Loading...
HomeMy WebLinkAbout4567 RESOLUTION NO. 4567 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF , AUBURN, WASHINGTON; AUTHORIZING THE MAYOR TO ' EXECUTE AN INTERAGENCY AGREEMENT WITH KING COUNTY FOR THE PURPOSE OF DESIGNING A RELOCATED COUNTY SANITARY SEWER LINE FOR THE M STREET.SE GRADE SEPARATION PROJECT C201A WHEREAS, the City is the lead agency and is responsible for tlie planning, review, design, permitting, right-of-way acquisition and construction of the M Street SE Grade Separation Project, hereinafter referred to as the "Project"; and WHEREAS, the County has an 18-inch sanitary sewer line located in the public right-of-way in the vicinity of the Project which will have to be relocated to accommodate the Project; and WHEREAS, a study to evaluate alfernatives, hereinafter referred to as "Feasibility Study," was performed and it was determined that there is a mutual . benefit to the City and County in having the City perform the design of the relocation of the County's sanitary sewer as part of the Project design process; and WHEREAS, the County is willing to compensate the City for its cost to perform , the design of the sanitary sewer relocation, hereinafter referred to as the "Sanitary Sewer Relocation Design Work"; and ' WHEREAS; the City and County intend that the attached agreement may be amended in the future to compensate the City for its cost to construct the sanitary sewer relocation, Resolution No. 4567 February 22, 2010 Page 1 , NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, HEREBY RESOLVES as follows: Section 1. - The Mayor is hereby authorized to execute an Interagency Agreement with King County for the purpose of completing the design for relocation of a King County Sanitary Sewer line for the M Sfreet Grade Separation Project, in substantial conformity with the agreement attached' hereto, marked as Exhibit "A" and incorporated herein by this reference. Section 2. That the Mayor is authorized to implement such other . administrative procedures as may be necessary fo carry out the directives of this legislation. Section 3. That this Resolution shall take effect and be in full force upon passage and signatures hereon. Dated and Signed this day of 2010. CITY OF AUBURN l . P - ER' B. LEWIS MAYOR Resolution No. 4567 February 22, 2010 Page 2 , . J ~ ATTEST: ' Danielle E. Daskam, City Clerk APPROVED AS TO FORM: ~ niel B. ' , - City Attomey Resolution No. 4567 February 22, 2010 Page 3 RESOLUTION No. 4567, EXHIBIT A INTERAGENCY AGREEMENT BETWEEN CITY OF AUBURN AND KING COUNTY (WASTEWATER TREATMENT DIVISION) FOR DESIGN OF UTILITY RELOCATION ASSOCIATED WITH THE M STREET SE GRADE SEPARATION PROJECT THIS AGREEMENT is made ' and entered into by, and between King County, a political subdivision of the State of Washington, hereinafter referred to as the "Counfy," and City of Aubum, a municipal corporation of the State of Washington, hereinafter referred to as the "City." County and City may also be collectively referred to as the "Parties." WHEREAS, the City has concluded that the re-grading of M Street SE at SR18 and the BNSF Railroad tracks hereinafter referred to as the "M Sfreet Grade Separation Project" or "Project," is necessary in order to provide an accepfable level of traffic flow and road safety; and WHEREAS, the City is the :lead agency and is responsible for the planning, review, design, perrnitting, right-of-way acquisition and construction of the Project; and WHEREAS, the County has an 18-inch sanitary sewer line located in the public right- , of-way in the vicinity of the Project which will have to be relocated to accommodate ' the Project; and WHEREAS, a study to evaluate altematives, hereinafter referred to as "Feasibility Study," was performed and it was determined that there is a mutual benefit to the City and County in having the City perform the design for relocation, of the County's sanitary sewer together with the design and construction of a City storm sewer; and WHEREAS, the County is willing to compensate the City for its cost to perform the design of the sanitary sewer relocation, sometimes referred to as fhe "Sanitary Sewer Relocation Design Work" herein as specifed herein; and WHEREAS the City and Counfy intend #hat this agreement may be amended in the fufure to compensate the City for its cost to construct the sanitary sewer relocation. NOW THEREFORE, it is mutually agreed as follows: Resolution No. 4567 February 22, 2010 Page 4 I. PURPOSE The purpose of this Agreement is to set forth the mutual rights, responsibilities and obligations of the County and the City for the design of the sanitary sewer relocation described in Attachment A, whicti is aftached hereto and incorporated herein by this reference. No separate legal entity is created by this Agreement. II. DURATION This Agreement shall become effective immediately upon execution by all parties and shall remain in effect unfil the Project is complete and the County has paid the City in full for the' actual cost of the design of the sanitary sewer relocation, in accordance with the payment provisions of Section V herein unless terminated sooner, as provided hecein. The Parties anticipate the design of the sanitary sewer relocation described in Attachment A will be completed by March 31, 2011. III. THE CITY'S RESPONSIBILITIES A. The City shall act as the lead agency for the Project and sliall accomplish the design of the sanitarysewer relocation described in Attachments A and B, on behalf of the County in connection with the Project. The City project manager for the ; Project shall act as the administrator of this cooperative undertaking. B. The City shalL (i) retain an engineering consultant (sometimes referred to as the "Consultant" herein) to prepare a scope of work for the design of the sanitary sewer relocation; (ii) provide the scope of work for the design of the sanitary sewer relocation.to the County for review and approval, incl.uding identification of activities, if any, that the County will perform; (iii) obtain any and all necessary rights of entry, permits and approvals for the design of the sanifary sewer relocation and (iv) accomplish the design of the sanitary sewer relocation through the engineering consultant. C. The County reserves the right to review ` and reject any plans and specifications developed for the Sanitary Sewer Work by the City that are not in compliance with the County's standards. Ultimate responsibility for the accuracy and completeness of the City's plans and specifications for the Sanitary Sewer Relocation Work rests with the City. C. The City shall bill the County only for costs related to the Sanitary Sewer Relocation Work incurred .by the City, not to exceed $183,630 (the Maximum Resolution No. 4567 February 22, 2010 Page 5 Agreement Ceiling) as set forth in Attachment B, in accordance with the payment provisions of Section V of this Agreement. IV. THE COUNTY'S RESPON3IBILITIES A. Subject to the Maximum ,Agreement Ceiling, the County shall be responsible for the actual, specified costs related to the design of the sanitary sewer relocation and shall reimburse the City for such costs in accordance with the terms of Section V of this Agreement. B. The County shall make all reasonable efforts to cooperate with the City in facilitating the Sanitary. Sewer Relocation Work as set forth in Attachment A, and make necessary personnel available so as to not delay the engineering consultant's design schedule: Subjecfi to Section VIII, the County shall be responsible for any costs the City incurs resulting from extra work associated with schedule delays caused by the County. C. Any obligations of the County beyond the current fiscal year are subject to and contingent upon the appropriation , ofi funds by the King County Council for. the specific purpose of funding the Sanitary Sewer Relocation Work in accordance with the King County Charter and applicable law. Should such an appropriation not be approved, then this Agreement shall terminate at the close of the current . appropriation year. The appropriation year ends on December 31 of each year. V. PAYMENT A. Subject to the. Maximum Agreement Ceiling, the County agrees to reimburse the City for the actual cost of the Sanitary Sewer Relocation Work without mark-up of any kind. The City's estimate of costs is shown in Attachment B, attached hereto and incorporated herein .bythis reference. B. The City shall provide fhe County monthly with inyoices showing expenditures during the previous month on the Sanitary Sewer Relocation Wock. Invoices shall itemize the engineering consultant's payments :applicable to the Sanitary Sewer Relocation Work only. Invoices shall be documented to the reasonable satisfaction of . the County and shall include complete invoices paid by the City to the engineering consultant, including components of the monthly invoices for which reimbursement is not sought from the County. Properly documented invoices shall be paid by the County within sixty (60) days of receipt by the County. Notice of any potentiaf dispute regarding such payment request shall be made in writing within the same Resolution No. 4567 . February 22, 2010 Page 6 time period. Payment by the County shall not : constitute agreement as to the appropriateness of any item or acceptance of the work so represented. At the time of completion of the work under this Agreement, all required adjustments related to any potential dispute for which notice `has been timely given shall be made and reflected in a final payment. C. Subject to the Maximum Agreement Ceiling, the County shall pay the City as follows: 1. The costs incurred, without mark-up, by the City's engineering consultant to prepare fhe scope of work and perform necessary consulting services for the Sanitary Sewer Relocation Work, as deseribed in Attachments A and B; 2. Actual City review and coordination costs as described in Attachments A and B. D. Monthly invoices shall provide a summary of labor, overhead costs, fixed fee, , reimbursable costs, other allowable charges and the total amount due and will include supporting documentation. If any invoice seeks reimbursement of City employee labor hours, then the invoice shall state the labor hours expended by individual City employees along with their applicable labor rates. VI. HOLD HARMLESS AND INDEMNIFICATION A. The City shall hold harmless, indemnify and defend the County, its officers, appointed and elected officials, employees and agents, from and against any and all . claims, actions, suits, liability, loss:, expenses, damages and judgments of any nature whatsoever, including costs and attorney's fees in defense thereof, for injury, sickness, disability or death to persons or damage to property or business, caused by or arising out of the Sanitary Sewer Relocation Design Work and/or senrices performed under this Agreement, whether arising before, during or after completion of the Project or services and whether suffered by the City, its officials, employees and/or agents or any other person or entity. PROVIDED, ,HOWEVER, that the City's obligation hereunder shall not extend to injury, sickness, death or damage caused by or arising out of the sole negligence of.the County, its,officers, elected and appointed officials, employees or agents; the City expressly and specifcally agrees that its obligations under this paragraph exfend to any claim, action, suit, liability, loss, expense, damage and/or judgmenf brought by or on behalf of any ofi its appointed or ' elected officials, employees or agents. For this purpose, the City, hereby expressly and specifically waives, with respect to the County only, any immunity that would otherwise be available against'such claims under the Industriaf Insurance provisions of Title 51 RCW. Resolution No. 4567 February 22, 2010 , Page 7 B. The City will require its engineering consultants, contractors, subcontractors and suppliers of any tier to defend, indemnify and hold harmless King County, its officers, officials, and employees from any and all claims, injuries, damages, losses or suits including attorney's fees and costs, arising out of or, in connection with the design and development of the Sanifary Sewer'Relocation Design Work except for ' injuries and damages caused by the sole negligence of King County. VII. TERMINATION A. At any time, and for any reason, the City has: the right to terminate this Agreement by providing written notice to the County, in which case the County shall only be responsible for eosts authorized under Section V(C) herein incurred by the City prior to the City's notice of termination. VIII. EXTRA WORK ' Any change in the Sanitary Sewer Relocation Design Work, which would cause the Maximum Agreement Ceiling to exceed the amount shown in Attachment B will require a binding Letter of Agreement, signed by both the City Mayor or his designee and the County Wastewater Treatment Division Director or his/her designee, . describing the changed scope of work and the estimated change in the Sanitary Sewer Relocation Design Work cost prior to the additional work being completed. IX. INSURANCE A. Prior to the commencemenfi of design services for the Sanitary Sewer Relocation Design Work, the City shall cause ifs Consultant to maintain the following minimum insurance coverages, provide the County with evidence thereof and require compliance with all of the following provisions: ° 1. General Liability. $5,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, and for those policies with aggregate limits, a$5,000,000 aggregate limit. Coverage shall be at least as broad as Insurance Services Office form number (CG 00 01 Ed. 11-88) covering COMMERCIAL GENERAL LIABILITY. 2. Professional Liability Errors and Omissions: $1,000,000 per claim and in the aggregate. Resolution No. 4567 Fe6ruary 22, 2010 Page 8 3. Automobile Liability. $5,000,000 combined single limit per accident, for bodily injury and property damage. Coverage shall be at least as broad as Insurance Services Office form number (CA 00 01 Ed. 12/90) covering BUSINESS AUTO COVERAGE, symbol 1"any auto"; or the combination of symbols 2, 8, and 9. 4. Workers' Compensation. Statutory requirements of the State,. of residency. Coverage shall be at least as broad as Workers' Compensation coverage, as required by the Industrial Insurance Act of the State ofi Washington, as well as any similar coverage required for this work by applicable Federal or "other States" State Law. 5. Employer's Liability or "Stop Gap": Coverage shall be at least as broad as the protection provided by the Workers Compensation policy Part 2 (Employers Liability) or, in states with monopolistic state funds, the protection provided by the "Stop Gap":endorsement to fhe general liability policy. B. Any deductibles or self-insured retentions must be declared to, and approved by, the County. The deductible and/or self-insured retention of the policies shall not limit or apply to the Consultant's liability to the County and shall be the sole responsibility` of the Consultant. C. The insurance policies required in this Rgreement are to contain, or be endorsed to contain the following provisions: 1. General Liability Policy: (a) The Counfy, its officers, officials, employees and agents are to be covered as additional insured as respects liabilify arising owt of activities performed by or on behalf of the Consultant in connection wifh this Agreement. (b) To the extent of the Consultant's negligence, the Consultant's insurance coverage shall be primary insurance as respects the County, its officers, officials, employees and agents. Any insurance and/or self- insurance maintained by the County, ifs officers, officials, employees or agents shall not contribute with the Consultant's insurance or benefit' the Consultant in any way. (c) The Consultant's insurance shall apply separately to each insured against whom a claim is made and/or lawsuit is brought, except with respect to the limits of the insurer's liability. D. Unless otherwise approved by the County; Insurance is to be placed with insurers with a Best's rating of no less than A:VIII; or, if not rated with Bests', with minimum surpluses the equivalent of Best's surplus size VIII. Resolution No. 4567 February 22, 2010 Page 9 E. Professional Liability, Ecrors and Omissions insurance may be placed with insurers with a Bests' rating. of B+:VII. Any exception must be approved by the County. F. If at any time of the foregoing policies shall be or become unsatisfactory to the County, as to form or substance, or if a company `issuing any such policy shall be or become unsatisfactory to the County, the Consultant shall, upon notice to that effect from the County, promptly obtain a new policy, and shall submit the same to the City with the appropriafe.certificates and endorsements, for approval. G. For work within the BNSF right-of-way, the City represents that it and/or its consultants have, at a minimum, the following insuranee (per BNSF permit requirements): 1. Commercial General Liability Insurance. This insurance shall contain broad form contractual liability with a combined single limit of a minimum of $2,000,000 each occurtence and an aggregate limit of at least $4,000,000.. Coverage must be purchased on a post 1998 ISO occuRence or equivalent and include coverage for, but not limited to, the following: • Bodily Inju ry and. Property Damage • Personal Injury and Advertising Injury • Fire legal liability • Products and completed operations 2. Business Automobile Insurance. This insurance shall contain a combined single limit of at least $1,000,000 per occurrence, and include coverage for, but not limited to the following: o Bodily injury and propecty damage • Any and all vehicles owned, used or hired 3. Workers Compensation and Employers Liability Insurance. This insurance shall include coverage for, but not limited to: • The City's and/or its consultant's statutory liability under the worker's compensation laws of the state(s) in which the work is to be performed. If optional under State law, the insurance must cover all.employees anyway. • Employers' Liabilify (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. 4. Railroad Protective Liability Insurance. This insurance shall name only BNSF as the Insured witli coverage of at least $2,000,000 per occurrence and $6,000,000 in the aggregate. The coverage obtained under this policy shall Resolution No. 4567 February 22, 2010 . Page 10 , only be effective during the initial soil boring and/or testing. If further testing ~ and/or boring is needed at a later date, an additional Railroad Protective Liability Insurance Policy shall be required. The policy shall be issued on a standard ISO form CG 00 35 10 93 and include the following: • Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31 1093) • Endorsed to include the Limited Seepage and Pollution Endorsement. • Endorsed to include Evacuation Expense Coverage Endorsement. • No other. endorsements restricting coverage may be added. • The original policy must be provided fo BNSF prior to performing any work or services under the BNSF permit. In lieu of providing a Railroad Protective Liability Policy, the City is participating in BNSF's Blanket Railroad Protective Liability Insurance Policy (as allowed by the BNSF permit). 1 X. KING COUNTY'S RELATION TO CONSULTANT Any consultants and/or subconsultanfs used by the City to fulfll its obligations under this Agreement shall be retained solely by the City, shall be identified in the Budget, Attachment B and shall be subject to the scope of services and the Maximum Agreement Ceiling set forth on the attachmenfs. Such consultants or subconsultants shall be considered independent contractors for the City. They shall not be deemed to haye any contracfual relationship with the County and the County shall have no obligation to pay such consultants or subconsultants. XI PROJECT RECORDS Upon request by the other Party, each Party will provide, within ten (10) calendar days of any request, or if the request is voluminous or is for doeuments in several locations then in a reasonable time, any Project-related documentation in its possession or in the possession of its ,agents, Confractors and Consultants (except documents that are not subject to the Washington State Public Records Act, Ch. 42.56 RCW), including but not limited to environmental analyses, geo-technical reports, engineer's records and documents, and contract payment records relating to this Agreement. In addition for a period not less than six (6) years from the final payment to the City, the City shall keep all records and accounting pertaining to this Agreement available for inspection and audif by the State and copies of all records, accounts, documenfs or other data pertaining to this Agreement shall be furnished upon request. If any litigation, claim, or audit is commenced, the records and accounts along with supporting documentation shall be retained by the City until all Resolution No. 4567 February 22, 2010 Page 11 litigation, claim or audit finding has been resolved even though such litigation, claim; or audit may continue past the six-year retention`period. XIL DISPUTE RESOLUTION A. In .the event the City and the County disagree over whether the Consultant has fulfilled'its obligations undec the Sanitary Sewer Relocation Design Work scope of work, the City reserves the right to make the final decision as to the acceptability of the work. If a dispute arises befinreen the County and the City related to this . Agreement, the parties agree that they will attempt to resolve the issue through mutual negotiation. In the event that the Parties are not able to reach an agreement through such negotiation the Parties agree to engage in. mediation in order to resolve the dispute. Mediation may b.e requested by either party, and shall be attemptetl prior to the institution of any lawsuit arising under this Agreement. Each party shall designate, in writing, not more #han three candidates, it proposes. to act as a non- binding mediator within ten days following notifcation of a dispute. The candidates proposed shall be #rom Judicial Arbitration and 'Mediation Services (JAMS) or Judicial Dispute Resolution (JDR) or shall be a neutral, independent and recognized expert in the field in which the dispufe arises. If the Parties cannot agree on one of the mediators from the combined lisf within five days, then the Parties shall promptly meet and select a mediator by, blind draw. Upon selection of the mediator, the Parties shall within 30 days, or as soon thereafter as possible, meet and engage in a mediation of the dispute with the assistance of the mediator. The cost for the mediation services shall be borne equally between the Parties, each party paying one-half of the cost. The mediator shall determine reasonable procedures. Testimony and briefing, if any, provided to the metliator shall be inadmissible in any . subsequent court proceedings. If inediation fails to'resolve the dispute, the Parties may thereafter seek redress in court. Venue and, jurisdiction shall lie with the King County Superior Court in Seattle, Washington. B. This Agreement has been made pursuant to, and shall be construed according to, the laws of the State of Washington. XIII. PROPERTY Any real or personal property acquired or used by any party in connection with th.is Agreement will be acquired, held, and disposed of by that party in its discretion, and other parties will have no joint.or other interest therein. Upon termination of this Agreement, real and personal property acquired through this Agreement shall be retained or disposed of in the manner provided by law: Resolution No. 4567 February 22, 2010 Page 12 . XIV. CHANGES AND MODIFICATIONS Either party may request changes, amendments, or additions to any portion of this Agreement; however, except as otherwise provided in this Agreement, no such change; amendment, or addition to any portion of.this Agreement shall be valid or binding upon either party unless it is in writing and executed by both parties. All such changes shall be made part of this Agreement. XV. NOTICES Unless otherwise directed in writing, notices, reports and payments shall be delivered to each party as foll'ows: City of Auburn King Couniy ' Public Works Department King County Departmenf of Natural Jacob Sweeting, P.E. Resources and Parks 25 West Main Street Wastewafer Treatmenf Division Auburn, WA Susan Hildreth, P.E: 98001 Mailstop KSG-NR-0509 204 South Jackson.Street Seattle, Washington 98104-3855 Notices mailed by either party shall be deemed effective on the date mailed. Either party may change its address for receipt of reports, notices, or paymenfs by giving the other written notice of not less than five (5) days prior to the effective date. For accounting purposes, the tespective Federal Tax Identification Numbers are: City of Auburn: 91-6001228 King County: 91-6001327 XVI. ENTIRE AGREEMENT These provisions represent the entire and integrated agreement of the parties and may not be modified or amended except as provided herein. Any understanding, whether oral or written, which is not incorporated herein is expressly excluded. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, effective on the latest date shown below. The signatories below, represent and ' warrant that they possess the authority to execute this Agreement and bind their respective entities. Resolution No. 4567 February 22, 2010 Page 13 CJTY OFAUBURN KING COUNTY Wastewater Treatment Division By: MnQ , 201 n By: . Peter Lewis Date Chrisfie True Date Mayor Waste Water Treatment Division Director' J Resolution No. 4567 . February 22, 2010 Page 14 . INTERAGENCY AGREEMENT BETWEEN CITY OF AUBURN AND KING COUNTY (WASTEWATER TREATMENT DIVISION) FOR DESIGN' OF UTILITY RELOCATION ASSOCIATED WITH THE M STREET GRADE SEPARATION PROJECT Attachment A- Scope of Work for Desiqn, Survev and Environmental Services During the term,of this AGREEMENT, the City of Auburn (CITY) shall perform professional services for King County (COUNTY) in connection with fhe following project: Relocation of County Sanitary Sewer for the IVI Sfreet SE Grade Separation This Scope of Work is for the Relocation of County Sanitary Sewer for the M Street SE Grade Separation Project. This scope includes project management, consultant management, preliminary engineering, environmental documenfation and permitting, stakeholder coordination, final design (including plans:, specifications, and estimates), public involvement, bidding services, and construction inspection and administration. Proiect Descriation The relocation of the existing County sanitary sewer for the M Street SE Grade Separation will require the preparation of plans and specifications for the construction of a sanitary sewer main and the decommissioning of the existing sanitary sewer main within the section of M' `Street SE being lowered for the M Street SE Grade Separation. Approximately1100 feef of sanitary sewer main will need to be decommissioned on M Street SE from approximately 6th Street SE to 3`d Street SE. Effluent from the south will need to by-pass the decommissioned section via a new sanitary sewer that will connect to the existing main in M Street SE near 6th Street SE, turn and follow 6th Street SE west to L Street SE, #um and follow L Street SE north to the State Route 18 (SR18) embankment and the BNSF Railway Stampede Pass railroad tracks cross SR18 and the railroad tracks along L Street SE, follow L Street SE north to 4{h Street SE, turn and follow 4th Street SE. east to M Street SE, turn and follow M Street SE north to a new connection to the existing main in M Street SE near 3rd Street SE. The approximate length of the by-pass sewer route wilf be 1700 feet. Shared Tasks The CITY is designing and constructing a separate storm sewer main that affords the decommissioning of its existing storm sewer main within the.section of M Street SE - being lowered for the M Street SE Grade Separation, S#orm flows from the south will ` by-pass the decommissioned section via a series of new manholes and pipes that will follow the same general alignment as the relocated COUNTY sanita .ry sewer Resolution No. 4567 February 22, 2010 Page 15 , main. The two utilities will cross SR18 and the BNSF railroad tracks in separate , casings. Since the COUNTY'S sanitary sewer main relocation and the CITY'S storm sewer main relocation will follow the same general alignment and they are both being eompleted for the M Street SE`Grade Separation Project, it follows that they also share similar design, permitting, and construction tasks. The budget for this scope of'work has been adjusted to reflect the tasks that are either partially or completely shared with the CITY'S storm relocation effort. The CITY and the COUNTY acknowledge cost and schedule benefits to both parties from combining efforts to relocate the storm and sanitary sewers. In conducting the work, every effort wiU be made by the CITY's consultant to allocate their costs fairly between tasks previously identified for the CITY's storm sewer relocation, and the tasks established in this agreement for the sanifary sewer relocation work. The table below lists shared tasks, necessary for completing the design and permitting of the COUNTY'S sanifary sewer and the allocation of the costs between the CITY and the COUNTY: Allocation of Shared Costs for Storm and Sewer Relocation Total Estimated County's Estimated Estimated County Cost to Task Shared Task Task Cost Ci Share Share Coun Number Consultant Management and Administration. $210,098 95% 5% $20,900 1521 Schedule Development and Mana ement $8,849 67% 33% $2,950 15.2.2 Scope and Budget - Mana ement $15,241 77% 23% $3,441 15.2.3 Monthly Progress Re ortin and Invoicin $51,621 91 % 9% $4,425 15.2.4 Geotechnical Work $160,000 100% 0% $0 NA Basema and Surve $95,623 92% 8% $7,866 15.3 Desi n Criteria Memo $4,425 0% 100% $4,425 45.4:1 30% Desi n and Plans $206,117 92% 8% $17,084 15.4.2 60% S.ubmittal $384,703 91 % 9% $33,185 15.4.3 90% Submittal $384,211 91 % 9% $32,694 15.4.4 1.00% Submittal $385,071 91 % 9% $33,554 15.4.5 Permittin $111,601 79% 21% $23,107 15.5 Construction (not included 15.6 Total Cost to County $183,630 Resolution No. 4567 February 22, 2010 - Page 16 Assumptions The following assumptions have been made in developing the Scope of Work and Budgef for the Relocation of County Sanitary Sewer for the M Street SE Grade ~ Separation Project. 1. The CITY will amend its agreement with CH2M Hill (CITY'S CONSULTANT) fo ,r design services for the M Street SE Grade Separation to include work for the Relocation of County Sanitary Sewer for the M Street SE Grade Separation Project. 2. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the project, the CITY will have no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that might affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of perFormance by operating personnel orthird parties; and other economic and operational factors that might materially affect the ultimate project cost orschedule. The CITY, therefore, will not warranty that the actual project costs, financial aspects, economic feasibility, or schedules will not vary from CITY'S opinions, analyses, projections, or estimates. 3. Drawings wilf be produced using MicroStation 20040 and will be submitted in AutoCAD 2006 format, following CIIY standards. 4. Bidding services, construction administration and construction inspection have ~ not been included in this scope because they could not be accurately scoped at this time. Bidding and construction phase services may be added in a subsequent amendment of this agreement. ~ 5. Unless otherwise noted, all project deliverables are items that are to be submitted by the CITY to the COUNT'Y. Unless otherwise directed by the COUNTY, the CITY will first prepare a draft version of the deliverable and submif it for review and comment. The CITY shall address any comments; make appropriate revisions, and re-submit the final version, except for plan submittals for which the CITY will submit cevisions with the next planned submittal. The COUNTY will provide a consolidated set of review comments to the CITY. 6. Unless othennrise noted, the CITY shall submif finio hardcopies, one bound and one unbound, and 1 electronic PDF copy of all documents listed as deliverables. 7. All calculations, analyses, design, plans, specifications, and other project work will be prepared in English units, US Survey Feet. 8. The COUNTY will provide the electconic CAD file of the L Street route prepared by the COUNTY to the CITY; 9. The CONSULTANT will verify the accuracy of the COUNTY L Street mapping provided by the CITY and merge it with the project base map; Resolution No. 4567 February 22, 2010 Page 17 10. The CONSULTANT will' prepare and incorporate the COUNTY sanitary sewer relocation plans into the M Streef SE Grade Separation project plans using the CITY CAD format and presentation standards; Unless added as an amendment to this scope, the CONSULTANT will ,not prepare a separate (stand alone) set ofi contract plans for the sanitary sewer work, but rafher will prepare a combined set of plans showing all Project work along with the sanitary sewer relocation work. ~11. Water quality treatment and detention will not be required for replaced impervious surface associated with the relocated sanitary sewer; 12. Existing borings and test pits previously conducted at L Street for the earlier Feasibility Study are. sufficient for design and no additional geotechnical - investigations will be necessary.to support the sanitary sewer relocation; 13. The relocated sanitarysewer will be located within the existing CITY right of way, and cross the BNSF and WSDOT right of ways in a casing that is separate from ' the relocated storm drain casing; _ 14. Wastewater flow rates will not be calculated by CONSULTANT; 15. The COUNTY will be the applicant for the BNSF and WSDOT crossing permits/easements for the County's relocated sanitary sewer main; The CONSULTANT shall prepare and provide the documentation required to support the permits/easements. Th'e COUNTY will forward ifs permit applications for BNSF and WSDOT fo the CITY. The CITY will transmit the COUNTY and CITY crossing applications together with cover letters explaining that the CITY and COUNTY applications, are for utility crossings related to the CITY'S M Street SE Grade Separation Project; 16.The COUNTY will provide electronic copies of standard sewer details, record drawings of the existing sanitary sewer main and side sewer connections within the project limits, and video' data #o confirm side sewer locations that the : CONSULTANT will incorporate in the final design; 17. No permanently pumped service connections are assumed needed for the work; 18. Except Contract Documents, all submittals shall first be made as drafts and subsequently finalized per any review comments. 19. Unless otherwise indicated, all electronic submittals shall be in PDF format supplied via e-mail or FTP site. 20.The CONSULTANT will use WSDOI"/APWA Contract Specifications and CITY- developed special provisions for the Contract Specifications. 21.The Sanitary Sewer Relocation Plans and Specifications will be incorporated into the same set of plans and specifcation as the CITY's storm sewer relocation. A separate set of Contract Documents will not be prepared. 22. No property or easement acquisitions are anticipated for the storm sewer or sanitary sewer relocation. Resolution No. 4567 February 22, 2010 Page 18 23. The City will conduct any community outreach regarding modification to existing sidesewers and other aspects of the project, with support, as needed from the County. Desian Standards and References The project shall be developed in accordance with the latest edition, amendments, and revisions of the following publications, where applicable: 1. " County Standards 2. City of Aubum Publications: Design Standards, Dated December 2004 as amended Construction Standards, Dated: December 2003 as amended City's Boiler Plate Standard Special Provisions for #fie 2010 WSDOT Specifications, when available 3. State Publications: . - 2010 Standard Specifications for Road, Bridge, and Municipal Construction (M 41-10) - Standard Plans for Road, Bridge, and Municipal' Construction (M 21-01) - Design Manual (M 22-01) - Hydraulic Manual (M 23-03) - Plans Preparation.Manual (M 22-31) - Amendments and General Special Provisions - Standard Item Table - WSDOT 2008 Highway Runoff Manual (31-16) - WSDOT 2008 Environmental Procedures Manual (M 31-11) - WSDOT 2008 Traffic.Manual (M 51-02) - WSDOT 2008 Local Agency Guidelines (M 36-63) - WSDOT Bridge Design Manual - WSDOT Right of Way Manual (M 26-01) 4. American Association of State Highway and Transportation Officials Publications: - A Policy on Geometric Design of Highway"s and Sfreets {2004 ("Green Bookn) - Any Ameriean Association of State Highway OfFcials policies applicable where said policy is not in conflict with the sfandards of the Washington State Department of Transportation. 5. U.S. Department of Transportation Publications: - Manual on Uniform Traffic Control Devices for Streets and Highways (current edition) _ 6. Other Publications: - National Electrical Code - Book of American Society for Testing and Materials Standards Resolution No. 4567 February 22, 2010 Page 19 , - BNSF Railway - Union Pacific Railroad: Guidelines for Grade Separation Projecfs - BNSF Railway - Utility Accommodation Policy, Rev. May 2007 Obtaining WSDOT, AASHTO, USDOT, and other publications not listed as being , provided by the COUNTY or CITY shall be the CITY'S CONSULTANT'S responsibility. For administrative purposes, #he task numbering for this scope of work starts at 15 because Tasks 1 thru 14 are included in the CITY'S original scope of work with the CITY'S CONSULTANT for the M Street SE Grade Separation Project. Task 15.1 is included in the Feasibility Study Agreement. TASK 15 KING COUNTY SANITARY SEWER RELOCATION 15.2 Project Management 15.2.1 Consu/tanf Managemenf and Administration ~ The CITY will develop, execute, and administer an agreement with the CITY'S CONSULTANT to perform the work indicated in this Scope of Work: The CITY will lead the sanitary sewer relocation design efforts and ,will rnanage the CITY'S CONSULTANT celated work. The CITY will coordinate and facilitate discussions, meetings, and other communications between fhe CITY'S CONSULTANT and the COUNTY. 15.2.2 Schedule Development and Management The CITY'S CONSULTANT will prepare a baseline project schedule that substantiates milestone dates., The baseline project schedule will serve as a guide for scheduling the detailed work and will include a work breakdown structure (WBS) that identifies the design activities, their connectivity with other activities, their durations, and their reviews necessary to deliver the deliverables for the project. The CITY'S CONSULTANT will provide electronic copies of the project schedule to the CITY and COUNTY for review and approval. The CITY'S CONSULTANT will baseline the project schedule when it is approyed by the COUNTY. The CITY'S CONSULTANT will submit schedule updates to the CITY with each invoice or as significant changes'to the schedule are ptoposed. For budgeting purposes, it is assumed that 12 schedule updates will be prepared. , Resolution No. 4567 February 22, 2010 ' Page 20 Deliverable(s): • Baseline Schedule • Updated Schedule with Each Invoice 15.2.3 Scope and Budget Management The CITY will manage the project scope and budget. Significant changes will be reported to the COUNTY as they occur and in monthly project management team meetings and/or progress reports. This task will help monitor scope and costs, and to propose corrective actions. Current financial status as well as projections of cost to compete work will be provided to the COUNTY monthly. These actions will include formal requests for budget or scope modifications. 15.2.4 Monthly Progress Reporting and Invoicing The CITY will prepare and submit invoices and supporting documentation, on a monthly basis or as agreed is necessary by the COUNTY'S Project Manager. The City will review and incorporate CITY'S CONSULTANT invoices with the CITY invoices. The CITY'S CONSULTANT will prepare and submit progress reports with each invoice that qualitatively describe the work accomplished during the billing period, including the status of individual tasks, meetings attended, subconsultant work and action or information needed from the CITY. Progress reports will also indicate work to be accomplished during the next billing period. 6 monthly invoices and progress reports are assumed for the project. Deliverable(s): • 6 Status reports on scope completion complete • 6 Monthly Budget Forecasts - Estimate to Complete (ETC) • 6 Monthly invoices • 6 Monthly progress reports • 6 Schedule updates (one electronic copy in PDF.) Resolution No: 4567 February 22, 2010 Page 21 15.3 Base Map and Survey , The CITY'S CONSULTANT will use survey mapping conducted and provided by King County, remove redundant elements previously surveyed by the CITY'S CONSULTANT, conyert new mapping elements to CITY CAD format, and merge new elements with the M Street SE Grade Separation Project base map. The CITY'S CONSULTANT will convert all elevations to the NAVD88 datum. It is assumed that during the design phase, some level of supplemental survey may be necessary, and for purposes such as private property match/conforms, utility features, structure elevations; or features requiring more definition for design purposes. For budgeting purposes this task item has been estimated to not exceed 40-field crew hours. Any costs for performing additional survey beyond 40-field crew hours, may be adjusted accordingly and approved by amendment before commencement of field activities. Deliverable(s): Base map hardcopy roll-plot style, PDF, and AutoCad formats 15.4 Design The CITY's CONSULTANT will develop and expand the project design using the Feasibility Study and the preliminary layout'prepared by the COUNTY. The design submittals shall generally-include the sheets as shown on the table below: Tab/e A- Sheet List by Discipline and Submittals 30% 60%, 90%, & Submittal 100% Submittal Drawing Title No. of Sheets No. of Sheets Comments General Sewer Notes 1 Sewer Plan and Profile 11 11 2 std detail shts; 2 Sewer Details 1 " 4 spec. detail shts Roadway section 1 L Street Demolition and Removals 1 L Street Paving and Grading Plans 1 L Street Totals 12 19 Resolution No. 4567 February 22, 2010 Page 22 15.4.1 Design Criteria Memo Before starting the design work, the CITY'S CONSULTANT will prepare a criteria memorandum fo communicate, document, and obtain concurrence for the expected construction standards. The memorandum will define the criteria to be used for developing the layout, profile and details, and materials for the sewer conveyance system. Criteria will be based on King County sewer construction standards, BNSF and WSDOT requirements for perpendicular crossings, and review input from CITY and COUNTY staff. Comments on the criteria memo shall be discussed in a 2-hour review meeting to be held at the CITY. Deliverable(s): Sewer relocation criteria memo 15.4.2 30 % Design and P/ans The COUNTY has determined that replacement of the existing 18-inch sanifary sewer in M Street in the vicinity of the BNSF crossing with a new 18-inch sanitary sewer offset to L street is adequate for the County's sanitary sewer main relocation. The County requires that a near-uniform slope be maintained befinreen the points of connection to the excising main. The CITY'S CONSULTANT will design the sanifary sewer accordingly, and will not estimate sewer design flows or perform any type of , hydraulic calculations to support the pipe size and slope. The CITY'S CONSULTANT will combine the M Street SE Grade Separation update ' project plan sheets and limits to accommodate the project area along L Street. The CITY'S CONSULTANT will prepare preliminary drawings for the relocated sanitary sewer main consisting of combined plan and profiles drawings. The 30% plans will show the proposed' horizontal and vertical alignments, structures, slopes, and tie-in locations for the relocated sanitary sewer main. Table A identifies the sheet list for this task. Standard cut and cover french construction is assumed for portions within City street limits: The design for the WSDOT and BNSF right-of-way crossings will be based on bore and jacked construction using an oversized steel casing. Existing residential connections to the sanitary sewer will be removed and reconnected to the relocated sanitary sewer (approximately 4). Additional stubs for potential future connections will be included (approximately 2). Additional new connections may be required to accommodate project elements and will also be included. Resolution No. 4567 February 22, 2010 Page 23 r. Deliverables: • 30% Plans ,(4 full size; 4 half size, Electronic PDF and CAD files) • 30% Opinion of Cost (2 hardcopies, Electronic Excel file) 15.4.3 60% Submiftal `The CITY'S CONSULTANT will address all comments from the 30% submittaL Comments on the 30% plans shall be discussed in a 2-hour review meeting to be field at the CITY or COUNTY. The CITY'S CONSULTANT, will prepare the 60% plans to include all of the 30% elementsplus demo plans, construction notes, elevations, stations, d'etails for the sanitary sewer relocation and surface restoration plans. Table A identifies the sheet list for this task. The CITY'S CONSULTANT shall prepare an outline of the Contract Specifications for review and comment. Deliverables: • 60% Plans (4 full size, 4 half size, Electronic PDF and CAD files) • 60% Opinion of Cost (2 hardcopies, Electronic Excel file) • 60% Draft Specifications Outline (2 Hardcopy, 1 Electronic Word file set) 15.4.4 90% Submittal The CITY'S CONSULTANT will address all comments from the 60% submittal. Comments on the 90% plans shall be discussed in a 2-hour review meeting to be. held at the CITY. The CITY'S CONSULTANT will. prepare the 90% plans and specifications to include all elements required for construction. Table A identifies the sheet list for this fask. Deliverables: • 90% Plans (4 full size, 4 half size, Electronic PDF and CAD files) • 90% Opinion of Cost (2 hardcopies, Electronic Excel file) • 90% Draft Specifications (2 Hardcopy,l Electronic Word file set) Resolution No. 4567 Fe6ruary 22, 2010 Page 24 15.4.5 100% Submittal The CITY'S CONSULTANT will address ail comments from the 90% submittal. Table A identifies the sheet (ist for: this task. The CITY'S CONSULTANT will prepare the 100% plans, specifications, and proposaP package to include all elements required for bidding and consfruction. , Deliverables: , • Final Plans (1 4mil Mylar, :Electronic PDF and CAD files) • Final Opinion of Cost (2 hardcopies, Electronic Excel file) • Final.Specifications and Proposal Package (2 Hardcopy, 1 Electronic Word file set) , 15.5 Permitting The CITY'S CONSULTANT shall prepare all supporting documentation required for the permits and/or easemenfs required for the BNSF and WSDOT crossings. The CITY'S CONSULTANT shall prepare all information required to include the County's sanitary sewer relocation with the CITY'S NEPA and SEPA permit documentation. The CITY shall modify the project APE, historic inventory, and other environmental documentation to address the combined. sewer relocation project: In addition, the County will conduct an environmentaP reView process to meet it's legal . obligations as funding agency for for the sanitary sewer relocation. 15.6 Construction Construction senrices are not included in this scope but may be added at a later date. - Resolution No. 4567 February 22, 2010 Page 25 i INTERAGENCY AGREEMENT BETWEEN CITY OF AUBURN AND KING COUNTY (WASTEWATER TREATMENT DIYISION) FOR UTILITY RELOCATION ASSOCIATED WITH - THE M STREET GRADE SEPARATION PROJECT Attachment B_- Budqef - - , Consultant Labor and $168,630 Ex enses City Expenses, $15,000 Labor, and Benefits Total $183,630 Resolution No. 4567 February 22, 2010 Page 26 . . b.I,_~ INTERAGENCY AGREEMENT BETWEEN CITY OF AUBURN AND KING COUNTY (WASTEWATER TREATMENT DIVISION) . . FOI~_DESIG.N-.OF..,UTILIT-1F I~ELOCATION-ASSOCIATED W0TM... fHf..M-3-TiZEE-T-3E GRABE-SfPARATION-PROJEC.T.._......_...__..____.......___...... THIS AGREEMENT is made and entered into by and between King County, a - political subdivision of the State of Washington, hereinafter referred to as the "County,° and City of Auburn, a municipal corporation of the State of Washington, hereinafter referred to as the "City." County and City may also be collectively referred - - to as the "Parties." WHEREAS, the City has concluded that the re-grading of M Street SE at SR18 and the BNSF-Railroad tracks hereinafter referred to as the "M Street Grade Separation Project" or °Project," is necessary in order to provide an acceptable.level of traffic flow and road safety; and VI/HEREAS, the. City is the lead.agency and is responsible for the planning, review, design, permitting, right-of-way acquisition and construction of the Project; and WH.EREAS, the County has an 18-inch sanitary sewer line located in the public right- of-way in the vicinity of the Project which will have to be relocated to accommodate the Project; and WHEREAS, a study to evaluate altematives, hereinafter referred to as °Feasibility Study," was pertormed and it was determined that there is a mufual benefit to the City and County in having the City perForm the design for relocation of the County's sanitary sewer together with the design and construction of a City storm sewer; and WHEREAS, the County is willing to compensate the City for its cost to perform the design of the sanitary sewet relocation, sometimes referred to as the "Sanitary Sewer Relocation Design Work" herein as specified herein; and ` WHEREAS the City and County intend that this agreement may be amended in the future to compensate the City for its cost to construct the 'sanitary sewer relocation. NOW THEREFORE, it is mufually agreed as follows: 1. PURPOSE The purpose of this Agreement is to set forth the mufual rights, responsibilities and obligations,of the County and the City forthe design of the sanitary sewer relocation described in Attachment A, whicli i's attached hereto and incorporated herein by this reference. No separate legal entity is created by this Agreement. February 22, 2010 Page 1 . . . Il. DURATION- _ . _ . . . . . . . This Agreement shall become' effective immediately upon execution by all parties and shall remain in effeet until the Project is complete and the County has paid the City in full for the actual cost of the design of the sanitary sewec relocation, in accordance with the payment provisions of Section V_ herein unless terminated. sooner, as provided herein. The Parties anficipate the design of the sanitary, sewer relocation described in Attachment A will be completed by March 31, 2011. - III. THE CITY'S RESPONSIBILITIES A. The Cify shalF act as the lead agency for the Project and shall accomplish the design of the sanitary sewer relocation described in Attacliments A and B, on behalf , of the County in connec6on withthe Project. The City project manager for the Project shall act as the administrator of this cooperative undertaking. B. The City shall: (i) retain an engineering consultant (sometimes referred to as the ."Consultant";.herein) to pcepare a scope of work for the design of the sanitary sewer relocation; (ii) provide the scope of work for the design of the sanitary sewer relocation to the County for reView and approval, including identificafion of activities; if any, that the County will pertorm; (iii) obtain any and all necessary rights of entry, permits and approvals for the design of the sanitary sewer relocation and (iv) . accomplish the design of the sanitary sewer relocation through the engineering consultant. C. The County reserves the right to review and reject any plans and. specifications developed for the Sanitary Sewer Relocation Design VNork by the City that are not in compliance with the County's standards. Ultimate responsibility for.the accuracy and completeness of the City's plans and specificafions for the Sanitary Sewer Relocation Design Work rests with the City. D. The City shall bill the County only for costs related to the Sanitary Sewer , Relocation Design V11ork incurred by the City, not to exceed $183;630 (the Maximum . , Agreement Ceiling) as set forth in Attachment B, in accordance with the payment . provisions of Section V of this Agreement. February 22, 2010 Page 2 . . . . _ . _ . . _ _ IV: ........THE-COUNTY'S--RESPONSIBIL-tTlE3- A, Subject to the Maximum Agreement Ceiling, the County shall be responsible for the actual, specified cosfs related to the design of the sanitary sewer relocation and shall reimburse the City for such costs in accordance with the terms of Section V of this Agreement. B. The County shall make all reasonable efforts to cooperate with the City in facilitating the Sanitary Sewer. Relocation Design Work as set forth in Attachment A, and make necessa.ry personnel available so as to not delay the engineering consultant's design schedule. Subject to Section VIII, the County shall be responsible for any costs the City incurs resulting from extra work associated with , schedule delays caused by the County. C. Any obligations of the County beyond the current fiscal year are subject to and contingent upon the appropriation of funds by the King County Council for the specific purpose of funding the Sanitary Sewer Relocafion Design Work in accordance with the King County Charter and applicable law. Sfiould such an appropriation not be approyed, then this Agreement shall terminate at the close of the current appropriation year. The appropriation year ends on December 31 of each year. V. PAYMENT A. Subject to the Maximum Agreement Ceiling, the County agrees to reimburse the City for the actual cost of the Sanitary Sewer Retocation Design Work without mark-up of any kind. The City's estimate of costs is shown in Attachment B, ' attached hereto and incorporated herein by this reference. B. The City shall provide the County monthly with invoices showing expenditures during the previous month on the Sanitary Sewer Relocafion Design Work. Invqices shall itemize the engineering consultant's payments applicable to the Sanitary Sewer Relocation Design Work only: Invoices shall be documented to the reasonable satisfacbon of the County and shall indude complete'invoiees paid by the City to the engineering consultant, including components of the monthly invoices for which reimbursement is not sought from the County. Properly documented invoices shall - be paid by the County within sixty (60) days of receipt by the County. Notice of any potential dispute regarding such payment request shall be made in writing within the same time period. Payment by the County shall not constitute agreement as to the appropriateness of any item oc acceptance of the work so represented. At the ame February 22, 2010 Fage 3 of completion of the work under this Agreement, all required adjustments related to any potential dispute for which notice has been timely given shall be made and reflected...in-a-final-payment. . . . . . . . . _ _ C. Subject to the Maximum Agreement Ceiling, the County shall pay the City as follows: . . 1. The costs incurred, without mark-up, by the City's engineering consultant to prepare the scope of work and perform necessary consulting services for the Sanitary Sewer Relocation Design Work, as described in Attachments A and B; ' 2. Actual City review and coordination costs as described in Attachments _ A and B. D. Monthly invoices shall provide a summaryof labor, overhead costs, fixed fee, reimbursable costs, other allowable charges and the total amount due and will inGude supporting documentation. If any invoice seeks reimbursement of City employee labor hours,. then the invoice.shall state the labor hours expended by individual City employees along with their applicable labor rates. VI. HOLD HARMLESS AND INDEMNIFICATION A. The City shall hold harmless, indemnify and defend the County, its officers, appointed and elected officials, employees and agents, from and against any and all claims, actions; suits, liability, loss, expenses, damages and judgments of any nature whatsoever, including costs and attorney's fees in defense fhereof, for injury, _ sickness, disability or death to persons or damage to property or business, caused by or arising out of the Sanitary Sewer Relocation Design Work and/or services performed under this Agreement, whether arising before, during or after completion of the Project or services and whether suffered by the City, its officials, employees and/or agents or any other person oc entity. PROVIDED, HOWEVER, that the City's obligation hereunder shall not extend to injury, sickness, death or damage caused by or arising out ofi fhe sole negligence of the County, its officers, elected and appointed officials, employees or agents; the. City, expressly and specifically agrees that its obligations under this paragraph extend to any claim, action, suit, liability, loss, expense, damage and/or judgment brought by or on behalf of any of its appointed or elected officials, employees or agents. For this purpose, the City, hereby expressly and specifically waives, with respect to the County only, any immunity that. would otherwise be available against such claims under the Industrial Insurance provisions of Title 51 RCW. B. The City will require its engineering consultants, contractors, subcontractors and suppliers of any tier to defend, indemnify and hold harmless King County, its February 22, 2010 . Page 4 officers, officials; and employees from any and all claims, injuries, damages, losses or suits including `attomey's fees and costs, arising out of or in connection with the - -design and--developmeFlt-of-the Sanitar-y Sewer-.Relocation-Design Work except--for in'r~ries-and-dama es caused-b tMe-sole ne li ence of-Kin Coun 1 9 Y 9 g 9 tY. VII. TERMINATION . Both parties have the right to terminate this agreement at any time for just cause by providing written natice a minimum ofi 30 days in advanee of the effective termination date. Upon notice of termination, the City shall provide the County with all work products and data associated with in-process work for which it is seeking County reimbursement under this agreement. VIII. EXTRA WORK Any change in the Sanitary Sewer Relocation Design Work, which would cause the Maximum. Agreement Ceiling to exceed the amount shown in Attachment B will require a binding Letter of Agreement, signed by both the City Mayor or his designee and the County Wastewater Treatment Division Director or his/her designee, describing the cFianged scope of work and the estimated change in the Sanitary Sewer Relocation Design Wo.rk cost prior to the additional work being completed. IX. INSURANCE A. Prior to the commenceriment of design services for the Sanitary Sewer Relocation Design UVork, the City shall. cause its Consultant to maintain the following minimum insurance coverages, provide the County with evidence thereof and require ` compliance with all of the following provisions: 1. General Liability. $5,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, and for those policies with aggregate limits, a$5,000,000 aggregate limit. Coverage shall be at least as broad as Insurance Senrices Office form number (CG 00 01 Ed. 11-88) covering COMMERCIAL GENERAL LIABILITY.. ' 2. Professional Liability Errors and Omissions. $1,000,000 per claim and in the aggregate. - 3. Automobile Liability. $5,000,000 combined single limit per accident for bodily injury and property damage. Coverage shall be at least as broad as February 22, 2010 Page 5 ~ Insurance Services Office form number (CA 00 01 Ed. 12/90) covering BUSINESS AUTO COVERAGE; symbol 1"any auto°; or the combination of symbols..2r8,.and..9, _ _ _ 4. 1Norkers' Compensation. Statutory requirements of the State of residency. Coverage shall be af least as broad as Workers' Compensation coverage, as required by the Industrial Insurance Act of the State, of Washington, as well as any simitar coverage required for this work by , appiicable Federal or "other States° State l.aw. 5. Empioyer's Liability or "Stop Gap". Coverage shall be at least as broad % as the protection provided by the Workers Compensation policy Part 2 . (Employers Liability) or, in states with monopolistic state funds, #he protection provided by the "Stop Gap" endorsement to the general liability policy. B. Any deductibles or self-insured retentions must be declared to, and approved by, the County. The deducfible and/or self-insured retention of the policies shall not limit or apply, to the Consultant's liability to the County and shall be the sole responsibilify of the Consultanf. C. . The insurance policies required in this Agreement are to contain, or be endorsed 'to contain the following provisions: 1. General Liability Policy: (a) The County, its officers, officials, employees and agents are to be covered as addfionaf insured as respects liability arising out of activities performed by,or on behalf of the Consultant in connection with this Agreement. (b) To the extent of the ConsultanYs negligence, the Consultant's insurance coverage, shall be primary insurance-as respects the County, its officers, officials; employees and agents. Any insurance and/or self- insurance maintained by the County, its officers, officials, employees or agents shall not contribute with the Consultant's insurance or benefit the Consultant in any way. (c) The ConsultanYs insurance shall apply separately to each insured against whom a claim is made and/or lawsuit is brought, except with respect to the limits ofi the insurers liability. D. Unless otherwise approved by the County, ,Insurance is to be placed with insurers with a Best's rating of no less than A:VIII, or, if not rated with Bests', with minimum surpluses the equivalent of Best's surplus size VIII. E: Professional Liability, EROrs and Omissions insurance may be placed with insurers with a Bests' rabng of B+:VII. Any exception must be approved by the County. February 22, 2010 . Page 6 F. If at any time of the foregoing policies shall be or become unsatisfactory to the _ ...-County.;-as...to.foFm-or-substance-,-or-ifa-EOmpanyissuing--any=such-policy-shall-be..._ - - or-become-unsatisfacfory -to-the County; the-Consaltartt-shall;-upon-notice-to-thafi- - - - effect from the County, promptly obtain a new policy, and shall submit the same to the City with the appropriate certifieates and endorsements, for approval. , G. For work within the :BNSF right-of-way, the City represents that it and/or its consultants have, at a minimum, the foilawing insurance (per BNSF permit. requirements): 1. Commercial General Liability Insurance. This insurance shalf contain broad form contractual liability with a combined single limit of a minimum of $2,000,000 each occurrence and an aggregate limit of at least $4,000,000. Coverage must be purchased on a post 1998 ISO occurrence or equivalent and include coverage#or, but not limited to, the following: . Bodily Injury and Properiy Damage • Personal Injury and Advertising Injury • Fire legal liabifity , • Products and completed operations 2. Business Automobile Insurance. This insurance shall contain a combined single limit of at least $1,000,000 per occuRence, and include coverage, for, but not limited to the following: ` o Bodily injury and property damage . Any and all vehicles owned, used or hired 3. Workers Compensation and Employers Liability Insurance. This insurance shall include coverage for, but not limited to: . The City's and/or its consultant's stafutory liability under the workers compensation laws ofithe state(s) in which the work is to be performed. If optional undec State law, the insurance must cover all employees anyway. • Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. 4. Railroad Protective Liability lnsurance. This insurance shall name only BNSF as the.lnsured with coverage of at least $2,000,000 per occurrence and $6000,000 in the aggregate. The coverage obtained under this policy shall only be effective during the initial soil boring and/or tes6ng. If further testing and/or boring is needed at a later date, an additional Railroad Profective Liability Insurance Policy shall be required. The policy shafl be issued on a standard ISO foRn CG 00 3510 93 and include the following: February 22, 2010 Page 7 • Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31 1093) Limitec-Seepage-and-RolMon-Endorsemen- t--:: . : _ _ .--.--Errd~r~ed~tcTinclud~EvacuafioTrExpens~eoverag~Errdorserrr~nt. . _ • No other endorsements restricting coverage may be added. • The original poticy must be provided to BNSF prior to perForming any work or services under the BNSF permit. In lieu of providing a Railroad Protective Liability Policy, the City is participating in BNSF's Blanket Railroad Protective Liabifity Insurance Policy (as allowed by the BNSF permit). X. KING COUNTY'S RELATION TO CONSULTANT Any consultants and/or subconsultants used by the City to fulfill its obligations under this Agreement shall be retained solely by the City, shall be identified in-the Budget, Attachment B and shall be subject to the scope of services and the Maximum Agreement Ceiling set forth on the attachments. Such consultants or subconsultanfs shall be considered independent contractors for-the City.. They shall not be deemed to have any contractual relationship with the County and the County shall have no obligation to paysuch consultants or subconsultants. XI PROJECT RECORDS Upon request by the other Party, each Party will provide, within ten (10) calendar days of any request, or if the request is voluminous or is for documents in several locations then in a reasonable. time, any Project-related documentation in its possession or in the possession of its agents, Contractors and Consultants (except documents that are not subject to the Washington State Public Records Act, Ch. 42.56 RCV1), including but not limited to envirvnmental analyses, geo-technical reports, engineer's records and documents, and contract payment records relating to this Agreement. In addition for a period not.less than six (6) years from the final . payment to the City; the City shall keep all records and accounting pertaining to this Agreement available for inspection and' audit by the State and copies of all records, accgunts, documents or other data. pertaining to this Agreement shall be fumished upon request. If any litigation, claim, or audit is commenced, the recorcis and accounts along with supporting documentabon shall be retained by the City until all litigation, claim or audit finding has been resolved even though such litigation, claim, or audit may continue past'the six-year retention peribd. February 22, 2010 , Page 8 ' XII. DISPUTE RESOLUTION . _..A: .I n-#he-even#-the-Eity-aFld-the--Eounty -disagFee--over-...whether-the--Eonsulzant----- . - has- fulfilied-its-obligations under-the -Sanitary--Sewer--Relocation-Design -Work-scope - of work, the City reserves fhe right to make the fnal tlecision as #o the acceptability of the work. if a dispute arises between the County and the. City related to this . Agreement, the parties agree that they will attempt to resolve the issue through mutual. negotiation. In the event that the Parties are not able to reach an agreement through such negotiation the Parties agree to engage in mediation in order to resolve the dispute. Mediation may be requested by either party, and shatl be attempted prior to the institution of any lawsuit arising under this Agreement Each party shall designate, in writing, not more than three candidates it proposes to act as a non= binding mediafor within ten days following notifcation of a dispute. The cand'idates proposed shall be from Judicial Arbitration and Mediation Senrices (JAMS) or Judicial Di"spufe Resolution (JDR) or shall be a neutral, independent and recognized expert in the field in which the dispute arises. If the Parties cannot agree on one of the mediators from the combined list within fve days, then the Parties shall promptly meet and select a mediator by blind draw. Upon selection of the mediator, the ` Parties shall within 30 days, or as soon thereafter as possible, meet and engage in a mediation of the dispute with the assistance of the mediator. The, cost for the mediation services shall be bome equally between the Parties, each party paying one-half of the cost. The mediator shall determ'ine reasonab(e procedures. , Testimony and briefing, if any, provided to the mediator shall be inadmissible in any subsequenf court proceedings: 1f inediation fails to resolve the dispute, the Parties may thereafter seek redress in court. Venue and jurisdiction shall lie with the King County Superior Court in Seattle, Washington. B. This Agreement has been made pursuant to, and shall be construed according to, the laws of the State of Washington. XIII. PROPERTY Any real or personal property acquired or used by any pariy in cannection with this Agreement will be acquired, held, and disposed of by that pariy in its discretion, and other parties will have no joint or ather interest therein. Upon termination of this Agreement, real and personal property acquired through this Agreement sha0 be retained or disposed of in the manner provided by law. . XIV. CHANGES AND MODIFICATiONS Either party may requesf changes, amendments, or additions to any portion of this Agreement; however, except as othervVise provided. in this Agreement, no such change, amendment, or addition to any porfion of this Agreement shall be valid or February 22, 2010 Page 9 binding upon either party uniess it is in writing and executed by both parties. Ali such changes shall be made part of this Agreement. XV. NOTICES Unless otherwise directed in writing, notices, reports and payments shall be delivered to each party as follows: City of Auburn King County Public Works Deparfinent King Gounty Department of Natural Jacob Sweefing, P.E. Resources and Parks 25 Wesf Main Street Wastewater7reatment Division Aubum, WA Susan H►tdreth, P.E: 98001 Mailstop KSGNR-0509 201 Soufh Jackson Street Seattle, Washington 98104-3855 Notices. mailed .by either party shall be deemed effective on the date mailed. Either party may change its address for receipt of reports, notices, or payments by giving the other written notice of not less than five (5) days prior #o.the effective date. For accounting purposes, the respective Federal Tax Identification Numbers are: City of Auburn: 91-6001228 King County: 91-6001327 XVI. ENTIRE AGREEMEPIT These provisions represent the entire and integrated agreement of the parties and may not be modified or amended except as provided herein. Any understanding, whether oral or written, which is not incorporated herein is expressly excluded. IN V1/ITNESS WHEREOF, the parties hereto have ezecuted this Agreement, effective on the. latest date shown below. The signatories below 'represent and waRant that they possess #he authority to execute this Agreement and bind their respective entifies: February 22, 2010 Page 10 CITY OF AUBURN KING COUNTY 1Nastew t r Treatment Division ~ . _ _ IGd~/o By: ~ 2010 By._ Pefer Lewis ~ bate 'sti~ ~ D te Mayor e Wa Treatment Division_ . Director ~ Fe6ruary 22, 2010 Page 11 INTERAGENCYAGREEMEIVT BETWEEN CITY OF AUBURN AND KtIVG COUNTY (WASTEWATER TREATMENT DIVIStON) __--------.----T-....----F0l~D€S16AI-OF=U'T-1N-T-Y-R€606AT10"SSOCIA.E-0 VIE~TW--- 'fHE M..STREET 6RADEASEPARATION PROJECT - - Attachment A- Scope of Wark for Desion, $urvev and Environmental Services ~ During the term of this AGREEMENT, the City of Aubum (CITY) shall pertorm ' professional senrices for King County (COUNTI) in connection with the following project: Relocation of County Sanitary Sewer for the M Street SE Grade Separation This Scope of Work is for the Relocation of County Sanitary Sewer for the M Street SE Grade Separation Project. This-scope inciudes project management, consultant management, preliminary engineering, environmental dacumentation and permitting, stakeholder coordination, final design (including plans, specifications, and estimates), public involvement, bidding services, and construcfion inspection and administration. Proiect Description The relocation of the existing County sanitary sewer for the M Street SE Grade Separation wil) require the preparation of plans and specifcationsfor the construction of a sanitary sewer main and the decommissioning of the existing sanitary sewer main within the section of M Street SE being lowered for the M Street SE Grade Separation. Approximately1100 feet of sanitary sewer main will need to be decommissioned on M Street SE from approximately 6th Street SEto 3nd Street SE, Effluent from the south will need to by-pass the decommissioned section via a new sanitary sewer that will connecf to the existing main in M Street SE near 6t' Street SE, tum and follow 6t' Street SE west to L Street SE, tum and follow L Street SE north to the State Raute 18 (SR18) embankment and the BNSF Railway Stampede Pass railroad tracks cross SR18 and the railroad tracks along L Street SE, follow L Street SE north to 4~' Street SE, tum and fo(low 4t' Street SE east to M Street SE, turn and follow M Street SE north to a new connecfion to the existing main in M Street SE near 3`d Street SE. The approximate length of the by-pass sewer route will be 1700 feet. Shared Tasks The CITY is designing and consfivcting a separate storm "sewer main that affords the decommissioning of its existing stoRn sewer main within the section of M Street SE being lowered for the M Street SE Grade Separation. Storm flows from the south will by-pass the decommissioned section via a series of new manholes and pipes that will follow the same general alignment as the relocated COUNTY sanitary sewer February 22, 2010 Page 12 main. The two utitities will crossSR18 and the BNSF.,railroad tracks in separate casings. S1riwth-e-CQl7NTY'~a-nfWzevaeirr~aiWmiwaUo-n-ana-trrL-erTY'S-storm-s&mT-rnaW.-- reTocafi Ion viFfol1ow the same generaf alignment and fhey-are both being completed for the M Street SE Grade Separation Project, it follows thafithey also share similac design, permitting, and construction tasks. The budget for this scope of work has - been adjusted to reflect the tasks that are either partiaily or completely shared with . the CITY'S storm relocation effort The CITY and the COUNTY'acknowledge cost and schedule benefits fo both parties, from combining efforts to relocate the storm and sanitary sewers. In conducting the work, every effort will. be made by the CITY's consultant to allocafe their costs fairly between tasks preViously identified for the CITY's storm sewer relocation, and the tasks established in this agreement for the design of the sanitary sewer relocation work. The table below lists shared tasks necessary for completing the design and permitting of the COUNTY'S sanitary sewer and the altocation of the costs befinreen the CITY and the COUNTY: Allocativn of Shared Costs for Storm ' and Sewer Relocation Total Estimated County's Estimated Estimated County Cost to Task Shared Task Task Cost Ci Share Share Coun Number Consultant Management and Administration $210 098 95% 5% $20,900 15.2.1. Schedule Development and Mana ement $8 849 67% 33% $2 950 15.2.2 Scope and Budget Mana ement $15 241 770/6 23% $3,441 15.2.3 Monthly Progress Re ortin and Invoicin $51 621 91% 9% $4 425 15.2.4 Geofechnical Work $160 000 100% 0% $0 NA Basema and Surve $95 623 92% 8% $7,866 15.3 Desi n Criteria Memo $4 425 0% 100% $4,425 15.4.1 30% Desi n and Plans $206 117 92% 8% $17 084 15.4.2 60% Submittal $384 703 91 % 9% $33 185 15.4.3 90% Submittal $384 211 91% 9% $32 694 95.4.4 100% Submittal $385: 071 91% 9% $33,554 15.4.5 Permittin $111601 79% 21% $23,107 15.5 Construction (not included _ 15.6 Total Cost to County $183,630 ' February 22, 2010 Page 13 Assumations The following assumptions have been made in developing the Scope ofi Work and . _ - - Budge~or tfie..~t.ei ocation of'County ~anifary $ewer~or ffiefilf~freef ~E_Grade _ Separation Project. 1. The CITY will amend its agreement with CH2M Hill (CITY'S CONSULTANT) for design services for the M Sfreet SE Grade Separation to include work for the Relocation of County Sanitary Sewer for the M Street SE Grade Separation . Project. 2. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the project, the CITY will have no control over cost or pHce of labor and materials; unknown or latent conditions of existing equipment or , structures that might affect operation or maintenance costs;' competitive bidding procedures and market conditions; time or qualify of performance by operafing personnel or third parties; and other economic and operational factors that might materially affect the ultimate project cost or schedule. The CITY, therefore, will not waRanty thaf the actual project costs, finanaal aspects, economic feasibility, or schedules will not vary from CITY'S opinions,,analyses, projections, or estimates. 3. Drawings will be produced using MicroStation 20040 and will be submitted in AutoCAD 2006 format, following CITY standards. 4. Bidding services, construction administration and canstruction inspection have not been included in this scope because they could not be accurately scoped at this time. . Bidding and construction phase services may be added in a subsequent amendment of this agreement. . 5. Unless otherwise noted, all project deliverables are items that are to be submitted by the C(TY to the COUNTY. Unless othenwise directed by the COUNTY, the CITY will first prepare a draft version of the deliverable and submit it for review and comment. The CITY shall address any comments, make appropriate revisions, and re-submit the final version, except for plan submittals for which the CITY will submit revisions wifh the next planned submittal. The COUNTY wil) provide a consolidatedset of review comments to the CITY. 6. Unless otherwise noted, the CITY shall submit two fiardcopies, one bound and one unbound, and 1 electronic PDF copy of all documents listed as deliverables. 7. All _calculations, analyses, design, plans, speciflcations, and other project work will be prepared in English units, US Survey Feet. 8. The COUNTY will provide the electronic CAD file of the L Street route prepared by the COUNTY to the CITY; 9. The CONSULTANT will verify the accuracy of the COUNTY L Street mapping provided by the CITY and merge if with the project base map; February 22, 2010 Page 14 ~ 10.The CONSULTANT will prepare and incorporate the COUNTY sanitary sewer relocafion plans into the M Street SE Grade Sepa"ration project plans using the C.IT1!--CAlmormafand_presentation_standards;-Upless-added_as...an..amendm.ent..to this scope; the-EONSULTANT will `not-prepare a sepaFate (stand-alone) set of contract plans for the sanifary sewer work, but rather wiil prepare a combined set of plans showing all Project work along with the sanitary sewer relocation work. 11. Water quality treatment and detention will not be required for replaced impervious surtace associated with the celocated sanitary sewer; 12. Existing borings and test pits previously conducted at L Street for the earlier Feasibility Study are suffcient for design and no additional geotechnical ' investigations will be necessary to support the sanitary sewer relocation; 13. The relocated sanitary sewer will be located within the exasting CITY right of way, and cross the BNSF and WSDOT right of ways in a casing that is separate from the relocated storm drain casing; 14. Wastewatec flow rates will not be calculated by CONSULTANT; 15. The COUNTY will be the applicant for the BNSF and WSDOT crossing permit5/easements for the Gounty's relocated sanitary sewer main; The CONSUCTANT shall prepare and provide the documentation required to support the permits/easements. The COUNTY will forward its permit applications for BNSF and WBDOT to the CITY, The CITY will transmit the COUNl'Y and CITY crossing applications fogethe"r with cover letters explaining that the CITY and COUNTY applications are for ufility crossings related to the CITY'S M Street SE Grade Separation Project; 16.The COUNTY will proVide electronic copies of standard sewer details, record drawings of the existing sanitary sewer main and side sewer connections within the project limits, and video data to conflrm side sewer locations that tlie CONSULTANT will incorporate in the final design; 17. No permanently pumped service connections are assumed needed for the work; 18. Except Contracf Documents, all submittals shall first be made as drafts and subsequently finalized per any review comrnents. 19. UNess otherwise indicated, all electronic submittals shall be in PDF format supplied via e-mail or FTP site. 20.The CONSULTANT will use W$DOT/APWA Contract Specifications and CITY- developed special provisions for the Contract Specifications. , 21. The Sanitary Sewer Relocation Plans and Specif cations will be ineorporated into the same set of plans and specification as the CITY's storm sewer relocation. A separate set of Contract Documents will not be prepared. 22. No property or easement acquisifions are anticipated for the storm sewer orsanitary sewer relocation. Feb(uary 22, 2070. Page 15 23. The City will conduct any community outreach regarding modifcation to existing , sidesewers and other aspects of the project, with support as needed from the County. . Desiqn Standards and References The project shall be developed in accordance with the latest edition, amendments, , and revisions of the following publications, where applicable: 1. County Standards 2. City of Aubum Publications: Design Standards, Dated December 2004 as amended Construction Standards, Dated December 2003 as amended City's Boiler Plate Standard.Special Provisions for the 2010 WSDOT Specifications, when available 3. State Publications: - 2010 Standard Specifications for Road, Bridge, and Municipai Construction (M 41-.10) - Standard Plans for Road, Bridge, and Municipai Construction (M 21-01) - Design Manual (M 22-01) - Hydraulic Manual (M 23-03) - Plans Preparation Manual (M 22-31) - Amendments and Generat Special Provisions - Standard Item Table - WSDOT 2008 Highway Runoff Manual (31-16) - WSDOT 2008 Environmentat Procedures Manual (M 31-11) - WSDOT 2008 Traffic Manual (M 51-02) - WSDOT 2008 Local Agency Guidelines (M 36-63) - VV8DOT Bridge Design Manual - WSDOT Right of Way Manual (M 26-01) 4. American Association of State Highway and Transportation Officials Publications: - A Policy on Geomettic Design of Higfiways and $treets (2004 ("Green Boofc") - Any American Association of Stafe Highway Offlcials poliaes applicable where said policy is not in conflict witFi the standards of the Washington State Department of Transportabon. 5. U.S. Department ofTransportation Publications` - Manual on Uniform Traffic Control Devices for Streefs and Highways (current ed ition) 6. Other Publications: - - - National Electrical Code - Book of American Society for Testing and Materials Standards February 22, 2010 Page 16 - BNSF Raiiway - Union Pacific Railroad: Guidelines for Grade Separation Projects ______-_..._BNS.F.:Raiiway=-JJtility-Accomrxwda#ion::.Policy_,Rev -May_2007_... _ Obtaining WSDOT, AASHTO, USDOT, and other publications not listed as being provided by the COUNTY or CITY shall be the CITY'S CONSULTANT'S cesponsibility. For administrative purposes, the task numbering for this scope of work starts at 15 because Tasks 1 thru 14 are included in the CITY'S original.scope of work with the CITY'S CONSULTANT for the M Street SE Grade Separation Project. Task 15.1 is included in the Feasibility 3tudy Agreement. TA$K 15 KING COUNTY SANITARY SEWER_RELOCATION 15.2 Project Management - 15.2.1 Consulfant Management and Adm/n/strat/on The CITY will develop, execute, and administer an agreement with :the CITY'S CONSULTANT to perform the work indicated in this Scope of Work. l'he CITY will lead the sanitary sewer relocation design effort s and will manage the CITY'S CONSULTANT related work: The CITY will coordinate and facilitate discussions, meetings, and other communications between the CITY'S CONSULTANT and the COUNTY. 15.2.2 3chedu/e Development and Management The CITY'S CONSULTANT will prepare a baseline project schedule that substantiates milestane dates. The baseline project schedule will serve as a guide for scheduling the defailed work and will include a work breakdown structure (WB$) that identifies the design activities, their connectivity with other activifies, their - durations, and their reviews necessary to deliver the deliverables for the project. The CITY'S CONSULTANT will provide electronic copies of the project schedule to the CITY and COUNTY for review and approval. The CITY'S CONSULTANT will baseline the project schedule when it is approved by.the COUNTY. The CITY'S CONSULTANT will submit schedule updates to the CITY with each invoice or as signficant changes to; the schedule are proposed. For budgeting purposes, it is assumed that 12 schedule updates will be prepared. February 22, 2010 Page 17 Deliverable(s): . . . _ . • Baseline Schedule • Updated Schedule with Each Invoice 15.2.3 Scope and Budget Management The CITY will manage the project scope and budget. Signiflcant changes witl be reported to the COUNTY as they occur and in monthly project management team meetings and/or progress reports. This task wiii heip monitor scope and co5ts, and to propose corrective actions.:Current financial stah.ts as well as projections of cost to compete work will be provided to the COUNTY monthly: These actions will include formal requests for budget or scope modifications: 15.2.4 Montftly Progress Reportfng and /nvoicing The CITY will prepare and submit invoices and supporting documentation, on a monthly basis or as agreed is necessary by the COUNTY'S Project Manager. The Cify will review and incorporate CITY'S CONSULTANT invoices with the CITY invoices. The CITY'S CONSULTANT will prepare and submit progress reports with each invoice that qua(itatively describe tfie worlc accomplished during the bifling period, including the status of individual tasks, meetings attended, subconsultant work and action or information needed frotn the CITY. Progress reports will also indicate work to be accomplistied during the next billing period. 6 monthly invoices and progress reports are assumed for the project. Deliverable(s): 0 6 Status reports on scope completion complete 0 6 Monthly Budget Forecasts - Estimate to Complete (ETC) • 6 Monthly invoices 0 6 Monthly progress reports • 6 Schedule updates (one electronic copy in PDF.) February 22, 2010 Page 18 15.3 Base Map and Survey - - - The _CITY'S CONSULTANT will use surveymappin1conducted and provided by Kin_9 , _ CQUnty,.remove.::r.e.duodant.elements previo.usly surveyed_by the..CITY_'S__. CONSULTANT, convert new mapping elements to CITY CAD format, and merge new elements with the M Street SE Grade Separation Project base map. The CITY'S CONSULTANT will convert ail elevations to the NAVD88 datum. It is assumed that during the design phase, some level of supplemental survey may be necessary, and for purposes such as private property match/conforms, ;utility features, structure elevations, or features requiring more definition for design purposes. For budgeting purposes this task'item has been estimated to not exceed 40-field crew hours. Any eosts for pertorming additonal survey beyond 40-field crew hours, may be adjusted accordingly and approved by amendment before commencement of:field'activities. Deliverable(s): . Base map hardcopy roll-plot style, PDF, and AutoCad formats , 15.4 Deslgn The CITY's CONSULTANT will develop and expand the project design using the FeasibilityStudy and the preliminary layout prepared by the COUNTY. The design submittals shall generally include the sheets as shown on the fable below: ; Table A- Sheet List by Dlsclp/fne and Submjttals 30% 600/o, 90%, & Submittal 100% Submittaf Dcawing Title No. of Sheets No. of Sheets_^ Comments General Sewer Notes 1 Sewer Plan and Profile 11 11 2 std detail shts; 2 - Sewer Defails 1 4 spec. detail shts Roadway section - 1 L Street Demolition and Removals 1 L Street Paving and Grading Plans 1 L Street Totals 12 19 February 22, 2010 Rage 19- 15.4.1 Desi5Criteria Memo -n - - . - , . - . _ Before starting the design work, the Cf1'`S CONSULTANT iivi0 prepare a criteria memorandum to communicate, document, and obtain concurrence for the expected construction stand,ards. The memorandum will defne the criteria to be used for developing the layout, profile and details, and materials for the sewer conveyance system. Criteria will be based on King County sewer construction standards, BNSF and WSDOT requirements for perpendicular crossings, and review input_from CITY and COUNTY staff. Comments on the criteria memo.shall be discussed in a 2-hour review meeting to be heid at the CITY. Deliverable(s): Sewer relocation criteria mema 15.4.2 ' 30% Design and P/ans The COUNTY has determined:that replacement of the existing 18-inch sanitary sewer in M Street in the vicinity. of the BN$F crossing with a new 18-inch sanitary sewer offset to L street is adequate for the County's sanitary sewer main relocation. The County requires that a near-uniform slope be maintained between the points of connection to the exisfing main. The CITY'S CONSULTANT will design the sanitary sewer accordingly, and will not estimate sewer design flows or perform any type of hydraulic calculations to support the pipe size and slope. The CITY'S CONSULTANT will combine the M Street SE Grade Separation update project plan sheets and limits to accommodate the project area along L Street. The CITY'S CONSULTANT will prepare preliminary drawings for the relocated sanitary sewer main consisting of combined plan and,profiles drawings. The 30% plans will show'the proposed horizontal and vertical alignments, structures, slopes, and tie-in locations`for the relocated sanitary sewer main. Table A identifies the sheet list for this task. Standard cut and cover trench construction is assumed for portions within City street Iimifs: The design for the WSDOT and BNSF right-of-way crossings will be based on bore and jacked construction using an oversized steel casing. Existing residential connections to the, sanitary sewer will be removed and reaonnected to the relocated sanitary sewer (approximately 4). Additional stubs for potentiaf future connections will be included (approximately 2). Additional new connections may be required to accommodate project elements and will also be included. February 22, 2010 Page 20 Deliverables: . _ ._~Q°l~_P1~[►.~_.(.4 f~~._si~e,~4 half size, Electronic. PDF and CAD. files) _ . . . • 30% Opinion of Cost (2 hardcopies, Electronic Excel file) 15.4.3 60% Submittal The GITY'S CONSULTANT will address all comments from the 30% submittal. Comments on the 30% plans shall be discussed in a 2-hour review meeting to be held at the CITY or COUNTY. The CITY'S CONSULTANT will prepare the 60% plans to include all of the 30%. elements plus demo. plans, construction notes, elevations, stations, details for the sanitary sewer relocation and surFace restorafion plans: Table A identifies the sheet list for this task. The CITY'S CONSULTANT shall prepare an outline of the Contract Specifications for review and comment. Deliverables: . 60% Plans (4 full size, 4 half size, Electronic PDF and CAD files) . 60% Opinion of Cost (2 hardcopies, Electronic Excel file) ' • 60% Draft Specifications Outline (2 Hardcopy, 1 Electronic Word file set) 15.4.4 90% Submi#al The CITY'S CONSULTANT will address all comments from the 60% submittal. Comments on the.90% plans shall be discussed in a 2-hour review meeting to be held at the CITY. The CITY'S CONSULTANT will prepare the 90% plans and specifications to include all elements required for conshuction. Table A identifies the sheet fist for this task. Deliverables: 0 90% Plans (4 full size, 4 half size, Electronic PDF and CAD files) • 90% Opinion of Cost (2 hardcopies, Elecfronic Excel file) . 90% Draft Specifications (2 Hardcopy, 1 Electronic Word file set) February 22, 2010 Page 21 15.4.5 100% Submitta/ The A ie.ntifiCITYe.'s. S .~he.sCOheei.li.st..foNSULTANTr. w thiill.s .tasaddress all comments from the_90°.submittal Table _ 1009~ plans, specifcations, and prok..posal.The CITY'S _C.O.N.S.ULTANT inri.ll...pr.e.pare the . package to include all elements required foc bidding and consfruction. Deliverables: • FinaC Plans (1 4mil Mylar, Electronic PDF and CAD files) e Final Opinion of Cost (2 hardcopies, Elsctronic Excel file) . Final Specifications and Proposal Package (2 Hardcopy, 1 Electronic Word file set) 15.5 Permfttfng The CITY'S CONSULTANT sfiall prepare all supporting documentation required for the permits and/or easements required for the BNSF and WSDOT crossings. The CITY'S CONSULTANT shall prepare all information required to include the County's sanitarysewer relocation with the CITY'S NEPA and SEPA permit documentafion. The CITY shall modify the project APE, historic inventory, and other . environmental documentatiort to address the sanitary sewer relocation. In addition, the County will conduct an environmental review process to meet it's legal obligations as funding agency for for the sanitary.sewer relocation. 15.6 Constructlon Construction services are not included in this scope but may be added at a later date. February 22, 2010 Rage 22 INTERAGENCY AGREEMENT BETWEEN CITY OF AUBURN AND _ KINC CQ.UNTY.(.ASTEWATER.:TREATMENT'.DIK1S14N) FOR UTIUTY RELOCATION ASSOCIATED WITH THE M STREET GRADE $EPARATION PROJECT Attachment B - Budoet , Consultant Labor and $168,630 " Ex enses CityExpenses, $15,000 Labar, . and Benefits Total $183 630 , February 22, 2010 ` Page 23 a . . King COUffty Wasfewater Treatmenf Division • Department bf Natural Resources and Parks . King Street Center Executed in 4 Counterparts 201 Soutfi.Tacksoa Sveet of which this is Seattle, WA 98104-3855 Counterpart No. AMENDMENT NO. 1 to INTERAGENCY AGREEMENT BETWEEN CITY OF AUBURN AND KING COUNTY (WASTEWATER TREATMENT DIVISIONFOR DESIGN OF UTILITY RELOCATION ASSOCIATED WITH THE M STREET SE GRADE SEPARATION PROJECT WHEREAS, King County ("Courity") has an agreement ("Agreement") with City of Aubum ("City"), executed on March 18, 2010 to provide design; survey and environmental services for the utility relocation associated with the M street SE grade separation project ("Project"); and WHEREAS, the parties wish to amend the Agreement for the purpose of extending the period of performance; NOW THEREFORE, in accordance with Section II of the Agreement, the parties agree to the following modifications contained in this Amendment No. 1: 1. The period of performance is hereby extended to tlie 31" day of August 2011, unless extended or terminated eazlier by the County pursuant to the terms and conditions of this Agreement. All other terms and conditions of the Agreement are to remai.n in full force and effect. In witness whereof, the parties hereto have accepted:this Amendment No. 1, which will become effective upon execution by the County. - King County City o Aub By: ~ By: . . Sue Hildreth, Project Representa.tive Wastewater Treatment Division Titlec GN.,. DATE: ~ I D l~ DATE: Page 1 Amendment No. 1.