Loading...
HomeMy WebLinkAboutTranspo Group Inc AG-C-312a3.1 c~-~ .... ,. ~..R l AGREEMENT FOR PROFESSIONAL SERVICES. AG-C-312 r, ~_ THIS AGREEMENT made and entered into by and between the CITY OF fv~~";; ~~~,,;:.. ~.. ~~r AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY" and THE TRANSPO GROUP, INC. whose address is 11730 118th Avenue NE, Suite 600, Kirkland, WA 98034, 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 June 30, 2008. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $37,879.33, which includes a Management Reserve Fund amount of $5,000.00. Expenditure of Agreement for Professional Services AG-C-312 11 /28/2007 Page 1 of 14 Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. The CITY aggress to pay the CONSULTANT for direct salary costs, plus a fixed overhead rate on direct salary costs of 209.30%, plus a fixed fee on direct salary costs of 27.00%. Direct salary costs shall be defined as the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill the terms of this Agreement. The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit B which is attached hereto and by this reference made a part of this Agreement. These charges may include, but are not limited to the following items: outside reproduction fees, courier fees, subconsultant fees, and materials and supplies. The billing for non-salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4. 4. MANAGEMENT RESERVE FUND. The CITY may establish a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or Agreement for Professional Services AG-C-312 11 /28/2007 Page 2 of 14 reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services, and shall not exceed $5000.00. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. 5. SUBCONTRACTING. The 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. 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, corrector revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall Agreement for Professional Services AG-C-312 11 /28/2007 Page 3 of 14 perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 7. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall 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, 8. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, 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. Agreement for Professional Services AG-C-312 11 /28/2007 Page 4 of 14 CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. CONSULTANT shall obtain insurance of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 (or substitute form providing equivalent liability coverage) 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. Agreement for Professional Services AG-C-312 11 /28/2007 Page 5 of 14 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 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. 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. Agreement for Professional Services AG-C-312 11 /28/2007 Page 6 of 14 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 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. The CITY agrees that the above information and materials are instruments of service, and any use of the instruments of service on a different project or in a manner not contemplated by this agreement will be at the CITY's sole risk and without liability to the CONSULTANT. 12. CERTIFICATION REGARDING DEBARMENT SUSPENSION AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: Agreement for Professional Services AG-C-312 11 /28/2007 Page 7 of 14 (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 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. 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. Agreement for Professional Services AG-C-312 11 /28/2007 Page 8 of 14 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 governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. 14.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 14.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 14.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations Agreement for Professional Services AG-C-312 11 /28/2007 Page 9 of 14 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 of this Agreement, then all costs of enforcement including reasonable attorneys fees and expenses and court costs shall be paid to the substantially prevailing party. 14.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9. This Agreement shall be administered by Tim Hedges on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn Attn: Seth Wickstrom 25 W Main Street Auburn WA 98001 Phone: 253-804-5086 Fax: 253-931=3053 E-mail: swickstrom@auburnwa.gov The Transpo Group, Inc. Attn: Tim Hedges 11730 118th Avenue NE, Suite 600 Kirkland, WA 98034 Phone: 425-821-3665, x206 Fax: 425-825-8434 E-mail: timh@thetranspogroup.com 14.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested; and addressed to the address for the party set forth in 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. Agreement for Professional Services AG-C-312 11 /28/2007 Page 10 of 14 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. r -- - _.. ITY _E A BU~2N~j _. ~.- Peter B. Lewis, Mayor Date DEC 1 3 2007 ATTEST: ~0`~-~ Danielle E. Daskam, City Clerk THE TRANSPO GROUP, INC. Title: Federal Tax ID # Agreement for Professional Services AG-C-312 11 /28/2007 Page 11 of 14 APPROVED AS TO FORM: EXHIBIT A SCOPE OF WORK During the term of this AGREEMENT, The Transpo Group, Inc. (CONSULTANT) will perform professional services for the City of Auburn (CITY) in connection with. the following project: PROJECT CP0752 M STREET SE SIDEWALK LID 1. PROJECT DESCRIPTION. The work consists of providing preliminary layout; final design; and preparation of construction plans, specifications, and estimate of probable construction cost for a total for approximately 2,200 linear feet of sidewalk improvements. The anticipated improvements include a sidewalk, a landscape strip with sod, and new concrete driveways along the west side of M Street Southeast, between 29th Street Southeast and 37th Street Southeast, to be constructed in a single phase. 2. RELATED STUDIES AND PLANS. Related documents include: (a) M Street SE Improvements Construction Plans and Contract Provisions, CITY of Auburn, 2007 (Project C421A). 3. ASSUMPTIONS. This scope of work is based on the following assumptions: Exhibit A Agreement No. AG-C-312 Page 1 of 12 (a) Budget for the project scope is based on a project design schedule of 2 months and project construction schedule (including bid and award) of 2 months commencing with notice-to-proceed. (b) Man-hour estimates assume that one contract bid package will be prepared representing all work items associated with the project. (c) Applicable CITY of Auburn and/or WSDOT Standard Plans may be included in the Contract Provisions. (d) CONSULTANT reserves the opportunity to shift budget between work tasks. (e) Analyses, design, plans, specifications, and estimates performed or prepared as part of this project will be in English units. (f) APWA and CITY of Auburn Drafting Standards will be used. (g) Project provisions prepared for the M Street Improvements will be utilized as abase document and modified for this project. (h) See "Items and Services to be Furnished by CITY" below. 4. ITEMS AND SERVICES TO BE FURNISHED BY CITY. The CITY will provide the following items and services to the CONSULTANT which will facilitate the work to be undertaken for project. The CONSULTANT is entitled to rely upon the accuracy and completeness of the data furnished by the CITY: (a) Any pertinent record drawings, plans, reports, and information on the current project (Project C421A) and on public works and/or private projects within the immediate vicinity. (b) Additional survey, including utility locates/measure-downs for underground utilities, if necessary. (c) Contract Provisions (Specifications) "boilerplate". Exhibit A Agreement No. AG-C-312 Page 2 of 12 (d) Timely reviews of all work at mutually agreed upon times and consolidation of all review comments onto one review set prior to return to the CONSULTANT. (e) Field review of proposed improvements with the CONSULTANT. (f) Rights-of-entry upon all lands necessary for the performance of the work, including field reviews, if necessary. (g) Payment of applicable review and/or permit fees. (h) Advertisement for bids. (i) Public involvement coordination and meeting venues. (j) Environmental documentation and permit applications, if required. (k) Coordination with franchise utilities. (I) Stakeholder coordination. (m)Construction management and construction observation. 5. DESIGN CRITERIA. Reports prepared as part of this scope of work, to the extent feasible, will be developed in accordance with the latest edition and amendments to the following documents, as of the date this Agreement is signed: WSDOT Publications (a) Washington State Department of Transportation/American Public Works Association (WSDOT/APWA), Standard Specifications for Road, Bridge and Municipal Construction, 2006 edition and applicable Amendments (b) WSDOT/APWA Standard Plans for Roads, Bridge, and Municipal Construction Exhibit A Agreement No. AG-C-312 Page 3 of 12 (c) Design Manual AASHTO Publications (d) A Policy on Geometric Design of Highways and Streets CITY of Auburn Standards (e) Design and Construction Standards (f) Drafting Standards Other Standards and Publications (g) FHWA and Washington State Department of Transportation, Manual on Uniform Traffic Control Devices (MUTCD) (h) Washington State Regulations, Accessibility Design for All (ADA) 6. WORK TASKS. 6.1 Project Management and Coordination Project Management The CONSULTANT will provide continuous project management and administration of services under this agreement. The CONSULTANT will provide direction and review the work of the staff during the course of the project. The CONSULTANT will manage the schedule, scope, budget, and quality over the term of the Agreement. Current design budget status, as well as projections, will be developed. Any difference in the design and construction budget from the original contract amount will be brought to the attention of the CITY's Project Manager. The CONSULTANT's Project Manager will maintain periodic communication with the CITY's Project Manager and the CONSULTANT's Project Team via informal meetings, telephone discussions, electronic mail, and fax. Exhibit A Agreement No. AG-C-312 Page 4 of 12 The CONSULTANT's Project Manager will prepare and maintain action item and project change lists for significant items of work. Monthly Progress Reports & Invoices Monthly progress reports will be submitted with invoices. The progress reports will summarize start, finish and percent complete for deliverable tasks during the billing period, percent complete of overall project elements, and anticipated deliverable tasks for the next month. The CONSULTANT will also summarize in the monthly progress reports problems encountered and actions taken for their resolution, potential future delays, and issues/activities requiring CITY direction. Any elements that may impact project completion time and cost will be highlighted. The CONSULTANT will prepare a list of potential commitments and design decisions for the design file that may be necessary for the design and/or construction of this project. Monthly invoices for work completed to date will be submitted to the CITY. The invoices will summarize budget, expenditures and percent expended for deliverable tasks during the billing period, and percent expended of overall project elements. Invoices will be submitted with the monthly progress report and follow City guidelines. Project Coordination Meetings Project coordination meetings will be conducted on an as-needed basis. The CONSULTANT's Project Manager and other team members as appropriate will be available to attend project coordination meetings. Project progress, project risks, potential changes, schedule impacts, cost issues, and regulatory issues may be discussed. The CONSULTANT will provide the CITY with an agenda for each progress meeting. Anticipated meetings include the following: Exhibit A Agreement No. AG-C-312 Page 5 of 12 (a) Facilitate and attend preliminary field project review meeting at City of Aubum: (1 meeting) Assume meeting will be attended by Project Manager and Project Engineer. (b) Attend 95% plan/document review at City of Aubum: (1 meeting) Assume meeting will be attended by Project Manager and Project Engineer. Deliverables: Monthly Progress Reports Progress Meetings - 2 meetings 6.2 Quality Assurance Review The CONSULTANT will implement quality assurance procedures to ensure that all project deliverables are subjected to in-house peer reviews prior to submittal to the CITY. These reviews will be conducted under the direction of the CONSULTANT's Project Quality Assurance Manager and Project Manager, and will focus on checking the major design elements with respect to adequacy of response to the specific design challenges, conformance to accepted design practices, and compliance with the CITY's standards. A quality assurance check will be used to confirm that the design work and drawing presentation follows the CITY standards and that the work is of professional quality meeting the customary standard of care for the type of work in this locale. Deliverables: Quality Assurance Reviews 6.3 Public Involvement Provide engineering plans (roll-plot) for one public open house meeting. Deliverables: Engineering roll-plot Exhibit A Agreement No. AG-C-312 Page 6 of 12 6.4 Utility Coordination The CITY will prepare and send a notice containing the scope and schedule of the project, and include project plans, to all public and private utility agencies with underground or overhead facilities that may be affected by the project. The CITY will provide coordination of proposed improvements with the various public and private utilities to resolve conflicts and facilitate permitting. Utility coordination meetings will be the responsibility of the CITY. All aspects of coordination of the work required under this AGREEMENT with outside agencies, groups, or individuals will receive advance approval by the CITY. 6.5 Preliminary Design (15%). Level of detail sufficient to check for significant conflicts in field between proposed sidewalks and driveways with above-ground features. (a) Prepare base map for project by combining existing and proposed base mapping from the M Street SE Improvements project. Coordinate with CITY to identify location of relocated gas lines. Review the base map in the field. (b) Prepare one (1) preliminary horizontal sidewalk layout (40-scale roll map) incorporating existing base mapping, proposed sidewalk dimensions, and approximate driveway limits. Review with CITY to identify any refinements. The layout will be based on City standard details. Deliverables: Conceptual Horizontal Sidewalk/driveway Layout (1 copy) 6.6 Final Design PS&E (95%). Prepare construction-ready plans, details, bid items, quantities, special provisions, and estimate for detailed review by CITY staff. Prepare design documents Exhibit A Agreement No. AG-C-312 Page 7 of 12 with such provisions and in such detail as to permit convenient layout in the field for construction and other purposes. The design documents will be prepared to the level of competency presently maintained by practicing professionals in the field of transportation engineering in the Puget Sound Region. Design documents will include the following: (a) Prepare Title Sheet, Index, General Notes, Legend, Symbols, and Abbreviations. (2 sheets) (b) Prepare Typical Sections. (1 sheet) (c) Prepare Sidewalk and Driveway Plan-over-Plan drawings and Construction Notes utilizing and referencing standard and/or typical cross sections and details. (3 sheets) (d) Prepare Sidewalk and Driveway Standard Details. (2 sheets) (e) Prepare Proposal Bid Items in CITY standard format. (f) Prepare Special Provisions in CITY standard format (Div. 0 through 9). (g) Prepare Project Provisions (Construction Manual) in CITY standard format. (h) Calculate 95% Bid Quantities for Proposal Bid Items. (i) Prepare Estimate of Probable Construction Costs for Proposal Bid Items. (j) Perform Senior in-house 95% Quality Assurance and Constructability Review. Deliverables: 95% Design Plans (5 full-size and 5 half-size) 95% Contract Provisions and Special Provisions (1 copy) 95% Proposal Items and Estimate of Probable Construction Cost (5 copies) Exhibit A Agreement No. AG-C-312 Page 8 of 12 6.7 Final Bid Documents (100%). (a) Prepare Final (Bid-ready) Construction Documents incorporating responses to 95% PS&E comments from CITY staff. Assume no "additional" comments will be generated at this stage. Comments are designed only to verify that response to 95% 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 4 half-size copies of plans to the CONSULTANT. Deliverables: Final Plans (1 full-size original mylar) Final Contract Provisions and Special Provisions (1 camera-ready original) Engineer's .Estimate of Probable Construction Cost (1 copy) It 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 these cost estimates. 6.8 Assistance During Bidding (a) The CITY will advertise for bids and distribute bid sets to prospective bidders. Exhibit A Agreement No. AG-C-312 Page 9 of 12 (b) The CONSULTANT will assist the CITY during the bid period to answer any questions that arise concerning the PS&E documents, and to assist the CITY in preparing any addenda required. (c) The CONSULTANT will prepare up to one (4 page) addenda if modifications to the contract documents are deemed warranted by CITY during the bidding process. Assume one 3-week bidding period. Deliverables: Response to Bidder's Questions Addenda (up to 1) 6.9 Construction Period Services. (a) Attend Preconstruction Conference at CITY of Auburn. Review meeting notes provided by CITY, and transmit comments, if any. Assume meeting will be attended by the Project Engineer. (b) Attend up to 1 on-site project review to review the progress of the construction work. Discuss with CITY staff and/or transmit notes documenting significant aspects of the project work, and any inconsistencies relative to the design documents. Assume reviews will be performed by the Project Engineer. (c) 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 4 staff hours are budgeted to perform this task. (d) Review and provide written comment on Shop Drawing submittals forwarded from the CITY during the course of construction. Transmit responses to the Exhibit A Agreement No. AG-C-312 Page 10 of 12 CITY in written and/or plan format. Assume up to 4 staff hours are budgeted to perform this task. (e) Prepare and provide revised (stamped and signed) design and plan sheets in response to changes requested by the CITY during the course of construction. Assume up to 8 staff hours are budgeted to perform this task. (f) Prepare Record ("as-built") Drawings, and transmit (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 and electronic copies. Up to 24 staff hours are budgeted to perform this task. Deliverables: Attendance at Preconstruction Conference Attendance at On-site Construction Meeting Respond to RFI's (format as requested) Review Shop Drawings (format as requested) Provide Revised Plan Sheets (format as requested) Prepare Record Drawings (1 full-size original mylar) 6.10 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. Exhibit A Agreement No. AG-C-312 Page 11 of 12 (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. Exhibit A Agreement No. AG-C-312 Page 12 of 12 EXHIBIT B DIRECT NON-SALARY REIMBURSABLE EXPENSES Expense Category Billing Rate Personal Vehicle Mileage ~ IRS Rate, currently $0.485/mile Outside Photocopies/Printing Cost + 10% Transportation by Public Carrier Cost + 10% Outside Services or Subconsultants Cost + 10% Outside Materials and Supplies Cost + 10% Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and/or environmental consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts plus a 10% markup to cover the CONSULTANT'S additional overhead expense associated with the Subcontract. Exhibit B Agreement No. AG-C-312 Page 1 of 1 CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement # (i.e.: AG-C-115). • Project number(s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of-way, or construction) or task order number. • Direct salary (base salaries) • Indirect salary (benefits) • Direct non-salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract -total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15tH • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-312 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 tier 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: SUB CONSULTANTS (see attached documentation) $ 821.49 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 Amount Totallnvoiced % % Amount Task Authorized Prior Invoiced This Invoice To Date Ex ended Com leted 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 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-312 Page 2 of 2 4, 3, 16,` AMENDMENT #1 TO AGREEMENT NO. AG-C-312 BETWEEN THE CITY OF AUBURN AND THE TRANSPO GROUP, INC. RELATING TO M STREET SE SIDEWALK LID THIS AMENDMENT is made and entered into this 27th day of June, 2008, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and THE TRANSPO GROUP, INC., (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG-C-312 executed on the 13th 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, 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-312 executed on the 13th day of December, 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. THE TRANSPO GROUP, INC. ITY RN? By: Authorized signature Peter B. Lewis, Mayor ATTEST (Optional): ATTEST: By: , L aatc?y f Its: D Ile E. Daskam, Auburn City Clerk Approved as to form (Optional): App v as Attorney for (Other Party) Daniel B. Heid, Auburn CI orney Amendment No. 1 for Agreement No. AG-C-312 The Transpo Group, Inc. Page 1 of 1