Loading...
HomeMy WebLinkAboutAG-C-516 with KPFF Consulting Engineers - Bridge Load Rating Analysis and ReportsF -AGREEMENT O. PROFESSIONAL SERVICES THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Washington Municipal Corporation ("CITY") and KPFF Consulting Engineers, a Washington Corporation whose address is 1601 5t" Ave, Suite 1600, Seattle WA 98101, ("CONSULTANT.") In consideration of the covenants and conditions of this Agreement, the parties agree as follows: 1. SCOPE OF WORK. See Exhibit A. 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 11/30/2019 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by conditions beyond the control of the CONSULTANT. A supplemental Agreement to extend the established completion time must be signed before original completion date. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $ 76,286.81 which includes a Management Reserve Fund amount of $ 10,000 . Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21, 2019 Page 1 of 11 of this Agreement. Invoices will be paid based on the rates in the attached fee schedule (Exhibit B) . The CONSULTANT shall be paid by the CITY for direct non -salary costs, per attached Exhibit C, at the actual cost to the CONSULTANT.. 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 costs that are directly identifiable to the project, shall be submitted as an itemized listing of charges. Copies of the original supporting documents shall be supplied to the CITY upon request. If services are required beyond those specified in the Scope of Work, work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4. 4. MANAGEMENT RESERVE FUND. The Management Reserve Fund established in Section 3 of this Agreement, if any, has been established 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 authorizations) shall be in writing, prior to the CONSULTANT expending any effort on such services and shall not exceed the amount established in Section 3 of this Agreement. 5. SUBCONTRACTING. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY. No permission for subcontracting shall create, between the CITY and subcontractor, any contract or any other relationship. Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non -salary costs and Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21, 2019 Page 2 of 11 fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT is responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any negligent errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally -accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided in this Agreement, neither the CITY'S review, approval, or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 7. INDEMNIFICATION/HOLD 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 acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the sole negligence of the CITY. Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21, 2019 Page 3 of 11 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the City, its officers, officials, employees, and volunteers, the CONSULTANT's liability, including the duty and cost to defend, under this Agreement shall be only to the extent of the CONSULTANT's negligence. The CONSULTANT specifically and expressly agrees that this indemnification includes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 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 liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided in this Agreement. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE. CONSULTANT shall procure -and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21, 2019 Page 4 of 11 below: CONSULTANT shall obtain insurance of the types and in the amounts described a. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual Liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be included as an additional insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate -limit. Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21, 2019 Page 5 of 11 The insurance policies are to contain, or be endorsed to contain, the following provisions: a. The CONSULTANT'S Automobile Liability and Commercial General Liability insurance coverage shall be primary insurance as respects the CITY. Any insurance, self- insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT shall provide the Public Entity with written notice of any policy cancellation within two business days of their receipt of such notice. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. Failure on the part of the CONSULTANT to maintain the insurance as required shall constitute a material breach of contract. The CITY may, after giving five business days' notice to the CONSULTANT to correct the breach, immediately terminate the contract or, at its discretion, procure or renew insurance and pay any and all premiums for that insurance. If the CONSULTANT does not repay the premiums on request of the Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21, 2019 Page 6 of 11 CITY, the CITY will offset those costs against funds due the CONSULTANT from the CITY. If the CONSULTANT maintains higher insurance limits than the minimums shown above, the CITY shall be insured for the full available Limits of Commercial General and Excess or Umbrella liability maintained by the CONSULTANT, irrespective of whether such limits maintained by the CONSULTANT are greater than those required by this contract or whether any certificate of insurance furnished to the CITY evidences limits of liability lower than those maintained by the Consultant. 10. NONDISCRIMINATION. The CONSULTANT will not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap. 11. OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT shall allow the CITY to inspect all documents held by the CONSULTANT and relating to this Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21, 2019 Page 7 of 11 Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. 12. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS -PRIMARY COVERED TRANSACTIONS. The CONSULTANT certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding the effective date of this Agreement been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding the effective date of this Agreement had one or more public transactions (federal, state, or local) terminated for cause or default. Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21,2019 Page 8 of 11 13. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party on twenty (20) days written notice to the other party. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 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, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. 14.3. If any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21, 2019 Page 9 of 11 14.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 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. All costs of enforcement, including reasonable attorney's fees, 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 consultant representative 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 Attn: Scott Nutter 25 W Main Street Auburn WA 98001 Phone: 253-804-5068 Fax: 253-931-3053 E-mail: snutter@auburnwa.gov KPFF Consulting Engineers Inc. Attn: Aaron Olson 1601 5t" Ave, Suite 1600 Seattle, WA 98101 Phone: 206-622-5822 Fax: 206-622-8130 E-mail: aaron.olson@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 sent by regular United States mail, postage prepaid. Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21, 2019 Page 10 of 11 Any party may change their address by giving notice in writing to any other party. 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. CITY OF AUBURN Nancy Bacu Mayor Date � ' N • �q APPROVED AS TO FORM: Steve Gr ss, City Attorney KPFF CONSUL NG ENGINEERS BY. Federal Tax ID # LlI ' 0X55- 91gj- Agreement for Professional Services AG -C-516 ENG -181, Revised 02/19 June 21, 2019 Page 11 of 11 EXHIBIT A SCOPE OF WORK This scope of work is for the bridge load rating analysis and reports for the following bridges: BRIDGE No. AUBURN 01, RSTREETBR/DGE — S7vcKR/VER CRosslNG • Three -span cast -in-place (CIP), post -tensioned concrete box girder superstructure, approximately 249 feet long and 36 feet wide • Variable depth structure longitudinally • Continuous structure at Piers z and 3. Expansion Joints at Abutments 1 and 4 • Bridge designed in 1.966 BR/DGENa AUBURN 04,1SM STREETNIN • Three -span, Series loo Prestressed, Precast Concrete Girders with CIP concrete deck. The bridge is approximately 228 feet -long and 56 feet -wide. • Expansion joints at all Piers • Bridge designed in 1970 BRIDGENO, AUBURN 05,15"SMEETNW • Three -span, Series 120 Prestressed, Precast Concrete Girders with CIP concrete deck. The bridge is approximately 304 feet -long and 56 feet -wide. • Expansion joints at all Piers • Bridge designed in 3.970 BR/DGENO, AUBURN 10, 3RD EASTBOUND 15W STREETSWBR/DGE • Four -span, approximately 477 feet long (total) Three curved composite steel plate girders with steel cross frames • 8 inch thick CIP concrete slab deck • Fabric bearing pads at abutments, spherical bearing units at intermediate piers • Bridge designed in 1994 BR=ENO AUBURNII, 3RD STREETSW BR/DGE TO NORTHBOUND C STREETSW • Single -span curved CIP concrete slab, approximately 8o 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 BRIDGENO. AUBURNI7, A STREETSEBR/DGE OVER THESwcKR/VER • Two spans, approximately ego feet long (total) • Precast prestressed concrete girders, end blocks at each pier Exhibit A Agreement No. AG -C-516 Page 1 of 5 • Girders pinned at abutments, continuous across intermediate pier • Concrete end diaphragms at Abutments, concrete cap beam at intermediate pier • Bridge built in 1991 BR/DGENO, AUBURNI9, LEER/LL ROAD OVER THE GREENR/VER • Single Span, CIP box girder with integral frame, approximately 16o feet long and 59 feet wide • Concrete frame structure with pinned supports at top of foundation • Bridge built in 1971 SCOPE OF WORKFOR TASKNO, I - PROJECTMANAGEMENTAND MEET/NGS TASKNo,1,01 CONTRACT, PROGRESS REPORTSAND /NVO/CES 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. TASKNo,1.02 /Maims 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 reports to discuss comments on the draft reports. These meetings will be via teleconference and will last approximately one hour each. TASK No. 1.03 GENERAL COORDINAT/ON KPFF will perform general coordination with the City. DELIVERABLES • Monthly progress reports and invoices (Assume four) SCOPE OFWORKFOR TASKNO. 2 — BR/DGELOAD R477NO SERV/CES WK No. 2,01 REV/EW OFEX/377NG BR/DGEDOCUMENTAT/ON 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-516 Page 2 of 5 If any additional information is required to complete the load rating analyses, KPFF will immediately notify the City. %ASIf NO, 2.02 LOAD RmNG 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), 2o18. 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.o is calculated, KPFF will inform the City of Auburn prior to completion of the load rating report. The following load rating methods will be used for each bridge structural element being rated: BRIDGENO. AUBURN 01, RSTREETBRIDGE — STUCKR/VER CROSS/NG • Structural elements to be load rated: CIP, post -tensioned box girder • Full load rating analysis and post -processing using WSDOT BRIDG program per the LRFR method • Load rating will use vehicles described in Chapter 13 of the WSDOT BDM including SHV and EV loads. BRIDGENO. AUBURN 04,15'" STREETNW • Structural elements to be load rated: Prestressed, precast concrete girders • Full load rating analysis and post -processing using WSDOT BRIDG program per the LRFR method • Load rating will use vehicles described in Chapter 13 of the WSDOT BDM including SHV and EV loads. BRIDGENo. AUBURN 05,15m SmEET NW • Structural elements to be load rated: Prestressed, precast concrete girders • Full load rating analysis and post -processing using WSDOT BRIDG program per the LRFR method • Load rating will use vehicles described in Chapter 13 of the WSDOT BDM including SHV and EV loads. BRIDGEft AUBURN10, 3RD EASTBOUND 15w S/REETSW BRIDGE • Structural elements to be load rated: Steel plate girders, CIP concrete cap beams and steel cross frames • Load rating update for EV trucks only using SAP2000 and Excel and/or SMath using the LFR method • Existing analysis files from KPFF's previous load rating of this structure in 2011 will be reused wherever possible Exhibit A Agreement No. AG -C-516 Page 3 of 5 BR/DGENO, AUBURN11, 3RD STREETSWBR/DGETO NORTHBOUND CSTREETSW • Structural elements to be load rated: CIP concrete slab • Load rating update for EV trucks only using SAP2000 and Excel and/or SMath using the LFR method • Existing analysis files from KPFF's previous load rating of this structure in 203.1. will be reused wherever possible BRIDGENO. AUBURN 17, A STREETSEBR/DGE OVER 7HESTUCKR/VER • Structural elements to be load rated: Prestressed, precast concrete girders, CIP concrete crossbeams • Load rating update for EV trucks only using WSDOT BRIDG program per the LRFR method • Existing analysis files from KPFF's previous load rating of this structure in 203.3. will be reused wherever possible BRiDGENO, AUBURNI9, LEEHILL ROAD OVER THEGREENRNER • Structural elements to be load rated: CIP, post -tensioned box girder • Full load rating analysis and post -processing using CSiBridge and Excel and/or SMath using the LRFR method • Load rating will use vehicles described in Chapter 3.3 of the WSDOT BDM including SHV and EV loads. rAsKNo, 2.03 DRAPTLOADRAmo REPoRnIVEMOs A draft load rating report/memo for each bridge will be prepared and submitted for each bridge. Bridge Nos. 1.o, 3.3., and 17 are receiving load rating updates for EV trucks only and the results of the load rating analysis will be summarized as follows: • Single page technical memo describing the results of the load rating analysis • Draft rating summary sheet for the EV trucks only. This summary sheet will supplement the existing load ratings for these bridges. Bridge Nos. 03., 04, o5, and 3.9 are receiving full load ratings. The format and content of these reports will follow the previous report formats KPFF used in 2oi3. during a previous load rating task for the City. These reports will consist of: • A brief report describing the bridge, the rating analysis and any anomalies in the ratings • Draft rating summary for all aforementioned trucks TAs,KNo. 2.04 FINAL LOAD RA mo REPORmIMEmos Comments from the City on the draft reports/memos will be incorporated into the final reports/memos. In addition to the information included in the draft report/memo, the final report/memo will include the following information: • Rating Summary sheet signed by a Professional Engineer licensed in the State of Washington Exhibit A Agreement No. AG -C-516 Page 4 of 5 • Copy of as -built bridge plans, including repair plans, if applicable for Bridge Nos. os, 04, 05 and sg. Plans will not be included with Bridge Nos. so, 11 and 17. • 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 • Final Load Rating Report; PDF version and one bound 8 1/2 X 11 hardcopy of report and backup calculations • Recommended Load Posting Details, if required P/4OJECTSCHEDaE Completion of the bridge load rating analysis and preparation of the corresponding rating reports is expected to last approximately four calendar months after receiving notice -to -proceed from the City. ASSUMP77ONS • The City of Auburn will provide the following information to KPFF: o As -Built Plans o Repair Plans o Most recent Inspection Report from bridge file o Average Daily Traffic/Truck Traffic values o Common Overloads on Bridge, if applicable o Previous Load Rating Analysis if available • All work will comply with AASHTO, City of Auburn, and WSDOT guidelines Exhibit A Agreement No. AG -C-516 Page 5 of 5 20.00 94.00 Overhead (OH) Cost OH Rate x DSC of Fixed Fee (FF) FF Rate Reimbursables X = $ 1,300.00 X = $ 5,170.00 X = $ 17,934.00 X= $ 780.00 X= $ - $ 25,184.00 $ 33, 547.61 $ 7,555.20 Total Labor Cost $66,286.81 Subtotal $ GRAND TOTAL: $66,286.81 April 24, 2019 of Auburn Load Ratings - 2019 Principal PM/S P'oject Project oordinatorEngineerEngine multiplier Task SCOPE OF WORK $65.00 $55.00 $42.00 $30.00 $0.001 2.6321 1 PROJECT MANAGEMENT & MEETINGS 1.01 Contract, Progress Reports & Invoices 1 6 8 $1,671 1.02 Meetings 4 2 $800 1.03 General Coordination 12 $1,737 Labor Subtotal: 1 22 2 8 0 $4,209 Reimbursables: 2 BRIDGE LOAD RATING SERVICES 2.01 Review Existing Bridge Documentation Bride No. 01, R Street Bridge over Stuck River 2 6 $953 Bridge No. 04, 15th Street NW 1 4 $587 Bridge No. 05, 15th Street NW 1 4 $587 Bridge No. 10, 3rd Eastbound 15th St SW 2 6 $953 Bridge No. 11, 3rd St SW to NB C St 1 4 $587 Bridge No. 17, A St Bridge over Stuck River 1 4 $587 Bridge No. 19, Lee Hill Road over Green River 2 8 $1,174 2.02 Load Rating Analysis Brid e No. 01, R Street Bridge over Stuck River 2 4 90 $10,871 Brid e No. 04, 15th Street NW 1 1 2 30 $3,777 Bride No. 05, 15th Street NW 1 2 30 $3.777 Bridge No. 10, 3rd Eastbound 15th St SW 1 4 36 $4,730 Brid e No. 11, 3rd St SW to NB C St 1 2 24 $3,114 Bridge No. 17, A St Bridge over Stuck River 1 2 20 $2,672 Bridge No. 19, Lee Hill Road over Green River 3 30 120 $18,122 2.03 Draft Load Rating Reports/Memos Brid e No. 01, R Street Bride over Stuck River 1 2 6 2 $1,282 Bridge No. 04, 15th Street NW 1 1 4 2 $916 Bride No. 05, 15th Street NW 1 1 4 2 $816 Bride No. 10, 3rd Eastbound 15th St SW 0.5 1 2 1 $530 Brid e No. 11, 3rd St SW to NB C St 0.5 1 2 1 $530 Bridge No. 17, A St Bridge over Stuck River 0.5 1 2 1 $530 Brid e No. 19, Lee Hill Road over Green River 1 2 6 2 $1,282 2.04 Final Load Rating Reports/Memos Bridge No. 01, R Street Bridge over Stuck River 0.5 1 3 1 $641 Bridge No. 04, 15th Street NW 0.5 1 2 1 $530 Brid e No. 05, 15th Street NW 0.5 1 2 1 $530 Brid e No. 10, 3rd Eastbound 15th St SW 0.5 1 1 1 $420 Brid e No. 11, 3rd St SW to NB C St 0.5 1 1 1 $420 Bride No. 17, A St Bridge over Stuck River 0.5 1 1 1 $420 Bride No. 19, Lee Hilt Road over Green River 0.5 1 3 1 $641 Labor Subtotal: 19 72 1 425 1 18 1 0 $62,078 Reimbursables: Labor Sum: 20 94 427 1 26 0 $66,287 Reimbursable Sum: $0 EXHIBIT C DIRECT NON -SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at $0.485/mile or the current approved IRS rate. It is understood that all reimbursements are at cost. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and/or environmental consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts. Exhibit C Agreement No. AG -C-516 Page 1 of 1 CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement # (i.e.: AG -C-115). • Project number(s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e.: design, right-of-way, or construction) or task order number. • Direct salary (base salaries) • Indirect salary (benefits) • Direct non -salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non -salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract — total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15tH • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG -C-516 Page 1 of 3 City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter (Project Engineer) Agency Agreement #: AG -C-010 SAMPLE INVOICE Invoice #: 5222 Progress Payment #: 2 Invoice Date: February 10, 2002 Project Name: Thomas Nelson Farm Project #: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Multiplier Hourly Rate Amount Amount Mike Jones, Principal in Charge 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processing 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal I $100.00 MRF1,000.00 $ 749.00 Expenses (see attached documentation) Charge s Multiplier Amount Amount Mike Jones, Principal in Charge 20 miles x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processing $ 29.00 x1.1 $ 31.90 Consultant Expenses Subtotal 1 $ 72.49 Consultant Total: SUB CONSULTANTS (see attached documentation) $ 821.49 Subconsultant Hours Hourly Amount Rate ABC Environmental, Inc., Civil 10 $100.00 $ 1,000.00 Engineer Electrical Consulting, Electrical 5 $100.00 500.00 Engineer Mechanical Solutions, Mechanical 10 $100.00 MRF1,000.00 En ineer Moving Company, Moving 2 $ 50.00 100.00 Consultant Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: Consultant Invoices Agreement No. AG -C-516 Page 2 of 3 $2,860,00 _._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.-._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._ TOTAL DUE THIS INVOICE CONTRACT BREAKDOWN $ 3,681.49 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-516 Page 3 of 3 Amount Total % % Amount Task Authorize Prior This Invoiced To Expended Completed Remainin d Invoiced Invoice Date Original Contract $ $1,025.00 $2,681.49 $ 3,706.49 20% 25% $18,293.51 22,000.00 MRF* 2,500.00 0.00 1,000.00 1 1,0000.00 1 40% 1 45% 1 1,500.00 TOTAL $ $1,025.00 $3,681.49 $ 4,706.49 $19,793.51 24,500.00 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-516 Page 3 of 3