Loading...
HomeMy WebLinkAboutParametrix AG-C-161 (C 3 '~1 Supplemental Agreement #--!- Organization and Address Parametrix PO Box 460 Sumner W A 98390 Phone (253) 863-5128 Federal Aid Number STPH-0164 011 New Maximum Amount Payable $291,531.91 Agreement Number AG-C-161 Project Number C1014 Project Title Auburn Wa South Safet 1m rovements Description of Work Planning, pre-design, environmental documentation and final design related to safety improvements on SR-164 (Auburn Way South) between SR-18 and 1M' Street. Anticipated im rovements include re-channelization, a new traffic si nal, and widenin . The Local Agency of the City of Auburn desires to supplement the agreement entered into with Parametrix and executed on Februarv 19. 2002 and amended bv aareement dated on the 6th day of Auaust 2002. and amended by aareement dated on the 10th day of December 2002. and amended by aareement dated on the7th day of April 2003. and identified as Agreement No. AG-C-161. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section I, SCOPE OF WORK, is hereby changed to read: The Scope of Work and proiect level of effort for this proiect is detailed in Exhibit "A" attached hereto. and by this reference made a part of this AGREEMENT. II Section V, PAYMENT, shall be amended as follows: The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided in Exhibit "B" attached hereto. and by this reference made part of this AGREEMENT. An additional $14.472.00 is beina added to the Manaaement Reserve Fund. The amount of this amendment is $159.191.93. The total contract amount is increased to a total of $291.531 ;91. as shown in Exhibit "C" attached hereto. and by this reference made part of this AGREEMENT. If you concur with this supplement and agree to the changes as stated above, please sign in the appro "ate spaces below and return to this office for fina' ~ "" /I. .. ...~. ~ \. -;::::::::::::.---- ~ Itant Signature uthority Signature w- EXHIBIT A AUBURN WAY SOUTH SAFETY IMPROVEMENTS PHASE 2 - FINAL DESIGN Scope of Improvements Parametrix will develop final design plans, specifications, and Engineer's construction cost estimate for the following Scope of Improvements. These improvements were' developed during the Preliminary Design Phase and were subsequently approved by the City of Auburn. 1. Auburn Way South will be widened to provide an additional northbound lane with curb, gutter, and sidewalk. Widening will begin as an add lane on the north side of D street and taper to the existing configuration immediately north of the SR 18 eastbound on/off ramps. Widening will occur for the full length on the east side of Auburn Way South from the on-off ramp to D Street. Widening on the west side will occur primarily between 8th Street and 7th Street. 2. A raised median will be constructed between the SR 18 eastbound ramps and F Street with left turn lanes at the following locations: · Onto 6th Street westbound, · Onto D Street eastbound, and · Onto F Street eastbound No left turns will be permitted onto or from 7th Street SE, 8th Street SE/C Street SE, D Street SE westbound, or E Street SE. The raised median will be landscaped and irrigated, where widths are adequate. 3. The existing intersection of Auburn Way/gth Street/F Street will be reconstructed. F Street will be realigned to intersect at a gO-degree angle with Auburn Way. The present intersection of gth Street westbound and Auburn Way will be eliminated, and gth Street will only intersect with F Street as a "right in/right out" facility. The existing triangular island area will be modified and landscaped. Auburn Way will be widened on the east side to provide a U-Turn facility for vehicles southbound on Auburn Way. 4. A fully actuated traffic signal will be installed at the new intersection of F Street and Auburn Way. 5. The existing traffic signal at the intersection of Auburn Way and the SR 18 eastbound on/off ramps will be modified to accommodate the widening on Auburn Way. Modifications will include·replacement of the mast arm poles and associated equipment in the northeast and southeast corners, additional junction boxes and conduit to accommodate the relocations and widening, and new vehicle detection loops on the north, south, and east approaches. Page 1 of 8 .~._--_._---'-~_.~---_._---_...--- 1,1 :T--- 6. Interconnect cable will be installed underground to connect the existing controller at the SR 18 on/off ramps to the new controller at F Street. Interconnect will also be installed to connect the new signal at F Street with the existing signals at 12th Street and at M Street to the south on Auburn Way. Interconnect cable (both copper and fiber) will be installed underground for a distance of approximately 300' south of F Street and will then be installed overhead on existing power poles on the east side of Auburn Way to connect into the existing underground conduit systems at 12th Street and at M Street. It is assumed at this time that sufficient conduit exists at these two signalized intersections to accommodate the new interconnect cable and that the existing controllers and cabinets will require no modifications. 7. The existing illumination system incorporating the steel light poles between the SR 18 on/off ramps and 8th Street appears adequate to provide Required Illumination for the left turn lane onto 6th Street. Five additional luminaries will be installed between 8th Street and F Street to continue this system and provide Required Illumination for the left turn lanes at D Street and at F Street. The new installations will match the existing facilities on Auburn Way to the north. The new illumination system will be energized from the new service for the signal at the F Street/Auburn Way intersection. 8. Storm drainage facilities will be modified to accommodate the proposed widening. A stormwater quality treatment system utilizing an underground vault will be installed to treat runoff from the widened portion of the roadway. No storm water detention facilities will be developed. g. The curb in the southeast corner of the Auburn Way/M Street intersection will be modified to provide adequate clearance for northbound vehicles on Auburn Way to turn right onto M Street east bound. This modification is necessary due to the restriping of the east approach of M Street to provide a dual lane left turn. Modification of the curb will require modification of the existing traffic signal system including the installation of a new traffic signal mast arm pole in the southeast corner and modification to the existing conduit system to move junction boxes out of the traveled way. Page 2 of 8 _._-_._,._"----~....._----~-_.._----- 1¡lf 1-- AUBURN WAY SOUTH SAFETY IMPROVEMENTS PHASE 2 - FINAL DESIGN Scope of Services Parametrix will provide the followina services to develop plans. special proyisions. and cost estimates for the improvements on Auburn Way identified in Exhibit B. The specific work tasks are as follows: Task 1 - Project Management A. Project Work Plan Develop a Final Design Work Plan outlining responsibilities of members of the design team, as well as responsibilities of City staff. Develop a Project Schedule to indicate time lines for the various Final Design items including milestone dates, meetings, etc. B. Project Coordination Meetings Organize, attend, and facilitate a monthly meeting of key task leaders of the design team and City staff to address design issues and review progress. This subtask will serve to provide coordination among the various Design Team members including the City, Puget Sound Energy, and the Parametrix design team. C. Correspondence Prepare written correspondence as needed to document project management issues. D. Progress Reports Prepare a monthly progress report for the project for distribution to the City and interested partner agencies. Prepare a monthly invoice for services performed by CONSULTANT and subconsultant. Maintain a budget summary covering all major tasks included in the Scope of Work. Submit monthly progress report with monthly invoice. E. Quality Assurance/Quality Control At the 90% level, the entire project will be reviewed by a senior transportation engineer who is not involved with the project on a daily basis. Deliverable Items for Completion bv CONSULTANT: · Project Work Plan · Project Schedule attached with monthly inyoices. · Miscellaneous correspondence to document project management issues · Monthly Progress Reports attached with invoices Page 3 of 8 ~ I Assumptions: · The Final Design phase will last approximately 3 months, to meet a bid date in late June 2003. · The Project Work Plan will be delivered by April 18, 2003. · There will be a total of 6 project coordination meetings. TASK 2 - GEOTECHNICAL REPORT Perform a limited geotechnical investigation consisting of a boring in the vicinity of each signalized intersection, and a CBR test at two locations along the length of the new northbound lane. Prepare a geotechnical report with recommendations on signal pole foundation design, and design of pavement section for new northbound lane. TASK 3 - AIR QUALITY ANALYSIS Perform an Air Quality Analysis for the Auburn Way South project. The Air Quality Analysis will meet the requirements of EPA's transportation conformity regulations (40 CFR §§93.1 00-128), Washington transportation conformity regulations (WAC Chapter 173-420), and the procedures in EPA's Guideline for Modeling Carbon Monoxide from Roadway Intersections (1992). It also will be consistent with WSDOT air quality guidelines in the WSDOT Environmental Procedures Manual. The following subtasks will be performed: Air Qualitv Modeling The project-level air quality analysis will predict carbon monoxide (CO) concentrations from traffic with the MOBILE5/6 and CAL3QHC2 computer models (or latest versions). CO concentrations will be predicted for the existing year, year of opening, and the design year for the proposed project and no build conditions. Air quality will be evaluated at a maximum of one intersection for this project. Modeling methods and assumptions will be consistent with EPA, WSDOT, Ecology, PSCAA, and PSRC guidelines. If required, mitigation measures will be identified and evaluated to reduce air quality impacts below standards. Emissions of particulate matter, ozone, and other pollutants associated with transportation projects will not be modeled. Conformity Determination. Prepare a conformity statement on the proposed project. The conformity statement will be consistent with WSDOT format. Air Qualitv Technical Report. Prepare an air quality technical report, suitable for appending to the environmental document. The Report will briefly discuss applicable standards, existing air quality, dust during construction, modeling methods and assumptions, analyses of impacts, mitigation measures, and conformity with the Clean Air Act. Construction impacts will be evaluated qualitatively and construction mitigation will be identified. Deliverable Items for Completion by CONSULTANT: · Air Quality Technical Report and Conformity Determination Page 4 of 8 -- . '-'-~--'~"'-- -_.._~------ H Assumptions: · Carbon monoxide (CO) concentrations will be predicted for one intersection. · The following conditions will be eyaluated, as required by WSDOT guidelines: 1. Existing conditions 2. Proposed Action - year of opening 3. Proposed Action - design year 4. No Action - year of opening 5. No Action - design year TASK 4 - FINAL DESIGN DOCUMENTS - PLANS Prepare Final Design Plans based on the Preliminary Plans as developed by Parametrix and approved by the City of Auburn and Northwest Region WSDOT. Final Design Plans will be developed at a scale of 1" = 20', unless noted otherwise, and will include the following sheets: 1 . Cover Sheet 2. General Construction Notes, Abbreviations, and Legend 3. Demolition Plans · Limits of removal of roadway, sidewalk, and other surface features and structures · Relocation of utilities (other than storm drainage), including relocation by others 4. Curb Alignment Plans · Horizontal and vertical location of the curbs using point identification numbers and a table 5. Roadway Reconstruction/Storm Drainage Plans · Location and design of sidewalks, driveways, pedestrian ramps, median islands, and roadway features · Location of catch basins, treatment vault, and piping · Typical pavement sections · Roadway and storm drainage details · Storm drainage profiles 6. Channelization and Signing Plans · Pavement marking identification and layout · Sign removal, relocation, and installation tables Page 5 of 8 m ^" __',.__._._..._.____ _,... .._ _ .____.~----...__ ·--rr-r--- 7. Signal, Interconnect, and Illumination Plans · Signal and illumination equipment identification, layout, and relocation · Construction notes, schedules, and special details · Field and controller cabinet wiring terminations (F Street intersection only) · Signal Standard Detail (one sheet for all three signalized locations where new poles are required) · Overhead interconnect installation (1 = 50') · Details (1 = 20') at the intersections of Auburn Way with 12th Street and with M Street showing routing of the overhead interconnect system through existing facilities to the controller cabinets 8. Landscaping/Irrigation Plans · Planting Plan · Irrigation Plan · Landscaping/Irrigation Details g. Traffic Control Plans · Staging/Phasing Plan, showing basic sequence of widening and allowable work areas · Typical details for traffic control measures such as lane closure, lane shift into two way left turn lane, shoulder closure. Deliverable Items for Completion by CONSULTANT: Plan Sheets as noted above, in quantity and format as follows: · Ten half-size sets of plans for the 60% Review meeting. · Ten full-size sets of plans for the 90% Review. · Five half-size sets of plans for the 100% Review meeting. · Full-size stamped mylar plans and AutoCAD disc for Final Bid Documents. Assumptions: · The Final Design Plans will follow the basic design decisions established in the Preliminary Design phase, such as centerline alignment, taper lengths, lane widths, median widths, pocket lengths, and basic intersection layout. No changes to the alignment of curbs or channelization design will be required. · No additional traffic control plans beyond those noted above will be required. Page 6 of 8 TASK 5 - SPECIFICATIONS Prepare Specifications based on the WSDOT "2002 Standard Specifications for Road, Bridge, and Municipal Construction", Divisions 1-9, and all subsequent Amendments thereto. The Specifications will supplement these documents as necessary to clarify or identify special project requirements or to comply with City of Auburn standards. Specifications will include: · Legal documents including Contract, Bid Bond form, Proposal, Insurance require'T'ents, etc. · Applicable WSDOT General Special Provisions (GSP's) · Project specific special provisions · Appendix with applicable City of Auburn and Northwest Region WSDOT Standard Details Deliverable Items for Completion by CONSULTANT: · Five 8.5x11" hard copies of Specifications for the 90% review. · Five 8.5x11" hard copies of Specifications for the 1 00% review. · 1 camera-ready 8.5x11" hard copy and an electronic Word file of Specifications for final bid documents. Assumptions: · Legal documents including Contract, Bid Bond form, Proposal, Insurance requirements, etc. will be provided electronically by the City of Auburn and will be modified by Parametrix for this particular project. TASK 6 - ENGINEER'S CONSTRUCTION COST ESTIMATE Prepare a detailed Engineer's construction cost estimate for the 90% design plans, using the bid items in the Proposal, unit prices, and calculated plan quantities. Update cost estimate if needed to match the final bid documents. Deliverable Items for Completion by CONSULTANT: · Excel file with Engineer's Construction Cost Estimate for 90% Design · Excel file with Engineer's Construction Cost Estimate for Final Bid Documents Assumptions: · None Page 7 of 8 ^ ---_._._-~--~~---'~-------~"..__....---~--_._+._~--_.,---~-'. lil·T TASK 7 - REVIEWS AND APPROVALS A. 60% Review Meeting Participate in an informal review meeting with design team, City staff, and WSDOT staff to review plans at approximately 60% completion. The purpose of the meeting will be to discuss design issues that haye emerged, and to decide on formatting of final plans, prior to moving on to 90%. B. 90 % Review : Submit 90% Plans, Specifications, and Cost Estimate to City of Auburn and WSDOT for review. Participate in a review meeting to discuss review comments and agree on document revisions. C. 100% Review Meeting Meet with City staff to review 100% Plans, Specifications, and Cost Estimate, covering changes since the 90% set of documents. D. Final Submittal Following approval of the minor revisions in the documents, prepare final documents for bidding. Deliverable Items for Completion bv CONSULTANT: · None - see deliverable items in Tasks 3,4, and 5 above. Assumptions: · Design decisions and plan format decisions made at the 60% review meeting will not be changed in later stages of design. · The City will provide a single, consolidated set of review comments from the 90% review. · Plan revisions for the 100% and Final submittals will be limited to minor "cleanup" issues - all substantiye review of content will occur at 90%. Page 8 of 8 - .--,-.".-----.-..--- UIí I EXHIBIT B Consultant Fee Determination Summary Sheet (Cost Plus Fixed Fee) PROJECT: Auburn Way South Safety Improvements PHASE 2 - Final Design CLIENT: City of Auburn STAFF Project Manager Design QA/QC Landscape Tech Aide Word PMX# Project Engineer Engineer Engineer CADD Architect Processing 214-1931-011 Dan Bob Austin Kirk Darren Nancy TOTAL TOTAL TASK DSC Rates $48.00 $44.62 $25.99 $39.88 $22.00 $24.00 $16.87 $16.00 HOURS COST Task 1 - Project Management A Project Work Plan 12 4 6 22 $739.48 B Project Coordination Meetings 20 20 10 4 4 58 $2,272.30 C Correspondence 6 4 10 $352.00 D Progress Reports 4 4 2 10 $291.48 E Quality Assurance/Quality Control 3 16 Task 2 - Geotechnical Report 2 1 3 $105.24 Task 3 - Air Quality Analysis 2 2 $96.00 Task 4 - Final Design Documents-Plans A Cover Sheet 1 2 3 $8B.62 B General Construction Notes, Abbreviations, Legend 2 4 6 $177.24 C Demolition Plans B 40 60 10B $2,716.56 D Curb Alignment Plans 4 B 80 40 132 $3,508.16 E Roadway Reconstruction/Storm Drainage Plans 12 16 180 160 36B $9,488.12 F Channelization and Signing Plans 4 B 48 40 100 $2,676.48 G Signal, Interconnect, and Illumination Plans 2 160 4 120 2B6 $9.979.16 H Landscaping/Irrigation Plans 2 4 56 62 $1.543.96 I Traffic Control Plans 4 24 40 4 60 132 $3,7B2.oo l 1 i ! Task 5 - Specifications 2 36 8 24 70 $2,278.32 Task 6 . Engineer's Construction Cost Estimate 1 8 16 4 29 $916.80 Task 7 - Reviews And Approvals --- - A 60% Review Meeting 4 4 4 4 16 $562.44 B 90% Review Meeting 4 4 4 4 16 $562.44 C 100% Review Meeting 4 4 4 4 16 $562.44 D Final Submittal 4 8 8 8 28 $932.88 DSC Labor Subtotal at Current Salary Rates 94 313 442 20 506 72 8 41 1496 $43,632.12 Salary Escalation Estimated % of phase completed before next increase Additional Direct Estimated % of next salary increase Salary Cost from salary escalation DSC Labor Subtotal including Escalation $43,632.12 Overhead Rate = 180.00% Overhead Cost ( OH Cost Including Salary Additives) = OH Rate x DSC = $78,537.82 Fixed Fee Rate = 28.00% of Direct Salary Fixed Fee Cost = FF rate X DSC = $12,216.99 In-House Expense Item Number Unit Cost Unit Direct Cost Markup % Mileage 300 $0.360 mile $108.00 $108.00 Photocopies 2000 $0.10 sheet $200.00 $200.00 Check prints 100 $1.00 sheet $100.00 $100.00 Final Plots 30 $20.00 sheet $600.00 $600.00 Misc.- Postage. Shipping, etc. $200.00 $200.00 Outside Expenses Description Direct Cost Markup % Subconsultants Tim Krause Air Quality $2,480.00 $2,480.00 Icicle Creek Engineers Geotech $6,645.00 $6,645.00 Total Reimbursables = $10,333.00 PROJECT TOTAL (DSC + Overhead + Fixed Fee + Relmbursables) $144,719.93 l -1 I I EXHIBIT C SUMMARY OF PAYMENTS Basic Management Suppl. Suppl. Suppl. #3 Suppl. #4 Management Total Agreement Reserve Fund #1 #2 Reserve Fund Direct Salary Cost 39,377.92 3,178.76 0.00 0.00 0.00 43,632.12 4.672.03 '90,860.83 Overhead (incl. 70,880.26 5,721.77 0.00 0.00 0.00 78,537.82 8,409.65 163,549.50 Payroll Additives) Direct Non-Salary 1,209.50 55.90 0.00 0.00 0.00 1,208.00 82.16 2,555.56 Costs Fixed Fee 11,025.82 890.05 0.00 0.00 0.00 12,216.99 1 ,308.16 25,441.02 Subconsultants 0.00 0.00 0.00 0.00 0.00 9,125.00 0.00 9,125.00 Total 122,493.50 9,846.48 0.00 0.00 0.00 144,719.93 14,472.00 291,531.91 AW File: H:\Consultants\Agreements\2003\AGC161 Amendment 4.doc ^---..--.-....--....--------.'..'--.--.-----.----.--.------. ~ ¡IfT--- AMENDMENT # 5 TO AGREEMENT # AG-C-161 BETWE.E:N THE CITY OF AUBURN AND PARAMETRIX RELATING TO CI014, AUBURN WAY SOUTH SAFETY IMPROVEMENT THIS AMENDMENT is made and entered into this / ø ~y of ~ 2003, by and between the CITY OF AUBURN, a mW1icipal corporation of the State ofWashingtoll (hereinafter referred to as the "CITY"), and P ARAMETRIX (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-161 executed on February 19. 2002 and amended by agreement dated on the 6th day of AUI1:Ust 2002. and amended by agreement dated on the 10th day of December 2002. and amended by agreement dated on the7th day of ADri1 2003, and amended by agreement dated on the 15th day of May 2003 and identified as Agreement No. AG-C-161. The changes to the agreement are described as follows: 1. CONTRACT TERM: The tenn of the Agreement for Professional Services is extended to July 1,2004. 2. SCOPE OF WORK: All other scope of work will remain W1changed. 3. COMPENSATION: No additional compensation has been authorized. REMAINING TERMS UNCHANGED: That all other proyisions of the Agreement between the parties for AG-C-161 executed on the 19th day of February 2002 and amended by agreement dated on the 6th day of August 2002, and amended by agreement dated on the lOth day of December 2002. and amended by agreement dated on the7th day of ADri1 2003, and amended by agreement dated on the 15th day of May 2003, shall remain W1changed, and in full force and efl'ec:t. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first aboye written. PARAMETRIX By:fl~ Authorized signature --I ;::::> --.... --------------------------------------------------------._---------- Amendment No.5 for Agreement No. AG-C-161 P ARAMETRIX Page 1 of2 --·-·-·~~-·T··-1llIíT· .. ATI--- --¡ rti: ~ ~. ..::s:':J Approved as to form (Optional): Attorney for Parametrix .~.._--------._._---------_._--------------------------------------- Amendment NO.5 for Agreement No. AG-C-161 PARAMETRIX Page 2 of2 ATTEST: é~tfJ~/~J anielle E. Daskam, Auburn City Clerk b= City ~ '------__~___·._____u IJ>IW 1'-·---- {L '31 c..q AMENDMENT # 5 TO AGREEMENT # AG-C-161 BETWEEN THE CITY OF AUBURN AND P ARAMETRIX RELATING TO CI014, AUBURN WAY SOUTH SAFETY IMPROVEMENT IP~· ~ TIDS AMENDMENT is made and entered into this L day of 2003, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and PARAMETRIX (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between: the parties for AG-C-161 executed on February 19. 2002 and amended by agreement dated on thè~th day of August 2002. and amended by agreement dated on the 10th day of December 2002. and amended by agreement dated on the7th day of April 2003. and amended by agreement dated on the 15th day of May 2003 and identified as Agreement No. AG-C-161. The changes to the agreement are described as follows: 1. CONTRACT TERM: The tenn of the Agreement for Professional Services is extended to July 1, 2004. 2. SCOPE OF WORK: All other scope of work will remain unchanged. 3. COMPENSATION: No additional compensation has been authorized. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-161 executed on the 19th dav ofFebruarv 2002 and amended bv agreement dated on the 6th day of August 2002. and amended by agreement dated on the 10th day of December 2002. and amended by agreement dated on the7th day of April 2003. and amended by agreement dated on the 15th day of May 2003, shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first aboye written. PARAMETRIX By:tl~ Authorized signature -------------------------------------------------------------------- Amendment No.5 for Agreement No. AG-C-161 P ARAMETRIX Page I of2 (Q~ m- ~ By ~ .-_:- - ~! Its: , _. ATTEST: ~(1d;)X áJ ~/¿~ anielle E. Daskam, Auburn City Clerk Approved as to fonn (Optional): Attorney for Parametrix -------------------------------------------------------------------- Amendment NO.5 for Agreement No. AG-C-I61 PARAMETRIX Page 2 of2 Supplemental Agreement #î Organization and Address Pararnetrix PO Box 460 Sunmer W A 98390 Phone 253 863-5128 Federal Aid Number STPH-Ol 64(0 1 1) New Maximum Amount Payable $305,283.81 Agreement Number AG-C-161 Project Number ClO14 Project Title Auburn Wa South Safety 1m rovernents Description of Work Planning, pre-design, environmental documentation and final design related to safety improvements on SR-164 (Auburn Way South) between SR-18 and 'M' Street. Anticipated im rovements include re-channelization, a new traffic si nal, and widen in . The Local Agency of the City of Auburn desires to supplement the agreement entered into with Parametrix. Inc. and executed on February 19. 2002 and amended by aoreement dated on the 6th day of Auoust 2002. and amended by aoreement dated on the 10th day of December 2002. and amended by aoreement dated on the 7th day of April 2003. and amended by aoreement dated on the 16th day of December 2003, and identified as Agreement No. AG-C-161. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: I Section II, SCOPE OF WORK, is hereby changed to read: The SCOPE OF WORK and proiect level effort for this SUPPLEMENTAL AGREEMENT is identified in Exhibit "B" attached hereto, and by this reference made a part of this SUPPLEMENTAL AGREEMENT. The CONSULTANT shall not proceed with individual task work identified in Exhibit "B" unless specifically authorized in writino by the AGENCY. /I Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to extend the completion date to Auoust 31. 2004. III Section V, PAYMENT, shall be amended as follows: The CONSULTANT shall be paid by the AGENCY for work rendered and completed under this SUPPLEMENTAL AGREEMENT as provided in Exhibits "C-3" and "0" attached hereto. and by this reference made a part of this SUPPLEMENTAL AGREEMENT. The total amount payable under this SUPPLEMENTAL AGREEMENT is $11.349.02. The maximum payment authorized for each individual task shall not exceed the task subtotal costs identified in Exhibit "0" of this SUPPLEMENTAL AGREEMENT. The total value of the contract is increased to a new maximum amount payable of $305,283.81. This includes SUPPLEMENTAL AGREEMENT #6, as well as a $2403.35 addition for mathematical errors carried throuoh Supplemental Aoreements #2 and #4. If you concur with this supplement and agree to the changes as stated above, please sign in the .pp"",""" '''~ ""~ oed Æwm 10 Ihl, offiœ fOI '0.' "!lí ~ _ ~- ~? Consultant Signature Approving Authority Signature Page 1 of 1 Supplemental Agreement #6, AG-C-161 <iT EXHIBIT B Auburn Way South Amendment #6 SCOPE OF WORK GENERAL DESCRIPTION OF WORK AND ASSUMPTIONS This work will provide the City of Auburn with technical assistance involving proposed modifications to private accesses at Auburn Way South and "F" Street. Various tasks and options will be exercised on an "as needed" basis. The intent is to provide the City with technical information from which to plan and make decisions, not provide full design scope. Assumptions include: 1. General project management, verbal/written communications and other administrative functions such as coordination of information requests and electronic file transfers are considered integral to each of the various tasks or options described below. 2. Meetings with City or third party representatives required to perform any of the tasks will be considered beyond the general scope for each task and be separately approved. 3. Correspondence, when transmitted as an official submittal such as a technical memorandum or plan drawing, will be provided in copy sets of five. 4. Electronic AutoCAD documents will be provided to the City in AutoCAD 2002 format with all necessary support files to reproduce the drawings. TASK 1 - BASE DRAWINGS Work under this task will blend overhead photographic images, GIS site information, Auburn Way South project information, and third party sketches into a single electronic AutoCAD file. The City of Auburn will provide all electronic photographic and GIS mapping information necessary for the development of alternatives and associated analyses. Parametrix will provide the most current project plans. Buildings, parking stalls, driveways, and property lines will be assumed as reasonably accurate from the images and drawings provided by the City and will be visually field-verified by Parametrix. Parametrix will draw additional line work not currently shown such as parking striping or storage containers in reasonable proximity using overhead images and field measurements. Base drawings will be produced at a scale of 1" = 30' or 1" = 40'. Amendment #6 SCOPE OF WORK 01-0B-04.doc Work under this task option will identify one alternative for new access onto Auburn Way South for the existing Les Schwab Tire Center located on the south side of Auburn Way South at "F" Street. The new access will be at a location outside of the signalized intersection area at "F" Street but within the limits of Les Schwab's property. Access across other properties will not be considered. The alternative will be shown in horizontal view only, overlaid on the AutoCAD base map developed in Task 1. The impacts of the alternative on the internal parking, circulation, and existing access points will also be identified and remedial measures developed. The alternative will be analyzed in AutoTurn to confirm that a truck with a 30' trailer can make the required turning movements. Approximate construction costs will be developed for the alternative, to a planning level of detail. A brief Technical Memorandum will be prepared to accompany the drawing and will identify the scope of the improvements as well as advantages and disadvantages. TASK 3 - ANALYSIS OF THIRD PARTY ALTERNATIVE Work under this task option will include analysis of a proposed plan by a third party. The consultant will analyze proposed improvements to determine adequacy and ability to meet both City and State standards for the Auburn Way South project. A Technical Memorandum describing potential impacts to the safety, design features, and construction costs will be prepared. TASK 4 - ON-SITE MEETINGS Work under this task will provide coordination with City staff and third parties at on-site meetings. Use of a vehicle to meet at a specific location and staff time will be considered typical expenses. Only two meetings are expected at this time. TASK 5 - UPDATE OF SPECIFICATIONS Work under this task will involve revision of the Special Provisions to incorporate 2004 Washington State Department of Transportation Standard Specifications. This involves elimination of inconsistencies, removal of duplicated information, updating any numbering outlines, and verifying and correcting descriptions of pay items. Printing costs for review sets are assumed as part of the original contract and have not been included as part of this amendment. Amendment #6 SCOPE OF WORK 01-08-04.doc Exhibit C-3 Payment (Negotiated Hourly Rate) The CONSULTANT shall be paid by the AGENCY for completed work and services rendered under this AGREEMENT as provided hereinafter. Such payment shall be full compensation for work perfonned or services rendered and for all labor. materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall confonn with all applicable portions of 48 CFR 3 I. I. Hourly Rates The CONSULTANT shall be paid by the AGENCY for work done, based upon the negotiated hourly rates shown in ExhibitsD and E attached hereto and by this reference made part of this AGREEMENT. The rates listed shall be applicable for the first 12-month period and shall be subject to negotiation for the following 12-month period upon request of the CONSULTANT or the AGENCY. If negotiations are not conducted for the second or subsequent 12-month periods within 90 days after completion of the previous period, the rates listed in this AGREEMENT or subsequent written authorization(s) from the AGENCY shall be utilized for the life of the AGREEMENT. The rates are inclusive of direct salaries, payroll additives, overhead, and fee. In the event renegotiation of the hourly rates is conducted, the AGENCY reserves the right to audit for any change in the overhead rate currently in use by the CONSULTANT and modify the hourly rates to be paid to the CONSULTANT subsequent to the renegotiation accordingly. Any changes in the CONSULTANT'S fixed hourly rates may include salary or overhead adjustments. 2. Direct Nonsalary Costs Direct nonsalary costs will be reimbursed at the actual cost to the CONSULTANT. These charges may include, but are not limited to the following items: travel, printing, long distance telephone, supplies, computer charges, and fees of subconsultants. Air or train travel will only be reimbursed to economy class levels unless otherwise approved by the AGENCY. Automobile mileage for travel will be reimbursed as the current rate approved for AGENCY employees and shall be supported by the date and time of each trip with origin and designation of such trips. Subsistence and lodging expenses will be reimbursed at the same rate as for AGENCY employees. The billing for nonsalary cost, directly identifiable with the PROJECT, shall be an itemized listing of the charges supported by the original bills, invoices, expense accounts, and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the AGENCY upon request. All above charges must be necessary for the services provided under this AGREEMENT. 3. Management Reserve Fund The AGENCY may desire to establish a Management Reserve Fund to provide the Agreement Administrator the flexibility of authorizing additional funds to the AGREEMENT for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such authorization(s) shall be in writing and shall not exceed the lesser of$50.000 or 10% of the Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of this agreement. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the "Management Reserve Fund" shall be made in accordance with Section XIV, "Extra Work." 4. Maximum Amount Payable The maximum amount payable for completion of work under this AGREEMENT shall not exceed the amount shown in the heading ofthis AGREEMENT. The maximum amount payable includes the Management Reserve Fund, but does not include payment for extra work as stipulated in Section XIV, "Extra Work." No minimum amount payable is guaranteed under this AGREEMENT. 5. Monthly Progress Payments Progress payments may be claimed on a monthly basis for all costs authorized in I and 2 above. The monthly invoices shall be supported by detailed statements for hours expended at the rates established in Exhibits D and E, including names and classifications of all employees, and invoices for all direct nonsalary expenses. To provide a means of verifying the invoiced salary costs for the consultant's employees, the agency may conduct employee interviews. These interviews may consist of recording the names, titles, salary rates. and present duties of those employees performing work on the project at the time of the interview. 6. Inspection of Cost Records The CONSULTANT and his/her subconsultants shall keep available for inspection by representatives of the AGENCY, STATE, and the United States, for a period of three years after final payment, the cost records and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with following exception: if any litigation, claim, or audit is started before the three-year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. The three-year retention period begins when the CONSULTANT receives final payment. 7. Final Payment Final payment of any balance due the CONSULTANT of the gross amount earned will be made promptly upon its verification by the AGENCY after the completion of the work under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, and other related documents which are required to be furnished under this AGREEMENT. Acceptance of such final payment by the CONSULTANT shall constitute a release of all claims for payment which the CONSULTANT may have against the AGENCY unless such claims are specifically reserved in writing and transmitted to the AGENCY by the CONSULTANT prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the AGENCY may have against the CONSULTANT or to any remedies the AGENCY may pursue with respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and at the time of final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY within ninety (90) days of notice of the overpayment. Such refund shall not constitute a waiver by the CONSULTANT or any claims relating to the validity of a finding by the AGENCY of overpayment. EXHIBIT D Consultant Fee Determination Summary Sheet (Negotiated Hourly Rate) PROJECT: C1014A Auburn Way South Safety Improvements Amendment #6 - Les Schwab Access Alternative & 2004 WSDOT Standard Specification Update STAFF "... "... Enw·Tech. ... "_ Moo PMX# ....... ..... ........, ...... 214-1931.011 o~ ... "'" 0_ ........ TOTAl TOTAl TASK Billing Rates at 3.08 Multiplier $148.913 $137.43 $70.90 ....28 OIJ.œ 1 ""'" COST 1 Base Drawings 4 16 $24.00 20 $1,708.12 2 Development of Alternative A Access on Les Schwab Parcel 3 4 12 2 21 $1,946.02 3 Analysis of Third-Party Alternative 6 12 16 2 36 $3,776.00 4 On-Site Meetings 8 6 $21.90 16 $2,313.18 (AlkJwance, used oo~, reques1ed by CiM 5 Update Specifications to 2004 1 6 4 2 15 $1,605.70 Labor Subtotal at Current Salary Rates 18 36 14 8 2 45.' 154 $11,348,02 Miscellaneous Expense Breakdown - ...- .""Coot ."" .....Coot Mileage 60 $0.365 mle $21.90 Photocopies 40 $0.10 -, $4.00 Check prints 20 $1.00 -, $20.00 Final PkXs $20.00 -, I ,.(li/ ReYi_~~ ~ (Office Manager) Supplemental Agreement #6, AG-C-161 (Project Manage<) 2004 January?, EXHIBIT E This page intentionally left blank. Supplemental Agreement #6, AG-C-16l Â'3 I.... Î WASHINGTON Agreement Number AG-C-161 Project Number CI014 Project Tme Auburn Wa South Safe Description of Work Planning, pre-design, environmental documentation and final design related to safe,ty improvements on SR-164 (Auburn Way South) between SR-18 and 'M' Street. Anticipated im rovements include re-channelization, a new traffic si nal. and widenin . Organization and Address Parametrix PO Box 460 Sumner W A 98390 Phone 253 863-5128 Federal Aid Number STPH-Ol64 011 New Maximum Amount Payable $355.609.81 Supplemental Agreement # 9 The Local Agency of the City of Auburn desires to supplement the agreement entered into with Parametrix. Inc. and executed on Februarv 19. 2002 and amended bv aareement dated on' the 6th day ofAuaust 2002. and amended by aareement dated on the 10th day of December 2002. and amended bv aareement dated on the 7th day of April 2003. and amended bv aQreement on 15th day of May 2003. and amended by aareement dated on the 16th day of Decernber2003; and amended bv aareement on the 4th day of Februarv 2004. and amended bv aareement on the 10th day of May 2004. and amended by aareement on the 13th day of Januarv 2005. and identified as Agreement No. AG-C-161. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: I Section II, SCOPE OF WORK, is hereby changed to read: The SCOPE OF WORK and proiect level effort for this SUPPLEMENTAL AGREEMENT is identified in Exhibit "B" attached hereto. and bv this reference made a part of this SUPPLEMENTAL AGREEMENT. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to extend the completion date to: There is no change to the date of termination of December 31, 2005. III Section V, PAYMENT, shall be amended as follows: The CONSULTANT shall be paid by the AGENCY for work rendered and completed under this SUPPLEMENTAL AGREEMENT as provided in Exhibit "C-2" of the oriainal aareement. The total amount pavable under this SUPPLEMENTAL AGREEMENT is $6.720.00 as identified in Exhibit "D" of this SUPPLEMENTAL AGREEMENT. By this reference all exhibits are made part of this SUPPLEMENTAL AGREEMENT. The total value of the contract is increased to a new maximum amount payable of $355.609.81. There is no chanae to the Manaaement Reserve Funds. Page 1 of 2 Supplemental Agreement #9, AG-C-161 If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. JUN :I 0 Z005 Executed on ~ Consultant Signature ~ -=:-. Approving Authority Signature ),.., " __'1/ ¡IV'" Page 2 of 2 Supplemental Agreement #ø, AG-C-161 EXHIBIT B - SCOPE OF WORK Supplement #9 Introduction The four-legged signal was modified in Amendment #8 to function entirely within the existing rights-of-way. Lacking the property rights to access the signal however, the channelization plans required further modification and submittal to WSDOT for approval. This amendment includes the work to update the channelization plan JDr submittal to the state. It also includes some modifications to the signal equipment such that the signal can operate as a three-legged signal. Some aspects of the work shown on the plans and specifications have been completed as separate projects. This includes most of the ITS work. The supplement removes that work from the Auburn Way South Safety hnprovement plans and specifications. The supplement also updates references to City Standards and other technical aspects ofthe work that have been changed since the design was nearly completed a year ago. Work Tasks The following tasks will be perfonned to update the Contract Documents as noted above. A. Project Coordination - Perfonn contract coordination and overall supervision of engineering team. B. WSDOT Channelization Plan Modifications/Resubmittal - Coordinate with City staff to identify extent of channelization modifications. Update channelization plans and forward to the City for submittal to WSDOT. This includes one review by the City prior to submittal to WSDOT. C. Cost Estimate Update - Revise the cost estimate with new quantities for it'~ms modified with the channelization plan and ITS system and revise the unit price items with more current infonnation based on other recently advertised city projects. D. Removal ofITS system from Plans - Remove the ITS system as it is currently shown on the plans. Revise the electrical system and junction boxes to coordinate with the ITS work currently being built under a separate project. E. Specification Revisions - Update the specifications and asp's based on WSDOT review comments. Include all new amendments to the specifications as appropriate to project. Include new specifications to tie in the ITS system being currently built under separate project with the new controller cabinet at F Street SE. Page I 012 AG-C-16I, Supplement 9 F. Quality Control, Final Cleanup, Publishing of Final Contract Document Review Set - Perfonn review and printing of the final review set. Deliverables: · 1 electronic copy of stamped channelization plans for City review · 1 copy full-size stamped and signed mylar channelization plans for WSDOT review · 8 copies of half-size (11" x 17") complete construction plans for 95% City review · 8 bound copies of Special Provisions for 95% City review · 8 copies of Engineer's Estimate for 95% City review Exhibit B - Scope of Work Page 2 of2 AG-C-161. Supplement 9 J I Q § 1::<:1 ~ .! - " " e " Oil! en 'E £ ~ "tJ - J! « ~ " s " e ~ 1 0 ~ '" ... en U Q. " .5 0 'üi ~ '> -ri & '" ¡;¡ .s:; " - ¡¡: " ,j¡ '" >- - ~ " " e E " " ã. .Q Q. " " « '" ,:.; f.) w .., 0 It: ... i !i w ::; () ~ § ¡¡¡ ~ ~ ~ ~ ~ ~ ~ ~ ~ ::¡ :f :f - ~ ~ ~ '" ~ ~ ~ ª '" ,,; v '" 5i '" :Ii If '" . ~ .. f ¡¡ .. '" ~ . - N ., ~ ! '" . t ~ ~ - :'! ð . ~ l ~ ] 5 ~ ~ ~ '" §: .. ! ! 11 t .. '" '" ::i e " H ~ i "' ., l * " ~ 8 N - V ¡j § g ¡¡ g ;; H ~ ., J ~ N - .; i ~ ií ~ : g · .~ I æ 0 · " " « J!i .. .. ¡¡ 0 . "ö ;g. .a R ., ~ ~ 0 " .~ " I " '" . · '" ~ . '" :g ~ a; 0 0: ~ ~ c; '" 0 E ê '" ì:' 0 . ,g " ." 10 0: ~ JI :~ .. B " E ~ a ~ <. . B § . .0 ê ë R .~ I~ '" . .. ~ '" & '" ~ '" .. ~ ê . .. ~ J:9 ~ " AI I g , I ~ " & ~ ~ "ö 8 () 0. '0 " ¡;¡ " ~ ~ " >- :n .. 10 !i, a. .i 8 ~ ~ I ,jj j¡ ~ .. J~ £ '" .3 "' ~ 0 ~ " & '" ¿¡ ;;; a. () ¡¡: ::E ~ '" , :;: 0( '" ü 0 w u. u r .. ~ .& .!; >< ¡ :Ii . .. N -< E " .Q " « ~ o ~ (3 ~ <