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