Loading...
HomeMy WebLinkAboutGray & Osborne Inc AG-C-300 - Closed 2/8/2011 2007 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-300 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 GRAY & OSBORNE, INC., a corporation, whose address is 701 Dexter Avenue N., Suite 200, Seattle, WA 98109, 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, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31, 2007. 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. Compensation will be on a time and material basis, not to exceed $50,300.00. Costs will be based on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. Agreement for Professional Services AG-C-300 May 9, 2007 Page 1 of 10 4. SUBCONTRACTING. The CITY 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 CITY. No permission for subcontracting shall create, between the CITY 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. 5. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or acceptance of, nor payment for, any of the services shall be construed to operate as a Agreement for Professional Services AG-C-300 May 9, 2007 Page 2 of 10 waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 6. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, 7. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 8. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. CONSULTANT shall obtain insurance of the types and in the amounts described below: Agreement for Professional Services AG-C-300 May 9, 2007 Page 3 of 10 a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be named as an insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability, and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY. Any insurance, self insurance, or insurance pool Agreement for Professional Services AG-C-300 May 9, 2007 Page 4 of 10 coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by certified mail, return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A-:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 9. 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. 10. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by Agreement for Professional Services AG-C-300 May 9, 2007 Page 5 of 10 the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. The CITY shall indemnify and hold the CONSULTANT harmless for CITY's reuse of work product if such reuse is for anything other than its intended purpose. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. 11. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within athree-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission Agreement for Professional Services AG-C-300 May 9, 2007 Page 6 of 10 of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within athree-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 12. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. Agreement for Professional Services AG-C-300 May 9, 2007 Page 7 of 10 13. GENERAL PROVISIONS. 13.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 13.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 13.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 13.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 13.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 13.6. Should it become necessary to enforce any term or obligation of this Agreement, then all costs of enforcement including reasonable attorneys fees and expenses and court costs shall be paid to the substantially prevailing party. Agreement for Professional Services AG-C-300 May 9, 2007 Page 8 of 10 13.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 13.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 13.9. This Agreement shall be administered by Roger Kuykendall on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn Attn: Tim Carlaw 25 W Main Street Auburn, WA 98001 Phone: 253-804-5060 Fax: 253-931-3053 E-mail: tcarlaw(a~auburnwa.gov Gray & Osborne, Inc. Attn: Roger Kuykendall 701 Dexter Avenue N, Ste 200 Seattle, WA 98109 Phone: 206-284-0860 Fax: 206-283-3206 E-mail: ruykendall@g-o.com 13.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 13.9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. Agreement for Professional Services AG-C-300 May 9, 2007 Page 9 of 10 13.11. 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. C r B. Lewis, Mayor Date AUG 2 0 2007 ATTEST: C ~~ , Danielle E. Daskam, City Clerk APP&QVED AS TO FORM: iel B. Heid, Citv A GRAY & OSBORNE, INC. BY: ( - Title:~i'rc 5 ~ d CL~rT Federal Tax ID # ~ !~~ Agreement for Professional Services AG-C-300 May 9, 2007 Page 10 of 10 EXHIBIT "A" SCOPE OF WORK CITY OF AUBURN 2007 LOCAL STORM DRAINAGE IMPROVEMENT PROJECT AND DEVELOPMENT OF PROCEDURES FOR OUTSOURCING ENGINEERING SERVICES TASK I -DEVELOPMENT OF CITY PROCEDURES Development of City Procedures. Working with City staff, develop a process and related procedures for hiring outside consulting firms to perform project management, design (PS&E), and/or construction management services on City public works projects. The process shall define how City and Consultant Staff will work together to deliver "turn key" projects. The City defines "turn key" to mean that the Consultant performs the majority of work needed to design, permit, manage and inspect construction for public works projects such that the work conforms to City code, policy, and procedures. The following items will be included in process development: Meet with City staff to identify various roles for City staff and aspects of outside "turn-key" engineering services. Create set of instructions for City Project Manager and Consultant. Create checklist(s) to assist City and Consultant staff in tracking projects. Create form letters for use with contractor and other agencies. Develop sample default scope of work for design and construction management services. Submit draft procedures and forms to staff for review and comments. Meet with City staff to discuss and incorporate their comments. Provide final versions of procedures and forms in hardcopy and electronic format. Include a feedback method so the process can be evaluated and modified, if necessary, as projects are developed. TASK II -DESIGN Research and acquire, where available from the City, as-builts and record drawings for the various sites. City to provide drainage system maps, basin maps, and drainage basin delineations for those projects requiring delineations and flow estimates. Gray & AG-C-300 Exhibit A Page 1 of 5 Osborne shall rely on the accuracy of this data for the purposes of designing this project. Perform general site investigations to witness as-built conditions and assist the City in identifying satisfactory and cost-effective alternatives to address each problem. Perform limited hydrologic modeling for Projects No. 2 and No. 5 to estimate stormwater flows. A technical memorandum will provide the background information and calculations for the flow estimates. A formal drainage report is not included. Perform a geotechnical investigation to assess and estimate the infiltration rate for Project Site No. 2. It is assumed the City will provide a backhoe and perform the excavation for two to three test pits at the site. Acquire topographical and planimetric survey of Project Sites No. 2, No.3, and No. 5 to include establishing surface grades, pavement edges, utilities, utility poles, hydrants, valves, fences, major trees and significant landscaping, etc., in sufficient detail to support adequate design. It is assumed that the City will have the utilities located in the field prior to survey, as requested and coordinated by Gray & Osborne. All survey work will be based on the City's datum. It is assumed the City will furnish datum and nearest location of same for establishing control. It is assumed that control is available within'/ mile for each site requiring survey. Survey will include portions of the right-of-way plus that necessary to match the new design with existing features on private property. Scope of survey will be limited to the areas immediate to the existing rights-of-way and drainage corridors. If survey is needed on private property, it is assumed that the City will obtain access to those properties. Work does not include acquisition of title reports for any of the properties involved, nor does it include a record of survey. Note: Our scope of work does not include establishing right-of-way. Approximate location of right- of-way lines will be shown on the plans based on "good engineering judgment". Precise location of right-of-way lines and/or property lines can be provided, if requested, at an additional negotiated price. It is assumed for this scope and fee that all work will take place in City-owned rights-of-way. Prepare preliminary and final project plans, specifications, and cost estimates. Provide 5 plan copies at 50% completion, and 9 copies of plans and specifications at 90 completion for City review. Amend documents, as necessary, to incorporate City comments. Provide documents in City approved format. Specifications shall include project description, proposal, general, and special provisions. Provide City with original Mylar tracings, one hard copy, and an electronic file of the plans, specifications, addenda (as applicable) and engineer's cost estimate. Quality Assurance/Quality Control (QA/QC). Conduct internal QA/QC reviews at 50 and 90 percent design levels to assess quality of product, estimated construction costs, review design, and perform constructability reviews. TASK III -BIDDING Prepare and distribute bid documents for bidding under the City's Small Works Roster. Work includes: AG-C-300 Exhibit A Page 2 of 5 Solicit interested contractors (up to six) from the City's Small Works Roster and distribute bid documents to interested bidders. Letters of interest will be sent to all qualified contractors on the City's Small Works Roster. Interested contractors will be sent plans and specification for bidding purposes. Answer bid inquiries during bid phase. Prepare and distribute any bid addenda as required. Assist City in review of bids and prepare bid tabulation and engineer's "letter of recommendation" for award per City forms and provide electronic file or files. TASK IV -CONSTRUCTION MANAGEMENT Provide construction management services, as requested by the City to include: During preconstruction phase, provide copies of the contract drawings for contractor's use. Address initial construction inquiries. Provide recommendations for approval of subcontractors on City forms. Schedule and run preconstruction meeting, including preparation of agenda and meeting minutes per City forms and procedures. Verify contractor and subcontractors have filed Intents to pay prevailing wages. Issue Notice to Proceed from City, or after City approval, with coordination from staff. Provide survey staking to include setting offsets, lines, and grade for structures and pipes. Perform submittal review for materials, certifications, and shop drawings per City process and forms. Review and provide recommendations for substitutions. Provide part-time inspection to include attendance at preconstruction meeting, inspection during construction, final inspection and generation and inspection of punch list, and providing redlined copies of record drawings to the engineer. It is assumed the inspection services will be provided for a contract length of 30 days. Inspection time includes travel time, plus mileage, and miscellaneous expenses. Inspector will complete daily and weekly inspection reports per City forms. Address contractor inquiries (RFIs), including requests for information and requests for substitutions. Coordinate responses with City. Review and provide recommendations for change orders. Review contractor's payment request forms, as reviewed and approved by Gray & Osborne's inspector. Gray & Osborne staff will review and prepare monthly pay estimates for City review, approval, and processing per City requirements and forms. AG-C-300 Exhibit A Page 3 of 5 Prepare record drawings based on contractor's and Gray & Osborne inspector's markups. Transmit one red-line Mylar copy and an electronic copy to the City. Complete Physical Completion and Contractor Evaluation forms, with coordination from staff per City forms. PROJECT DESCRIPTIONS A brief project description and understanding is provided for each of-the five storm drainage improvement projects: Project Site No. 1 -Dry Well Replacement in Alley @ East Main & R St. NE The existing infiltration trench in this alley no longer infiltrates adequately, resulting in localized surface ponding in the alley and during certain storm events onto adjacent properties. City maintenance crews stated the area has permeable subsurface soils as discovered during an expansion of the infiltration trench. It is suspected that the current system has been plugged over time with the introduction of soil "fines" and debris. Therefore, it is anticipated that a new dry well (similar to WSDOT Standard Plan 6- 20.40-01)can be installed, with a connection to the existing catch basin, which can be used as apre-settling basin and debris collector to protect the new dry well. It is not anticipated that survey or soil infiltration testing will be needed for this project. A buried sanitary sewer system exists in this alley, and it will need to be located, as well as any other underground utilities. Pavement repair would be limited to the areas disturbed. It is expected that this project will be bid as a lump sum item. Project Site No. 2 - 25th Street Drainpipe from D Street to F Street Flooding occurs at the intersection of 25th Street and D Street during certain rain events. It appears the existing infiltration trench is operating properly; however, the inlet manhole to the system is plugged with debris and oil at the "PROP-T" inside the structure. The tee may not be installed per the design drawings. In addition, the existing pipes in the street (varying in size from 4 inches diameter to 12 inches) may be inadequate for the tributary drainage basin and susceptible to plugging with trash, oil, and leaf litter from nearby trees and landscaped areas. Recommended repair would include repairing or replacing the existing tee, cleaning the system, and installing two new pre-settling manholes in 25th Street in order to better protect the infiltration system. Replacement of new drainage pipes of adequate size may also be necessary. Delineation of the drainage basin would be performed by City staff. Using this information, hydrologic modeling would be performed to determine if the existing infiltration system is adequately sized. A geotechnical engineer will be employed to determine an appropriate infiltration rate. It is assumed the City will provide the personnel and equipment to perform the excavation and backfill of a sampling pit. If the analysis indicates that a larger infiltration system is required, plans and specifications would be prepared for that expansion. AG-C-300 Exhibit A Page 4 of 5 Project Site No. 3 - 12-inch Drainpipe on 1St St. from Division St. to A St. Flooding occurs on the north side of City Hall on 1St Street, and nearby parking lots due to inadequately sized collection and conveyance system. This project would include the installation of new catch basins and approximately 350 lineal feet of new 12-inch diameter pipe to convey stormwater from parking lots and streets to the main trunk line in Division Street. Work would also include repair of pavement, curbs and gutter, and sidewalks, where necessary. This project will require physical survey and complete specifications. Project Site No. 4 -Adjust Manhole Rim on 37th Street The existing storm drain manhole ring and solid lid protrude upwards into a gutter, causing a hazard for bikes, localized flooding in the gutter, and appearance issues. The existing ring is offset from the manhole opening approximately 8 to 10 inches so that the lid does not interfere with the curb. A few panels of sidewalk and curbs are buckled and broken. The recommended solution is to remove the existing sidewalks and curbs to expose the flat top slab. The slab will be rotated so that the ring and lid reside entirely within the sidewalk. Sidewalk, curb and gutter, and pavement repair are included. It is expected that this project will be bid as a lump sum item. Project Site No. 5 -Modify Control Structure on Large Infiltration Pond on A St. A large detention pond is underutilized since the City diverted a large portion of runoff to an upstream facility. Downstream, flooding occurs beneath SR 18 on A Street and Auburn Way. The City desires to utilize the pond to reduce downstream flooding. This project includes limited hydrologic modeling and resizing of the existing orifice in order to retain more water. The City will provide delineation of the drainage basin for the modeling exercise. Survey will be required to set elevations of the control structure and maximum water surface elevation. It is expected that this project will be bid as a lump sum item. AG-C-300 Exhibit A Page 5 of 5 EXHIBIT "B" ENGINEERING SERVICES SCOPE AND ESTIMATED COST City of Auburn - 2007 LocaC Storm Drainage Improvements Tasks Principal Hours Project Eng. Hours Civil Eng. Hours Resident Inspector Hours CADD Tech. Hours PLS Hours Survey Crew Hours Development of City Procedures 4 40 16 10 4 Design & CM for Project Site No. 1 1 14 6 12 4 Design & CM for Project Site No. 2 2 44 8 24 14 3 12 Design & CM for Project Site No. 3 2 52 8 16 16 3 12 Design & CM for Project Site No. 4 1 16 2 12 4 Design & CM for Project Site No. 5 2 24 4 16 8 2 8 Hour Estimate: 12 190 44 80 56 12 32 Estimated Hourly Rates: $50 $38 $32 $28 $28 $38 $70 Direct Labor Cost $600 $7,220 $1,408 $2,240 $1,568 $456 $2,240 Subtotal Direct Labor (DLC): Indirect Costs (1.62 x DLC): Total Labor Cost: Fee (0.35 x DLC): Subtotal Labor & Fees: Direct Non-Salary Cost: Mileage (@ $0.48/mile) & Miscellaneous Expenses (printing of bid documents, mylars, record drawings, etc.) Sunconsultant (Geotechnical): Subconsultant Overhead (10%): TOTAL ESTIMATED COST: $15,732 $25,486 $41,218 $5,506 $46,724 $1,664 $1,738 $174 $50,300 Prepared by Gray Osborne, Inc. CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement # (i.e.: AG-C-115). • Project number{s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of-way, or construction) or task order number. • Direct salary (base salaries) • Indirect salary (benefits) • Direct non-salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract -total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager}. • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15`h • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-300 Page 1 of 2 SAMPLE INVOICE City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter (Project Engineer} Agency Agreement #: AG-C-010 Invoice #: 5222 Progress Payment #: 2 Invoice Date: February 10, 2002 Project Name: Thomas Nelson Farm Project #: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourl Rate Amount Mike Jones, Princi al in Char e 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processin 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal $ 749.00 Ex enses see attached documentation Char es Multi lier Amount Mike Jones, Princi al in Char e 20 miles x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processin $ 29.00 x1.1 $ 31.90 Consultant Ex enses Subtotal $ 72.49 Consultant Total: 821.49 SUB CONSULTANTS (see attached documentation) Subconsultant Hours Hourl Rate Amount ABC Environmental, Inc., Civil En ineer 10 $ 100.00 $ 1,000.00 Electrical Consultin ,Electrical En ineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical En ineer 10 $ 100.00 MRF 1,000.00 Movin Com an ,Movin Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multi lier $ 2,860.00 Subconsultant Total: TOTAL DUE THIS INVOICE CONTRACT BREAKDOWN $ 2,860,00 $ 3, 681.49 --- - - Task Amount Authorized Prior Invoiced This Invoice Totallnvoiced To Date % Ex ended % Com leted Amount Remainin Original Contract $ 22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF* 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note: MRF=Management Reserve Fund * Received a written authorization of MRF on 1110101 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-300 Page 2 of 2 AMENDMENT #1 TO AGREEMENT NO. AG-C-300 BETWEEN THE CITY OF AUBURN AND GRAY & OSBORNE, INC. THIS AMENDMENT is made and entered into this 31 st day of December, 2007, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and GRAY & OSBORNE, INC., (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-300 executed on the 20th day of August, 2007. 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, 2008 2. SCOPE OF WORK: There is no change to the scope of work. 3. COMPENSATION: There is no change to the amount of compensation. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-300 executed on the 20th day of August, 2007, 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. GRAY & OSBORNE, INC. By: ~ Authorized signat CITY ~ti-B1~-----`°1 Peter B. Lewis, Mayor ATTEST (Optional): By: ~o +rl ~ t~ Its: ~ '- Approved as to form (Optional): Attorney for (Other Party) Amendment No. lfor Agreement No. AG-C-300 Gray & Osborne, Inc. Page 1 of 1 ATTEST: 1 Da le E. Daskam, Auburn City Clerk Approved as to form: iel B. Heid, Auburn City Attorney AMENDMENT #2 TO AGREEMENT NO. AG-C-300 BETWEEN THE CITY OF AUBURN AND GRAY & OSBORNE, INC. THIS AMENDMENT is made and entered into this 31 st day of December, 2008, by and befinreen the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and GRAY & OSBORNE, INC., (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-300 executed on the 20th day of August, 2007, and as amended on 31St day of December, 2007. 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, 2009. 2. SCOPE OF WORK: There is no change to the scope of work. 3. COMPENSATION: There is no change to the amount of compensation. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-300 executed on the 20th day of August, 2007, 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. GRAY & OSBORNE, INC. CITY OF AUBURN By: . Au horized sign Pete B. Lewis, Mayor ATTEST (Optional): ATTEST: By: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Attorney for (Other Party) ApprqMd as Dniel B. Heid, 7aubu"rn Cily Attorney Amendment No. 2 for Agreement No. AG-C-300 Gray & Osborne, Inc. Page 1 of 1 ~~1 G , 9 AMENDMENT # 3 TO AGREEMENT # AG-C-300 BETWEEN THE CITY OF AUBURN AND GRAY & OSBORNE, INC. RELATING TO PROJECT NO. CP0743 2007 LOCAL STORM IMPROVEMENTS PROJECT ~ THIS AMENDMENT is made and entered into this ~day of 2009, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and GRAY & OSBORNE, tNC., (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for engineering services under AG-C-300 executed on the 20th day of August 2007, and as amended on 31 St day December, 2007, and the 31 St day December, 2008. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change in the contract term. 2. SCOPE OF WORK: The original scope of work for the agreement has been amended to add on the attached "Exhibit A." 3. COMPENSATION: This amendment increases the total compensation of the Agreement by $20,000.00, to $70,300.00. The additional funds are based on the estimate in "Exhibit B.,, REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-300 executed on the 20'h day of August, 2007, 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. GRAY & OSBORNE, INC. 1-1 By: Authorized signature C OF AUBLIRN ~ ~ Peter B. Lewis, Mayor ATTEST (Optional): ~ By: its: (741rr r ~ ~td.4,4 A TEST: 7 Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): App ved to form: Attorney for (Other Party) ~ Daniel B. , eid, Auburn City Attorney Amendment No. 3 for Agreement No. AG-C-300 Gray & Osborne, Inc. Page 1 of 1 EXHIBIT A 2007 LOCAL STORM DRAINAGE IMPROVEMENTS PROJECT 1. AMENDMENT DESCRIPTION This amendment provides for final design, bidding and construction services for the project. Each of theses tasks are described below in detail. 2. RELATED STUDIES AND PLANS Related documentation includes: a. The Auburn Professional Plaza building development plans will require coordination of storm drainage systems in the Right-Of-Way of 1St Street NE. 3. ASSUMPTIONS This scope of work is based on the following assumptions: a. Man-hour estimates assume that one contract bid package will be prepared representing all work items associated with the project. b. At this point Plans, Specifications, and Estimate (PS&E) are now at 95%. c. Applicable CITY of Auburn and/or WSDOT Standard Plans will be included in the Contract Provisions. d. CONSULTANT with CITY approval, may shift budget between work tasks within the same phase. Use of optional services and associated budget will require written authorization by the CITY. e. Analyses, design, plans, specifications, and estimates pertormed or prepared as part of this project will be in English units. f. APWA and CITY of Auburn Drafting Standards will be used. 4. ITEMS AND SERVICES TO BE FURNISHED BY CITY The CITY will provide the following items and services to the CONSULTANT which will facilitate the work to be undertaken for project. The CONSULTANT is entitled to rely upon the accuracy and completeness of the data furnished by the CITY: a. Any pertinent record drawings, plans, reports, and information on the current project and on public works and/or private projects within the immediate vicinity. Agreement for Professional Services AG-C-300 2007 Local Storm Drainage Improvements Project October, 2009 Amendment #3, Exhibit A- Scope of Services Page 1 of 4 b. Timely reviews of all work at mutually agreed upon times and consolidation of all review comments onto one review set prior to return to the CONSULTANT. c. Advertisement for bids. d. Public involvement coordination and meeting venues. e. Coordination with franchise utilities. f. Primary stakeholder coordination. g. Construction management and construction inspection. 5. DESIGN PHASE WORK TASKS 5.1. Final Design PS&E (99%) a. Prepare Final Documents for 1St Street NW Storm Improvements, incorporating responses to 95% PS&E comments from CITY staff. Assume the number, format, and content of plan sheets will generally remain unchanged. b. Perform Senior in-house 99% Quality Assurance Review. c. Transmit 99% Design Plans, Project Provisions, Special Provisions, and Estimate of Probable Construction Cost to CITY for final review. Assume CITY's review at this stage is for the purpose of verifying that comments transmitted at 95% completion stage were incorporated into the 99% documents, as mutually agreed. Deliverables: 99% Design Plans (1 full-size and 2 half-size) 99% Contract Provisions and Special Provisions (2 copies) 99% Estimate of Probable Construction Cost (2 copies) 5.2. Final Bid Documents (100%) a. Prepare Final (Bid-ready) Construction Documents for 1 St Street NW Storm Improvements, incorporating responses to 99% PS&E comments from CITY staff. Assume CITY review will be limited to verifying that CONSULTANT responses to 99°/a final comments were incorporated as mutually agreed. b. Transmit Final (sealed/stamped and signed) Design Plans, Project Provisions, Special Provisions, and Estimate of Probable Construction Cost to CITY for reproduction and bid advertisement. Assume there is no additional CITY review following this stage. c. The CITY will provide reproduction of Construction/Bid Documents, and will transmit 2 full-size and 2 half-size copies of plans and 2 copies of Contract Provisions to the CONSULTANT. Agreement for Professional Services AG-C-300 2007 Local Storm Drainage Improvements Project October, 2009 Amendment #3, Exhibit A- Scope of Services Page 2 of 4 N:1Consultants';AGC-300 Gray & Osbourne - Lacal 8term Drainage~Amendment 3 agc300 Exhibit A- Scope.doc Deliverables: Final Plans (1 full-size original 4 mii mylar) Final Contract Provisions and Special Provisions (1 camera-ready original) Engineer's Estimate of Probable Construction Cost (1 copy) !t is mutually agreed that any cost estimate provided by CONSULTANT will be on a basis of experience and judgment, but since the CONSULTANT has no control over market conditions or bidding procedures, the CONSULTANT cannot warrant that bids or ultimate construction cost will not vary from fhese cost estimates. 6. BIDDING AND CONSTRUCTION PHASE WORK TASKS (OPTIONAL SERVICES) The CONSULTANT shall compfete task items in this section, only as directed by the CITY. It is expected that the CITY may not require the CONSULTANT to complete some, or all, of the task items from this section. The CONSULTANT shall, at its own expense, provide bidding and construction assistance required to correct errors made by the CONSULTANT in the final plans and specifications. 6.1. Construction Period Services. a. Attend up to 2 on-site project reviews to review the progress of the construction work (at the request of the CITY). Discuss with CITY staff and/or transmit notes documenting significant aspects of the project work, and any inconsistencies refative to the design documents. Assume reviews will be performed by Project Manager or Project Engineer. b. Respond to requests for information (RFI's) from the CITY during the course of construction. Transmit responses to the CITY in written and/or plan format. Assume up to 8 staff hours are budgeted to perForm this task. c. Prepare Record ("as-built") Drawings, transmitting (stamped and signed) mylar originals and digital files to the CITY. Assume the CITY will provide inspector's reports and records, as required and redlined markups of construction drawings. The CITY will provide the original mylar drawings for CONSULTANT'S use in preparing record drawings. The CONSULTANT will prepare both handwritten (red line) and electronic copies. Assume up to 48 staff hours are budgeted to pertorm this task. Deliverables: Attendance at on-site project reviews - up to 2 Respond to RFI's - up to 8 hours Review Shop Drawings - up to 8 hours Prepare Record Drawings - up to 48 hours (1 full-size original mylar) and Digital Files in Auto-CAD Format. Agreement for Professional Services AG-C-300 2007 Local Storm Drainage Improvements Project October, 2009 Amendment #3, Exhibit A- Scope of Services Page 3 of 4 N:iGonsuitan;s';r1GC-300 Gray & OsuourE;e - Lccal Storm DrainagelArrenrlmani 3 age300 Exh;b;t A- Scope.dcc 6.2. Project Closeout a. Electronic Data Transfer. At the completion of construction, the CONSULTANT will provide the CITY with electronic files of design files, base maps, plans and similar contract documents. All drawings will be provided in AutoCAD format. b. Archiving. At the completion of construction, the CONSULTANT will archive all project files. Archives will be made available at the request of the CITY or funding agency for review for a period of six years following completion of construction. Agreement for Professional Services AG-C-300 2007 Local Storm Drainage Improvements Project October, 2009 Amendment #3, Exhibit A- Scope of Services Page 4 of 4 H:tConsultarits'rAGG300 Gray & Osbourtie - Local Storrn DrainageAmenclmen? 3 acc300 Exhibit A- Scope.dac EXHIBIT "S" ENGINEERING SERVICES SCOPE AND ESTIMATED COST City of Auburn - 2007 Local Storm Drainage Improvement Project Amendment No. 3 Tasks Principal Hours Project Eng. Hours CADD Tech. Hours Survey Tech. Hours Survey Crew Hours Final Design PS&E (99%) 4 34 10 Final Bid Documents 1 16 4 Construction Period Services 72 20 Project Closeout 1 4 2 Hour Estimate: 6 126 36 0 0 Estimated Hourly Rates: $56 $38 $28 $30 $75 Direct Labor Cost $336 $4,788 $1,008 $0 $0 Subtotal Direct Labor (DLC): Indirect Costs (1.71 x DLC): Total Labor Cost: Fee (0.35 x DLC): Subtotal Labor & Fees: Direct Non-Salary Cost: Mileage (@ current IRS rate) & Miscellaneous Expenses (photos, record drawings, mylars, etc.) TOTAL ESTIMATED COST: Agreement for Professional Services AG-C-300 2007 Local Storm Drainage Improvements Project October, 2009 Amendment #3, Exhibit B- Estimated Cost Page 1 of 1 $6,132 $10,486 $16,618 $2,146 $18,764 $436 $19,200 AMENDMENT #4 TO AGREEMENT NO. AG-C-300 BETWEEN THE CITY OF AUBURN AND GRAY & OSBORNE, INC. RELATING TO PROJECT NO. CP0743, LOCAL STORM & DRAINAGE IMPROVEMENTS THIS AMENDMENT is made and entered into this day of 200 by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Gray & Osborne, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-300 executed on the 20'h day of October 2007, amended by agreement dated the 315t day of December 2007, amended by agreement dated 31St day of December 2008, amended by agreement dated the 19t" day of October 2009. 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, 2010. 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-300 executed on the 20th day of October 2007 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. GRAY & OSBORNE, INC. By: Authorized signature CITY OF UB_ Peter B. Lewis, Mayor ATTEST (Optional): By: Its: Approved as to form (Optional): Amendment No. 4 for Agreement No. AG-C-300 Gray & Osborne Page 1 of 1 ATTEST: ~ , Danielle E. Daskam, Auburn City Clerk Appr~ued a ~ r ~ CITY OF Peter B. Lewis, Mayor RN LTBU WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.ouburnwo.gov * 253-931-3000 February 8, 2011 Roger Kuykendall, P.E. Gray & Osbome, Inc. 701 Dexter Avenue North, Suite 200 Seattle, WA 98109 RE: Agreement for Professional Services, AG-C-300 Project No. CP0743, Local Storm Drainage Improvements Dear Mr. Kuykendall: This letter is to inform you that the above-referenced Agreement for Professional Services is being closed at this time. Our records indicate that we processed the final payment for this agreement on April 19, 2010 for invoice #07547.00-17, in the amount of $1,874.39. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by February 21, 2011. Thank you for your firm's professional services in work related to the Local Storm Drainage project. If you should have any questions, feel free to give me a call at 253.804.5060. Sincerely, Tim Carlaw Storm Drainage Engineer Department of Public Works TC/ja/hg cc: Dani Daskam, City Clerk AG-C-300 CP0743- 2.20 AUBURN *MOPE THAN YOU IMAGINED