~., ..~..J. \\u ." ,y 3HS .J.._ 1 ~c:-.... ~ bJ r'-,,-~.. u .. -..Il- -"'>. . ...._~, , _ _ _ . ;, ,p ~ "'~ .;. >- :E \: ~-.;;--~... . , ["7) . ~ ~ ~ r(Y'" ~ , -6";...... ~ ~ · ;;,\\j~...J-~4~,. .. "hc' l~~' - ~v.t\ ,,"'''-,b \.. \\1 t ..\\, ~ .oI~'tr ~-...; "">OQ ~.,.o >Q 'e:. ::> W "'"' ~ _Ii .:_.~"...fP".~- ,~u. ~l' .........::.t'~ ~.. _ f$" v-" 7' '<: 8~J'~ =:~~. .;~/t\i\~~lS -~ ,. ~ IJ ;.\\IS.\\ai'~ !j\~ \~\ i o~ ~~JS' ?- ~ <tIJ \~ \~ \ -....-\~ \;e'" ~;;.5 ~ =\.. fr:--- 1 . lor- -.. i <6- o~ es. C> f, I L< - - -. ow !. \. "ffi 6" ~ ~ ~ I \ "0;: 3US.... ~. ~. ..\\. 't ,,\\( ~ )\~ ~ ~ ..... ~ .' 'l _---1 1\"""'- ~ ..- -"-,- _-_ I!. ?~ 0: "? oJ' ,I d ~ """1_.....,.. l = W :t~ .,/ ..E ~ I H f I (~If~\l f ~\:. -\I.. 1\'1 Il~~, .~~ cg... c, \ I il,~~~\\ ll't. a~, i. _~,~ _~'~JkJ it"l~ !:\I W _ ... f ii\f'~.. ... ... 1-:" _ ~ "<l _ _ ~A" I 3Nt IUOOtl; h\{J; . Wi JS is.... ~--'-- .._ A..... ....00. . _,,_ ,~ ...., s.,"1I' ~.. ~.,.,..../ .... J ......~ ~_,..,...- S-I~-OE 3N ~ . ~-_._-_._---_ ..' __~____.._.. ___n_"'..._n. __~,__.. _ _____,__________^~.__._..___... _____ AMENDMENT # 4 TO AGREEMENT # AG-C-231 BETWEEN THE CITY OF AUBURN AND PARAMETIX, IINC. RELATING TO PROJECT NO. C9056 AUBURN WAY SOUTH SANITARY SEWER REPLACEMENT THIS AMENDMENT is made and entered into this ~day of ~_ 200~, by and between the CITY OF AUBURN, a municipal corp ation of the State of Washington (hereinafter referred to as the "CITY"), and Parametrix Inc. (hereinafter referred to as the "CONSULT ANT"), as an Amendment to the Agreement between the parties for engineering services under AG-C-231 executed on the 28th day of July 2004. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Se!rvices is extended to December 31, 2006. 2. SCOPE OF WORK: Exhibit A, attached herein and by this referencl3 made a part of this Agreement amends the agreement to include the following: PHASE II - ADDITIONAL ENGINEERING SERVICES . Task 3 - "M" Street Storm Drainage Improvements . Task 4 - Additional Water Improvements 3. COMPENSATION: The amount of this amendment is $20,178.00. The total contract amount will be increased to a total of $717,265.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-231 executed on the 28th day of July 2004, and amended thereafter, 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. CI OF AUBURN ~ ~ JAN 9 2006 Date -------------------------------------------------------------------- Amendment NO.4 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 1 of 2 I City of Auburn (continued) ATTEST: ~aam !'~ Danielle E. Daskam City Clerk Parametrix, Inc. ~~~ 12- (2-~(oS Ellen atson Date Office Principal ATTEST: -------------------------------------------------------------------- Amendment NO.4 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 2 of 2 . -.----,.--....-...- I . EXHIBIT A SCOPE OF SERVICES During the term of this AGREEMENT, Parametrix, Inc. (CONSULTANT) shall perform professional serviGes for the City of Auburn (CITY) in connection with the following project: Project C9056 AUBURN WAY SOUTH SEWER IMPROVEMENTS Phase 02 - Additional Engineering Services Task 3 - "M" Street Storm Improvements. Parametrix will include within the contract documents for the Auburn Way South Sanitary Sewer Improvements, storm line improvements along M Street SE. Storm line improvements will include design of a storm collection system along approximately 750 feet of M Street SE including placement of catch basins along the east and west gutter line. Parametrix's efforts will include detailed survey of the east and west gutter lines to determine placement of catch basins consistent with City of Auburn storm d.rainage standards. The effort shall consist of preparation of three plan / profile sheHts separate from the water and sanitary sewer improvements. The sheets shall show construction requirements for the storm system. The consultant shall also prepare the technical specification necessary for the installation of the storm line. A separate phase of the bid schedule will be established for all storm work, so it can be paid directly from the storm account. Due to the size of the project Parametrix will coordinate with the City at the beginning of the design to determine the horizontal positioning of the storm improvement along 21st Street SE. Scope shall include submittal of one design for city review and incorporation of City comments. Task 4 - Water System Improvements. Parametrix will include within the contract documents for the Auburn Way South (AWS) Sanitary Sewer Improvement, detailed plan and profile sheets for the following items: . Installation of a Pressure Reducing Station along AWS west of the Tribal Smoke Shop. . Relocate 8" water system at Casino from 10" to 14" water main . Relocate 8" water system west of Noble Court from 10" to 14" water main. . Relocate 8" water system at Noble Court SE from 14" to 10" water main. . Add Valve to isolate high pressure system from low pressure system SE of Noble Ct SE. . Relocate water system serving Hydrant 685 to Noble Court SE and abandon 6" water system from Hydrant to AWS. Scope shall include the preparation of technical specifications, cost estimates, quality control review and incorporation of City comments into final bid package similar to Task 3 above. -------------------------------------------------------------------- Exhibit A Amendment NO.4 for Agreement No. AG-C-231 PARAMETRIX, INC Page 1 of 1 I .__.._---^-~-----"._-~ I ~..,-l '--1 Dct. <0. -:$ AMENDMENT # 5 TO AGREEMENT # AG-C-231 BETWEEN THE CITY OF AUBURN AND PARAMETIX, INC. RELATING TO PROJECT NO. C9056 AUBURN WAY SOUTH SANITARY SEWER REPLACEMENT THIS AMENDMENT is made and entered into this ~ 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 Parametrix Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for engineering services under AG-C-231 executed on the 28th day of July 2004, and as amended on May31st and September 28th of 2005 and January 9th of 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: This reference made a part of this Agreement amends the agreement to include the following: . Amendment to Phase 02 - Additional Engineering Services . Task 05 - Auburn Way South Channelization "C" Curb Improvements . Prepare Plan Sheets - Parametrix will produce channelization plan sheets @ 1 "=50 scale (including details) for installation of approximately 1500-2000 feet of "C" curb starting at the intersection of Auburn Way South (AWS) and entrance to the Muckleshoot Casino and proceeding northwest along AWS. Parametrix will also coordinate with WSDOT for the review of the "C" curb layout on AWS. Coordination will be limited to phone calls and preparation of draft and final plan sheets (to be submitted by the City), meetings are not included in this scope. . Assumptions - The scope assumes that Parametrix will produce a single curb layout consistent with the sketch provided by the City to Parametrix. Parametrix will produce the plans on a scaled digital image produced by deGross Mapping. Parametrix will deliver one draft plan and one final plan to the City of Auburn for review and comment. The City will confirm measurements and stationing of the plan on AWS and produce all specifications and contract requirements beyond the plan sheet. 3. COMPENSATION: The amount of this amendment is $5,157.78. The total contract amount is increased to a total of $722,422.78. -------------------------------------------------------------------- Amendment NO.5 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 1 of 2 "-"... . REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-231 executed on the 28th day of July 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. ~y 2 2 2006 Peter B. L Date ATTEST: APPROVED AS TO FORM: ~~ Danielle E. Daskam City Clerk Parametrix, Inc. ~;C; SUd6 C- Oate Office Principal ATTEST: MichaelOllivant Project Manager -------------------------------------------------------------------- Amendment NO.5 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 2 of 2 ~.u_. ~..." A~.'b'7 AMENDMENT # 6 TO AGREEMENT # AG-C-231 BETWEEN THE CITY OF AUBURN AND PARAMETIX, INC. RELATING TO PROJECT NO. C9056 AUBURN WAY SOUTH SANITARY SEWER REPLACEMENT ~ THIS AMENDMENT is made and entered into this IF day of ~ 2006, by and between the CITY OF AUBURN, a municipal corp tlon of the State of Washington (hereinafter referred to as the "CITY"), and Parametrix Inc. (hereinafter referred to as the "CONSUL T ANT"), as an Amendment to the Agreement between the parties for engineering services under AG-C-231 executed on the 28th day of July 2004, and as amended on December 22nd of 2004, May31st and September 28th of 2005, and January 9th and May 22nd of 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: Exhibit A, attached herein and by this reference made a part of this Agreement amends the agreement to include the following: .:. Task 09 - Survey Staking Related to Phase II Construction. . Administration . Traffic Control for Construction Staking . Construction Survey Staking 3. COMPENSATION: The amount of this amendment is $53,250.00. The total contract amount is increased to a total of $775,672.78. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-231 executed on the 28th day of July 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. ~ JUN I ! 2006 Date -------------------------------------------------------------------- Amendment NO.6 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 1 of 2 I .__.._"_m~_ ATTEST: APPROVED AS TO FORM: A2~!~ Daniel B. HSld Damelle E. Daskam City Clerk City Attorney ~ Parametrix, Inc. E~,LJ)~ 6!t/Db Date Office Principal ATTEST: ~ ~~/~ Mi ael Ollivant Project Manager -------------------------------------------------------------------- Amendment No.6 for Agreement No. AG-C-231 PARAMETRIX, INC. Page 2 of 2 ...---.".._--~"_.- "----- --- j ~~- EXHIBIT A SCOPE OF WORK AG C-231 AMENDMENT NO.6 AUBURN WAY SOUTH SEWER - PHASE II TASK 9 - SURVEY STAKING FOR CONSTRUCTION PROJECT NO. C516A CONTRACT NO. 06-01 Prepared for City of Auburn 15 West Main Street Auburn, WA 98001-4998 Prepared by Parametrix, Inc. 1231 Fryar Avenue Sumner, WA 98390-1516 (253) 863-5128 www.parametrix.com ~ _ .__.__ _'_'u_'_~...._.,..____ ---- EXHIBIT A SCOPE OF WORK Auburn Way South Sewer - Phase 2 Project No. C516A Contract No. 06-01 TASK 9 - SURVEY STAKING PHASE 2 CONSTRUCTION Administration Measurable Objective Project coordination and communication with client. Approach Work under this task includes time to administer and coordinate the various project elements that will be ongoing throughout the survey construction staking tasks. Work will include coordination and establishing lines of communications between the City and Parametrix together with monitoring of the survey staking agreement with the City. Assumptions Administration of this agreement shall be no longer then 175 consecutive working days. Deliverables Correspondence with the City and monitoring of this agreement shall be covered under this Section. Traffic Control for Construction Staking Measurable Objective Parametrix will utilize a certified traffic control company to provide a sufficient safe zone for construction staking. Approach This project will require the surveyors to work as far as 1,500 feet ahead ofthe contractor, as construction progresses. Therefore the safety work zone along Auburn Way South provided by the contractor will be insufficient for surveying activities. A certified traffic control company will be subcontracted to provide a safe working environment for construction staking along Auburn Way South. Traffic will only be stopped or detoured for construction staking if staking is required in the roadway surfaces. It is anticipated that lane closures or detours will only be required along Auburn Way South therefore a certified traffic control company will not be required for staking outside of that area. It is also anticipated that all survey stakes will be set in the "field side" away from the road where possible. Exhibit A May 17,2006 Parametrix 1nc. 216-1931-809 Page 1 of5 C516A ._~._- I EXHIBIT A SCOPE OF WORK (CONTINUED) Assumptions . Construction surveying activities will be conducted during daylight hours between the hours of 7 a.m. and 6 p.m. . At those times when construction staking may be required along Auburn Way South between the hours of 9 p.m. and 5 a.m., the City shall request the contractor to provide sufficient lighting, certified flaggers, and road closures if needed. . This estimate does not include budget for any traffic control plan/permit that may be required by the City of Auburn. De/iverables Safety signs, roadside safety cones, certified flaggers. Construction Survey Staking Measurable Task Objective Parametrix will provide to the City/Engineer survey construction staking. Approach This Scope of Services is based on the engineering plans prepared by Parametrix titled "City of Auburn, Auburn Way South-Phase 2, Project No. C516A, Contract No. 06-01, dated May 2, 2006, and will be referenced as "IMPROVEMENT" plans herein. Effort under this task will include the following: . Project Coordination: Work under this task includes time to administer and coordinate the various project elements and will be ongoing throughout all contractor and client phases of the project. Work includes coordination and correspondence with the project manager, City, and the contractor, and on-site meetings with contractor as required. . Horizontal and Vertical Control: Parametrix survey crews will verify horizontal and vertical control in the field and establish additional control where needed to assist in construction and stake out. . Existing Monument Ties: This task includes survey ties to reference existing road centerline monuments that will be removed or damaged during construction (maximum of 12 monuments), establishing reference positions in the field outside ofthe work/construction area for future replacement. Exhibits will be made and filed with the Washington State Department of Natural Resources (DNR) for record purposes. Once road construction is complete, new monument positions will be staked with 2-foot crossing positions for the placement of a new monument. New monuments will be set from the reference positions by the contractor. Upon completion of setting new monument locations, Parametrix will punch said monuments for an exact position location. The monument exhibits will then be updated for filing with the DNR. Exhibit A June 7, 2006 Parametrix Inc. 216-1931-809 Page 2 0/5 C516A -~_._-,-,.- . ,_.- '- EXHIBIT A SCOPE OF WORK (CONTINUED) . Sanitary Sewer Staking: This effort includes a one-time staking of proposed sanitary sewer structures (53 structures) as shown in the IMPROVEMENT plans. The center of structure with double offsets will be staked and include the connecting invert pipe grades. Sanitary sewer vertical main line stakes will be set from the downstream manhole at 50 feet coming out of the low structure then every 100 feet there after. Where the IMPROVEMENT plans propose a pipe run with a radius ofless then 750 feet, pipe run staking will be every 25 feet. Side sewer mainline tees will be staked as referenced in the IMPROVEMENT plans with one offset stake. Cut sheets will be provided. . Utility crossings: In order to preserve the existing underground utilities and assist the contractor this task includes a one-time staking of the approximate location of underground crossings as identified in the IMPROVEMENT plans. Cut sheets will not be provided. . Storm Drainage: This effort includes a one-time staking of the proposed storm drainage structures (7 total) as shown in the IMPROVEMENT plans. The center of structure with double offsets will be staked and include the connecting invert pipe grades. Vertical main line stakes will be set from the downstream manhole at 50 feet coming out of the low structure then every 100 feet there after. Cut sheets will be provided. . Waterline: This effort includes a one-time staking of the proposed waterline, PRV and other appurtenances as shown in the IMPROVEMENT plans. Cut sheets will be provided. Assumptions . Right of entry will be provided by the City for those areas on private property requiring construction staking. . This Scope of Services includes tasks typically required for road improvements of this type. However, there may be tasks that arise from various agency inspectors, engineers, and/or contractors that cannot be anticipated. If approved for staking, those instances will be billed according to the original agreement. The City/Engineer will approve "extra surveying services" prior to Parametrix performing the work. . Parametrix will provide the City with survey staking request forms, and in return, the City will provide written requests for survey staking to Parametrix 48 business hours in advance when possible. . Each survey request for construction staking will constitute a minimum of 6 hours of fieldwork. IfParametrix believes that a survey request is under the minimum 6 hours it shall be brought to the City attention prior to responding to the request. . One designated person from the City will make all the requests for construction staking. . It is assumed that all tasks defined herein will be completed with 175 working days. Exhibit A June 7. 2006 Parametn~r: Inc. 216-/931-809 Page3 of 5 C5/6A --,,--"_.~,--,.""--"-----' EXHIBIT A SCOPE OF WORK (CONTINUED) . Parametrix will only be responsible for the perpetuation ofthose property comers and monuments shown in the IMPROVEMENT PLANS as being disturbed due to construction activities. If the Contractor or City inspectors identify other property comers or monuments that are not identified on the IMPROVEMENT PLANS that require perpetuation, the City will notify Parametrix within 48 business hours of removal. . Cut sheets will be provided to the City and/or Contractor within 24 hours of the staking of each task requiring cut sheets. . This scope and budget was prepared assuming that construction staking will be provided to the contractor as described in the contract special provisions. Staking requests received from the contractor beyond those provided for in the construction documents are not included in the enclosed budget. These requests will not be performed unless approved by the City. . All construction-staking items listed above will be staked one time only. Any requests for additional staking of the same feature will be considered a restake and must be noted as such on invoices and approved by the City. Requests for restakes will be billed on time and material (T &M) according to the original agreement. Deliverables Work sheets, field staking, and cut sheets as noted above. Exhibit A June 7. 2006 Parametrix Inc. 216-/931-809 Page 4 of 5 C516A -.-'--,.-- ----- EXHIBIT A SCOPE OF WORK (CONTINUED) TOTAL FEES FOR TASK 9 SURVEY STAKING FOR PHASE 2 CONSTRUCTION Administration: $ 4,000.00 Traffic Control for Construction Staking: $ 4,600.00 Construction Survey Staking: $ 44,650.00 Total: $ 53,250.00 Exhibit A June 7, 2006 Parametrix Inc. 2/6- / 93 / -809 Page 5 of5 C5/6A .,.~_._.._.. I A?:.. I <c. 9 AMENDMENT # 7 TO AGREEMENT # AG-C-231 BETWEEN THE CITY OF AUBURN AND PARAMETIX, INC. RELATING TO PROJECT NO. C9056 AUBURN WAY SOUTH SANITARY SEWER REPLACEMENT THIS AMENDMENT is made and entered into this 29th day of December, 2006, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Parametrix Inc. (hereinafter referred to as the "CONSUL T ANT"), as an Amendment to the Agreement between the parties for engineering services under AG-C-231 executed on the 28th day of July 2004, and as amended on December 22nd of 2004, May 31st and September 28th of 2005, and January 9th, May 22nd, and June 12th of 2006. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31,2007. 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-231 executed on the 28th day of July 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. PARAMETRIX, INC. ~~~hor~ ATTEST (Optional): ATTEST: By: Its: Approved as to form (Optional): Attorney for (Other Party) ey -------------------------------------------------------------------- Amendment No.7 for Agreement No. AG-C-231 Parametrix, Inc. Page 1 of 1