Loading...
HomeMy WebLinkAboutAG-C-512 Professional Engineering Services - KPG, IncAGREEMENT FOR PROFESSIONAL SERVICES AG -C-512 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Washington Municipal Corporation ("CITY") and KPG, Inc. whose address is 3131 Elliott Avenue Suite 400, Seattle, WA 98121, ("CONSULTANT.") In consideration of the covenants and conditions of this Agreement, the parties agree as follows: 1. SCOPE OF WORK. The CONSULTANT, on a project basis, will be given individual task assignments (see Exhibit A, Sample Task Assignment) for work related to airport facilitates support services. These task assignments will describe the work to be completed, completion dates, and compensation amount. An approved task assignment shall be required between the CONSULTANT and the City prior to commencing any work for any individual task. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31, 2019 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by conditions beyond the control of the CONSULTANT. A supplemental Agreement to extend the established completion time must be signed before original completion date. Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 1 of 12 3. COMPENSATION. The CONSULTANT shall be paid by the CITY for completed services rendered under each approved individual task assignment. This payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. The CONSULTANT shall submit an itemized bill to the CITY prior to payment. The total compensation for this Agreement shall not exceed $50,000.00 and shall be paid per rates and direct non -salary costs in the fee schedule as shown in Exhibit B, which is attached hereto and by this reference made a part of this Agreement. The billing for non -salary costs that are directly identifiable to the project, shall be submitted as an itemized listing of charges. Copies of the original supporting documents shall be supplied to the CITY upon request. If services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification must be negotiated and approved by the CITY prior to any effort being expended on those services. 4. SUBCONTRACTING. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY. No permission for subcontracting shall create, between the CITY and subcontractor, any contract or any other relationship. Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non -salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 2 of 12 outlined in Section 3. All subcontracts shall contain all applicable provisions of this AGREEMENT. 5. RESPONSIBILITY OF CONSULTANT. The CONSULTANT is responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any negligent errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally -accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided in this Agreement, neither the CITY'S review, approval, or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 6. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any claims, injuries, damages, losses, or suits, including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the sole negligence of the CITY. Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 3 of 12 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the City, its officers, officials, employees, and volunteers, the CONSULTANT's liability, including the duty and cost to defend, under this Agreement shall be only to the extent of the CONSULTANT's negligence. The CONSULTANT specifically and expressly agrees that this indemnification includes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided in this Agreement. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 8. INSURANCE. CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. --------------------------------------------------------------- Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 4 of 12 below: CONSULTANT shall obtain insurance of the types and in the amounts described a. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be included as an additional insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. ------------------------------------------------------------- Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 5 of 12 The insurance policies are to contain, or be endorsed to contain, the following provisions: a. The CONSULTANT'S Automobile Liability and Commercial General Liability insurance coverage shall be primary insurance as respects the CITY. Any insurance, self- insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT shall provide the Public Entity with written notice of any policy cancellation within two business days of their receipt of such notice. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. Failure on the part of the CONSULTANT to maintain the insurance as required shall constitute a material breach of contract. The CITY may, after giving five business days' notice to the CONSULTANT to correct the breach, immediately terminate the contract or, at its discretion, procure or renew insurance and pay any and all premiums for that insurance. If the CONSULTANT does not repay the premiums on request of the Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 6 of 12 CITY, the CITY will offset those costs against funds due the CONSULTANT from the CITY. If the CONSULTANT maintains higher insurance limits than the minimums shown above, the CITY shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the CONSULTANT, irrespective of whether such limits maintained by the CONSULTANT are greater than those required by this contract or whether any certificate of insurance furnished to the CITY evidences limits of liability lower than those maintained by the Consultant. 9. NONDISCRIMINATION. The CONSULTANT will not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap. 10. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT shall allow the CITY to inspect all documents held by the CONSULTANT and relating to this Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 7of12 Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals. of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. 11. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS -PRIMARY COVERED TRANSACTIONS. The CONSULTANT certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding the effective date of this Agreement been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding the effective date of this Agreement had one or more public transactions (federal, state, or local) terminated for cause or default. Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 8 of 12 12. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party on twenty (20) days written notice to the other party. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 13. GENERAL PROVISIONS. 13.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 13.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. 13.3. If any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 9 of 12 13.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 13.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 13.6. All costs of enforcement, including reasonable attorney's fees, expenses and court costs shall be paid to the substantially prevailing party. 13.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 13.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 13.9. This Agreement shall be administered by Jonathan Wilson on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn KPG, Inc. Attn: Seth Wickstrom Attn: Jonathan Wilson 25 W Main Street 3131 Elliott Avenue, Suite 400 Auburn WA 98001 Seattle, WA 98121 Phone: 253-804-5034 Phone: 206.826.6945 E-mail: swickstrom@auburnwa.gov E-mail: jonathan@kpg.com 13.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or sent by regular United States mail, postage prepaid. Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 10 of 12 Any party may change their address by giving notice in writing to any other party. 13.11, This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. CITY OF AUBURN APPROVED AS TO FORM: Steve Gross, City Attorney KPG, Inc. Title:i1�i`.� . z Federal Tax ID # 91-1477622 Agreement for Professional Services AG -C-512 ENG -181, Revised 9/18 February 14, 2019 Page 11 of 12 AGREEMENT #: AG-C-xxx CONSULTANT: PROJECT #/Name: EXHIBIT A w TASK ASSIGNMENT �Q�% TASK #: xxx-xxxx-xxx The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: Maximum Amount Payable per this Task Assignment: Completion Date: Scope of Work: Approvals Consultant Project Manager: Signature: City Project Manager: Signature: City Mayor, if Task Assignment is over $5,000: Signature: Date: Date: Date: Note: If this task assignment is over $25,000 then it must go before the appropriate Committee and City Council for approval prior to the Mayor's signature. Exhibit A Agreement No. AG -C-512 Page 1 of 1 EXHIBIT B FEE SCHEDULE Exhibit B Agreement No. AG -C-512 Page 1 of 1 KPG Summary of Direct Labor Costs Effective January 1, 2019 through December 31, 2019 Avg Direct Office Overhead @ Profit @ (Rounded to $1) Salary 1.5633 300% Inclusive Costs (DSC) Of DSC of DSC Rate Principal 81.73 127.77 24.52 234 Engineering Manager 71.13 111.20 21.34 204 Senior Engineer 65.67 102.66 19.70 188 Sr. Project Engineer 53.85 84.18 16.16 154 Project Engineer 49.04 76.66 14.71 140 Design Engineer 38.63 60.39 11.59 111 Engineering Technician 36.06 56.37 10.82 103 Technician 32.21 50.35 9.66 92 Engineering Assistant 28.85 45.10 8.66 83 Architecture Manager 68.15 106.54 20.45 195 Aviation Manager 60.10 93.95 18.03 172 Senior Architect 53.51 83.65 16.05 153 Architecture Technician II 40.87 63.89 12.26 117 Architecture Technician 1 36.06 56.37 10.82 103 Survey Manager 76.52 119.62 22.96 219 Survey Crew I (W/Equip) 0.00 0.00 165 Survey Crew II (W/Equip) 0.00 0.00 215 Project Surveyor 49.98 78.13 14.99 143 Survey Technician 41.47 64.83 12.44 119 Survey Assistant 36.06 56.37 10.82 103 Urban Design Manager 59.94 93.70 17.98 172 Project Landscape Architect 45.06 70.44 13.52 129 Landscape Technician 32.19 50.32 9.66 92 Senior Construction Manager 75.56 118.12 22.67 216 Construction Manager 60.10 93.95 18.03 172 Resident Engineer 46.80 73.16 14.04 134 Construction Office Engineer 44.92 70.22 13.48 129 Senior Construction Inspector 44.45 69.49 13.34 127 Document Control Specialist 40.21 62.86 12.06 115 Construction Inspector 39.90 62.38 11.97 114 Construction Technician 30.71 48.01 9.21 88 Document Control Admin 30.00 46.90 9.00 86 Construction Assistant 24.04 37.58 7.21 69 Senior Transportation Planner 53.85 84.18 16.16 154 Transportation Planner 36.06 56.37 10.82 103 CAD Manager 51.00 79.73 15.30 146 CAD Technician 42.80 66.91 12.84 123 Business Manager 53.26 83.26 15.98 152 Senior Admin 38.46 60.12 11.54 110 Office Admin 30.00 46.90 9.00 86 Office Assistant 24.04 37.58 7.21 69 Subs billed at cost plus 5%. Reimbursables billed at actual costs. Direct mileage will be billed at the current approved IRS mileage rate. Exhibit B Agreement No. AG -C-512 Page 1 of 1 CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement # (i.e.: AG -C-115). • Project number(s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of-way, or construction) or task order number. • Direct salary (base salaries) • Indirect salary (benefits) • Direct non -salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non -salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract — total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15tH • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG -C-512 Page 1 of 2 City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter (Project Engineer) Agency Agreement #: AG -C-010 SAMPLE INVOICE Invoice #: 5222 Progress Payment #: 2 Invoice Date: February 10, 2002 Project Name: Thomas Nelson Farm Project #: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourly Rate Amount Amount Mike Jones Principal in Charge 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith Word Processing 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal 1,000.00 Moving Company, Moving Consultant $ 749.00 Expenses see attached documentation Charges Multiplier Amount Amount Mike Jones, Principal in Charge 20 miles x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processing $ 29.00 x1,1 $ 31.90 Consultant Expenses Subtotal 1,000.00 Moving Company, Moving Consultant $ 72.49 Consultant Total: SUB CONSULTANTS (see attached documentation) $ 821.49 Subconsultant Hours Hourly Rate Amount ABC Environmental, Inc., Civil Engineer 10 $ 100.00 $ 1,000.00 Electrical Consulting, Electrical Engineer 5 $ 100.00 25% 500.00 Mechanical Solutions Mechanical Engineer 10 $ 100.00 MRF 1,000.00 Moving Company, Moving Consultant 2 $ 50.00 $ 1,025.00 100.00 Subconsultant Subtotal $ 19,793.51 $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: TOTAL DUE THIS INVOICE CONTRACT BREAKDOWN $ 2,860,00 $ 3,681.49 Task Amount Authorized Prior Invoiced This Invoice Total Invoiced To Date % Expended % Completed Amount Remaining Original Contract $22,000.00 $ 1,025,00 $ 2,681.49 $ 8,706.49 20% 25% $ 18,293.51 MRF* 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 1500.00 TOTAL $24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note: MRF=Management Reserve Fund * Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG -C-512 Page 2 of 2 Client#: 1487397 KPGPS ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (M M/DD/YYYY) 2/22/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder In lieu of such endorsement(s). PRODUCER USI Insurance Services NW PR 601 Union Street, Suite 1000 Seattle, WA 98101 CONTACT NAME: PHONE206 441-6300 FA 610-362-8530 A/C No Ext : AIC No E-MAIL ADDRESS: pL.CertReq uest usi.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Travelers indemnity Co or America 25666 INSURED KPG, P.S. fka KPG, Inc. 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 INSURER B ; Berkley Insurance Company 32603 INSURER C Charter Oak Fire insurance Company 25615 ; INSURER D INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUBR INSR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY X 6809M677855 1/01/2019 01/01/2020 EACH OCCURRENCE $1,000,000 PREM SESO RENTED FR I Ea occurrence $1,0001 000 CLAIMS -MADE X OCCUR MED EXP (Any one person) s5,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000000 PRO - POLICY [ X1 JECT �I LOC PRODUCTS - COMP/OP AGG $2,000,000 $ OTHER: C AUTOMOBILE LIABILITY X BA9M680558 1/01/2019 01/01/202 EO, Cc"."'SINGLELIMIT 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ OWNED SCHEDULED AUTOS ONLYAUTOS X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY ROaccldenDAMAGE $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ _ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE— OFFICER/MEMBER EXCLUDED? (Mandatory In NH) N I A 6809M677855 (WA Stop Gap) 1/01/2019 01/011202 X PER OTH- E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L, DISEASE -POLICY LIMIT $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below B Professional AEC902579401 1/01/2019 01/01/2020 $1,000,000 per claim Liability $1,000,000 annl aggr. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: KPG PN 18173B, City of Auburn PN AG -C-508, Airport Facilities Support Services. The General Liability and Automobile Liability policies include an automatic Additional Insured endorsement that provides Additional Insured status to City of Auburn, only when there is a written contract that requires such status, and only with regard to work performed on behalf of the named insured. The General Liability, Automobile Liability and Professional Liability policies contain a special endorsement with (See Attached Descriptions) GERTIFIGA I E HULUER L ANL rLLA 1 IUR Ci of Auburn SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 25 West Main St ACCORDANCE WITH THE POLICY PROVISIONS. Auburn, WA 98001 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S25036190/M24673455 KMAZP Primary and Noncontributory wording, when required by written contract. The General Liability, Automobile Liability and Professional Liability policies includes an endorsement providing that 30 days notice of cancellation will be given to the Certificate Holder by the Insurance Carrier. SAGITTA 25.3 (2016/03) 2 of 2 #S25036190/M24673455 GENERAL PURPOSE ENDORSEMENT OFFICE PAC POLICY NUMBER: 680-9M677855-19-47 ISSUE DATE: 12/26/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CGD361 This endorsement modifies insurance provided under the following: ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAMES OF ADDITIONAL INSURED PERSON(S) OR ORGANIZATION(S): Any person or organization that you agree in a written contract to include as an additional insured on this Coverage Part, provided that such written contract was signed and executed by you before,and is in effect when, the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. LOCATION OF COVERED OPERATIONS: Any project to which a written contract with the Additional Insured Person(s)or Organization(s) in the Schedule applies. (INFORMATION REQUIRED TO COMPLETE THIS SCHEDULE, IF NOT SHOWN ABOVE, WILL BE SHOWN IN THE DECLARATIONS.) A. SECTION II - WHO IS AN INSURED IS AMENDED TO INCLUDE AS AN ADDITIONAL INSURED THE PERSON(S) OR ORGANIZATION(S) SHOWN IN THE SCHEDULE, BUT ONLY WITH RESPECT TO LIABILITY FOR "BODILY INJURY", "PROPERTY DAMAGE",PERSONAL INJURY OR "ADVERTISING INJURY" CAUSED, IN WHOLE OR IN PART, BY: 1. YOUR ACTS OR OMISSIONS; OR 2. THE ACTS OR OMISSIONS OF THOSE ACTING ON YOUR BEHALF; IN THE PERFORMANCE OF YOUR ONGOING OPERATIONS FOR THE ADDITIONAL INSURED(S) AT THE LOCATION(S) DESIGNATED ABOVE. B. WITH RESPECT TO THE INSURANCE AFFORDED TO THESE ADDITIONAL INSURED, THE FOLLOWING ADDITIONAL EXCLUSIONS APPLY: This insurance does not apply to "bodily injury" or "property damage" occurring, or "personal injury" or "advertising injury" arising out of an offense committed, after: 1. ALL WORK, INCLUDING MATERIALS, PARTS OR EQUIPMENT FURNISHED IN CG T8 01 01 19 Page 1 of 2 GENERAL PURPOSE ENDORSEMENT OFFICE PAC POLICY NUMBER: 680-9M677855-19-47 ISSUE DATE: 12/26/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CGD361 This endorsement modifies insurance provided under the following: CONNECTION WITH SUCH WORK, ON THE PROJECT (OTHER THAN SERVICE, MAINTENANCEOR REPAIRS) TO BE PERFORMED BY OR ON BEHALF OF THE ADDITIONAL INSURED(S)AT THE LOCATION OF THE COVERED OPERATIONS HAS BEEN COMPLETED; OR 2. THAT PORTION OF "YOUR WORK" OUT OF WHICH THE INJURY OR DAMAGE ARISES HAS BEEN PUT TO ITS INTENDED USE BY ANY PERSON OR ORGANIZATION OTHER THAN ANOTHER CONTRACTOR OR SUBCONTRACTOR ENGAGED IN PERFORMING OPERATIONS FOR APRINCIPAL AS A PART OF THE SAME PROJECT. CG D3 61 03 05 Copyright 2005 The St. Paul Travelers Companies, Inc. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. CG T8 01 01 19 Page 2 of 2 GENERAL PURPOSE ENDORSEMENT OFFICE PAC POLICY NUMBER: 680-9M677855-19-47 ISSUE DATE: 12/26/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CGD425 This endorsement modifies insurance provided under the following: OTHER INSURANCE - ADDITIONAL INSUREDS - PRIMARY AND NON-CONTRIBUTORY WITH RESPECT TO CERTAIN OTHER INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to Paragraph 4. a., Primary Insurance, of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: However, if you specifically agree in a written contractor agreement that the insurance afforded to anadditional insured under this Coverage Part must apply ona primary basis, or a primary and non-contributorybasis, this insurance is primary to other insurance thatis available to such additional insured which coverssuch additional insured as a named insured, and wewill not share with that other insurance, provided that: (1) The "bodily injury" or "property damage" for whichcoverage is sought is caused by an 'occurrence"that takes place; and (2) The "personal injury" or "advertising injury" forwhich coverage is sought arises out of an offensethat is committed; subsequent to the signing and execution of that contract or agreement by you. CG D4 25 07 08 2008 The Travelers Companies, Inc. CG T8 04 01 19 Page 1 of 1 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE in the BUSINESS AUTO COVERAGE FORM and Paragraph e. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE in the MOTOR CARRIER COVERAGE FORM, whichever Coverage Form is part of your policy; This includes any person or organization who you are required under a written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". CA T4 37 02 16 © 2016 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. JCITY OF Nancy Backus, Mayor . jJJ31JJJ\4WAASSH I NGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 17, 2019 Jonathan Wilson KPG, PS 3131 Elliott Avenue, Suite 400 Seattle, WA 98121 RE: Amendment No. 1 to Agreement for Professional Services, AG-C-512 On-Call Airport Facilities Support Dear Mr. Wilson: Enclosed please find an executed copy of the above-referenced Amendment No. 1. This amendment extends the term of the agreement to December 31, 2020 and includes additional compensation in the amount of $39,681.00 for a total agreement amount of $89,681.00. The work authorized under this agreement shall be assigned on a Task Assignment basis. A Notice to Proceed will be issued for each individual Task Assignment, as authorized. For the City's tracking and record keeping purposes, please reference AG-C-512 on all correspondence and related material. Our records indicate that your Insurance Certificate, as required in Section 8 of the original agreement, will expire on January 1, 2020. Please forward your renewed certificate of insurance when it is available. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-288-4332. Sincerely, Tim Mensonides, CM Airport Manager Public Works Department TM/ad/as Enclosure cc: Shawn Campbeii, City Cierk AG-C-512 ENG-171, Revised 10/18 AUBURN 4- MORE THAN YOU IMAGINED THE CITY OF AUBURN AND KPG, P.S. AMENDMENT TO AGREEMENT FOR SERVICES AG-C-512 RELATING TO PROJECT NO. ON-CALL AIRPORT FACILITIES SUPPORT THIS AMENDMENT TO THE AGREEMENT is made and entered into this 104% day of , 2019, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and KPG, P.S. (hereinafter referred to as the "PROVIDER"). The City and Provider agree to amend the Agreement AG-C-512 executed on the 4th day of March 2019. The changes to the Agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2020. 2. COMPENSATION: The amount of this amendment is $39,681.00. As total compensation for the Provider's performance of the services provided based on this Amended Agreement, the City shall pay the Provider fees and costs not-to-exceed $89,681.00. REMAINING TERMS UNCHANGED: All other provisions of the Agreement between the parties for AG-C-512 executed on the 4th day of March 2019 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. KPG, P.S. CITY OF AUBURN (n Authorized signature ancy Bac ayor Approved as to form (Optional): Approved as to form: Attorney for (Other Party) Steve Gross, uburn City Attorney Amendment No. 1 for Agreement No. AG-C-512 KPG, P.S. ENG-182, Revised 10/18 Page 1 of 1 TASK ASSIGNMENT FOR ON-CALL PROFESSIONAL SERVICES AGREEMENT NO: AG-C-512 TASK NO: AGC512-T001 CONSULTANT: KPG, Inc PROJECT NO/DESCRIPTION: Hangar Condition Assessment and Evaluation The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: Auburn Municipal Airport Maximum Amount Payable per this Task Assignment: $14,681.00 Completion Date: August 30, 2019 Scope of Work: See Exhibit A, which is attached hereto and by this reference made part of this Agreement. Approvals: Consultant Project Manager: Signature: Je,_. i--4,,, Date: 7l'`%`i �. Ise City Project Manager: Signature: Date: City Mayor: Signature: Date: 1 ' ' ,q Approved as to for rf , .4k. N City Attorney: Date: ENG-186, Revised 11/17 Page 1 of 1 Auburn Municipal Airport Hangar Structural, Roof, Maintenance, and Replacement Evaluation Project On-Call Airport Support Services PN18173B Task Assignment#1 KPG Exhibit A - Scope of Work July 9, 2019 INTRODUCTION Auburn Municipal Airport (S50) has nine rows (eight full rows and one-half row) of hangars that were built in 1969. These hangars were included in a 2018 Facility Condition Assessment (Conditions Assessment) completed by Meng Analysis (Meng). In their assessment, Meng noted a number of potentially costly improvements S50 should consider for these hangars. Since S50 has limited budget programmed for repairs, and because the hangars have potentially reached the end of their useful life, S50 is looking for additional analysis to help focus next maintenance and replacement actions. The analysis scoped in this document will serve S50 in two ways. First it will provide S50 with current costing information should the airport decide to tear down any of its older hangars and rebuild. Second, it will provide additional information for the airport that follows up on the Condition Assessment recommendations made by Meng. This information will help S50 better program their limited funds toward higher priority maintenance projects. GENERAL PROJECT ASSUMPTIONS The following assumptions were made when preparing the scope and fee estimate: • The project will provide additional information based on the recommendations made by Meng and assumes those recommendations have been accepted by S50. • Only hangar rows C, D, E, F, G, H, and J will be included for further analysis. • S50 will be provided Rough Order of Magnitude (ROM) cost information for tear down and replacement of a representative existing T-hangar building. The ROM cost will make certain assumptions about the project. These assumptions are subject to change depending on if/when S50 decides to proceed to construction. Auburn Municipal Airport KPG Hangar Roof Structural and Replacement Evaluation; Project 9 20'9 1 SCOPE OF WORK Task 1.00 - Hangar Structural Evaluation Description: The Conditions Assessment noted that six of the t-hangar buildings (Hangar Row C, E, F, G, H, and J) should have a limited structural analysis due to cracking and/or spalling of the concrete hangar walls. Task 1.00 will be conducted by AHBL (subconsultants to KPG) and will provide further structural information on these hangar buildings. Est. Duration: Three (3) weeks. Deliverable: Structural Condition Study that describes: 1. Summary of observations; 2. Photo exhibits; and 3. Narrative recommendations for further evaluations and/or repairs. 4. Rough Order of Magnitude Opinion of Probable Construction Cost of proposed repairs. Assumptions: Assumptions include: 1. One (1) site visit is included. Task 2.00 - Hangar Roof Evaluation Description: The Conditions Assessment noted that all seven of the t-hangar buildings (Hangar Row C, D, E, F, G, H, and J) potentially have roof leaks. The report recommends seeking repair estimates from a roofing representative. The KPG project manager will coordinate with up to three (3) roofing repair companies to have the areas of repair categorized and priced. KPG will then collate the roofing data and include it in a report back to S50. Est. Duration: Four (4) weeks. Deliverable: Written report that describes: 1. Severity, locations, and ranking of leaks and/or roof replacement; and 2. Up to three (3) repair quotes from separate roofing companies. Assumptions: Assumptions include: 1. An increase in project duration may be expected due to contractor availability. 2. Estimated five (5) visits to Auburn Airport to meet with roofing contractors. Auburn Municipal Airport KPG Hangar Roof. Structural and Replacement Evaluattfon R,ojec! July 9 2019 2 Task 3.00 - Hangar Work Items Description: The Conditions Assessment noted that all seven of the t-hangar buildings (Hangar Row C, D, E, F, G, H, and J) were built in 1969 (50 years old). Due to the buildings' age, total long-term repair costs may be comparable to building replacement. This task will be completed by obtaining cost information from two separate design-build firms that have metal building experience. Est. Duration: Four (4) weeks. Deliverable: Written report that describes: 1. Determination of appropriate size and location of potential new hangar buildings. Will include whether the building is a t-hangar, box hangar, or some combination. Will include recommendation of door size. 2. Determination of estimated rental rate for each size and configuration of new hangar. 3. Fabric door evaluation on the hangar building south of the administrative office. The evaluation will seek to obtain cost information on replacing the existing fabric doors with new doors. The evaluation will also determine prioritization of this work. 4. Rough Order of Magnitude (ROM) cost to replace a representative existing hangar building. 5. ROM cost to include: a. Estimated existing building and concrete slab demolition costs; b. Estimated new concrete foundation costs; c. Superstructure costs to include shell, interiors, doors, electrical system, and sprinkler system (if required); and d. Estimated adjacent pavement repair costs. 6. Recommendation that details: a. Which hangars, if any, should be torn down and an advisory date for this removal. Any hangars in this category will be ranked for demolition. This recommendation will also provide general guidance for the potential location for new hangar building(s), and a schematic level drawing of the floorplan for each proposed hangar building. b. Which hangars, if any, should receive maintenance and/or capital investment. Any hangars in this category will be ranked for maintenance investment. Assumptions: Assumptions include: 1. New concrete foundations and adjacent pavement replacement will be included; Auburn Municipal Airport KPG Hangar Roof. Structural and Replacement Evaluation Protect Jerry 9 2019 3 2. Potential structural soil improvements will be omitted from project costing. 3. Demolition costs assume no special handling or disposal fees for hazardous materials. 4. Estimated rental rates will be based on Puget Sound area hangar rental rates. Estimated rental rates as provided should be validated by a licensed commercial real estate professional. FEE ESTIMATE For the work activities described in this scope of work, the total fee which includes all subcontractor fees is $14,681. ADDITIONAL SERVICES KPG can provide services in addition to those outlined above as requested by S50. These additional services can either be amended to this work order or can be outlined in a separate work order. END OF SCOPE OF WORK Auburn Municipal Airport KPG Hangar Roof Structural and Replacement Evaivairor Project Jruny 9 2019 4 „ , , , , _ , a&f » 7 ch - ®- _ , , _ , , „ = F . 4«§fmm < (( < ! ! m 4■ #<4 {« i , , . an = 666 ;a . � ( � , � � � ! , ,& mm �, � ! \ k , 0 , 0 ,. \ noo , , , 00 q .a000 , } 7 o 0 | 0 0 | | : _ 0 f! ! ° , > � � 0 0 _ .- ,-, : , ■_; .0. * ; ! ! ; g',-TO !2! I2 , l ; l; ¢ 71 ' 5 = ; 4 fk2a !!,. ig 0 0 0 0 0o 2 i: : , , : 0:74 . .o , {} § ° 0 0 0 0 }{ | 0 0 0 0 00 , 00 /{ f . 0 0 0 !§ § . � ,. !! m ; gym ;■ \ | 0 0 0 0 0 W. § § # Em 1 _ | , , | ! § § | « K K | ■ \ . ƒ -g_ { | r. _ - , / !7! ; . ! !» \ } I \t , 2 _ \\\� $ /§: ” a § = , = K CO a { t �� ilzTI i ({ ■ � I\� \ \ \\ \ $ iiiii 1 -M 1 3 � () ■ •52 ° � , < _ � , � § F5' -' It' li ® § § ! § §§ § § ! § §ii § !§ § § .. . ) — toFR n, &; | \ 0 ` ZVt o — 8 fm «# « ! < } & . , x _ 666 - § { / a 1A : _ ° tg ! � �\ ���� ) 2 !, \ / k # 7 \ / ° % . - ; k }{ F. ° ;:. \ \! | . \5 N !§ | . H ; , { 7 . §» ■ga | }} ! ) ! ! ! P.I | 8 11-f ,^ ° L.?, .e § F. k If §| E § . § k ( \0 k _ & ! ( 1 E i \ || 2 | 80 § | 1 . § KPG, PS Summary of Direct Labor Costs Effective January 1, 2019 through December 31, 2019 Classification Hourly Billing Rate Principal 232 Engineering Manager 210 Senior Engineer 184 Sr. Project Engineer 166 Project Engineer 140 Design Engineer 117 Engineering Technician 100 Technician 92 Engineering Assistant 77 Principal Architect 200 Aviation Manager 184 Senior Architect 150 Architecture Technician II 117 Architecture Technician I 100 Survey Manager 210 Survey Crew II (W/Equip) 216 Survey Crew I (W/Equip) 166 Project Surveyor 140 Survey Technician 117 Survey Assistant 77 Urban Design Manager 166 Project Landscape Architect 128 Landscape Technician 92 Senior Transportation Planner 150 Transportation Planner 100 Senior Construction Manager 210 Construction Manager 166 Senior Resident Engineer 140 Resident Engineer 125 Construction Office Engineer 125 Senior Construction Observer 128 Construction Observer II 110 Construction Observer I 92 Construction Technician 77 Document Control Specialist 115 Document Control Admin 77 Construction Assistant 77 CAD Manager 150 Senior CAD Technician 117 CAD Technician 100 Business Manager 150 Senior Admin 115 Office Admin 92 Office Assistant 77 Subs billed at cost plus 5%. Reimbursables billed at actual costs. Mileage billed at the current approved IRS mileage rate.