HomeMy WebLinkAboutSWP272708(8) CAG-97-044
ENGINEERING
ANNUAL CONSULTANT AGREEMENT
THIS AGREEMENT, made and entered into on this.6 ,day of , 19�, by and between the
CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION aREINAFTER CALLED THE
"CITY," and NORTHWEST HYDRAULIC CONSULTANTS whose address is 16300 Christensen Road, Suite
350,Tukwila Washington 98188-3418, at which work will be available for inspection, hereinafter called the
"CONSULTANT."
PROJECT NAME: STREAMFLOW MONITORING,DATA ANALYSIS,GAGE INSTALLATION,AND
HSPF MODELING
WHEREAS,the City has not sufficient qualified engineering employees to provide the engineering within a
reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance
of a qualified professional consulting firm to do the necessary engineering work for the project,and
WHEREAS,the Consultant has represented and by entering into this Agreement now represents,that it is in full
compliance with the statutes of the State of Washington for registration of professional engineers,has a current valid
corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State
and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the
work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel
are on staff or readily available to Consultant to staff this Agreement.
WHEREAS,the Consultant has indicated that it desires to do the work set forth in the Agreement upon the terms
and conditions set forth below.
NOW THEREFORE, in consideration of the terms,conditions, covenants and performances contained herein below,
the parties hereto agree as follows:
I
SCOPE OF WORK
The Consultant shall furnish, and hereby warrants that it has,the necessary equipment, materials, and professionally
trained and experienced personnel to facilitate completion of the work described in Exhibit A, Scope of Work,
which is attached hereto and incorporated into this Agreement as though fully set forth herein.
The Consultant shall perform all work described in this Agreement in accordance with the latest edition and
amendments to local and state regulations, guidelines and policies.
The Consultant shall prepare such information and studies as it may deem pertinent and necessary, in order to pass
judgment in a sound engineering manner on the features of the work. The Consultant shall make such minor
changes, amendments or revisions in the detail of the work as may be required by the City. This item does not
constitute an "Extra Work" item as related in Section VIII of the Agreement.
The work shall be verified for accuracy by a complete check by the Consultant. The Consultant will be held
responsible for the accuracy of the work, even though the work has been accepted by the City.
T� � 9� 7 t ,o�� = 3y �0
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 1 FRM:Monsultant.dot/bh
{
II
DESIGN CRITERIA
The City will designate the basic premises and criteria for the work needed. Reports and plans,to the extent
feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations,
guidelines, and specifications, including, but not limited to the following:
1. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA),
"Standard Specifications for Road, Bridge, and Municipal Construction," as amended by Renton
Standard Specification.
2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction."
3. Washington State Department of Transportation, "Highway Design Manual."
4. American Association of State Highway and Transportation Officials, "Standard Specifications for
Highway Bridges."
5. Washington State Department of Transportation, 'Bridge Design Manual, Volumes 1 and 2."
6. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic
analysis as described in item 14.
7. Washington State Department of Transportation, "Materials Laboratory Outline."
8. Transportation Research Board, "Highway Capacity Manual."
9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic
Control Devices for Streets and Highways."
10. Washington State Department of Transportation, "Construction Manual."
11. Washington State Department of Transportation, "Local Agency Guidelines."
12. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all
cases where they fit design conditions. Renton Design Standards, and Renton Specifications shall be
used as they pertain.
13. Metro Transit, design criteria.
14. King County Surface Water Design Manual, Sections 1.2 and 1.3 of Chapter 1, and Chapters 3, 4,
and 5.
15. American Association of State Highway and Transportation Officials, "A Policy on Geometric Design of
Highways and Streets."
III
ITEMS TO BE FURNISHED TO THE CONSULTANT
BY THE CITY
The City will furnish the Consultant copies of documents which are available to the City that will facilitate the
preparation of the plans, studies, specifications, and estimates within the limits of the assigned work.
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 2 FRA 97Consultant.dot/bh
All other records needed for the study must be obtained by the Consultant. The Consultant will coordinate with
other available sources to obtain data or records available to those agencies. The Consultant shall be responsible for
this and any other data collection to the extent provided for in the Scope of Work. City will provide to Consultant
all data in City's possession relating to Consultants services on the project. Consultant will reasonably rely upon the
accuracy,timeliness, and completeness of the information provided by the City. Should field studies be needed,the
Consultant will perform such work to the extent provided for in the Scope of Work. The City will not be obligated
to perform any such field studies.
IV
OWNERSHIP OF PRODUCTS AND
DOCUMENTS TO BE FURNISHED BY THE CONSULTANT
Documents,exhibits or other presentations for the work covered by this Agreement shall be furnished by the
Consultant to the City upon completion of the various phases of the work. All such material, including working
documents,notes,maps, drawings, photo,photographic negatives,etc. used in the project, shall become and remain
the property of the City and may be used by it without restriction. Any use of such documents by the City not
directly related to the project pursuant to which the documents were prepared by the Consultant shall be without any
liability whatsoever to the Consultant.
All written documents and products shall be printed on recycled paper when practicable. Use of the chasing-arrow
symbol identifying the recycled content of the paper shall be used whenever practicable. All documents will be
printed on both sides of the recycled paper,as feasible.
V
TIME OF BEGINNING AND COMPLETION
The work detailed in the Scope of Work will be performed according to Exhibit B,Time Schedule of Completion,
attached hereto and incorporated herein as though fully set forth. It is agreed that all the Consultant's services are to
be completed and all products shall be delivered by the Consultant unless there are delays due to factors that are
beyond the control of the Consultant. The Consultant shall not begin work under the terms of this Agreement until
authorized in writing by the City. If, after receiving Notice to Proceed,the Consultant is delayed in the performance
of its services by factors that are beyond its control,the Consultant shall notify the City of the delay and shall
prepare a revised estimate of the time and cost needed to complete the Project and submit the revision to the City for
its approval. Time schedules are subject to mutual agreement for any revision unless specifically described as
otherwise herein.
Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion
of the work may be considered a cause for renegotiation or termination of this Agreement by the other party.
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 3 FRM:97Consultant.dot/bh
VI
PAYMENT
The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided
hereinafter as specified in Exhibit C, Cost Estimate. Such payment shall be full compensation for work performed
or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the
work. All billings for compensation for work performed under this Agreement will list actual time (days and/or
hours) and dates during which the work was performed and the compensation shall be figured using the rates in
Exhibit C. Payment for this work shall not exceed$25,859.01 without a written amendment to this contract, agreed
to and signed by both parties.
Cost Plus Net Fee
Payment for work accomplished shall be on the basis of the Consultant's actual cost plus a net fee. The actual cost
includes direct salary cost, overhead, and direct non-salary cost.
1. The direct salary cost is the salary expense for professional and technical personnel and principals for the
time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The
direct salary costs are set forth in the attached Exhibit C and by this reference made a part of this
Agreement.
2. The overhead costs as identified on Exhibit C are determined as 165.0 percent of the direct salary cost
and by this reference made a part of this Agreement. The overhead cost rate is an estimate based on
currently available accounting information and shall be used for all progress payments over the period of
the contract.
3. The direct non-salary costs are those costs directly incurred in fulfilling the terms of this Agreement,
including, but not limited to travel, reproduction,telephone, supplies, and fees of outside consultants.
The direct non-salary costs are specified in Exhibit C, Cost Estimate. Billings for any direct non-salary
costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants
and services shall be on the basis of times the invoiced amount.
4. The net fee,which represents the Consultants profit shall be 12.0 percent of direct salary plus overhead
costs. This fee is based on the Scope of Work and the estimated labor hours therein. In the event a
supplemental agreement is entered into for additional work by the Consultant, the supplemental
agreement will include provision for the added costs and an appropriate additional fee. The net fee will
be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the
Consultant's monthly progress reports and approved by the City. Any portion of the net fee not
previously paid in the monthly payments shall be included in the final payment, subject to the provisions
of Section XI entitled TERMINATION OF AGREEMENT.
5. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by
detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the
Consultant based on the estimated percentage of the completion of the services to date. Final payment of
any balance due the Consultant of the gross amount earned will be made promptly upon its verification
by the City after completion and acceptance by the City of the work under this Agreement. Acceptance,
by the Consultant of final payment shall constitute full and final satisfaction of all amounts due or
claimed to be due.
Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at
the time extra work is authorized. (Section VIII "EXTRA WORK").
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 4 FRM:97Consultant.dot/B
A short narrative progress report shall accompany each voucher for progress payment. The report shall include
discussion of any problems and potential causes for delay.
To provide a means of verifying the invoiced salary costs for consultant employees, the City may conduct employee
interviews.
Acceptance of such final payment by the Consultant shall constitute a release of all claims of any nature, related to
this Agreement, which the Consultant may have against the City unless such claims are specifically reserved in
writing and transmitted to the City by the Consultant prior to its acceptance. Said final payment shall not, however,
be a bar to any claims that the City may have against the Consultant or to any remedies the City may pursue with
respect to such claims.
The Consultant and its subconsultants shall keep available for inspection, by the City, for a period of three years
after final payment,the cost records and accounts pertaining to this Agreement and all items related to, or bearing
upon,these records. If any litigation,claim or audit is started before the expiration of the three-year retention
period, the records shall be retained until all litigation, claims or audit findings involving the records have been
resolved. The three-year retention period starts when the Consultant receives final payment.
VII
CHANGES IN WORK
The Consultant shall make all such revisions and changes in the completed work of this Agreement as are necessary
to correct errors appearing therein, when required to do so by the City,without additional compensation.
Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts
thereof revised,the Consultant shall make such revisions, if requested and as directed by the City in writing. This
work shall be considered as Extra Work and will be paid for as provided in Section VIII.
VIII
EXTRA WORK
The City may desire to have the Consultant perform work or render services in connection with the Project in
addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be
considered as Extra Work and will be specified in a written supplement which will set forth the nature and scope
thereof. Work under a supplement shall not proceed until authorized in writing by the City. Any dispute as to
whether work is Extra Work or work already covered under this Agreement shall be resolved before the work is
undertaken. Performance of the work by the Consultant prior to resolution of any such dispute shall waive any
claim by the Consultant for compensation as Extra Work.
IX
EMPLOYMENT
The Consultant warrants that it has not employed or retained any company or person, other than a bona fide
employee working solely for the Consultant,to solicit or secure this contract and that he has not paid or agreed to
pay any company or person, other than a bona fide employee working solely for the Consultant, any fee,
commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the
award or making of this contract. For breach or violation of this warranty,the City shall have the right to annul this
Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise
recover,the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee.
Any and all employees of the Consultant,while engaged in the performance of any work or services required by the
Consultant under this Agreement, shall be considered employees of the Consultant only and not of the City and any
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 5 FRM:97Consultant.dot/bh
1
and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while
so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the
part of the Consultant's employees,while so engaged on any of the work or services provided to be rendered herein,
shall be the sole obligation and responsibility of the Consultant.
The Consultant shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any
professional or technical personnel who are, or have been at any time during the period of this contract, in the
employ of the City except regularly retired employees,without written consent of the City.
If during the time period of this Agreement,the Consultant finds it necessary to increase its professional,technical,
or clerical staff as a result of this work,the Consultant will actively solicit minorities through their advertisement
and interview process.
X
NONDISCRIMINATION
The Consultant agrees not to discriminate against any client, employee or applicant for employment or for services
because of race, creed, color, national origin, marital status, sex, age or handicap except for a bona fide occupational
qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer;
recruitment or any recruitment advertising; layoff or termination's; rates of pay or other forms of compensation;
selection for training; rendition of services. The Consultant understands and agrees that if it violates this Non-
Discrimination provision,this Agreement may be terminated by the City and further that the Consultant shall be
barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the
City that discriminatory practices have terminated and that recurrence of such action is unlikely.
XI
TERMINATION OF AGREEMENT
A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10)days
written notice to the Consultant, subject to the City's obligation to pay Consultant in accordance with
subparagraphs C and D below.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory
personnel assigned to the project,the surviving members of the Consultant hereby agree to complete the
work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar
to renegotiations of this Agreement between surviving members of the Consultant and the City, if the
City so chooses.
In the event of the death of any of the parties listed in the previous paragraph, should the surviving
members of the Consultant,with the City's concurrence, desire to terminate this Agreement, payment
shall be made as set forth in Subsection C of this section.
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 6 FRM:97Consultant.dodbh
i
C. In the event this Agreement is terminated by the City other than for fault on the part of the Consultant, a
final payment shall be made to the Consultant for actual cost for the work complete at the time of
termination of the Agreement,plus the following described portion of the net fee. The portion of the net
fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work complete
is to the total work required by the Agreement. In addition,the Consultant shall be paid on the same
basis as above for any authorized extra work completed. No payment shall be made for any work
completed after ten(10)days following receipt by the Consultant of the Notice to Terminate. If the
accumulated payment made to the Consultant prior to Notice of Termination exceeds the total amount
that would be due as set forth herein above,then no final payment shall be due and the Consultant shall
immediately reimburse the City for any excess paid.
D. In the event the services of the Consultant are terminated by the City for fault on the part of the
Consultant,the above stated formula for payment shall not apply. In such an event the amount to be paid
shall be determined by the City with consideration given to the actual costs incurred by the Consultant in
performing the work to the date of termination,the amount of work originally required which was
satisfactorily completed to date of termination,whether that work is in a form or of a type which is
usable to the City at the time of termination,the cost to the City of employing another firm to complete
the work required and the time which may be required to do so, and other factors which affect the value
to the City of the work performed at the time of termination. Under no circumstances shall payment
made under this subsection exceed the amount which would have been made if the formula set forth in
subsection C above had been applied.
E. In the event this Agreement is terminated prior to completion of the work,the original copies of all
Engineering plans,reports and documents prepared by the Consultant prior to termination shall become
the property of the City for its use without restriction. Such unrestricted use not occurring as a part of
this project, shall be without liability or legal exposure to the Consultant.
F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of
any type it may have against the Consultant for any breach of this Agreement by the Consultant,or for
failure of the Consultant to perform work required of it by the City. Forbearance of any rights under the
Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act
or omission by the Consultant.
XII
DISPUTES
Any dispute concerning questions of facts in connection with work not disposed of by agreement between the
Consultant and the City shall be referred for determination to the Director of Planning/Building/Public Works or
his/her successors and delegees,whose decision in the matter shall be final and conclusive on the parties to this
Agreement.
In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this
Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of
Washington, situated in King County.
XIH
LEGAL RELATIONS
The Consultant shall comply with all Federal Government, State and local laws and ordinances applicable to the
work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws
of Washington.
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 7 FRM:97Consultant.dot/bh
The Consultant agrees to indemnify, defend and hold the City and its officers and employees harmless from and
shall process and defend at its own expense all claims,demands or suits at law or equity arising in whole or part
from the Consultant's errors, omissions, or negligent acts under this Agreement provided that nothing herein shall
require the Consultant to indemnify the City against and hold harmless the City from claims, demands.or suits based
upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by
or result from the concurrent negligence of(a)the Consultant's agents or employees and(b)the City, its agents,
officers and employees,this provision with respect to claims or suits based upon such concurrent negligence shall be
valid and enforceable only to the extent of the Consultant's negligence or the negligence of the Consultant's agents
or employees except as limited below.
The Consultant shall secure general liability, property damage, auto liability,and professional liability coverage in
the amount of$1.0 million,with a General Aggregate in the amount of$2 million, unless waived or reduced by the
City. The Consultant shall submit a completed City of Renton Insurance Information Form, and the Standard Acord
Certification Form prior to the execution of the contract. The Consultant shall also submit copies of the
declarations pages of relevant insurance policies to the City within 30 days of contract acceptance if requested. The
Certification and Declaration page(s)shall be in a form as approved by the City. If the City's Risk Manager has the
Declaration page(s)on file from a previous contract and no changes in insurance coverage has occurred, only the
Certification Form will be required.
The limits of said insurance shall not,however, limit the liability of Consultant hereunder.
All coverages provided by the Consultant shall be in a form, and underwritten by a company acceptable to the City.
The City will normally require carriers to have minimum A.M. Best rating of A XII. The Consultant shall keep all
required coverages in full force and effect during the life of this project, and a minimum of forty five days' notice
shall be given to the City prior to the cancellation of any policy.
The Consultant shall verify,when submitting first payment invoice and annually thereafter, possession of a current
City of Renton business license while conducting work for the City. The Consultant shall require, and provide
verification upon request,that all subconsultants participating in a City project possess a current City of Renton
business license. The Consultant shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way.
The Consultant's relation to the City shall be at all times as an independent contractor.
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 8 FRM:97Consu1tant.dot/bh
XIV
SUBLETTING OR ASSIGNING OF CONTRACTS
The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of
the City.
XV
ENDORSEMENT OF PLANS
The Consultant shall place their certification on all plans, specifications,estimates or any other engineering data
furnished by them in accordance with RCW 18.43.070.
XVI
COMPLETE AGREEMENT
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. Any supplements to this Agreement will be in writing and executed and will become part of this
Agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by
or be liable for, any statement, representation, promise, or agreement not set forth herein. No changes, amendments,
or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an
amendment to this Agreement.
The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof,
and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted.
XVII
EXECUTION AND ACCEPTANCE
This Agreement may be simultaneously executed in several counterparts,each of which shall be deemed to be an
original having identical legal effect. The Consultant does hereby ratify and adopt all statements, representations,
warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials
submitted by the Consultant, and does hereby accept the Agreement and agrees to all of the terms and conditions
thereof.
IN WITNESS WHEREOF,the parties hereto have executed this Agreement as of the day and year first above
written.
ON ANT CITY O NTON
Signature ate Jess nner, Mayor Date
type or print name ATTEST: ,
pre-1-5 r ��z
Title
Brenda Fritsvold, Deputy City Clerk
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 9 FRM:97Consultant.dot/bh
RESOLUTION NO. 3229
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to
ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic
background, gender, marital status, religion, age or disability, when the City of Renton can reasonably
accommodate the disability, of employees and applicants for employment and fair, non-discriminatory
treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does not
discriminate against women, minorities and other protected classes. Human resources
decisions will be in accordance with individual performance, staffing requirements, governing
civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will
cooperate fully with all organizations and commissions organized to promote fair practices
and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal
Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to all. It
shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer,
department administrators, managers, supervisors, Contract Compliance Officers and all
employees to carry out the policies, guidelines and corrective measures set forth in the
Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair
Practices and Non-discrimination policies set forth by the law and in the City's Affirmative
Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON, Washington, this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
V(ayor Council President
,Attest: \
City Cler
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 10 FRM:97 Consultant.dodbh
TY
� O
O�
AFFIDAVIT OF COMPLIANCE
U6 AW- hereby confirms and declares that
(Name of contra for subcontractor/consultant/supplier)
I. It is ( olicy to offer equal
(Name of contr ctor/ ubcontractor/consultant/supplier)
opportunity to all qualified employees and applicants for employment without regard to
the race, creed, color, sex, national origin, age, disability or veteran status.
II. 'G1iG � complies with all applicable federal,
(Name of contrac subcontractor/consultant/supplier)
state and local laws governing non-discrimination in employment.
II. When applicable, L will seek out and
(Name of contractor s contractor/consultant/supplier)
negotiate with minority and women contractors for the award of
subcontracts.
D, 6 IR use. 0/2a' l&W
Print Agent/Representative's Name and Title
4ggent/Rept-AesentA�is Signature
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier.
Include or attach this document(s)with the contract.
U:\SWOODBUR\1997\65230\SPRNGBRK.CRK\NHC\NHC.DOC\sw 11 FRM:97Consultant.dodbh
Exhibit A - Scope of Work
East Side Green River Watershed
Streamflow Monitoring, Data Analysis, Gage Installation, and HSPF Modeling
Task 1 - Data Conversion and Analysis
NHC will process raw stage data collected between 1 October 1994 and 30 April 1997 at the
following gage locations:
• Springbrook Creek at SW 27th Street (two Unidata recorders)
• Panther Creek at Talbot Road (one TerraScience recorder)
• Rolling Hills Creek at I-405 (one TerraScience recorder)
• Springbrook Creek at SW 43rd Street (one TerraScience recorder)
• Springbrook Creek at Black River Pump Station (one Unidata recorder)
The City of Renton will provide the raw stage data in digital format for all gages for the period
of analysis. Stage data for each recorder will be processed into a continuous record of stages,
adjusted to the NGVD 1929 datum where the gages have been surveyed to the NGVD datum, and
stored in a WDM file.
Stage data for the SW 27th Street gage will be converted to flow data using NHC's program
STAGE2Q and the appropriate stage-discharge relationships for this site. Data conversion is
expected to be completed prior to the collection of additional streamflow discharge measurements
(Task 2) so conversion of the raw stage data will utilize existing rating relationships adjusted to
include the discharge measurement made in February 1996. Stage data for the Panther Creek and
Rolling Hills Creek gages will be converted to flow data using the STAGE2Q program and the
rating curves developed for these sites by NHC under City of Renton Contract CAG-94-125. In
the case of Rolling Hills Creek this curve may be refined slightly using the discharge measurement
made in February 1996.
The attached budget estimate assumes that stage data for the SW 43rd Street and Black River
Pump Station sites will not be converted to a continuous time series of flows at this time. As an
option NHC could develop a computer program to convert the Black River Pump Station stage
and pump data into a continuous record of pump station outflows based on the nominal pump
capacities and pump tests conducted by NHC during 1991 and 1994.
Following conversion of the stage data, NHC will perform a review of the SW 27th Street stage
and flow data similar to the analysis performed under contract CAG-073-91, Task Authorization
#2. This analysis will consist of a review of the instantaneous and peak stages recorded by the
gage instrument versus those manually recorded at the time of the data download. We will also
check for long term trends in the gage data which might indicate changes in the hydraulic
characteristics at the SW 27th Street gage site. Finally we will review the flow hydrographs
versus recorded rainfall at Panther Lake for any significant storm events to verify the performance
of the gage at high flow. NHC will obtain available rainfall data from KCSWM for their gage
at Panther lake for the period of interest.
NHC will verify the accuracy of instrument recorded stages at the Rolling Hills and Panther Creek
gages versus the manually observed stages and crest stage readings taken by City of Renton staff.
NHC will also compare the computed runoff depth for these gages with the observed Panther Lake
precipitation for several of the highest events in the record as a coarse check on the validity of the
computed record.
Products: Converted stage data for the five gage sites for the period 1 October 1994 through 30
April 1997 in WDM format.
Computed flow data for the SW 27th Street, Rolling Hills Creek and Panther Creek
gage sites for the period 1 October 1994 through 30 April 1997 in WDM format.
Brief memorandum summarizing the data review for this period.
Task 2 - Rating Curve Extension
Northwest Hydraulic Consultants (NHC) will conduct a total of 3 (three) high flow streamflow
discharge measurements at the following locations if a significant storm event occurs during the
course of this contract:
• Springbrook Creek in the vicinity of the SW 27th Street gage location
• Rolling Hills Creek at I-405
• Panther Creek at Talbot Road
For the SW 27th Street location, high flow measurements will be made from the pedestrian bridge
located approximately 500 feet north of SW 27th Street. For Rolling Hills and Panther Creek
sites, streamflow discharge measurements will be taken at appropriate locations near the gage
sites. These will be selected based on site accessibility, safety considerations, and the likelihood
of obtaining a good discharge measurement.
Note that the precise time it takes to make discharge measurements is dependent on many factors
including the time of day, the weather, and the rate of flow being measured. The attached
estimate assumes that each high flow discharge measurement requires the field work of two
individuals for three hours, including set up, travel and equipment restocking time. The budget
estimate assumes that each of the discharge measurements will be made in a separate field trip
independent of the other streamflow measurements. If it is possible to consolidate more than one
measurement into a single trip, travel and set-up time will be minimized and additional budget
may be freed for other tasks.
NHC will process all raw discharge data and compute streamflow in cubic feet per second (cfs).
Exhibit A-Scope of Work 2 May 12, 1997
Computed streamflow data will be plotted versus stage for each site along with the previously
collected discharge data (by NHC and King County). For each gage site the stage-discharge
relationship will be adjusted as appropriate considering the new discharge data. Note that for the
SW 27th Street site this may include adjustment of the culvert hydraulic analysis, the channel
stage-discharge rating or both.
Products: Computed discharges and raw flow data for all streamflow discharge measurements
Plots of updated depth to discharge rating curves for each gage site showing all
discharge measurements
Updated STAGE2Q input files as modified by rating curve information
Task 3 - Extension of HSPF Hydrologic Modeling
Hydrometric data for the period 1 October 1991 through 31 January 1997 will be collected and
added to the existing data sets in the City's WDM database for Springbrook Creek (developed by
NHC, 1995). NHC will obtain hourly precipitation data for this period for SeaTac Airport from
the National Climatic Data Center. NHC will also obtain available daily evaporation data for this
period from published NCDC records for the Puyallup 2NW station. Missing data in the daily
evaporation record will be infilled using the Jenson Haise equation (with software previously
provided to NHC by King County Surface Water Management). The Jenson Haise Equation
utilizes daily maximum and minimum temperatures to produce an estimate of daily evaporation.
Temperature data from SeaTac airport will be used with the Jenson Haise equation to produce
evaporation data for the Springbrook Creek basin.
NHC will reconstruct an approximate hourly inflow hydrograph to the Black River Pump Station
for the February 1996 flood event from the available hydrometric and pump data. These data
include the Unidata gage record, the BRPS strip chart record, and NHC's previous pump test
results. The focus of this inflow hydrograph reconstruction will be to determine the magnitude
and timing of the peak BRPS inflow and an approximate estimate of the total storm volume
pumped through the BRPS during this event.
Following the data development, the City's HSPF hydrologic models of Springbrook Creek
(NHC, 1995) will be extended to include the additional period of record through January 1997.
HSPF PERLND and IlvTLND time series will be extended using the additional hydrometric data.
The City's current condition HSPF model will then be run to include the period through January
1997. Simulated inflows to the BRPS will be stored in the HSPF WDM database.
As a validation of the HSPF formulation for current conditions the following data will be prepared
and reviewed:
• plots of observed and simulated streamflow hydrographs for Springbrook Creek at SW
27th Street for the two largest events in the SW 27th flow record through January 1997
Exhibit A-Scope of Work 3 May 12, 1997
• a plot of observed and simulated BRPS inflow hydrographs for the February 1996 flood
event
• plots of observed and simulated streamflow hydrographs for Rolling Hills Creek and
Panther Creek for the two largest observed events in the extended simulation period
• a table of the time of occurrence and magnitude of simulated and observed streamflow
peaks for a number of the largest events in the observed flow record for each of these
gages
• a table of simulated and observed annual streamflow volumes for the available period of
record for each of these gages
• a table of simulated and observed storm streamflow volumes for several of the largest
events in the observed flow record for each of these gages
• a table of simulated and observed peak stages in Springbrook Creek at SW 43rd Street,
Oakesdale Ave, SW 34th Street, SW 27th Street, and SW 16th Street for several of the
largest events in the extended simulation period
The City's future conditions HSPF model will then be run to include the period through January
1997. Simulated inflows to the Black River Pump Station will be stored in the HSPF WDM
database. Using the previously developed BRPS routing model the operation of the pump station
for current and future conditions will be simulated for the February 1996 event. Hourly flow data
for the Green River gage at Auburn will be obtained from the USGS for the month of February.
The operation of the pump station will be made according to the previously developed rules. The
resulting required storage at the BRPS will be extracted from these simulations and plotted
together with the data from NHC's 1995 hydrologic analysis. The frequency curve of required
storage will be redrawn to consider this new data point.
Note that the attached budget estimate assumes that the BRPS simulation model will be used in
its current form to simulate the February storm event. It is possible that due to the extended
duration of high flows seen on the Green River during this event that the storage required at the
BRPS will be significantly higher than that required for any events in the previously simulated
record (1961-1991). The BRPS stage-storage relationship in the existing simulation model was
based on the NRCS's as-built plans for the pump station forebay and does not account for channel
or overbank storage upstream of the pump station. Stages associated with large storage volumes
could cause Springbrook Creek to overtop its banks upstream of the BRPS, flooding a wide
floodplain area. Under these conditions the simulated stages in the BRPS model would not
accurately reflect the actual topography or extent of inundation upstream of the BRPS.
Modifying the BRPS simulation model to accurately account for the stage/storage relationship
associated with overbank flooding would require significant effort and expense. We propose to
utilize the BRPS simulation model, as currently configured, to determine the required storage
during the February 1996 flood event. If simulated stages indicate overbank flooding would occur
Exhibit A-Scope of Work 4 May 12, 1997
e
upstream from the BRPS, any stage information produced would be approximate. The BRPS
simulation model uses forebay storage and nominal pump capacity (as adjusted by NHC's BRPS
pump tests) to route flows. The computation of stage is incidental to the hydraulic routing and
does not affect the computation of storage volumes.
Note also that we propose to only simulate the February flood event with the BRPS simulation
model rather than extending the BRPS simulation period consistent with the updated HSPF
modeling. Obtaining hourly Green River data from the USGS for the extended simulation period
would involve additional time and effort and would cost a minimum of several hundred dollars.
No other event in the extended simulation period would have any significant effect on the BRPS
storage analysis. Therefore, it was not felt to be worthwhile to extend the BRPS simulation record
to be continuous through January 1997.
A set of updated future conditions 100-yr storage design inflow hydrographs for use as input to
the FEQ model will be produced. The City will provide NHC with the latest version of the future
land-use current conveyance Springbrook Creek FEQ model developed by RW Beck. The future
land-use current conveyance FEQ model will be run with the updated hydrologic input. Peak
stages will be extracted from the FEQ output and compared to the results at the same locations
shown in the storage scenario run by RW Beck as part of the 1995 ESGRWP hydraulic analysis
(Table 8-2). Note that we have not run RW Beck's FEQ model of Springbrook Creek, and are
not sure of the model's stability and/or robustness. The attached estimate assumes that the model
is numerically stable for the range of flows likely to be simulated in this task and that no model
modifications (with the exception of the input data) will be required. If numeric instabilities or
other problems are encountered in the FEQ modeling, the budget estimate for this task may be
inadequate. Additional resources required to complete this task would be billed under the
contingency (Task 5), assuming the City has provided prior authorization.
Products: An updated HSPF WDM database containing hydrometric data (except Green River
flows) and hydrologic simulation results for the period October 1991 through
January 1997
Plots of observed and simulated streamflow hydrographs
A table of simulated and observed streamflow peaks
A table of simulated and observed annual streamflow volumes
A table of simulated and observed storm streamflow volumes
A table of simulated and observed peak stages
An updated stage frequency curve for BRPS storage
Updated FEQ input hydrographs and model output for the 100-yr future land-use
current conveyance storage run
Brief letter report summarizing the results of the hydrologic modeling and analysis
Task 4 - Gage Construction and Installation
NHC will construct and install groundwater monitoring piezometers at two locations within the
Exhibit A-Scope of Work 5 May 12, 1997
City's proposed wetland north wetland mitigation bank site west of Oakesdale Avenue between
SW 31st Street and SW 33rd Street, and two locations adjacent to the SW 23rd Street drainage
channel. The piezometers will consist of 1 1/4 " diameter PVC pipe which will be drilled or saw
cut to allow groundwater to penetrate. The piezometers will be set in wells that will be dug
approximately 1 foot in diameter and 5-8 feet deep depending on the subsurface soil stability and
water table at the time of the installation. The wells will be backfilled with gravel and/or sand
and sealed near the ground surface using bentonite clay. The piezometers will be capped with a
screw type PVC end cap. Note that the piezometers will not be secured or otherwise protected
from vandalism. Upon completion of the installation of the piezometers NHC will note the
approximate location of the piezometers on an appropriate City map and field survey the
elevations of the gages to the NGVD 1929 datum using an autolevel and accepted survey
techniques.
NHC will also construct and place a crest stage gage in the ditch running along the west side of
the north wetland mitigation bank site. This gage will be of the same style as the gages previously
installed by NHC in numerous other City wetlands. The elevation of the crest stage gage will also
be surveyed in to the NGVD 1929 datum.
Our estimate assumes that the following services will be provided by the City to facilitate the
installation of these gages:
• field locate the gage sites
• provide survey note book
• obtain any necessary permits, access rights (including vehicle access), and easements for
this work
• contact the buried utility location service to have all utilities (gas, electricity, telephone,
water, sewer, etc.) near the proposed gage sites field marked
• haul sand or gravel to the site, if necessary, to be used for backfilling the piezometers
Products: 4 groundwater piezometers at locations specified by City staff
1 crest stage gage in the ditch west of the proposed wetland bank site
survey notes documenting elevations of the 5 gages to the NGVD 1929 datum
Task 5 - Contingency
As noted above, many of the sub-tasks required for completion of this project are subject to
significant uncertainty. This is particularly true for the data manipulation (Task 1), the discharge
measurements (Task 2) and the FEQ modeling (Task 4). It is impossible to precisely define the
level of effort and resultant cost of many tasks until the work has begun. Therefore, Task 5
provides a contingency allowance which may be authorized by the City to address unforeseeable
Exhibit A-Scope of Work 6 May 12, 1997
problems encountered in the performance of Tasks 1 through 4. Authorization of work under
Task 5 will be made in writing by the City prior to NHC performing any work under this task.
Exhibit A-Scope of Work 7 May 12, 1997
Exhibit B - Projected Work Schedule
East Side Green River Watershed
Streamflow Monitoring, Data Analysis, Gage Installation, and HSPF Modeling
Task 1 - Data Conversion and Analysis
Data conversion and analysis will commence within two weeks of the City's Notice to Proceed
or the City's provision of all relevant gage data, whichever is later. The data to be provided by
the City is detailed in the scope of work (exhibit A). Task 1 will take approximately two weeks
to complete.
Tack 2 - Rating Curve Extension
Additional discharge measurements and extension of the rating curves for Springbrook Creek,
Panther Creek, and/or Rolling Hills Creek is dependent on having a significant flood event during
the course of this contract. As such it is not feasible to schedule this task at this time.
Task 3 - Extension of HSPF Hydrologic Modeling
HSPF modeling will begin following the City's review of the completed gage data analysis (Task
1). Task 3 will require approximately three to four weeks to complete.
Task 4 - Gage Construction and Installation
Construction and installation of the groundwater piezometers and crest stage gage will be
scheduled as soon as NHC receives notice to proceed. It should be possible to complete Task 4
within 2 weeks of the notice to proceed.
Exhibit B-Proposed Work Schedule 1 May 12, 1997
Exhibit C-Cost Estimate
ESGRW Hydrologic Services
Task Breakdown for for Streamflow Monitoring,Data Analysis, Gage Installation,and Extension of HSPF Modeling
Task Hours by Sub-Task Cost Task Cost
Task Description KML LMK LGA ETV Jr Tc PDP ($) M
1 Data Conversion and Analysis
A. Adjustment of raw stage data and consolidation into continuous record 4 16 $1,255.70
B. Conversion of stage data into flow record 8 16 4 $1,763.82
C. Gage data review 12 12 $1,665.40
D. Summary memorandum 2 8 8 4 $1,526.80 $6,211.73
2 Rating Curve Extension
A. SW 27th Street-measurement,hydraulic analysis,QA/QC 3 3 3 $587.57
B. Rolling Hills-measurement, hydraulic analysis,QA/QC 1 3 3 $416.32
C. Panther Creek-measurement, hydraulic analysis, QA/QC 1 3 3 $416.32
D. Update Rating Curves and STAGE2Q Input Files 1 4 $471.35 $1,891.57
3 Extension of HSPF Hydrologic Modeling
A. Collect,verify and manipulate hydrometric data 2 8 18 10 $2,296.64
B. Update current conditions HSPF model runs 8 16 $1,535.52
C. Prepare validation plots and tables 2 2 8 2 $968.34
D. Update future conditions HSPF runs and BRPS simulations 2 8 8 $1,367.95
E. Update BRPS storage-frequency analysis 1 4 $471.35
F. Update FEQ model input data and 100-year storage event run 12 8 $1,452.78
F. Prepare brief letter report summarizing findings 2 16 8 2 4 $2,325.96 $10,418.54
4 Construction and Installation of Gages
A. Construct 4 groundwater monitoring gages and 1 crest stage gage 10 $570.75
B. Install groundwater monitoring gages 16 16 $1,643.56
C. Install crest stage gage 2 $114.15
D. Survey 5 gages to City of Renton Datum 10 10 $1,027.22 $3,355.68
5 Contingency For Unforeseeable Problems
A. Contingency-Labor breakdown unknown $3,000.00 $3,000.00
Personnel: Labor Total $24,877.51
KML-Leytham-Principal Engineer
LMK- Karpack-Senior Engineer
LGA-Adams-Junior Engineer
ETV-Vandermeer-Senior Technician
Jr Tc-Contract Labor-Junior Technician
PDP-Phillips-Clerical
May 12, 1997
Exhibit C- Cost Estimate
ESGRW Hydrologic Services
Cost Estimate for Streamflow Monitoring,Data Analysis, Gage Installation,and Extension of HSPF Modeling
Direct Labor
Number Units Unit Cost Total Cost
Principal Hours 12 hrs 43.41 $520.92
Senior Engineer Hours 99 hrs 28.85 $2,856.15
Junior Engineer Hours III hrs 17.91 $1,988.01
Senior Technician Hours 71 hrs 19.23 $1,365.33
Junior Technician Hours 26 hrs 15.38 $399.88
Clerical Hours 18 hrs 13.38 $240.84
Contingency $1,010.78
Direct Salary $8,381.91
Overhead 165.0% $13,830.15
Net Fee 12.0% $2,665.45
Sub-total $24,877.51
Other Direct Costs
Number Units Unit Cost Total Cost
Truck Rental 5 Days $35.00 $175.00
Auger Rental 2 Days $50.00 $100.00
Sand, gravel,and clay for backfilling piezometers 4 Lump sum $75.00 $300.00
piezometers(PVC pipe, end caps,glue,etc.) 4 Lump sum $35.00 $140.00
crest stage gage(2x4, tube, rod, cork dust,brackets, staff gage,etc.) 1 Lump sum $100.00 $100.00
Truck Mileage 90 Miles $0.35 $31.50
Miscellaneous expenses(copies, disks etc.) 1 Lump sum $75.00 $75.00
Equipment rental for discharge measurements 3 Each $20.00 $60.00
Sub Total $981.50
Grand Total $25,859.01
May 12, 1997
Exhibit C- Cost Estimate
ESGRW Hydrologic Services-Revised Hourly Rates effective July 1,1996
Hourly
Rates
Position ($)
Principal 43.41
Senior Engineer 28.85
Engineer 22.36
Jr. Engineer 17.91
Sr. Technician 19.23
Jr. Technician 15.38
Clerical 13.38
May 12, 1997