Loading...
HomeMy WebLinkAboutKPFF Consulting Engineers AG-C-402 2011 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-402 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in, King County, Washington, hereinafter referred to as "CITY," and KPFF Consulting Engineers, a corporation, whose address is 1601 Fifth Avenue, Suite 1600, Seattle, WA 98101, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31St, 2011, 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 an act of God or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION The total compensation for this Agreement shall not exceed $59,671.61, which includes a Management Reserve Fund amount of $5,000. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement for Professional Services AG-C-402 Page 1 of 11 Agreement. Paid per rates are attached in the fee schedule as shown on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit C, at the actual cost to the CONSULTANT. Exhibit C is attached hereto and by this reference made a part of this Agreement. These charges may include, but are not limited to the following items: outside. reproduction fees, courier fees, subconsultant fees, and materials and supplies. The billing for non-salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4. 4. MANAGEMENT RESERVE FUND The CITY may establish a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization (s) shall be in writing, prior to the CONSULTANT expending any effort on such services, and shall not exceed $5,000. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. Agreement for Professional Services AG-C-402 Page 2 of 11 5. SUBCONTRACTING The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY. No permission for subcontracting shall create, between the CITY and subcontractor, any 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 outlined in Section 3. All subcontracts exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any 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 herein, neither the CITY'S review, approval or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. Agreement for Professional Services AG-C-402 Page 3 of 11 7. INDEMNIFICATIONMOLD HARMLESS The CONSULTANT shall defend, indemnify and hold,the CITY, its officers, officials, volunteers, and employees. harmless from any and all claims, injuries, damages,, losses, or suits,. including attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the,, CONSULTANT in.performance of this Agreement. 8. INDEPENDENT CONTRACTOR/ASSIGNMENT The, parties, agree and, understand that the -CONSULTANT is an independent contractor,and not the agent or employee of the CITY and,that no Iiability,shall, attach to the CITY by reason of entering into.this Agreement except as,otherwise,provided herein. The parties agree that this Agreement. may, not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE CONSULTANT shall procure and maintain for the duration of this Agreement,. insurance against claims.for injuries to persons or damage to property-which may arise from or in connection: with the performance of the,work hereunder by the CONSULTANT, its. agents, representatives, or employees. CONS,ULTANT'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 a -law or in equity. CONSULTANT shall obtain insurance of the types; and in the amounts described below: a. ;Automobile Liability insurance covering all-owned,,non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury, and property damage of $1,000,000 per accident. Coverage shall. be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing Agreement for Professional Services AG-C-402 Page 4 of 11 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 named as an insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY. Any insurance, self insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by certified mail, return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A-:VII. Agreement for Professional Services AG-C-402 Page 5 of 11 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 reservesahe right to require that complete, certified copies-of all required insurance. policies be submitted.to the CITY at anytime. The, CITY will pay no progress payments under. Section 3 until the CONSULTANT has fully complied. with this, section. 10, NONDISCRIMINATION The CONSULTANT may not discriminate regarding anyservices or activities to which this Agreement may apply directly or through. contractual, hiring, or other arrangements.on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap..,. 11. 'OWNERSHIP- OF, RECORDS AND DOCUMENTS The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates; summaries, and such other information and materials; as the CONSULTANT may have accumulated,; prepared or obtained as part of providing. services under the terms: of this, Agreement by the CONSULTANT,, shall belong,.to and shall remain the property of1he 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 o ,six (6) years following the date that this Agreement is expired or otherwise terminated- The CONSULTANT further,agrees that the CITY may; inspect'anyand all documents held by the CONSULTANT and relating to this Agreement upon good,cause at any reasonable time within the six (6) year period: The CONSULTANT also agrees#o provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and-items Agreement for Professional Services AG-C-402 Page 6 of 11 specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. 12. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (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 this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)' of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Agreement for Professional Services AG-C-402 Page 7 of 11 13. TERMINATION,OF- AGREEMENT This Agreement may be terminated by either party upon twenty: (20) days written notice to the other party,-and ;based, upon any.cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the-CONSULTANT shall be paid, by the CITY for services performed to the date, of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to.the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and, materials as. the CONSULTANT may have accumulated,, prepared or. obtained in performing this Agreement, whether completed or-in process. 14. GENERAL PROVISIONS 14.1. This Agreement shall,be governed by the:laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where.; applicable, Federal laws. 14.2. All claims, disputes and other matters in question, arising. out of, or relating to, this Agreement or the breach hereof; except•with respect.to claims, which have been waived, will be decided by a court of competent jurisdictionin King:County, Washington. Pending final decision of a dispute hereunder, the.CONSULTANT:and the CITY shall proceed diligently with the performance. of the .services and-obligations herein. 14.3. In the event that any dispute or conflict arises.between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make .a,good faith effort to cooperate and continue work toward successful completion of assigned;duties and responsibilities. Agreement for Professional Services AG-C-402 Page 8 of 11 14.4. The CITY and the CONSULTANTrespectively bind themselves, their partners, successors;-assigns; and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 14.5. This Agreement represents the entire and integrated'Agreement between the CITY and`-the` CONSULTANT-and` supersedes all prior negotiations, representations or agreements either oral, or written.: This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. -14.6. Should it become necessary to enforce any term or obligation of this fees and Agreement; then=all costs of enforcement-in cludin g r easonable attorneys expenses and court costs shall be paid to`the substantially prevailing party. 14.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9. This Agreement shall be administered by Anne Streufert 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 KPFF Consulting Engineers Attn: Seth Wickstrom Attn: Anne Streufert 25 W Main Street 1601 Fifth Avenue, Suite 1600 Auburn WA 98001 Seattle, WA 98101 Phone: 253.804.5086 Phone: 206.926.0496 Fax: 253. 931-3053 Fax: 206.622.8130 E-mail: swickstrom@auburnwa.gov E-mail: anne.streufert@kpff.com 14.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the Agreement for Professional Services AG-C-402 Page 9 of 11 address for the party set forth in 14.9 or if to such other person designated by a party to receive such notice. It is provided., however, that mailing. such, notices or communications by certified mail, return receipt,requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, ,or. its address by giving notice in. writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 14.11. This Agreement may be executed in multiple counterparts,, each of which shall be one and the same Agreement and shall become.effective when one or;more counterparts. have been signed by each of the parties and delivered to the other party. Agreement for Professional Services AG-C-402 Page 10 of 11 ,CITY u Peter B. Lewis, Mayor Date .nano Q 2011 ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: aniel B. City Attorne',,~ KPFE Co suiting Engineers BY: bJE ;.Title: ASSOCIVy , , Federal Tax ID # 9':~'" o X55 $9 Agreement for Professional Services AG-C-402 Page 11 of 11 EXHIBIT A SCOPE OF WORK During the term of this AGREEMENT, KPFF Consulting Engineers (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the following project: Bridge Load Rating Project Project CP1008 1. PROJECT DESCRIPTION This scope of work is for the bridge load rating analysis and reports for the following bridges: a. Bridge No. Auburn 14, 3`d Street SW Bridge Crossing A Street SW - Single-span cast-in-place (CIP) concrete slab, approximately 69 feet long - Variable width deck:.slab, approximately 64 feet wide Variable;'; depth CIP concrete deck (3 foot-3 inch thick at piers, 1 foot-9 inches 6vte-hte-rlirie'of'span) Integral abutrnent-(superstructure rigidly attached to abutment walls and pile supported footing) - Bridge designed in 2000 b. Bridge No. Auburn 13, 3rd Street SW Bridge crossing the BNSF Railroad - Single span, approximately 122 feet long - 18 W58G precast prestressed concrete girders (variable spacing) - 7 1/2 inch thick CIP concrete slab deck - Elastomeric bearing pads at abutments - Bridge designed in 1999 Exhibit A Agreement No. AG-C-402 Page 1 of 6 c. Bridge No. Auburn 12, 3rd Street SW Bridge to Southbound C Street SW - Single curved span, approximately 141 feet long - Five steel plate girders with steel cross frames - 8 1/2 inch thick CIP concrete slab deck, roadway is 44 feet wide - Elastomeric bearing pads at abutments - Bridge designed in 1999 d. Bridge No. Auburn 11, 3rd Street SW Bridge to Northbound C Street SW - Single-span curved CIP concrete slab, approximately 80 feet long - Variable width deck slab - Integral abutment (superstructure rigidly attached to abutment walls and pile supported footing) - Variable depth CIP concrete deck (5 foot thick at piers, 3 foot at centerline of span) - Bridge designed in 2000 e. Bridge No. Auburn 18, Lake Tapps Parkway Bridge crossing East Valley Highway - Four curved spans at 112 feet long each - 11 W74G precast prestressed concrete girders (variable spacing) 7 1/2 inch CIP concrete slab deck - CIP concrete cap beams at intermediate piers - Elastomeric bearing pads at abutments - Bridge designed in 2002 Exhibit A Agreement No. AG-C-402 Page 2 of 6 2.-SCOPE OF:WORK FOR==TASK NO.:1,- PROJECT MANAGEMENT AND MEETINGS , Task No. 1.01 Contract, Progress Reports and Invoices KPFF will work.with the.City,to prepare the,contract documents, based on a City provided format. An invoice and progress report will be compiled on a monthly: basis and submitted to the City. The progress, report will describe the -work represented ,by the costs being submitted in the invoice. Task No. 1.02 Meetings Two meetings are assumed.:for this scope of .work:, one prior to the beginning of analysis to establish the expectations and needs of the City, and one after delivery of the draft report to discuss comments on the draft, report. Task No. 1.03 Coordination with the City of Auburn KPFF will perform general coordination with the City. Deliverables Monthly progress reports and invoices (Assume four) 3. SCOPE OF WORK FOR TASK NO.-2 -BRIDGE LOAD RATING:SERVICES Task No. 2.01 Review of Existing Bridge Documentation KPFF Engineers will review the, following information: - As-Built Plans - Repair Plans - Inspection Reports - Average Daily Traffic/Truck Traffic - Common Overloads on Bridge - Previous Load Rating Analysis if available Exhibit A Agreement No. AG-C-402 Page 3 of 6 Based on the results of the documents above, KPFF will: - Determine the appropriate rating method/process from the WDSOT BDM and the AASHTO MBE - Identify parts of bridge to be rated - Identify appropriate analysis software - Conduct a site visit, if necessary, to gather additional information Task No. 2.02 Load Rating Analysis The load rating of each of the bridges will be performed in accordance with Chapter 13 of the Washington State Department of Transportation (WDDOT) Bridge Design Manual (BDM) and the American Association of State Highway and Transportation Officials (AASHTO) Manual for Bridge Evaluation (MBE), 2010. Steps in the rating analysis include: - Structural modeling and analysis to determine loading on the bridge members to be rated - Determination of the resistance/capacity of the members to be rated - Determination of the rating factors - Analysis review / Internal KPFF quality control (QC) If a rating factor below 1.0 is calculated, KPFF will inform the City of Auburn prior to completion of the load rating report. Task No. 2.03 Draft Load Rating Reports A single load rating report will be prepared and submitted to the City for review and comment. After receiving comments on the content and formatting of the first report, draft reports will be prepared and submitted for each of the four remaining bridges, Format and content of the 4 reports will follow the agreed upon format following City review. Draft rating reports will consist of: Exhibit A Agreement No. AG-C-402 Page 4 of 6 - Rating summary sheet stamped and signed by a structural engineer that is licensed in the State of Washington - A brief report describing the bridge, the rating analysis and any anomalies in the ratings Task No. 2.04 Final Load Rating Reports Comments from the City on the draft reports will be incorporated into the final reports. In addition to the information included in the draft report, the final report will include the following information: - Copy of as-built bridge plans, including repair plans, if applicable - A hardcopy of the computer files and any other calculations - One compact disk that contains the final versions of the computer files and other calculations Deliverables For each of the five bridges, the following will be provided to the City: - Draft Load Rating Report; PDF version and one bound 8 1/2 x 11 hardcopy of report - Final Load Rating Report; PDF version and one bound 8 1/2 X 11 hardcopy of report and backup calculations - Rating Values for Inspection Report and Washington State Bridge Inventory System (WSBIS) form - Recommended Load Posting Details, if required ASSUMPTIONS - The City of Auburn will provide the following information to KPFF: ■ As-Built Plans ■ Repair Plans Exhibit A Agreement No. AG-C-402 Page 5 of 6 ■ Most recent Inspection Report from bridge file ■ Average Daily Traffic/Truck Traffic values ■ Common Overloads on Bridge, if applicable ■ Previous Load Rating Analysis if available - All work will comply with AASHTO, City of Auburn, and WSDOT guidelines Exhibit A Agreement No. AG-C-402 Page 6 of 6 ; EXHIBIT.B FEE SCHEDULE Project: CP1008 - Bridge Load Rating Project Client: City of Auburn DIRECT SALARY COST (DSC): Only key staff are shown and other staff may work on and charge to the project as needed by the project manager. Classification Hours X Rate Cost KPFF Consulting Engineers 1 Principle 16 62.50 $1,000.00 2. Project Manager 70 51.63 $3,614.10 3. Senior Engineer 40 40.39 $1,615.60 4. Design Engineer 454 33.18 $15,063.72 6. Project Admin 14 24.52 $343.28 SUBTOTAL - DSC 594 $21,636.70 OVERHEAD (OH) COST (Including Salary Additives) OH Rate X DSC or 125.68% X $21,636.70 $27,193.00 FIXED FEE (FF) (As a Percent of Direct Labor): FF Rate= 27% X ( $21,636.70 ) $5,841.91 GRAND TOTAL - ESTIMATED FEE $54,671.61 Exhibit B Agreement No. AG-C-402 Page 1 of 1 s EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at $0.51/mile or the current approved IRS rate Exhibit C Agreement No. AG-C-402 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 fundingstatus. " • 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 151n • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-402 Page 1 of 2 SAMPLE INVOICE City of Auburn Invoice 5222 25 West Main Progress Payment 2 Auburn WA 98001 Invoice Date: February 10, 2008 Attn: Scott Nutter, Project Engineer Project Name: Thomas Nelson Farm Agency Agreement AG-C-010 Project PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourly Rate 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 $ 749.00 Expenses see attached documentation Charges Multiplier 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 _ $ 72.49 Consultant Total: $ 821.49 SUB CONSULTANTS (see attached documentation) Subconsultant Hours Hourly Rate Amount ABC Environmental, Inc., Civil Engineer 10 100.00. $ 1,000.00 Electrical Consulting, Electrical Engineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,000.00 Moving Company, Moving Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal `x 1.1 Multi `tier $ 2,860.00 Subconsultant Total: $ 2,860,00 - TOTAL DUE THIS INVOICE $ 3,681.49 CONTRACT BREAKDOWN Amount Total Invoiced % % Amount Task Authorized Prior Invoiced This Invoice To Date Expended Completed Remaining Original Contract $ 22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF" 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 $ 1,025:00 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note: MRF=Management Reserve Fund " Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-402 Page 2 of 2 ASVo , AMENDMENT #1 TO AGREEMENT NO. AG-C-402 BETWEEN THE CITY OF AUBURN AND KPFF Consulting Engineers RELATING TO PROJECT NO. CP1008, Bridge Load Rating Project THIS AMENDMENT is made and entered into this Lday of e 2011 by and between the CITY OF AUBURN, a municipal corporation of the State Washington (hereinafter referred to as the 'CITY"), and KPFF Consulting Engineers (hereinafter referred to as the 'CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C- 402 executed on the 8th day of March 2011 The changes to the agreement are described as follows: 1 CONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK. The scope of work is amended to include the following tasks: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $43,099.78. The amount of the Management Reserve Fund is reduced to $0. The total contract amount is increased to a $97 771.39. See Exhibit B, which is attached hereto and by this reference made part of this Amendment. REMAINING TERMS UNCHANGED. That all other provisions of the Agreement between the parties for AG-C-402 executed on the 8th day of March 2011 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. KPFF Consulting Engineers — n t---- � By I A deal A A • ed signature a,a 3ieri:O a.... Peter :. Lewis, Mayor ATTEST (Optional): ATTEST p By /� � la-�N[--/ Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appro -. _as t: • m: 0/ e In Attorney for (Other Party) Daniel B. Held, Auburn City Attorney Amendment No. 1 for Agreement No. AG-C-402 KPFF Consulting Engineers Page 1 of 7 EXHIBIT A SCOPE OF WORK FOR AMENDMENT NO 1 During the term of this AGREEMENT KPFF Consulting Engineers (CONSULTANT) shall perform professional services for the City of Auburn (CITY) in connection with the following project: Bridge Load Rating Project Project CP1008 1 PROJECT DESCRIPTION This scope of work is for the bridge load rating analysis and reports for the following bridges: a. Bridge No. Auburn 16, South 277th Street Bridge Crossing the BNSF Railroad Three-spans, approximately 142 feet long (total) 14 W53DG precast prestressed concrete girders Concrete cap beams at intermediate piers Cantilever abutments Bridge designed in 2001 b. Bridge No Auburn 15, South 277th Street Bridge Crossing the Union Pacific Railroad Four-spans, approximately 272 feet long (total) 11 W53DG precast prestressed concrete girders Concrete cap beams at intermediate piers Cantilever abutments Bridge designed in 2002 Amendment No. 1-for Agreement No. AG-C-402 KPFF Consulting Engineers Page 2 of 7 r c. Bridge No. Auburn 10, Eastbound 15th Street SW Bridge Four-spans, approximately 477 feet long (total) Three curved composite steel plate girders with steel cross frames 8-inch CIP concrete deck Fabric bearing pads at abutments, spherical bearing units at intermediate piers Bridge designed in 1994 d. Bridge No. Auburn 17 A Street SE Bridge Over the Stuck River Two spans, approximately 290 feet long (total) Precast prestressed concrete girder end block at each pier Girders pinned at abutments, continuous across intermediate pier Concrete end diaphragms at Abutments, concrete cap beam at intermediate pier Bridge built in 1991 2. 'SCOPE OF WORK FOR TASK NO. 1 PROJECT.MANAGEMENT AND MEETINGS Task No. 1.01 Contract, Progress Reports and Invoices KPFF will work with the City to prepare the contract documents based on a City provided format. An invoice and progress report will be compiled on a monthly basis and submitted to the City The progress report will.describe the work represented by the costs being submitted in the invoice Task No. 1.02 Meetings One meeting is'assumed for this scope of work: to discuss finding after analysis is complete and prior to delivery of reports. Amendment No. 1 for.Agreement No. AG-C-402 KPFF Consulting Engineers Page 3 of 7 Task No. 1.03 Coordination with the City of Auburn KPFF will perform general coordination with the City Deliverables Monthly progress reports and invoices (Assume four) 3. SCOPE OF WORK FOR TASK NO. 2 — BRIDGE LOAD RATING SERVICES Task No. 2.01 Review of Existing Bridge Documentation KPFF Engineers will review the following information: As-Built Plans Repair Plans Inspection Reports Average Daily Traffic/Truck Traffic Common Overloads on Bridge Previous Load Rating Analysis if available Based on the results of the documents above, KPFF will: Determine the appropriate rating method/process'from the WDSOT BDM and the AASHTO MBE Identify parts of bridge to be rated Identify appropriate analysis software Conduct a site visit, if necessary to gather additional information Task No. 2.02 Load Rating Analysis The load rating of each of the bridges will be performed in accordance with Chapter 13 of the Washington State Department of Transportation (WSDOT,) Bridge Design Manual (BDM) and the American Association of State Highway and Transportation Officials (AASHTO) Manual for Bridge Evaluation (MBE), 2010: Steps in the rating analysis include: Amendment No. 1 for Agreement No. AG-C-402 KPFF Consulting Engineers Page 4 of 7 Structural modeling and analysis to determine loading on the bridge members to be rated Determination of the resistance/capacity of the members to be rated Determination of the rating factors Analysis review/ Internal KPFF quality control (QC) If a rating factor below 1.0 is calculated, KPFF will inform the City of Auburn prior to completion of the load rating report. Task No. 2.03 Draft Load Rating Reports No draft load rating reports will be provided to the City for the above referenced bridges. Report format and attachments to be provided will follow the same guidelines used for previous load rating reports provided to the City of Auburn by KPFF Task No. 2.04 Final Load Rating Reports The final report will include the following information. Rating summary sheet stamped and signed by structural engineer that is licensed in the State of Washington A brief report describing the bridge, the rating analysis and any anomalies in the ratings Copy of as-built bridge plans, including repair plans, if applicable A hardcopy of the computer files and any other calculations One compact disk that contains the final versions of the computer files and other calculations Deliverables For each of the five bridges, the following will be provided to the City Final Load Rating Report; PDF version and one bound 8 1/2 x 11 hardcopy of report and backup calculations Amendment No. 1 for Agreement No.AG-C-402 KPFF Consulting Engineers Page 5 of 7 Rating Values for Inspection Report and Washington State Bridge Inventory System (WSBIS) form Recommended Load Posting Details, if required ASSUMPTIONS The City of Auburn will provide the following information to KPFF As-Built Plans Repair Plans • Most recent Inspection Report from bridge file • Average Daily Traffic/Truck Traffic values Common Overloads oh Bridge, if applicable • Previous Load Rating Analysis if available All work will comply with AASHTO City of Auburn, and WSDOT guidelines Amendment No. 1 for Agreement No. AG-C-402 KPFF Consulting Engineers Page 6 of 7 EXHIBIT B FEE SCHEDULE FOR AMENDMENT NO. 1 Project: CP1008 Bridge Load Rating Project Client: City of Auburn DIRECT SALARY COST(DSC): Only key staff are shown and other staff may work on and charge to the project as needed by the project manager Classification Hours X Rate Cost KPFF Consulting Engineers 1 Principle 10 62.50 $625.00 2. Project Manager 54 51.63 $2,788.02 3. Senior Engineer 36 40.39 $1 454.04 4 Design Engineer 360 33.18 $11,944.80 6. Project Admin 10 24.52 $245.20 SUBTOTAL DSC 470 $17,057.06 OVERHEAD (OH)COST(Including Salary Additives) OH Rate X DSC or 125.68% X $17,057.06 $21 437.31 FIXED FEE (FF)(As a Percent of Direct Labor): FF Rate= 27% X ( $17,057.06) $4,605.41 GRAND TOTAL ESTIMATED FEE $43,099.78 Amendment No. 1 for Agreement No. AG-C-402 KPFF Consulting Engineers Page 7 of 7