Loading...
HomeMy WebLinkAboutParametrix Inc AG-C-161 0--.:.3 '101 WASHINGTON Organization and Address Supplemental Agreement #-Ì- Parametrix PO Box 460 Sumner W A 98390 Agreement Number Phone AG-C-161 (253) 863-5128 Project Number Federal Aid Number CIOl4 STPH-O 164(0 II ) Project Title New Maximum Amount Payable Auburn Wav Soutb Safety Improvements $344,283.81 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 imDrovements include re-channelization, a new traffic sional, and widenino. 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 aareement elated 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 the 7th day of ADril 2003. and amended by a,areement on 15th day of May 2003. and amended by aareement dated on the 16th day of December 2003, and amended bY aareement on the 4th day of February 2004. 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 Droiect level effort for this SUPPLEMENTAL AGREEMENT is identified in Exhibit "B" attached hereto. and by this reference made a Dart of this SUPPLEMENTAL AGREEMENT. The CONSULTANT shall not Droceed with individual task work identified in Exhibit "B" unlèss sDecifically authorized in writina bv the AGENCY. II Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to extend the, completion date to December 31. 2004. III Section V, PAYMENT, shall be amended as follows: The CONSULTANT shall be Daid by the AGENCY for work rendered and com Dieted under this SUPPLEMENTAL AGREEMENT as Drovided in Exhibit "C-2" for Task 1 and "C-3" for Task 2. The total amount Dayable under this SUPPLEMENTAL AGREEMENT is $39.000.00. The maximum Dayment authorized for each individual task shall not exceed the task subtotal costs identified in Exhibit "D" of this SUPPLEMENTAL AGREEMENT. By this reference all exhibits are made Dart of this SUPPLEMENTAL AGREEMENT. The total value of the contract is increased to a new maximum amount Dayable of $344.283.81. Page 1 of 2 Supplemental Agreement #7, 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. Executed on ":)- / O-d '-! ~ Consultant Signature --- '-... .¿ Approving Authority Siglnature ð/ Page 2 of2 Supplemental Agreement #7, AG-C-161 ... ____.____________ ·no_..__..__._~._.____... ..__ EXHIBIT B - SCOPE OF WORK Amendment #7 Design for Addition of Fourth Leg at "F" Street Intersection Introduction The original design for the Auburn Way South Safety Improvements project called for the addition of a traffic signal at tbe existing "tee" intersection of Auburn Way South (A WS) and "F" Street. The City of Auburn (the City) is now planning to add a fourth leg to the proposed signalized intersection. This Scope of Work is based on the following assumptions: · The new fourth leg will be centered on the centerline of "F" Street. The approach will be approximately 30 feet wide and 40 feet long, measured from the south curb face of Auburn Way South, with curb and gutter on both sides. It will be constructed as a "street type" curb cut rather than a commercial driveway approach. The new intersection will have 35' comer radii. · A left turn lane will be added to allow west-bound left turns trom Auburn Way Soutb. The currently proposed median at this location will be extended southeast on Auburn Way South as necessary to create a "zero net increase in impl~rvious surface". · The addition oftbe left turn pocket will require additional road widening on the north side of A WS. The impact of the widening will extend the new curb, gutter and sidcwalk an additional 160 feet east trom the currently-designed tie-in point on the east leg of the intersection. · The currently proposed crosswalks will remain as designed. A crosswalk will be added across the new intersection approach. · Runoff trom the new approach will travel by sheet flow either on to the private development, or into the south gutter of A WS. · No new drainage facilities will be required along the south curb line of AWS as a result of the new intersection approach. A valley gutter will be installed across the throat of the fourth approach to prevent A WS roadway runoff trom flowing offsite. · The additional widening along the north curb line of A WS will require s:tight modifications to the currently-designed drainage system. Scope of Work I ----..--------- -------~--. _._~------ · The traffic signal will be modified as follows: I. Pole number 2 will be split into 2 separate poles. The pole controlling eastbound traffic will be moved to the east. A second pole will be placed in the southwest comer to control southbound traffic and pedestrians. 2. Pedestrian heads will be added to control pedestrian traffic across tht: new approach. 3. A mast arm pole will be added in the northeast comer to control trafJic on the new approach. 4. Loops will be added for the new left turn lane from Auburn Way South into the private development. Video Detection will be added for the new approach trom the private development into City right of way. Work Tasks The following tasks will be performed to revise the current plans, specifications, and cost estimates to accommodate the new or revised improvements noted above. Task 1 - Design Revisions A. Project Coordination - Perform contract coordination and overall supervision of engineering team. B. Base Map Coordination - Coordinate with City staff to identify extent of additional surveying required. Insert updated base map into design drawings and perform minor formatting to fit drawing standards. This includes changt$ to line- types after City performs electronic updates to the base map. C. Traffic Analysis - Analyze left turn volume into the new fourth approach, and prepare a technical memorandum justifying the length of the new left turn pocket. Confirm the lengths of the turn pockets for the other legs ofthe intersection. Summarize results of analysis in a technical memorandum. D. Channelization Plans - Modify current Channelization Plans to accommodate tbe new intersection approach, any additional widening and median extensions on Auburn Way South. E. Curb Alignment Plans - Modify Curb Alignment Plans. This includes modifications to currently proposed curbs elevations and new proposed c:urb elevations. F. Storm Drain Plans - Modify the Storm Drain Plans to reflect the changes in proposed curb location along the north side of A WS. Scope of Work 2 - - -~-_._--_._-~ ".....----.-----..------ G. Demolition Plans - Modify the Demolition Plans to reflect revised or additional areas of required demolition. H. SignallElcctrical Plans - Recalculate conduit size and junction box size Ito accommodate the additional wire for the new signals and loops. Recalculate the ground to mast arm distance for all new and relocated mast arm poles. Revise tbe Electrical Plan, Signal Pole Equipment Schedule, Conduit/Wire Schedule, Junction Box Schedulc, Loop Schedule, Cabinet Wirc Terminations Detail, Signal Standard Detail Sheet, Wiring Termination Details, and Construction Notes to reflect thc rcvised design. I. Landscapc Plans - Modify tbe Landscape Plan and details. J. Specifications - Revise the Special Provisions as needed to reflect changes in Û1e design. K. Update Cost Estimate - Update the quantities of construction bid items, ¡md update the engineer's estimate for the project. Deliverables: · 2 copies Traffic Analysis Technical Memorandum · 8 copies of half-size (II" 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 · 2 copies full-size stamped channelization paper plans for WSDOT review · I copy full-size stamped mylar channelization plans for WSDOT review Assumvtions: · The pervious median will be extended southeast along Auburn Way South as far as necessary to maintain a "no net increase in impervious area". · The design will not include site improvements to private property. Modifications to the parking layout, circulation, or drainage in order to access and use the proposed intersection will be the responsibility of the property owners. · There will be no access across the private property to adjacent shopping ,centers or residential areas. · The traffic analysis will confirm that the turn pocket for the western leg of the intersection is adequate as currently designed, and therefore, no modifications to this leg will be needed. · The City will perform additional surveying and update tbe electronic base map. Scope of Work 3 · The City will prepare required right-of-way/easement plans and legal descriptions. · New calculations of the illumination level at the intersection will not be required after signal poles with street lights are reconfigured. · Final design documents will be produced as described in Supplement 4 of the Original Agreement. Task 2 - Reviews and Approvals A. City Reviews and Approvals - Modify 95% complete plans, specifications and estimates after City review and comment. B. WSDOT Reviews and Approvals - Modify the Channelization Plan and the Traffic Analysis technical memorandum after WSDOT for review and comment. Coordinate with WSDOT staff and make necessary modifications to the documents. Deliverables: · The City must authorize any expenses for labor hours, mileage and postage in advance of work. Any additional plans, specifications and other administrative materials will be as required (costs of such are included in the overhead rates). Assumptions: · WSDOT review/approval processes for electrical design, environmental issues, or the Project Analysis will not be redone. · The City will provide a single, consolidated set of review comments on the Plans, Special Provisions, and Engineer's Estimate. Scope of Work 4 Exhibit C-2 Payment (Cost Plus Fixed Fee) 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 all work performed or services rendered and for all labor, materials, equipment, and incidentals necessary to complet" the work specified in Section II, "Scope of Work." The CONSULTANT shall conform with the applicable portion of 48 CFR 3 1. A. Actual Costs Payment for all consulting services for this project shall be on the basis of the CONSULTANT's actual cost plus a fixcd fce. The actual cost shall include direct salary cost, overhead, and direct nonsalary cost. I. Direct Salary Costs The direct salary cost is the direct salary paid to principals, professional, technical, and clerical personnel for the time they are productively engaged in work necessary to fulfill tbe terms of this AGREEMENT. 2. Overhead Costs Overhead costs are those costs other tban direct costs which are included as such on th~, books of the CONSULTANT in the normal everyday keeping of its books. Progress payments shall be made at the rate shown in tbe heading oftbis AGREEMENT, under "Overhead Progress Payment Rate." Total overhead payment shall be based on the method shown in the heading ofthe AGREEMENT. The three options are explained as follows: a. Actual Cost Not To Exceed Maximum Percent: Iftbis metbod is indicated in the heading of this AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT at the actu..! overhead rate verified by audit up to the maximum percentage shown in the space provided. Final overhead payment when accumulated with all otber actual costs shall not exceed the total maximum amount payable shown in the heading of this AGREEMENT. b. Fixed Rate: If this method is indicated in the heading ofthe AGREEMENT, the AGENCY agrees to reimburse the CONSULTANT for overhead at the percentage rate shown. This rat~, shall not change during the life of the AGREEMENT. A summary oftbe CONSULTANT's cost estimate and the overhead computation are attached hereto as Exhibit D-I and by this reference made part of this AGREEMENT. When an Actual Cost method, or the Actual Cost Not To Exceed method is used, the CONSULTANT (prime and all subconsultants) will submit to the AGENCY within tbree months after the end of each firm's fiscal year, an overhead schedule in the format required by the AGENCY (cost category, dollar expenditures, etc.) for the purpose of adjusting the overhead rate for billing purposes. It shall be used for the computation of progress payments during the following year and for retroactively adjusting the previous year's overhead cost to reflect tbe actual rate. Failure to supply this information by either the prime consultant or any of the subeonsultants shall cause the agency to withhold payment of the billed overhead costs until such time :as the required informatiou is received and an overhead rate for billing purposes is approved. The STATE and/or the Federal Government may perform an audit of the CONSULTANT's books and records at any time during regular business hours to determine the actual overhead rat~:, if they so desire. 3. 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 otberwise approved by the AGENCY. Automobile mileage for travel will be reimbursed at the current rate approved for AGENCY employees and shall be supported by tbe date and time of each trip with origin and destination 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 copies of original bills, invoices, expense accounts, and miscellaneous supporting data retained by tbe CONSULTANT. Copies ofthe original supporting documents shall be provided to the AGENCY upon request. All of the above charges must be necessary for the services to be provided under this AGREEMENT. 4. Fixed Fee The fixed fee, which represents the CONSULTANT's profit, is shown in the heading of this AGREEMENT under Fixed Fee. This amount does not include any additional fixed fee which could be autborized from the Management Reserve Fund. This fee is based on the scope of work defined in this AGREEMENT and the estimated man-months required to perform tbe stated scope of work. In the event a supplemental agreement is entered into for additional work by the CONSULTANT, the supplemental agreement may include provisions for the added costs and an appropriate additional fe,.. The fixed fee will be prorated and paid monthly in proportion to the percentage of work completed by the: CONSULTANT and reported in the monthly progress reports accompanying the invoices. Any portion of the fixed fee earned but not previously paid in the progress payments will be covered in the final payment, subject to the provisions of Section IX, Termination of Agreement. 5. 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% oftbe Total Amount Authorized as shown in the heading of this AGREEMENT. The amount included for tbe 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." 6. Maximum Total Amount Payable The maximum total amount payable, by the AGENCY to the CONSULTANT under this AGREEMENT, shall not exceed the amount shown in the heading oftbis AGREEMENT. The Maximum Total Amount Payable is comprised of the Total Amount Authorized, which includes tbe Fixed Fee and tbe Management Reserve Fund. The Maximum Total Amount Payable does not include payment for extra work as stipulated in Section XIV, "Extra Work." ---------- B. Monthly Progress Payments The CONSULTANT may submit invoices to the AGENCY for reimbursement of actual costs plus the calculated overhead and fee not more often tban once per month during the progress ofthe work. Such invoices shall be in a format approved by the AGENCY and accompanied by the monthly progress reports required under Section III, General Requirements, of this AGREEMENT. The invoices will be supported by an itemized listing for each item including direct salary, direct nonsalary, and allowable overhead costs to which will be added tbe prorated Fixed Fee. To provide a means ofverirying tbe invoiced salary costs for CONSULTANT employees, the AGENCY may conduct employee interviews. These intelviews may consist of recording the names, titles, and present duties of those employees performing work on the PROJECT at the time of the interview. C. 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 tbe completion of the work under this AGREEMENT, contingent upon receipt of all PS&E, plans, maps, notes, reports, and otber related documents which are required to be furnished under tbis AGREEMENT. Acceptance of such final payment by the CONSULTANT shall constitute a release of all claims for payment which the CONSULTANT may have against tbe AGENCY unless such claims are specifically reserved in writing and transmittt,d to tbe 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 witb respect to such claims. The payment of any billing will not constitute agreement as to the appropriateness of any item and that at the time of final audit, all required adjustments will be made and reflected in a final payment. In tbe event that such final audit reveals an overpayment to th,e CONSULTANT, the CONSULTANT will refund such overpayment to the AGENCY witbin ninety (90) days of notice of the overpayment. Such refund shall not constitute a waiver by tbe CONSULTANT for any claims relating to the validity of a finding by the AGENCY of overpayment. D. Inspection of Cost Records The CONSULTANT and the subconsultants shall keep available for inspection by representatives of the AGENCY and the United States, for a period of three years after final payment, the cost re,:ords and accounts pertaining to this AGREEMENT and all items related to or bearing upon these records with the following exception: if any litigation, claim, or audit arising out of, in connection witb, or related to this contract is initiated before the expiration of the three-year period, tbe cost records and accounts shall be retained until such litigation, claim, or audit involving the records is completed. 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 pelformed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. The CONSULTANT shall conform with all applicable portions of 48 CFR 31. I. Hourly Rates The CONSULTANT shall be paid by tbe AGENCY for work done, based upon the negotia,ted 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 oftbe previous period, the rates listed in this AGREEMENT or subsequent written autborization(s) from tbe AGENCY shall be utilized for tbe 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, tbe AGENCY reserves the right to audit for any change in the overhead rate currently in use by the CONSULTANT and modity tbe 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 tbe CONSULTANT. These charges may include, but are not limited to tbe 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 witb the PROJECT, shall be an itemized listing of the charges supported by tbe original bills, invoices, expense accounts, and miscellaneous supporting data retained by tbe 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 tbe flexibility of authorizing additional funds to tbe AGREEMENT for allowable unforese,en costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this AGREEMENT. Such autborization(s) shall be in writing and shall not exceed tbe lesser of $50,000 or 10% oftbe Total Amount Authorized as shown in the heading oftbis AGREEMENT. The amount included for the Management Reserve Fund is shown in the heading of tbis 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 of this 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. Montbly Progress Payments Progress payments may be claimed on a montbly 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 tbose employees performing work on tbe 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 re'~ords 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 tbe 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 tbe 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 iltem 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 tbe 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 ofa finding by the AGENCY of overpayment. ExmBIT D Consultant Fee Determination Summary Sheet PROJECT: Auburn Way South Safety Improvements Amendment - Fourth Leg of "F" Street Signal CLIENT: City of Auburn - - Engr,111 Engr.Tech. CADO "'- ..... T',", PMX# STAFF """- Engineer Word Processing ""''''' ,_ Engineer 214-1931-011 OM "'" """ c.. 0",," "" """ TOTAl Misc. TOTAl TASK $48.37 $44.62 $25.99 $23.02 $21.10 $15.91 $26.00 $39.88 $32.34 HOURS """'" COST So_ 1 Design Revisions (Cost + Fixed Fee) f- - . . .-- Direct Salary Cost DSC 17,341 f-- - .- . - .---- Overhead Rate = 180.00% (Overhead Cost ~ OvertJead Rate x DSC) $13,213 - - Fixed Fee Rate;;; 10.00% Fixed Fee Cost ~ FF rate x (OSC+Overhead Cost)) 12,055 - -.--- Design T otai Cost Design Total Cost = DSC + Overt1ead + Fixed Fee) $22,609 ---. --- - - - Engr.111 Engr.Tech. CADD landsc.,e 50"'" T_ 2 Reviews and Approvals (Negotiated Hourly Rate, 3.08 Multlpli ...... Engineer Word Processing ""- ,_ Engineer -- - OM "'" """ C.. 0",," "" - TOTAl "" TOTAl $148.98 $137.43 $80.05 $70.90 $65.00 $49.00 $80.08 $122.83 $99.61 HOURS """'" COST - A City Reviews and Approvals 12 8 8 8 8 4 4 4 4 60 $174 $6,021 -.- -- -'.- S WSDOT Re~ews and Approvals 12 8 16 12 16 8 24 8 104 $10.196 $16,390 --' - - -- . -- Miscellaneous Expense Breakdo\ Item Number Unit Cost Un. Direct Cost Mar1l:up% Mileage 200 , $0.365 mile $73.00 - NlA i - Misc.- Postage. Shipping. etc. NlA NlA $101.00 .. -.-.- $39,000 Approved B~ ~ þg.. (Office Manager AWS 4th leg of F Street Intersection FINAL xis (Project Manager) 2004 Prepared B' 18, March EXHIBIT E This page intentionally left blank. Supplemental Agreement #7, AG-C-161 - ____ __ __ __n_ _.___..____.__ . "----- ..-..-...-- , * WASHINGTON Supplemental Agreement #-!.... Organization and Address Parametrix PO Box 460 Sumner W A 98390 Phone (253) 863-5128 Federal Aid Number STPH-ol64(Oll) New Maximum Amount Payable $348,889.81 Agreement Number AG-C-161 Project Number ClO14 Project Title Auburn Wa South Safet 1m rovements 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 . 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 bv a~reement clated on the 6th dav of Auaust 2002. and amended bv aareement dated on the 10th day of Declember 2002. and amended bv aareement dated on the 7th dav of ADriJ 2003. and amended bv aareement on 15th day of May 2003. and amended by aareement dated on the 16th day of December 2003, and amended by aareement on the 4th day of February 2004. and amended bv a~reement on the 10th dav of Mav 2004 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 Droiect 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 December 31. 2005. III Section V, PAYMENT, shall be amended as follows: The CONSULTANT shall be Daid by the AGENCY for work rendered and comDleted under this SUPPLEMENTAL AGREEMENT as provided in Exhibit "C-2" of the oriainal aareement. The total amount payable under this SUPPLEMENTAL AGREEMENT is $4.606.00 as identified in Exhibit "D" of this SUPPLEMENTAL AGREEMENT. Bv this reference all exhibits are made part of this SUPPLEMENTAL AGREEMENT. The total value of the contract is increased to a new maximum amount Davable of $:348.889.81. Page 1 of 2 Supplemental Agreement #8, AG-C-161 "____··_____.··__n..- If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. Executed on (- l'3 -0$ ~ Consultant Signature Page 2 of 2 ---- . ~ Supplemental Agreement #13, AG-C-161 ~ EXHIBIT B - SCOPE OF WORK Supplement #8 ALTERING 4TH SIGNAL LEG AT AUBURN WAY SOUTH AND "F" STREET SE INTERSECTION INTRODUCTION Amendment #7 was authorized to revise the original three-legged signal at F-Street and Auburn Way Soutb (A WS) and add a fourth leg to the signal. The fourth leg was assumed to require a new left turn pocket on A WS, a widened curb line along the northern curb of A WS, median extensions, and other signal modifications. It also included the design of a driveway entry into private property. This driveway entry, as well as operation and maintenance of tbe signal, was to be allowed through a private easement granted by the property owner. Barring approval of the easement, the City wishes to relocate all signal equipment located in private property back into public right- of-way. This also requires the new driveway entry be removed from the design and the existing sidewalks and driveways maintained in tbeir current locations. All otber aspects of the four-legged signal design will remain as described, but the signal will function as a tbree-Iegged design until such time tbat the easements are acquired and the proposed driveway is constructed. DESIGN REVISIONS It will be necessary to make the following revisions to the completed design: I. Relocate mast arm poles 2 and 3 into the right-of-way but in the back of the sidewalk. Ensure that tbe proposed driveway, as currently shown on tbe design, can be retrofitted at the intersection at a later date. Remove pole-mounted pedestrian buttons and pedestrian signals from tbe poles. 2. Add a new pedestrian pole with pedestrian signal and pushbutton to control pedestrian traffic across the west approach. 3. Relocate junction boxes and conduit on the south side of A WS within the existing right-of-way. 4. Revise all other design elements to reflect a continuous curb geometry, as currently existing in the field, along the south side of A WS near F-Street SE. WORK TASKS The following tasks will be performed to revise the current plans, specifications, and cost estimates to accommodate the new or revised improvements noted above. Exhibit B, page I of3 AG-C-161, Supplement #8 - - .------- A. Project Coordination - Perform contract coordination and overall supervision of engineering team. B. Channelization Plans - Modify channelization plans to remove the crosswalk across the south approach and any turn buttons into the private property. Maintain all other channelization markers, including the left-turn lane into the private property. Relocate signs 8 and 9 into public right-of-way. Delete any driveway removals or closures along the soutbern curb near this intersection. C. Curb Alignment Plans - Remove any new curb alignments along the south curb. Delete any driveway removals or closures along the southern curb near this intersection. D. Demolition Plans - Modify the Demolition Plans to reflect revised areas of required demolition. E. SignalÆlectrical Plans -Revise the Electrical Plans and construction notes as required to accommodate the design revisions. In general, the equipment schedule, conduit/wire schedule, junction box schedule, loop schedule, etc. will not require significant modification since most if not all elements of the currently proposed four-legged signal will remain. F. Specifications - Update any specifications sections, if necessary to accommodate the revisions, from Divisions 2 through 9. G. Update Cost Estimate - Update the quantities of construction bid items, if necessary, and update the engineer's estimate for the project. DELIVERABLES · 8 copies of electronic and/or paper half-size (11" x 17") plans ONLY at the F- Street SE and A WS intersection (Demolition, Channelization, SignalÆle,~trical, and Curb Alignments) for review and comment by the City. ASSUMPTIONS · No special coordination witb WSDOT will be required, i.e. channelization approvals. · No additional surveying or electronic base map updates will be required. · Final design documents will be produced as described in Supplement 4 of the Original Agreement. · In tbe event the driveway is constructed, the additional pedestrian pole located in the southwest corner will have to be relocated to control pedestrian traffic across Exhibit B. page 2 of 3 AG-C-161, Supplement #8 the west and south approaches. An additional pedestrian pole would be installed in tbe southeast comer to also control pedestrian traffic across the south approach. These minor modifications will require some slight modifications to the design. · The mast arm pole and associated signal equipment in the northeast corner of the intersection will be remain with this signal revision. · Video detection for tbe soutb approach, even if unused for the meantime, will remain with this signal revision. · Specification Divisions 0 and 1 will be modified by the City. Exhibit B, page 3 of 3 AG-C-161, Supplement #8 EXlßBIT D Consultant Fee Determination Summary Sheet PROJECT: Auburn Way South Safety Improvements Amendment - Altering Fourth Signal Leg at Auburn Way South and F Street SE CLIENT: STAFf --,. -..... Engr.TEdI. -- PMX# 214-1931-011 "'" "" om. TOTAL TOTAL TASK Billing Rates at 3.08 Multiplier $154.65 $141.56 "'" $49.00 HOIJ!IS COST 0rIwIng I A Project Coordination 2 1 3 $358 B Dra..ng Index 81 M 0.5 $38 C Demolition Plan DM4 1 I 2 $217 D Storm Drain Plan S04 1 1 $75 E CharmelizationPlan CH4 1 2 3 $292 F Sign Schedule CH6 05 0.5 $38 G Curb Alignment Plan CAJ (Remove) H Sign. Plan, Phase Diagram E3 6 6 12 $1,300 I ConsIruction Notes. Sigl. P~e Equp. Schad. E5 3 2 5 $575 J Col'IduitIWire Schedule, JB Schedule E6 2 2 4 $433 K Pole Wiring DiagITllT'O E7.E8 2 2 4 $433 L Signal Standard Detail Sheet E10 2 2 4 $433 M Irrigation Plan LS2 0.5 0.5 $38 N l.andscapePlan lSS 0.5 0.5 $38 0 R.... Cost EstimalelProposaJ FoIm 1 2 1 . $341 Labor Subtotal at Current Salary_ 2 18 22 2 .. $4,606 In-House Expense Item "- UnaCelt Una .....CeIt -" Mileage $0.365 mile Photocopies $0.10 sheet Check prints $1.00 sheet Final Plots $20.00 sheet Misc.· Postage, Shipping, etc. I , I I I I I I - Supplement.! City of Auburn 'A''3./ b· '7 ". Agreement Number AG-C-161 Project Number CI014 Project ToUe Auburn Wa Soutb Safe Description of Work Planning, pre-design, el1vironrnental documentation and final design related to safety improvements on SR-164 (Aubum Way South) between SR-18 and 'M' Street. Anticipated jm rovements include re-channelization, a new traffic si nal, and widen in . rovements OrganlzaUon and Address Parametrix PO Box 460 Sumner W A 98390 Phone 253 863-5128 Federal Aid Number STPH-OI64 011 , New Maximum Amount Payable $355,609.81 Supplemental Agreement # 9 The Local Agency of the City of Auburn desires to supplement the agreement enterBd intowlth , Parametrix. Inc. and executed on February 19. 2002 and amended by aareement dated;onthe' 6th dav ofAuaust 2002. and amended by aareement dated on the 10th dav of DecelmliJer.2002,-,c' and amended bv aareement dated on the 7th dav of April 2003. and amended by aoreement on' 15th davof May 2003. and amended bv aareement dated on the 16th day of Decenlber2003;,: and amended by aareement on the 4th day of February 2004. and amended by aan!ement on";",,, " the 10th day of May 2004. and amended bv aareement on the 13th dav of January :2005. and " , identified as Agreement No. AG-C-161. .r . " All provisions in the basic agreement remain in effect except as expressly modified I)y 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 Droiect level effort for this SUPPLEMENTAL AGREEMENT is identified in Exhibit "B" attached hereto. and by this reference made a Dart 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 Daid by the AGENCY for work rendered and comDleted under this SUPPLEMENTAL AGREEMENT as brovided in Exhibit "C-2" of the orioinal aareemEmt. The total amount Dayable under this SUPPLEMENTAL AGREEMENT is $6.720.00 as idEmtified in Exhibit "D" of this SUPPLEMENTAL AGREEMENT. Bv this reference all exhibits arE! made Dart of this SUPPLEMENTAL AGREEMENT. The total value of the contract is increased to a new maximum amount Davable of $355.609.81. There is no chanae to the Manaaement Reserye Funds. Page 1 of 2 Supplernental Agreement #9, AG-C-161 ----- -....-.-----.-.--...-- --------.._,._'~._._._..__.____.___._._. .._..m__..'_ '_____ ___ , If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below ¡;¡nd return to this office for final action. JUN 3 0 2005 Executed on -) ~~Œc Consultant Signature ----- c-~ - Approving Authority Signature .þ/ .;. '.,·,C," -." .. Page 2 of 2 Supplemental Agreement #91, 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 for submittal to the state. It also includes some modifications to the signal equipm€il1t such that the signal can operate as athree-Iegged 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 ±rom the Auburn Way South Safety Improvement plans and specifications. The supplement also updates references to City Standards and other technical aspects of the work that have been changed since the design was nearly completed a year ago. Work Tasks The following tasks will be perfonnedto update the Contract Documents as not,~d above. A. Project Coordination - Perform contract coordination and overall supervision of engineering team. B. WSDOT Channelization Plan ModificationslResubmittal - Coordinate witb 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 items modified with the channelization plan and ITS system and revise the unit price items with more current information based on other recently advertised city projects. D. Removal ofITS system ±rom 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 GSP'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 1 of2 AG-C-161, Supplement 9 .~-----~-.-.._.--------...--..- · F. Quality Control, Final Cleanup, Publishing of Final Contract Document Review Set - Perform review and printing of the final review set. De/iverables: · 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 " " ! I iQ êi II 'é .. E :: :e æ J9 i I c .a .. E ~ 0 ~ 'C IL U î :!! 0 õi f š t/ ¡;¡ 5 c ::J ¡¡: 0 . t/ ... ~ - c .. E E .. ::J -a. ... ... ::J ::J « t/ ~ w ~ IL i Ii w ::¡ u n Uî â ~ U¥ I!! ~ ¡;¡ ;I - ~ i ~ '" . '" g <0 ¡ ~ ::; If .. ~ '" ::! f i '" I ~ - N ::! ~ I ~ S a - o ~ . " I, i <! I : .... ~ '" ¡:¡ t f ! ! ! g - Hi . " . ~ r ~ " 8 8 ! N _ -' !'I a a '" '" If ~ ! N - I r ::! J ~ ií i i t { .. i J ~ õ. j -B. .. " " .~ , ~ í I ~ '" ;§ ! !! .. i!. ~ .; ~ .š ê f ~ 16 8: j J JJ ! j ;Z :2 '" ~ ~ ~ 1! £ f ~ ! I ê f H j if ~ .. I 5. ¡¡¡ 8 j 11 i f I ~ ~ .~ ~ J'. ~ ~ ~ Ii It :¡ .. ii ~ < "' u c w u. .iI ~ i ~ ~ E :s ... ::J « 'õ ~ u ~ .